Loading...
HomeMy WebLinkAboutRFP CITY OF WATERLOO - REQUEST FOR PROPOSAL JANITORIAL SERVICES City of Waterloo,under the jurisdiction of the City Council,is seeking bids for furnishing City of Waterloo with janitorial services for six (6) government facilities. To be considered for this project, the bidder must be familiar with the specifications set forth in the bid document; and the bidder offers to furnish those janitorial services to the City as required in the bid document This entire document shall be considered as bindink, part of the contract, and must meet or exceed the specifications set forth in the Request for Proposal The vendor with the lowest qualifying total bid or lowest individual building bid, which best serves the interest of the City of Waterloo,will be awarded the project. The term of contract and price shall be fixed for three (3) years, commencing August 1, 2014, or shortly thereafter the signing of the contract. There may be a 1 or 2-year extension, if the City of Waterloo is satisfied with the janitorial vendor's performance at the end of the contract period. Craig Clark—319-291-4319 Janitorial RFP Page 2 1. TERM OF CONTRACT: The price quoted for the three-(3) year term shall be fixed. There may be an option to extend the janitorial agreements for a one (1) or two (2)year period. This option may be 'offered to the company by the City of Waterloo if the City Council is satisfied with the janitorial vendor's performance during the initial contract period. 2. DEFINITIONS: Owner = City of Waterloo, City Council Project Manager = Maintenance Administrator Craig Clark City = City of Waterloo Bidder = Vendor, Company Maintenance Dept. = Building Maintenance Department 3. BUILDING INFORMATION: The six(6) city buildings have about 84,000 square feet. City Hall Approx.44,000 sq. ft. 715 Mulberry Street 175 employees, clients,public doing business Carnegie Annex Approx. 9,500 sq. ft. 620 Mulberry Street 25 employees Waterloo Police Training Center Approx. 8,000 sq. ft. 348 N Elk Run Road Training Center (Weekly Cleaning) Memorial Hall Approx. 10,500 sq. ft. 104 W 5th Street Event Center(Monthly Cleaning) Waste Management Approx. 8,000 sq. ft 3505 Easton Ave (Day time cleaning) Parking Ramp Enclosure attached to Waterloo Building Approx 4,000 sq. ft (Weekly Cleaning) Janitorial RFP Page 3 4. IMPORTANT DATES: PRE-BID MEETING: City Hall, City of Waterloo 715 Mulberry Street, Mollenhoff Conf. Room Tuesday,July 1, 2014 at 1:00 p.m. BID SUBMITTAL DEADLINE: THURSDAY,JULY 10,2014 on or before 1:00 p.m. SUBMIT BID (& bid bond) TO: City of Waterloo, City Hall City Clerk's Office 715 Mulberry Street, Waterloo,IA 50703 All bids shall have prices clearly printed on the attached "FORM OF PROPOSAL". All bids are to be submitted in a sealed envelope clearly marked as follows: "BID PROPOSAL FOR JANITORIAL SERVICES — CITY OF WATERLOO, IOWA" All bids shall be accompanied with a bid security of 5%of the bid price for one year. Bid security shall be submitted with the bid proposal in a sealed envelope clearly marked as "BID SECURITY FOR JANITORIAL SERVICES". The name of the business submitting the bid must also be clearly marked on both envelopes. Any bid i submitted after the specified date and/or time shall be rejected. All bids must be hand- delivered or mailed to the above address, and it shall be the sole responsibility of the bidder to ensure that the bid is received by the City at the above location and time. Any bid submitted after the specified date and time shall be rejected. NO FAXED BIDS WILL BE ACCEPTED UNDER ANY CIRCUMSTANCES. BID OPENING: THURSDAY,JULY 10, 2014 at approx. 1:00 p.m. City Clerk's Office, 1st Floor Conference Room 715 Mulberry Street, Waterloo, IA 50703 Janitorial RFP Page 4 5. CONTRACT/PROJECT TO COMMENCE: Cleaning contract shall commence on or after August 1, 2014, and signing of the contract. Two (2) original signed contracts to be furnished by the successful bidder to be approved by City Council and signed by the Mayor. By virtue of statutory authority, the company shall give preference to Iowa Domestic Labor, products and provisions grown, and coal produced within the state of Iowa according to the provisions of the Code of Iowa as amended. 6. BID REJECTION/ACCEPTANCE: The City reserves the right to reject any and all bids, waive informalities in bidding, or to accept the bid which best serves the interests of the City. 7. BID WITHDRAWAL: All bid prices, upon submission by bidder, are recognized by the City and bidder to be irrevocable for a minimum of thirty(30) calendar days after the scheduled opening of the bids without the consent of the City. 8. BID SECURITY: Each bidder shall accompany the bid with a bid security by a bid bond, cash deposit, Cashier's Check or a Certified Check on a solvent bank chartered under the laws of the United States and in accordance with the requirements of Section 384.97 of the Iowa Code as amended, in the amount of not less than 5% of the total first year of the proposed project. Bid security shall be made payable to the City of Waterloo. Bid security shall be submitted in a separate sealed envelope and be affixed to the bid. The envelope shall have the company name and address clearly stated along with being labeled as "Bid Security". Bid security shall be returned to bidders who were not awarded the contract, upon signing of the Contract. 9. PERFORMANCE BOND: Upon signing the Contract, a Performance Bond in the amount equal to the 1st year of the three-year contract shall be required and submitted before work commences. The Performance Bond shall be in effect until the end of the 1st year of the contract and the Janitorial RFP contract has been satisfied and accepted by the Maintenance Administrator and City Council. Page 5 10. TAXES & LATE FEES: The City is a governmental agency and does NOT pay taxes or late fees. 11. TERMS OF PAYMENT: The company shall submit a monthly invoice request for payment. The City shall endeavor to make payment in a reasonable time frame and manner. 12. START UP: The contractor shall strip all hard-surface floors, including stairwells, and reseal with appropriate sealers and waxes. The contractor shall deep clean all carpets. This work is to be coordinated with the Maintenance Administrator and shall occur in the first ninety (90) days of the contract start date. 13. TERMINATION OF SERVICES: Either party may terminate this agreement with a written thirty- (30) day notice to the other party. 14. INTERPRETATION OF THE CONTRACT DOCUMENTS: Bidders are hereby given notice to check carefully the accuracy and arithmetic of their bids before submission of said bid. Plea of errors in bid may never the less result in acceptance or rejection of that bid and award to the next low bidder. The vendor shall verify all sizes, locations and existing conditions prior to bidding. If any discrepancy is noted by the vendor, the Maintenance Administrator shall be notified immediately. In the event that any questions shall arise after the letting of the contract respecting the true meaning of the specifications, the matter shall be referred to the Maintenance Administrator, whose decision shall be final as to all parties to the contract. No advantage shall be taken of any manifest clerical errors or omissions or questions the vendor may have which could affect the bid before submitting the bid. 15. INSURANCE &LEGAL REQUIREMENTS: 15.1 The company shall maintain adequate liability insurance in form(s) and amount(s) sufficient to protect the City of Waterloo, its agencies, its employees, its clients Janitorial RFP and the general public against loss, damage and/or expense related to performance under the janitorial agreement. Page 6 15.2 The company shall provide a Certificate of Liability insurance naming City of Waterloo as additional insured and said insurance certifications must be provided to the City of Waterloo before or upon award and signing of the contract. 15.3 In the event the insurance coverage is canceled,or modified in any way, the City of Waterloo must be notified immediately. If at any time during the contract period the company fails to maintain the minimum insurance coverage, the contract may be canceled at the City's option. 15.4 Minimum insurance requirements are as follows: 1) Comprehensive General Liability $2,000,000 2) Comprehensive Automobile Liability $1,000,000 3) Workers Compensations State Statutory 15.5 Hold Harmless—Our business partners shall defend, indemnify and hold harmless the City of Waterloo, its officers, employees, agents, and/or representatives from and against any and all liability, loss, expense (including reasonable attorneys' fees), or claims for injury or damages arising out of the performance of the relationship, but only in proportion to and to the extent such liability, loss, expense, attorneys' fees, or claims for injury or damages are caused by or result from the negligent or intentional acts or omissions of the business partner, its officers, agents or employees. 16. GENERAL REQUIREMENTS: 16.1 The major cleaning shall be done after hours. The contractor's supervisory personnel must be present at all times (during the night shift)while service is being performed. All of the company's personnel must be identifiable by means of not less than a name badge with the company's identification and the employee name on the badge. 16.2 The contractor will provide the Maintenance Administrator with a criminal background check form on each employee having access to City facilities. The information needed would include correct name, date of birth and social security number. The Waterloo Police Department will conduct a criminal background Janitorial RFP check to verify this information, and the City will have the option of denying access at its discretion to persons it feels has had significant offenses. Page 7 16.3 The contractor's personnel shall also sign a "Confidentiality Agreement" which essentially states that any information the cleaning staff may inadvertently read in the process of performing their duties, shall remain strictly confidential. Unauthorized use or disclosure of confidential information, including but not limited to protected health information will result in disciplinary action up to and including recommendation for termination and possible imposition of fines pursuant to applicable local, state and federal laws. 16.4 Bidders are hereby given notice to check carefully the accuracy and arithmetic of their bids before submission of said bid. Plea of errors in bid may never the less result in acceptance or rejection of that bid and award to the next low bidder. The company shall verify all locations, measurements and existing conditions prior to bidding. If any discrepancy is noted by the company, the Maintenance Administrator shall be notified immediately.In the event that any questions shall arise after the letting of the contract respecting the true meaning of the specifications, the matter shall be referred to the Maintenance Administrator whose decision shall be conclusive. 16.5 The contractor's staff will work primarily week nights beginning at or after 5:00 p.m. and end at such time as is agreeable with both the company and the Superintendent. Weekend work will be permissible with advanced notice for special projects such as window washing, floor stripping and waxing, etc. • 16.6 The contractor shall supply all paper towels, toilet tissue, hand soap, can liners, cleaning supplies and equipment to properly maintain the buildings cleanliness. 16.7 The City shall provide adequate storage rooms for the company's use. 16.8 The company shall inform the Maintenance Dept. if it observes various maintenance-related problems such as burned out lights, plugged.drains, water pipe leaks, etc. 16.9 The City's supplies and equipment shall be kept separate from the contractor's supplies and equipment 16.10 All cleaning equipment,particularly for hard floors and carpet, shall be industrial professional grade and kept in good working order. Repair and/or replacement of equipment and supplies shall be the sole responsibility of the contractor. Janitorial RFP 16.11 All equipment must meet the approval of the Maintenance Administrator. Page 8 16.12 A list of all cleaning supplies, paper goods, can liners, hand soap, disinfectants, etc., used by the contractor in the performance of this contract must be submitted to the Maintenance Administrator for approval prior to contract start-up date and be agreeable to what the Administrator deems of equal or better value in quality, performance, consistency, or any other factors affecting the appearance or performance of the said products, such as size and thickness of can liners and cornpatability of hand soap with City soap dispensers. This list shall include product name and supplier name. 16.13 The contractor shall provide a"Material Data Safety Sheet" for every chemical to be used by the contractor. 16.14 The City will provide the contractor with access and keys to the facilities for which services are to be provided. It is the responsibility of the contractor to see that keys are NOT misplaced,lost, stolen,or copied. a) The use of the keys by any employee of the contractor at an unauthorized time or for an unauthorized reason may be reason for termination of the employee and/or contract. b) In the event that a key(s)provided to the contractor or its employee is lost, misplaced or stolen,the contractor will be responsible for notifying the Administrator or his designated representative and contractor shall pay for replacement cost of the key(s) and/or if necessary, of changing the lock(s). 16.15 It is understood between the parties that the prime purpose of this contract is that the premises shall be kept clean, according to reasonable and accepted standards, regardless of the number of times an operation is required to accomplish this purpose; and the times an operation is performed as shown herein are solely for guideline purposes and may or may not constitute satisfactory performance under the contract 16.16 Contractor shall be adjudged to have sufficient experience in this field to determine with reasonable certainty the required amount of work(and therefore workers) and materials necessary to accomplish the above-stated purpose of the contract. 16.17 It will be the responsibility of the Administrator to set up what is deemed satisfactory performance of the contractor and will be based primarily on the continuous acceptable appearance of the facilities rather than the Janitorial RFP performance of a specific duty at a specific time for a specific number of times. Page 9 16.18 All facilities shall be cleaned in a professional manner. All lighting and water usage shall be kept to a minimum as required to complete satisfactory performance of the work. Supplies and equipment shall be put away in a neat and orderly fashion, at the end of the work shift. 16.19 The contractor's management personnel shall make regular and frequent inspections to assure that work is being performed in accordance with these specifications. The management personnel shall report to the Administrator on a regular pre-agreed upon schedule. 16.20 The contractor will be responsible for the repair or replacement of any damaged equipment or damages to the buildings that may occur during the course of carrying out the prescribed duties. If damages cannot be repaired by the contractor,it shall be reported to the Maintenance Dept. and the cost of said repair shall be deducted from that facility's monthly invoice. 16.21 This RFP shall be considered as part of the contract. 16.22 The monthly charge includes the services outlined in the RFP. Any work not mentioned can be negotiated and performed. These services shall be performed five (5) days per week on Monday through Friday, unless severe weather would prevent such scheduling and may make it necessary to come in on a Saturday, with prior approval of the Administrator. 16.23 No services will be required on holidays. 16.24 One (1)additional day may be charged each Leap Year. 16.25 The contractor should direct any questions, concerns or complaints to the Administrator, Craig Clark, or his designated representative at 319-291-4319. 17. SCOPE OF WORK: Janitorial service procedures shall be basically the same for all facilities listed in this document. But no two buildings are exactly the same; the variables such as one building may have mostly hard floors and other buildings may have mostly carpet, must be considered. Thus, time, materials and equipment may vary. It is the responsibility of the contractor to adjust staffing and cleaning procedures to the specific buildings. 17.1 DAILY Routine Cleaning Services (Monday—Friday;no Sundays or Holidays) Janitorial RFP r r 1) Empty all trash containers. All trash containers are to be lined with plastic liners. Replace liners as needed when soiled or torn. Remove all bagged trash to dumpster provided by the City. Page 10 2) Empty all recyclable papers into clear plastic can liners. Replace liners as needed. Remove all recycle type trash to dumpster marked"Recycle". 3) Empty and clean all outdoor trash cans by entrance doors. 4) Check all office furniture, fixtures,partition top caps,windowsills, and all other horizontal surfaces for dust and obvious spills and debris. Develop schedule to thoroughly dust at least 20% all of the above each night, so that all work surfaces are cleaned at least once each week. This includes picture frames, clocks, door frames, and moldings. Note: Personal work space, stations, cubicles, desks, computers, file cabinets, etc. are the responsibility of the employee working there. THESE WORK AREAS ARE TO BE CONSIDERED CONFIDENTIAL ANT)ARE STRICTLY OFF LIMITS to cleaning staff. Nothing is to be read or touched on,under or around these immediate work areas. If the boundaries are unclear in any area, it is the responsibility of the contractor to ask the Superintendent to clarify. 5) Wash, sanitize, and polish all drinking fountains. 6) Spot clean entrance glass and interior office partition glass. 7) Vacuum all carpeted entryways,traffic lanes, and visible debris throughout facility. Develop schedule to vacuum at least 20%of total carpeted area throughout facility each day. This means wall-to-wall, edge- to-edge,under and around all furnishings. 8) Clean minor soiled spots on carpet. 9) Sweep and dust mop all hard surface floors and stairways. Wet mop with germicidal solution. 10) Kitchenettes: Clean sink, counters, wipe refrigerator&microwave. (Does NOT include washing dishes.) 11) Restrooms: a. Empty trash receptacles; replace liners; wash weekly with germicidal cleaner. Janitorial RFP b. Sweep and wet mop floors with germicidal cleaner. c. Wash all basins, bowls and other fixtures with germicidal cleaner. Page 11 d. Wash both sides of toilet seats with germicidal cleaner. Leave in "UP"position; put in deodorant blocks as needed. e. Wash urinals with germicidal solution; put in urinal screens and deodorant blocks as needed. f. Wash and polish all mirrors,powder shelves, bright work, etc. g. Spot clean walls and partitions. h. Fill towel,tissue,and soap dispensers. 17.2 WEEKLY Services 1) Scrub&refinish or apply restoration and hi-speed buff resilient floors to maintain high gloss finish. 2) Elevators: Vacuum thresholds,dust door jambs,wash interior and exterior of elevator with a germicidal cleaner. 3) Wash interior and exterior of entry doors, wash door handles, panic bars, and push plates with a germicidal cleaner. 4) Clean glass in doors and office entrances. 5) Maintain janitor rooms,mop sinks, and keep storage rooms in a clean and orderly fashion. 17.3 MONTHLY Services 1) Clean all door kick plates. 2) Vacuum fabric on chairs in offices and common areas, wash vinyl/leather surfaces,polish wood surfaces. 3) Vacuum return air vents, dust outside of light fixtures. 17.4 QUARTERLY Services 1) Polish wood paneling. Janitorial RFP 2) Scrub &refinish stairways. 3) Completely wash restroom walls and partitions with germicidal cleaner. Page 12 4) Wash all waste baskets. 17.5 SEMI-ANNUAL Services 1) Bonnet clean or hot water extract and deodorize all carpeted areas. 2) Dust/vacuum all window blinds. 3) Clean ALL facility windows,inside and outside. 17.6 ANNUAL Services 1) Strip &refinish all hard surface floors. 2) Deep clean all ceramic tile floors in restrooms, reseal grout, where applicable.. 18. REFERENCES: The bidder must provide along with the proposal the names of two (2) or more references - installations of comparable size in which the company currently provides janitorial services. Bidder must list names of firms, addresses, phone numbers and name of contact persons. II Janitorial RFP CITY OF WATERLOO FORM OF BID The bidder, having fully read this document, hereby acknowledges that this Bid Proposal completely reflects the total bid price contained herein. It is the bidder's responsibility to determine the bid price based on the bidder's own evaluation of the space to be covered and the work to be done. BASE BID PER MONTH: City Hall $ per month Carnegie Annex $ per month Police Training Center $ per month 1 Memorial Hall $ per month Waste Management $ per month Parking Ramp $ per month TOTAL BID: $ PER MONTH ADDITIONAL POSSIBLE CHARGES (EXTRA WORK REQUESTED): $ Hourly rate per supervisor for additional work as required by the City. Janitorial RFP t 1 $ Hourly rate per employee for additional work as required by the City. CITY OF WATERLOO FORM OF BID (cont.) Company (City, State) By: (Authorized Signature) By: (Printed Name) (Date) Janitorial RFP