Janitorial Services

Agency: City of Antioch
State: California
Type of Government: State & Local
Category:
  • S - Utilities and Training Services
Posted: Mar 29, 2024
Due: May 1, 2024
Solicitation No: 910-0501-24
Publication URL: To access bid details, please log in.
Bid Number Open Date Close Date Close Time Description RFP/Bid Doc Addendum
910-0501-24 3/28/24 5/1/24 2 PM Janitorial Services
Mandatory Pre-proposal Meeting 4/10 10 AM

Attachment Preview

DEPARTMENT OF PUBLIC WORKS
REQUEST FOR PROPOSAL
JANITORIAL SERVICES
PROPOSAL NO. 910-0501-24
City of Antioch
Maintenance Service Center
1201 W. 4th St.
Antioch CA, 94509
Release Date: March 28, 2024
Mandatory Pre-Proposal Meeting: April 10, 2024 at 10:00am
Proposals Due: May 1, 2024, by 2:00 P.M.
RFP CONTRACT & SPECIFICATIONS
Page 1 of 29
KEEP THESE PAGES FOR YOUR RECORDS
CITY OF ANTIOCH
NOTICE INVITING PROPOSALS, RFP NO. 910-0501-24
JANITORIAL SERVICES
PUBLIC NOTICE IS HEREBY GIVEN that proposals will be received until 2:00 pm, May 1, 2024 at 1201 W. 4th
St. Antioch, CA 94509, for the furnishing to the City of Antioch (“City”) of Janitorial Services.
Interested parties may obtain copies of the above captioned Request for Proposals (“RFP”) at the City’s website
accessible at the following web address: www.antiochca.gov/rfps/ and the following boards: Construction
Bidboard (Ebidboard) www.ebidboard.com, Dodge Data & Analytics www.construction.com, Marin Builders
Association www.marinbuilders.com, Placer County Contractors Association & Builders Exchange Website:
www.pccamembers.com, Bay Area Builders Exchange www.bayareabx.com, Peninsula Builders Exchange
www.safetystar.org/safetystar, Builders’ Exchange of San Joaquin http://www.bxsj.org.
The City will conduct a mandatory Pre-proposal Conference on Wednesday, April 10th at 10:00am at Antioch
Maintenance Service Center, 1201 W. 4th St., Antioch, CA 94509. We will begin with a tour of the Maintenance
Service Center and move to the other City facilities associated with the scope of this proposal.
The successful Proposer will be required to furnish the City with a Performance Bond equal to 100% of contract
price, and a Payment Bond equal to 100% of the contract price, prior to execution of the Agreement. Sample
bonds incorporated into this RFP as Attachment “E”.
All bonds are to be secured from a surety that meets all of the State of California bonding requirements, as
defined in Code of Civil Procedure Section 995.120, and is admitted by the State of California.
The Director of Industrial Relations has determined the general prevailing rate of per diem wages in San
Bernardino County for each craft or type of worker needed to execute the Agreement, copies of which are on
file and will be made available to any interested party online at http://www.dir.ca.gov/dlsr. A copy of these rates
shall be posted by the successful Proposer at the job site. The successful Proposer, and all its subcontractor(s),
shall comply with all applicable Labor Code provisions, which include, but are not limited to the payment of not
less than the required prevailing rates to all workers employed by them in the execution of the Agreement, the
employment of apprentices, the hours of labor and the debarment of contractors and subcontractors.
Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be
listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department
of Industrial Relations. No proposal will be accepted nor will any contract be entered into without proof of the
contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public
work. If awarded a contract, the proposer, and its subcontractors, of any tier, shall maintain active registration
with the Department of Industrial Relations for the duration of the Project. Notwithstanding the foregoing, the
contractor registration requirements mandated by Labor Code Sections 1725.5 and 1771.1 shall not apply to
work performed on a public works project that is exempt pursuant to the small project exemption specified in
Labor Code Sections 1725.5 and 1771.1.
This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In
bidding on this Project, it shall be the Proposer’s sole responsibility to evaluate and include the cost of complying
with all labor compliance requirements under the Agreement and applicable law in its proposal.
RFP CONTRACT & SPECIFICATIONS
Page 2 of 29
KEEP THESE PAGES FOR YOUR RECORDS
The California Air Resources Board (“CARB”) implemented amendments to the In-Use Off-Road Diesel-Fueled
Fleets Regulations (“Regulation”) which are effective on January 1, 2024 and apply broadly to all self-propelled
off road diesel vehicles 25 horsepower or greater and other forms of equipment used in California. A copy of the
Regulation is available at https://ww2.arb.ca.gov/sites/default/files/barcu/regact/2022/off-roaddiesel/appa-1.pdf.
Proposers are required to comply with all CARB and Regulation requirements, including, without limitation, all
applicable sections of the Regulation, as codified in Title 13 of the California Code of Regulations section 2449
et seq. throughout the duration of the Project. Proposers must provide, with their proposal, copies of Proposer’s
and all listed subcontractors’ most recent, valid Certificate of Reported Compliance (“CRC”) issued by CARB.
Failure to provide valid CRCs as required herein may render the Proposal non-responsive.
The award of this contract is subject to available budget adequate to carry out the provisions of the proposed
agreement including the identified scope of services. The City reserves the right to reject any or all proposals
determined not to be in the best interest of the City.
RFP CONTRACT & SPECIFICATIONS
Page 3 of 29
KEEP THESE PAGES FOR YOUR RECORDS
CITY OF ANTIOCH
REQUEST FOR PROPOSALS
RFP NO. 910-0501-24
JANITORIAL SERVICES
I. BACKGROUND AND INTRODUCTION
The City of Antioch (“City”) is requesting proposals from qualified firms for Janitorial Services (“Services”),
which shall be provided under the general direction of the Operations Supervisor or his or her designee.
II. REQUEST FOR PROPOSALS
A. Scope of Services; Maintenance Services Agreement
The Services sought under this RFP are set forth in more detail in Attachment “A,” attached
hereto and incorporated herein by this reference.
The City intends to enter into an agreement with the successful Proposer for the Services using the
Maintenance Services Agreement (“Agreement”) form attached to this RFP as Attachment “Cand
incorporated herein by this reference. Proposers should review the Agreement and be familiar with its
terms. As part of the proposal, Proposers must agree to enter into the Agreement in the form attached as
Attachment “C”.
B. Content and Format of Proposal
Proposals shall be concise, well organized and demonstrate qualifications and applicable
experience. Proposals shall be in the following order and shall include the following. Where specified,
Proposers must use the forms provided by the City.
1. Executive Summary: (limit: 1 page) Summarize the content of your
firm’s proposal in a clear and concise manner.
2. Table of Contents: (limit: 1 page)
3. Identification of Proposer: (limit: 1 page)
a. Legal name and address of the company.
b. Legal form of company (i.e. partnership, corporation).
c. If company is a wholly owned subsidiary of a “parent company,” identify the “parent
company.”
d. Name, title, address, and telephone number of the proposed representative to
contact concerning the Proposal Submittal.
e. California Business Entity Number
f.
DIR Number
g. Contractor’s License Number
4. Staffing Resources: (limit: 1 page)
a. Firm Staffing and Key Personnel
(i) Provide the number of staff to be assigned to perform the Services and the
discipline/job title of each on: (1) a regular work week (MonFri), (2)
weekends, and (3) holidays, as well as your firm’s capacity to provide
additional personnel as needed.
RFP CONTRACT & SPECIFICATIONS
Page 4 of 29
KEEP THESE PAGES FOR YOUR RECORDS
(ii) Identify three (3) persons that will be principally responsible for working with
the City. Indicate the role and responsibility of each individual. If the
Proposer is chosen as a finalist, these principal individuals must attend the
interview and in-person presentation.
(iii) Describe proposed team organization, including identification and
responsibilities of key personnel. Please include one-page resumes.
b. Subcontractors/Subconsultants
(i) The Proposer shall identify functions that are likely to be subcontracted and
identify the subcontractor / sub-consultant that is anticipated to perform each
function, if known at this time.
5. Fiscal Stability: (limit: 1 page - not including supporting documentation)
a. The Proposer should provide evidence of corporate stability including:
(i) A current report from any commercial credit rating service such as Dunn and
Bradstreet or Experian; or
(ii) A letter from a financial institution stating a current line of credit; and
6. Experience and Technical Competence: (limit: 5 pages)
a. Experience
(i) The Proposer shall provide a description of how the Proposer’s experience,
technical and professional skills will meet the goals and fulfill the general
functions identified in this RFP.
(ii) Describe the past experience of the staff to be assigned to perform the
Services in performing similar services.
(iii) The Proposer shall state the number of years the firm has conducted
business. Proposer must have at least four (4) years’ experience in providing
the required scope of Services for public clients.
(iv) Provide three (3) references regarding the Proposer’s experience and
performance performing similar services. Include the following information:
(1) organization name, contact name, phone number, e-mail address; and
(2) project size and description of services.
(v) Describe the firm’s local experience and knowledge of City’s operations.
(vi) Describe your existing customer service program: (1) how you would monitor
customer satisfaction; and (2) how will complaints be resolved. Describe your
plan for quality control.
(vii) Describe your plan to ensure proper communication between your
representative and the City’s representative.
(viii) Describe in detail your Safety Program.
b. Project Specific Experience
RFP CONTRACT & SPECIFICATIONS
Page 5 of 29
KEEP THESE PAGES FOR YOUR RECORDS
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Bid Number Title Bidder's Conference Closing Date Contact Person Document Q2024-05 Janitorial...

South Coast Air Quality Management District

Bid Due: 5/07/2024

...Janitorial Services 04/09/2024 8:03 AM 05/07/2024 2:00 PM Open...

City of Martinez

Bid Due: 5/07/2024

...Business Vendors to provide JANITORIAL SERVICES for the CHP VENTURA AREA OFFICE, and ...

State Government of California

Bid Due: 5/08/2024

...Project Summary Project ID: BRC0000524 Project Name: Janitorial Services RFP Issue Date: 4/2/2024... ...

La County

Bid Due: 5/02/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.