HomeMy WebLinkAboutImage Property Services 01-03-2018 jMk�� �Mq SLKkUS
bv�
RECEIVED
CITY CLERK
2018 J",t; -3 PH 2 43
January 31d, 2018
City of Pomona
Attention: Keri Hinojos
505 S. Garey Avenue
Pomona, CA 91766
Dear Ms. Hinojos:
IMAGE Property Services is pleased to present our proposal for janitorial services at the City of Pomona.
We look forward to the prospect of establishing a business relationship with you and the City of Pomona.
Image Property Services is an affiliated company of Commercial Service Solutions (CSS) and is uniquely
qualified to meet the needs of the City of Pomona due to our extensive experience in providing logistics,
management and premium cleaning services to multiple customers throughout our locations for the last
13 years. The coordination of customer service and green cleaning services for multi-site customers is a
key strength of Image/CSS and is a daily operation for our company. Green cleaning is a standard
practice for each of our accounts and would be implemented at your facilities as well.
Image Property Services has built a consistent and proven team of professionals to handle any cleaning
and service challenge and we look forward to becoming a part of your service team. Image Property
Services delivers consistent, competent, and capable services with documented performance and our
unique management philosophy will help the City of Pomona achieve their desired results. Please note that
this project was not bid at prevailing wage.
Thank you in advance for you time and consideration.
Sincerely,
Jaclyn Weishar
Business Development Manager
Image Property Services
P: 800-298-5922
jaclynw@imagecleans.com
Janitorial Services, Bid No. 2017-21
8. BIDDER SUMMARY S_gEET
Bidder's Name: Image Property Services
Bidder's Address: 13001 Ramona Blvd. Baldwin Park CA 91706
PlanetBids Vendor ID Number for the City of Pomona: 571629
(Bidders MUST be a registered Prospective Bidder and have downloaded the bid document from PlanetBids-DO NOT
REGISTER FOR THIS BID THROUGH A THIRD PARTY OTHER THAN PLANETBIDS)
California State License Board (CLSB) Number. NIA
Department of Industrial Relations (DIR) Registration Number: NIA
Number of years providing the specified services: Seven
Main Telephone Number: 800 298-5922 Fax Number: 602 943-4926
Bid Contact (person responsible for answering questions related to the Bid response):
Name: Angie Zavala Title: Branch Manager
Telephone Number: 800 298-5922 Fax: 602 943-4926
Email: An ieZ ima ecleans.com
Management Contact (person responsible for making contract decisions).
Name: John Coulter Title: General Manager
Telephone Number: 800 298-5922 Fax: 602 943-4926
Email: JohnC00magecleans.com
Contract/Account Manager (Person responsible for the day-to-day servicing of the
Contract/Account)-
Name: Jaclyn Weishar Title:Business Development Manager
Telephone Number: 800 298-5922 Fax: 602 943-4926
Email: Jacl nW ima ecleans.com
Page 11 of 34
Janitorial Services, Bid No. 2017-21
9. SPECIFICAILONS AND SCQPE..OF
The scope of services shall be in accordance with the attached Scope of Services, which is
Exhibit "A" to the SAMPLE AGREEMENT provided herein.
— [END OF SPECIFICATIONS AND SCOPE OF SERVICES] —
Page 12 of 34
Janitorial Services, Bid No. 2017-21
10-SPECIFICATION WORKSHEET
Not Applicable.
Pace 13 of 34
REVISED -.Janitorial Services, Bid No. 2017-21
11. REVISED - BID SHEET
Janitorial Services, Bid No. 2017-21
The following prices shall be for the initial term of three (3) years:
ITEM DESCRIPTIONjn
PRICE PER Q-� EXTENDED PRICE
YEAR
.61 018-$170,155.32 $546,690.60
1. Civic Center Facilities05 019-$182,904.72 3 YRS
8$ 020 $t93,63 0.56
City Yard Fleet & Adm8 -$6,111.16 2018 -$73,333.92 $237,865.57
Z' Offices 9 - $6,620.00 019-879,439.95 3 YRS
0 -$7,090.98 020-$85,091.70
Water Yard & Central 018 - $1,271.50 2018 -$15,258.00 $47,560.19
3. Store Offices 019 - $1,308.49 2019 -$15,701.97 3 YRS
020 -$1,383.35 2020-$I6,600.22
018 - $1,222.27 2018 -$14,667.28 $47,370.27
4. Regional Transit Center 019 - $1,315.84 019 -$15,790.09 3 YRS
020 -$14(9
, .41 2020-$16,912.90
6 Police Department 018 - $8,671.94 018-$104,063.28 $335.919.36
Facilities 019 -$991.
19 -$9,229.00 019-$110,748.00 3 YRS
2020 -$10,092.34 020-$121,108.08
Unit Price $15,167.02 (unit cost x 3 years)
6. Performance Bond 3.5% of annual 3 EA $45,501.06
ost
TOTAL CONTRACT PRICE FOR INITIAL THREE (3) TERM $1,213,536.78
The following prices shall be for optional term extension for year four(4):
ITEM DESCRIPTION MONTHLY PRICE PER 4YR
PRICE YEAR EXTENDED PRICE
$17,205.22 $206,462.6406,462.64
7. Civic Center Facilities
City YardFleet & Admin $7,561.95 $90,743.45 $90,743.45
$' Offices 1 YR
9 Water Yard & Central $1,458.20 $17,498.46 $17,498.46
Store Offices 1 YR
$1,506.72 $18,080.63 $18,080,63
10. Regional Transit Center 1 YR
1 Police Department $10,340.12 $124,081.44 1 YR $124,081.44
Facilities
Unit Price $15,990.33 (unit cost x 1 year)
12. Performance Bond 3.5%of annual 1 EA $15,990.33
cost
TOTAL CONTRACT PRICE FOR EXTENSION OPTION YEAR FOUR (4) $472.856.95
Page 14 of 36
REVISED -Janitorial Services, Bid No. 2017-21
The following prices shall be for optional term extension for year five (5):
ITEM DESCRIPTION MONTHLY4$2-18,75784
PRICE PER QTY EXTENDED PRICE
PRICE YEAR
$18,229.82 $218,757.84
13. Civic Center Facilities1 YR
City Yard Fleet & Admin $8,032.93 $96,395.20 $96,395.20
14. Offices 1 YR
Water Yard & Central $1,533.06 $18,396.71 $18,396.71
15. Store Offices 1 YR
$1,598.99 $19,187.86 $19,187.86
16. Regional Transit Center 1 YR
17 Police Department $10,900.17 $130,802.04 1 YR $130,802.04
Facilities
n%o
e $16,923.89 (unit cost x 1 year)
18. Performance Bond l 1 EA $16,923.89
TOTAL CONTRACT PRICE FOR EXTENSION OPTION YEAR FIVE (5) $500,463.54
COMBINED CONTRACT TOTAL FOR INITIAL THREE (3) YEAR TERM, PLUS TWO (2)
YEAR EXTENTION OPTIONS:
ITEM TERM PRICE PER TERM
19. INITIAL THREE (3) TERM12019
-$92,644.82
- $419,751.75
-$448,510.48
20. OPTION YEAR FOUR (4) ,856.95
21. OPTION YEAR FIVE (5) ,463.54
Additional Services Prices:
ITEM DESCRIPTION PRICE PER
SQUAREFOOT
22. Civic Center Facilities $0'12
23. City Yard Fleet & Admin Offices $0.12
24. Water Yard & Central Store Offices $0.12
25. Regional Transit Center $0.12
26. Police Department Facilities $0'12
Page 15 of 36
Janitorial Services, Bid No. 2017-21
MRKFORCE EXARPLE
City Hall Facilities
Contract Manager Roman Fuerte
Number of Night Supervisor(s) 1
Number of Cleaning Crews 3
Number of Staff on Each Crew 1-3
City Yard Facilities
Contract Manager Roman Fuerte
Number of Night Supervisor(s) 1
Number of Cleaning Crews 2
Number of Staff on Each Crew 1-2
Regional Transit Center Facilities
Contract Manager Roman Fuerte
Number of Night Supervisor(s) 1
Number of Cleaning Crews 2
Number of Staff on Each Crew 1
Pomona Police Department Facilities
Contract Manager Roman Fuerte
Number of Night Supervisor(s) 1
Number of Cleaning Crews 2
Number of Staff on Each Crew 1-2
Page 16 of 34
Janitorial Services, Bid No. 2017-21
12.REFERENCES
Provide three (3) past or current federal, state or local government agency references that are
comparable to the size of the City of Pomona that your company has directly contracted with as the
primary contractor. Goods or services provided must be equal to the specifications or scope of
services published herein. References must be for goods or services provided within the past five
(5) years.
1. Company Name Crossings at Corona
Address 2470 Tuscany Street
City Corona State CA Zip 92881
Contact Name and Title: Kay Wilson — Property Manager
Telephone 949-400-7593 Email kwilson castlecooke.com
Number of years that services have been or were provided: Two (ongoing. )
Service provided Dai!y ianitorial service for 1 millions uare ft. retail center.
2. Company Name Samuelson and Fetter
Address 602 E. Huntington #D
City Monrovia State CA Zip 91016
Contact Name and Title: Michael Jones — Senior Property Manager
Telephone626-305-5530 Email mike samulesonandfetter,com
Number of years that services have been or were provided: One (on-going)
Service provided Nightly manitorial service for eight 8 multi-tenant office buildings varying in
laboratories schools and aerospace totaling in 900,000 square feet.
3. Company Name Orange County Fire Department
Address 1 Fire Authority
City Irvine State CA Zip 92602
Contact Name and Title: Steve Klein — Facilities Maintenance Manager
Telephone714-573-6475 Email steveklein ocfa.or
Number of years that services have been or were provided: Seven (ongoing)
Service provided Carpet Cleaning of all Orange County fire department facilities.
PaeP 17 of 34
Janitorial Services, Bid No. 2017-21
13.CITY OF P QUESTIONNAIRE
Failure to complete and submit this Worksheet with the Bid response will render
the Bid non-responsive and will not be considered for award.
Name of Business: Image Property Services
Division or Subsidiary, if applicable:
Business Address: 13001 Ramona Blvd.
Baldwin Park, CA 91706
Business Telephone No.: 800 298-5922
Contact Person. Angie Zavala
Title: Branch Manager
Type of Business:
Non Profit [ ]
Sole Proprietorship [ ]
Partnership — General [ ]
— Limited
— Corporation ["
Is the business 51% or more owned by:
American Indian [ ]
Asian [ ]
Black [ ]
Hispanic [ ]
Female �]
Other [ ]
(please specify)
Prepared By: Jaclyn Weishar
Title: Business Development Manager
Date: 113118
For more information, please contact the City of Pomona Purchasing Division (909) 620-2381.
Page 18 of 34
Janitorial Services, Bid No. 2017-21
14.QIIX OF �_TATEMENT OE NON-CQLLUSION BY CONTRACTOR
Failure to complete and submit this Worksheet with the Bid response will render the Bid non-responsive
and will not be considered for award.
The undersigned who submits herewith to the City of Pomona a Bid or proposal does hereby certify that:
a. All statements of fact in such bid or proposal are true;
b. Such bid or proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company,
association, organization or corporation;
C. Such bid or proposal is genuine and not collusive or sham;
d. Bidder has not, directly or indirectly by agreement, communication or conference with anyone, attempted to induce
action prejudicial to the interest of the City of Pomona or of any other bidder or anyone else interested in the
proposed procurement,-
e.
rocurement;e. Bidder did not, directly or indirectly, collude, conspire, connive or agree with anyone else that said bidder or anyone
else would submit a false or sham bid or proposal, or that anyone should refrain from bidding or withdraw his bid or
proposal;
f. Bidder did not, in any manner, directly or indirectly seek by agreement, communication or conference with anyone
to raise or fix the bid or proposal price of said bidder or of anyone else, or to raise or fix any overhead, profit or cost
element of his bid or proposal price, or that of anyone else;
g. Bidder did not, directly or indirectly, submit his bid or proposal price or any breakdown thereof, or the contents
thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association,
organization, bid depository, or to any member agent thereof, or to any individual or group of individuals, except to
the City of Pomona, or to any person or persons who have a partnership or other financial interest with said bidder
in his business.
h. Bidder did not provide, directly or indirectly to any officer or employee of the City of Pomona any gratuity,
entertainment, meals, or anything of value, whatsoever, which could be construed as intending to invoke any form
of reciprocation or favorable treatment.
i. No officer or principal of the undersigned firm is employed or has been employed, either full or part time, by the City
of Pomona, either currently or within the last two (2) years, or is related to any officer or employee of the City by
blood or marriage within the third degree. An exception to this section may be granted by approval of the City
Council prior to contract award.
j. No officer or principal of the undersigned firm nor any subcontractor to be engaged by the principal has been
convicted by a court of competent jurisdiction of any charge of fraud, bribery, collusion, conspiracy or any other act
in violation of any state or federal antitrust law in connection with the bidding on, award of, or performance of, any
public work contract, with any public entity, within the last three years.
I certify, under penalty of perjury under the laws of the State of California, that the foregoing is true and
correct and that this certification was executed on (Date) 113118 at (Location)
Baldwin Park California.
Business: By:
Image Property Services
Address: (Signature)
13001 Ramona Blvd. Baldwin Park, CA 91706 John Coulter, General Manager
(Print Name & Title)
Page 19 of 34
Janitorial Services, Bid No, 2017-21
15.CMQF POMQNA AGREEMENT FOR INDEMNIFICATION BY CONTRACTOR
ACCEETANCE AND ACKNQWLEDGMENT OF T PRACTICES OF
THE CITY OF POMONA
Failure to complete and submit this Worksheet with the Bid response will render the Bid non-responsive and will not be
considered for award.
The City of Pomona requires contractors and suppliers of services to the City to agree to indemnify and hold the City of
Pomona harmless for claims or losses arising from, or in connection with, the contracting party's work for the City of
Pomona before a Purchase Order is issued.
To reduce the possibility of misunderstanding between contracting parties and the City in case of a claim or lawsuit, the
City of Pomona is requiring that contacting parties who perform services for the City sign this letter. This letter will act
as and become a part of each Contract/Purchase Order between the City of Pomona and the contracting parties signing
the letter for the duration of the contract term and any extensions thereto.
In consideration of the opportunity of doing work for the City of Pomona and benefits to be received thereby,
the contracting party to this agreement agrees as follows:
1. That where a contract, purchase order or confirming order is issued by the City of Pomona awarding a contract, this
Letter Agreement is to be considered part of that contract.
2. Contractor agrees to indemnify the City of Pomona, and any officer, employee or agent, and hold the City of
Pomona, and any officer, employee or agent, thereof harmless from any and all claims, liabilities, obligations and
causes of action, of whatsoever kind or nature, for injury to, or death of, any person (including officers, employees
and agents of the City of Pomona), and for injury or damage to or destruction of property (including property of the
City of Pomona), resulting from any and all actions or omissions of contractor or contractor's employees, agents or
invitees, or any subcontractor of contractor or any of such subcontractor's employees, agents or invitees.
3. That the contracting party specifically waives the benefits and protection of Labor Code Section 3864 which
provides: "If an action, as provided in this chapter, is prosecuted by the employee, the employer, or both jointly
against the third person results in judgment against such third person or settlement by such third person, the
employer shall have no liability to reimburse or hold such third person harmless on such judgment or settlement in
the absence of a written agreement so to be executed prior to the injury." This waiver will apply to the contracting
party to this letter to any contracts awarded by the City of Pomona during the term of this Agreement and any
extensions thereto.
4. That this Agreement has been signed by an authorized representative of the contracting party, and such
representative has the authority to bind the contractor to all terms and conditions of this Agreement.
5. That this Agreement shall be binding upon the successors and assignees of the contracting party to any contract
with the City of Pomona. As a condition precedent to acceptance, any contacts from the City of Pomona and
contracting party agree to advise its successors or assignees of this Agreement and to obtain their consent to it in
writing before the work of the representative successor or assignees begins. Such assignment shall not be
effective without the prior written consent of the City of Pomona.
6. To promptly notify the City of Pomona of any change in ownership of the contracting party while this Agreement is in
force.
This letter Agreement cannot be modified or changed without the express written consent of the City of Attorney of the
City of Pomona.
I agree to the terms of this Letter Agreement on behalf of:
Business:lma a Property Services B, . Z�" Ag���
Signature)
Address: 13001 Ramona Blvd. Baldwin Park, CA 91706 John Coulter General Manager
(Print Name &Title)
Date: 113118
Page 20 of 34
REVISED -Janitorial Services, Bid No. 2017-21
This document is signed by the respective parties on the dates next to their names.
(The Principal and Surety must attach Notary Acknowledgements, as well as proof n f signature
authorization or Power of Attorney.)
PRINCIPAL
Signature: Date:
Name and Title(Print):
SURETY
I declare under penalty of perjury under the laws of the State of California that the contents of the above Faithful
Performance Bond are true and correct, and that I have been duly authorized to sign this Faithful Performance
Bond on behalf of Surety. This Declaration is signed on , in the City of
State of California.
Signature: Date:
Name and Title (Print):
Name and License u r at on C i a e ns an L ice a tabase:
0
APPROVED AS TO FORM:
Arnold M. Alvarez-Glasman, City Attorney
Page 33 of 36
REVISED -Janitorial Services, Bid No. 2017-21
(Use of City Bond Form is Required)
(Updated 10-22-15)
FAITHFUL PERFORMANCE BOND
PUBLIC WORK (CALIFORNIA)
KNOW ALL MEN BY THESE PRESENTS:
Obligee) have entered into a written contract, hereinafter called the Contract, a copy of which is or may be
attached hereto, dated the day of , 2015, referred to and made a part
hereof for Project Name and all appurtenant work in accordance with Project No. xxx-xxxx-xxxxx which
agreement requires the Principal to provide Obligee with this bond.
NOW THEREFORE, we, (as Principal) and
(as Surety) a corporation organized under the laws of
and duly authorized to transact business in the State of California, as Surety,
are held firmly bound unto the City of Pomona (as Obligee) in the sum of
Dollars
($ }, lawful money of the United States of America, for the payment whereof well
and truly to be made e Prin ' al and Surety bind themselves, their heirs, executors, administrators,
successors, and assi s, oin nd y, y-l�, re
0
The address at whie th ret `be'se e th o 'ce rs of er o u n
The address at which the Principal may be served with notices, papers and other documents is:
The condition of the foregoing obligation is such that if the Principal, his or its heirs, executors,
administrators, successors or assigns, and each of his or its subcontractors shall well and truly perform and
fulfill all the undertakings, covenants, teirns, conditions, and agreements of said contract, and during the life of
any guaranty required under the contract, and shall also well and truly perform and fulfill all the undertakings,
covenants, terms, conditions, and agreements of any and all duly authorized modifications of said contract that
may hereafter be made, then this obligation shall be void, otherwise it shall be and remain in full force and
effect.
As part of the obligation secured hereby and in addition to the face amount specified therefor, there shall
be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the obligee
in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered.
The Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the
terms of the agreement or to the work to be performed thereunder or the specifications accompanying the same
shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the agreement or to the work or to the specifications.
Page 32 of 36
REVISED -Janitorial Services, Bid No. 2017-21
17. EXCEPTIONS SHEET
Exceptions to any part of this bid document (scope of work, specifications, required forms, sample
terms and conditions, etc.) must be clearly identified and described in detail using the following
worksheet. Make a copy of, and use additional sheets if needed. Bidder must state if no exceptions
will be taken. Failure to complete and submit this worksheet with the bid response may render the
bid submittal as non-responsive.
Janitorial Services, Bid No. 2017-21
Reference Reference
Page# ' Item # Exceptions
6 -1• This project was not bid at prevailing wage.
Page 35 of 36
Janitorial Services, Bid No. 2017-21
18• ACKNOWL90GEMENLAND SIGNATURE OF AUTHORIZATION
"Janitorial Services, Bid No. 2017-21"
Failure to complete and submit this Worksheet with the Bid response will render the Bid non-responsive and will not be
considered for award.
I— John Coulter General Manager have read and understand
(Full Printed Name) (Title)
the Bid Document, and I am duly authorized to commit my company to sell goods or perform
services specified herein. I understand by signing this bid I am not obligating the City to make this
procurement, nor am I signing a contract to sell goods or perform services.
signingBE n award of a contract. l
• ns. :acoioe of se uirementsn i • described
This bid is firm for 90 days from the due date identified in the Schedule of Events of this Bid.
Authorized Representative:
Business Name: Image Property Services Authorized Signer:
13001 Ramona Blvd. Baldwin Park, CA 91706 T
Business Address: (Si ature)
(800) 298-5922/JohnC@imagecleans.com John Coulter, General Manager
Phone Number/E-mail Address: (Print Name & Title)
Page 34 of 34