HomeMy WebLinkAbout06 AWARD OF CONTRACT FOR CUSTODIAL MAINTENANCE SERVICESDocusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
MEETING DATE
TO
FROM
Agenda Item 6
Initial
AGENDA REPORT Reviewed: Q`LS
City Manager
Finance Director 9
JUNE 3, 2025
ALDO E. SCHINDLER, CITY MANAGER
MICHAEL GRISSO, DIRECTOR OF PUBLIC WORKS
SUBJECT: AWARD OF CONTRACT FOR CUSTODIAL MAINTENANCE
SERVICES
SUMMARY:
Staff is requesting the City Council award a contract for custodial maintenance services at
various City buildings and park restrooms to Executive Facility Services, Inc. The contract
will provide for all daily and periodic custodial needs for Fiscal Years 2025-2027, with the
option of three (3), one-year extensions through June 30, 2030.
RECOMMENDATION:
It is recommended that the City Council award a Custodial Maintenance Services Contract
to Executive Facility Services, Inc., and authorize the Mayor and the City Clerk to execute
the contract documents on behalf of the City.
FISCAL IMPACT:
The proposal submitted by Executive Facility Services, Inc. includes an annual cost of
$792,999.60 between July 1, 2025 and June 30, 2026. Funding has been requested in the
Fiscal Year 2025-2026 Public Works Operating Budget. Future contract price adjustments
may be considered each year per the contract terms, which cannot exceed the annual
Consumer Price Index.
CORRELATION TO THE STRATEGIC PLAN:
This agreement contributes to the fulfillment of the City's Strategic Plan Goal B, Strategy 5
by ensuring continuous maintenance of City facilities.
BACKGROUND AND DISCUSSION:
The City contracts for all routine custodial services for City buildings and park restrooms.
The current Custodial Services Agreement with Merchants Building Maintenance will
terminate on June 30, 2025. A Request for Proposals was released in February 2025 and
five companies attended the mandatory walk-through meeting on March 18, 2025.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
City Council Agenda Report
Custodial Maintenance Services Contract
June 3, 2025
Page 2
Four proposals were received and evaluated by staff from Public Works, Police, and
Community Development to determine which proposal offered the best value to the
City. Each proposal was evaluated based on six categories: technical ability and
experience, ability to show "Qualified Proposer" status, commitment to supply necessary
equipment to fulfill contract specifications, local experience & knowledge of custodial
maintenance in the public sector, financial impact to the city, and contractors' ability to
provide bonds, insurance and satisfactory references.
Each category received a numerical score. A final score was tabulated for all categories and
averaged to determine the ranking of the proposers. The ranking results from the proposals
are as follows:
1 96 Executive Facility Services, Inc. $792,999.60
2 89.25 Premier Property Preservation, LLC $2,140,967.28
3 84 Merchants Building Maintenance $821,815.56
4 75 Universal Building Maintenance, LLC $844,538.40
Interviews were then conducted with all four companies and proposers were ranked on a
scale between 1-10, with 10 being the highest ranking. The results from the interviews are
as follows:
Rating Scorem
1 10
Contractor
Executive Facility Services, Inc.
2
7
Universal Building Maintenance, LLC
3
6
Merchants Building Maintenance
4
4
Premier Property Preservation, LLC
Executive Facility Services, Inc. was selected as the most qualified proposer after evaluating
their proposal along with information gathered during reference checks and the final
interview.
It is recommended that the City Council award a Custodial Maintenance Services contract to
Executive Facility Services, Inc., and authorize the Mayor and the City Clerk to execute the
contract documents on behalf of the City. The City Attorney has approved the agreement as
to form.
yL.l V--- C) (L-L l-
Michael Grisso
Director of Public Works
Attachment:
1. Proposed Contract (including Request for Proposals & Executive Facility Services,
Inc. Proposal)
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CONTRACT FOR
CUSTODIAL SERVICES
FOR THE PERIOD OF
July 1, 2025 — June 30, 2027
This agreement, dated July 1, 2025, between the City of Tustin, California, hereinafter called City,
and Executive Facilities Services, Inc hereinafter called Contractor is for Custodial Services
provided to the City on an annual basis.
ARTICLE I Witnesseth, that for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by the City, and under the conditions expressed in the two
bonds, bearing date with these presents and hereunto annexed, the Contractor agreed with City,
at his own proper cost and expense, to do all the work and furnish all the materials necessary to
construct and complete in good workmanlike and substantial manner and to the satisfaction of
the City, in accordance with the scope of work entitled:
CUSTODIAL SERVICES
FOR THE PERIOD OF
July 1, 2025 — June 30, 2027
The scope of work is incorporated into this agreement as Exhibit 1 (Request for Proposal) and
Exhibit 2 (Contractor's Proposal). Together, they establish the performance standards, scope of
services (work), and deliverables applicable to this agreement and shall serve as a reference
throughout the term of the contract.
ARTICLE II Contractor agrees to receive and accept the following prices as full compensation for
furnishing all materials and for doing all the work contemplated and embraced in the Agreement;
and also for all loss or damage arising out of the nature of the work aforesaid, or from the action of
the elements, or from any unforeseen difficulties or obstructions which may arise or be
encountered in the prosecution of the work until its acceptance by the City, and for all risks of
every description connected with the work; also for all expenses incurred by or in consequence
of the suspension or discontinuance of work and for well and faithfully completing the work, and
the whole thereof, in the manner and according to the scope of work, and the requirements of the
City.
M
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CONTRACT FOR CITY OF TUSTIN, CALIFORNIA
CUSTODIAL SERVICES COST SHEET
FOR THE PERIOD OF
July 1, 2025 - June 30, 2027
ITEMIZED COST PER MONTH
Item
No.
Facilities
Days
per
week
General
Custodial
Floor
Care
Labor to
empty
trash/
recycling
Supplies
Total
cost
per
month
Total
annual
cost
1.
City Hall
5
$2443.20
$213.35
$1422.33
$389.99
$4588.16
$55057.92
2.
Columbus Tustin
Activity Center
& Gymnasium
7
$1554.73
$135.77
$905.12
$248.18
$2919.74
$35036.88
3.
Community Center
6
$799.59
$69.82
$465.49
$127.63
$1501.58
$18018.96
4.
Council Chambers,
Conference
Room, Atrium
5
$444.52
$38.79
$258.61
$70.91
$834.21
$10010.52
5.
Legacy Annex
7
$1243.81
$108.61
$724.09
$198.54
$2335.79
$28029.48
6.
Tustin Corporate
Yard (Admin
Building &
Garage Office)
5
$1554.76
$135.77
$905.12
$248.18
$2919.74
$35036.88
7.
Metrolink Station
7
$2487.62
$217.23
$1448.19
$397.08
$4671.58
$56058.96
8.
Police Department
7
$4975.23
$434.46
$2896.38
$794.17
$9343.15
$1121 17.80
9.
Police Dept.
Parking Structure
7
$1554.76
$135.77
$905.12
$248.18
$2919.74
$35036.88
10.
Tustin Area Senior
Center
6
$1865.71
$162.92
$1086.14
$297.81
$3503.68
$42044.16
11.
Tustin Family
Youth Center
6
$799.59
$69.82
$465.49
$127.63
$1501.58
$18018.96
12.
Camino Real Park
7
$594.87
$51.95
$346.31
$94.96
$11 17.12
$13405.44
13.
Cedar Grove Park
7
$892.34
$77.92
$519.48
$142.44
$1675.75
$20409.00
14.
Centennial Park
7
$594.87
$51.95
$346.31
$94.96
$11 17.12
$13405.44
15.
Citrus Ranch Park
7
$892.34
$77.92
$519.48
$142.44
$1675.75
$20109.00
16.
Columbus Tustin Park
7
$892.29
$77.92
$519.46
$142.43
$1675.67
$20108.04
17.
Frontier Park
7
$594.87
$51.95
$346.31
$94.96
$1 1 17.12
$13405.44
18.
Heritage Park
7
$892.34
$77.92
$519.48
$142.44
$1675.75
$20109.00
19.
Laurel Glen Park
7
$594.87
$51.95
$346.31
$94.96
$11 17.12
$13405.44
20.
Linear Park
7
$1784.59
$155.84
$1038.92
$284.86
$3351.35
$40216.20
21.
Magnolia Park
7
$594.87
$51.95
$346.31
$94.96
$1117.12
$13405.44
22.
McFadden Parkette
7
N/A
N/A
$86.27
$23.65
$278.88
$3339.36
23.
Peppertree Park
7
$892.29
$77.92
$519.49
$142.44
$1675.76
$20109.12
24.
Pinetree Park
7
$892.29
$77.92
$519.46
$142.43
$1675.67
$20108.04
M
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
25.
Pioneer Park
7
$892.29
$77.92
$519.46
$142.43
$1675.67
$20108.04
26.
Santa Clara Park
7
N/A
N/A
$86.54
$23.74
$279.28
$3351.36
27.
Tustin Sports Park
7
$1784.59
$155.84
$1068.92
$284.86
$3351.35
$40216.20
28.
Veterans Sports Park
7
$1784.59
$155.84
$1038.92
$284.86
$3351.35
$40216.20
29.
Victory Park
7
$594.87
$51.95
$346.31
$94.96
$1 1 17.12
$13405.44
MONTHLY GRAND TOTAL
$66,083.30
ANNUAL GRAND TOTAL
$792,999.60
Pricing below is for one-time annual strip and recoat of the wood floors at the following
locations.
A. Senior Center (See Specs in Exhibit 1)
B. Columbus Tustin Gymnasium - Basketball Courts
(See Specs in Exhibit 1)
C. Columbus Tustin Gymnasium - Class Room Area
(See Specs in Exhibit 1)
$ 31753.1 1
$ 82565.45
G11M
These costs can be used to delete or add additional wood floor strip and recoat services
at the discretion of the City.
W
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
ARTICLE III City hereby promises and agrees with Contractor to employ and does
hereby employ Contractor to provide the materials and to do the work according to the terms
and conditions herein contained and referred to, for the prices aforesaid, and hereby
contracts to pay the same at the time, in the manner and upon the conditions above set forth;
and the said parties for themselves, their heirs, executors, administrators, successors and
assigns do hereby agree to the full performance of the covenants herein contained.
ARTICLE IV It is further expressly agreed by and between the parties hereto that
should there be any conflict between the terms of this instrument and the bid or proposal of
Contractor, then this instrument shall control and nothing herein shall be considered as an
acceptance of the said terms of said proposal conflicting herewith.
ARTICLE V
1. The CITY OF TUSTIN has obtained from the Director of Industrial Relations the
general prevailing rate of per diem wages and the general prevailing rate for legal
holiday and overtime work in the locality in which the work is to be performed for
each craft or type of work needed to execute this contract and maintains copies
thereof in the office of the City Engineer.
The Contractor agrees that not less than said prevailing rates shall be paid to
workers employed on this public works contract as required by Labor Code
Sections 1771 and 1774 of the State of California.
PREVAILING WAGES NOTICE REQUIREMENTS
No contractor or subcontractor shall be listed on a bid proposal for a Public Works
project unless registered with the Department of Industrial Relations pursuant to
Labor Code Section 1725.5.
No Contractor or subcontractor shall be awarded a contract for public work on a
Public Works project unless registered with the Department of Industrial Relations
pursuant to Labor Code Section 1725.5.
This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
2. The Contractor shall, as a penalty to the CITY OF TUSTIN, forfeit Fifty Dollars
($50.00) for each calendar day or portion thereof for each worker paid (either by
Contractor or any subcontractor of Contractor) less than the prevailing rate as
prescribed in the preceding paragraph for the work provided for in this contract, all
in accordance with Sections 1774 and 1775 of the Labor Code of the State of
California.
3. Section 1773.5 of the Labor Code of the State of California, regarding the payment
of travel and subsistence payments, is applicable to this contract.
4. Section 1777.5 of the Labor Code of the State of California, regarding the
employment of apprentices, is applicable to this contract if the prime contract
involves Thirty Thousand Dollars ($30,000.00) or more, or twenty (20) working
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
days or more and under such circumstances, Contractor shall be fully responsible
to ensure compliance with all the provisions of Labor Code §1777.5 for all
apprenticeable occupations on the project. A Contractor or subcontractor who
violates Section 1777.5 shall forfeit to the City of Tustin, as a civil penalty, the sum
of Fifty Dollars ($50.00) for each calendar day of noncompliance. Notwithstanding
Section 1727 of the Labor Code, upon receipt of a determination that a civil penalty
has been imposed, the City of Tustin shall withhold the amount of the civil penalty
from contract progress payments then due or to become due. Any funds withheld
by the City of Tustin pursuant to this section shall be deposited in the General
Fund of the City of Tustin.
5. The Contractor shall not employ, or allow work to be performed by a subcontractor
who is ineligible to perform work on the project pursuant to Section 1777.1 or
1777.7 of the Labor Code pertaining to debarment by the Labor Commissioner for
violations of prevailing Wage Laws.
6. In performance of this contract, not more than eight (8) hours shall constitute a day's
work. The Contractor shall fully conform to Article 3, Chapter 1, Part 7, Division 2
(Sections 1810 et seq.) of the Labor Code of the State of California. Pursuant to
the provisions of Section 1813 of the Labor Code of the State of California, the
Contractor shall, as a penalty to the City of Tustin, forfeit twenty-five Dollars
($25.00) for each worker employed in the execution of the contract by the
Contractor or by any subcontractor for each calendar day during which such
worker is required or permitted to work more than eight (8) hours in any one
calendar day and forty (40) hours in any one calendar week in violation of the
provisions of Article 3 of Chapter 1 of Part 7 of Division 2 of the Labor Code of the
State of California. Contractor shall keep an accurate record showing the name
and actual hours worked each calendar day and each calendar week by each
worker employed by Contractor in connection with the publicwork.
7. Contractor agrees to keep accurate payroll records showing the name, address,
social security number, work classification, straight time and overtime hours
worked each day and week and the actual per diem wages paid to each
journeyman, apprentice or worker employed by him in connection with the public
work, and agrees to insist that each of his subcontractors do the same. Contractor
further agrees that his payroll records and those of his subcontractors shall be
available to the employee or his representative, the Division of Labor Standards
Enforcement, and the Division of Apprenticeship Standards, and shall comply with
all of the provisions of Labor Code Section 1776, et seq., in general.
8. Contractor is also aware of the provisions of Section 3700 of the Labor Code,
which requires every employer to be insured against liability for Worker's
Compensation or undertake self-insurance in accordance with the provisions of
that code and will comply with such provisions before commencing the
performance of the work of this contract.
Ml
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
ARTICLE VI In connection with the performance of this contract, the City shall have the
authority to enter the worksite at any time for the purpose of identifying the existence of conditions,
either actual or threatened, that may present a danger or hazard to any and all employees. The
Contractor agrees that the City, in its sole authority and discretion, may order the immediate
abatement of any and all conditions that may present an actual or threatened danger or hazard
to any and all employees at the worksite.
The Contractor acknowledges the provisions of Section 6400 of the Labor Code, which
requires that employers shall furnish employment and a place of employment that is safe and
healthful for all employees working therein. In the event the City identifies the existence, of
any condition, that presents an actual or threatened danger or hazard to any and all
employees at the worksite the City is hereby authorized to order the immediate abatement of
that actual or threatened condition pursuant to this section.
The City may also, at its sole authority and discretion, issue an immediate stop work order to
the Contractor to ensure that no employee working at the worksite is exposed to a dangerous
or hazardous condition. Any stop work order issued by the City to the Contractor in
accordance with the provisions of this section shall not give rise to any claim or cause of
action for delay damages by the Contractor or the Contractor's agents or subcontractors
against the City.
ARTICLE VII The Contractor shall indemnify and save harmless the city of Tustin and
all officers and employees thereof from all claims, suite, or actions of every name, kind and
description, brought for, or on account of, injuries to or death of any person including, but not
limited to, workers and the public, or damage to property resulting from the construction of
the work or by or in consequence of any negligence regarding the work, use of improper
materials or equipment in construction of the work, neglect or refusal of Contractorto faithfully
perform the work and all of Contractor's obligations under the contract, or by or on account of
any act or omission by the Contractor or his agents or a subcontractor or his agents or a third
party during the progress of the work or at any time before its completion and final
acceptance, or which might arise in connection with the agreed upon work or is caused by or
happening in connection with the progress of said work, or on account of any passive or active
negligent act or omission by the City of Tustin, it officers, employees and agents, save and
except claims arising through the sole and exclusive negligence or sole and exclusive willful
misconduct of the City of Tustin.
The defense and indemnification by Contractor shall include all costs and
expenditures including attorney's fees incurred by the City of Tustin or its employees, officers
or agents with respect to such claim or suit and Contractor will, if requested by City of Tustin,
defend any litigation arising out of such claims at the sole cost and expense of Contractor.
In addition to any remedy authorized by law, so much of the money due the Contractor
under and by virtue of the contract as shall be considered necessary in the sole discretion of
the City of Tustin may be retained by the City until disposition has been made of such claims
for damages as aforesaid.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
ARTICLE VIII The Contractor shall take out and maintain during the life of the contract,
commercial general liability, automobile liability and worker's compensation insurance. The
amount of the commercial general liability and automobile insurance shall not be less than the
following:
Single limit coverage applying to bodily and personal injury liability and property
damage: $2,000,000.00.
Primary General Liability and Automobile Liability policy shall have single limit
coverage not less than $2,000,000.00. The minimum insurance requirements cannot be
satisfied through Umbrella/Excess insurance policies.
The following insurer endorsements are required if not part of the policy:
1. The City of Tustin, its elective and appointive boards, officers, agents and
employees named as additional insureds in the policy as to the work being
performed under the contract;
2. The coverage is primary and no other insurance carried by the City of Tustin will
be called upon to contribute to a loss under this coverage;
3. The policy covers blanket contractual liability;
4. The policy limits or liability are provided on an occurrence basis;
5. The policy covers broad form property damage liability;
6. The policy covers personal injury as well as bodily injury liability;
7. The policy covers explosion, collapse, and underground hazards;
8. The policy covers products and completed operations;
9. The policy covers use of non -owned automobiles; and
10. The coverage shall not be cancelled or terminated unless thirty (30) days written
notice is first given to the City of Tustin.
11. Insurers shall be authorized to do business in the State by the Department of
Insurance and shall meet the following qualifications:
A.M. Best's Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and
Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker) is
acceptable. Workers' compensation insurance rated Grade 8- or better and Class VII
(seven) or better, or offered by the State Compensation Fund, is acceptable.
12.The worker's compensation and employer's liability insurance policies shall contain a
waiver of subrogation in favor of the City
MW
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
Contractor shall provide to the City within ten (10) working days after the date of Notice of
Award of the contract evidence of the aforementioned insurance with insurer endorsements,
which must meet the requirements of this Article. An Acord Certificate will be accepted solely
as evidence of the name of the insurers and the amounts of insurance. Failure to comply with
these requirements will result in annulment of the award, forfeiture of the proposal guarantee,
and the City will pursue award to the next qualified responsive bidder. Contractor is advised
that insurance requirements are non-negotiable and City will not consider waiving insurance
requirements. There are no exceptions.
ARTICLE IX The City and Contractor agree to attempt to orally resolve any disputes which
may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract Code
Section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, the City and Contractor
shall process the claim in accordance with Section 9204. In summary, if the Contractor decides to
submit a Claim to the City, it shall be sent by registered or certified mail, return receipt requested,
together with reasonable documentation to support the Claim. A Claim may include a Claim by a
subcontractor or a lower tier subcontractor meeting the requirements of Public Contracts Code
Section 9204(d)(5).
Within 45 days of receipt of the Claim, or any extension thereof agreed upon by the City
and the Contractor, the City will conduct a reasonable review of the Claim and provide the
Contractor with a written statement identifying what portion of the Claim is disputed and what
portion is undisputed. Payment of any undisputed portion of the Claim shall be made within 60
days after the City issues its written statement. If the City does not provide a written statement
within the time specified, the Claim shall be deemed rejected.
If the Contractor disputes the City's written statement or if the Claim is deemed rejected,
the Contractor may demand in writing by registered or certified mail to the City, return receipt
requested, an informal conference to meet and confer in an effort to settle the disputed portion of
any Claim. Within 30 days of receipt of such written demand, the City shall schedule a meet and
confer conference.
If any portion of the Claim remains in dispute after the conference, the City shall, within 10
City business days of the conclusion of the conference, provide the Contractor with a written
statement identifying any portion that remains in dispute and any portion that is undisputed.
Payment of any undisputed portion shall be made within 60 days after the City issues its written
statement. Any remaining disputed portion shall be submitted to nonbinding medication in
accordance with Public Contracts Code Section 9204(c)(2)(8), unless the Bidder and City waive
the mediation upon mutual written agreement.
ARTICLE X Notwithstanding any other provision of the Agreement, the City may, at any
time, and without any cause, terminate this Agreement in whole or in part, upon not less than
seven (7) days' written notice to Contractor. Such termination shall be affected by delivery to
Contractor of a notice of termination specifying the effective date of the termination and the extent
of the Work to be terminated. Contractor shall immediately stop work in accordance with the notice
and comply with any other direction as may be specified in the notice or as provided subsequently
by the City. City shall pay Contractor for the work completed prior to the effective date of the
termination, and such payment shall be Contractor's sole remedy under this Agreement. Under
no circumstances will Contractor be entitled to anticipatory or unearned profits, consequential
damages, or other damages of any sort as a result of a termination or partial
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
termination under this Paragraph. The Contractor shall insert in all subcontracts that the
subcontractor and/or supplier shall stop work on the date of and to the extent specified in a notice
of termination, and shall require subcontractor and/or supplier to insert the same condition in any
lower tier subcontracts.
For purposes of this section, notice to the contractor may be via facsimile, messenger or
by first class mail and addressed to:
Executive Facilities Services, Inc.
2201 Winston Road
Anaheim CA 92503
Northing herein obligates the City to provide notice of a Claim or summons and complaint that
does not clearly identify the contract or Contractor.
In Witness Whereof, the parties have hereunto set their hands and seals the year and date
first above written.
(SEAL)
APPROVED AS TO FORM:
Date
City of Attorney
(SEAL)
THE CITY OF TUSTIN
BY:
Mayor of the City of Tustin
ATTEST:
City Clerk of the City of Tustin
Firm Name:
By:
Title:
CONTRACTOR
ATTACH PROPER NOTARY ACKNOWLEDGEMENT FOR SIGNATURES OF AUTHORIZED PERSON(S).
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
Bond No.
Amount
Premium
CITY OF TUSTIN
PUBLIC CONTRACT
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That as and
hereinafter referred to collectively as "Principal", and a
corporation organized and existing under the laws of the State of and duly
authorized to transact surety business in the State of California, as, and hereinafter referred to
as, "Surety", are held and firmly bound unto the City of Tustin hereinafter referred to as the "City",
in the sum of $ for payment of which Principal and surety bind themselves,
their heirs, administrators, successors and assigns, jointly and severally as follows:
THE CONDITION OF THE ABOVE OBLIGATION IS THAT:
WHEREAS, Principal has entered into a contract dated , 20_,
with City to do and perform the following, generally described work, which is more particularly
described in said contract for the construction/maintenance of:
CUSTODIAL SERVICES
FOR THE PERIOD OF
July 1, 2025 — June 30, 2027
WHEREAS, all of such improvements are to be constructed/maintained and installed in
accordance with the scope of work described, referred to and incorporated in said contract; and
WHEREAS, Principal shall commence and complete the construction/maintenance and
installation of such improvements as provided in said contract; and
NOW, THEREFORE, if Principal shall faithfully perform all agreements contained in the
aforesaid contract, then this obligation shall be null and void.
PROVIDED, HOWEVER, if Principal shall not faithfully perform all agreements contained
in the hereinabove described contract and all obligations, then this obligation shall remain in full
force and effect.
PROVIDED FURTHER HOWEVER, that Surety hereby stipulates and agrees that no
change, extension of time, alteration or modification of the contract documents or of the work to
be performed thereunder shall in any way affect its obligation on this bond and it does hereby
waive notice of any such change, extension of time, alteration or modification of the contract
documents or of the work to be performed thereunder; and
n
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
PROVIDED FURTHER, that in case suit is brought upon this bond by the City or any
other person who may bring an action on this bond, a reasonable attorney's fee, to be fixed by
the Court, shall be paid by Principal and Surety.
IN WITNESS WHEREOF, Principal and Surety have caused these presents to be duly
signed and sealed this day of , 20_
(SEAL)
APPROVED AS TO FORM:
City Attorney
(SEAL)
PRINCIPAL:
BY:
TITLE:
SURETY:
:11'fi
Attorney -in -Fact
BY:
Address of Surety:
Address of Principal:
(Name)
Note: Attached proper acknowledgement for both Surety & Principal (Use copies of blank form
provided in this section).
B-11
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
Bond No.
Amount
Premium
CITY OF TUSTIN
PUBLIC CONTRACT
LABOR AND MATERIALS PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: , as
and hereinafter referred to collectively as "Principal", and
a corporation organized and existing under the laws of the State of and duly
authorized to transact surety business in the State of California, as and hereinafter referred to as,
"Surety", are held and firmly bound unto the City of Tustin hereinafter referred to as the "City", in
the sum of $ for payment of which Principal and surety bind themselves,
their heirs, administrators, successors and assigns, jointly and severally as follows:
THE CONDITION OF THE ABOVE OBLIGATION IS THAT:
WHEREAS, Principal has entered into a contract dated , 20_, with the
City to do and perform the following, generally described work, which is more particularly
described in said contract for the construction/maintenance of:
CUSTODIAL SERVICES
FOR THE PERIOD OF
July 1, 2025 — June 30, 2027
WHEREAS, Principal shall commence and complete the construction/maintenance and
installation of such improvements provided in said contract; and
NOW THEREFORE, if Principal shall pay the Contractor, his subcontractor, and all
persons renting equipment or furnishing labor or materials to them for such improvements, for the
full cost of such improvements and submit amounts due under the State Unemployment Insurance
Act with respect to such labor, then this obligation shall be null and void.
PROVIDED, HOWEVER, if Principal shall not pay the subcontractor and all persons
renting equipment or furnishing labor or materials to them for such improvements for the full cost
of such improvements, or if Principal fails to submit amounts due under the State Unemployment
Insurance Act with respect to such labor, then Surety will pay for the same in an amount not
exceeding the sum set forth above, which amount shall inure to the benefit of all persons named
in Civil Code Section 3181.
PROVIDED FURTHER, HOWEVER, that Surety stipulates and agrees that no change,
extension of time, alteration or modification of the contract documents or of the work to be
performed thereunder shall in any way affect its obligation on this bond and it does hereby waive
notice of any such change, extension of time, alteration or modification of the contract documents
or of the work to be performed thereunder; and
B-12
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
PROVIDED FURTHER, that in case suit is brought upon this bond by the City or any other
person named in Civil Code Section 3181 who may bring an action on this bond, a reasonable
attorney's fee, to be fixed by the Court, shall be paid by Principal and Surety.
IN WITNESS WHEREOF, Principal and Surety have caused these presents to be duly
signed and sealed day of 20_
(Name)
(SEAL)
APPROVED AS TO FORM:
City Attorney
(SEAL)
PRINCIPAL:
TITLE:
SURETY:
BY:
Attorney -in -Fact
BY:
Address of Surety:
Address of Principal:
Note: Attached proper acknowledgement for both Surety & Principal (Use copies of blank form
provided in this section).
B-13
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
COMPENSATION INSURANCE CERTIFICATE
Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works
contract has been awarded shall sign the following certificate and shall submit same to the City
prior to performing any work on the contract:
I am aware of the provisions of Section 3700 of the Labor Code, which reads as follows:
"Every employer except the State shall secure the payment of compensation in one or more of
the following ways:
By being insured against liability to pay compensation in one or more insurers duly authorized to
write compensation insurance in this State.
By securing from the Director of Industrial Relations a certificate of consent to self -insure, which
may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to
self -insure and to pay any compensation that may become due to his employee."
CONTRACTOR:
COMPENSATION INSURANCE CERTIFICATE
TO BE SUBMITTED WITH CONTRACT
B-14
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
:CkZi%JC46M. &iCA P"CoLXUi =�ci2
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the
truthfulness, accuracy, or validity of that document.
State of California )
County of )
On before me,
Date
personally appeared
Here Insert Name and Title of the Officer
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY
under the laws of the State of California that
the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
Signature of Notary Public
Place Notary Seal Above
Description of Attached Document
Title or Type of Document: Document Date:
Number of Pages: Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
o Corporate Officer — Title(s):
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner - ❑ Limited ❑ General ❑ Partner - ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or
Conservator
❑ Other:
Signer is Representing:
o Other:
Signer is Representing:
B-15
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
EXHIBIT 1
REQUEST FOR PROPOSALS
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
x4x!7S"1 CITY OF TUSTIN
U300 Centennial Way Tustin, California 92780
REQUEST FOR PROPOSALS
for
Custodial Services
February 2025
PROPOSAL SUBMITTALS:
The City is using a new electronic bidding system. Proposals shall be submitted electronically through
the City's e-Procurement Portal, OPENGOV Procurement. Proposals must be submitted through
OPENGOV Procurement by March 310, 2025 at 4:00 PM. Proposals not submitted through OPENGOV
Procurement will not be accepted.
The fee proposal shall be filled out using the pricing tables on OPENGOV Procurement. The remaining
proposal documents shall be uploaded onto the OPENGOV Procurement web page. Questions shall
be submitted in OPENGOV Procurement under the Questions/Answers section.
To create an account in OPENGOV Procurement: https://procurement.opengov.com/signup
Dave Carta
Streets and Buildings Supervisor
Public Works Department City of Tustin
300 Centennial Way
Tustin, California 92780
INDEX
SECTION PAGE
i. Project Description 2
II. Schedule of Events 2
Ill. Scope of Work 2
IV. Proposal Requirements 3
V. General Requirements 5
VI. Contractor Evaluation & Selection Process 9
Vii. Administration Specifications 10
ATTACHMENTS
Attachment A
- Proposal Documents
Attachment B -
Contract Agreement
Attachment C
- General Provisions
Attachment D
- Special Provisions
Attachment E -
General Notes, Locations, and Details
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CITY OF TUSTIN
Custodial Services- RFP
February2025
Page 2
I. PROJECT DESCRIPTION
The City of Tustin is soliciting a written proposal for qualified contractors for custodial services. As
a Request for Proposal (RFP) this is not an invitation to bid and, although price is very important,
other factors will be taken into consideration.
II. SCHEDULE OF EVENTS
February 20, 2025 Issuance of Request for Proposals
March 18, 2025 Mandatory pre -proposal meeting and walk through at 8:00 A.M
March 21, 2025 Deadline for questions by 4:00 P.M. Must be submitted in OPENGOV
Procurement under the Questions/Answers section.
March 31, 2025 Proposals due through OPENGOV Procurement by 4:00 PM
April 15, 2025 Anticipated interviews (est. date)
May 6, 2025 City Council Approval of Contractor Contract (est. date)
May 20, 2025 Issuance of notice -to -proceed (est. date)
July 1, 2025 First day of contract
III. SCOPE OF WORK
Although the City is attempting to identify the limits and services required, this should not
unnecessarily limit the contractor in the development of a scope it believes is necessary to meet
the City's goals and objectives:
The City is seeking a qualified licensed Contractor to provide Custodial Services that will include
management, supervisor, labor (including day porter), materials, equipment, and transportation
to accomplish all custodial services at the specified areas as defined in this request. The award
of this contract will be made at the discretion of the City, based on the qualifications and the
cost proposals submitted by Contractors with responsive proposals.
The contract will be for a period of twenty-four (24) months from July 1, 2025 to June 30, 2027,
with renewal option on a one-year basis for an additional three (3) years at the sole discretion
of the City. Unless otherwise directed by the City Council, the Director of Public Works will renew
the contract based on the Contractor's overall performance, and upon renewal of all bonds
and insurance certificate(s).
A Faithful Performance Bond in the amount of 100% and a Labor and Materials Bond in the
amount of 100% in the form attached to the contract documents shall be provided in the
submitting proposal. Said bonds shall be issued by a surety company duly authorized to issue
such bonds in the State of California. Prior to execution of contract, Contractor shall provide
City with insurance certificate(s) with endorsements evidencing commercial general liability
and automobile liability insurance as prescribed in the contract, with a company of A.M. Best's
Key Rating of Grade A and Class VII (seven) with an Admitted Insurer, or rated Grade A- or better
and Class X (ten) or better with a Surplus Line Broker. Workers' compensation
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CITY OF TUSTIN
Custodial Services- RFP
February2025
Page 3
insurance with a company of A.M. Best's Key Rating of Grade B- or better and Class VII (seven)
or better, or offered by State Compensation Fund, is acceptable.
The City of Tustin hereby affirmatively ensures that minority business enterprises will be afforded
full opportunity to submit proposals in response to this notice and will not be discriminated
against on the basis of race, color, national origin, ancestry, sex or religion in any consideration
leading to the award of contract.
In the case of joint ventures, each person comprising the joint venture shall have a Contractor's
license at the time of the proposal. (Business and Professions Code Section 7028.15(c)).
However, the joint venture itself must have a "joint venture license" not later than the time of
the award of proposal. (Business and Professions Code Section 20103.5).
In the case of City contracts, which involve Federal funds, the Contractor must be properly
licensed at the time of the award of the contract. (Public Contract Code Section 20103.5).
A Contractor who is not properly licensed will have his proposal declared non -responsive
(Business and Professions Code Section 7028.15(e).
Any Proposer or Contractor not so licensed shall be subject to all legal penalties imposed by
law, including but not limited to any appropriate disciplinary action by the Contractor's State
License Board (Public Contract Code Section 20103.5).
The City Council of the City of Tustin has obtained from the Director of Industrial Relations the
general prevailing rate of per diem wages and the general prevailing rate for legal holiday and
overtime work in the locality in which the work is to be performed for each craft or type of work
needed and a copy of the same in on file in the office of the City Engineer. Not less than said
prevailing rates shall be paid to the workers employed on this public works contract as required
by Labor Code Sections 1771 and 1774 of the State of California.
IV. PROPOSAL REQUIREMENTS
Proposals must be prepared on the approved proposal forms (Attachment A) and tables
completed on OPENGOV Procurement website.
1. Content & Format
The City requests that proposals submitted be organized and presented in a neat and
logical format and are relevant to these services. Proposals shall be clear, accurate,
and comprehensive. Excessive or irrelevant material will not be favorably received.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CITY OF TUSTIN
Custodial Services- RFP
February2025
Page 4
Proposals shall contain no more than 10 typed pages (this would be in addition to the
City's proposal documents found in Attachment A using a 10 point minimum font size,
including transmittal/offer letter; but excluding Index/Table of Contents, tables,
charts, and graphic exhibits. Please combine the proposal documents into one file to
be uploaded on the OPENGOV Procurement website. The purpose of these
restrictions is to minimize the costs of proposal preparation and to ensure that the
response to the RFP is fully relevant to the specifications.
2. Approach
A description of the Contractor's approach and work program to meet the City's
objectives shall be included. It should explain the technical approach, methodology,
and specific tasks and activities that will be performed to address the specific issues
and work items.
3. Team Organization
The purpose of this section is to describe the organization of the project team
including subcontractors and all key staff. An account manager and an alternate
field manager shall be named who shall be the prime contact and be responsible for
coordinating all activities with the City. An organization diagram shall be submitted
showing all key team members and illustrating the relationship between the City, the
account manager, key staff, and subcontractors. There also should be a brief
description of the role and responsibilities of all key staff and subcontractors identified
in the team organization.
4. Statement of Qualifications
The information provided in this section should describe the qualifications of the
Contractor and key staff in performing projects within the past five years that are
similar in scope and size to demonstrate competence to perform these services. The
projects listed should be those that the key staff named for this project were
responsible for performing. Information shall include:
• Names of key staff that participated on named projects and their specific
responsibilities.
• The client's name, contact person, addresses, and telephone numbers.
• A brief description of type and extent of services provided.
• Completion dates (estimated, if not yet completed).
• Total costs of the projects.
There should be included, in the section, brief resumes of key personnel who will
provide these services demonstrating their qualifications and experience. Resumes
should highlight education, relevant experience, licenses, and specific responsibilities
for services described.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CITY OF TUSTIN
Custodial Services- RFP
February2025
Page 5
5. Statement of Offer & Signature
The Proposal shall contain a statement that the proposals are a firm offer for a 90- day
period and signed by an individual authorized to act on behalf of the Contractor.
V. GENERAL REQUIREMENTS
1. Insurance Requirements
Public Liability and Property Damages. The Contractor shall take out and maintain
during the life of the contract, commercial general liability, automobile liability and
worker's compensation insurance. The amount of the commercial general liability
and automobile insurance shall not be less than the following:
Single limit coverage applying to bodily and personal injury liability and property
damage: $2,000,000.00.
The following insurer endorsements are required if not part of the policy:
The City of Tustin, its elective and appointive boards, officers, agents and
employees named as additional insureds in the policy as to the work being
performed under the contract;
The coverage is primary and no other insurance carried by the City of Tustin will be
called upon to contribute to a loss under this coverage;
The policy covers blanket contractual liability;
The policy limits or liability are provided on an occurrence basis;
The policy covers broad form property damage liability;
The policy covers personal injury as well as bodily injury liability;
The policy covers explosion, collapse, and underground hazards;
The policy covers products and completed operations;
The policy covers use of non -owned automobiles; and
The coverage shall not be cancelled or terminated unless thirty (30) days written
notice is first given to the City of Tustin.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CITY OF TUSTIN
Custodial Services- RFP
February2025
Page 6
Insurers shall be authorized to do business in the State by the Department of
Insurance and shall meet the following qualifications:
A.M. Best's Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and
Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker)
is acceptable. Workers' compensation insurance rated Grade B- or better and
Class VII (seven) or better, or offered by the State Compensation Fund, is
acceptable.
The worker's compensation and employer's liability insurance policies shall contain a
waiver of subrogation in favor of the City.
Contractor shall provide to the City, within ten (10) working days after the date of
Notice of Award of the contract, evidence of the aforementioned insurance with
insurer endorsements, which must meet the requirements of this Article. An Acord
Certificate will be accepted solely as evidence of the name of the insurers and the
amounts of insurance. Failure to comply with these requirements will result in
annulment of the award, and the City will pursue award to the next qualified
responsive bidder. Contractor is advised that insurance requirements are non-
negotiable and City will not consider waiving insurance requirements. There are no
exceptions.
2. Standard Form of Agreement
The Contractor will enter into an agreement with the City based upon the contents
of the RFP and the Contractor's proposal. The City's standard form of agreement is
included as Attachment B. The contractor shall carefully review the agreement, and
include with the proposal a description of any exceptions requested to the standard
contract. If there are no exceptions, a statement to that effect shall be included in
the proposal.
3. Disclaimer
This RFP does not commit the City to award a contract, or to pay any costs incurred in
the preparation of the proposal. The City reserves the right to extend the due date for
the proposal, to accept or reject any or all proposals received as a result of this request,
to negotiate with any qualified Contractor, or to cancel this RFP in part or in its entirety.
The City may require the selected contractor to participate in negotiations and to
submit such technical, fee, or other revisions of their proposal as may result from
negotiations. The proposal shall remain open and valid for a period of at least 90 days
from the designated due date indicated for proposals in the RFP. Please state in your
proposal that it will remain valid for this period. Once your proposal is accepted during
this period, the price quoted in your proposal must remain unchanged for the entire
period of the resulting contract unless otherwise specified in this RFP.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CITY OF TUSTIN
Custodial Services- RFP
February2025
Page 7
4. Assigned Representatives
The City will assign a responsible representative to administer the contract, and to
assist the Contractor in obtaining information. The Contractor also shall assign a
responsible representative (Account Manager) and an alternate, who shall be
identified in the proposal. The Contractor's representative will remain in responsible
charge of the Contractor's duties from the notice -to -proceed through project
completion. If the Contractor's primary representative should be unable to continue
with the project, then the alternate representative identified in the proposal shall
become the Account Manager. The City's representative shall first approve any
substitution of representatives or subcontractors identified in the proposal in writing.
The City reserves the right to review and approve/disapprove all key staff and
subcontractor substitution or removal, and may consider such changes not
approved to be a breach of contract.
5. City Business License
A City business license will be required of the Contractor and any subcontractors for
services under this agreement.
6. Contract Bonds
Both the Faithful Performance Bond and the Labor and Materials Payment Bond shall
each be for not less than one hundred percent (100%) of the total contract amount.
Bonds shall be of the form attached to Attachment C and secured from a surety
company duly authorized to issued such bonds in the State of California and shall be
subject to the approval and acceptance of the City Council and City Attorney. The
Labor and Materials Payment Bond shall remain in force until thirty-five (35) days
after the date of recordation of the Notice of Completion. The Faithful Performance
Bond will not be released until one year after said date.
Additionally, the Contractor shall concurrently submit, with the bonds, a certified
copy of the most recent Certificate of Authority issued to the bonding company by
the California Insurance Commissioner.
7. Execution of Contract
Within ten (10) calendar days after the date of the Notice of Award, the Contractor
shall execute and return the following contract documents to the Agency.
Contract Agreement
Faithful Performance Bond
Labor and Materials Payment Bond
Public Liability and Property Damage Insurance Certificate and Endorsements
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CITY OF TUSTIN
Custodial Services- RFP
February2025
Page 8
Compensation Insurance Certificate and Endorsements
Certified copy of Certificate of Authority, from the California Insurance
Commissioner, issued to the Insurance and/or bonding companies.
Contractor shall provide to the City within ten (10) working days after the date of Notice
of Award of the contract evidence of the aforementioned insurance with insurer
endorsements, which must meet the requirements of this Article. An Acord Certificate
will be accepted solely as evidence of the name of the insurers and the amounts of
insurance. Failure to comply with these requirements will result in annulment of the
award, and the City will pursue award to the next qualified responsive bidder.
Contractor is advised that insurance requirements are non- negotiable and the City will
not consider waiving insurance requirements. There are no exceptions.
The Contract Agreement shall not be considered binding upon the City until executed
by the authorized City officials. No contract will be executed unless the bidder is
licensed in accordance with the provisions of the State Business and Professions Code.
A corporation to which an award is made may be required, before the Contract
Agreement is executed by the City, to furnish evidence of its corporate existence, of its
right to enter into contracts in the State of California, and that the officers signing the
contract and bonds for the corporation have the authority to do so.
8. Extension of Contract
The City shall have the right and option to extend the term of this contract for three
(3) consecutive additional years following the original 2 year term of this contract, by
giving written notice to the Contractor prior to the end of the original contract term.
Contract unit price adjustments may be provided annually at the discretion of the City
as described below:
Contracted unit prices are subject to annual review effective July 1 of each year to
reflect a not -to -exceed Consumer Price Index (CPI) changes in cost. The rates may be
adjusted each year on July 1, at the sole discretion of the City or, upon written request
for an increase from Contractor one -hundred twenty (120) days prior to July 1, all
based upon the percentage change in the CPI for All Urban Consumers for the Los
Angeles -Riverside -Orange County, CA Metropolitan Area ("Index") published by the
United State Department of Labor, Bureau of Statistics for the preceding year
(December to December) calculated to the nearest one cent. The Index published
more immediately preceding the effective adjustment date is to be used in
determining the amount of adjustment. If the Index has changed from the previous
Index basis, the unit prices for the following year of the term of the contract shall be
set by multiplying the previous unit prices by a ratio, the numerator being the new
Index value and the denominator being the previous index value. The index value for
the beginning of the original contract term shall be the Index in effect at time of
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CITY OF TUSTIN
Custodial Services- RFP
February2025
Page 9
the proposal. If only a portion of a unit price changes, that portion alone shall be
adjusted by the ratio. The portion of the total unit price to be adjusted shall be
determined by the Director of Public Works based on documentation submitted by
the Contractor. The first rate adjustment will be effective July 1, 2026. The same method
of adjustment shall apply to all future renewal years. Unless otherwise directed by the
City Council, the Director of Public Works will renew the contract based on the
Contractor's overall performance and upon renewal of all bonds and insurance
certificate with increases not to exceed the annual CPI as described.
9. Termination of Contract Agreement
The City reserves the right to terminate this Contract Agreement at any time, with or
without cause, upon thirty (30) days written notice to Contractor, except that where
termination is due to the fault of the Contractor and constitutes an immediate danger
to the health, safety and general welfare, the period of notice shall be such shorter
time as may be appropriate. Upon receipt of the notice of termination, Contractor
shall immediately cease all services hereunder except such as may be specifically
approved by the City. Contractor shall be entitled to compensation for all services
rendered prior to receipt of the notice of termination and for any services authorized
by City thereafter.
If termination is due to the failure of the Contractor to fulfill its obligations under this
Contract Agreement, City may take over the work and prosecute the same to
completion by contract or otherwise, and the Contractor shall be liable to the extent
that the total cost for completion of the services required hereunder exceeds the
compensation herein stipulated, provided that the City shall use reasonable efforts to
mitigate damages, and City may withhold any payments to the Contractor for the
purpose of offsetting or partial payment of the amounts owed to City.
VI. CONTRACTOR EVALUATION & SELECTION PROCESS
The City's Contractor evaluation and selection process is based upon Qualifications Based
Selection (QBS) for professional services. The following criteria will be used in evaluating the
proposals using a point value system (100 points) based upon the weighting indicated below:
1. City's evaluation of the Contractor's Statement of Technical Ability and Experience.
(15 Points)
2. Contractor's ability to show "Qualified Proposer" status by detailed answers to the
Maintenance Service Questionnaire. (25 Points)
3. Commitment by Contractor to supply necessary equipment to fulfill the contract
specifications. (10 Points)
4. Local experience and knowledge of custodial services in the public sector. (15
Points)
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CITY OF TUSTIN
Custodial Services- RFP
February2025
Page 10
5. The best economic value of the proposal. (25 Points)
6. Contractor's ability to provide the required bonds, insurance certificate(s) and
satisfactory references. (10 Points)
The City may elect to interview a short list of qualified firms or to interview only the top rated
Contractor based upon the proposals submitted for the project.
The City staff will negotiate a contract with the best -qualified Contractor for the desired
custodial services. Should the City staff be unable to negotiate a satisfactory contract with the
Contractor considered to be the most qualified, negotiations with that Contractor shall be
formally terminated. Negotiations will then be undertaken with the next most qualified
contractor. Failing accord with the second most qualified contractor, the City staff will terminate
negotiations and continue the negotiation process with the next most qualified contractors in
order of their evaluation ranking until an agreement is reached and a contractor is selected
and an agreement is executed.
Additional information related to the contractor selection process will be made available in the
future once the City has executed this contract. Please refrain from making any verbal inquires
or requests for a formal debriefing related to the subject RFP until the City of Tustin completes
the ongoing contract process.
VII. ADMINISTRATION SPECIFICATIONS
A. The City of Tustin's Rights to Proposals
All proposals, upon submission to the City of Tustin shall become its property for use as
deemed appropriate. By submitting a proposal, the offer covenants not to make any
claim for or have any right to damages because of any misinterpretation or
misunderstanding of the specification, or because of any misinformation or lack of
information. The City of Tustin has the following prerogatives with regard to proposals
submitted:
- to accept or reject any or all proposals;
- to correct any arithmetic errors in any or all proposals submitted;
- to utilize any or all the ideas from proposals submitted;
- to change the proposal's due date upon appropriate notification;
- to adopt any or all of an offeror's proposal; and - to negotiate modifications to
the scope and fee with selected offeror prior to contract award.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CITY OF TUSTIN
ORANGE COUNTY, CALIFORNIA
PROPOSAL, CONTRACT AND SPECIFICATIONS
FOR
CUSTODIAL SERVICES FOR
GENERAL FUND AREAS
JULY 1, 2025 - JUNE 30, 2027
February 2025
Field Services Division
City of Tustin
300 Centennial Way
Tustin, CA 92780
(714) 573-3350
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CONTENTS
ATTACHMENT
TITLE
A ------------------------------------------------------------ PROPOSAL DOCUMENTS
B------------------------------------------------------------- CONTRACT AGREEMENT
C------------------------------------------------------------- GENERAL PROVISIONS
D------------------------------------------------------------- SPECIAL PROVISIONS
E------------------------------------------------------------- GENERAL NOTES,
LOCATIONS & DETAILS
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
SECTION A
PROPOSAL DOCUMENTS
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
SECTION A
PROPOSAL TO THE CITY OF TUSTIN, CALIFORNIA
FOR
CUSTODIAL SERVICES
FOR THE PERIOD FROM
July 1, 2025 — June 30, 2027
Name of Bidder:
Business Address:
Phone Number:
TO THE CITY OF TUSTIN
The undersigned, as bidder, declares that the only persons or parties interested in the proposal
as principals are those named herein; that this proposal is made without collusion with any other
person, firm or corporation; that he has carefully examined the location of the proposed work,
the annexed proposed form of the contract, and all other proposal documents therein referred
to; and he proposes and agrees if this proposal is accepted, that he will contract with the City of
Tustin, in the form of the copy of the contract annexed hereto, to provide all necessary
machinery, tools, apparatus and other means of construction/maintenance, and to do all work
and furnish all materials specified in the contract, in the manner and time prescribed, and
according to the requirements of the Field Services Manager as therein set forth, and that he
will take full payment therefore at the unit prices entered on OPENGOV Procurement website
proposal.
A-1
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
PROPOSAL TO CITY OF TUSTIN, CALIFORNIA
CUSTODIAL SERVICES COST SHEET
FOR THE PERIOD FROM
July 1, 2025 — June 30, 2027
Please fill out the table below on the OPENGOV Procurement site under Price Tables.
ITEMIZED COST PER MONTH
Item
No.
Facilities
Days
per
week
General
Custodial
Floor
Care
Labor to
empty
trash/
recycling
Supplies
Total
cost per
month
Total
annual
cost
1.
City Hall
5
$
$
$
$
$
$
2.
Columbus Tustin
Activity Center &
Gymnasium
7
$
$
$
$
$
$
3.
Community Center
6
$
$
$
$
$
$
4.
Council Chambers,
Conference Room,
Atrium
5
$
$
$
$
$
$
5.
Legacy Annex
7
$
$
$
$
$
$
6.
Tustin Corporate Yard
(Admin Building &
Garage Office
5
$
$
$
$
$
$
7.
Metrolink Station
7
$
$
$
$
$
$
8.
Police Department
7
$
$
$
$
$
$
9.
Police Dept. Parking
Structure
7
$
$
$
$
$
$
10.
Tustin Area Senior
Center
6
$
$
$
$
$
$
11.
Tustin Family Youth
Center
6
$
$
$
$
$
$
12.
Camino Real Park
7
$
$
$
$
$
$
13.
Cedar Grove Park
7
$
$
$
$
$
$
14.
Centennial Park
7
$
$
$
$
$
$
15.
Citrus Ranch Park
7
$
$
$
$
$
$
16.
Columbus Tustin Park
7
$
$
$
$
$
$
17.
Frontier Park
7
$
$
$
$
$
$
18.
Heritage Park
7
$
$
$
$
$
$
19.
Laurel Glen Park
7
$
$
$
$
$
$
20.
Linear Park
7
$
$
$
$
$
$
21.
Magnolia Park
7
$
$
$
$
$
$
22.
McFadden Parkette
7
N/A
N/A
$
$
$
$
23.
Peppertree Park
7
$
$
$
$
$
$
24.
Pinetree Park
7
$
$
$
$
$
$
A - 2
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
25.
Pioneer Park
7
$
$
$
$
$
$
26.
Santa Clara Park
7
N/A
N/A
$
$
$
$
27.
Tustin Sports Park
7
$
$
$
$
$
$
28.
Veterans Sports Park
7
$
$
$
$
$
$
29.
Victory Park
7
$
$
$
$
$
$
ANNUAL GRAND TOTAL
MONTHLY GRAND TOTAL
Please provide pricing for one time annual strip and recoat of the wood floors at the
following locations. Pricing should be entered on the appropriate price table on the
OpenGov Procurement website.
A. Senior Center (See specs in Attachment E) $
B. Columbus Tustin Gymnasium - Basketball Courts $
(See specs in Attachment E)
C. Columbus Tustin Gymnasium - Class Room Area $
(See specs in Attachment E)
These costs can be used to delete or add additional wood floor strip and recoat services
at the discretion of the City.
The undersigned understands that a proposal is required for the entire work as set forth in
the Project Cost Sheet and the Special Provisions section and that the foregoing
quantities are approximate only, being given as a basis for the comparison of proposals
and the City of Tustin does not, expressly or by implication, agree that the actual amount
of work will correspond therewith, but reserves the right to increase or decrease the
amount of any class or portion of the work or to omit portions of the work as may be
deemed necessary or advisable and in the best interests of the City by the Director of
Public Works. Final compensation under this contract will be based upon actual
quantities of work satisfactorily completed. The scope of the work outlined in Attachment
D & E is supplied as an indication of the general scope of the work, but the Proposer shall
make his own estimate from information included in the contract documents and from
field inspections of each facility. It is agreed that the unit and/or lump sum prices include
all appurtenant expenses, taxes, royalties and fees.
The Contract will be renewable for an additional three (3) years, on a year -by -year basis,
at the sole discretion of the Agency and upon renewal of all bonds and certificates of
insurance.
In case of discrepancy between the itemized unit prices and the total amount for a
contract item, the itemized unit prices shall prevail. If both the itemized unit prices and
total amounts for a contract item are left blank, then the entire proposal shall be
rejected.
A-3
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
If this proposal shall be accepted and the undersigned shall fail to enter into the contract
and to furnish the two bonds in the amounts required, with surety satisfactory to the City
of Tustin, and the required Certificate of Insurance with endorsements and certificate of
authority within ten calendar days, after the date of the Notice of Award from the City,
the City of Tustin may, at its option, determine that the Proposer has abandoned the
contract, and thereupon this proposal and the acceptance thereof shall be null and
void.
The undersigned bidder hereby acknowledges that he/she understands the bonding
requirements of the City of Tustin, which, per City Code, states that the surety company
must be duly authorized to issue such bonds or insurance in the State California. The
Certificate of Insurance with endorsements must be with a company of A.M. Best's Key
Rating of Grade A and Class VII (seven) or better with an Admitted Insurer, or Grade A -
or better and Class X (ten) or better with a Surplus Line Broker. Workers' compensation
insurance with a company of A.M. Best's Key Rating of Grade B- or better and Class VII
(seven) or better, or offered by State Compensation Fund, is acceptable.
Contractor shall provide to the City within ten working days after the date of notice of
award of contract the aforementioned insurance certificate(s) with endorsements which
must meet the requirements of the specifications and comply with the contract
documents. Failure to comply with this requirement will result in annulment of the award,
and City will pursue award to the next qualified responsive bidder. Contractor is advised
that insurance requirements are non-negotiable and City will not consider waiving
insurance requirements. There are no exceptions.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
The names of all persons interested in the foregoing proposal as principals are as follows:
IMPORTANT NOTICE: If the proposer or other interested person is a corporation, state legal
name of corporation and names of the president, secretary, treasurer, and manager
thereof; if a co -partnership, state true name of firm and names of all individual co-
partners composing firm; if the proposer or other interested person is an individual, state
first and last names in full.
Signed:
Title:
Date:
NOTE: If the proposer is a corporation, the legal name of the corporation shall be set forth
above, together with the signature of the officer or officers authorized to sign contracts
on behalf of the corporation; if the proposer is a co -partnership the true name of the firm
shall be set forth above, together with the signature of the partner or partners authorized
to sign contracts on behalf of the co -partnership; and if the proposer is an individual, his
signature shall be placed above. If signature is by an agent, other than an officer of a
corporation or a member of a co -partnership, a Power of Attorney must be on file with
the City of Tustin prior to the opening of proposals or submitted with the proposal;
otherwise, the proposal will be disregarded as irregular and unauthorized.
Business Address
A-5
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
DESIGNATION OF SUBCONTRACTORS, SUPPLIERS AND VENDORS
CONTRACTOR proposes to subcontract certain portions of the work, which are in excess
of one-half of one percent of the total proposal amount, and to procure materials and
equipment from suppliers and vendors as follows:
Name, Address, and Phone Number of
Subcontractors, Suppliers, and Vendors
Portion of Work,
Materials or Equipment
Phone:
Phone: ( )
Phone:
Phone:
Phone:
Phone:
Phone:
Phone:
Phone: ( )
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
The following are the names, addresses and telephone numbers of all brokers and
sureties from whom CONTRACTOR intends to procure insurance and bonds:
A - 7
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
The undersigned certifies under oath the truth and correctness of all statements and of
all answers to questions made hereinafter.
SUBMITTED BY:
Name:
Address:
Principal:
Office:
CORPORATION
PARTNERSHIP
INDIVIDUAL
OTHER
1
Proposer must submit a list of five (5) references in the Southern California area
that indicate he/she has successfully completed (within the last three years) or is
presently engaged in similar type of work, that are of at least of equal size and
scope.
The following is to be included with proposal:
1.1 Name and Location of Each Reference
Name, Title and Phone Number of contact person familiar with project.
Contract Amount
Scope of Work with Bid Item Amounts
1.2 Submit a summary of all claims (if any) made in the last five (5) years
against each of the aforementioned projects.
2. Resume of type of work in which your firms possess experience.
3. Largest number of personnel employed by your firm in the past five (5) years.
Number of Employees Year
4. How many years has your organization been in business?
5. How many years has your organization been in business under its present business
name?
6. If a corporation answer the following:
6.1 Date of Incorporation:
6.2 State of Incorporation:
6.3 President's name:
6.4 Vice President's name(s)
6.5 Secretary's name:
IMI
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
6.6 Treasurer's name:
7. If an individual or a partnership answer the following:
7.1 Date of Organization:
7.2 Name and address of all partners (State whether general or limited
partnerships)
8. If other than a corporation or partnership, describe organization and name of
principals:
9. List states and categories in which your organization is legally qualified to do
business. Indicate registration or license numbers, if applicable. List states in
which partnership or trade name is filed.
10. Describe the work your organization normally performs with its own forces.
11. Have you ever failed to complete any work awarded to you? If so, note when,
where and why.
12. Within the last five years, has any officer or partner of your organization been an
officer or partner of another organization when it failed to complete a contract?
If so, attach a separate sheet of explanation.
CONTRACTOR NAME:
Signed By:
Title:
Note: Attach proper Notary Acknowledgement for signature of authorized person. (Use
copy of blank form provided in this section.)
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
MAINTENANCE SERVICE
QUESTIONNAIRE
Please answer the following questions in detail, using additional paper as necessary:
What makes your company the best company for this job?
2. What type of in-house training do you provide for your staff?
3. Who is responsible for training the custodial service workers and what type of
training is provided and at what intervals?
4. List the types of equipment to be assigned to this contract. Include the
manufacturer, model number, and a description of the equipment.
5. What is the address of the facility from which work crews will be assigned?
6. What communication system do you use to communicate between field and
office?
7. Are you able to provide a quick emergency response, and How?
8. Who will be assigned as "Field Supervisor", and what will be the responsibilities of
that Field Supervisor.
9. List the custodial service workers and their qualifications.
10. Is your company experienced in maintaining a gymnasium floor as described in
the Special Provisions, Attachment C of these proposal documents? Please
describe your experience in detail.
11. How do you now perform Background Checks on your employees? Are they
cleared through the Department of Justice?
A-10
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
PRICE REQUESTS FOR ADDITIONAL
CUSTODIAL SERVICES
NOTE: The following price requests are to establish what additional work would cost and
are not to be considered in proposal cost evaluations:
ADDITIONAL WORK AS REQUESTED
Detail Walls and Partitions
Perform General Cleaning
Strip and Refinish Hard Surfaced Floors
Extract or Spin Clean Carpets
Clean Upholstered Furniture or Panels
Clean Raised Access Floor Tiles
* Provide English speaking day porter(s) for
alternate proposal for the daytime cleaning
services for all facilities, and identify what is being
offered beyond original scope of specifications$
COST PER HOUR PER EMPLOYEE
The above cost per hour shall include full compensation for labor, equipment, tools,
transportation, supplies, materials and incidentals.
CONTRACTOR
By:
Title:
Firm Name:
A-11
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
NONCOLLUSION AFFIDAVIT
To be executed by bidder and submitted with proposal.
State of California
ss.
County of Orange
being first duly sworn, deposes and says that he or she is
of the party making the
foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to
put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed
with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the
bidder has not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage
against the public body awarding the contract of anyone interested in the proposed contract; that all
statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly,
submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information
or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate a collusive
or sham bid.
Name of Bidder
Signature of Bidder
Address of Bidder
Attach proper Notary Acknowledgement for signature of authorized person. (Use copy of blank
form provided in the section.)
A-12
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the
truthfulness, accuracy, or validity of that document.
State of California
County of
On before me,
Date
personally appeared
Here Insert Name and Title of the Officer
Nome(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under
the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
Place Notary Seal Above
Description of Attached Document
Signature of Notary Public
Title or Type of Document: Document Date:
Number of Pages: Signer(s) Other Than Named Above:_
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer -Title (s):
❑ Partner - ❑ Limited ❑ General
❑ Individual
❑ Trustee
Conservator
❑ Other:
Signer is Representing:
Signer's Name:
❑ Corporate Officer - Title (s):
❑ Partner - ❑ Limited ❑ General
❑ Attorney in Fact ❑ Individual
❑ Guardian or Conservator ❑ Trustee
❑ Other:
Signer is Representing:
❑ Attorney in Fact
❑ Guardian or
A-13
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CONTRACTOR'S EMPLOYEES
Personnel employed by the Contractor shall be competent, trustworthy, and properly
trained for the work requirements. The Contractor and the employees shall wear an
identification badge with the employee's picture, name, and company name on the
face of the badge. The badge must be worn in plain sight, above the waist at all times
while the employee is on City property. The Contractor's employees are required to
provide identification when requested by City personnel. Employees must also be in
uniform with company's name visual.
A. APPEARANCE: The employees shall present a neat, well-groomed appearance at all
times. Hair (including facial hair) shall be maintained in a neat, well-groomed attire.
Employees with tattoos and/or body piercings that are determined by the Director of
Public Works or his/her authorized representative to be objectionable shall be
immediately covered with appropriate clothing or the employee will be replaced
with a satisfactory employee.
B. UNAUTHORIZED PERSONNEL: Employees of the Contractor shall not be assisted nor
accompanied by any individual that is not an employee of the Contractor, while
performing duties related to the agreement. This includes friends, children, and/or
other relatives. Employees of the Contractor that violate this stipulation shall be
deemed objectionable to the City and shall not be allowed to work in City facilities.
C. CITY AND PERSONAL PROPERTY OF CITY PERSONNEL: The Contractor shall direct its
employees against the unauthorized reading and disclosing of materials and
documents available in the facilities of the City and against unauthorized use of City
and personal property, such as telephones, radios, copy machines, computers,
terminals, fax machines, calculators, etc., which may be in any of the City facilities.
The Contractor shall be responsible to see the Contractor's employees do not disturb
papers on desks, tables, or cabinets, and do not open desk drawers or cabinets.
Found items) shall be turned in at the end of each shift to the Contractor's supervisor.
The supervisor shall return the item(s) to the Director of Public Works or his/her
authorized representative within twenty-four (24) hours.
D. EMPLOYEE LIST: The Contractor shall provide the Director of Public Works or his/her
authorized representative an accurate list of all employees who have any relationship
to work performed within the scope of this agreement, prior to an employee starting
work on City property. Changes to the list shall be reported in writing to the Director
of Public Works or his/her authorized representative within one working day.
Employees terminated by the Contractor shall be reported the same day to the
Director of Public Works or his/her authorized representative, unless it is after hours,
then the next business morning shall be acceptable.
E. BACKGROUND CHECK: The Contractor's employees who will work in the Police
Department, Legacy Annex, and Corporate Yard/EOC fall under Police facilities, shall
be required to be cleared through the City of Tustin Police Department background
check procedure prior to working in these facilities.
A-14
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
F. HEALTH: All employees shall be in good health and free of contagious diseases.
Contractor shall not allow any person(s) under the influence of alcohol or drugs on
the premises or in the building. Neither shall the Contractor allow the use or presence
of alcohol or drugs on the premises or in the building.
G. UNIFORMS AND IDENTIFICATION: The Contractor shall pay for and bear the
maintenance cost of uniforms for all employees working on the project. The uniforms
shall bear the Contractor's company name, as well as the employee name.
All employees shall wear uniforms, furnished by the Contractor, at all times during the
performance of this work. The uniform shall be worn as a complete unit and be fitted
properly. The uniform shall be maintained in a clean and neat order with no rips, tears,
or permanent stains present. Closed -toe and heeled shoes shall be worn for proper
safety during tasks being performed.
A- 15
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
SECTION B
CONTRACT AGREEMENT
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
SECTION B
CONTRACT
FOR
CUSTODIAL SERVICES
FOR THE PERIOD OF
July 1, 2025 — June 30, 2027
This agreement, made and concluded, in triplicate, this 1st day of July, 2025, between the
City of Tustin, California, hereinafter called City, and hereinafter called Contractor.
ARTICLE I Witnesseth, that for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by the City, and under the conditions expressed in the two
bonds, bearing date with these presents and hereunto annexed, the Contractor agreed with City,
at his own proper coast and expense, to do all the work and furnish all the materials necessary to
construct and complete in good workmanlike and substantial manner and to the satisfaction of
the City, in accordance with the plans and specifications entitled:
CUSTODIAL SERVICES
FOR THE PERIOD OF
July 1, 2025 — June 30, 2027
Which said plans and specifications are hereby specifically referred to and by such references
made a part hereof. Said plans and specifications are on file in the office of the City Engineer of
the City of Tustin, California.
ARTICLE II Contractor agrees to receive and accept the following prices as full compensation
for furnishing all materials and for doing all the work contemplated and embraced in the
Agreement; and also for all loss or damage arising out of the nature of the work aforesaid, or from
the action of the elements, or from any unforeseen difficulties or obstructions which may arise
or be encountered in the prosecution of the work until its acceptance by the City, and for all risks
of every description connected with the work; also for all expenses incurred by or in
consequence of the suspension or discontinuance of work and for well and faithfully completing
the work, and the whole thereof, in the manner and according to the plans and specifications, and
the requirements of the Engineer under them.
M
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CONTRACT FOR CITY OF TUSTIN, CALIFORNIA
CUSTODIAL SERVICES COST SHEET
FOR THE PERIOD OF
July 1, 2025 — June 30, 2027
Prices below were filled out on the Price Tables of OPENGOV Procurement website
ITEMIZED COST PER MONTH
Item
No.
Facilities
Days
per
week
General
Custodial
Floor
Care
Labor to
empty
trash/
recycling
Supplies
Total
cost per
month
Total
annual
cost
1.
City Hall
5
$
$
$
$
$
$
2.
Columbus Tustin
Activity Center &
Gymnasium
7
$
$
$
$
$
$
3.
Community Center
6
$
$
$
$
$
$
4.
Council Chambers,
Conference Room,
Atrium
5
$
$
$
$
$
$
5.
Legacy Annex
7
$
$
$
$
$
$
6.
Tustin Corporate Yard
(Admin Building &
Gara e Office
5
$
$
$
$
$
$
7.
Metrolink Station
7
$
$
$
$
$
$
8.
Police Department
7
$
$
$
$
$
$
9.
Police Dept. Parking
Structure
7
$
$
$
$
$
$
10.
Tustin Area Senior
Center
6
$
$
$
$
$
$
11.
Tustin Family Youth
Center
6
$
$
$
$
$
$
12.
Camino Real Park
7
$
$
$
$
$
$
13.
Cedar Grove Park
7
$
$
$
$
$
$
14.
Centennial Park
7
$
$
$
$
$
$
15.
Citrus Ranch Park
7
$
$
$
$
$
$
16.
Columbus Tustin Park
7
$
$
$
$
$
$
17.
Frontier Park
7
$
$
$
$
$
$
18.
Heritage Park
7
$
$
$
$
$
$
19.
Laurel Glen Park
7
$
$
$
$
$
$
20.
Linear Park
7
$
$
$
$
$
$
21.
Magnolia Park
7
$
$
$
$
$
$
22.
McFadden Parkette
7
N/A
N/A
$
$
$
$
23.
Peppertree Park
7
$
$
$
$
$
$
24.
Pinetree Park
7
$
$
$
$
$
$
MKI
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
25.
Pioneer Park
7
$
$
$
$
$
$
26.
Santa Clara Park
7
N/A
N/A
$
$
$
$
27.
Tustin Sports Park
7
$
$
$
$
$
$
28.
Veterans Sports Park
7
$
$
$
$
$
$
29.
Victory Park
7
$
$
$
$
$
$
MONTHLY GRAND TOTAL
ANNUAL GRAND TOTAL
Pricing below is for one time annual strip and recoat of the wood floors at the following
locations. Prices below were entered on the OPENGOV Procurement website price
tables.
A. Senior Center (See Specs in Attachment E) $
B. Columbus Tustin Gymnasium - Basketball Courts $
(See Specs in Attachment E)
C. Columbus Tustin Gymnasium - Class Room Area $
(See Specs in Attachment E)
These costs can be used to delete or add additional wood floor strip and recoat services
at the discretion of the City.
MN
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
ARTICLE III City hereby promises and agrees with Contractor to employ and does
hereby employ Contractor to provide the materials and to do the work according to the terms
and conditions herein contained and referred to, for the prices aforesaid, and hereby
contracts to pay the same at the time, in the manner and upon the conditions above set forth;
and the said parties for themselves, their heirs, executors, administrators, successors and
assigns do hereby agree to the full performance of the covenants herein contained.
ARTICLE IV It is further expressly agreed by and between the parties hereto that
should there be any conflict between the terms of this instrument and the bid or proposal of
Contractor, then this instrument shall control and nothing herein shall be considered as an
acceptance of the said terms of said proposal conflicting herewith.
ARTICLE V
1. The CITY OF TUSTIN has obtained from the Director of Industrial Relations the
general prevailing rate of per diem wages and the general prevailing rate for legal
holiday and overtime work in the locality in which the work is to be performed for
each craft or type of work needed to execute this contract and maintains copies
thereof in the office of the City Engineer.
The Contractor agrees that not less than said prevailing rates shall be paid to
workers employed on this public works contract as required by Labor Code
Sections 1771 and 1774 of the State of California.
PREVAILING WAGES NOTICE REQUIREMENTS
No contractor or subcontractor shall be listed on a bid proposal for a Public Works
project unless registered with the Department of Industrial Relations pursuant to
Labor Code Section 1725.5.
No Contractor or subcontractor shall be awarded a contract for public work on a
Public Works project unless registered with the Department of Industrial Relations
pursuant to Labor Code Section 1725.5.
This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
2. The Contractor shall, as a penalty to the CITY OF TUSTIN, forfeit Fifty Dollars
($50.00) for each calendar day or portion thereof for each worker paid (either by
Contractor or any subcontractor of Contractor) less than the prevailing rate as
prescribed in the preceding paragraph for the work provided for in this contract, all
in accordance with Sections 1774 and 1775 of the Labor Code of the State of
California.
3. Section 1773.5 of the Labor Code of the State of California, regarding the payment
of travel and subsistence payments, is applicable to this contract.
4. Section 1777.5 of the Labor Code of the State of California, regarding the
employment of apprentices, is applicable to this contract if the prime contract
involves Thirty Thousand Dollars ($30,000.00) or more, or twenty (20) working
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
days or more and under such circumstances, Contractor shall be fully responsible
to ensure compliance with all the provisions of Labor Code §1777.5 for all
apprenticeable occupations on the project. A Contractor or subcontractor who
violates Section 1777.5 shall forfeit to the City of Tustin, as a civil penalty, the sum
of Fifty Dollars ($50.00) for each calendar day of noncompliance. Notwithstanding
Section 1727 of the Labor Code, upon receipt of a determination that a civil penalty
has been imposed, the City of Tustin shall withhold the amount of the civil penalty
from contract progress payments then due or to become due. Any funds withheld
by the City of Tustin pursuant to this section shall be deposited in the General
Fund of the City of Tustin.
5. The Contractor shall not employ, or allow work to be performed by a subcontractor
who is ineligible to perform work on the project pursuant to Section 1777.1 or
1777.7 of the Labor Code pertaining to debarment by the Labor Commissioner for
violations of prevailing Wage Laws.
6. In performance of this contract, not more than eight (8) hours shall constitute a day's
work. The Contractor shall fully conform to Article 3, Chapter 1, Part 7, Division 2
(Sections 1810 et seq.) of the Labor Code of the State of California. Pursuant to
the provisions of Section 1813 of the Labor Code of the State of California, the
Contractor shall, as a penalty to the City of Tustin, forfeit twenty-five Dollars
($25.00) for each worker employed in the execution of the contract by the
Contractor or by any subcontractor for each calendar day during which such
worker is required or permitted to work more than eight (8) hours in any one
calendar day and forty (40) hours in any one calendar week in violation of the
provisions of Article 3 of Chapter 1 of Part 7 of Division 2 of the Labor Code of the
State of California. Contractor shall keep an accurate record showing the name
and actual hours worked each calendar day and each calendar week by each
worker employed by Contractor in connection with the publicwork.
7. Contractor agrees to keep accurate payroll records showing the name, address,
social security number, work classification, straight time and overtime hours
worked each day and week and the actual per diem wages paid to each
journeyman, apprentice or worker employed by him in connection with the public
work, and agrees to insist that each of his subcontractors do the same. Contractor
further agrees that his payroll records and those of his subcontractors shall be
available to the employee or his representative, the Division of Labor Standards
Enforcement, and the Division of Apprenticeship Standards, and shall comply with
all of the provisions of Labor Code Section 1776, et seq., in general.
8. Contractor is also aware of the provisions of Section 3700 of the Labor Code,
which requires every employer to be insured against liability for Worker's
Compensation or undertake self-insurance in accordance with the provisions of
that code and will comply with such provisions before commencing the
performance of the work of this contract.
M.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
ARTICLE VI In connection with the performance of this contract, the City shall have the
authority to enter the worksite at any time for the purpose of identifying the existence of conditions,
either actual or threatened, that may present a danger or hazard to any and all employees. The
Contractor agrees that the City, in its sole authority and discretion, may order the immediate
abatement of any and all conditions that may present an actual or threatened danger or hazard
to any and all employees at the worksite.
The Contractor acknowledges the provisions of Section 6400 of the Labor Code, which
requires that employers shall furnish employment and a place of employment that is safe and
healthful for all employees working therein. In the event the City identifies the existence, of
any condition, that presents an actual or threatened danger or hazard to any and all
employees at the worksite the City is hereby authorized to order the immediate abatement of
that actual or threatened condition pursuant to this section.
The City may also, at its sole authority and discretion, issue an immediate stop work order to
the Contractor to ensure that no employee working at the worksite is exposed to a dangerous
or hazardous condition. Any stop work order issued by the City to the Contractor in
accordance with the provisions of this section shall not give rise to any claim or cause of
action for delay damages by the Contractor or the Contractor's agents or subcontractors
against the City.
ARTICLE VII The Contractor shall indemnify and save harmless the city of Tustin
and all officers and employees thereof from all claims, suite, or actions of every name, kind
and description, brought for, or on account of, injuries to or death of any person including,
but not limited to, workers and the public, or damage to property resulting from the
construction of the work or by or in consequence of any negligence regarding the work, use
of improper materials or equipment in construction of the work, neglect or refusal of
Contractor to faithfully perform the work and all of Contractor's obligations under the contract,
or by or on account of any act or omission by the Contractor or his agents or a subcontractor
or his agents or a third party during the progress of the work or at any time before its
completion and final acceptance, or which might arise in connection with the agreed upon
work or is caused by or happening in connection with the progress of said work, or on account
of any passive or active negligent act or omission by the City of Tustin, it officers, employees
and agents, save and except claims arising through the sole and exclusive negligence or
sole and exclusive willful misconduct of the City of Tustin.
The defense and indemnification by Contractor shall include all costs and
expenditures including attorney's fees incurred by the City of Tustin or its employees, officers
or agents with respect to such claim or suit and Contractor will, if requested by City of Tustin,
defend any litigation arising out of such claims at the sole cost and expense of Contractor.
In addition to any remedy authorized by law, so much of the money due the Contractor
under and by virtue of the contract as shall be considered necessary in the sole discretion of
the City of Tustin may be retained by the City until disposition has been made of such claims
for damages as aforesaid.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
ARTICLE VIII The Contractor shall take out and maintain during the life of the
contract, commercial general liability, automobile liability and worker's compensation
insurance. The amount of the commercial general liability and automobile insurance shall not
be less than the following:
Single limit coverage applying to bodily and personal injury liability and property
damage: $2,000,000.00.
Primary General Liability and Automobile Liability policy shall have single limit
coverage not less than $2,000,000.00. The minimum insurance requirements cannot be
satisfied through Umbrella/Excess insurance policies.
The following insurer endorsements are required if not part of the policy:
1. The City of Tustin, its elective and appointive boards, officers, agents and
employees named as additional insureds in the policy as to the work being
performed under the contract;
2. The coverage is primary and no other insurance carried by the City of Tustin will
be called upon to contribute to a loss under this coverage;
3. The policy covers blanket contractual liability;
4. The policy limits or liability are provided on an occurrence basis;
5. The policy covers broad form property damage liability;
6. The policy covers personal injury as well as bodily injury liability;
7. The policy covers explosion, collapse, and underground hazards;
8. The policy covers products and completed operations;
9. The policy covers use of non -owned automobiles; and
10. The coverage shall not be cancelled or terminated unless thirty (30) days written
notice is first given to the City of Tustin.
11. Insurers shall be authorized to do business in the State by the Department of
Insurance and shall meet the following qualifications:
A.M. Best's Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and
Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker) is
acceptable. Workers' compensation insurance rated Grade 8- or better and Class VII
(seven) or better, or offered by the State Compensation Fund, is acceptable.
12.The worker's compensation and employer's liability insurance policies shall contain a
waiver of subrogation in favor of the City
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
Contractor shall provide to the City within ten (10) working days after the date of Notice of
Award of the contract evidence of the aforementioned insurance with insurer endorsements,
which must meet the requirements of this Article. An Acord Certificate will be accepted solely
as evidence of the name of the insurers and the amounts of insurance. Failure to comply with
these requirements will result in annulment of the award, forfeiture of the proposal guarantee,
and the City will pursue award to the next qualified responsive bidder. Contractor is advised
that insurance requirements are non-negotiable and City will not consider waiving insurance
requirements. There are no exceptions.
ARTICLE IX The City and Contractor agree to attempt to orally resolve any disputes
which may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract
Code Section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, the City and
Contractor shall process the claim in accordance with Section 9204. In summary, if the Contractor
decides to submit a Claim to the City, it shall be sent by registered or certified mail, return receipt
requested, together with reasonable documentation to support the Claim. A Claim may include a
Claim by a subcontractor or a lower tier subcontractor meeting the requirements of Public
Contracts Code Section 9204(d)(5).
Within 45 days of receipt of the Claim, or any extension thereof agreed upon by the City
and the Contractor, the City will conduct a reasonable review of the Claim and provide the
Contractor with a written statement identifying what portion of the Claim is disputed and what
portion is undisputed. Payment of any undisputed portion of the Claim shall be made within 60
days after the City issues its written statement. If the City does not provide a written statement
within the time specified, the Claim shall be deemed rejected.
If the Contractor disputes the City's written statement or if the Claim is deemed rejected,
the Contractor may demand in writing by registered or certified mail to the City, return receipt
requested, an informal conference to meet and confer in an effort to settle the disputed portion of
any Claim. Within 30 days of receipt of such written demand, the City shall schedule a meet and
confer conference.
If any portion of the Claim remains in dispute after the conference, the City shall, within 10
City business days of the conclusion of the conference, provide the Contractor with a written
statement identifying any portion that remains in dispute and any portion that is undisputed.
Payment of any undisputed portion shall be made within 60 days after the City issues its written
statement. Any remaining disputed portion shall be submitted to nonbinding medication in
accordance with Public Contracts Code Section 9204(c)(2)(8), unless the Bidder and City waive
the mediation upon mutual written agreement.
ARTICLE X Notwithstanding any other provision of the Agreement, the City may, at any
time, and without any cause, terminate this Agreement in whole or in part, upon not less than
seven (7) days' written notice to Contractor. Such termination shall be affected by delivery to
Contractor of a notice of termination specifying the effective date of the termination and the extent
of the Work to be terminated. Contractor shall immediately stop work in accordance with the
notice and comply with any other direction as may be specified in the notice or as provided
subsequently by the City. City shall pay Contractor for the work completed prior to the effective
date of the termination, and such payment shall be Contractor's sole remedy under this
Agreement. Under no circumstances will Contractor be entitled to anticipatory or unearned
profits, consequential damages, or other damages of any sort as a result of a termination or partial
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
termination under this Paragraph. The Contractor shall insert in all subcontracts that the
subcontractor and/or supplier shall stop work on the date of and to the extent specified in a notice
of termination, and shall require subcontractor and/or supplier to insert the same condition in any
lower tier subcontracts.
For purposes of this section, notice to the contractor may be via facsimile, messenger or
by first class mail and addressed to:
CONTRACTOR NAME
CONTRACTOR ADDRESS
Northing herein obligates the City to provide notice of a Claim or summons and complaint that
does not clearly identify the contract or Contractor.
In Witness Whereof, the parties have hereunto set their hands and seals the year and date
first above written.
(SEAL)
APPROVED AS TO FORM:
Date
City of Attorney
APPROVED AS TO CONTENT:
Date
City Manager
(SEAL)
THE CITY OF TUSTIN
M
Mayor of the City ofTustin
ATTEST:
City Clerk of the City of Tustin
Firm Name:
in
Title:
CONTRACTOR
ATTACH PROPER NOTARY ACKNOWLEDGEMENT FOR SIGNATURES OF AUTHORIZED PERSON(S).
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
Bond No.
Amount .
Premium
CITY OF TUSTIN
PUBLIC CONTRACT
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That as and
hereinafter referred to collectively as "Principal", and a
corporation organized and existing under the laws of the State of and duly
authorized to transact surety business in the State of California, as, and hereinafter referred to
as, "Surety", are held and firmly bound unto the City of Tustin hereinafter referred to as the "City",
in the sum of $ for payment of which Principal and surety bind themselves,
their heirs, administrators, successors and assigns, jointly and severally as follows:
THE CONDITION OF THE ABOVE OBLIGATION IS THAT:
WHEREAS, Principal has entered into a contract dated , 20_,
with City to do and perform the following, generally described work, which is more particularly
described in said contract for the construction/maintenance of:
CUSTODIAL SERVICES
FOR THE PERIOD OF
July 1, 2025 — June 30, 2027
WHEREAS, all of such improvements are to be constructed/maintained and installed in
accordance with the plans and specifications described, referred to and incorporated in said
contract; and
WHEREAS, Principal shall commence and complete the construction/maintenance and
installation of such improvements as provided in said contract; and
NOW, THEREFORE, if Principal shall faithfully perform all agreements contained in the
aforesaid contract, then this obligation shall be null and void.
PROVIDED, HOWEVER, if Principal shall not faithfully perform all agreements contained
in the hereinabove described contract and all obligations, then this obligation shall remain in full
force and effect.
PROVIDED FURTHER HOWEVER, that Surety hereby stipulates and agrees that no
change, extension of time, alteration or modification of the contract documents or of the work to
be performed thereunder shall in any way affect its obligation on this bond and it does hereby
waive notice of any such change, extension of time, alteration or modification of the contract
documents or of the work to be performed thereunder; and
n
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
PROVIDED FURTHER, that in case suit is brought upon this bond by the City or any
other person who may bring an action on this bond, a reasonable attorney's fee, to be fixed by
the Court, shall be paid by Principal and Surety.
IN WITNESS WHEREOF, Principal and Surety have caused these presents to be duly
signed and sealed this day of , 20_
(SEAL)
APPROVED AS TO FORM:
City Attorney
PRINCIPAL:
(SEAL)
APPROVED AS TO CONTENT:
Date
City Manager
in
TITLE:
SURETY:
BY:
Attorney -in -Fact
BY:
Address of Surety:
Address of Principal:
(Name)
Note: Attached proper acknowledgement for both Surety & Principal (Use copies of blank form
provided in this section).
B-11
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
Bond No.
Amount .
Premium
CITY OF TUSTIN
PUBLIC CONTRACT
LABOR AND MATERIALS PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: , as
and hereinafter referred to collectively as "Principal", and
a corporation organized and existing under the laws of the State of and duly
authorized to transact surety business in the State of California, as and hereinafter referred to as,
"Surety", are held and firmly bound unto the City of Tustin hereinafter referred to as the "City", in
the sum of $ for payment of which Principal and surety bind themselves,
their heirs, administrators, successors and assigns, jointly and severally as follows:
THE CONDITION OF THE ABOVE OBLIGATION IS THAT:
WHEREAS, Principal has entered into a contract dated , 20_, with
the City to do and perform the following, generally described work, which is more particularly
described in said contract for the construction/maintenance of:
CUSTODIAL SERVICES
FOR THE PERIOD OF
July 1, 2025 — June 30, 2027
WHEREAS, Principal shall commence and complete the construction/maintenance and
installation of such improvements provided in said contract; and
NOW THEREFORE, if Principal shall pay the Contractor, his subcontractor, and all
persons renting equipment or furnishing labor or materials to them for such improvements, for the
full cost of such improvements and submit amounts due under the State Unemployment
Insurance Act with respect to such labor, then this obligation shall be null and void.
PROVIDED, HOWEVER, if Principal shall not pay the subcontractor and all persons
renting equipment or furnishing labor or materials to them for such improvements for the full cost
of such improvements, or if Principal fails to submit amounts due under the State Unemployment
Insurance Act with respect to such labor, then Surety will pay for the same in an amount not
exceeding the sum set forth above, which amount shall inure to the benefit of all persons named
in Civil Code Section 3181.
PROVIDED FURTHER, HOWEVER, that Surety stipulates and agrees that no change,
extension of time, alteration or modification of the contract documents or of the work to be
performed thereunder shall in any way affect its obligation on this bond and it does hereby waive
notice of any such change, extension of time, alteration or modification of the contract documents
or of the work to be performed thereunder; and
B-12
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
PROVIDED FURTHER, that in case suit is brought upon this bond by the City or any other
person named in Civil Code Section 3181 who may bring an action on this bond, a reasonable
attorney's fee, to be fixed by the Court, shall be paid by Principal and Surety.
IN WITNESS WHEREOF, Principal and Surety have caused these presents to be duly
signed and sealed day of , 20
SURETY:
(Name)
BY:
(SEAL)
�I
APPROVED AS TO FORM:
City Attorney
Attorney -in -Fact
Address of Surety:
PRINCIPAL:
BY:
(SEAL) TITLE:
Address of Principal:
APPROVED AS TO CONTENT:
Date
City Manager
Note: Attached proper acknowledgement for both Surety & Principal (Use copies of blank form
provided in this section).
B-13
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
COMPENSATION INSURANCE CERTIFICATE
Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works
contract has been awarded shall sign the following certificate and shall submit same to the City
prior to performing any work on the contract:
I am aware of the provisions of Section 3700 of the Labor Code, which reads as follows:
"Every employer except the State shall secure the payment of compensation in one or more of
the following ways:
By being insured against liability to pay compensation in one or more insurers duly authorized to
write compensation insurance in this State.
By securing from the Director of Industrial Relations a certificate of consent to self -insure, which
may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to
self -insure and to pay any compensation that may become due to his employee."
CONTRACTOR:
1111111111121
COMPENSATION INSURANCE CERTIFICATE
TO BE SUBMITTED WITH CONTRACT
AM
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
'k, ie7rirL'ri(?1�G` �: ei�G'�xY1 �C`�'.i�£.'. 4.1^.d.. i�C'c�f?i ��[`�i x31.�Ci3£-`s��'c;{saC7ii�C'i ec72 �vG]c�7aT.d3e?C1':�L`E: � isfs• `r�dc 'i ��C*i{rG'Fx '2�!`��C Sr}1
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the
truthfulness, accuracy, or validity of that document.
State of California )
County of )
On
before me,
Date Here Insert Name and Title of the Officer
personally appeared
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
Place Notary Seal Above
Description of Attached Document
Title or Type of Document:
Number of Pages:
I certify under PENALTY OF PERJURY
under the laws of the State of California that
the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
Signature of Notary Public
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer— Title(s):
❑ Partner - ❑ Limited ❑ General
❑ Individual
❑ Trustee
Conservator
❑ Other:
Signer is Representing
Signer's Name:
❑ Corporate Officer —
❑ Partner - ❑ Limited
❑ Attorney in Fact ❑ Individual
❑ Guardian or Conservator ❑ Trustee
Title(s):_
❑ General
❑ Other:
Signer is Representing:
❑ Attorney in Fact
❑ Guardian or
B-15
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
SECTION C
GENERAL PROVISIONS
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
SECTION C
GENERAL PROVISIONS
STANDARD SPECIFICATIONS
The Standard Specifications of the Agency are contained in the most recent edition of the
Standard Specifications for Public Works Construction, including all supplements, as written
and promulgated by the Joint Cooperative Committee of the Southern California District of
the Associated General Contractors of California. Copies of these Standard Specifications
are available from the publisher, Building News, Incorporated, 3055 Overland Avenue, Los
Angeles, California 90034, telephone (310) 202-7775 or (888) BNI-BOOK (264-2665) or BNI
located at 1612 S. Clementine Street, Anaheim, CA 92802 (714) 517-0970.
The Standard Specifications set forth above will control the general provisions, construction
materials, and construction methods for the contract except as amended by the plans, these
special provisions, or other contract documents.
The section numbers of the following General Provisions coincide with those of the said
Standard Specifications. Only those sections requiring amendment or elaboration, or
specifying options, are called out.
In the case of conflict between the Standard Specifications and these General Provisions,
these General Provisions shall take precedence over, and be used in lieu of the conflicting
portion.
SECTION 1 -TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS
1-2 DEFINITIONS
A. Agency/City - City of Tustin
Board - City Council
City Manager - City Manager
County - County of Orange Public Facility & Resources Division
Engineer - City Engineer
Federal - United States of America
Laboratory - The designated laboratory authorized by the City of Tustin
to test materials and work involved in the contract
B. The use of the word "Contractor" shall be held to mean the Contractor and/or any
person employed by him and working under the contract.
C. The use of the words "shall' and "may" shall be held to mean "mandatory" and
"permissive" respectively.
D. The use of the words "his" or "him" shall be construe to mean either gender as
appropriate.
C-1
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
SECTION 2 - SCOPE AND CONTROL OF THE WORK
Contractor shall provide all the required custodial services, including but not limited to:
management, supervision, labor, materials, tools, equipment, supplies, transportation and
incidentals necessary to accomplish all custodial and floor care services at City facilities as
defined in these specifications.
A. GENERAL AREAS TO BE CLEANED
Restrooms; park restrooms; park facilities and trash containers; lobbies; open and private
office areas; common areas, stairwells; training rooms; lunchrooms; break rooms and
kitchens; outside entrances, decks, windows, doors, walls, interior and exterior balconies and
patios; gyms, showers and locker rooms; display areas; dispatch areas; multi -purpose rooms;
conference rooms and Council Chambers; elevated display areas; elevators; parking
structures; large areas with wood floors; and all space being utilized by the occupants (except
storage space as defined and any other associated areas as directed by the City).
B. WATER POLLUTION PREVENTION AND BEST MANAGEMENT PRACTICES (BMPs)
Non -storm water discharges resulting from Building Maintenance activities are currently
governed by the Santa Ana Regional Water Quality Board NDPES Permit No. CAS618030.
The permit applies to activities within the County of Orange and is available for a review from
the City of Tustin, Public Works Department. A Drainage Area Management Plan (DAMP) and
a Municipal Activities Procedures Manual have been developed by the County of Orange to
assist with permit implementation. Specifically, the Municipal Activities Procedures Manual
contains Model Maintenance Procedures with Best Management Practices (BMPs) that the
contractor shall adhere to. The Contractor shall implement and maintain the appropriate BMPs
to prevent storm water pollution within all facility sites at all times during the contract period.
The Model Maintenance Procedures with BMPs are available for review at the City's Public
Works Department.
The City's Building Supervisor will conduct inspections of the maintenance work site to
evaluate whether BMPs to reduce pollutant loadings are adequate and properly implemented
in accordance with the terms of the contract or whether additional control measures are
needed.
Payment to provide and maintain BMPs shall be considered included in the contract unit prices
paid for other items of work and shall be considered incidental for accomplishing the work and
no additional compensation shall be allowed. Failure of the Contractor to comply with the City
of Tustin's requested corrective actions may result in an order to suspend work until the
condition is corrected. No additional compensation will be allowed as a result of such
suspension. All work shall comply with OSHA and all other applicable Federal, state and local
regulations/requirements
2-1 AWARD AND EXECUTION OF CONTRACT
LENGTH OF CONTRACT
A. This contract shall have a term of twenty-four (24) months, from July 1, 2025 through June
30, 2027.
C-2
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
B. Upon the City's approval, an additional three (3) one (1) year term extensions may be
granted.
C. All optional extensions of this contract are subject to approval by the City Manager and
are contingent upon the availability of funding and successful work by the Contractor as
determined by the City. All optional extensions must be approved by the City Manager.
AWARD OF CONTRACT
A. It is the intention of the City of Tustin to award this contract to the most qualified and
competent bidder who meets the City's goals and requirements. Cost is a major factor but
not the sole consideration.
B. Within ten (10) working days after the date of the Notice of Award, the Contractor shall
execute and return the following contract documents to the Agency.
Contract Agreement
Faithful Performance Bond
Labor and Materials Payment Bond
Public Liability and Property Damage Insurance Certificate(s) and endorsements
Compensation Insurance Certificate and endorsements
Certified copy of Certificate of Authority, from the California Insurance Commissioner,
issued to the bonding companies.
C. Contractor shall provide to the City within ten working days after the date of notice of award
of contract the aforementioned insurance certificate(s) with endorsements, which must
meet the requirements of the specifications and comply with the contract documents.
Failure to comply with this requirement will result in annulment of the award, forfeiture of
the proposal guarantee and City will pursue award to the next qualified responsive bidder.
Contractor is advised that insurance requirements are non-negotiable and City will not
consider waiving insurance requirements. There are no exceptions.
D. The Contract Agreement shall not be considered binding upon Agency until executed by
the Authorized Agency officials. No contract will be executed unless the bidder is licensed
in accordance with the provisions of the State Business and Professions Code.
E. The successful bidder, prior to award of the contract by agency, shall present his or her
Contractor's pocket license or certificate of licensure and provide signed statement which
swears, under penalty of perjury, that the pocket license or certificate of licensure
presented is his or hers, is current and valid and is in a classification appropriate to the
work to be undertaken. Format of this statement is shown on the last page of this Section.
F. A corporation to which an award is made maybe required, before the Contract Agreement
is executed by the agency, to furnish evidence of its corporate existence, of its right to
enter into contracts in the State of California, and that the officers signing the contract and
bonds for the corporation have the authority to do so.
C-3
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
EXTENSION OF TERM OF CONTRACT
Agency shall have the right and option to extend the term of this contract for three (3) consecutive
additional years following the original 2 years term of this contract, by giving written notice to the
Contractor prior to the end of the original contract term. Contract unit price adjustments may be
provided annually at the discretion of the City as described below.
Contracted unit prices are subject to annual review effective July 1 of each year to reflect a not -
to -exceed Consumer Price Index (CPI) changes in cost. The rates may be adjusted each year on
July 1, at the sole discretion of the City and, upon written request for an increase from Contractor
one -hundred twenty (120) days prior to July 1, all based upon the percentage change in the CPI
for All Urban Consumers for the Los Angeles- Riverside -Orange County Metropolitan Area
("Index") published by the United States Department of Labor, Bureau of Statistics for the
preceding year (December to December) calculated to the nearest one cent. The Index published
more immediately preceding the effective adjustment date is to be used in determining the amount
of adjustment. If the Index has changed from the previous Index basis, the unit prices for the
following year of the term of the contract shall be set, if approved by the City, by multiplying the
previous unit prices by a ratio, the numerator being the new Index value and the denominator
being the previous Index value. The Index value for the beginning of the original contract term
shall be the Index in effect at the time of the proposal. If only a portion of a unit price changes,
that portion alone shall be adjusted by the ratio. The portion of the total unit price to be adjusted
shall be determined by the Director of Public Works based on documentation submitted by the
Contractor. The first rate adjustment, if approved by the City, will be effective July 1, 2026. The
same method of adjustment shall apply to all future renewal years.
CONTRACTOR IS AN INDEPENDENT CONTRACTOR: INDEMNIFICATION
A. The Contractor shall act under the contract as an Independent Contractor through the City
of Tustin and will not be an agent, or employee of the City.
B. The Contractor shall not represent or otherwise hold out itself, or any of its subcontractors,
directors, officers, partners, employees or agents, to be an agent or employee of the City.
C. The Contractor shall indemnify and otherwise hold harmless the City, its officials, officers,
directors, employees, agents and other representatives, from all liability loss or damage
(including reasonable attorney's fees and other costs of defense resulting from damage
or injury to persons or property cause, or claims to have been caused, by acts or omissions
of the Contractor, or of any of its subcontractors, directors, officers, partners, employees,
or agents in the course of, or in connection with, the Contractor's performance under this
contract.
D. The parties agree to cooperate fully in the resolution of any claims for such liability, loss
or damage.
2-3 SUBCONTRACTORS
A copy of each subcontract, if in writing, or if not in writing, then a written statement signed
by the Contractor, giving the name of the subcontractor, and the terms and conditions of
such subcontract, shall be filed with the City before the subcontractor begins work. Each
C-4
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
subcontract shall contain a reference to this Agreement between the City and the
Contractor, and the terms of that Agreement between the City and the Contractor and all
parts thereof shall be made a part of such subcontract insofar as applicable to the work
covered thereby. Each subcontractor shall provide for its annulment by the Contractor at
the order of the City, if, in the City's opinion, the subcontractor fails to comply with the
requirements of the principal contract insofar as the same may be applicable to his
work. Nothing herein contained shall create any contractual relation between any
subcontractor and the City or relieve the Contractor of any liability or obligation there
under.
2-4 CONTRACT BONDS
Both the Faithful Performance Bond and the Labor and Materials Payment Bond shall each be
for not less than one hundred percent (100%) of the total contract amount. Bonds shall be of the
form attached to Section C and secured from a surety company duly authorized to issued such
bonds in the State of California and shall be subject to the approval and acceptance of the City
Council and City Attorney. Bonds shall be reviewed each year upon extension of the term of the
contract. The Labor and Materials Payment Bond shall remain in force until thirty-five (35) days
after the date of recordation of the Notice of Completion. The Faithful Performance Bond will not
be released until one year after said date.
Additionally, the Contractor shall concurrently submit, with the bonds, a certified copy of the most
recent Certificate of Authority issued to the bonding company by the California Insurance
Commissioner.
2-5 PLANS AND SPECIFICATIONS
INTERPRETATION OF PLANS AND DOCUMENTS
If any person contemplating submitting a proposal for the proposed contract is in doubt as to the
true meaning of any part of the plans, specifications or other proposed contract documents, or
find discrepancies in, or omissions from, the drawings or specifications, he may submit to the
Engineer of said Agency a written request for an interpretation or correction thereof. The person
submitting the request will be responsible for its prompt delivery. Any interpretation or correction
of the proposed documents shall be made only by addendum duly issued and copy of such
addendum will be mailed or delivered to each person receiving a set of such documents. The
Engineer will not be responsible for any other explanation or interpretations of the proposed
documents. The Contractor shall save harmless the City of Tustin from any loss or damage as a
result of his intentional failure to report any error, omission or conflicting procedure.
SECTION 3 CHANGES IN WORK
3-3 EXTRA WORK
A. The City Manager, Director of Public works or his delegated agent, may, at his discretion,
authorize the Contractor to perform additional work. Additional work shall be defined as
work not included in the Agreement. Such work, if authorized, shall not impact normal
maintenance operations. Additional staffing will be provided to complete "extra work".
B. Prior to the Contractor performing any additional work, the Contractor shall prepare and
submit a written description of the work with an estimate of labor and materials. No work
C-5
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
shall commence without written authorization from the Buildings Supervisor, or his/her
delegated agent. Notwithstanding the above authorization, when a condition exists
where there is imminent danger of injury to the public or damage to property, the Contract
Officer may verbally authorize the work to be performed upon receiving a verbal estimate
from the Contractor. However, within twenty-four (24) hours after receiving a verbal
authorization, the Contractor shall submit a written estimate to the Buildings Supervisor
for approval.
C. Written authorization from the City Manager, Director of Public Works or his delegated
agent, shall be by the issuance of a City Change Order. This Change Order shall be
considered an amendment to this Agreement as approved by the City Manager and the
Contractor.
D. All additional work shall commence on the specified date established and shall diligently
proceed upon completion. Additional staffing will be provided to complete any extra work,
with no impact to the normal maintenance schedule.
E. Upon completion of the additional work the Contractor or his delegated agent, shall be
notified so that the work may be verified.
F. The Contractor shall submit an invoice for compensation with attached photocopies of
original invoices for materials. Compensation shall not exceed the written estimate. The
Contractor's invoice shall be subject to audit and review by the City prior to payment.
The City of Tustin reserves the right to repair and/or contract with a third party to perform such
additional work.
SECTION 6 - ACCEPTANCE OF WORK
6-1 HOURS OF WORK
A. The building and facility maintenance work described herein shall be performed during
specified working hours in accordance with after normal working hours for specified
locations and during normal working hours and at frequencies as shown on the Project
Cost Sheet, and these proposal documents.
B. The City's normal work hours are subject to change and contractor is responsible for
accommodating any potential change in normal work hours. Hours will be specified by
location and needs.
C. All park maintenance shall be performed between 6:00 a.m. and 12:00 p.m. 4. Police
Department and Police Department Parking Structure will be an eight hour a day/ seven
days a week requirement and Metrolink Station will be a four hour a day/ seven days a
week requirement.
D. All other buildings not identified above shall have tasks performed after normal working
hours to start no earlier than 6:00 p.m. Monday through Friday and midnight Saturday.
Hours may change per facility need.
W.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
E. Contractor must provide at least one (1) English-speaking person on each work site at
all times during which services are required by contract to be provided.
F. Only documented authorized Contractor employees, wearing approved uniform and
holding approved identification card, are permitted on or in City facilities. All other
persons are prohibited from entering any City -owned property or facilities.
G. Each employee to be used by contractor on city property or facilities may not work until
the mandated documentation for eligibility to work has been received by the city and
approved before the contractor's employee starts work. This includes Department of
Justice (DOJ) fingerprinting and clearance. The cost associated with the fingerprinting,
background checks, and DOJ clearance will be paid for by the City of Tustin. All
Contractor's employees shall fill the required forms and submit to the fingerprinting at the
Contractor's expense and time, and no additional compensation will be paid.
H. City reserves the right to increase or decrease the contracted services by a Contract
Change Order and by negotiating a reasonable amount of fees for the change with the
Contractor. Services and fees for new facilities, when approved in writing by the City
Manager or Director of Public Works shall be added at the average rate per square foot
for a comparable facility at the time of the addition.
I. Contractor shall provide a supervisor to meet at least once a week with the Public Works
Department/Field Services authorized representative to conduct inspections and resolve
problems.
J. Contractor must provide a working supervisor during the working hours (day or night) to
be on site to resolve special cleaning problems or complaints. The working supervisor
shall be available to report to the required location to clean facilities with special security
clearance or move supplies among facilities. The working supervisor shall provide
his/her own transportation to travel between facilities at no additional cost to the City.
K. Contractor shall not move personal items or papers for cleaning (including items on
desks, file cabinets, counter tops, sinks, boxes on floors, etc.).
L. Contractor shall be responsible for guaranteeing that keys and card keys to the facilities
are protected from theft or loss and shall immediately notify the City in the event of theft
or loss. Contractor shall be held responsible for costs associated with re -keying as a
result of such theft or loss; such cost will be deducted from any future amount due to the
Contractor.
M. Contractor shall make an attempt to remove graffiti using approved custodial products
and methods. Graffiti that cannot be removed in this manner is to be reported to the
Field Services authorized representative.
N. Contractor at all times shall take all safety precautions to prevent injury or damage to
persons or property including, but not limited to, use of appropriate caution signage.
C-7
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
P. All performed activities and/or equipment utilized by the Contractor shall be subject to
the inspection and approval of the City.
6-2 PROSECUTION OF WORK
A. The Contractor shall maintain all work under this contract from the date of the Notice to
Proceed through termination of contract.
B. The Notice to Proceed shall be authorized by the City of Tustin, after the execution of the
contract by the City Council.
C. The date of termination shall be June 30, for any given year; however, the Contract is
subject to extension or termination as described in this Agreement.
6-3 PERFORMANCE DEFICIENCIES
A. Failure of the Contractor to provide services per contract specifications shall be
documented by the City as a performance deficiency.
B. If the Buildings Supervisor determines that there are deficiencies in the performance of
this Agreement, the Buildings Supervisor will provide a written notice to the Contractor
stating the deficiencies and specifying a time frame to correct the specified deficiencies.
This time frame shall be determined by the Buildings Supervisor, to correct the specified
deficiencies.
C. The Contractor shall be notified both verbally and in writing each time Contractor's
performance is unsatisfactory and corrective action is necessary.
D. Should the Contractor fail to correct any deficiencies within the stated time frame, the
Building's Supervisor may exercise the following measures:
1. Deduct from the Contractor's payment the amount necessary to correct the deficiency.
2. Withhold the entire or partial payment.
3. Utilize City forces, or an alternate source, to correct the deficiency and deduct from
the Contractor's payment the total cost, including City overhead and administrative
costs.
4. Deduct from the Contractor's payment the amount calculated from the monthly
schedules or extra work time frame that has not been performed.
5. Deduct liquidated damages.
Liquidated damages of $400.00 per day, or a portion thereof shall be assessed against
the Contractor for each deficiency that exceeds the stated time frame. This amount
shall be deducted from the Contractor's payment.
E. If deficiencies continue to occur, notice to terminate this contract will be given to the
Contractor by the City thirty (30) days prior to termination.
M:
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
6-4 DEFAULT BY CONTRACTOR
A. In the case of default by the Contractor, the City of Tustin may procure the article or service
from other sources and if the cost is higher, the Contractor will be held responsible to pay
the City of Tustin the difference between the price agreement cost and the price paid.
B. The prices paid by the City of Tustin shall be the prevailing market price at the time such
purchase is made.
C. This is in addition to any other remedies available under law.
6-5 TERMINATION OF CONTRACT
The City reserves the right to terminate this contract at any time, with or without cause, upon thirty
(30) days written notice to the Contractor, except where termination is due to the fault of the
Contractor and constitutes an immediate danger to the health, safety and general welfare, the
period of notice shall be such shorter time as may be appropriate. Upon receipt of the notice of
termination, the Contractor shall immediately cease all services hereunder except such as may
be specifically approved by the Landscape Supervisor. The Contractor shall be entitled to
compensation for all services rendered prior to receipt of the notice of termination and for any
services authorized by the Landscape Supervisor thereafter.
If the Contractor fails to meet the specifications of this contract for any fifteen (15) consecutive or
non-consecutive days, the City may, at is option, terminate the balance of this contract with written
notice of termination to the Contractor. Notice of such termination shall take effect three (3) days
after such notice is mailed.
In the event of termination, the bonds required shall remain in effect for six (6) months after the
date of termination to provide surety that any remedial work required at the time of termination
will be completed, and that any vendors or laborers will be paid.
6-7 TIME OF COMPLETION
6-7.1 GENERAL
The time for completion shall be approximately twelve months (from July 1 to June 30) after Notice
to Proceed. The Notice to Proceed will be issued at the discretion of the Public Works Department
shortly after the execution of the contract. When the Contractor is delinquent on any submittal
that is required before the start of work, such as but not limited to, construction schedule, traffic
control plan, etc., the Notice to Proceed will be issued with conditions to comply with all
requirements before the start of work. Any such delay in submittals will cause to Contractor to
lose those days from the specified time of completion after the issuance of Notice to Proceed.
C-9
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
DAILY CLEANING (Includes Day Porter Duties)
A. OFFICES/CUBICLES, CONFERENCE ROOMS, COMMON AREAS, AND
MISCELLANEOUS CLEANING
1. Solid waste collection (Separate collection for recycled waste): All solid waste
generated in the building and from the exterior areas shall be collected and removed
to the correct exterior enclosure and bin as specified by the City. Waste receptacles
shall be free of residue, and plastic liners shall not be torn or worn nor contain residue.
Waste receptacles shall be emptied and new bags inserted daily. All filled garbage
bags shall be carried on a rolling bin (no dragging allowed) to the specified enclosure
in such a manner that will not allow any spillage or seepage along the way. Any spillage
or seepage encountered by the Contractor shall be cleaned or removed immediately,
but in no case later than two (2) hours of notification at no cost. The City has
implemented an office recycling program and provides separate waste receptacles
labeled "Recycle". All collected materials shall be disposed in the exterior bin
designated by the City for this purpose. Contractor shall ensure that garbage and
recyclable material shall be kept separate and processed in the appropriate manner.
2. All horizontal, vertical and under surfaces shall be free of dust, smudges or spots, and
the corners, crevices, moldings and ledges shall be free of dust. NOTE: When dusting
horizontal surfaces, papers and other items shall not be disturbed.
3. Contractor shall clean City Council Chambers and adjacent Conference Room as the
last custodial work performed every Sunday and before meetings. Council Chambers
shall also be cleaned after the regular, Tuesday night Council meeting, Planning
Commission meetings and other special meetings. The City reserves the right to
revise this requirement if the regular meeting schedule changes.
4. The Police Department has areas that require daily cleaning and a police escort is
required (Property Storage, Special Investigations, the City jail, the Police Chief's
office area, etc.) This will be coordinated with the Police Watch Commander. General
cleaning of toilets, benches, and floors in holding cells.
5. Basins (if free of personal items) and fixtures shall be clean, disinfected, and bright,
and shall be free of dust, stains, or encrustation.
6. Mirrors (except personal) and glass including, but not limited to, doors, partitions,
display cases, etc., shall be clean and free of spots, streaks, or soil substances.
7. Paper towel and toilet paper dispensers shall be filled on a daily basis, when such
dispensers are present.
8. Carpeted surfaces shall be vacuumed and maintained free of dirt, dust and other debris
or foreign matter. Chairs and waste receptacles shall be replaced in their original
positions, taking care to prevent damage to furniture or personal items.
9. On a daily basis, all spills, dirt accumulation or crusted material shall be removed from
carpets and carpet tiles, as well as spots and stains. There shall be no evidence of
fuzzing caused by harsh rubbing or brushing. Spot cleaned areas shall blend with the
C-10
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
adjacent areas of the carpet.
10. Hard floor surfaces shall be maintained clean and free of debris or foreign matter. No
dirt shall be left in corners or on baseboards, behind doors or under furniture. The
finished areas shall be safe from slipping and shall have a uniform luster without
unsightly finish buildup.
NOTE: Special treatment is required on some City floors. Contractor is responsible for
ensuring correct products and methods as approved by the City, are used on the
designated floors. Contractor will be held responsible for damages caused by incorrect
products or methods.
11. On walls, spots, smudges or other foreign markings shall be removed without causing
unsightly discoloration to the wall surfaces.
12. While there are no interior smoking ar
outside shall be serviced to present an
materials. Ashtrays and adjacent areas
other foreign matter.
:as in any public facility, areas for smoking
overall clean appearance, free of discarded
shall be free of discarded butts, ashes, and
13. Regular furniture, modular systems, upholstered furniture, and lunch area type
furniture shall be free of dirt and dust and shall present an overall clean. Appearance.
Contractor shall provide cleaning of upholstered furniture as needed or at the request
of City at no additional charge.
14. Clean doors and kick plates, on both sides, light switches shall appear clean and free
of dust, dirt, streaks, smudges, and splashing. Wash glass and door frames on both
sides of all building entrance doors.
15. Miscellaneous counter tops, tables, chairs, trim finishes in lobby areas, sinks,
microwave (if free of personal items), and fixtures are to be clean, disinfected, bright
and free of dirt, stains, or foreign matter.
16. On vending machines, all horizontal, vertical, and under surfaces, corners, crevices,
moldings and ledges shall be free of dirt, dust and other debris or foreign matter.
17. Park facilities are to be given special attention on a daily basis to include trash
removal from all park trash receptacles and thorough cleaning of restrooms.
Restocking of supplies must occur daily.
18. Kitchens and lunchrooms at all facilities are to be cleaned daily. Refrigerator and
microwaves exteriors are to be wiped down daily with interiors sanitized upon
request, at no additional cost to the City. Contractor is required to ensure that
refrigerators' doors are closed at all times.
19. Trash receptacles at all parks shall be emptied daily.
C-11
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
B. RESTROOM, SHOWERS, LOCKER ROOMS, AND GYMS
1. The floor surfaces, including corners and baseboards, shall be clean and free of dust,
dirt or other foreign matter, dry, disinfected where appropriate, and shall present an
overall appearance of cleanliness. Walls, baseboards and other surfaces shall be
maintained free of splashing and markings. Where applicable, as determined by the
City, the finished areas shall have a uniform, slip -free luster.
2. All fixtures shall be clean, disinfected, and bright. There shall be no dust, stains, or
encrustation. Metal surfaces (including door kick plates) shall be kept clean and bright.
3. Waste receptacles and used sanitary napkin containers shall be emptied and
disinfected and new bags inserted (at least) once daily.
4. Mirrors and stainless steel shall be clean and free of spots, streaks, or soil substances.
5. All supply dispensers shall be maintained to meet the needs of the tenants and visiting
population. Furnish and refill all toilet tissue, toilet seat covers, paper towel and
sanitary napkin dispensers. Refill soap dispensers.
6. Restrooms shall be maintained free of discarded materials and trash, to present an
overall clean and sanitary appearance (visually and olfactory). Special attention is to
be paid to all restrooms relating to detail, appearance and odor control.
7. On walls, signs of stains, soil substances, graffiti or smudges shall be removed from
surfaces, including partitions and stalls, insuring all sanitary conditions.
8. The gyms and locker rooms shall also receive the cleaning requirements defined in
Section A (above) for room cleaning.
9. Locker tops are to be dusted daily.
10. Replace with scented urinal deodorizer screens in urinals.
C. ENTRANCES, LOBBIES AND CORRIDORS
1. Floor surfaces shall be maintained clean and free of debris or foreign matter. No dirt
shall be left in corners or on baseboards, behind doors or under furniture. The finished
area shall be safe from slips and shall have a uniform luster without unsightly finish
buildup. Spot cleaning when required to remove smudges, marks, or spots shall be
accomplished without causing unsightly discoloration.
2. Carpeted surfaces shall be free of dirt, dust, spots, stains, spills and foreign matter,
and fuzzing caused by harsh rubbing or brushing. Spot cleaned areas shall blend with
adjacent areas of carpet.
3. All elevated display areas are to be cleaned. Metal surfaces shall be free of smears,
smudges or stains. Including fire extinguisher cabinets and life safety panels. Wood
surfaces shall be free of dirt, dust or streaks and shall present a polished finish.
Including handrails in stairwells.
C-12
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
4. All horizontal, vertical and under surfaces shall be free of dust, smudges or spots.
Corners, crevices, moldings and ledges shall be free of dust.
5. Glass surfaces shall be clean and free of dust, smudges, spots or soil substances.
6. Thresholds shall be clean and free of dirt and debris.
7. On marble walls and stone wainscoting, surfaces shall be clean and free of smudges,
dust and removable soil substances.
8. On walls, spots, smudges, graffiti, or other foreign markings shall be removed without
causing unsightly discoloration to wall surfaces.
9. Exterior entryways and sidewalks shall be slip free, clean and free of stains, dirt and
other foreign matter. Vacuum and damp wipe vinyl edges of weather mats at entrances
of buildings. Sweep/clean exterior areas of all building entrances within a ten -foot (10')
radius of the entrance door.
D. STAIRWAYS (INTERIOR AND EXTERIOR) AND PARKING STRUCTURES
1. Steps, tread, landings and risers shall be free of dirt, dust and other foreign substances,
shall present an overall clean appearance, and shall be safe from slips.
2. Railings, ledges, grills, fire apparatus and doors shall be free of dust and other
foreign substances.
3. Glass surfaces shall be clean and free of dust, smudges, spots or soil substances.
4. Metal surfaces shall be free of smears, smudges or stains. They shall be clean, bright
and polished to a uniform luster.
5. All wall surfaces shall be free of dirt, soot, graffiti or streaks.
6. Public stairways are to be cleaned per these specifications on a daily basis. Fire
escape stairways are to be cleaned on a daily basis.
7. Graveled areas adjacent to the Police parking structure shall be kept free from debris
and raked daily.
8. Sweeping/cleaning of parking structure to be completed on a daily basis.
9. Trash receptacles shall be cleaned and emptied on a daily basis.
E. ELEVATORS
1. All vertical and horizontal surfaces shall be clean and free of dirt, dust, smudges or
other soil substances. All metal surfaces shall be free of smears, smudges or stains.
They shall be clean, bright and polished to a uniform luster.
C-13
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
2. Floor tracks shall be free of cigarette butts, dirt or other foreign matter. Elevator
carpets shall be free of dirt, foreign matter, or other debris. There shall be no
evidence of spots or spills.
3. Floor surfaces shall be swept and mopped and free of debris or foreign matter. No
dirt shall be left in corners or on baseboards. The finished areas shall be safe from
slips and shall have a uniform luster without an unsightly finish buildup. Elevator call
button plates will be polished and walls surfaces around plates cleaned.
F. PARKING STRUCTURES
Parking structure includes the parking stalls, stairwells, and exterior walls and area on
the ground floor immediately adjacent to the structures (planters and concrete
walkways).
1. Collect and dispose of all debris.
2. Sweep and clean all stairwells including hosing down with water, if necessary.
3. Wipe down all handrails and railings.
4. Clean any spills. May need to power wash spots.
5. Empty and dispose of trash in trashcans. Trashcans may need to be hosed down
and/or wiped down when necessary.
6. Clean all interior and exterior panels.
GENERAL CLEANING
A. Public ashtrays and adjacent areas shall be free of nicotine stains; cigarette butts,
ashes and other debris or spills, and shall present a clean appearance at all times.
B. On drinking fountains, the fixture surfaces shall be clean and bright, free of dust, stains
and streaks. Fountains shall be kept free of trash, ink, coffee grounds, etc., and the
nozzles kept free of encrustation. Metal surfaces shall have a polished lustrous
appearance.
C. On public telephones, all surfaces including the phone unit shall be clean and free of dirt,
dust, smudges, streaks, or other soil substances.
D. Entrance, elevator, and walk -off mats shall be maintained clean and free of dirt, grime,
stains and excessive buildup or crusted material.
MONTHLY CLEANING
A. In storage spaces including basement, floors shall be clean and free of trash and foreign
substances. No accumulation of debris shall be left in corners, under furniture or behind
doors.
C-14
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
B. High cleaning of all surfaces approximately 70 inches or more from the floor shall be
maintained clean and free of dust, foreign matter, and soil substances.
C. All exterior windows of every building must be cleaned on the inside and outside.
Second floor exterior windows can be subcontracted out on a quarterly basis if
unable to provide services.
D. Keep diffusers clean and free of dust and dirt.
E. Clean both sides of vertical or horizontal mini and venetian blind slats shall be
clean and free of dust and dirt.
F. Vacuum all ceiling air supply and exhaust diffusers.
PERIODIC CLEANING
Contractor shall be responsible for establishing a maintenance schedule and
maintaining the carpeted and hard surface floors in a clean, slip -free condition with a
consistent general overall appearance of cleanliness as judged by and to the
satisfaction of the City.
Include: Dust all high horizontal and vertical surfaces not normally reached during
routine daily, weekly and monthly dusting, such as pipes, light fixtures, etc. at each
facility.
City reserves the right to approve the schedule and to increase or decrease frequency
as needed. NOTE: A tentative schedule of frequency has been provided for
information only. (See Section E) The Contractor is ultimately responsible for providing
a frequency of service that will satisfy the requirement of a clean, slip -free condition
with a consistent general overall appearance of cleanliness as judged by the City.
CARPET SHAMPOOING OR CLEANING
All carpets shall be clean, free of spots, spills and removable stains. There shall be no
evidence of fuzzing caused by harsh rubbing or brushing. Contractor shall obtain City
approval of the shampooing or cleaning method to be used. (Frequency as per Section
E)
NOTE: Any furnishings moved during the carpet shampooing or cleaning program shall
be placed in their original positions by Contractor. If necessary, non -absorbent pads or
foil shall be placed between the carpet and the furnishings. Any rust or stains resulting
from the Contractor's lack of carpet protection shall be removed by the Contractor or
by the City, at the Contractor's expense.
HARD AND RESILIENT FLOOR MAINTENANCE
Contractor shall strip, seal and apply three coats of approved floor finish or sealer to all
hard and resilient floors such as concrete, brick, terrazzo, marble, granite, ceramic tile,
C-15
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
vinyl, wood, linoleum, etc. Contractor shall obtain City approval of floor finishes,
sealers, and the cleaning method to be used, prior to any such work. (See Section E).
RAISED ACCESS FLOORS (INCLUDES COMPUTER ROOMS, DISPATCH AREAS, ETC.)
Contractor shall clean carpeted and resilient or plastic/laminate finished raised access floor
tiles on a weekly basis.
SUPPLIES
A. Contractor shall provide, order, store, and distribute all supplies and custodial
products. (See Section E).
B. Contractor shall obtain prior City approval for all supplies and products used at
each facility. The City reserves the sole right to approve the supplies and products
to be used, and may add or delete products from the approved list. The supplies
and products that are approved for use are in Section E. No products or supplies
packaged as aerosols shall be used.
C. Contractor shall keep accurate records of the supplies and products used at each
facility. Contractor is responsible for ensuring that facilities are adequately stocked
to prevent outages. Contractor will be billed for any costs related to supply or facility
outages that arise through negligence on the part of the Contractor.
D. A report of the supplies and products used at each facility shall be supplied to the
Field Services authorized representative upon request. "Borrowing" from one
facility to another will be permitted only if the transactions have been properly
recorded.
E. The City reserves the right to audit Contractor's records of all receipts and
expenses related to the providing, ordering, storing, and distributing of all custodial
supplies and cleaning products.
MISCELLANEOUS REQUIREMENTS
A. Exterior doors shall be kept closed and locked at all time when work is being
performed to ensure building security.
B. Immediately after cleaning areas, all general lighting is to be turned off (except in
designated areas) for energy conservation.
C. Lights shall be used only in areas where, and at the time, when work is actually
being performed.
D. Contractor's employees shall not turn on any TV or adjust mechanical equipment
controls for heating, ventilation, air conditioning systems, or sound systems (either
built-in or personal).
E. Water faucets or valves shall be turned off after use.
C-16
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
F. Windows shall be closed, with lights and fans turned off when not in use. All interior
doors shall be locked after work has been accomplished.
G. Security alarms shall be reset after all work has been accomplished. City may hold
Contractor legally responsible for the cost of Police response calls, theft or
vandalism resulting from inappropriately set or unset alarms.
H. Contractor shall report: emergencies to 911; situations requiring immediate
attention (such as overflowing toilets) to the Working Supervisor; items in need of
repair to the Field Services authorized representative.
Contractor shall lock rooms in security areas after cleaning and return keys to
designated office.
J. Contractor shall turn in lost and found articles to the Field Services authorized
representative.
K. Contractor shall notify the Tustin Police when an unauthorized or suspicious person
is seen on the premises.
L. Custodial closets shall be kept neat, clean, safe, and locked at all times. Floor sinks
shall be kept clean.
M. Any furnishings moved during the general or floor cleaning shall be replaced in their
original positions. Contractor shall take protective measures to ensure that the
building, furniture and personal items are not damaged when furniture is being
moved for cleaning. Any damages resulting from Contractor's work are the
responsibility of the Contractor.
N. When spills occur, Contractor shall perform appropriate research to determine the
correct product, and shall use the correct method, to clean up to prevent damage
to floors, baseboards, walls, furniture, etc.
O. The contractor shall provide City staff with contact information, including the day porter's
contact information, to ensure effective communication.
ADDITIONAL WORK
NOTE: The price requests for additional custodial services in the proposal documents are to
establish what additional work would cost and are not to be considered in proposal evaluations.
The cost per hour for each item shall include full compensation for providing labor, equipment,
tools, supplies, materials, transportation and incidentals and no additional compensation will be
allowed therefore.
A. Any extra services or changes in work to be performed from that detailed in these
specifications must be approved in writing by the City's authorized representative prior to
proceeding with the extra services or change in work.
B. Provide a cost per hour to detail walls and partitions on request.
C. Provide a cost per hour to do general cleaning on request.
D. Provide a cost per hour to strip and refinish hard surfaced floors on request.
E. Provide a cost per hour to extract or spin clean carpets on request.
C-17
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
F. Provide a cost per hour to clean upholstered furniture or panels on request.
G. Provide a cost per hour to clean raised access floor tiles on request.
H. Provide an English-speaking day porter to accommodate City's general custodial needs
on request.
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES
A noise level limit of 96 dBA at a distance of fifty feet (50') shall apply to all construction/
maintenance equipment on or related to the job whether owned by the Contractor or not. The use
of excessively loud warning signals shall be avoided except in those cases required for the
protection of personnel.
7-2 LABOR: LABOR STRIKE
A. It shall be the responsibility of the Contractor to provide continuous maintenance services
without interruption.
B. In case of any labor strikes, the Contractor shall provide other means, at its own cost, to
provide a comparable continuous service as if there were no strike.
Failing to do so will cause the City to take whatever action is deemed necessary to provide such
service and the cost will be borne by the Contractor.
7-2.2 Laws
Legal Relations and Responsibility. The Contractor shall defend, indemnify, and save
harmless the City and each of its officers and employees and agents from all claims, suits or
actions of every name, kind and description, including potential claims and suits, with respect
to the failure, neglect or refusal of Contractor to faithfully perform the work and all of the
Contractor's obligations under the contract. This defense and indemnification by Contractor
shall specifically include all costs of defense, which may be incurred by City or its employees,
officers, or agents with respect to such claim or suit. Such costs, expenses, and damages
shall include all costs incurred by the City, or its employees, officers or agents to defend
against any claims, stop notices or lawsuits based thereon in which any of them is made a
party.
Prevailing Wages. The CITY OF TUSTIN has obtained from the Director of Industrial Relations
the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and
overtime work in the locality in which the work is to be performed for each craft or type of work
needed to execute this contract, and the same has been filed in the Office of the City Engineer.
Contractor agrees that not less than said prevailing rates shall be paid to workers employed on
this public works contract as required by Labor Code Sections 1771 and 1774 of the State of
California.
Subsistence Pay. Section 1773.8 of the Labor Code of the State of California, regarding the
payment of travel and subsistence payments, is applicable to this contract.
Responsibility for Damage and Loss. The Contractor shall assume the defense of, and save
C-18
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
harmless, the City of Tustin and its officers and agents from all claims of any kind arising from
his own negligence or that of his agents in the performance of the contract. Labor Non-
discrimination. Attention is directed to Section 1735 of the Labor Code, which reads as follows:
"No discrimination shall be made in the employment of persons upon public works because of the
race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital
status, or sex of such persons, except as provided in Section 12940 of the Government Code,
and every Contractor for public works violating this section is subject to all the penalties imposed
for a violation of this chapter."
Payroll Records. Attention is directed to provisions in Labor Code Section 1776, which requires
each Contractor and subcontractor to keep accurate payroll records regarding wages paid to
journeymen, apprentices, workers, or other employees. The Contractor and subcontractor under
him shall comply with the requirements of this Section.
7-3 LIABILITY INSURANCE
Public Liability and Property Damages. Contractor shall take out and maintain during the life of
the contract, commercial general liability, automobile liability and worker's compensation
insurance. The amount of the commercial general liability and automobile insurance shall not be
less than the following:
Single limit coverage applying to bodily and personal injury liability and property damage:
$2,000,000.00.
The following insurer endorsements are required if not part of the policy:
A. The City of Tustin, its elective and appointive boards, officers, agents and employees
named as additional insureds in the policy as to the work being performed under the
contract;
B. The coverage is primary and no other insurance carried by the City of Tustin will be called
upon to contribute to a loss under this coverage;
C. The policy covers blanket contractual liability;
D. The policy limits or liability are provided on an occurrence basis;
E. The policy covers broad form property damage liability;
F. The policy covers personal injury as well as bodily injury liability;
G. The policy covers explosion, collapse, and underground hazards;
H. The policy covers products and completed operations;
I. The policy covers use of non -owner automobiles; and
J. The coverage shall not be cancelled or terminated unless thirty (30) days written notice is
given to the City of Tustin.
K. Insurers shall be authorized to do business in the State by the Department of Insurance
C-19
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
and shall meet the following qualifications:
1. A.M. Best's Key Rating of Grade A and Class VII (seven) (if an Admitted Insurer),
and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line
Broker), is acceptable. Workers' compensation insurance rated Grade B- or better
and Class VII (seven) or better, or offered by the State Compensation Fund, is
acceptable.
L. The worker's compensation and employer's liability insurance policies shall contain a
waiver of subrogation in favor of the City.
Contractor shall provide to the City within ten (10) working days after the date of notice of award
of the contract evidence of the aforementioned insurance with insurer endorsements, which must
meet the requirements of this Article. An Acord Certificate will be accepted solely as evidence of
the name of the insurers and the amounts of insurance. Failure to comply with these requirements
will result in annulment of the award, forfeiture of the proposal guarantee, and the City will pursue
award to the next qualified responsive bidder. Contractor is advised that insurance requirements
are non-negotiable and City will not consider waiving insurance requirements. There are no
exceptions.
7-5 PERMITS
A City of Tustin business license shall be obtained by the Contractor, at his expense, prior to
starting work. Subcontractors working for the general Contractor for this project will be required
to have a business license while working on this project. The City of Tustin will issue a construction
permit for this project at no cost to the Contractor.
7-7 COOPERATION AND COLLATERAL WORK
The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous,
collateral, and essential work by others.
The Contractor shall include in its proposal all costs involved as a result of coordinating its work
with others. The Contractor will not be entitled to additional compensation from the City for
damages resulting from such simultaneous, collateral, and essential work per Section 7-7 of the
Standard Specifications of Public Works Construction ("Green book").
7-15 PAYROLL RECORDS
A. Weekly certified payroll records must be submitted to the Agency. Progress payments
will be withheld pending receipt of any outstanding reports.
B. Section 1776, Chapter 1 of Division 2, from the California Labor Code requires that
each Contractor and subcontractor keep an accurate payroll record, showing the
name, address, social security number, work classification, straight time and overtime
hours worked each day and each week, and the actual per diem wages paid each
journeyman, apprentice or worker employed by him.
C. The employee's own payroll records shall be available for inspection, and a copy shall
be made available to the employee or his authorized representative, the Division of
C-20
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
Labor Standards Enforcement and the Division of Apprenticeship Standard.
7-16 NOTICES
Any notice, demand, request, consent, approval or communication that either party desires,
or is required to give to the other party or any other person, shall be in writing and either
served personally, sent by prepaid, first-class mail, or by facsimile followed by mailing of said
notice.
Any notice, demand, request, consent, approval or communication that either party desires,
or is required to give to the other party, shall be addressed to the other party at the address
set forth below. Either party may change its address by notifying the other party of the change
of address.
Notice shall be deemed communicated two (2) City working days from the time of mailing if
mailed as provided in this paragraph.
Address for notification: City of Tustin
Attn: Field Services
300 Centennial Way
Tustin, CA 92780
EMAIL: DCarta@tustinca.org
SECTION 9 MEASUREMENT AND PAYMENT
9-3 PAYMENT
The Contractor will be paid monthly for satisfactory work performed under this contract. On
or about the first of each month, the Contractor shall submit a detailed invoice and all reports
required in the Agreement for work performed in the prior month.
This invoice shall be in accordance with the contract price and shall become the basis for
payment. Invoices shall clearly state the following:
1. Invoice number
2. Invoice period
3. Itemized locations where service performed with location number and monthly cost
4. Services performed
5. Name of personnel providing services
This invoice shall be subject to review and approval by the Buildings Supervisor. All submitted
invoices shall be paid within 30 days of approval by the Buildings Supervisor. Any charges in
the invoice not approved by the Buildings Supervisor shall not be paid by the City.
COMPENSATION FOR ROUTINE MAINTENANCE
A. The City shall compensate the Contractor at the proposal item price per location, per
month.
C-21
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
B. Billing adjustments may be made where authorized by this Agreement.
C. Work not satisfactorily completed as evidenced by the monthly schedule will be
deducted at the proposal item price per location.
PAYMENTS WITHHELD
The City may withhold entire or partial payment for reasons as follows:
A. Work required by the specifications that is defective, incomplete or not performed.
B. Claims against the City that are filed or reasonable evidence indicating probable filing
of such claims.
C. Failure of the Contractor to make payments properly to subcontractors, or for materials
and/or labor.
D. A reasonable doubt that the Contractor will not complete its required performance for
the remaining balance of the term of the contract.
E. Reports, logs or written documentation required of the Contractor to be delivered to
the Buildings Supervisor, which are incomplete or not performed.
C-22
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
SECTION D
SPECIAL PROVISIONS
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
SECTION D
SPECIAL PROVISIONS
The Contractor shall provide services to the following facilities and locations:
FACILITY DESCRIPTIONS
It is impossible to indicate every specific item that requires custodial service, but the following
tasks and frequencies indicate most of them. This information is intended to inform the
custodial contractor that nothing less than full service custodial service will be accepted.
POLICE DEPARTMENT & PARKING STRUCTURE - 300 CENTENNIAL WAY
CLEANABLE AREA: Police Department 25,737 Approx. Sq. Ft.
Parking Structure 60,000 Approx. Sq. Ft.
HOURS OF OPERATION: The Contractor is advised that this facility operates on a 24
hour/7-day schedule and is open every day. Items listed as "Daily" will require the contractor
to perform the services on a schedule that coincides with the City's operational schedule.
The frequency of items designated as "Daily" will be seven (7) times per week for eight (8)
hours a day.
A custodial service employee will be scheduled Monday through Sunday to assure the facility is
ready for use and is in a properly maintained condition. Typical hours for cleaning are from 8:00
am to 4:30 pm. The custodial service employee will perform the daily and/or weekly maintenance
items so the building will be ready for use, in addition to any other items specified or requested
by the Buildings Supervisor.
CITY HALL, COUNCIL CHAMBERS, CONFERENCE ROOM AND ATRIUM - 300 CENTENNIAL
WAY
CLEANABLE AREA:
City Hall
Council Chambers,
Conference Room, Atrium
30,000 Approx. Sq. Ft.
5,329 Approx. Sq. Ft.
HOURS OF OPERATION: The Contractor is advised that this facility operates on a 10
hour/5-day schedule and is open Monday through Friday. Items listed as "Daily" will require
the contractor to perform the services on a schedule that coincides with the City's operational
schedule. The frequency of items designated as "Daily" will be five times per week.
CLIFTON COMMUNITY CENTER- 300 CENTENNIAL WAY
CLEANABLE AREA: Community Center 5,970 Approx. Sq. Ft.
HOURS OF OPERATION: The Contractor is advised that this facility operates on a 15 hour/6- day
schedule and is open Monday through Saturday. Items listed as "Daily" will require the contractor
to perform the services on a schedule that coincides with the City's operational schedule. The
frequency of items designated as "Daily" will be six (6) times per week.
D-1
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
TUSTIN AREA SENIOR CENTER - 200 SOUTH "C" STREET
CLEANABLE AREA: Tustin Area Senior Center 17,980 Approx. Sq. Ft
HOURS OF OPERATION: The Contractor is advised that this facility operates on a 14
hour/6-day schedule and is open Monday through Saturday. Items listed as "Daily" will
require the contractor to perform the services on a schedule that coincides with the City's
operational schedule. The frequency of items designated as "Daily" will be six (6) times per
week.
Annual waxing of auditorium and classroom floors.
PUBLIC WORKS CORPORATE YARD, EOC, WAREHOUSE (RESTROOM ONLY), FITNESS
CENTER & GARAGE SHOP BUILDING - 1472 SERVICE ROAD
It is impossible to indicate every specific item that requires custodial service, but the following
tasks and frequencies indicate most of them. This information is intended to inform the
custodial contractor that nothing less than full service custodial service will be accepted.
CLEANABLE AREA: Building & Garage Shop (Office & Restroom) 10,200 Approx. Sq. Ft.
HOURS OF OPERATION: The Contractor is advised that this facility operates on a 12 hour/5- day
schedule and is open Monday through Friday. Items listed as "Daily" will require the contractor to
perform the services on a schedule that coincides with the City's operational schedule. The
frequency of items designated as "Daily" will be five (5) times per week.
TUSTIN FAMILY YOUTH CENTER -14722 NEWPORT AVENUE
CLEANABLE AREA: Youth Center
6,000 Approx. Sq. Ft.
HOURS OF OPERATION: The Contractor is advised that this facility operates on a 12
hour/6-day schedule and is open Monday through Saturday. Items listed as "Daily" will
require the contractor to perform the services on a schedule that coincides with the City's
operational schedule. The frequency of items designated as "Daily" will be six (6) times per
week.
COLUMBUS TUSTIN ACTIVITY CENTER & GYMNASIUM -17522 BENETA WAY
CLEANABLE AREA: Columbus Tustin Activity Center & Gymnasium 16,621 Approx. Sq. Ft.
HOURS OF OPERATION: The Contractor is advised that this facility operates on a 14
hour/7-day schedule and is open Monday through Sunday. Items listed as "Daily" will require
the contractor to perform the, services on a schedule that coincides with the City's operational
schedule. The frequency of items designated as "Daily" will be seven
times per week.
Annual waxing of gym and classroom floors.
D-2
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
LEGACY ANNEX (POLICE DEPARTMENT/PARKS AND RECREATION DEPARTMENT -
15445 LANSDOWNE ROAD
CLEANABLE AREA: Legacy Annex
15,000 Approx. Sq. Ft
HOURS OF OPERATION: The Contractor is advised that this facility operates on a 14 hour/7- day
schedule and is open Monday through Sunday. Items listed as "Daily" will require the contractor
to perform the services on a schedule that coincides with the City's operational schedule. The
frequency of items designated as "Daily" will be seven (7) times per week.
METROLINK STATION - 2975 EDINGER AVENUE
CLEANABLE AREA: Metrolink Station & Parking Structure 243,130 Approx. Sq. Ft
HOURS OF OPERATION: The Contractor is advised that this facility operates on a 24 hour/7- day
schedule and is open every day. Items listed as "Daily" will require the contractor to perform the
services on a schedule that coincides with the City's operational schedule. The frequency of items
designated as "Daily" will be seven (7) times per week for four (4) hours a day. The custodial
service employee will perform the daily and/or weekly maintenance items so the elevators, plant
forms, bus stops, ramps and waiting areas will be ready for use, in addition to any other items
specified or requested by the Buildings Supervisor. No restroom cleaning necessary
PARKS - TRASH ONLY
MCFADDEN PARKETTE - MCFADDEN & PASADENA
SANTA CLARA PARK — MARSHALL LANE (FAIRMONT/SANTA CLARA)
CLEANABLE AREA: McFadden Parkette Trash Only
Santa Clara Park Trash Only
HOURS OF OPERATION: The Contractor is advised that this facility operates on a 24
hour/7-day schedule and is open every day. Items listed as "Daily" will require the contractor
to perform the services on a schedule that coincides with the City's operational schedule.
The frequency of items designated as "Daily" will be seven (7) times perweek.
PARKS & RESTROOMS
CAMINO REAL PARK — 13602 PARKCENTER LANE
CEDAR GROVE PARK — 11385 PIONEER ROAD
CENTENNIAL PARK — 14722 DEVONSHIRE AVENUE
CITRUS RANCH PARK — 2910 PORTOLA PARKWAY
COLUMBUS TUSTIN PARK — 14712 PROSPECT AVENUE
FRONTIER PARK — 1400 MITCHELL AVENUE
HERITAGE PARK — 2350 KINSMAN CIRCLE
LAUREL GLEN PARK — 133771/2 MYFORD ROAD
LINEAR PARK — 1705 FLIGHT WAY
MAGNOLIA PARK — 2282 FIGTREE DRIVE
PEPPERTREE PARK — 230 W. FIRST STREET
PINETREE PARK — 1402 BRYAN AVENUE
PIONEER ROAD PARK — 10250 PIONEER ROAD
TUSTIN SPORTS PARKS — 12850 ROBINSON DRIVE
VETERANS SPORTS PARK — 1645 VALENCIA AVENUE
VICTORY PARK — 3300 PARK AVENUE
D-3
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
CLEANABLE AREA: Parks & Restrooms listed above.
HOURS OF OPERATION: The Contractor is advised that this facility operates Sunrise to 10:00
pm/7- day schedule and is open every day. Items listed as "Daily" will require the contractor to
perform the services on a schedule that coincides with the City's operational schedule. The
frequency of items designated as "Daily" will be seven (7) times per week. Empty all waste
receptacles and replace plastic liners where required. Plastic liners to fit waste
receptacles in such a manner as to not over hang the top. Cleaning restrooms daily per
General Provisions.
MM
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
SECTION E
GENERAL NOTES, LOCATION
& DETAILS
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
SECTION E
CUSTODIAL SERVICES
LOCATION AND
APPROXIMATE SQUARE FOOTAGE
ITEM Approx.
NO. FACILITIES ADDRESS SQ. FT.
1.
City Hall
300 Centennial Way
30,009
2.
Columbus -Tustin Gymnasium
17522 Beneta Way
16,621
3.
Community Building
300 Centennial Way
5,970
4.
Council Chambers, Conference
Room & Atrium
300 Centennial Way
5,329
5.
Legacy Annex
15445 Lansdown Road
15,000
6.
Corporate Yard, EOC, Garage,
Warehouse Facility
1472 Service Road
5,100
7.
Police Department
300 Centennial Way
25,737
8.
Police Dept., Parking Structure
300 Centennial Way
60,000
9.
Senior Center
200 South "C" Street
17,980
10.
Tustin Metrolink
2975 Edinger Avenue
243,130
11.
Youth Center
14722 Newport Avenue
6,000
PARKS
12.
McFadden Parkette
McFadden & Pasadena
Trash Only
13.
Santa Clara Park
Marshall Lane (Fairmont/Santa
Clara)
Trash Only
PARK RESTROOMS
14.
Camino Real Park
13602 Park Center Lane
475
15.
Cedar Grove Park
11385 Pioneer Way
475
16.
Centennial Park
14722 Devonshire Avenue
225
17.
Citrus Ranch Park
3018 Portola
500
18.
Columbus Tustin Park
14721 Prospect Avenue
600
19.
Frontier Park
1400 Mitchell Avenue
513
20.
Heritage Park
2350 Kinsman Circle
475
21.
Laurel Glen Park
13377-1/2 Myford Road
475
22.
Linear Park
1705 Flight Way
800
23.
Magnolia Park
2282 Figtree Dr.
630
24.
Peppertree Park
230 W. First Street
724
25.
Pinetree Park
1402 Bryan Avenue
513
26.
Pioneer Road Park
10250 Pioneer Road
600
27.
Tustin Sports Parks
12850 Robinson Dr.
800
28.
Veterans Sports Park
Valencia Avenue
800
29.
Victory Park
Victory Lane and Park Avenue
660
E-1
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
APPROVED CUSTODIAL SUPPLIES
Contractor is required to use the following products or approved equal to accomplish the
specified work.
PAPER PRODUCTS
ITEM
PRODUCT NO.
Georgia-Pacific Preference Bathroom Tissue
18280/01
GP Safe-T-Gard Toilet Seat Covers
47046
GP Big Fold Junior White Multi -fold Towels
20886
GP Roll Towels
2910P
Dial Basics White Pearl Liquid Hand Soap
DIA 06047
Feminine Napkins — Maxi Pads
Stayfree Classic
Feminine Tampons
Tampax
PLASTIC TRASH LINERS
THICKNESS SIZE
0.4 Mil. or Thicker
24" x 24"
1.8 Mil. or Thicker
42" x 48"
1.8 Mil. or Thicker
36" x 60"
Floor care, carpet care, liquid hand soap and all other cleaning products are to be
recommended by the contractor and approved by the City representative.
NOTE: City reserves the right to add or delete products from this list at any time.
E-2
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
FLOOR CARE ESTIMATED MINIMUM
MAINTENANCE SCHEDULE
BONNET
STEAM
BUFF &
STRIP, SEAL,
STRIP &
OR
CLEAN
WAX
& WAX VINYL,
RE -COAT
FACILITY
CLEAN
CARPETS
VINYL &
TILE, &
WOOD
CARPETS
TILE
CONCRETE
FLOORS
FLOORS
FLOORS
POLICE
DEPARTMENT
Upstairs
Monthly
June & Dec.
Weekly
4 x Per Yr.
N/A
Downstairs
Monthly
June & Dec.
Weekly
4 x Per Yr.
N/A
CITY HALL
Monthly
June & Dec.
Weekly
4 x Per Yr.
N/A
COUNCIL
CHAMBERS
Monthly
June & Dec.
Weekly
4 x Per Yr.
N/A
CLIFTON C.
MILLER
COMMUNITY
Monthly
June & Dec.
**Twice
Weekly
4 x Per Yr.
N/A
CENTER
SENIOR CENTER
Monthly
June & Dec.
Weekly
4 x Per Yr.
*1 x Per Yr. As
Directed Below
CORPORATE
YARD
Downstairs
Monthly
June & Dec.
Weekly
4 x Per Yr.
N/A
Upstairs
Monthly
June & Dec.
Weekly
4 x Per Yr.
N/A
Garage
Office
N/A
N/A
Weekly
4 x Per Yr.
N/A
LEGACY ANNEX
Monthly
June & Dec
Weekly
4 x Per Yr.
N/A
ALL PARK
FACILITIES
N/A
N/A
N/A
4 x Per Yr.
N/A
COLUMBUS
*1 x Per Yr. As
TUSTIN
N/A
N/A
Weekly
4 x Per Yr.
Directed Below
GYMNASIUM
TUSTIN FAMILY
& YOUTH
Monthly
Monthly
Weekly
4 x Per Yr.
N/A
CENTER
* Senior Center
Bona Traffic HD or comparable product (See specs) Sand existing finish to bare wood. Apply two
coats of sealer Apply two coats of finish.
* Columbus Tustin Gymnasium
Bona SuperSport One Finish or comparable product (See specs) Screen wood floor. Apply two coats
of finish.
Comparable products need to City approval before submission of proposal.
** Clifton C. Miller Community Center
This activity will be done on Sunday Night and Thursday night of each week
Comparable products need to City approval before submission of proposal.
E-3
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
ESTIMATED MONTHLY SUPPLIES USAGE BY FACILITY
TOILET
HAND TOILET SEAT TRASH TRASH HAND
TOWELS TISSUE COVERS BAGS BAGS SOAP BORAXO
FACILITY (CASE) (CASE) (CASE) (S)* (L)* (GAL) (BOX)
(BOX) (BOX)
City Hall
7
4
1
1
1
2
Columbus Tustin Activity
Center & Gymnasium
4
2
0.50
.25
1
Council Chambers/Clifton
Community Center
4
3
0.50
1
0.25
Legacy Annex
6
1
0.25
.25
0.25
1.50
Corporate Yard & Garage
3
2
0.25
1.25
1.25
1.25
0.50
Police Department
8
3
1
1
1
1
Tustin Senior Center
8
3
1
0.25
0.25
0.25
Tustin Family & Youth
Center
6
1
0.25
0.25
0.25
1.50
PARK RESTROOMS
Camino Real Park
1
0.25
0.25
1
0.25
Cedar Grove Park
1
0.25
0.25
1
0.25
Centennial Park
1
0.25
0.25
1
0.25
Citrus Ranch Park
3
2
0.25
2
1
Columbus Tustin Park
1
0.25
0.25
1
0.25
Frontier Park
1
0.25
0.25
1
0.25
Heritage Park
1
0.25
0.25
1
0.25
Laurel Glen Park
1
0.25
0.25
1
0.25
Linear Park
1
0.25
0.25
1
0.25
Magnolia Park
1
0.25
0.25
1
0.25
Peppertree Park
1
0.25
0.25
1
0.25
Pinetree Park
1
0.25
0.25
1
0.25
Pioneer Road Park
1
0.25
0.25
1
0.25
Tustin Sports Park
4
3
1
2
2
Veterans Sports Park
4
2
1
2
2
Victory Park
1
0.25
0.25
1
0.25
(S) = Small
(L) = Large
E-4
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
Bona Traffic HD'
Technical Data Sheet
Finishing
Bona Traffic HD' is for hardwood floorowners with an uncompromising attitude towards durability,
being green and looking beautiful. When the wood matters - Bona Traffic HD'.
• Significantly outperforms all urethane finishes, including Bona Traffic°, in durability at 24 hours
• Unsurpassed scuff, scratch and chemical resistance at full cure
• Very low VOCs and low odor
• Clear and colorless, which highlights the true color of stained or natural wood floors. Will not
change color overtime, allowing for easy touch-up
• GREENGUARD GOLD
• No sealer needed over a stained floor
• Exceptional build with excellent flow and leveling
• Fast drying— approximately 2-3 hours
• Nonflammable
• Waterclean-up
• Full cure in 3days!
echnical data
Physical Characteristics:
INGREDIENTS - Water, polymeric resins, and amorphous silica.
Color — Milky white (wet)
pH — 7.9
Solids — 34% (with hardener)
Density — 8.70 lbs./gallon (1.04 S.G.)
US Regulatory VOC Compliant — 150 g/L (with hardener)
Coefficient of Friction - >_ 0.5
Gloss Level —(60°)-7-10for Commercial Extra Matte, 15-20 for Commercial Satin,
40-45 for Commercial Semi -Gloss
Odor — Very slight non -offensive odor
Stability — 1-year shelf life in unopened container
Packaging — 1-gallon plastic bottle
Application Characteristics:
Clarity — Clear and colorless when dry
Leveling — Excellent
Defoaming — Excellent
Drying Time — 2-3 hours
Coverage — 350-400 square feet per gallon
Percent Cured After 24 Hours — 80%
Maximum Cure — 100% after 3 days
Recommended Use
41
Commercial and residential use including shopping malls, restaurants, offices, retail stores, theater stages, hospitals, schools, and nursing
homes.
Directions
BEFORE USING, READ ALL DIRECTIONS AND SAFETY DATA SHEETS. FOR TECHNICAL ADVICE: Call Bona US at 800-872-5515
COMPATIBILITY: Stain, sealer and finish results may vary widely depending on the wood species,
especially on oily and resinous exotic species. ALWAYS PREPARE A SAMPLE OR TEST AREA TO DETERMINE COMPATIBILITY,
APPEARANCE AND DESIRED RESULTS.
SANDING AND PREPARATION OF NEW FLOORS: 1. Sand and prepare floor using accepted industry association methods. 2. For a stained
floor, make yourfinal cutwith 80 to 100-grit paper, then multidisc with 80 to 120-grit paper. For an unstained floor, make yourfinal cut with 80
to 120- grit paper, then multidisc with 120 to 150-grit paper. This burnishing will reduce the amount of grain raise. 3. Use a Tampico Brush on
a buffer and vacuum thoroughly. 4. Tack with a dry Bona' Microfiber Tacking Pad or cloth. 5. Apply Bona Finishing system.
THE BONA Traffic HD' FINISH SYSTEM: Apply a Bona sealer or Bona stain and 2 coats of Bona Traffic HD°. Follow label directions. Adding
a third coat of Bona Traffic HD® is recommended in heavy -traffic commercial and residential areas. Visit bona.com for additional product
and application information. Bon&
E-5
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
Bona Traffic HDO
Technical Data Sheet Finishing
RECOMMENDED APPLICATORS: Bona' Floor Coater, Bona° Roller, Bona' Cut -In pad. NOTE:
Use a clean applicator for sealer and a separate clean applicator for finish.
MIXING INSTRUCTIONS: SHAKE WELL BEFORE USING. DO NOT THIN. 1. Shake Bona Traffic
HD finish (PartA) w ellfor 30 seconds. 2. Add Bona Traffic HD Hardener (Part B)to finish (Part A). One
10.38 oz. bottle of hardener will activate one gallon of finish. To mixfinish amounts of less than one Bona
gallon, use a 1:11.33 ratio. 3. Immediately shake mixture vigorously for 30-45 seconds. 4. Insert Traffic HD
supplied filter into bottle. 5. Let sit for 5-10 minutes before applying. BONA Traffic HD CANNOT BE —
REHARDENED. "�1= n
FINISHING: 1. Pour a 6-- w ide line of finish along the starting w all. Go with the grain of the wood.
1. Using a pre -dampened Bona floor coater, draw the floor coater forward with the grain of the wood, moving
the finish toward the opposite wall. To maintain awetedgeatall times, hold the floor coaterata snowplow angle.
3. At the end of each run, turn the floor coater and pull it toward you through the puddle; then pad out the floor
coater parallel to the wet edge. 4. Feather out all turns. Do not push too hard or too fast to avoid drips flying
off the floor coater. 5. BE SURE YOU ARE USING THE RECOMMENDED COVERAGE OF 350-400 SQ. FT.
PER GALLON. DO NOT SPREAD TOO THIN. 6. Allow the first coat to dry 2-3 hours. High humidity and/or low
temperature conditions wil extend the dry time (recommended conditions of 65-80°F/40-60% relative humidity).
7. For smoothest results, see INTERCOAT ABRASION. At a minimum between coats, vacuum and tack
thoroughly with a Bona Microfiber Tacking Pad (dry or slightly dampened with water).
POT LIFE: THE FINISH/HARDENER MIXTURE MUST BE USED WITHIN 4 HOURS AFTER IT IS
MIXED. Product properties are diminished after 4 hours. The finish and hardener can be mixed only one time. CAUTION! To avoid
pressure build-up, do not tightly recap finish/hardener mixture.
INTERCOAT ABRASION: It is not necessary to abrade between Bona waterborne sealer and finish coats unless more than 48 hours
has passed since the previous coat w as applied. For smoothest results, abrade between each coatas necessary, using a multidisc and
Bona Diamond 180 to 240-grit abrasives with Bona Intermediate Pads. Thoroughly clean abraded floor using Bona PowerScrubber® OR
vacuum and tack with Bona Microfiber Tacking Pads (dry or slightly dampened with water). When using solvent -based sealers, ALWAYS
abrade, vacuum and tack before finishcoats.
RECOATING: Be sure floor is free from wax, polish and oily residues. If contaminants are present, use the full Bona Recoat SystemT" to
ensure adhesion. Otherw ise, follow the Bona Prep° process . Adhesion failure can occur if these recoating processes are notfollowed and
the floor has not been tested for compatibility.
CURING: The curing process takes approximately 3 days (80% cured after 1 day, 100% after 3 days). The floor may be walked on after
24 hours but remains susceptible to scuffing or marring until completely cured. Do not replace area rugs until the floor has fully cured.
CLEAN-UP: Application tools should be thoroughly cleaned with water and stored in an airtight container. Dispose of any remaining
product in accordance with local, state and federal regulations. Decontaminate empty hardener (Part B) bottle prior to disposal by adding
waterto the one -quart line. Recap. Shake vigorously and dispose.
STABILITY: One-year shelf life in unopened container.
STORAGE: Nonflammable - Bona Traffic and Hardener should be stored in a climate controlled environment. KEEP FROM FREEZING. Do
not store above 100' F.
.Order Intormation
Item #
Size
No./Case
WT155918001
1 Gallon — Extra Matte
3
WT155618001
1 Gallon —Satin
3
WT155318001
1 Gallon — Semi Gloss
3
Hardener
Item #
Size
No./Case
WH330062001
10.38 oz.
1
E-6
Bona"
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
C
Bona SportTM
SuperSport One
Technical data sheet
SANDING AND PREPARATION OF NEW FLOORS: 1. Sand and prepare floor using MFMA- accepted methods.
2. Make your final cut with 100-120-grit paper. Screen with 100-120-grit screen. 3. Vacuum thoroughly. 4. Dry tack
thoroughly. 5. Apply sealer and finish system (see finish directions).
THE SUPER SPORT ONE FINISH SYSTEM: Bona Super Sport One is a 4 coat system, 1-2 coats of a Bona Sport
Sealer (follow sealer directions), CourtLines paint (if desired), and 2-3
coats of Bona Super Sport One.
RECOMMENDED APPLICATORS: Light weight T-bar with the Bona° Floor Coater Sleeve. NOTE: Use a
clean applicator for sealer and a separate clean applicator for finish.
MIXING INSTRUCTIONS: Remove lid and stir thoroughly before using.
FINISHING: 1. Pour a 4" wide line of finish along the starting wall. Go with the grain of the wood. 2. Using a clean,
pre -dampened applicator; draw the applicator forward, with the grain of the wood, moving the finish toward the
opposite wall. Holding the applicator at a "snowplow" angle will maintain a wet edge at all times. 3. At the end of
each run, turn the applicator toward you and pad out the applicator parallel to the wet edge. 4. Feather out all
turns. If pushed too hard or too fast, drips will fly off the applicator. 5. Missed areas can be touched up if seen right
away. 6. To prevent lapping and dry marks, be sure you are using the recommended coverage of 500-600 sq.ft.
per gallon. Be careful not to spread the finish too thin. 7. Allow your first coat to dry 2-3 hours. High humidity and/or
low temperature conditions will extend the drying time while increased ventilation and airflow will reduce dry time
(recommended conditions of 65-80°F (18-27' C), 40-60% relative humidity). Allow final coat to dry at least 48 hours
before use.
Finishing
Bona
SR-,t w
Wsv
ems==
INTERCOAT ABRASION FOR FLOORS WITH GAMELINES: See sealer instructions for proper sequence of sealer, gamelines and finish coats. Before applying
gamelines, abrade with Bona Conditioning Pads or used 150 grit screens and vacuum and tack thoroughly. Note: If paint will not be applied for 24 hours or
longer, floor must be re -abraded to ensure proper adhesion. Apply gamelines using Bona CourtLines® sport floor paint. IF USING ANOTHER
MANUFACTURER'S PAINT, BEFORE APPLYING GAMELINES, ALWAYS PREPARE A SAMPLE OR TEST AREA TO DETERMINE COMPATIBILITY AND
ADHESION.
INTERCOAT ABRASION FOR FLOORS WITHOUT GAMELINES: It is not necessary to abrade between Bona waterborne sealer and finish coats unless more
than 48 hours has passed
since the previous coat was applied. For smoothest results, abrade between all coats as necessary. When using solvent -based sealers, ALWAYS abrade before
finish coats. Always vacuum and tack thoroughly with a slightly water -dampened Bona Microfiber Mop or cloth after abrading.
RECOATING: Be sure floor is free from wax, polish and oily residues. Follow the Bona PrepTM system, applying 1-2 coats of Bona Super Sport One finish.
Delamination can occur if the Bona Prep process is not followed; always test for compatibility.
CURING: The curing process takes approximately 7 days, (70% cured after 1 day, 90% after 3 days). Do not replace area rugs until the floor has fully cured. The
floor may be walked on
after 24 hours, but remains susceptible to scuffing or marring until completely cured. Use only a dry Bona Microfiber Mop or cloth for cleaning during the first
week.
CLEAN-UP: Application tools should be cleaned with water and stored in an airtight container.
MAINTENANCE: Put walk -off mats at all entrance doorways to keep out excessive dirt and grit. See Bona° Professional Series Sport and Commercial Cleaner
Concentrate instructions for cleaning and maintenance information.
STORAGE: Nonflammable - Bona Super Sport One should be stored in a climate controlled environment. KEEP FROM FREEZING. Do not store above 100' F
(38° C).
Order Information
Item# Size #/Case
WT133055001 5 Gallon 1
Bona`
E-7
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
Department of Public Works
March 24, 2025
TO: PROSPECTIVE PROPOSERS
SUBJECT: ADDENDUM NO. 1
Custodial Services Request For Proposal
The following changes are hereby made to the specifications. Each proposer shall
include a signed copy of this Addendum with his/her proposal. Failure to do so may cause
the proposal to be disqualified.
This addendum consists of the following eight (8) pages.
Dave Carta
Buildings/Streets Maintenance Supervisor
1. Q: Is there a prevailing wage?
A: The prevailing wage requirement does not apply to janitorial services of a
routine recurring or usual nature. (8 CCR section 16000.)
2. Q: Is a bid bond required/mandatory for this project?
A: The City requires bid bonds upon contract award, in accordance with
Section A — Proposal to the City of Tustin, California, and Section C —
General Provisions 2-4 Contract Bonds in the RFP.
3. Q: Will the awarded contractor provide the paper products/toiletries for this
project?
A: The contractor provides the paper products/toiletries and supplies for the
facilities.
4. Q: What is the current monthly charge of the current contractor?
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
SUBJECT: ADDENDUM NO. 1
Custodial Services Request For Proposal
A: The existing services differ from the requirements outlined in the RFP. C
Current monthly service charge is $70,821.77.
5. Q: Who is the current contractor?
A: Merchants Building Maintenance, LLC
6. Q: What is the FREQUENCY, DAY and TIME cleaning schedule for this
project?
A: See Section C, General Provisions; Section 6 — Acceptance of work.
7. Q: Can the City of Tustin clarify if the performance bond and labor and
materials bonds need to be provided with the submission of the proposal?
A: The City does not require bid bonds at the time of submission but does
require them upon contract award. See question 2.
8. Q: Can the City of Tustin confirm that all Contractor employees servicing City
of Tustin facilities must complete a background check through the City of
Tustin?
A: See RFP Section A. Contractor employees assigned to work at the Police
Department, Legacy Annex, and Corporate Yard/EOC, classified as Police
facilities, must pass a background check through the City of Tustin Police
Department before beginning work. Background checks are not required
for servicing all other facilities.
9. Q: Can the City of Tustin provide additional information on the required
background checks listed in the RFP? What is the estimated wait time for
completion?
A: Employees assigned to the Police Department, Legacy Annex, and
Corporate Yard/EOC, classified as Police facilities, must complete the City
of Tustin Police Department background check procedure before
beginning work. The estimated wait time for completion depends on the
Department of Justice.
Each employee to be used by contractor on city property or facilities may
not work until the mandated documentation for eligibility to work has been
received by the city and approved before the contractor's employee starts
work. This includes Department of Justice (DOJ) fingerprinting and
clearance. The cost associated with the fingerprinting, background
checks, and DOJ clearance will be paid for by the City of Tustin. All
Contractor's employees shall fill the required forms and submit to the
Page 2 of 8
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
SUBJECT: ADDENDUM NO. 1
Custodial Services Request For Proposal
fingerprinting at the Contractor's expense and time, and no additional
compensation will be paid.
The City will pay for the DOJ fingerprinting and clearance for the
employees. The Contractor will pay at their expense for the employee's
time and any additional expenses in order to get the DOJ fingerprinting
completed. To obtain a Live Scan appointment, contact the Tustin Police
Department at (714) 573-3200.
10. Q: Will the City of Tustin agree to only accept responses from service
providers that are using W-2 employees to provide the services outlined in
the RFP, and in compliance with AB5?
A: The RFP includes the City's proposal requirements and its evaluation and
selection process. The selected offeror shall be responsible for complying
with all applicable federal, state, and local laws, ordinances, resolutions,
statutes, rules, and regulations.
11. Q: Please confirm that the City of Tustin will not enter into a Contractor
Agreement with a service provider that is utilizing Independent Contractors
and knowingly be in violation of AB5.
A: See Item No.10 Response.
12. Q: Prevailing Wage In Section B, Contract Agreement, Article V it states that
Prevailing Wage applies to the services outlined in this RFP. Please
confirm that Prevailing Wages is not required for the services outlined in
the RFP documents?
A. See Item No.1 Response.
13. Q. Displaced Janitor Act Regarding the Displaced Janitor Act and the
requirements to retain the existing employees, please provide the current
hourly compensation wage amounts for each of the current employees to
ensure that they receive accurate compensation?
A: The Displaced Janitor Opportunity Act (Labor Code section 1060.) does
not require the City, as the "awarding authority" to provide the requested
information.
14. Q: Corp Yard Please confirm the square footage for the Corp yard. It is listed
in the RFP as both 5,000 sq.ft. and also 10,000 square feet?
A: See Section D Special Provisions. Corporate Yard is 10,200 square feet.
Page 3 of 8
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
SUBJECT: ADDENDUM NO. 1
Custodial Services Request For Proposal
15. Q: Can the City of Tustin clarify if the expectation of the service provider is to
provide a 4 hour a day porter for the Metrolink station as stated in the
General Provisions?
A: In Section D Special Provisions, HOURS OF OPERATION: The
Contractor is advised that this facility operates on a 24 hour/7- day
schedule and is open every day. Items listed as "Daily" will require the
contractor to perform the services on a schedule that coincides with the
City's operational schedule. The frequency of items designated as "Daily"
will be seven (7) times per week for four (4) hours a day. The custodial
service employee will perform the daily and/or weekly maintenance items
so the elevators, plat forms, bus stops, ramps and waiting areas will be
ready for use, in addition to any other items specified or requested by the
Buildings Supervisor. No restroom cleaning necessary
The City is not requesting custodial services for a straight four hours per
day, seven days a week. However, we acknowledge that areas such as
elevators, platforms, debris and trash pick up throughout the parking
structure, bus stops, ramps, trash cans in the parking structure and along
the platform and surrounding areas require time for daily and/or weekly
cleaning.
16. Q: Please provide a clarification on the required services at the Police
Department and the police department parking garage? Do these areas
require day porter services only, or do they require day porter services
and night janitorial?
A: In Section D Special Provisions, HOURS OF OPERATION: The
Contractor is advised that this facility operates on a 24 hour/7-day
schedule and is open every day. Items listed as "Daily" will require the
contractor to perform the services on a schedule that coincides with the
City's operational schedule. The frequency of items designated as "Daily"
will be seven (7) times per week for eight (8) hours a day.
A custodial service employee will be scheduled Monday through Sunday
to assure the facility is ready for use and is in a properly maintained
condition. Typical hours for cleaning are from 8:00 am to 4:30 pm. The
custodial service employee will perform the daily and/or weekly
maintenance items so the building will be ready for use, in addition to any
other items specified or requested by the Buildings Supervisor.
Day porter services are required, while nightly custodial services are not
needed.
17. Q: Please provide a clarification of the trash pick up for the park locations?
Page 4 of 8
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
SUBJECT: ADDENDUM NO. 1
Custodial Services Request For Proposal
For the trash only locations are the service provider only removing the
trash, and no other services?
A: In Section D Special Provisions, Parks Trash Only Parks - Trash Only
MCFADDEN PARKETTE - MCFADDEN & PASADENA
SANTA CLARA PARK — MARSHALL LANE (FAIRMONT/SANTA CLARA)
Trash pickup includes emptying all waste receptacles and replacing plastic
liners as needed. McFadden Parkette and Santa Clara Park do not have
restroom facilities; only trash services are required.
18. Q: New Gym @ Corporate Yard On pg. C-12 of the General Provisions - Sec.
8. The gyms and locker rooms shall also receive the cleaning
requirements defined in Section A (above) for room cleaning. Can you
please confirm if the new gym at the Corporate yard is included?
A: Yes, the gym is included in the Corporate Yard. The cleaning
requirements for locker rooms and restrooms are the same as those for all
other facility restrooms. The gym at the Corporate Yard only requires
cleaning of the mirrors, windows, and flooring. Equipment cleaning is not
requested.
19. Q: Exterior Trash cans at all parks Please confirm that all trash cans at all
City parks are included in the daily scope of work.
A: See Section D Special Provisions Parks & Restrooms. City requires that
trash and recycle receptacles be emptied "daily"/7 days per week.
20. Q: Window washing @ Columbus Tustin Gym If the upper windows are
included in the scope of work, please confirm if there is OSHA appropriate
harnesses on the roof to complete the exterior window washing of the
windows above the main gym floor.
A: Second floor windows are not included in the scope of work requested for
Columbus Tustin Activity Center & Gymnasium.
21. Q: Window washing @ Columbus Tustin Gym In SECTION _-_GENERAL
PROVISIONS redline 3-10-25.docx, pg. C-15, Section C, it states "Call
exterior windows of every building must be cleaned on the inside and
outside. Second floor exterior windows can be subcontracted out on a
quarterly basis if unable to provide services." Can you please confirm if
the upper windows (both exterior and interior sides of glass) are included
in the Window Washing, since this is higher a "second floor exterior
window".
Page 5 of 8
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
SUBJECT: ADDENDUM NO. 1
Custodial Services Request For Proposal
A: Second floor windows are not included in the scope of work requested for
Columbus Tustin Activity Center & Gymnasium.
22. Q: High Dusting height max at Columbus Tustin Gym During the site visit, it
was mentioned that the exposed ductwork and vents were above the "high
dusting" limit. Can you please confirm the max height of high dusting
inside the Columbus Tustin Gym?
A: The City is requesting a cleaning vertical height of 10 feet for dusting.
Anything above that would be a special request and service charge.
23. Q: Kitchen Cleaning @ Senior Center In SECTION C_-_GENERAL
PROVISIONS redline 3_10 25.pdf, on pg. C-11 states, "Sec. 18. Kitchens
and lunchrooms at all facilities are to be cleaned daily." Can you please
confirm if this INCLUDES or EXCLUDES the industrial kitchen at the
Senior Center.
A: The request for kitchen and lunchroom cleaning does not include the
industrial kitchen at the Tustin Area Senior Center.
24. Q: Please confirm that interior refrigerator cleaning is an above -standard
cleaning task and billed separately, as incurred via a work order.
A: Cleaning the interior of the refrigerator is considered an above -standard
cleaning task and will be billed separately from the contract ask requested.
25. Q: Exterior Trash Cans @ Corporate Yard Can you please provide additional
scope of work details and count of exterior trash cans in the Corporate
yard? Please include the task/frequency of emptying the parking lot trash
cans.
A: The contract doesn't include exterior trash cans at the Corporate Yard in
the scope of work.
26. Q: I was wondering if I can get the square footage for all the sites listed in the
attachment for the RFP?
A: See Section D Special Provisions and E for Facility Information
27. Q: No subject 1. Who is the current provider? 2. What is the current billing for
each location included in this RFP? 3. Does the city require any day
porters? 4. Are all consumable supplies to be provided by the city or
contractor? -If provided by the contractor, will it be ok to bill as incurred or
to be included in the total monthly cost? 5. Is there janitorial storage for
Page 6 of 8
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
SUBJECT: ADDENDUM NO. 1
Custodial Services Request For Proposal
supplies at all park restrooms? 6. Is the contractor responsible for cleaning
any of the holding cells within Police Station? 7. Is the current janitorial
staff union or non -union? 8. If non -union staff are bidders required to bid
wages at a prevailing rate? 9. Are there any specific bid bond forms
required? 10. Will a performance and or payment bond be required if
awarded?
A: 1. See Item No.5 Response.
2. See Item No.4 Response.
3. Yes
4. See Item No. 3 Response.
5. No
6. Yes
7. The City doesn't know.
8. See Item No. 1 Response.
9. See Item No. 2 Response.
10. See Item No. 2 Response.
28. Q: Monthly price could you please provide the current monthly price?
A: See Item No. 4 Response.
29. Q: Questions Due Date/Time The opengov.com website states that questions
are due at 2pm on 3/21, but the RFP document includes a due date/time
of 3/21 at 4pm. Can you please clarify which is correct?
A: Questions were taken till 2 pm on 3/21.
30. Q: Janitorial Contract 1. Is this bid open to non -union? 2. Who is the current
vendor? 3. What is the current contract amount for janitorial service and
supplies amount? Thank you
A: 1. Yes
2. See Item No. 5 Response
3. Current contract amount is for $849,861.24 not including supplies. See
Item No. 3 Response.
31. Q: Can you help me acquire the following information? What is the square
footage of the location to be serviced?
1. Columbus Tustin Gym - Basketball Court
2. Columbus Tustin Gym - Classroom Area
A: The total square footage of the basketball court and classroom areas is
11,095.
Page 7 of 8
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
SUBJECT: ADDENDUM NO. 1
Custodial Services Request For Proposal
Receipt of this Addendum is hereby acknowledged.
Signed:
Bidders Name:
Date:
Page 8 of 8
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
EXHIBIT 2
EXECUTIVE FACILITY SERVICES, INC. PROPOSAL
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
City of Tustin
Field Services
Christine Zepeda, Field Services Manager
300 Centennial Way, Tustin, CA 92780
[EXECUTIVE FACILITY SERVICES, INC.] RESPONSE DOCUMENT REPORT
RFP No. CUST25-27
Custodial Services for General Fund Areas
RESPONSE DEADLINE: March 31, 2025 at 4:00 pm
Report Generated: Wednesday, April 2, 2025
Executive Facility Services, Inc. Response
CONTACT INFORMATION
Company:
Executive Facility Services, Inc.
Email:
rjstorm-larsen@execservices.biz
Contact:
RJ Storm -Larsen
Address:
2201 E. Winston Rd.
Anaheim, CA 92806
Phone:
N/A
Website:
execservices.biz
Submission Date:
Mar 30, 2025 7:55 PM (Pacific Time)
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
[EXECUTIVE FACILITY SERVICES, INC.] RESPONSE DOCUMENT REPORT
RFP No. CUST25-27
Custodial Services for General Fund Areas
ADDENDA CONFIRMATION
Addendum #1
Confirmed Mar 30, 2025 7:09 PM by RJ Storm -Larsen
Addendum #2
Confirmed Mar 31, 2025 9:41 AM by RJ Storm -Larsen
QUESTIONNAIRE
1. Proposal Requirements*
Did you read through all documents found in the #Attachments Section and confirm that you meet all of the proposal requirements?
Yes
2. Proposal Documents*
Please Fill-in, Scan and Upload your COMPLETE Proposal here.
Executive_Facilities_Services_Inc_Service_Proposal_for_the_City_of_Tustin.pdf
PRICE TABLES
FACILITY COSTS
[EXECUTIVE FACILITY SERVICES, INC.] RESPONSE DOCUMENT REPORT
Request for Proposal - Custodial Services for General Fund Areas
Page 2
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
[EXECUTIVE FACILITY SERVICES, INC.] RESPONSE DOCUMENT REPORT
RFP No. CUST25-27
Custodial Services for General Fund Areas
Line Item
Description
Quantity
Unit of Measure
General Custodial
Services
Floor Care
Labor for Trash
and Recycling
Supplies
Monthly
Maintenance
Annual Total
1
City Hall
12
Month
2,443.20
213.35
1,422.33
389.99
$4,588.16
$55,057.92
2
Columbus Tustin
12
Month
1,554.76
135.77
905.12
248.18
$2,919.74
$35,036.88
Activity Center
and Gymnasium
3
Community
12
Month
799.59
69.82
465.49
127.63
$1,501.58
$18,018.96
Center
4
Council
12
Month
444.52
38.79
258.61
70.91
$834.21
$10,010.52
Chambers,
Conference Room
and Atrium
5
Legacy Annex
12
Month
1,243.81
108.61
724.09
198.54
$2,335.79
$28,029.48
6
Corporate Yard
12
Month
1,554.76
135.77
905.12
248.18
$2,919.74
$35,036.88
(Admin Building
and Garage
Office)
7
Metrolink Station
12
Month
2,487.62
217.23
1,448.19
397.08
$4,671.58
$56,058.96
8
Police
12
Month
4,975.23
434.46
2,896.38
794.17
$9,343.15
$112,117.80
Department
9
Police
12
Month
1,554.76
135.77
905.12
248.18
$2,919.74
$35,036.88
Department
Parking Structure
10
Tustin Area Senior
12
Month
1,865.71
162.92
1,086.14
297.81
$3,503.68
$42,044.16
Center
11
Tustin Family
12
Month
799.59
69.82
465.49
127.63
$1,501.58
$18,018.96
Youth Center
12
Camino Real Park
12
Month
594.87
51.95
346.31
94.96
$1,117.12
$13,405.44
[EXECUTIVE FACILITY SERVICES, INC.] RESPONSE DOCUMENT REPORT
Request for Proposal - Custodial Services for General Fund Areas
Page 3
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
[EXECUTIVE FACILITY SERVICES, INC.] RESPONSE DOCUMENT REPORT
RFP No. CUST25-27
Custodial Services for General Fund Areas
Line Item
13
Description
Cedar Grove Park
Quantity
12
Unit of Measure
Month
General Custodial
Services
892.34
Floor Care
77.92
Labor for Trash
and Recycling
519.48
Supplies
142.44
Monthly
Maintenance
$1,675.75
Annual Total
$20,109.00
14
Centennial Park
12
Month
594.87
51.95
346.31
94.96
$1,117.12
$13,405.44
15
Citrus Ranch Park
12
Month
892.34
77.92
519.48
142.44
$1,675.75
$20,109.00
16
Columbus Tustin
Park
12
Month
892.29
77.92
519.46
142.43
$1,675.67
$20,108.04
17
Frontier Park
12
Month
594.87
51.95
346.31
94.96
$1,117.12
$13,405.44
18
Heritage Park
12
Month
892.34
77.92
519.48
142.44
$1,675.75
$20,109.00
19
Laurel Glen Park
12
Month
594.87
51.95
346.31
94.96
$1,117.12
$13,405.44
20
Linear Park
12
Month
1,784.59
155.84
1,038.92
284.86
$3,351.35
$40,216.20
21
Magnolia Park
12
Month
594.87
51.95
346.31
94.96
$1,117.12
$13,405.44
22
McFadden
Parkette
12
Month
N/A
N/A
86.27
23.65
$278.28
$3,339.36
23
Peppertree Park
12
Month
892.34
77.92
519.49
142.44
$1,675.76
$20,109.12
24
Pinetree Park
12
Month
892.29
77.92
519.46
142.43
$1,675.67
$20,108.04
25
Pioneer Road Park
12
Month
892.29
77.92
519.46
142.43
$1,675.67
$20,108.04
26
Santa Clara Park
12
Month
N/A
N/A
86.58
23.74
$279.28
$3,351.36
27
Tustin Sports Park
12
Month
1,784.59
155.84
1,038.92
284.86
$3,351.35
$40,216.20
28
Veterans Sports
Park
12
Month
1,784.59
155.84
1,038.92
284.86
$3,351.35
$40,216.20
29
Victory Park
12
Month
594.87
51.95
346.31
94.96
$1,117.12
$13,405.44
[EXECUTIVE FACILITY SERVICES, INC.] RESPONSE DOCUMENT REPORT
Request for Proposal - Custodial Services for General Fund Areas
Page 4
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
[EXECUTIVE FACILITY SERVICES, INC.] RESPONSE DOCUMENT REPORT
RFP No. CUST25-27
Custodial Services for General Fund Areas
TOTAL
STRIP AND RECOAT WOOD FLOORS
[EXECUTIVE FACILITY SERVICES, INC.] RESPONSE DOCUMENT REPORT
Request for Proposal - Custodial Services for General Fund Areas
$792,999.60
Page 5
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
Executive Facilities Services, Inc.
Central Coast - Inland Empire
- Ventura County - Orange County
Executive Facilities Services, Inc.
2201 Winston Rd. Anaheim
844-780-2626 1 Fax 951-346-3922
www.execservices.biz
r
EFS,Inc.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
March 31, 2025
Mr. Dave Carta
Streets and Building Supervisor
Public Works Department City of Tustin
300 Centennial Way
Tustin, CA 92780
Dear Mr. Carta:
EFS,Inc.
Thank you for allowing Executive Facilities Services, Inc. (EFS, Inc.) the opportunity to present to you and
your team for consideration our competitive Cost and Service Proposal in response to RFP for Custodial
Services.
Since 2004, EFS Inc. has worked very hard to establish a track record of meeting and exceeding our clients'
expectations each day. The quality of our nightly janitorial services, dayporter services, and the additional
facility services we provide, the expertise of our staff, the performance of our front-line employees, and our
excellent ongoing communications with our clients separate us from our competitors.
Our Service Proposal specifically addresses each of the items identified in the Request for Proposal on pages 3
and 4. EFS, Inc.'s Service Proposal clearly defines our experience and qualifications and provides evidence of
responsibility and references, key personnel, work plan, communication plan, quality control process, and
additional services we perform for our clients.
EFS, Inc. has expansive experience in providing various services for our long-term partners such as the City
of Costa Mesa, the Orange County Fire Authority, Milan Capital Management in Orange County, the City of
Thousand Oaks, the Metropolitan Water District of Southern California, and The City of Banning. EFS, Inc.
provides extensive services to our clients that include similar city and public facilities. This spans across
several different sites, including Police departments, Fire department headquarters, large administrative
facilities, city halls, libraries, public works offices, maintenance shops, historical structures, and water
treatment plants.
Each of our sites has different environmental regulatory requirements, scope of works, and servicing time
requirements that are similar to the services outlined in RFP: Custodial Services.
Having been in the service industry for over 40 years, I have learned that what matters to most to current and
potential new clients is a quality service that exceeds expectations and is provided at a cost-effective price.
Essentially, Price and Service.
I know from strategically growing EFS, Inc. for the last 20 years that we may not be the lowest cost service
provider providing a cost proposal to the City of Tustin and we fully understand the reason behind this.
We continue to see both public and private sector service providers operating illegally by ignoring AB 5 and
Labor Code 2775-2787. I have witnessed some of the negative consequences of doing so, such as an individual
being injured on a client's property and not having workers' compensation insurance. In a case such as this,
indemenifaction will certainly be challenged.
Executive Facilities Services, Inc. is in complete compliance with all State of California labor laws and codes
including California Assembly Bill 5 and Labor Code section 2776 which covers business -to -business
contracting for janitorial services.
The State of California has attempted to address this issue via Assembly Bill 5. (Please see attached letter from
EDD dated December 13, 2019, regarding Assembly Bill 5.)
EXECUTIVE FACILITIES SERVICES, INC.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
EFS, Inc.
Executive Facilities Services, Inc. is in complete compliance with all State of California labor laws and codes
including California Assembly Bill 5 and Labor Code section 2776 which covers business -to -business
contracting for janitorial services.
With a strategically staffed facility located in Anaheim, CA 92806, EFS, Inc. is positioned for quick
responses to ongoing, last minute, and emergencies. Our Orange County location alone provides quality
nightly janitorial, carpet cleaning, window and upholstery cleaning, hard floor services, and disinfecting
services for approximately 40 client sites. Our four operating locations located within Southern and Central
California currently service approximately four -million -square feet of cleanable space per night with a labor
pool of over 285 W-2 employees.
EFS, Inc. is committed to supply the necessary equipment and supplies to fulfill the contract specifications.
EFS, Inc. knows that to attract, train, and retain quality employees, our base hourly wage will begin at $17.25
per hour. If EFS, Inc. is the awarded service provider, we will focus on retaining and investing in each of our
employees as we know they are the foundation for our success and reputation in the industry. EFS, Inc.
provides health benefits and savings programs for each of our employees, demonstrating our commitment
to our front-line workforce.
The density of our client sites also allows us the opportunity to increase our employees' nightly labor hours
and provide a higher standard of living for our employees. EFS, Inc. will not be utilizing subcontractors to
complete the work outlined in the scope of work for the City of Tustin.
EFS, Inc. will comply with all guidelines for background check procedures through the City of Tustin.
At all EFS, Inc. operating locations, we maintain the correct number of staff members, front-line employees,
and a casual labor force to meet our clients' ever -changing needs. Most importantly, our ongoing front line
employee training and monitoring provide the ability to efficiently meet and exceed your facility needs.
EFS, Inc. has provided in Appendix # 2 a letter of bond ability for the required performance bond and labor
and materials bonds required in the request for proposal. EFS, Inc. will provide the necessary certificate of
insurances for the City of Tustin within 10 working days.
As required bylaw, EFS, Inc. is registered and active with DIR. DIR# JS-LR-000014832.
We look forward to having a future opportunity to work closely with the team at the City of Tustin.
Jim Ferraro
Company Owner
Executive Facilities Services, Inc.
6865 Weaver St. Riverside, CA 92504
Office: (844) 780-2626
Cell: (909) 815-0144
Fax: (951) 346-3922
Email: jferraro@execservices.biz
W_J S/Off ZV_Lrr-�
RI Storm -Larsen
Director of Business Development
Executive Facilities Services, Inc. 6865
Weaver St. Riverside, CA 92504 Office:
(844) 780-2626
Cell: (805) 705-4195
Fax: (951) 346-3922
Email: rjstorm-larsen@execservices.biz
EXECUTIVE FACILITIES SERVICES, INC.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
Employment Development Department
FACD Central Operations
722 Capitol Mall, MIC 94
Sacramento, CA 95814-4703
December 13, 2019
EXECUTIVE FACILITIES SERVICES, INC.
PO BOX 1700
RIVERSIDE CA 92502-1700
Dear Employer,
Employment
EDD D,parpment
s
Department
State of California
IP"California
Department of
Industrial Relations
On January 1, 2020, Assembly Bill 5 (AB 5) will go into effect and may impact whether your
workers are treated as employees or as independent contractors under California law.
In 2018, the California Supreme Court adopted "the ABC test" in Dynamex v. Superior
Court. Under the ABC test, a worker is considered an employee, and not an independent
contractor, unless the hiring entity can demonstrate that it meets all three of the following
requirements:
A. The individual is free from the control and direction of the hiring entity in connection
with the performance of the work, both under the contract for the performance of
the work and in fact.
B. The individual performs work that is outside the usual course of the hiring entity's
business.
C. The individual is customarily engaged in an independently established trade,
occupation, or business of the same nature as that involved in the work performed.
AB 5 was signed into law to codify - or write into statute - the ABC test from the Dynamex
v. Superior Court decision. Under AB 5, the "ABC test" must be used to determine the
r.pprojo C. cation of d oika a :. ii :hest Occupations for. purposes of the Labor i.ode,
the Unemployment Insurance Code, and Industrial Welfare Commission (IWC) wage
orders.
The state has launched a new website with information, including Frequently Asked
Questions, to help you understand the ABC test, AB 5, and your obligations as an
employer. Please visit Labor.ca.govlemploymentstatus, which contains information from
various state entities, including:
The Employment Development Department (EDD), which is your resource for
information about your obligations as a taxpayer. EDD has created payroll
tax -related resources and is preparing payroll tax seminars to provide guidance for
employers.
The Department of Industrial Relations - Division of Labor Standards
Enforcement (DLSE), which is your resource for information about wage and hour
laws.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
TABLE OF CONTENTS • •
■
TitlePage..........................................................1
Cover Letter........................................................2
Table of Contents ................................................... 5
SectionA...........................................................6
Custodial Services Cost Sheet ........................................ 7
Designation of Subcontractors, Suppliers, and Vendors ..................11
Statement of Technical Ability and Experience .......................... 13
Maintenance Service Questionaire.....................................16
Price Request for Additional Custodial Services ......................... 17
Noncollusion Affidavit .............................................. 18
Addendum# 1......................................................20
Approach..........................................................28
TransitionPlan......................................................32
Business Performance and Quality Control ............................ 35
TrainingPrograms..................................................38
Team Organization..................................................40
Statement of Qualification............................................42
Appendix# 1.................................. ......................51
Appendix# 2.......................................................52
Appendix# 3........................................................56
Appendix# 4........................................................57
EXECUTIVE FACILITIES SERVICES, INC.
5
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
SECTION A
PROPOSAL TO THE CITY OF TUSTIN, CALIFORNIA
FOR
CUSTODIAL SERVICES
FOR THE PERIOD FROM
July 1, 2025 — June 30, 2027
Name of Bidder: Executive Facilities Services, Inc.
Business Address: 2201 E. Winston Rd. Anaheim, CA 92806
Phone Number: (805) 705 - 4195
TO THE CITY OF TUSTIN
The undersigned, as bidder, declares that the only persons or parties interested in the proposal
as principals are those named herein; that this proposal is made without collusion with any other
person, firm or corporation; that he has carefully examined the location of the proposed work,
the annexed proposed form of the contract, and all other proposal documents therein referred
to; and he proposes and agrees if this proposal is accepted, that he will contract with the City of
Tustin, in the form of the copy of the contract annexed hereto, to provide all necessary
machinery, tools, apparatus and other means of construction/maintenance, and to do all work
and furnish all materials specified in the contract, in the manner and time prescribed, and
according to the requirements of the Field Services Manager as therein set forth, and that he
will take full payment therefore at the unit prices entered on OPENGOV Procurement website
proposal.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
PROPOSAL TO CITY OF TUSTIN, CALIFORNIA
CUSTODIAL SERVICES COST SHEET
FOR THE PERIOD FROM
July 1, 2025 - June 30, 2027
Please fill out the table below on the OPENGOV Procurement site under Price Tables.
ITEMIZED COST PER MONTH
Item
No.
Facilities
Days
per
week
General
Custodial
Floor
Care
Labor to
empty
trash/
recycling
Supplies
Total
cost per
month
Total
annual
cost
1.
City Hall
5
$ 2,443.20
$ 213.35
$ 1,422.33
$ 389.99
$ 4,588.16
$ 55,057.92
2.
Columbus Tustin
Activity Center &
Gymnasium
7
$ 1,554.76
$ 135.77
$
905.12
$
248.18
$ 2,919.74
$ 35,036.8
3.
Community Center
6
$ 799.59
$ 69.82
$ 465.49
$ 127.63
$ 1,501.58
$ 18,018.96
4.
Council Chambers,
Conference Room,
Atrium
5
$ 444.22
$ 38.79
$ 25861
...
$
7091
$
83421
$
10,010.52
5.
Legacy Annex
7
$ 1,243.81
$ 108.61
$ 724,09
$ 198.54
$ 2,335.79
$ 28,029.48
6.
Tustin Corporate Yard
(Admin Building &
Garage Office
5
$ 1,554.76
$135.77
$
905.12
$
248.18
$ 2,919.74
$ 35,036.88
7.
Metrolink Station
7
$ 2,487.62
$ 217.23
$ 1,448.19
$ 397.08
$ 4,671.58
$ 56,058.96
8.
Police Department
7
$ 4,975.23
$ 434.46
$ 2,896.38
$ 794.17
$ 9,343.15
$ 112 117.8
9.
Police Dept. Parking
Structure
7
$ 1,554.76
$ 135.77
$ 905.12
$ 248.18
$ 2,919.74
$
35,036.88
10.
Tustin Area Senior
Center
6
$ 1,865.71
$ 162.92
$ 1,086.14
$ 297.81
$ 3,503.68
$ 42,044.16
11.
Tustin Family Youth
Center
6
$ 799.59
$ 69.82
$ 465.49
$ 127.63
$ 1,501.58
$ 18,018.96
12.
Camino Real Park
7
$ 594.87
$ 51.95
$ 346.31
$ 94.96
$ 1,117.12
$ 13,405.44
13.
Cedar Grove Park
7
$ 892.34
$ 77.92
$ 519.48
$ 142.44
$ 1,675.75
$ 20,109.00
14.
Centennial Park
7
$ 594.87
$ 51.95
$ 346.31
$ 94.96
$ 1,117.12
$ 13,405.44
15.
Citrus Ranch Park
7
$ 892.34
$ 77.92
$ 519.48
$ 142.44
$ 1,675.75
$ 20,109.00
16.
Columbus Tustin Park
7
$ 892.29
$ 77.92
$ 519.46
$ 142.43
$ 1,675.67
$ 20,108.04
17.
Frontier Park
7
$ 594.87
$ 51.95
$ 34631
$ 94.96
$
$ 13,405.44
18.
Heritage Park
7
$
892.34
$ 77.92
$ 519.48
$ 142.44
$ 11675.75
$ 20,109.00
19.
Laurel Glen Park
7
$ 594.87
$ 51.95
$ 346.31
$ 94.96
$ 1,117.12
$ 13,405.44
20.
Linear Park
7
$ 1,784.59
$ 155.84
$ 1,038.92
$ 284.86
$ 3,351.35
$ 40 216.20
21.
Magnolia Park
7
$ 594.87
$ 51.95
$ 346.31
$ 94.96
$ 1,117.12
$ 13,405.44
22.
McFadden Parkette
7
N/A
N/A
$ 86.27
$
$ 278.28
$ 3,339.36
23.
Peppertree Park
7
$ 892.34
$ 77.92
$ 519.49
$ 142.44
$ 1,675.76
$ 20,109.1
24.
Pinetree Park
7
$ 892.29
$ 77.9
$ 519.46
$ 142.43
$ 1,675-61
$ 20,108.0
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
25.
Pioneer Park
7
$
892.29
$ 77.92
$ 519.46
$ 142.43
$
1,675.67
$
20,108.04
26.
Santa Clara Park
7
N/A
N/A
$ 86.58
$ 23.74
$
279.28
$
3,351.36
27.
Tustin Sports Park
7
$
1,784.59
$ 155.84
$ 1,038.92
$ 284.86
$
3,351.35
$
40,216.20
28.
Veterans Sports Park
7
$
1,784.59
$ 155.8
$ 1,038.92
$ 284.86
$
$
40,216.20
29.
Victory Park
7
$
594.87
$ 51.95
$ 346.31
$ 94.96
$
1,117.12
$
13,405.44
ANNUAL GRAND TOTAL
792,999.60
MONTHLY GRAND TOTAL
66,083.30
Please provide pricing for one time annual strip and recoat of the wood floors at the
following locations. Pricing should be entered on the appropriate price table on the
OpenGov Procurement website.
A. Senior Center (See specs in Attachment E)
B. Columbus Tustin Gymnasium - Basketball Courts
(See specs in Attachment E)
C. Columbus Tustin Gymnasium - Class Room Area
(See specs in Attachment E)
$ 31,753.11
$ 82,565.45
$ 9,170.67
These costs can be used to delete or add additional wood floor strip and recoat services
at the discretion of the City.
The undersigned understands that a proposal is required for the entire work as set forth in
the Project Cost Sheet and the Special Provisions section and that the foregoing
quantities are approximate only, being given as a basis for the comparison of proposals
and the City of Tustin does not, expressly or by implication, agree that the actual amount
of work will correspond therewith, but reserves the right to increase or decrease the
amount of any class or portion of the work or to omit portions of the work as may be
deemed necessary or advisable and in the best interests of the City by the Director of
Public Works. Final compensation under this contract will be based upon actual
quantities of work satisfactorily completed. The scope of the work outlined in Attachment
D & E is supplied as an indication of the general scope of the work, but the Proposer shall
make his own estimate from information included in the contract documents and from
field inspections of each facility. It is agreed that the unit and/or lump sum prices include
all appurtenant expenses, taxes, royalties and fees.
The Contract will be renewable for an additional three (3) years, on a year -by -year basis,
at the sole discretion of the Agency and upon renewal of all bonds and certificates of
insurance.
In case of discrepancy between the itemized unit prices and the total amount for a
contract item, the itemized unit prices shall prevail. If both the itemized unit prices and
total amounts for a contract item are left blank, then the entire proposal shall be
rejected.
s
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
If this proposal shall be accepted and the undersigned shall fail to enter into the contract
and to furnish the two bonds in the amounts required, with surety satisfactory to the City
of Tustin, and the required Certificate of Insurance with endorsements and certificate of
authority within ten calendar days, after the date of the Notice of Award from the City,
the City of Tustin may, at its option, determine that the Proposer has abandoned the
contract, and thereupon this proposal and the acceptance thereof shall be null and
void.
The undersigned bidder hereby acknowledges that he/she understands the bonding
requirements of the City of Tustin, which, per City Code, states that the surety company
must be duly authorized to issue such bonds or insurance in the State California. The
Certificate of Insurance with endorsements must be with a company of A.M. Best's Key
Rating of Grade A and Class VII (seven) or better with an Admitted Insurer, or Grade A -
or better and Class X (ten) or better with a Surplus Line Broker. Workers' compensation
insurance with a company of A.M. Best's Key Rating of Grade B- or better and Class VII
(seven) or better, or offered by State Compensation Fund, is acceptable.
Contractor shall provide to the City within ten working days after the date of notice of
award of contract the aforementioned insurance certificate(s) with endorsements which
must meet the requirements of the specifications and comply with the contract
documents. Failure to comply with this requirement will result in annulment of the award,
and City will pursue award to the next qualified responsive bidder. Contractor is advised
that insurance requirements are non-negotiable and City will not consider waiving
insurance requirements. There are no exceptions.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
The names of all persons interested in the foregoing proposal as principals are as follows:
im Ferraro, Company Owner
IMPORTANT NOTICE: If the proposer or other interested person is a corporation, state legal
name of corporation and names of the president, secretary, treasurer, and manager
thereof; if a co -partnership, state true name of firm and names of all individual co-
partners composing firm; if the proposer or other interested person is an individual, state
first and last names in full.
Executive Facilities Services, Inc. C - Corporation, incorporated in California in 2004
Tim Ferraro, President
Debra Ferraro Treasurer
Chelsea Storm -
Signed
Title: Company Owner
Date: 3/27/25
NOTE: If the proposer is a corporation, the legal name of the corporation shall be set forth
above, together with the signature of the officer or officers authorized to sign contracts
on behalf of the corporation; if the proposer is a co -partnership the true name of the firm
shall be set forth above, together with the signature of the partner or partners authorized
to sign contracts on behalf of the co -partnership; and if the proposer is an individual, his
signature shall be placed above. If signature is by an agent, other than an officer of a
corporation or a member of a co -partnership, a Power of Attorney must be on file with
the City of Tustin prior to the opening of proposals or submitted with the proposal;
otherwise, the proposal will be disregarded as irregular and unauthorized.
Business Address
2201 E. Winston Rd. Anaheim, CA 92806
10
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
DESIGNATION OF SUBCONTRACTORS, SUPPLIERS AND VENDORS
CONTRACTOR proposes to subcontract certain portions of the work, which are in excess
of one-half of one percent of the total proposal amount, and to procure materials and
equipment from suppliers and vendors as follows:
Name, Address, and Phone Number of
Subcontractors, Suppliers, and Vendors
Portion of Work,
Materials or Equipment
Supplies: Cindy Price, Imperial Dade Supply
909 - 938 - 5392
0% of work
Supplier contact
Phone: ( )
Phone: ( )
Phone:
Phone:
Phone:
Phone:
Phone:
Phone: ( )
Executive Facilities Services, Inc. will not be utilizing subcontractors to complete the
services outlined in the request for proposal. All employees providing services will be W-2
employees
11
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
The following are the names, addresses and telephone numbers of all brokers and
sureties from whom CONTRACTOR intends to procure insurance and bonds:
Katherine DuPont, Surety Manager CA License # OL73435
an Assured Partner
3225 Monier Circle Suite 100
Rancho Cordova, CA 95742
David Termechi License # OH97737
Paramount Exclusive Insurance Services, Inc.
15760 Ventura Rd. Ste 500
Encino, CA 91436
818-616-8612
Vicki Rodriguez, Insurance Inc. License# 07040534
3400 Central Ave. Ste #220
Riverside, CA 92506
951-300-933
12
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
The undersigned certifies under oath the truth and correctness of all statements and of
all answers to questions made hereinafter.
SUBMITTED BY: Jim Ferraro CORPORATION 0
Name: Executive Facilities Services, Inc. PARTNERSHIP ❑
Address2201 E. Winston Rd. Anaheim, CA 92806 INDIVIDUAL ❑
Principal :Tim Ferraro Company Owner OTHER ❑
Office: 2201 E. Winston Rd. Anaheim, CA 92806
Proposer must submit a list of five (5) references in the Southern California area
that indicate he/she has successfully completed (within the last three years) or is
presently engaged in similar type of work, that are of at least of equal size and
scope.
The following is to be included with proposal:
1.1 Name and Location of Each Reference
Name, Title and Phone Number of contact person familiar with project.
Contract Amount
Scope of Work with Bid Item Amounts
1.2 Submit a summary of all claims (if any) made in the last five (5) years
against each of the aforementioned projects.
2. Resume of type of work in which your firms possess experience.
3. Largest number of personnel employed by your firm in the past five (5) years.
Number of Employees 285 Year 2025
4. How many years has your organization been in business? 21 Years
5. How many years has your organization been in business under its present business
name? 21 Years
6. If a corporation answer the following:
6.1 Date of Incorporation: August 2004
6.2 State of Incorporation: California
6.3 President's name: Jim Ferraro
6.4 Vice President's name(s)
6.5 Secretary's name: Chelsea Storm -Larsen
13
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
6.6 Treasurer's name: Debra Ferraro
If an individual or a partnership answer the following:
7.1 Date of Organization:
7.2 Name and address of all partners (State whether general or limited
partnerships)
8. If other than a corporation or partnership, describe organization and name of
principals:
9. List states and categories in which your organization is legally qualified to do
business. Indicate registration or license numbers, if applicable. List states in
which partnership or trade name is filed. California
10. Describe the work your organization normally performs with its own forces.
Janitorial, carpet cleaning, hard floor services, window cleaning, pressure washing, and dayporter services
11. Have you ever failed to complete any work awarded to you? If so, note when,
where and why.
EFS, Inc. has never failed to complete a contract.
12. Within fhe last five years, has any officer or partner of your organization been an
officer or partner of another organization when it failed to complete a contract?
If so, attach a separate sheet of explanation.
NO
CONTRACTOR NAME:
Signed By:
Executive Facilities Services, Inc.
Title: Company Owner
Note: Attach proper Notary Acknowledgement for signature of authorized person. (Use
copy of blank form provided in this section.)
A-9
14
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE 117E
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE § 1189
sx:.r�`.�tscn�r�ee.e�.c�,eecrocrz^rcr.��ser.�rac.�1`.�c.�rcocroc.�cctvicesseoax•,resscetctcc.�
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the
truthfulness, accuracy, or validity of that document.
State of California )
County of Noma
On 03/24'/2625 before me, 6 �U ✓ ` I [-
Date Here Insert Name and Tit! of the Officer
personally appeared 1 79�� fna n
Names) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the
some in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY Of PERJURY under
K. AUSTIN� the laws of the State of California that the
r COMM. #2454775 A foregoing paragraph is true and correct.
iY NOTARY PUBLIC • CALIFORNIA ,
W sONOMACOUNTY y
' WtyCorrwn,Eg4m&A*24.2027 f WITNESS my hano and Aicial seal.
Signature
'SiWature of Notary Public
Place Notary Seal Above
Description of Attached Document
o� 4e6)r,ica4._ ►4bili+- a-Y)J
Title or Type of Document Document Date:
Number of Pages: Signer(s) Other Than Named Above:
Capacity(les) Claimed by Signer(s)
Signer's Name: Signer's Name:
D Corporate Officer - Title (s): ❑ Corporate Officer -Title(s):
❑ Partner - ❑ Limited ❑ General ❑ Partner - ❑ Limited ❑ General
❑ Individual a Attorney in Fact D Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or
Conservator
❑ Other: n Other:
Signer is Representing: Signer is Representing:
:tc:r�crrr.(��_r�,�'.[:fi�Cf'�.�'L.�.Y.c.Yt.Y`s2fts^Cryt�C�rs,Y)Lei`�^r1.rr.rlhr�.`ft.^CtxC�'sYa:•(•.c:Y's.^�SL�fd�'.i.YSGY•.+��c•� r�,ctrrrr,�,�c
A- 13
15
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
MAINTENANCE SERVICE
QUESTIONNAIRE
Please answer the following questions in detail, using additional paper as necessary:
1. What makes your company the best company for this job?
Executive Facilities Services, Inc. is the best janitorial company, delivering exceptional customer service, rapid
response times, and seamless communication to ensure spotless results and client satisfaction
2. What type of in-house training do you provide for your staff?
EFS, Inc. adheres to all OSHA requirements pertaining to staff training. Please refer to page 38 and 41 for more
detailed information
3. Who is responsible for training the custodial service workers and what type of
training is provided and at what intervals?
Martin Borboa, Rafael Morales, and Francisco Mendoza will be training the custodial staff Please refer to page 40
- 41 for more detailed information regarding training and its frequency
4. List the types of equipment to be assigned to this contract. Include the
manufacturer, model number, and a description of the equipment.
Please refer to page 48 of the proposal to review all the equipment that will be used for this contract
5. What is the address of the facility from which work crews will be assigned?
2201 E. Winston Rd. Anaheim, CA 92806
6. What communication system do you use to communicate between field and
office?
EFS, Inc. utilizes smart phones to provide phone, text message, and email for front line employees
7. Are you able to provide a quick emergency response, and How?
EFS, Inc. is able to provide emergency response within 1 hour of being notified of an emergency. This is due to a
large local labor pool that is trained and ready to support our clients.
8. Who will be assigned as "Field Supervisor", and what will be the responsibilities of
that Field Supervisor.
Martin Borboa, will be the Field Supervisor. Please refer to page 37 for more detailed information
about Mr. Borboa and his support team
9. List the custodial service workers and their qualifications.
Please refer to page 37 of the proposal for a detailed list of the EFS, Inc. team
10. Is your company experienced in maintaining a gymnasium floor as described in
the Special Provisions, Attachment C of these proposal documents? Please
describe your experience in detail.
EFS, Inc. has partnered with several cities that have similar type of hardwood floors and have completed the work
successfully
11. How do you now perform Background Checks on your employees? Are they
cleared through the Department of Justice?
EFS, Inc. follows the required background check guidelines from our clients. We have experience
performing background checks through multiple vendors such as LiveScans and police departments
16
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
PRICE REQUESTS FOR ADDITIONAL
CUSTODIAL SERVICES
NOTE: The following price requests are to establish what additional work would cost and
are not to be considered in proposal cost evaluations:
ADDITIONAL WORK AS REQUESTED
Detail Walls and Partitions
Perform General Cleaning
Strip and Refinish Hard Surfaced Floors
Extract or Spin Clean Carpets
Clean Upholstered Furniture or Panels
Clean Raised Access Floor Tiles
COST PER HOUR PER EMPLOYEE
32.47
32.47
43.41
$ 43.41
* Provide English speaking day porter(s) for
alternate proposal for the daytime cleaning
services for all facilities, and identify what is being
offered beyond original scope of specifications$ 33.47
43.41
The above cost per hour shall include full compensation for labor, equipment, tools,
transportation, supplies, materials and incidentals.
CONTRACTOR
By: Jim Ferraro
Title: Company Owner
Firm Name: Executive Facilities Services, Inc.
17
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
NONCOLLUSION AFFIDAVIT
To be executed by bidder and submitted with proposal.
State of Califomia
ss.
County of Orange
Jim Ferraro , being first duly swom, deposes and says that he or she is
C OMPAnT Owner of Executive Facilities Services, Inc. the party making the
foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to
put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed
with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the
bidder has not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage
against the public body awarding the contract of anyone interested in the proposed contract; that all
statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly,
submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information
or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate a collusive
or sham bid.
�1
Name of Bidder
\ _ Signature of Bidder
Address of Bidder
Attach proper Notary Acknowledgement for signature of authorized person. (Use copy of blank
form provided in the section.)
A- 12
18
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT CIVIL CODE 11189
�x�...cr..c^r,�:rcr„cx,rrcicz;rcx*�;ccrcrxr,�.roarercrc��,acct,�xsc�,00c�,ocr�crsrc�.c�.cq.e�ta,v�
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the
truthfulness, accuracy, or validity of that document.
State of Califomiaj )
County of oy)ornO\ )
Ong 2 (-1/2025 before me,'K j W v C-
Date I Here Insert Name and rile o the Officer
personally appeared
1Vn
Names) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under
K. AUSTIN the laws of the State of California that the
GOMM. #2454775 m foregoing paragraph is true and correct.
W NOTARY PUBLIC- CALIFORNIA �
-, sONOM1ACOUNTY WITNESS m h nd d official seal.
My Comm. Evires July ! 2027 Y
Signatur
Signature of Notary Public
Place Notary Seal Above
Description of Attached Document
-y-.
NO►�Co l I � �r0•�v i
Title or Type of Document: vsOn "—Document Date:
Number of Pages: Signer(s) Other Than Named Above:_
Capacity(ies) Claimed by Signer(s)
Signer's Name: Signer's Name:
❑ Corporate Officer -Title(s): ❑ Corporate Officer -Tiitle(s):
❑ Partner - ❑ Limited ❑ General ❑ Partner - ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or
Conservator
❑ Other: ❑ Other:
Signer is Representing: Signer is Representing:
..uSCScr�C.c.Y`1GcrcSr rsrrn.�rrr.tar� r�d�tt rr C �s�� Ys Ydrs f�(s�t.CLK�c aS . r.�rr� M� Ca�sCs r..rs� ..r.
A-13
19
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
Department of Public Works
March 24, 2025
TO: PROSPECTIVE PROPOSERS
SUBJECT: ADDENDUM NO. 1
Custodial Services Request For Proposal
The following changes are hereby made to the specifications. Each proposer shall
include a signed copy of this Addendum with his/her proposal. Failure to do so may cause
the proposal to be disqualified.
This addendum consists of the following eight (8) pages.
Dave Carta 6'
Buildings/Streets Maintenance Supervisor
9. Q: Is there a prevailing wage?
A: The prevailing wage requirement does not apply to janitorial services of a
routine recurring or usual nature. (8 CCR section 16000.)
2. Q: is a bid bond required/mandatory for this project?
A: The City requires bid bonds upon contract award, in accordance with
Section A — Proposal to the City of Tustin, California, and Section C —
General Provisions 2-4 Contract Bonds in the RFP.
3. Q: Will the awarded contractor provide the paper products/toiletries for this
project?
A: The contractor provides the paper products/toiletries and supplies for the
facilities.
4. Q: What is the current monthly charge of the current contractor?
20
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
A: The existing services differ from the requirements outlined in the RFP. C
Current monthly service charge is $70,821.77.
5. Q: Who is the current contractor?
A: Merchants Building Maintenance, LLC
6. Q: What is the FREQUENCY, DAY and TIME cleaning schedule for this
project?
A: See Section C, General Provisions; Section 6 — Acceptance of work.
7. Q: Can the City of Tustin clarify if the performance bond and labor and
materials bonds need to be provided with the submission of the proposal?
A: The City does not require bid bonds at the time of submission but does
require them upon contract award. See question 2.
8. Q: Can the City of Tustin confirm that all Contractor employees servicing City
of Tustin facilities must complete a background check through the City of
Tustin?
A: See RFP Section A. Contractor employees assigned to work at the Police
Department, Legacy Annex, and Corporate Yard/EOC, classified as Police
facilities, must pass a background check through the City of Tustin Police
Department before beginning work. Background checks are not required
for servicing all other facilities.
9. Q: Can the City of Tustin provide additional information on the required
background checks listed in the RFP? What is the estimated wait time for
completion?
A: Employees assigned to the Police Department, Legacy Annex, and
Corporate Yard/EOC, classified as Police facilities, must complete the City
of Tustin Police Department background check procedure before
beginning work. The estimated wait time for completion depends on the
Department of Justice.
Each employee to be used by contractor on city property or facilities may
not work until the mandated documentation for eligibility to work has been
received by the city and approved before the contractor's employee starts
work. This includes Department of Justice (DOJ) fingerprinting and
clearance. The cost associated with the fingerprinting, background
checks, and DOJ clearance will be paid for by the City of Tustin. All
Contractor's employees shall fill the required forms and submit to the
21
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
fingerprinting at the Contractor's expense and time, and no additional
compensation will be paid.
The City will pay for the DOJ fingerprinting and clearance for the
employees. The Contractor will pay at their expense for the employee's
time and any additional expenses in order to get the DOJ fingerprinting
completed. To obtain a Live Scan appointment, contact the Tustin Police
Department at (714) 573-3200.
10. Q: Will the City of Tustin agree to only accept responses from service
providers that are using W-2 employees to provide the services outlined in
the RFP, and in compliance with AB5?
A: The RFP includes the City's proposal requirements and its evaluation and
selection process. The selected offeror shall be responsible for complying
with all applicable federal, state, and local laws, ordinances, resolutions,
statutes, rules, and regulations.
11. Q: Please confirm that the City of Tustin will not enter into a Contractor
Agreement with a service provider that is utilizing Independent Contractors
and knowingly be in violation of AB5.
A: See Item No.10 Response.
12. Q: Prevailing Wage In Section B, Contract Agreement, Article V it states that
Prevailing Wage applies to the services outlined in this RFP. Please
confirm that Prevailing Wages is not required for the services outlined in
the RFP documents?
A. See Item No.1 Response.
13. Q. Displaced Janitor Act Regarding the Displaced Janitor Act and the
requirements to retain the existing employees, please provide the current
hourly compensation wage amounts for each of the current employees to
ensure that they receive accurate compensation?
A: The Displaced Janitor Opportunity Act (Labor Code section 1060.) does
not require the City, as the "awarding authority" to provide the requested
information.
14. Q: Corp Yard Please confirm the square footage for the Corp yard. It is listed
in the RFP as both 5,000 sq.ft. and also 10,000 square feet?
A: See Section D Special Provisions. Corporate Yard is 10,200 square feet.
22
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
15. Q: Can the City of Tustin clarify if the expectation of the service provider is to
provide a 4 hour a day porter for the Metrolink station as stated in the
General Provisions?
A: In Section D Special Provisions, HOURS OF OPERATION: The
Contractor is advised that this facility operates on a 24 hour/7- day
schedule and is open every day. Items listed as "Daily" will require the
contractor to perform the services on a schedule that coincides with the
City's operational schedule. The frequency of items designated as "Daily"
will be seven (7) times per week for four (4) hours a day. The custodial
service employee will perform the daily and/or weekly maintenance items
so the elevators, plat forms, bus stops, ramps and waiting areas will be
ready for use, in addition to any other items specified or requested by the
Buildings Supervisor. No restroom cleaning necessary
The City is not requesting custodial services for a straight four hours per
day, seven days a week. However, we acknowledge that areas such as
elevators, platforms, debris and trash pick up throughout the parking
structure, bus stops, ramps, trash cans in the parking structure and along
the platform and surrounding areas require time for daily and/or weekly
cleaning.
16. Q: Please provide a clarification on the required services at the Police
Department and the police department parking garage? Do these areas
require day porter services only, or do they require day porter services
and night janitorial?
A: In Section D Special Provisions, HOURS OF OPERATION: The
Contractor is advised that this facility operates on a 24 hour/7-day
schedule and is open every day. Items listed as "Daily" will require the
contractor to perform the services on a schedule that coincides with the
City's operational schedule. The frequency of items designated as "Daily"
will be seven (7) times per week for eight (8) hours a day.
A custodial service employee will be scheduled Monday through Sunday
to assure the facility is ready for use and is in a properly maintained
condition. Typical hours for cleaning are from 8:00 am to 4:30 pm. The
custodial service employee will perform the daily and/or weekly
maintenance items so the building will be ready for use, in addition to any
other items specified or requested by the Buildings Supervisor.
Day porter services are required, while nightly custodial services are not
needed.
17. Q: Please provide a clarification of the trash pick up for the park locations?
23
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
For the trash only locations are the service provider only removing the
trash, and no other services?
A: In Section D Special Provisions, Parks Trash Only Parks - Trash Only
MCFADDEN PARKETTE - MCFADDEN & PASADENA
SANTA CLARA PARK — MARSHALL LANE (FAIRMONT/SANTA CLARA)
Trash pickup includes emptying all waste receptacles and replacing plastic
liners as needed. McFadden Parkette and Santa Clara Park do not have
restroom facilities; only trash services are required.
18. Q: New Gym @ Corporate Yard On pg. C-12 of the General Provisions - Sec.
8. The gyms and locker rooms shall also receive the cleaning
requirements defined in Section A (above) for room cleaning. Can you
please confirm if the new gym at the Corporate yard is included?
A: Yes, the gym is included in the Corporate Yard. The cleaning
requirements for locker rooms and restrooms are the same as those for all
other facility restrooms. The gym at the Corporate Yard only requires
cleaning of the mirrors, windows, and flooring. Equipment cleaning is not
requested.
19. Q: Exterior Trash cans at all parks Please confirm that all trash cans at all
City parks are included in the daily scope of work.
A: See Section D Special Provisions Parks & Restrooms. City requires that
trash and recycle receptacles be emptied "daily"/7 days per week.
20. Q: Window washing @ Columbus Tustin Gym If the upper windows are
included in the scope of work, please confirm if there is OSHA appropriate
harnesses on the roof to complete the exterior window washing of the
windows above the main gym floor.
A: Second floor windows are not included in the scope of work requested for
Columbus Tustin Activity Center & Gymnasium.
21. Q: Window washing @ Columbus Tustin Gym In SECTION _-_GENERAL
PROVISIONS redline 3-10-25.docx, pg. C-15, Section C, it states "Call
exterior windows of every building must be cleaned on the inside and
outside. Second floor exterior windows can be subcontracted out on a
quarterly basis if unable to provide services." Can you please confirm if
the upper windows (both exterior and interior sides of glass) are included
in the Window Washing, since this is higher a "second floor exterior
window".
24
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
A: Second floor windows are not included in the scope of work requested for
Columbus Tustin Activity Center & Gymnasium.
22. Q: High Dusting height max at Columbus Tustin Gym During the site visit, it
was mentioned that the exposed ductwork and vents were above the "high
dusting" limit. Can you please confirm the max height of high dusting
inside the Columbus Tustin Gym?
A: The City is requesting a cleaning vertical height of 10 feet for dusting.
Anything above that would be a special request and service charge.
23. Q: Kitchen Cleaning @ Senior Center In SECTION C_-_GENERAL
PROVISIONS redline 3_10 25.pdf, on pg. C-11 states, "Sec. 18. Kitchens
and lunchrooms at all facilities are to be cleaned daily." Can you please
confirm if this INCLUDES or EXCLUDES the industrial kitchen at the
Senior Center.
A: The request for kitchen and lunchroom cleaning does not include the
industrial kitchen at the Tustin Area Senior Center.
24. Q: Please confirm that interior refrigerator cleaning is an above -standard
cleaning task and billed separately, as incurred via a work order.
A: Cleaning the interior of the refrigerator is considered an above -standard
cleaning task and will be billed separately from the contract ask requested.
25. Q: Exterior Trash Cans @ Corporate Yard Can you please provide additional
scope of work details and count of exterior trash cans in the Corporate
yard? Please include the task/frequency of emptying the parking lot trash
cans.
A: The contract doesn't include exterior trash cans at the Corporate Yard in
the scope of work.
26. Q: I was wondering if I can get the square footage for all the sites listed in the
attachment for the RFP?
A: See Section D Special Provisions and E for Facility Information
27. Q: No subject 1. Who is the current provider? 2. What is the current billing for
each location included in this RFP? 3. Does the city require any day
porters? 4. Are all consumable supplies to be provided by the city or
contractor? -If provided by the contractor, will it be ok to bill as incurred or
to be included in the total monthly cost? 5. Is there janitorial storage for
25
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
supplies at all park restrooms? 6. Is the contractor responsible for cleaning
any of the holding cells within Police Station? 7. Is the current janitorial
staff union or non -union? 8. If non -union staff are bidders required to bid
wages at a prevailing rate? 9. Are there any specific bid bond forms
required? 10. Will a performance and or payment bond be required if
awarded?
A: 1. See Item No.5 Response.
2. See Item No.4 Response.
3. Yes
4. See Item No. 3 Response.
5. No
6. Yes
7. The City doesn't know.
8. See Item No. 1 Response.
9. See Item No. 2 Response.
10. See Item No. 2 Response.
28. Q: Monthly price could you please provide the current monthly price?
A: See Item No. 4 Response.
29. Q: Questions Due Date/Time The opengov.com website states that questions
are due at 2pm on 3/21, but the RFP document includes a due date/time
of 3/21 at 4pm. Can you please clarify which is correct?
A: Questions were taken till 2 pm on 3/21.
30. Q: Janitorial Contract 1. Is this bid open to non -union? 2. Who is the current
vendor? 3. What is the current contract amount for janitorial service and
supplies amount? Thank you
A: 1. Yes
2. See Item No. 5 Response
3. Current contract amount is for $849,861.24 not including supplies. See
Item No. 3 Response.
31. Q: Can you help me acquire the following information? What is the square
footage of the location to be serviced?
1. Columbus Tustin Gym - Basketball Court
2. Columbus Tustin Gym - Classroom Area
A: The total square footage of the basketball court and classroom areas is
11,095.
26
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
Receipt of this Addendum is hereby acknowledged.
Signed:Jim Ferraro
Bidders Name: Executive Facilities Services, Inc.
Date: 3/30/25
27
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
APPROACH
PROJECT SCHEDULE/ WORK PLAN
for Night Janitorial, Day Janitorial and Additional Services
In order to fully develop our approach to servicing the City of Tustin's facilities, EFS,
Inc. will develop a Project Schedule/Work Plan. We have found this tool to be the most
successful for ensuring excellent service for new and existing clients. The Project
Schedule/Work Plan is adhered to by all members of our team. This Project Schedule/
Work Plan was developed and has been tested by Jim Ferraro, Company Owner, who is
actively involved in all aspects of the business. We view our Project Schedule/Work Plan
as a "living document" that continues to evolve based upon our clients' site -specific
requirements.
All of our Operations Managers, Supervisors, site -specific lead employees, on -site
employees, and support staff play a role in our Project Schedule/Work Plan. If EFS, Inc.
is awarded the contract to provide janitorial services at all of the City of Tustin, a
detailed Project Schedule/Work Plan for each location will be developed. EFS, Inc.'s
Project Schedule/Work Plan will strictly adhere to the scope of services that has been
provided in the Request for Proposal for janitorial services for all the City of Tustin's
facilities.
The Project Schedule/Work Plan will also include the site -specific needs and/or
requirements that are identified during our initial site visits with a representative from
the City of Tustin in order to understand all needs. We have learned from experience
that this additional information is vital to a successful startup of services and for a
seamless start-up for our clients.
It all begins with an initial meeting with the appropriate City of Tustin representatives
and the EFS, Inc. management team to thoroughly review and discuss all aspects of the
scope of services. If EFS, Inc. is awarded the contract, we will work closely with the City
of Tustin staff to ensure that each location has been thoroughly cleaned and disinfected
nightly.
Our Project Schedule/Work Plan will enable EFS, Inc. to create a detailed plan for
performing the janitorial services that are required as per the Request for Proposal and
scope of services that has been provided by the City of Tustin.
EFS, Inc. has reviewed the scope of services listed on Scope of Services and General
Conditions make a detailed schedule for each building. Through our 20 years of
experience, this process allows us to monitor, schedule, and perform regular additional
services effectively and with little interruption to our clients. Performing additional
services at each location on a semi-annual schedule will provide the City of Tustin with
janitorial services that exceed their staff and residents' expectations.
EFS, Inc. has performed similar services for cities like Thousand Oaks, Oxnard, and
Costa Mesa. Each of our existing clients had detailed and itemized requirements in their
scope of work which EFS, Inc. has responded to accordingly. Each of our clients has a
city hall, council chambers, and water facility which required additional training and
services to maintain and prepare the location for resident visibility.
EXECUTIVE FACILITIES SERVICES, INC. 28
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
(Continued)
EFS, Inc. has provided a detailed breakdown of the estimated crew size and hours for
each location in the work schedule provided following this section. We will utilize
this work schedule to coordinate what time our employees will be at each site, and
utilize the scope of work to train each employee on what each of the daily, weekly,
and monthly services are that need to be completed.
Utilizing time tested and proven quality control processes, EFS, Inc. will continually
monitor our employees through day and night supervision to ensure that each
service is completed to a standard above the current expectations. We have
implemented time tracking through an app based system that gives a clear indication
of when our employees are on site, and the duration of the time on site.
EFS, Inc. has perform an in-depth wage analysis for the City of Tustin and its
surrounding areas, and will be paying its employees servicing its sites at $17.25 per
hour for janitorial.
EFS, Inc. clearly understands the importance of providing thorough janitorial services
for these locations and maintains the same attention to detail day in and day out to
ensure that the City of Tustin staff and citizens can be confident that the areas they are
visiting have been cleaned properly.
Martin Borboa, Operations Manager, will serve as the main point of contact for the City
of Tustin and its staff. Martin Borboa will be supported by Jim Ferraro, our management
team members, and our administrative staff throughout the life of the contract. Martin
Borboa possesses excellent communication skills, and he has learned that ongoing
communication is one of the keys to success in the service industry.
EXECUTIVE FACILITIES SERVICES, INC. 29
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
PROJECT SCHEDULE/WORK PLAN
City of Tustin
WORK PLAN / INITIAL SITE VISITS
STEP DATE
2
3
J
5
6
7
Initial site visits: develop
building visitation schedule
Complete site visit
Identify site specific
additional needs
requirements if needed
Identify point of contact
at the site
Identify important dates for the
site special events, etc.
Review scope of services with
facility representative if needed
Add agreed upon additional
services requirements
PERSON DUE STATUS
RESPONSIBLE DATE
M.BorboaMorales
M.Borboa / R. Morales
M.Borboa / R. Morales
M.Borboa / R. Morales
M.Borboa / R. Morales
M.Borboa / R. Morales
J. Ferraro / City of
Tustin
EXECUTIVE FACILITIES SERVICES, INC. 30
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
City of Tustin
WORK PLAN / SPECIFIC FACILITY INFORMATION
STEP DATE
2
3
5
6
7
8
9
Identify location of janitorial
and storage closets
Request alarm codes for facility,
if needed
Identify all entry and exit
points for each location
Discuss locked door
and safety protocol with
facility staff
Develop equipment needs list
for each facility
Develop emergency contact list
Determine if additional specialty
cleaning products are required
for the site
Develop keys / key fob
inventory the each location
PERSON DUE STATUS
RESPONSIBLE DATE
M.BorboaMorales
M.Borboa / R. Morales
M.Borboa / R. Morales
M.Borboa / R. Morales
M.Borboa / R. Morales
M.Borboa / R. Morales
M.Borboa / R. Morales
M.Borboa / R. Morales
EXECUTIVE FACILITIES SERVICES, INC. 31
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
TRANSITION PLAN
Ensuring a smooth and seamless transition to a new service provider requires
coordination and clear communication. Executive Facilities Services, Inc.'s Transition
Plan begins well before the initiation of services. Once an award of contract occurs, EFS,
Inc. will have already created a detailed list of items, meetings, and follow-up job -walks
required to ensure a smooth transition on the first night of service.
Utilizing our Transition Plan strategy, we will identify key staff members at each client
location to gather additional site information to enable EFS, Inc. to perform beyond the
City of Tustin's expectations. Our highly experienced management team reviews all
information and develops a "start- up kit" listing equipment and chemicals for each
location and site. EFS, Inc. supervisors use this information to provide day and night
janitorial employees with thorough training and the right equipment.
The first week can be stressful for all parties during a transition to a new service
provider. EFS, Inc. will provide additional supervision from all levels of the
organization to ensure that the transition goes smoothly. Through our tested process
we have had countless amounts of success with single site clients, and large multi site
clients. We believe in on going communication, from the award of the contract, days
leading up to the start of services, and through the duration of the contract.
Our Sample Project Schedule/Work Plan contains each itemized step that will be used
during the Transition Plan. We have provided a proposed timeline as reference on the
sample transition plan.
Below please find some of the key elements of our Transition Plan:
1. Review meetings of scope of services with all Key Personnel
2. Conduct facility inspections with Operation Manager and Key Personnel
3. Identify and secure replacement equipment (when necessary)
4. Train location specific employees on various entry times, locations, and security
protocols
5. Provide continuous training for employees on safety protocols so knowledge
matches state mandated requirements
6. Review meetings with site specific staff of the scope of services
7. Conduct facility inspections with site specific staff and/or site Supervisor
8. Review floor plans with employees to identify areas of service
EXECUTIVE FACILITIES SERVICES, INC.
32
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
City of Tustin
Transition Plan
1 TBD Develop building visitation for all
City of Tustin locations
2
TBD
3
TBD
4
TBD
5
TBD
6
TBD
7
TBD
g
TBD
Complete all site visits
Identify site specific
additional needs and
requirements if needed
Identify point of
contact at each site
Identify important dates for each
site special events, etc.
Finalize the service agreement
between EFS, Inc. and the
City of Tustin
Add agreed to additional
services requirements to scope
of services
Deliver equipment kits to each site
PERSON DUE STATUS
RESPONSIBLE DATE
M.BorboaMorales
M.Borboa / R. Morales
M.Borboa / R. Morales
M.Borboa / R. Morales
M.Borboa / R. Morales
J. Ferraro / City of
Tustin
M.Borboa / R. Morales
M.Borboa / R. Morales
Start of
service
EXECUTIVE FACILITIES SERVICES, INC.
33
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
KEY PRINCIPLES OF CUSTOMER SERVICE
Excellent, customer service is at the heart of Executive Facilities Services, Inc. Our guiding
customer service principles --Reliability, Assurance, Responsiveness and Empathy --are known
and practiced at every level of the organization.
Our historyofprovidinghigh-qualit)customer servicds evidencedby the many longstanding client
relationshipwe maintain andisoneofhekeyreasonmewclientshoosetoworkwith EFS, Inc.
EFS, Inc. provides a 24-hour customer service line that is always answered by a team member,
rather than an answering machine. EFS, Inc. is agile and responsive to any and all requests
including those for COVID-related issues, and other emergencies and unexpected needs.
The EFS, Inc. administrative team will acknowledge all emails within two hours of receipt and
provide a timeline for resolution expediently. Client requests, work orders, service challenges, or
important information are quickly communicated to the respective operations manager who will
provide updates on all requests.
EFS, Inc. has the proven capability to handle all requests related to the COVID-19 pandemic.
Our references will demonstrate that as the pandemic continues to change the requirements for
state and federal agencies, EFS, Inc. has continually met the challenge.
Reliability
• Client
specifications are
confirmed and
adhered to
• Client
communication,
statements, reports,
and responses are
on time and
accurate
• Consistent level of
service and delivery
importance placed
on each and every
client interaction
Responsiveness
• Client satisfaction is
prioritized,
monitored,
measured, and
managed
• Clients can reach a
representative by
phone or online 24
hours a day to get
answers to questions
• Service quality issues
are addressed and
resolved quickly
• Clients will receive
continuing updates
on service challenges
until the issue is fully
resolved
Assurance
• Staff is familiar with
procedures and
technology and
answers questions
with accuracy
• Clients can access
executive
management directly
at any time
• Client requirements
are met in an
atmosphere
of calmness,
capability, and
enthusiasm
• Staff is well trained to
respond to
exceptional requests,
and can think outside
the box to provide
answers and solutions
Empathy
• Staff are well trained
to listen to customers
empathetically and
professionally
• Staff can analyze and
solve customers
• Client issues are
resolved fairly and
quickly by staff
advocating at higher
levels
EXECUTIVE FACILITIES SERVICES, INC. 34
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
BUSINESS PERFORMANCE AND QUALITY CONTROL
Executive Facilities Services, Inc. has learned from experience that the most effective
method in ensuring quality service to our clients is through routine site visits. All sites
serviced by EFS, Inc. are visited by supervisors on a bi-weekly basis in addition to regular
supplies delivery and inspections. Also, the City of Tustin sites will be visited by Jim
Ferraro, Company Owner, Christian Ferraro, Operations Manager, Martin Borboa,
Operations Manager, Rafael Morales, Day Operations Supervisor, Vicky Rivera, Senior
Night Supervisor, Melanie Lopez, Night Supervisor. All operations managers and
supervisors carry a smart phone so they can respond quickly to requests for required or
emergency services.
During nightly visits to various sites, our staff members review and assess all aspects of
the buildings included in the scope of services. If any issues are noticed by a staff
member, the employee is made aware and the issues are addressed and resolved that
evening. We believe that this is a foundational business practice between EFS, Inc. and
its clients. It creates a fast -track line of communication between EFS, Inc. and our clients
to ensure that they are receiving the highest of quality service.
EFS, Inc. has provided a sample building inspection form. During each of our site visits
our management team utilizes this form to review the various areas throughout a clients
facility. This information is then relayed to the employee to ensure that any areas that
need improvement are addressed immediately.
• Monthly inspection reports summarize any reported issues and how they were
resolved.
• Site visit schedules are developed weekly and unannounced, enabling EFS, Inc. to
monitor and control the quality of service as well as interact with onsite employees
on a regular basis.
• A copy of our Building Inspection form can be found on the page following this
one. Each time a site is visited by an EFS, Inc. supervisor, whether it be a service
issue, a supply delivery or a weekly site visit, the form is completed by the
supervisor. Operations Managers review all Building Inspection forms daily/
nightly to ensure that any issues are addressed and resolved.
• EFS, Inc. and its management team will ensure that each of the City of Tustin's
buildings remains secure during provision of services. The EFS, Inc. Operations
Manager will train each employee on the proper door locking etiquette and alarm
system protocols, and verify that all protocols are being followed.
• EFS, Inc. has the responsibility of categorizing and storing highly specialized keys,
access cards, and key fobs for clients. As can be seen from our current client list
provided with the proposal, EFS, Inc. works with several cities, municipalities, and
private and public entities. We store all client keys in a locked key box at our
location in our headquarters's location in Riverside. This facility has 24-hour
surveillance and an alarm system.
• EFS, Inc. will not duplicate keys to any of the City of Tustin without permission.
EXECUTIVE FACILITIES SERVICES, INC. 35
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
EXECUTIVE FACILITIES SERVICES,
INC. RESPONSE RECORD ALL CLIENTS
Phone Call Response Record
• 1 hour response time
• Either administrative or
Operations Manager will respond
• Confirmation with the City of
Tustin on time of arrival
• Review with onsite employee
items of discussion
• Resolved by the following
business day
• Confirmation by EFS, Inc. that
items are being improved daily
Email Response Record
• 2 Hour response time
s Either administrative or operations manager will
respond
• Followed up by phone call from EFS, Inc. if
necessary
• Confirmation with the City of Tustin on the time of
arrival
• Review with onsite employee items of discussion
• Resolved by the following business day
• Confirmation by EFS, Inc. that items are being
improved daily
EXECUTIVE FACILITIES SERVICES, INC.
36
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
EXECUTIVE FACILITIES SERVICES,
INC. WORK ORDER PROCESS
OPERATIONS
COMPLETE MANAGERS,
WORK SUPERVISOR,
6hhl
ORDER QUALITY
CONTROL
SPECIALIST
EXECUTIVE FACILITIES SERVICES, INC. 37
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
TRAINING PROGRAMS
To ensure consistency, accountability and competency throughout the organization,
Executive Facilities Services, Inc. puts a high priority on recruiting, vetting, hiring and
training our most valuable asset --our employees. Investing time in hiring qualified and
dependable employees and equipping them with the tools they need to provide each client
with excellent service is a hallmark of EFS, Inc.
Recruitment, Hiring and Training New Employees
• Every person being considered for employment undergoes an in -person interview with a
member of our management team. Each potential employee receives a new hire packet
containing current tax, immigration, workers compensation labor code, and health benefits
forms. Our human resources department uses the information to perform a thorough
background check and to verify that each of our employees is a U.S. citizen.
• EFS, Inc. is ADA compliant and an Equal Opportunity Employer. We are committed to
diversity and inclusion in the workplace. We prohibit discrimination and harassment of any
kind based on race, color, sex, religion, sexual orientation, national origin, disability, genetic
information, pregnancy, or any other protected characteristic as outlined by federal, state, or
local laws. This policy applies to all employment practices within our organization, including
hiring, recruiting, promotion, termination, layoff, recall, leave of absence, compensation,
benefits, training, and apprenticeship. EFS, Inc. makes hiring decisions based solely on
qualifications, merit, and business needs at the time.
• EFS, Inc. will perform all background checks outlined in the Request for Proposal. This may
include a Criminal Justice Information System investigation, Live Scan finger -printing and
background check, a Superior Court of California criminal background check or other
investigation required.
• Candidates will undergo pre -employment drug testing through a certified laboratory, with
tests being conducted in a standardized manner to ensure accuracy.
• Once a potential employee is hired, they are monitored by one of our management staff
while working alongside an experienced employee at a current client's job site.
• EFS, Inc. employees wear uniforms that are appropriate and identifies them as an employee
of EFS, Inc. This includes full-length pants, a navy blue short -sleeve shirt with the EFS, Inc.
logo on the left chest area, closed -toed shoes and all correct Personal Protective Equipment
required while on property performing services for the City of Tustin.
• Training will cover the specific services, processes and scope of services for the City of
Tustin.
• Employees will also wear identification issued by the City of Tustin.
• This training method ensures that each employee understands the standards that EFS, Inc.
expects, and the services outlined in the scope of services provided by the City of Tustin.
• New employees will be monitored by the Operations Manager to ensure that if any
additional re-training is necessary, it is performed immediately onsite. This method of
employee training has proven to be successful over our 20 years of service and demonstrates
to our clients that EFS, Inc. employees that perform janitorial, dayporter, and disinfecting
services can exceed their expectations.
EXECUTIVE FACILITIES SERVICES, INC. 38
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
TRAINING PROGRAMS
Ongoing Training is a Shared Responsibility
Training is an ongoing process at Executive Facilities Services, Inc. It's a strategy and
value we utilize whether in response to a change in employment law, OSHA or other
government agency criteria, identified opportunities where we can do things even better
or a change in processes or policies at a client's business. It is also a way to invest in the
future of EFS, Inc. employees, providing tools and supporting them so they can do and be
their very best.
Training janitorial employees is a shared responsibility within the EFS, Inc. organization.
The owners, managers, and supervisors work together to establish training goals, identify,
communicate and facilitate training and ensure that the related goals are met.
Workplace safety is a top priority at EFS, Inc. Our supervisors perform nightly site
inspections use observations and data to identify additional workplace safety training
opportunities. Proper training can then be applied to ensure that employees are safely
performing their required duties.
EFS, Inc. documents and reports trainings for all personnel performing work under this
contract. Trainings include refreshers in Cal/OSHA's Injury and Illness Prevention
Program (IIPP) standard, Cal/OSHA Hazard Communication standard, Emergency
Action Plan standard, and Blood Borne Pathogen protocols. Additional on-the-job
training is completed when a new product or procedure is to be implemented.
Training extends to on -call staffing
EFS, Inc. understands that emergencies, last-minute requests and special circumstances
that require an infusion of additional staff can happen at any time. That is why EFS, Inc.
maintains well -trained, regular and specialized on -call staff at all levels.
EFS, Inc. has a large labor pool of established employees that are able to perform a wide
variety of janitorial, disinfecting, and building maintenance services should the need
arise. These employees undergo a LiveScan fingerprinting and background check are
prepared to adhere to the requirements of the City of Tustin. EFS, Inc. will utilize these
experienced and trained employees should back-up staffing be required.
Executive Facilities Services, Inc. has numerous resources to ensure that the services
outlined in the scope of services are completed day and night.
EFS, Inc. is registered with the Department of Industrial Relations. EFS, Inc. provide all
employees a copy of the Civil Rights Department pamphlet CRD-185, entitled
"Sexual Harassment," until the sexual violence and harassment prevention training
requirement is established pursuant to Section 1429.5.
EXECUTIVE FACILITIES SERVICES, INC. 39
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
TEAM ORGANIZATION
EXPERIENCE, TRAINING, AND DEDICATION
Management, staff and employees of Executive Facilities Services, Inc. are its greatest
asset and the reason the company has earned a solid reputation for janitorial services that
set the standard for the industry. They are the reason we are trusted to the job right with
expertise and experience and a dedication to doing our very best for each client. We work
to ensure that every customer service experience is an excellent one.
Organizational Charts
Orange County Facility Staff
Corporate Staff
EXECUTIVE FACILITIES SERVICES, INC.
40
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
Key Personnel Profiles
Orange County Facility Staff
MARTIN BORBOA / ACCOUNT MANAGER
OPERATIONS MANAGER
MAIN POINT OF CONTACT
Martin joined EFS, Inc. in 2014 and devoted
himself to gaining a keen understanding of
janitorial, building maintenance, and disin-fecting
services by working with the company's cleaning
crews and trained technicians. With each
opportunity, he quickly adapted and grew to meet
the requirements of operations within EFS, Inc.
Martin has experience with several other locals
cities like: The City of Costa Mesa, the City of
Banning, and the Metropolitan Water District of
Southern California. Martin will be responsible for
the City of Tustin and all services and contact.
His primary responsibilities include safety, supply
inventory management, quality control, equipment
maintenance, employee training, site inspections.
Contact Information: (24/7 accessibility)
Cell: (805) 889 - 4327
Office: (844) 780-2626
Email: mborboa@execservices.biz
RAFAEL MORALES
DAY OPERATIONS SUPERVISOR /
ALTERNATE FIELD MANAGER
Rafa has recently joined EFF, Inc., but brings
with him 20 years of experience. Rafa's position
allows him to bring his experience to each EFS
employee and client. created with the sole
purpose of improving and maintaining the
quality control of the ongoing services for the
City of Tustin responsibilities will include
quality control, inventory inspections, training
of employees, client relations, and staff
supervision. Rafael will be responsible for the
City of Tustin and all services and contact.
Contact Information: (24/7 accessibility) Cell:
(951) 836-9791
Office: (844) 780-2626
Email: rmorales@execservices.biz
VICKI RIVERA
NIGHT SUPERVISOR
Vicki joined EFS, Inc. in 2005 and has more than 18
years of experience in the janitorial industry. She is
currently responsible for onsite safety and quality
control, supply distribution, building inspections
and supervision of nightly cleaning crews.
MELANIE LOPEZ
NIGHT SUPERVISOR
Melanie brings more than 10 years of experience in
the janitorial industry to her role at EFS, Inc. Joining
our team in 2022, she is responsible for onsite safety
and quality control, supply inventory management,
equipment mainte-nance, building inspections, and
supervision of nightly cleaning crews.
BRIAN MORALES
NIGHT SUPERVISOR
Brian joined EFS, Inc. in 2024 and has seven years
of experience in the janitorial industry. Brian is
currently responsible for onsite safety and quality
control, supplies distribution, building inspections,
and nightly supervision of employees in the field.
BRYANT CHICAS
CARPET AND FLOOR SPECIALIST
Bryant joined EFS, Inc. in 2019 after working with
Martinez and Associates Management for seven
years. There, he managed multiple mobile home
facilities in Southern California and
was responsible for project development and
management, rule enforcement, rent collection, site
maintenance, janitorial management, and
responding to facility emergencies. Bryant brings his
ample experience to EFS, Inc. where his
responsibilities continue to expand based upon his
excellent performance.
Contact Information
Cell: (805) 523-3015
Office: (844) 780-2626
Email: bchicas@execservices.biz
EXECUTIVE FACILITIES SERVICES, INC. 41
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
STATEMENT OF QUALIFICATIONS
Senior Management
JIM FERRARO
COMPANY OWNER
Since launching his career in 1984, Jim has held positions of increasing
responsibility that equip him with the leadership, management and
communication skills to adeptly run the corporation that he now owns.
After graduating with a bachelor's degree in business administration
from Bloomsburg University located in Pennsylvania, Jim went on to
earn his master's in business administration from the University of
Phoenix. He draws on his formal and continuing education and decades
of corporate experience to lead EFS, Inc. to ever greater solidity and
success.
His primary responsibilities include client and employee relations,
safety and quality control, strategic planning, management training and
onsite evaluations to ensure compliance with all COVID-19 protocols
and practices.
Contact Information: (24/7 accessibility)
Cell: (909) 815-0144
Office: (844) 780-2626
Email: jferraro@execservices.biz
DEBRA A. FERRARO
CORPORATE FINANCIAL OFFICER
Debra brings nearly 30 years of experience in financial information
processing and reporting to her position as Corporate Financial Officer.
She is responsible for all financial functions of EFS, Inc. Debra earned a
bachelor of science degree in accounting from Bloomsburg University
located in Pennsylvania in 1984 and has worked in both public and
private sectors. She has a keen understanding of various business
structures and accounting systems. She passionate about and actively
involved in a variety of local nonprofit service organizations. Debra
joined EFS, Inc. in 2004.
Her primary responsibilities include client billing, accounts receivable
and payable, preparation of financial statements, account analysis,
payroll, corporate tax reporting, and human resources.
Contact Information
Phone: (844) 780-2626
Email: dferraro@execservices.biz
EXECUTIVE FACILITIES SERVICES, INC. 42
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
1 V .3 Coll
CHELSEA STORM-LARSEN
SENIOR DIRECTOR OF CORPORATE COMPLIANCE
Prior to joining EFS, Inc. in January 2021, Chelsea Storm -Larsen
was director of organizational engagement for corporate affairs with
Sharecare, Inc. In that role, she managed more than 25 worksites
to ensure that all team members understood and complied with the
organization's policies and procedures. She graduated with Honors
of Distinction from California State University, Monterey Bay with a
bachelor's in collaborative health and human services and went on to
earn her master's in public administration at California State University,
Dominguez Hills.
Her primary responsibilities include corporate compliance, human
resources, labor and client relations, and internal quality control.
Contact Information
Phone: (844) 780-2626
Email: cstorm-larsen@execservices.biz
MARTIN BORBOA
REGIONAL OPERATIONS MANAGER
ACCOUNT MANAGER / MAIN POINT OF CONTACT
Martin joined EFS, Inc. in 2014 and devoted himself to gaining a keen
understanding of janitorial, building maintenance, and disin-fecting
services by working with the company's cleaning crews and trained
technicians. With each opportunity, he quickly adapted and grew to
meet the requirements of operations within EFS, Inc. Martin has
experience with several other locals cities like: The City of Banning
Oaks, the City of Thousand Oaks, and the Metropolitan Water District
of Southern California. Martin will be responsible for the City of Tustin
and all services and contact.
His primary responsibilities include safety, supply inventory
management, quality control, equipment maintenance, employee
training, site inspections.
Contact Information (24/7 accessibility)
Cell: (805) 889 - 4327
Office: (844) 780-2626
Email: mborboa@execservices.biz
EXECUTIVE FACILITIES SERVICES, INC.
43
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
Key Personnel Profiles
RJ STORM-LARSEN
SENIOR DIRECTOR CffUSINESS DEVELOPMENT
RJ Storm -Larsen joined EFS, Inc. in January 2017 and worked alongside the
company's janitorial, disinfecting, and floor service teams to develop a
thorough working knowledge of operations. Today, he serves as director of
business development. RJ graduated from California State University,
Monterey Bay with a bachelor's in science and went on to earn a master's in
business administration from the same university. He continues to take a
hands-on approach to hone his skills and expand his knowledge of the
industry via his ongoing involvement with staff and clients.
His primargesponsibilities include client relations, customer service,
business development, quality control, and support for operations managers.
Contact Information (24/7 accessibility)
Cell: (805) 705-4195
Office: (844) 780-2626
Email: rjstorm-Larsen@execservices.biz
BRITTANEE BROCK
ADMINISTRATIVE MANAGER
Brittanee joined EFS, Inc. in 2015 and serves as the primary point of contact
for our clients. She facilitates client requests, work orders, responses and
follow up to ensure continuity and consistency of service. Her additional
responsibilities include tag job scheduling, payroll processing and
COVID- 19 pre- site evaluations.
Contact Information
Office: ( 844) 780- 2626
Email: bbrock@execservices.biz
EXECUTIVE FACILITIES SERVICES, INC.
44
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
CLIENT REFERENCES
Costa Mesa
ea,q Ofilw-4b
Reference: City of Costa Mesa
Contact: Daniel Jojola
Phone Number: (714) 925-5289
Email: daniel.jojola@costamesaca.gov
Project Cost: $ 580,510
EFS, Inc. Staff Involved: Jim Ferraro, Martin Borboa, RJ Storm -Larsen, Francisco
Mendoza, Rafael Morales, Vicki Rivera, Melanie Lopez, Crystal Mata, Brittanee Brock
The employees of Executive Facilities Services, Inc. have been providing janitorial and
disinfecting services for the City of Costa Mesa since 2021.
Executive Facilities Services, Inc. was selected out of 8 other regional service providers
and the incumbent for its responsiveness, customer service plan, and work plan that
outlined actions that would be taken once the contract commenced.
EFS, Inc. provides night janitorial, disinfecting, and additional services for the all of the
City of Costa Mesa's facilities. EFS, Inc. has partnered with the city to gain a better
understand of what services are needed by each facility in an effort to exceed
expectations. In addition to janitorial and disinfecting services EFS, Inc. provides
window cleaning, carpet cleaning, and hard floor services on a scheduled timeline in
coordination with the City.
Service Date:
Awarded contract in June 2021
EXECUTIVE FACILITIES SERVICES, INC.
45
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
CLIENT REFERENCES
�MILAN
�MANA
CAPITAL
G E M E N T
Reference: Milan Capital Management
Contact: Mr. Rod Valverde, VP Asset Management
Phone Number: 714-399-3004
Email: rod@milancap.com
Project Cost: $895,690
EFS, In6taff Involved: Jim Ferraro, Martin Borboa, RJ Storm -Larsen, Francisco
Mendoza, Rafael Morales, Vicki Rivera, Melanie Lopez, Crystal Mata, Brittanee
Brock
Executive Facilities Services, Inc. was awarded the contract to partner with Milan
Capital Management and provide them with both dayporter servivices and nightly
janitorial for 35 sites across Southern California.
EFS, Inc. currently provides dayporter and janitorial services to outdoor shopping
centers, large commercial buildings, and administrative buildings. At each of the
locations EFS, Inc. is responsible for restocking consumables, sanitizing all restroom
fixtures, wiping down mirrors, removing trash, replacing liners, sweeping and
mopping, and wiping down surfaces.
EFS, Inc. has performed additional services such as: emergency water extraction, hot
water extraction carpet cleaning, hard floor services, window cleaning, and power
washing.
Service Date:
March 2024
EXECUTIVE FACILITIES SERVICES, INC. 46
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
CLIENT REFERENCES
Reference: City of Banning
Contact: Barbara Mason, Purchasing Manager
Phone Number: (951) 922-3121
Email: bmason@banningca.gov
Project Cost: $296,998.00
EFS, Inc. Staff Involved: Jim Ferraro, Martin Borboa, RJ Storm -Larsen, Francisco Mendoza,
Rafael Morales, Vicki Rivera, Melanie Lopez, Crystal Mata, Brittanee Brock
The employees of Executive Facilities Services, Inc. have been providing janitorial services for
the City of Banning since 2022. EFS, Inc. has since partnered with the city and its employees to
create a detailed scope of work and services that provide the city and its residents quality
service day in and day out.
Currently EFS, Inc. provides janitorial services for the city hall, public works building, police
station, public parks, and recreation centers across the City of Banning. EFS, Inc. provides all
consumable products for all of the libraries that we service. We also perform carpet cleaning,
window cleaning, and hard floor services for all locations.
Service Date:
Awarded first contract in September of 2022
EXECUTIVE FACILITIES SERVICES, INC.
47
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
CLIENT REFERENCES
San Bernardino
`o County
Superintendent of
Schools
Reference: San Bernardino County Superintendent of Schools
Contact:: Ralph Alba, Program Manager
Phone Number: (909) 382-3560
Email: Ralph.Alba@sbcss.net
Project Cost: $696,998.00
EFS, Inc. Staff Involved: Jim Ferraro, Martin Borboa, Francisco Mendoza, RJ Storm -Larsen,
Rafael Morales, Vicki Rivera, Melanie Lopez, Crystal Mata, Brittanee Brock
The employees of Executive Facilities Services, Inc. have been providing janitorial services for
San Bernardino County Superintendent of Schools (SBCSS) since 2004 and currently provide
janitorial and disinfecting services at 34 locations.
Ralph Alba, from the San Bernardino County Superintendent of Schools, immediately
contacted EFS, Inc. in March 2020 to help plan disinfecting services for their various school
sites and administrative buildings. Working quickly and adhering to the CDC guidelines for
disinfecting, EFS, Inc. was able to begin the process of disinfecting services for each of the 34
school sites by hand immediately upon request. EFS, Inc. has performed hand disinfecting
services multiple times since March 2020.
EFS, Inc. initially utilized hand touch disinfecting guidelines that are supplied in the
Additional Documents section. EFS, Inc. then invested in Electrostatic Sprayers to disinfect all
high touch points in order to ensure that the students, teachers, parents, and staff members at
all the SBCSS buildings are safe. Additionally, EFS, Inc. assisted in developing a disinfection
schedule for both schools and administrative buildings as they planned to reopen to ensure
that the organization was adhering to the guidelines provided by the CDC and the State of
California.
Service Date:
Awarded first contract in September of 2004
EXECUTIVE FACILITIES SERVICES, INC.
48
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
CLIENT REFERENCES
library
systems
`:,P services
Reference: Library Systems and Services
Contact: Sue Goodwin, Executive Assistant
Phone Number: (951) 274-4506
Email: Susan.Goodwin@lsslibraries.com
Project Cost: $715,645.00
EFS, Inc. Staff Involved: Jim Ferraro, Martin Borboa, RJ Storm -Larsen, Francisco
Mendoza, Rafael Morales, Vicki Rivera, Melanie Lopez, Crystal Mata, Brittanee Brock
Library Systems and Services is the managing agent for Riverside County Economic
Development Agency. Executive Facilities Services, Inc. currently provides janitorial
and additional facilities services at 26 library sites within Riverside County.
EFS, Inc. provides all consumable products for all of the libraries that we service. We
also perform carpet cleaning, window cleaning, and hard floor services for all library
locations.
Service Date:
Awarded contract in 2004
• Janitorial services taken in house in 2009 during Great Recession
• Resumed janitorial and additional facility services in 2016
EXECUTIVE FACILITIES SERVICES, INC. 49
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
City of Tustin
SAMPLE OF SIMILAR CLIENTS
OF
CLIENT NAME
Riverside County
Library System
1998
10/2009
22
226,300
$ 258,000
Janitorial
Riverside County
Library System
2016
Under
26
326,208
$ 715,645
Janitorial
contract
Provident Bank
2005
Under
14
85,203
$ 205,640
Janitorial
contract
San Bernardino County
2010
Under
34
495,937
$ 696,998
Superintendent of Schools
contract
Janitorial
City of Thousand Oaks
2020
Under
15
296,804
$ 404,093
Janitorial
contract
Conejo Recreation &
2014
Under
10
$ 279,045
Park District
contract
Janitorial
Dignity Health Medical
2014
Under
41
136,308
$ 610,060
Foundation Janitorial
contract
City of Costa Mesa
2021
Under
24
170,013
$ 580,551
Janitorial
Contract
City of Agoura Hills
2021
Under
2
21,098
$ 28,056
Janitorial
Contract
City of Oxnard
2022
Under
7
108,245
$205,920
Contract
Under
City of Banning
2023
Contract
6
101,723
$182,252
EXECUTIVE FACILITIES SERVICES, INC.
50
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
Appendix # 1
EXECUTIVE FACILITIES SERVICES, INC.
EQUIPMENT AND MATERIALS LIST
Category
Item Name
Model Number
Brand
description
GleanirgChemieals
All -Purpose Cleaner
316W24s%
ImperialDade
Versatile cleanerforgeneralsurfaces
Disinfectant Cleaner
TB•0ideQuatRTU
ImperialDade
Hospital -grade disinfectant for high -touch areas
Glass Cleaner
94%&259
ImperialDade
Streak -free formulaforwindowsandmirrors
FlaarStripper
95662085
ImperialDade
Re move s wax a nd bu i Id u p f rem f loors
N a ut ra I Floor C lea ne r
J•Fi11Stride Citrus
ImperialDade
Safe pH•ba[ancedclea nerfor dailyfloorcare
RestroomCleaner
Crew Su per Blue
ImperialDade
Removes stains, soapscum. and mineraldepasits
Degreaser
1041423
ImperialDade
HeavydutyformuLafor greaseandoiIremDvaI
CarpetSpot Remaver
F377M
ImperialDade
Instantlylift sstainsfromcarpetandupholstery
p4sproduets
Toilet Tissue
17713
Georgia-Pacific
High•capacityrolls for commercialrestroams
PaperToweIs(Roll)
26490
Kimberly-Clark
High•alawbencypapertoweIsfor dryingsurfacas
PaperTowels(MuItifold)
1804
Georgia-Pacific
Folded towelsfor dispensersandhanddrying
Toilet Seat Covers
2515823
Tork
D i sposa ble cove Is for hygie ne a nd comfort
HmdHygkm
Ha nd Saa p (Foa m)
8565.02
Gojo
Moisturiaingfoamingsaapfor handwashing
HandSanitizer(Gel�
54%.04
Pure[[
Fast•dryinggeIwit hInighalcoholcontent
Hand Sanitizer Dispenser
6420.01
Pure[[
WaR.mouIII adtauch•freedispenser
TwahLiners
SmallCanLiners (12.16gal)
HERZ1645TKROl
Heritage
Durable linersforoffieeand restroombins
MediumCanLiners (30.35gal)
HERX7658AK
Heritage
Heavy-duty linersfor break roomsand kitchens
Large Can Liners (60}gal)
HERX8647AK
Heritage
Extra•strengthlineIsfor industrialtrash
FlaarEquipment
Auto Scrubber
SC401
NilfiskAdvance
Automated f loor c lea n i ng for [a I& a rea s
BackpackVacuum
SuperCoachVac10730
ProTeam
Lightweightvac uuIn for efficientclea ning
Upright Vacuum
107252
ProTeam
CommercialvaeuuIn for deepcarpetclea ning
Floor Buffer
F14810
Clarke
High• speed buffe r for f loor poli sh i ng
hmilitawTools
Mop Bucket&Wringer
FG7590MYEL
Rubbermaid
Heavy-dutybucketwit Inwringerfor mopping
Wei Mop (Laaped•End)
A152WH
4-Cedar
HighlyabwrbeIII mop for wetclea ning
Dust Mop
118C24
Rubbermaid
Large microfiberdust mapforsweeping
Broom (Angled)
FG6375MBRN
Rubbermaid
Angled bristlesfortight corners
MicrofiberCloths
175213
Rubbermaid
Reusable clothsfordustingandwiping
Duster(Extension)
2991
Swiffer
Extendabledusterforhigh areas
RestraamSupplies
UrinalScreens
50D3.92
Fresh Products
Odor -control screensforurinals
Toilet Bawl Brushes
FG631000WHT
Rubbermaid
D u ra ble bru sh for toi let c lea n i ng
Air Freshener Dispenser
1793533
Rubbermaid
Automatic dispenserforair fresheners
Air Freshener Refills
1957527
Rubbermaid
Long. [astingseentedref i[Is
EXECUTIVE FACILITIES SERVICES, INC.
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
Appendix # 2
COMPANY INFORMATION
A history of excellence
The experience and history of Executive Facilities Services, Inc. (EFS, Inc.), founded in
1981, is a testament to our ability to serve clients in a variety of business and building
types throughout Southern and Central California. Jim Ferraro purchased the company,
with nine clients covering 29 locations, from George Horokia in August 2004. EFS, Inc.
has grown to serve more than 125 clients with 350 sites over the ensuing years. EFS, Inc.
has a long history of providing janitorial, day porter, and disinfecting services for
commercial clients, government, municipalities, and public agencies.
Initial actions taken by Jim Ferraro to enhance the infrastructure and strengthen the
company's capacity serve a greater number of clients while maintaining excellence,
included:
• Established Executive Facilities Services, Inc. as a California corporation on August
4, 2004.
• Created an Employee Handbook (revised annually) as well as a Safety Manual and
ongoing employee safety training program.
• Developed employee recruitment, training and performance evaluation programs
to ensure continuity and quality.
• Established a long-term relationship with Imperial Dade Supply that enables
consis-tency and quality of inventory.
• Significantly upgraded all commercial cleaning equipment.
• Developed an annual business and financial planning model to ensure future
viability.
• Developed a daily cash flow analysis model.
A path of strategic and sound growth
Over the years, EFS, Inc. has grown significantly through acquisitions and by adding new
clients. The following is a list of acquisitions that have taken place in the last five years
and a few of the resulting impacts upon our operations:
• Acquired Excellent Building Maintenance (January 2014), White Glove
Professional Cleaning Services (October 2015), Best Janitorial Services (August
2017) and HMC Solutions (January 202 1)
• Corporate Headquaters is located in Riverside, CA with three facilities, Anaheim,
Camarillo, Riverside and one satellite location, Monterey,CA to increase
convenience and response times.
• Utilizes a computerized inventory system for all locations, maintaining an ample
inventory at all times.
• Hired and trained four full-time Operations Managers, seven full-time Night
Super -visors and numerous site -specific lead employees to ensure continuity and
excellence of service.
• Established four floor care teams and two window cleaning teams.
EXECUTIVE FACILITIES SERVICES, INC. 52
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
COMPANY PROFILE
The EFS, Inc. advantage
Some of the many advantages that EFS, Inc. brings to
the City of Tustin are:
• A proven ability to respond to emergency situations including COVID-19
disinfecting/deep cleans at client facilities. Certified to perform COVID-19
disinfecting services.
• As part of our core principles, EFS, Inc. utilizes ONLY W-2 employees to perform
services, does NOT use independent contractors and is NOT a franchised
organization as well as does not sub -contract work to independent contractors
• In compliance with Assembly Bill 5 and re isg tered with the Department of
Industrial Relations.
• EFS, Inc. is registered as a C - Corporation
• EFS, Inc. has earned a solid reputation and currently services 350 sites within
Southern and Central California.
• Experience spans a range from commercial clients with a single location to school
districts with multiple sites and everything in between.
• Warehouse and office facilities in Anaheim, Riverside, Camarillo, and Salinas
California.
• Clients have 24/7 access to company owner
• Maintains a large on -call' labor force and all of our supervisors are English
speakers.
• Web based communication methods enable swift response times and employees
working on site.
• Financially strong organization that maintains a two -week inventory of supplies in
addition to client onsite inventories
• EFS, Inc. is in currently in litigation regarding a wage and hour case. It is expected
to be resloved by the end of 2024.
• EFS, Inc. is planning on employing 2 full time employees, and hiring 6 part time
employees for the start of the contract
• EFS, Inc. does not currently have a janitorial bond, as it has not been required for
our existing clients. A bond can be acquired if requested
• EFS Inc. has not failed to complete contracted work that has been awarded
• EFS, Inc. provides health and financial benefits for all of its employees, and offers
competative wages
• All part-time and full-time employees are offered health insurance, retirement
benefits, and competitive wages. Part-time employees make up 62% of our
workforce and full-time employees make up 38% of our workforce.
• EFS, Inc. should be selected because we do the job right the first time.
EXECUTIVE FACILITIES SERVICES, INC. 53
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
Building a solid reputation through experience
Executive Facilities Services, Inc. is proud of our reputation as an organization known
for providing excellent janitorial services. We have built long standing relationships
with clients through professionalism, excellent communication, and exceptional
customer service. Here are highlights of some of the clients and services we have been
fortunate to serve over the years.
• 2004 to present: Provide janitorial and additional facility services to San Bernardino
County Superintendent of Schools for their 34 locations totaling more than 495,000
square feet of space.
• Spring 2005 to present: Provide nightly janitorial services for all 13 Provident Bank
locations. Perform carpet and window cleaning, maintenance of hard floor surfaces and
replenishment of all paper products and restroom materials.
• September 2010: Provided emergency janitorial services for San Bernardino County
Superintendent of Schools, Desert Mountain Region. Services provided at 20 locations
within days of the request to the client's complete satisfaction.
• January 2014: Acquired Excellent Building Maintenance and assumed responsibility for
the servicing of 10 Conejo Recreation & Park District locations. Currently provide
janitorial services for numerous outdoor restrooms and community centers in the City of
Thousand Oaks. Responsible for restocking consumables, sanitizing restroom fixtures,
wiping down mirrors, removing trash, and replacing liners. Performed additional
services including emergency water extraction, hot water extraction carpet cleaning,
maintenance of hard floor surfaces, window cleaning, and power washing.
2014 to present: Initially serviced 10 Dignity Health Medical Foundation clinic locations
in Ventura and Los Angeles counties, performing a combination of nightly janitorial,
annual scheduled services, hard floor services, hot water extraction carpet cleaning,
window washing, construction clean-up, and disinfecting services. Beginning September
2018, successfully responded by providing janitorial and carpet/floor services for 26 sites
throughout Santa Cruz County. Continue to perform scheduled and emergency tasks to
ensure that facilities adhere to the highest levels of clean-liness for patients, staff, and
physicians. Complete a nightly cleaning checklist available to the site manager on a
weekly basis.
June 2016 to present: Contacted by Library System Services, managing agent of Riverside
County Library System, to provide janitorial and carpet cleaning/hard floor services at 23
sites throughout Riverside County. Effective July 1, 2016 the EFS, Inc. management team
had developed a work plan and initiated provision of janitorial and additional services
that continue to this day.
• May 2020 to present: The City of Thousand Oaks awarded EFS, Inc. the janitorial and
additional services contract for all City buildings. EFS, Inc. seamlessly transitioned daily
services from previous provider as well as respond to emergency calls from the City of
Thousand Oaks for disinfecting services as needed.
EXECUTIVE FACILITIES SERVICES, INC. 54
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
(continued)
June 2021 to present: Western Municipal Water District awarded EFS, Inc. the contract to
service all 6 locations totaling 78,650 square feet across Riverside County. EFS, Inc. was
chosen for its detailed response plan to the scope of work provided withing the request for
proposal. At each location, EFS, Inc. provides nightly janitorial and disin-fecting services,
manages inventory across all sites, and performs additional services including carpet
cleaning, hard floor services, window washing, and power washing of various buildings.
• August 2021 to present: City of Agoura Hills awarded EFS, Inc. the contract to service the
City's buildings, and its historical adobe structure. For all of the City's locations, EFS, Inc.
provides janitorial services and consumables to ensure that its residents and staff are able
to enjoy the historical buildings across the City.
December 2021 to present: The City of Costa Mesa awarded EFS, Inc. the contract to
provide services for 11 locations totaling 208,689 square feet and 13 parks across the City.
EFS, Inc. was chosen over the incumbent janitorial provider due to its detailed response,
and work plan strategy to operate and manage all of the aspects of the scope of work that
was provided in the request for proposal. At each location EFS, Inc. provides nightly
janitorial services, along with carpet cleaning, hard floor services, and window cleaning
services.
• March 2022 to Present: The City of Oxnard's Water Department awarded EFS, Inc. its
annual service contract to service 7 of its water treatment sites across the City of Oxnard.
The specialized facilities include 3 water treatment facilities, 3 different pump stations, and
an administrative building. At each of these locations EFS, Inc. provides nightly janitorial,
carpet cleaning, hard floor cleaning, window cleaning, and pressure washing.
April 2023 to Present: The City of Banning chose EFS, Inc. over its incumbent and several
other service providers for its competitive pricing, and detailed response to the RFP
released by the city. EFS, Inc. provides nightly janitorial services for 6 buildings throughout
the City of Banning. EFS, Inc. also provides consumables to each of their sites, and
additional services including carpet cleaning, hard floor services, window cleaning, and
emergency clean-ups.
• January 2025 to Present: The Orange County Fire Authority chose EFS, Inc. over 22 other
qualified service providers for its detailed response and competitive pricing. EFS, Inc.
provides nightly janitorial services for 4 buildings throughout the OCFA campus. EFS, Inc.
also provides additional services including carpet cleaning, hard floor services, window
cleaning, and emergency clean-ups.
EXECUTIVE FACILITIES SERVICES, INC. 55
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
Appendix # 3
SUPERVISORY EXPERIENCE
Executive Facilities Services, Inc. has a proven track record of client satisfaction due in
large part to the selection, training, experience and dedication of our management team
and supervisory staff.
A rigorous training program ensures a thorough understanding of the industry, the
extensive range of services provided by EFS, Inc., company policies and procedures and
OSHA protocols for workplace safety, Injury and Illness Prevention, Hazard
Communication standards and Emergency Action Plans as well as the CDC guidelines
for disinfecting services. If awarded the contract, we will provide the the City of Tustin
with our IIPP within 30 days.
Supervisorsroutinel)performbuildinginspectionsto review completed work aswelhs work
in progressSupervisorsare authorized and equipped to respond to questions and requests
and address any issues that require resolution.
All EFS, Inc. supervisors are equipped with a phone to provide clients with 24-hour
access via call, email or text.
No more than nine employees are assigned to a single supervisor for the duration of the
contract, for a total of 1 assigned supervisor. All supervisors are fluent English in both
verbal and written communications.
Highly -trained, vetted and professional supervisors support each employee to ensure
their success in carrying out daily responsibilities, and that they understand their value to
the organization and our clients.
EXECUTIVE FACILITIES SERVICES, INC.
56
Docusign Envelope ID: F2C6D98E-7421-4E6C-13D1 2-E4099DOE1 17E
Capitol
Indemnity
Corporation
Capitol
Specialty
Insurance
Corporation
Platte River
Insurance
Compan}
Property
Casualty
Surplus Lines
Commercial Surety
Contract Surety
CapSpecialty
March 28. 2025
City of Tustin
300 Centennial Way
Tustin. CA 92780
Appendix # 4
2121 N. California Blvd. • Suite 300 • Walnut Creek, CA 94596-3572
• Toll Free (800) 462-8I35 • Fax (800) 462-8167 • w w.capspecialty corn
RE: Bonding parameters for Executive Facilities Services, Inc (City of Tustin- Custodial
Services)
To Whom It May Concern:
Platte River Insurance Company has had the pleasure of handling the surety bonding
needs of F,xectltive Facilities Services, Inc since 2018. We have established a surety
line of $800,000 single / $800,000 aggregate for this contractor. This is a working line
of credit and not an indication of the maximum limits we would consider.
Our consideration of any bond would be based on the satisfactory completion of our
normal underwriting requirements, which include, but are not limited to, our
satisfactory review and approval of the contract terms and conditions, our contractor's
financial condition at that time, the overall work program, verification of project
financing and other pertinent underwriting criteria.
Please be advised that this letter is not a commitment to provide any specific bond(s)
and is provided solely as an indication of our support. The execution of any bond or
bonds is a matter between the contractor and us. We assume no liability to you or any
third party in providing this letter.
Should you have questions, please feel free to contact me at 916-737-5723 or
ryan(a,surety I .com.
Sincerely,
PLATTE RIVER ]N ANCF. COMPANY
Ryan Tash
Attorney -in -Fact
57
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD1 2-E4099DOE1 17E
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Sacramento
O 3 2$ Z5 Traci E. Naka aki Notary Public
On before me, 9 ry
(insert name and title of the officer)
personally appeared Ryan Tash
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
TRACI E. NAKAGAKI
WITNESS my hand and official seal. pOmy
COMW #2383122 z
Notary Public • California o
zSacramento CountyComm, Expires Nov. 15, 2025
Signature (Seal)
58
Docusign Envelope ID: F2C6D98E-7421-4E6C-BD12-E4099DOE117E
PLATTE RIVER INSURANCE COMPANY BONDLETTER
POWER OF ATTORNEY Bond Number
KNOW ALL MEN BY THESE PRESENTS, That the PLATTE RIVER INSURANCE COMPANY, a corporation of the State of Nebraska, having
its principal offices in the City of Middleton, Wisconsin, does make, constitute and appoint
---------------------------- ---------- —----- --- ------ ------------ JOHN T. PAGE; RYAN TASH: SUSAN FOURNIER-------------- -------- ----------------------------
its true and lawful Attomey(s)-in-fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings
and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of
WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED: $20,000,000.00------------------------- ------------------
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of
Directors of PLATTE RIVER INSURANCE COMPANY at a meeting duly called and held on the 8th day of January, 2002.
"RESOLVED, that the President, Executive Vice President, Vice President, Secretary or Treasurer, acting individually or otherwise, be and they hereby are
granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other
writings obligatory in the nature thereof, one or more resident vice-presidents, assistant secretaries and attorney(s)-in-fact, each appointee to have the powers
and duties usual to such offices to the business of this company; the signature of such officers and seal of the Company may be affixed to any such power of
attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seat
shall be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and
binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any
such appointment may be revoked, for cause, or without cause, by any of said officers, at any time."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts
required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation
making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company ofany of its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -
Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the
Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
IN WITNESS WHEREOF, the PLATTE RIVER INSURANCE COMPANY has caused these presents to be signed by its officer undersigned and
its corporate seal to be hereto affixed duly attested, this I st day of January, 2020.
Attest:: /1 T
� Jf J l
Ryan J, Byrnes
Senior Vice President,
Chief Financial Officer and Treasurer
_jt WPM -MA Jr\ r*
Suzanne M, Broadbent
Assistant Secretary
PLATTE RIVER INSURANCE COMPANY
C5�� _� " t
John L Sennott, Jr.
Chief Executive Officer and President
STATE OF WISCONSIN 1
COUNTY OF DANE Jr SS.
On the 1 st day of January, 2020 before me personally came John L. Sennott, Jr„ to me known, who being by me duly sworn, did depose and say: that
he resides in the County of Hartford, State of Connecticut; that he is Chief Executive Officer and President of PLATTE RIVER
INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the
seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his
name thereto by like order. r�ututnxmvrrr 4
OaJ TARL�`�%
David J. Regele
STATE OF WISCONSIN Notary Public, Dane Co., WI
C1Fyy My Commission is Permanent
N COUNTY OF DAE } S S : "irrrnrnais, "
1, the undersigned, duly elected to the office stated below, now the incumbent in PLATTE RIVER INSURANCE COMPANY, a Nebraska Corporation,
authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been
revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force.
Signed and sealed at the City of Middleton, State of Wisconsin this 28th day of March 20 25
\���1kSll4til� pjy�
Jr`----^•44,�. r/f/�///-r}%f�f�.� !/fj/j��-�J-fyf���._. \fj,�
SEAL I
yhr� Andrew B. Diaz-Matos
a'�' '4S/nrnrnunw+s��' . Senior Vice President, General Counsel and Secretary
THIS DOCUMENT HAS BEEN GENERATED FOR A SPECIFIC BOND. IF YOU HAVE ANY QUESTIONS CONCERNING THE
AUTHENTICITY OF THIS DOCUMENT CALL $00-475-4450. PR-ePOA-M(�ev. 01-2020)