Loading...
HomeMy WebLinkAbout12-12-2017 Item 12 - Authorization to release RFP for Parking Lot & Structure Sweeping and Janitorial Services Meeting Date: 12/12/2017 FROM: Daryl Grigsby, Director of Public Works Prepared By: Scott Lee, Parking Services Manager SUBJECT: AUTHORIZE REQUEST FOR PROPOSALS FOR PARKING LOTS AND STRUCTURES SWEEPING AND JANITORIAL SERVICES, SPECIFICATION NO 91624 RECOMMENDATION 1. Authorize the release of the Request for Proposals (RFP) for Parking Lots and Structures Sweeping and Janitorial Services, Specification No. 91624; and 2. Authorize the City Manager to enter into a contract(s) with the successful bidder(s) if within authorized project budget of $250,000; and 3. Authorize the City Attorney to approve modifications to the form of the contract with the successful bidder(s). DISCUSSION The City has a longstanding policy of using contract labor where appropriate for ongoing operations and maintenance services. The City currently is operating under an extension of the contract with SP Maintenance for cleaning services as the contract expired on June 30, 2017. This RFP will allow a separate contract to be awarded for each of the three (3) specific components of the RFP if it is in the best interest of the City. The three components are: 1) Janitorial, Lot and 2) Structure Cleaning/Sweeping, and 3) Power Scrubbing/Pressure Washing. Since each requires different equipment and may be perfo rmed by different or separate vendors, allowing the city to award separate contracts for each will allow different vendors to submit bids for provision of the services for which they are qualified. NEXT STEPS Solicitation for proposals will be done by publicizing the RFP on the city website in addition to local notification required by the City’s Municipal Codes. The RFP is scheduled to be released to the public upon approval by Council. After proposals are received and accepted by the City in January 2018, a team of staff will review each proposal for conformity and “best value”. Cost will not be the sole criterion in selecting the successful bidder. Consultant proposals will be evaluated based on a combination of factors that result in the best value to the City, including but not limited to: a. Understanding of the work required by the City b. Quality and responsiveness of the proposal c. Demonstrated competence and professional qualifications necessary for satisfactory 12 Packet Pg 171 d. performance of the work required by the City e. Recent experience in successfully performing similar services f. Proposed methodology for completing the work g. References h. Background and related experience of the specific individuals to be assigned to the i. project j. Proposed compensation The city will begin negotiations with the top ranked firm(s) as quickly as possible and determine a final cost for services to the City. The new contract will become effective with the approval and award which is expected to be in February 2018. CONCURRENCES Streets and Parks management concur with the recommendations made in this report. ENVIRONMENTAL REVIEW The issuance of this RFP and subsequent award of a contract for the services described above is categorically exempt from environmental review pursuant to CEQA Guidelines § 15301 (Existing Facilities). In order for the successful bidder handling Power Scrubbing/Pressure Washing to remain compliant with the City’s MS4 storm water permit with the State Water Resources Control Board, as well as with the provisions of the City’s Municipal Code Chapter 12.08 (Urban Storm Water Quality Management and Discharge Control), a full -capture system will be required to ensure that there is no discharge to the City’s storm water conveyance system. FISCAL IMPACT There is no impact to the General Fund as part of this RFP. Parking Services budgets $250,000 for Lot & Structure Sweeping and Janitorial Services under Contracted Services in its operating budget for the combined three (3) components included in the RFP. This RFP is requesting the janitorial services to be provided seven (7) days per week in the parking structures which is an increase from the current five (5) days per week. This is necessary given the increases in volumes utilizing the structures and expected increases in facility usage in the future. Part of this cost is offset by the elimination of some parking lots no longer in existence and reassigned cost savings from their closure. The frequency in other locations will remain the same. ALTERNATIVES The City Council may choose to not approve the RFP and instruct staff to continue to seek other alternatives. This is not recommended as currently the City’s staffing is not sufficient to provide this service. Attachments: a - Lot & structure sweeping and janitorial RFP (91624) 12 Packet Pg 172 Page 1 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 990 Palm Street  San Luis Obispo, CA 93401 Notice Requesting Proposals for PARKING LOTS & STRUCTURES SWEEPING AND JANITORIAL SERVICES Specification No. 91624 The City of San Luis Obispo is soliciting proposals from qualified vendors for provision of maintenance services pursuant to Specification No. 91624. All proposals must be received by the Finance Department, City Hall, 990 Palm Street, San Luis Obispo, CA no later than 3:30 p.m. Pacific Standard Time, January 11, 2018. Proposals received after said date and time will not be considered. To guard against premature opening, each proposal shall be submitted to the Finance Department in a sealed envelope plainly marked with the proposer’s name, specification number, proposal title and due date of proposal opening. Hard copied proposals shall be submitted along with the required forms provided in the specification package and following instructions contained herein. Proposals packages may be obtained at: The City’s website: www.SLOCity.org – Doing Business – Bids & Proposals Page; or BIDSYNC.com Additional information may be obtained by contacting: Scott Lee, Parking Manager, (805) 781-7234 or slee@slocity.org Nicole Lawson, Supervising Administrative Assistant, (805) 781-7059 or nlawson@slocity.org For Public Records requests see Section 1.14 12 Packet Pg 173 Page 2 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 Specification No. 91624 TABLE OF CONTENTS 1. NOTICE TO PROPOSERS – PROPOSAL REQUIREMENTS .................................................. 5 1.1. Summary and Requirement to Meet All Provisions ......................................................................... 5 1.2. Contract Term and Optional Extensions .......................................................................................... 5 1.3. Important Dates ............................................................................................................................... 5 1.4. Proposal Submittal and Format ....................................................................................................... 5 1.5. Labeling ............................................................................................................................................ 6 1.6. Insurance Certificate ........................................................................................................................ 6 1.7. Submittal of References ................................................................................................................... 6 1.8. Statement of Contract Disqualifications .......................................................................................... 6 1.9. Withdrawal or Revision of Proposals ............................................................................................... 6 1.10. Multiple Proposals ........................................................................................................................... 6 1.11. Procuring Agency/Personnel ............................................................................................................ 6 1.12. Inquiries and Clarifications ............................................................................................................... 7 1.13. Addenda ........................................................................................................................................... 7 1.14. Public Records .................................................................................................................................. 7 2. CONTRACT AWARD AND EXECUTION ................................................................................... 8 2.1. Proposal Retention and Award ........................................................................................................ 8 2.2. Competency and Responsibility of Proposer ................................................................................... 8 2.3. Form of Agreement .......................................................................................................................... 8 2.4. Insurance .......................................................................................................................................... 8 2.5. Business License and Tax .................................................................................................................. 8 2.6. Failure to Accept Contract ................................................................................................................ 8 2.7. Oral Presentations / Site Visits / Meetings ....................................................................................... 8 2.8. Proposer’s Responsibility ................................................................................................................. 8 3. CONTRACT PERFORMANCE...................................................................................................... 9 3.1. Ability to Perform ............................................................................................................................. 9 3.2. Laws to be Observed ........................................................................................................................ 9 3.3. Payment of Taxes ............................................................................................................................. 9 12 Packet Pg 174 Page 3 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 3.4. Permits and Licenses ........................................................................................................................ 9 3.5. Safety Provisions .............................................................................................................................. 9 3.6. Public and Employee Safety ............................................................................................................. 9 3.7. Preservation of City Property ........................................................................................................... 9 3.8. Immigration Act of 1986 ................................................................................................................ 10 3.9. Proposer Non-Discrimination ........................................................................................................ 10 3.10. Work Delays ................................................................................................................................... 10 3.11. Payment Terms .............................................................................................................................. 10 3.12. Inspection ....................................................................................................................................... 10 3.13. Audit ............................................................................................................................................... 10 3.14. Interests of Proposer ...................................................................................................................... 10 3.15. Hold Harmless and Indemnification ............................................................................................... 11 3.16. Contract Assignment ...................................................................................................................... 11 3.17. Termination .................................................................................................................................... 11 4. PROPOSAL CONTENT AND SELECTION PROCESS ............................................................. 12 4.1. Overview ........................................................................................................................................ 12 4.2. Calendar of Events ......................................................................................................................... 12 4.3. Background and Objectives ............................................................................................................ 12 4.4. Description / Scope of Work .......................................................................................................... 13 4.5. Selection Process ............................................................................................................................ 13 5. REQUIRED SUBMITTALS AND CONTENT OF PROPOSALS .............................................. 13 Chapter 1: Title Page ...................................................................................................................... 13 Chapter 2: Organizational Summary .............................................................................................. 14 Chapter 3: References ......................................................................................................................... 14 Chapter 4: Sub Proposers ............................................................................................................... 14 Chapter 5: Disclosure of Past Contract Failures and Litigation ...................................................... 14 Chapter 6: Fee Proposal ................................................................................................................. 14 Chapter 7: Additional Required Forms ........................................................................................... 15 12 Packet Pg 175 Page 4 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 REQUIRED FORMS ................................................................................................ 16 FORM A: SIGNATURE AFFIDAVIT ......................................................................................................... 16 FORM B: VENDOR PROFILE ............................................................................................................ 17 FORM C: REFERENCES .................................................................................................................... 18 FORM D: STATEMENT OF PAST CONTRACT DISQUALIFICATIONS ................................................ 19 FORM E: COST PROPOSAL SUBMITTAL FORM .............................................................................. 20 APPENDICES ...................................................................................................... 21 APPENDIX A: SAMPLE AGREEMENT ............................................................................................... 21 APPENDIX B: INSURANCE REQUIREMENTS .................................................................................... 23 APPENDIX C: DESCRIPTION OF WORK ........................................................................................... 25 APPENDIX D: LOCATIONS AND WORK HOURS .............................................................................. 29 APPENDIX E: PARKING LOTS AND STRUCTURES SQUARE FOOTAGE ............................................ 30 12 Packet Pg 176 Page 5 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 1 NOTICE TO PROPOSERS – PROPOSAL REQUIREMENTS 1.1 Summary and Requirement to Meet All Provisions The City of San Luis Obispo (“City”) is soliciting proposals from qualified vendors to perform the cleaning tasks described in this RFP at the locations and frequencies listed. Vendors submitting proposals (“Proposers”) are required to read this Request for Proposals (“RFP”) in its entirety and follow the instructions contained herein and shall meet all of the terms, and conditions of the RFP specifications package. By virtue of its proposal submittal, the Proposer acknowledges agreement with and acceptance of all provisions of the RFP specifications. 1.2 Contract Term and Optional Extensions This shall be a Contract for Purchase of Services (Appendix A) for the provision of maintenance services related to the Parking Lots & Structures Sweeping and Janitorial Services RFP- Specification No. 91624 - for a term of four (4) years with two (2) additional two-years extensions available to the City at their sole discretion, if the services are deemed satisfactory, by written notification to the Contractor. This contact may be awarded as up to three (3) separate contracts for provision of service for 1) Manual Janitorial Services (Day porter activities including cleaning of the public restrooms); 2) Parking Lot and Structures Cleaning (Sweeping); and 3) Power Scrubbing (Pressure washing) of parking Structure stairwells and landing areas; and these awards may be made to separate vendors. The frequency and locations are detailed in Appendices C and D. 1.3 Important Dates Deliver proposals no later than the due date and time indicated below. The City will reject late proposals: Issue Date: December 13, 2017 Due Date: January 11, 2018, 3:30PM, PST 1.4 Proposal Submittal and Format Each proposal must be submitted in hard copy form (i.e. printed) with a total of Three (3) copies provided in the order provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be enclosed in an envelope that shall be sealed and addressed to: Finance Department Attn: Lorraine Colleran City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 No FAX submittals will be accepted. 12 Packet Pg 177 Page 6 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 1.5 Labeling All proposals must be clearly labeled: Proposer’s Name and Address: ________________________ Specification # 91624 Title: Parking Lots & Structures Sweeping and Janitorial Services DUE: January 11, 2018, 3:30pm, PST 1.6 Insurance Certificate If awarded a contract, each proposal will be required to provide a certificate of insurance showing: A. The insurance carrier and its A.M. Best rating. B. Scope of coverage and limits. C. Deductibles and self-insured retention. The insurance requirements are detailed in Section 2.4. 1.7 Submittal of References Each proposer shall submit a minimum of three (3) references on the form provide in the RFP package as Form C. 1.8 Statement of Contract Disqualifications Each Proposer shall submit a statement regarding any past government disqualifications on the form provide in the RFP package as Form D. 1.9 Withdrawal or Revision of Proposals Proposers may, without prejudice, withdraw proposals by requesting such withdrawal prior to the time specified for the proposal opening, by submitting a written request to the Bid Administrator for its withdrawal, in which event the proposal will be returned to the Proposer unopened. All proposals will be opened and declared publicly. Proposers may modify their proposal at any time prior to the due date and time of submission for proposals. 1.10 Multiple Proposals Multiple proposals from Proposers are NOT permitted. Any vendor responding to this RFP shall incorporate their entire bid in one submission regardless of whether the bid is for one or more components of this RFP. The proposed costs should be broken down into sufficient detail to allow for the separate evaluation of each component being bid. 1.11 Procuring Agency/ Personnel The City of San Luis Obispo is the procuring agency: Scott Lee, Parking Manager City of San Luis Obispo (805) 781-7234 slee@SLOCity.org 12 Packet Pg 178 Page 7 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 The City of San Luis Obispo Finance Department administers the procurement function: Lorraine Colleran (Bid Administrator) Finance Department 990 Palm Street San Luis Obispo, CA 93401 (805) 781-7435 LColleran@SLOCity.org 1.12 Inquiries and Clarifications Proposers are to raise any questions they have about the RFP document without delay. Direct any questions concerning due dates and/or actual submittals to the bid administrator either by phone or in writing. Direct all technical questions, those concerning specifications and/or scope of work, to the procuring agency, either by phone or in writing. Furthermore, Proposers finding any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this RFP document shall immediately notify the procuring agency and request clarification. 1.13 Addenda In the event it is necessary to provide additional clarification or revision to the RFP, the City will post addenda to the City website and to BIDSYNC.COM website. It is Proposer’s sole responsibility to regularly monitor the websites for any such postings. Failure to retrieve addenda and include their provisions may result in disqualification. 1.14 Public Records Proposers are hereby notified that all information submitted in response to this RFP may be made available for public inspection according to the Public Records Act of the State of California and the California Constitution. Information qualifying as a “trade secret” – defined in California Public Records Act of 2004 – may be held confidential. Proposers shall seal separately and clearly identify all information they deem to be “trade secrets,” as defined by the State of California Statutes. Do not dupli cate or comingle information, deemed confidential and sealed, elsewhere in your response. The City cannot ensure that information will not be subject to release if a request is made under applicable public records laws. The City cannot consider the following confidential: a bid in its entirety, price bid information, or the entire contents of any resulting contract. The City will not provide advanced notice to Proposers prior to release of any requested record. To the extent permitted by such laws, it is the intention of the City to withhold the contents of proposals from public view – until such time as competitive or bargaining reasons no longer require non-disclosure, in the City’s opinion. At that time, all proposals will be available for review in accordance with such laws. 12 Packet Pg 179 Page 8 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 2 CONTRACT AWARD AND EXECUTION 2.1 Proposal Retention and Award The City reserves the right to retain all proposals for a period of 180 days for examination and comparison. The City also reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. 2.2 Competency and Responsibility of Proposer The City reserves full discretion to determine the competence and responsibility, professionally and/or financial stability, of Proposer. Proposer will provide, in a timely manner, all information that the City deems necessary to make such a decision. 2.3 Form of Agreement Proposers are responsible for reviewing this Form of Agreement prior to submission of their proposal. The Form of Agreement shall serve as the basis for the contract resulting from this RFP. The terms of this template contract shall become contractual obligations following award of the RFP. By submitting a proposal, the contract shall become contractual obligations following award of the RFP. By submitting a proposal, Proposers affirm their willingness to enter into a contract containing these terms. 2.4 Insurance Proposers shall provide proof of insurance in the form, coverages and amounts specified in Appendix B of these specifications within ten (10) calendar days after notice of contract award as a precondition to contract execution. 2.5 Business License and Tax The Proposer must have a valid City of San Luis Obispo business license and tax certificate before execution of the contract. Additional information regarding the City's business tax program may be obtained by calling (805) 781-7134. 2.6 Failure to Accept Contract The following will occur if the Consultant to whom the award is made (Consultant) fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the special terms and conditions if a Consultant's bond or security is required; and an award may be made to the next highest ranked Consultant with whom a responsible compensation is negotiated, who shall fulfill every stipulation as if it were the party to whom the first award was made. 2.7 Oral Presentations / Site Visits / Meetings Proposers may be asked to attend meetings, make oral presentations, inspect City locations or make their facilities, or those of existing clients with similar operations, available for site inspection as part of the RFP process. Such presentations, meetings, or site visits will be at the Proposer’s expense. 2.8 Proposer’s Responsibility Proposers shall examine this RFP and shall exercise their judgment as to the nature and scope of the work required. No plea of ignorance concerning conditions or difficulties that exist or may hereafter arise in the execution of the work under the resulting c ontract, as a 12 Packet Pg 180 Page 9 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 consequence of failure to make necessary examinations and investigations, shall be accepted as an excuse for any failure or omission on the part of the Proposers to fulfill the requirements of the resulting contract. 3 CONTRACT PERFORMANCE 3.1 Ability to Perform The Proposer warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, city, and special district laws, ordinances, and regulations. 3.2 Laws to be Observed The Proposer shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. The issuance of this RFP and subsequent award of a contract for the services described above is categorically exempt from environmental review pursuant to CEQA Guidelines § 15301 (Existing Facilities). 3.3 Payment of Taxes The contract prices shall include full compensation for all taxes that the Proposer is required to pay. 3.4 Permits and Licenses The Proposer shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 3.5 Safety Provisions The Proposer shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 3.6 Public and Employee Safety Whenever the Proposer's operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 3.7 Preservation of City Property The Proposer shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from the Proposer's operations, it shall be replaced or restored at the Proposer's expense. The facilities shall be replaced or restored to a condition as good as when the Proposer began work. 12 Packet Pg 181 Page 10 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 3.8 Immigration Act of 1986 The Proposer warrants on behalf of itself and all sub Proposers engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 3.9 Proposer Non-Discrimination In the performance of this work, the Proposer agrees that it will not engage in, nor permit such sub Proposers as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 3.10 Work Delays Should the Proposer be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, t hen the time of completion may, at the City's sole option, be extended for such periods as may be agreed upon by the City and the Proposer. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. 3.11 Payment Terms Payments will be made consistent with the Agreement. The City's standard payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment or services provided by the Proposer (Net 30). 3.12 Inspection The Proposer shall furnish City with every reasonable opportunity for City to ascertain that the services of the Proposer are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Proposer of any of its obligations to fulfill its contract requirements. 3.13 Audit The City shall have the option of inspecting and/or auditing all records and other written materials used by Proposer in preparing its invoices to City as a condition precedent to any payment to Proposer. 3.14 Interests of Proposer The Proposer covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Proposer further covenants that, in the performance of this work, no sub Proposer or person having such an interest shall be employed. The Proposer certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed 12 Packet Pg 182 Page 11 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 that, in the performance of the work hereunder, the Proposer shall at all times be deemed an independent Proposer and not an agent or employee of the City. 3.15 Hold Harmless and Indemnification The Proposer agrees to defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to the Proposer's employees, agents or officers that arise from or are connected with or are caused or claimed to be caused by the acts or omissions of the Proposer, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that the Proposer's duty to indemnify and hol d harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. 3.16 Contract Assignment The Proposer shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 3.17 Termination If, during the term of the contract, the City determines that the Proposer is not faithfully abiding by any term or condition contained herein, the City may notify the Proposer in writing of such defect or failure to perform. This notice must give the Proposer a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Proposer has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Proposer to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Proposer's surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the termination thereof. In said event, the Proposer shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Proposer as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Proposer shall be based solely on the City's assessment of the value of the work-in-progress in completing the overall work scope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Proposer be entitled to receive any amount in excess of the compensation quoted in its proposal. 12 Packet Pg 183 Page 12 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 4 PROPOSAL CONTENT AND SELECTION PROCESS 4.1 Overview The City of San Luis Obispo (“City”) is soliciting proposals from qualified vendors (“Proposers”) for provision of maintenance services as specified in the Parking Lots and Structures Sweeping and Janitorial Services RFP – Specification No. 91624. City is seeking Proposer’s to contract for one or more of the service group components of this RFP as stated in the RFP Appendix C and Appendix D. The City requires well-managed and professional Proposers with demonstrated skills, and high levels of customer service and satisfaction, to fulfill the requirements outlined in this RFP. 4.2 Calendar of Events Listed below are specific and estimated dates and times of RFP events, all of which are subject to change. Proposers must complete events by specific dates as indicated unless revised by the City. The City may or may not issue a formal notification for changes in estimated dates and times. Figure 4-2: Calendar of Events Date Event Wednesday, December 13, 2017 Issue date of RFP Thursday January 11, 2018 3:30pm PST T Proposals due January 2018 (Subject to Change) Evaluation of proposals January 2018 (Subject to Change) Negotiation and award contract February 2018 (Subject to Change) Contract Routing to City Council February 2018 (Subject to Change) Contract Award March 2018 (Subject to Change) Contract begins 4.3 Background & Objective The City of San Luis Obispo operates three parking structures, and 11 parking lots or areas in the downtown area. The City wishes to have Proposers bid on any or all components of the RFP proposed service areas. These are specifically 1) manual janitorial services, 2) pressure washing/scrubbing and 3) Structure and Lot sweeping, for the work defined in Appendix C and with the frequency defined on Appendix D. 12 Packet Pg 184 Page 13 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 The objective of this RFP is to select vendor(s) to provide the cleaning services at the locations and on the frequency and the level detailed in this RFP . 4.4 Description/Scope of Work The Contractor shall perform the cleaning tasks described in Appendix C at the locations and frequencies specified in Appendix D. The intent of Specification No. 91624 is to procure a high level of service that will present a pleasing appearance at all times. Each Contractor shall maintain all specified locations at such a level as required by the City. The City’s representative shall be sole judge of the adequacy of the Contractor’s maintenance and the appearance of the sites. Proposer shall meet all requirements of the specifications contained herein, as well as all legislated mandates by the State of California, California Vehicle Code, San Luis Obispo Municipal Code, and the City of San Luis Obispo. For any portion of this proposal that is performed by Sub-Proposers, see Section 5, Chapter 9 (Required Submittals - Sub Proposers) of this proposal. 4.5 Selection Process The City may shortlist up to four (4) Proposers based on the submitted proposals and invite them to an interview process. In addition, the City may request that Proposers demonstrate their service either as part of the interview process or separately from it. The City, at its discretion, may make site visits to locations where the Proposers currently provide service. Contract award will not be based solely on price, but on a combination of the factors determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected Proposer s, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. Once prospective Proposers have been evaluated by the evaluation panel, negotiations shall begin. If negotiations are unsuccessful, talks with that Proposer will be abandoned and negotiations will then commence with the next qualified Proposer, and so on, until a final agreement has been reached and a contract prepared . Staff will present their findings to the City Council, which, at its discretion, will award a contact. 5. REQUIRED SUBMITTALS AND CONTENT OF PROPOSALS Proposing Vendors desiring to respond to this Request for Proposal (RFP) shall submit their proposal in sufficient detail to allow for a thorough evaluation and comparative analysis. The City shall use the responses as the basis of its evaluation. The proposals should be as brief and concise as possible without sacrificing clarity. Proposals containing irrelevant material or an abundance of excessively vague language may be penalized in the screening process. Arrange proposals to match the following outline. Respond to each and every question and/or statement. In the context of this section “you” and “your” is the same as “Proposer” and “Proposer’s”, respectively. 12 Packet Pg 185 Page 14 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 Chapter 1: Title Page The title page shall contain at a minimum the name of the Proposer, RFP Title, and Due Date. Chapter 2: Organizational Summary – Description of Organization Provide a brief summary introducing your firm. Limit your response to one page. At a minimum, include the information briefly describing your firm’s organization and size and your experience including the number of years in business. Chapter 3: References Provide three references from similar projects and clients. Limit your response to one page. Chapter 4: Sub Proposers (if any) Identify any sub-Proposers that would be used. Give a detailed description of their involvement, scope of work, background, and responsibilities. The price proposed shall include any and all work to be done by sub-Proposers, and the City will only process claims and payments to the Proposer. A list of sub-Proposers to be hired shall be submitted as a part of the proposal. Also disclose whether or not the sub Proposer is a subsidiary or is financially tied to the Proposer in any other manner. Use of sub-Proposer does not relieve the Proposer of overall responsibility. City reserves the right to approve all proposed sub-Proposers. Chapter 5: Disclosure of Contract Failures and Litigation Disclose any alleged significant prior or ongoing contract failures, contract breaches, any civil or criminal litigation or investigation pending which involves your firm or in which your firm has been judged guilty or liable, or which may affect the performance of the services to be rendered herein, in which your firm, any of its employees, sub-Proposers, or sub consultants is or has been involved in within the last three (3) years. Chapter 6: Fee Proposal Include detailed pricing information for the services described in this RFP. Quote fees as all inclusive, not-to-exceed, fixed fees for each relevant aspect of the RFP proposal. The fee could be a one-time fee, fee per use, fee per year or fee per contract period. Also, identify all other costs beyond the usage cost such as a fee for system maintenance, etc. As noted above, prepare the fee proposal as all inclusive, not-to-exceed, fixed fees: o All Inclusive – Covers all direct and indirect expenses incurred by the Proposer including but not limited to; travel, telephone, copying and other out-of-pocket expenses. o Not-To-Exceed – The actual fees shall not exceed the amount specified in fee proposal. o Fixed Fee – All prices, rates, fees and conditions outlined in the proposal shall remain fixed and valid for the entire length of the contract and any/all renewals. Provide exact fees - not a range. Take advantage of the opportunity to ask questions and receive answers to gain clarification. Furthermore, document any significant assumptions for arriving at fee estimates. You are responsible for verifying the correctness of calculations in your fee proposal. 12 Packet Pg 186 Page 15 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 The City reserves the right to make an award without further discussion of the fee proposal submitted. Therefore, the Proposer should submit the fee proposal on the most favorable terms they can offer. However, this does not limit the City from negotiating with the selected Proposer. A finalization of the specifications and scope of services is expected as a part of final contract negotiation or through a Best and Final Offer (BAFO) process. By the BAFO the Proposer(s) remaining in the process will have met with the City and or demonstrated their product /service giving them the opportunity to obtain a complete understanding of all requirements. Chapter 7: Additional Required Forms and/or Attachments Include the following required forms and/or attachments to your Proposal. Forms are included in the RFP. o Form A – Signature Affidavit – A company representative with authority to bind the Proposer to the City by contract shall sign the form, attesting the proposal has been submitted in conformance to stated requirements. o Form B – Vendor Profile – complete the information about your firm. o Form C – References o Form D – Statement of Past Contract Disqualifications o Form E – Cost Proposal Submittal Form 12 Packet Pg 187 Page 16 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 FORM A: SIGNATURE AFFIDAVIT Note: This form must be returned with your response. In signing proposals, we certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit proposals, that proposals have been independently arrived at, without collusion with any other Proposers, competitor or potential competitor; that proposals have not been knowingly disclosed prior to the opening of proposals to any other Proposers or competitor; that the above statement is accurate under penalty of perjury. The undersigned, submitting this proposal, hereby agrees with all the terms, conditions, and specifications required by the City in this Request for Proposal, declares that the attached proposal and pricing are in conformity therewith, and attests to the truthfulness of all submissions in response to this solicitation. Proposers shall provide the information requested below. Include the legal name of the Proposer and signature of the person(s) legally authorized to bind the Proposers to a contract. SIGNATURE AND DATE OF AUTHORIZE REPRESENTATIVE PRINT NAME: __________________________________________________ FIRM (PROPOSER) NAME: ________________________________________ 12 Packet Pg 188 Page 17 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 FORM B: VENDOR PROFILE Company Information Company Name (Proposer) FEIN: (If FEIN is not applicable, SSN collected upon award) Contact Name Title Telephone ( ) Fax ( ) Email Address City State Zip Primary Individual Contact Information Contact Name Title Telephone ( ) Fax ( ) Email Address City State Zip Secondary Individual Contact Information Contact Name Title Telephone ( ) Fax ( ) Email Address City State Zip 12 Packet Pg 189 Page 18 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 FORM C: REFERENCES Describe fully three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. The City reserves the right to contact references listed for additional information regarding your firm's qualifications. Reference No. 1 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services Reference No. 2 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services Reference No. 3 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services 12 Packet Pg 190 Page 19 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 FORM D: STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The Proposer shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances.  Do you have any disqualification as described in the above paragraph to declare? Yes  No   If yes, explain the circumstances. Executed on at _______________________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ___________________________________________ Signature of Authorized Representative of Proposer ___________________________________________ Print name of Authorized Representative of Proposer 12 Packet Pg 191 Page 20 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 FORM E: COST PROPOSAL SUBMITTAL FORM The City is requesting proposals for the Parking Lots & Structures Sweeping and Janitorial Services. Incomplete cost proposals will not be accepted, and the submitted proposal will be deemed incomplete. If there are any additional costs not included in this Cost Proposal, those costs must be identified on a separate sheet of paper and included in this Request for Pro posal. The undersigned, who is authorized to represent the proposing firm and has carefully examined Specification No 91624, proposes to furnish the services described in Appendix C and Appendix D of Specification No. 916624 for the prices quoted below in full. Each Proposer shall fill out a separate cost proposal in its entirety FOR EACH OF THE THREE (3) COMPONENTS BEING BID. INDICATE COMPONENT BEING BID IN THIS SPECIFIC QUOTE: Janitorial (Part I) OR Lot & Structure Cleaning/Sweeping (Part II) OR Power Scrubbing/Pressure Washing (Part III) Lot 4 (Post Office lot adjacent to Marsh Street Structure) Lot 8 (City Hall) Lot 9 Lot 10 Lot 14 Lot 15 Old Library (800 Blk. Morro) Parks and Recreation Railroad Square Railroad Transfer 842 Palm Street Structure 871 Marsh Street Structure 919 Palm Street Structure Marsh Street Structure Public Restrooms MONTHLY TOTAL $ Fully Burdened Hourly Labor Rate for Additional Unspecified Work & Emergency Call Back ________________________________ Hour Billing Minimum Per Emergency Call Back ________________________________ Material Handling Markup Rate (Percentage) ________________________________ Signature of Authorized Representative Date: Print Name of Vendor: 12 Packet Pg 192 Page 21 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 Appendix A: FORM OF AGREEMENT (SAMPLE) AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [date], by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [CONTRACTOR’S NAME IN CAPITAL LETTERS], hereinafter referred to as Contractor. W I T N E S S E T H: WHEREAS, on [date], City requested proposals for provision of maintenance services pursuant to Specification No. 91624 – Parking Lots and Structures Sweeping and Janitorial Services. WHEREAS, pursuant to said request, Contractor submitted a proposal which was accepted by City for said [supplies, equipment, services, project, whatever]. NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until acceptance or completion of said [supplies, equipment, services, project, whatever]. 2. INCORPORATION BY REFERENCE. City Specification No. 91624 and Contractor's proposal dated [date], are hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing [supplies, equipment, services, project, whatever] as specified in this Agreement, City will pay and Contractor shall receive therefo r compensation in a total sum not to exceed [$ .00]. 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the said specification. 5. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the Council [or other official] of the City. 2. 12 Packet Pg 193 Page 22 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City City Clerk City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Contractor [ ] [ ] [ ] [ ] 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO ____________________________________ By:____________________________________ City Clerk City Manager APPROVED AS TO FORM: CONTRACTOR _____________________________________ By: ___________________________________ City Attorney 12 Packet Pg 194 Page 23 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 Appendix B: INSURANCE REQUIREMENTS The Proposer shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Proposer, its agents, representatives, employees or sub Proposers. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 20 10 Prior to 1993 or CG 20 10 07 04 with CG 20 37 10 01 or the exact equivalent as determined by the City). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Errors and Omissions Liability insurance as appropriate to the consultant's profession. Minimum Limits of Insurance. Consultant shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. 4. Errors and Omissions Liability: $1,000,000 per occurrence. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of t he Consultant; products and completed operations of the Consultant; premises owned, occupied or used by the Consultant; or automobiles owned, leased, hired or borrowed by the Consultant. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Consultant's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, 12 Packet Pg 195 Page 24 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 employees, agents or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 3. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. The Consultant agrees to notify the City in the event that the policy is suspended, voided or reduced in coverage or limits. A minimum of 30 days prior written notice by certified mail, return receipt requested, will be provided. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coverage. Consultant shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Sub-consultants. Consultant shall include all sub-consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub-consultant. All coverages for sub-consultants shall be subject to all of the requirements stated herein. 12 Packet Pg 196 Page 25 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 Appendix C: Description of Work Overall Description of Work. The Contractor shall perform the cleaning tasks described in this section at the locations and frequencies listed. The intent of this specification is to procure a high level of cleaning maintenance that will present a pleasing appearance at all times. The Contractor shall maintain all specified locations at such a level. The City’s representative shall be sole judge of the adequacy of the Contractor’s maintenance and the appearance of the sites. PART I: JANITORIAL A. Parking Structure Cleaning A. Daily Tasks: 1) Empty and clean trashcans in each of the four exit booths at the three Structures. (1) at 842 Palm (1) at 919 Palm and (2) at 871 Marsh 2) Clean litter from all surface levels of the structure, alcoves & exterior foyers, including the exterior sidewalks surrounding the structures. 3) Spot clean significant stains on decks, ramps, stairwells, elevator landings, alcoves & exterior foyers, including the exterior sidewalks surrounding the structures. Significant stains include: from any food or drink, Urine, fecal matter and vomit. 4) Clean stairwells, including all elevator landings and alcoves. 5) Clean elevators, disinfect and clean all interior walls, floors, ceilings and windows. 6) Clean both interior and exterior elevator doors and door frames. B. Weekly Tasks: 1) Clean windows at base of stairwell at Marsh Street Structure near elevator landing (corner of Marsh & Chorro). 2) Clean archaeological display exterior located in the 842 Palm Structure. 3) Clean drinking fountains located: (1) at 842 Palm Structure (Palm Street side); (2) at Marsh Street Structure (Chorro Street side and Pacific Street side). 4) Clean 919 Palm Structure employee restroom. 5) Clean 842 Palm Structure employee restroom. (Located in booth) 6) Wet mop alcoves and exterior foyers. 12 Packet Pg 197 Page 26 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 7) Change all trash can liners in all Structures. Trashcans located at top or bottom of each stairwell landing or just outside each stairwell landing separated by a door. 8) Dispose of all collected dirt, debris, and other material in an approved mann er. The contractor shall: 1) Not allow contaminated water or cleaning solutions to enter storm drains. 2) Report problems to City Representative (781-7230) by 8:00 a.m. if tasks scheduled for that day cannot be completed. 3) Report all non-emergencies to Police dispatch (781-7312) These include: People sleeping in the Structures elevators or surrounding sidewalks and bench areas, people sleeping in vehicles and any suspicious loitering or behavior. 4) Report emergencies to Police Dispatch (781-7312), and contact Police Dispatch to deliver any lost and found articles found within 24 hours. B. Parking Structure Public Restroom Cleaning (Morro Street near corner of Pacific) A. Daily Tasks: 1) Disinfect and clean restroom sinks, mirrors, countertops, partitions, walls, and floors. 2) Disinfect, clean and descale toilets and urinals. 3) Clean all chrome plated or stainless steel surfaces. 4) Clean both interior and exterior doors including entry ways. 5) Refill toilet paper, seat covers and soap dispenser. Empty and reline all trash containers. 6) Correct minor plumbing problems, clear clogged drains using a plumber’s helper or a short snake, remove debris from floor drain grates. If plumbing problems cannot be corrected notify the City representative (781-7230) immediately. C. Materials and Supplies. All equipment, materials and supplies used for parking lots & structures and restroom, sidewalks and drinking fountains cleaning shall be biodegradable and preapproved by the City before any application. A list of proposed cleaning materials shall be submitted at the time of award. The contractor shall not use any materials, supplies, or equipment that may damage or destroy existing facilities. Materials, supplies, and equipment shall not be stored on City property without prior written permission from the City. 12 Packet Pg 198 Page 27 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 D. Trash and Debris Removal. The Contractor is responsible for removal of all dirt, debris, trash and foreign objects from the sites and disposal of material s in an approved manner. E. Graffiti Removal. Wipe off graffiti using an approved cleaning solution if graffiti cannot be removed or if paint is worn where graffiti has been removed; notify the City representative immediately at 781-7230. PART II: Parking Lot and Structure Cleaning (Sweeping) 1. Parking Lot Cleaning A. Daily Tasks: 1) Remove all dirt, weeds, and debris from parking lot surfaces using approved motorized sweeper/vacuum equipment and, if necessary, hand -held equipment (power blowers). 2) Remove all dirt, litter and debris from adjacent sidewalks and bench pads. 3) Remove all litter and debris from adjacent landscaped areas. 4) Remove spots, stains, fecal material, or other debris that possess a hazard to health or safety. 5) Dispose of all collected dirt, debris, and other material in an approved manner. The Contractor shall not allow contaminated water or cleaning solution to enter storm drains. 2. Parking Structure Cleaning A. Weekly Tasks: 1) Parking garage decks and ramps using an approved power sweeper equipped with a power brush and vacuum system. (A handheld blower will be used to remove dust & debris from edge of walls and behind all cement car stops prior to using power sweeper.) 2) For 842 Palm Structure, remove all debris from area underneath both stairwells at ground level on Palm Street side. 12 Packet Pg 199 Page 28 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 3. Materials and Supplies. All equipment, materials and supplies used for parking lots & structures and restroom, sidewalks and drinking fountains cleaning shall be biodegradable and preapproved by the City before any application. A list of proposed cleaning materials shall be submitted at the time of award. The contractor shall not use any materials, supplies, or equipment that may damage or destroy existing facilities. Materials, supplies, and equipment shall not be stored on City property without prior written permission from the City. 4. Trash and Debris Removal. The Contractor is responsible for removal of all dirt, debris, trash and foreign objects from the sites and disposal of materials in an approved manner. PART III: POWER SCRUBBING (PRESSURE WASHING) 1. Parking Structure Cleaning A. Weekly Tasks: 1) Pressure wash and power scrub oil stains on all levels and ramps (1 level each week on rotating schedule). Note: This will include any and all spots/stains that are NOT oil. 2) Hot pressure wash all stairwells and elevator landings at all three Structure locations. The use of a water barrier must be used to insure “NO” water gets into the Elevator Shaft!) 3) Pressure wash and power scrub oil stains on all levels and ramps (1 level each week on rotating schedule). Note: This will include any and all spots/stains that are NOT oil. The contractor shall: Remain compliant with the City’s MS4 storm water permit with the State Water Resources Control Board, as well as with the provisions of the City’s Municipal Code Chapter 12.08 (Urban Storm Water Quality Management and Discharge Control), by utilizing a full-capture system and ensure that there is no discharge to the City’s storm water conveyance system. 2. Materials and Supplies. All equipment, materials and supplies used for parking lots & structures and restroom, sidewalks and drinking fountains cleaning shall be biodegradable and preapproved by the City before any application. A list of proposed cleaning materials shall be submitted at the time of award. The contractor shall not use any materials, supplies, or equipment that may damage or destroy existing facilities. Materials, supplies, and equipment shall not be stored on City property without prior written permission from the City. 3. Trash and Debris Removal. The Contractor is responsible for removal of all dirt, debris, trash and foreign objects from the sites and disposal of materials in an approved manner. 12 Packet Pg 200 Page 29 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 Appendix D: Locations and Work Hours PARKING LOTS LOCATION WORK DAYS WORK HOURS Lot 4 (PO Parking) Lower Level MSS Mon. & Thurs. 3:30 a.m. - 8:00 a.m. Lot 8 (City Hall) 900 block Mill Mon. & Thurs. 3:30 a.m. - 8:00 a.m. Lot 9 600 block Monterey Mon. & Thurs. 3:30 a.m. - 8:00 a.m. Lot 10 1000 block Nipomo Daily 3:30 a.m. - 8:00 a.m. Lot 14 600 block Palm Mon. & Thurs. 3:30 a.m. - 8:00 a.m. Lot 15 600 block Monterey Mon. & Thurs. 3:30 a.m. - 8:00 a.m. Old Library 800 block Morro Mon. & Thurs. 3:30 a.m. - 8:00 a.m. Parks & Recreation 1300 block Nipomo Mon. & Thurs. 3:30 a.m. - 8:00 a.m. Railroad Square 1820 Osos Mon. & Thurs. 3:30 a.m. - 8:00 a.m. Railroad Transfer 950 High Street Mon. & Thurs. 3:30 a.m. - 8:00 a.m. PARKING STRUCTURE LOCATION DUTIES WORK HOURS Palm Structure (old) 842 Palm Street Janitorial (Sun. - Sat.) Power Scrub/Pressure Washing (Saturday) Power Blowing and Sweeping (Tuesday) 3:30 a.m. – 8:30 a.m. 7:00 a.m. – 9:00 a.m. 7:00 a.m. – 10:00 a.m. Marsh Structure 871 Marsh Street Janitorial (Sun. - Sat.) Power Scrub/Pressure Washing (Saturday) Power Blowing and Sweeping (Friday) 3:30 a.m. – 8:30 a.m. 3:30 a.m. – 7:00 a.m. 3:30 a.m. – 8:00 a.m. Palm Structure (new) 919 Palm Street Janitorial (Sun. - Sat.) Power Scrub/Pressure Washing (Saturday) Power Blowing (Friday) Sweeping (Friday) 3:30 a.m. – 8:00 a.m. 3:30 a.m. – 7:00 a.m. 3:30 a.m. – 8:00 a.m. Marsh Structure Public Restroom 1100 Block Morro Janitorial (Sun. - Sat.) 10:00 p.m. – 8:30 a.m. 12 Packet Pg 201 Page 30 Parking Lots & Structures Sweeping and Janitorial Services RFP – specification no. 91624 Appendix E: Parking Lots and Structures Square Footage PARKING LOTS & STRUCTURES Area in Square Feet Lot 4 (Ground Level Marsh Structure) 6,360 Lot 8 (City Hall) 17,000 Lot 9 10,000 Lot 10 9,470 Lot 14 38,000 Lot 15 5,000 Old Library Parking 1,200 Parks and Recreation 4,000 Railroad Square 100,000 Railroad Transfer Center 81,500 842 Palm Structure 130,000 871 Marsh Structure 200,000 919 Palm Structure 103,000 12 Packet Pg 202