Loading...
HomeMy WebLinkAboutC-5846 - Master Service Agreement for Facilities Maintenance ServicesMASTER SERVICE AGREEMENT U WITH ABM GOVERNMENT SERVICES, LLC FOR FOR FACILITIES MAINTENANCE SERVICES THIS MASTER SERVICE AGREEMENT ( "Master Agreement ") is made and entered into as of this 10th day of June, 2014 ( "Effective Date "), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ( "City"), and ABM GOVERNMENT SERVICES, LLC, a Kentucky limited liability company ( "Contractor'), whose address is 101 Walton Way, Hopkinsville, KY 42240, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is registered through the U.S. Communities Purchasing Alliance as a lead public agency. City, as the lead public agency, conducted a competitive solicitation process for facilities maintenance services. Participating public agencies that desire to engage Contractor for all or part of the services described in this Master Agreement shall refer to the Master Intergovernmental Cooperative Purchasing Agreement ( "MICPA ") through the U.S. Communities Purchasing Alliance. C. City desires to engage Contractor to perform facilities maintenance services for City ( "Project "). D. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the facilities maintenance services described in this Master Agreement. E. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by City for the Project, is familiar with all conditions relevant to the performance of services, and has committed to perform all work required for the compensation specified in this Master Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: TERM The term of this Master Agreement shall commence on the Effective Date, and shall terminate on May 31, 2019, unless terminated earlier as set forth herein. 2.1 Contractor shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and the Proposal attached hereto as Exhibit B both of which are incorporated herein by reference ( "Services' or "Work "). As a material inducement to City entering into this Master Agreement, Contractor represents and warrants that Contractor is a provider of first class work and Contractor is experienced in performing the Work contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest industry standards in performing the Work required hereunder and that all materials will be of good quality. For purposes of this Master Agreement, the phrase "highest industry standards" shall mean those standards of practice recognized by one or more first -class firms performing similar work under similar circumstances. 2.2 Contractor shall perform all Work required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Master Agreement and Contractor shall perform the Services in accordance with the schedule included in Exhibit A. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Contractor to strictly adhere to the schedule set forth in Exhibit A, if any, or perform the Services in a diligent and timely manner may result in termination of this Master Agreement by City. 3.2 Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein, not later than two (2) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.4 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by fax, hand - delivery or mail. 4. COMPENSATION TO CONTRACTOR 4.1 City shall pay Contractor for the Services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit C and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Master Agreement without the prior written approval of City. Contractor's compensation ABM Government Services, LLC Page 2 for all Services performed in accordance with this Master Agreement, including all reimbursable items, shall not exceed Seventy Five Thousand Dollars and 001100 ($75,000.00), without prior written amendment to the Master Agreement. 4.2 Contractor shall submit monthly invoices to City describing the Work performed the preceding month. Contractor's bills shall include the name and /or classification of employee who performed the Work, a brief description of the Services performed and/or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Contractor only for those costs or expenses specifically identified in Exhibit C to this Master Agreement, or specifically approved in writing in advance by City. 4.4 Contractor shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Master Agreement. Compensation for any authorized Extra Work shall be paid in accordance with Exhibit C. •1l�:i�alto] 115 /_V I•i<<34 d 5.1 Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Master Agreement term. Contractor has designated Kent Jacocks to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 5.2 Contractor, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Master Agreement. 6. ADMINISTRATION This Master Agreement will be administered by the Finance Department. City's Purchasing Agent or designee shall be the Project Administrator and shall have the authority to act for City under this Master Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Master Agreement. ABM Government Services, LLC Page 3 7. CITY'S RESPONSIBILITIES To assist Contractor in the execution of its responsibilities under this Master Agreement, City agrees to provide access to and upon request of Contractor, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Contractor's Work schedule. 8. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE 8.1 Contractor shall use only the standard materials described in Exhibit A and B in performing Services under this Master Agreement. Any deviation from the materials described in Exhibits A and B shall not be installed or utilized unless approved in advance and in writing by the Project Administrator. 8.2 All of the Services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the Services required by this Master Agreement, and that it will perform all Services in a manner commensurate with highest industry standards. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Contractor certifies that the Work conforms to the requirements of this Master Agreement and all applicable federal, state and local laws and the industry standard. 8.3 Contractor represents and warrants to City that it has, shall obtain and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Master Agreement. 8.4 Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, or the failure of City to furnish timely information or to approve or disapprove Contractor's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. RESPONSIBILITY FOR DAMAGES OR INJURY 9.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Services required hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 9.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. ABM Government Services, LLC Page 4 9.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties ") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Master Agreement, any Work performed or Services provided under this Master Agreement including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 9.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Master Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 9.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Work by Contractor or its agents. 9.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Master Agreement as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 9.7 The rights and obligations set forth in this Section shall survive the termination of this Master Agreement. 10. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Master Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. Nothing in this Master Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the ABM Government Services, LLC Page 5 means of performing the Work, provided that Contractor is in compliance with the terms of this Master Agreement. Anything in this Master Agreement that may appear to give City the right to direct Contractor as to the details of the performance of the Work or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with Contractor on the Project. 12. CITY POLICY Contractor shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Master Agreement or for other periods as specified in this Master Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit D, and incorporated herein by reference. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Master Agreement, the Services to be provided under this Master Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint-venture or syndicate or cotenancy, which shall result in changing the control of Contractor. Control means fifty percent (50 %) or more of the voting power or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint - venture. ABM Government Services, LLC Page 6 16. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A. Contractor shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Master Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Services to be provided under this Master Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Master Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon prior written request. 18. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Master Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. 19. RECORDS Contractor shall keep records and invoices in connection with the Services to be performed under this Master Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Master Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor under this Master Agreement. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Contractor shall allow inspection of all Work, data, Documents, proceedings and activities related to the Master Agreement for a period of three (3) years from the date of final payment to Contractor under this Master Agreement. 20. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Master Agreement. Contractor shall not discontinue Work as a result of such withholding. Contractor shall have an ABM Government Services, LLC Page 7 immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 21. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with the Project. 22. CONFLICTS OF INTEREST 22.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Master Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 22.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Master Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 23. NOTICES 23.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Master Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. 23.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Purchasing Agent Finance Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 23.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Kent Jacocks ABM Government Services, LLC 101 Walton Way Hopkinsville, KY 42240 ABM Government Services, LLC Page 8 24. CLAIMS Unless a shorter time is specified elsewhere in this Master Agreement, before making its final request for payment under this Master Agreement, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Master Agreement. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Master Agreement except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. Contractor and City expressly agree that in addition to any claims filing requirements set forth in the Master Agreement, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 25. TERMINATION 25.1 In the event that either party fails or refuses to perform any of the provisions of this Master Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Master Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non - defaulting party may terminate the Master Agreement forthwith by giving to the defaulting party written notice thereof. 25.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Master Agreement at any time by giving no less than seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Master Agreement, whether in draft or final form. 26. LABOR 26.1 Contractor shall conform with all applicable provisions of state and federal law including, but not limited to, applicable provisions of the federal Fair Labor Standards Act ( "FLSA ") (29 USCA § 201, et seq.). 26.2 Contractor shall comply with all applicable provisions of the California Labor Code, including the Displaced Janitors Opportunity Act (Labor Code § §1060- 1065). 26.3 Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Master Agreement, Contractor shall immediately give written notice to City, and provide all relevant information. ABM Government Services, LLC Page 9 26.4 Contractor represents that all persons working under this Master Agreement are verified to be U.S. citizens or persons legally authorized to work in the United States. 26.5 To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees from loss or damage, including but not limited to attorneys' fees, and other costs of defense by reason of actual or alleged violations of any applicable federal, state and local labor laws or law, rules, and /or regulations. This obligation shall survive the expiration and/or termination of the Master Agreement. 27. PARTICIPATING PUBLIC AGENCIES Contractor agrees to extend the same terms, covenants and conditions available to City under this Master Agreement to other governmental agencies ('Participating Public Agencies ") that, in their discretion, desire to access this Master Agreement in accordance with all terms and conditions contained herein or attached hereto. Each Participating Public Agency will be exclusively responsible and deal directly with Contractor on matters relating to ordering, delivery, inspection, acceptance, invoicing, and payment for products and Services in accordance with the terms and conditions of this Master Agreement. Any disputes between a Participating Public Agency and Contractor will be resolved directly between them in accordance with and governed by the laws of the State in which the Participating Public Agency exists. 28. STANDARD PROVISIONS 28.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. 28.2 Compliance with all Laws. Contractor shall, at its own cost and expense, comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 28.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 28.4 Integrated Contract. This Master Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 28.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Master Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Master Agreement shall govern. ABM Government Services, LLC Page 10 28.6 Interpretation. The terms of this Master Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Master Agreement or any other rule of construction which might otherwise apply. 28.7 Amendments. This Master Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 28.8 Severability. If any term or portion of this Master Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Master Agreement shall continue in full force and effect. 28.9 Controlling Law and Venue. The laws of the State of California shall govern this Master Agreement and all matters relating to it and any action brought relating to this Master Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 28.10 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 28.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Master Agreement, the prevailing party shall not be entitled to attorneys' fees. 28.12 Counterparts. This Master Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] ABM Government Services, LLC Page 11 IN WITNESS WHEREOF, the parties have caused this Master Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S FFICE Date: - - By: Aaron C. FVrp City Attorney ATTEST: Date: By: ", 1 L ilani I. Brown City Clerk L'4cr Fva® Attachments: CITY OF NEWPORT BEACH, a California municipal corporation Date: /o - / By: 16'fi�Matusiewicz Finance Director CONTRACTOR: ABM Government Services, LLC, a Kentucky limited liability company Date: Bv: Ross Thompson Interim President Date: Bv: Kent Jacocks Vice President of Business Development [END OF SIGNATURES] Exhibit A — Scope of Services Exhibit B — Proposal for Facilities Maintenance Services and Solutions Exhibit C — Schedule of Billing Rates Exhibit D — Insurance Requirements ABM Government Services, LLC Page 12 IN WITNESS WHEREOF, the parties have caused this Master Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S FFICE Date: - - By: -- A ron C. FVrp City Attorney ATTEST: Date: In Leilani I. Brown City Clerk Attachments: CITY OF NEWPORT BEACH, a California municipal corporation Date: 6, - /o - / By: / / 6A 4 �z - — Matusiewicz Finance Director CONTRACTOR: ABM Government Services, LLC, a Kentucky limited liability company Date: -q By -\6, Ross Thompson Interim President Date: B Ke t Jaco&s Vice President of Business Development [END OF SIGNATURES] Exhibit A - Scope of Services Exhibit B - Proposal for Facilities Maintenance Services and Solutions Exhibit C - Schedule of Billing Rates Exhibit D - Insurance Requirements ABM Government Services, LLC Page 12 EXHIBIT A SCOPE OF SERVICES MASTER AGREEMENT The City of Newport Beach, California (herein "City' or "Lead Public Agency ") on behalf of itself and all states, local governments, school districts, and higher education institutions in the United States of America, and other government agencies and nonprofit organizations (herein "Participating Public Agencies ") has solicited proposals from qualified suppliers to enter into a Master Agreement for a complete line of Facilities Maintenance Services and Solutions (herein "Services "). This Master Agreement is awarded as the result of a public, competitive Request for Proposal ( "RFP ") process conducted by City. The services indicated in this Scope of Services are intended to establish a baseline of sub - services provided within each of the main Facilities Maintenance Service types listed herein. Participating Public Agencies wishing to participate in this Master Agreement shall refer to the Master Intergovern mental Cooperative Purchasing Agreement (herein "MICPA ") for terms and conditions applicable to the cooperative usage of this Master Agreement. References to specific buildings and sites are relative only to the City of Newport Beach and should be used by Participating Public Agencies as illustrative information. City and Participating Public Agencies are not obligated to retain Contractor for the entire set of service offerings. It shall be the ultimate responsibility of any Participating Agency to coordinate with Contractor to determine the exact service types and specific responsibilities that Contractor is being retained to perform. 2. GENERAL DEFINITION OF PRODUCTS AND /OR SERVICES This Master Agreement shall encompass the following services and related tasks: A. General Maintenance: This includes, but is not limited to, electrical, plumbing, building repairs, window washing, pest control, snow and ice removal, security systems and any other general maintenance services. B. Generator Maintenance: This includes, but is not limited to, preventive maintenance and repairs for generators. C. HVAC Service and Maintenance: This includes, but is not limited to, heating, ventilation and air conditioning service involving , but not limited to, the following system components: chillers, cooling towers, induction units, sump, circulation pumps, primary chilled water expansion tank, primary and secondary hot water expansion tanks, valves, water treatment equipment, and all associated components of the chilled water systems; air - handling units, dampers, valve boxes and all associated components of the ventilating systems; self- contained HVAC units and all other ABM Government Services, LLC Page A -1 components serving computer centers; automatic temperature controls, pneumatic equipment, the facilities energy management system and all associated components of the automatic controls systems, induction units, circulating pumps, heat exchangers, valves and all associated components of the heating systems. D. Janitorial and Cleaning Services This includes, not is not limited to, cleaning of windows, doors, floors, carpets, ceilings, blinds, walls, restrooms, common areas, workspaces, conference rooms, training rooms, basements, warehouses, loading docks, parking spaces and exterior grounds within 20 feet of building. E. Grounds Maintenance and Landscaping: This includes, but is not limited to, turf management, shrub and landscape bed management, landscape tree management, pine straw, mulch or hardwood mulch application, seasonal color through use of flowers, fire ant control, irrigation system maintenance and cleaning of parking areas and exterior grounds not covered through Janitorial and Cleaning Services. F. Management Services: This includes complete management of facilities on behalf of City or a Participating Public Agency. City or Participating Public Agency may contract directly with facilities maintenance service subcontractors and the Supplier will be responsible for managing the performance of those subcontractors as a designated management company working for City or Participating Public Agency. G. Total Facility Management: This includes the complete management of facilities whereby the Supplier will be responsible for managing all repair and maintenance work for City or Participating Public Agency, including subcontractors for various services. Supplier will be responsible for either providing all the services using its own staff or use subcontractors to provide such services according to City's or Participating Public Agency's requirements and guidelines. H. Related Products, Services and Solutions: The complete range of products, services and solutions available from Contractor. 3. OPERATING GUIDELINES A. Work Orders Requests from Project Administrator and repairs to facilities and equipment will be tracked in a Work Order system and reported to designated City personnel monthly. Work Orders will be filled on a priority basis with life safety, building security and structural integrity as a top priority. For Work Orders, the following performance criteria will be established: 1) Life Safety Service Calls: Any life safety service calls will be responded to within two (2) hours. ABM Government Services, LLC Page A -2 2) Cycle Time for Service Calls: Number of service calls completed within twenty -four (24) hours from time of inception will be no less than eighty -five percent (85 %) of all service calls for the day and no less than ninety percent (90 %) for all service calls for the week. 3) Preventive Maintenance: No less than ninety -five percent (95 %) of all Work Orders will be completed within expected time intervals. 4) Call Backs: Number of call backs for the same problem in the same location will not exceed ten (10 %) of the total number of call backs within a 30 -day time period. 5) Business hours interrupted in any one facility due to unplanned downtime or equipment breakdowns not caused by Force Majeure will not exceed ten percent (10 %) for a ten hour work day and overall equipment effectiveness uptime will be at least ninety -five percent (95 %). B. Contractor Reimbursements City will not reimburse Contractor for any expenses incurred in the performance of the Services. All expenses for any subcontractor, supplies, equipment, materials or labor are the responsibility of Contractor. City will pay for repairs that are deemed Major Repairs as defined in Section 3.G, below, directly with no responsibility on the part of Contractor for Major Repairs except identification of same. All Major Repairs are the sole responsibility of City other than those resulting from negligence or fault on the part of Contractor. C. License Requirements All Contractor technicians working at City's facilities and buildings must have the appropriate State Licenses for the trades they will perform. Contractors will not use technicians without the appropriate State Licenses. D. False Alarm Fees Contractor will pay for false alarm equipment maintained by Contractor, c employees. City. E. Emergency Contact fees caused by equipment failure of the caused by negligence of Contractor's Contractor will provide a twenty -four (24) hour emergency telephone number to F. Emergency Repairs 1) Contractor will make every effort to respond immediately but no longer than two (2) hours after Contractor has evidence or receives notification of ABM Government Services, LLC Page A -3 equipment or system breakdown or shutdown or other compelling emergency situation in the facilities that would result in the inability of the building occupants to use the facilities for which they were intended. Contractor will properly program existing control systems to ensure that its employees are alerted to issues when they arise. 2) Services will be provided by Contractor as necessary to restore equipment or facility failures to proper operation without additional cost to City, except for Major Repairs. Emergency repairs that Contractor considers to be Major Repairs as defined below shall be communicated to City immediately. 3) Under no circumstances will equipment or system failure that results in loss of essential service exceed three (3) calendar days. Inability to obtain parts or special technical or engineering services will not be considered cause to extend this time period. 4) Contractor will submit to City for approval written procedures for response to emergency situations. G. Major Repairs 1) A Major Repair is a repair that exceeds the facilities maintenance responsibilities of Contractor as defined in this Scope of Services. Determination of what constitutes a Major Repair will be mutually determined by City and Contractor. If a repair is considered to be a Major Repair, City will take full responsibility for the repair. If City requests that Contractor perform a Major Repair, the work order and payment thereof will be agreed to separately from this Master Agreement. 2) Examples of a Major Repair include, but are not limited to: replacement of heat pumps, chillers, boilers, pumps and motors associated with the HVAC system; roof replacement; carpet replacement; any repair that is not the result of negligence or improper maintenance on the part of Contractor. Any Major Repairs must be approved by City in advance of any replacement or repair work beginning. A Participating Public Agency may have its own definition of the value of a Major Repair. H. Equipment and Supplies 1) Equipment and supplies for the fulfillment of the Services are the responsibility of Contractor. This includes, but is not limited to: key blanks, cleaning supplies, paper products, plastic bags, belts, filters, lamps, ballasts, hoses, glass, locks, lifts, and other supplies and equipment needed to perform the Services. Contractor shall provide a systematic approach to standardizing supplies and equipment. Contractor will submit, for approval to City, a listing of equipment and supplies to be used. 2) Replacement parts and small repairs must utilize products that are Underwriters Laboratories listed and must be manufactured for the work they are expected to perform. Chemicals and paper products must be "Green Seal' approved or meet or exceed the "Green Seal' Standards. ABM Government Services, LLC Page A -4 3) Material Safety and Data Sheets (MSDS). Contractor will be responsible for maintaining a file of Material Safety and Data Sheets for any chemicals in the facilities used by its employees or subcontractors. 4) Contractor will have safety plans, including record of training and methods of training for safety for Contractor or its subcontractors. These safety plans will be provided to Project Manager upon request. I. Reporting Contractor will provide Project Manager with the following reports by the fifteenth (15th) calendar day of the month for activity from the previous month. All reports must be in a format acceptable to Project Manager. 1) Work Order Report. This report will show the total Work Orders received by Contractor for the facilities, a breakdown of the Work Order types and Work Orders by building, any outstanding Work Orders more than fifteen (15) days old from the date of the original report, and average time per Work Order completion for that month. 2) Preventative Maintenance Report. This report will show the preventative maintenance work performed by Contractor for the preceding month broken down by type of equipment. The report must also show separately scheduled preventative maintenance that Contractor did not perform. 3) Issues Report. This report will show any open issues between Contractor and City that have not been resolved. This report should also contain any aspects of the equipment and facilities Contractor sees as an issue needing resolution or a possible problem in the future, including Major Repairs that can be predicted. This report should also include any breaches in security during the preceding month. 4) Contractor shall provide an annual report outlining a major maintenance plan along with estimated costs. J. Changes in Scope of Work City may at any time modify the work requirements of Contractor. If such adjustments require additional personnel or resources, City may negotiate an equitable modification in the compensation to Contractor. No long -term modifications to the work requirements will be binding on either party if not set forth as a written amendment to the Master Agreement. Contractor agrees to be flexible regarding reasonable minor work modifications or one -time requests from City on an as- needed basis without the need for a Master Agreement amendment or price adjustment. K. Limitation of Responsibility, General Conditions, Inventory and Purchases 1) City's Responsibilities: ABM Government Services, LLC Page A -5 (a) City may, at its option, provide for trash, and recycling pickup for the dumpsters located at the facilities. Only trash and recyclables from the facilities may be placed in this dumpster. (b) City will pay invoices from the electricity provider, natural gas provider, local telephone company (Contractor will be responsible for long distance calls made by its employees), internet access through City's network (City will not supply any devices for use), water and sewer service and Major Repairs as defined in this Master Agreement. (c) City will be responsible for building renovations involving the relocation and /or reconfiguration of walls or built -in elements such as millwork. If a Participating Public Agency utilizes Contractor for Total Facility Maintenance, it may choose to have Contractor responsible for such renovations. (d) City will provide sufficient work and storage space required to perform the tasks required for a Contractor. The work space provided must not be used by Contractor for long -term storage or for providing services to clients other than City. The determination of work space area and location will be made by City based on the efficient use of space. City will coordinate with Contractor before making such decisions. 2) Contractor's Responsibilities (a) Contractor will be responsible for all labor costs of its employees and subcontractor's employees associated with Work covered by the Contract. (b) Contractor will be responsible for all consumable materials and supplies, tools repair and replacement parts and equipment components included with work within the scope of the contract. 4. GENERAL MAINTENANCE General Maintenance will include the following services: Electrical Maintenance, Plumbing, Building Maintenance and Repair, Security System Maintenance and Miscellaneous Work. More detailed description of the services is provided further. A. Electrical Maintenance 1) Electrical service will be provided without interruption throughout the facilities. Contractor's maintenance and operations responsibility for electric service begins at the point of service where the electric power company's service responsibility ends and extends throughout all electrical systems. All cleaning, testing, and full service maintenance will be done at Contractor's sole cost and expense. In situations where work during normal working hours would be considered disruptive by the building occupants, cause any environmental, service or utilities disruption, or pose ABM Government Services, LLC Page A -6 any safety risk to occupants, Contractor will perform such maintenance outside of normal working hours with prior approval of City. 2) Electrical system maintenance includes, but is not limited to, the following system components: service entrance, transformers, switch -gear, Emergency Power Generator, distribution systems, panels, feeders, branch circuits, convenience outlets, lighting circuits and fixtures, motors and other electrically driven equipment components of the mechanical and plumbing systems of the facilities. Contractor will be responsible for ensuring all generators are adequately fueled; however, City will bear the cost of the fuel. A Participating Public Agency may negotiate a specific mark -up percentage if Contractor bears the cost of the fuel. 3) All maintenance, repairs and modifications of electrical systems will be performed in conformance with local, state and federal fire protection and electrical codes and regulations and in accordance with equipment manufacturers' recommendations. 4) Contractor will furnish and replace all defective emergency, interior and exterior light fixtures immediately upon discovery or notice from building occupants or Project Manager. 5) Contractor will provide electrical repair service to relocate, remove or replace existing electrical outlets, switches, lighting fixtures, power poles and associated wiring. 6) Contractor will establish a written preventative maintenance program that provides scheduled activities for each contract year and includes all electrical inspecting, testing, cleaning, adjusting, and repairing operating equipment and distribution components of the electrical systems. The written annual preventative maintenance program must be presented to City and approved in writing by Project Manager. All cleaning, testing and certification of electrical components will be done at Contractor's sole cost and expense and will be in accordance with the applicable codes and the local code authorities. The following will be included, at a minimum: switch -gear and motor control centers will be tested annually; generators will be load bank tested annually. 7) All lamps that have expired will be replaced as identified by a building walk- through on a daily basis. The lamps used will be energy efficient low mercury and of at least the same quality as the lamps and lighting supplies used currently by City. Fixtures will be fully lamped at all times with energy efficient lamps with equal or better illumination than the ones currently installed at the facilities. All ballasts must be of the electronic type and be at a minimum 25 watt, T -8. All lamps will be recycled as a means of disposal. Contractor will provide documentation of disposal at any time as requested by the Project Manager. 8) All electrical work including labor will comply with all federal, state and local codes at time of installation or repair. Proper permits will be secured as ABM Government Services, LLC Page A -7 required. Contractor or its subcontractor will hold a current state Electrical License. The license will remain current throughout the term of the Master Agreement. 9) Light switches and receptacles will be medium grade twenty (20) amp commercial type, color to match the existing device standard of the respective building. 10) Switch and receptacle covers will match the existing standard of the respective building. If there is not a consistent standard within a facility, then stainless steel covers will be used by default. 11) Light ballasts will be energy efficient, electronic type. B. Plumbing Maintenance 1) Plumbing service will provide water, sewer, and natural gas service without interruption throughout the facilities. Contractor's maintenance and operations responsibility for plumbing service begins at the point of entry, where City and any other provider's responsibility ends, and extends throughout all plumbing systems within the facilities. 2) Plumbing system maintenance includes, but is not limited to, the following system components: water service entrance, sewer service discharge, valves, exercising valves, faucets, circulating pumps, domestic hot water equipment, toilet fixtures, drinking fountains, floor drains, piping roof drains and leaders and other components of the plumbing systems of the facilities. 3) All maintenance, repairs and modifications of plumbing stems will be performed in conformance with local, state and federal health and clean water codes and in accordance with equipment manufacturers' recommendations. 4) Contractor will treat all water leaks and sewer stoppages as emergency situations and respond according to emergency procedures. 5) Contractor will inspect water and sewer lines routinely to prevent and repair leaks and deterioration of insulation, to maintain and exercise valves and to prevent stoppages and odor or water backflow. 6) Contractor will provide plumbing repair service to maintain and operate existing and replacement systems and system components. The scope of plumbing service does not include new work to upgrade, supplement or expand existing plumbing systems. 7) Contractor will provide all backflow testing as required by the Project Manager for all facilities. 8) Contractor will establish a written annual preventive maintenance program for approval by the Project Manager that provides scheduled activities for ABM Government Services, LLC Page A -8 each contract year and includes inspecting, testing, cleaning, adjusting, exercising all valves and repairing all equipment and distribution components of the plumbing systems. The written annual preventive maintenance program will be in a form acceptable to City. All cleaning, testing and certification will be done at Contractor's sole cost and expense. In situations where work during normal working hours would be considered disruptive by City, cause any environmental, service or utilities disruption, or pose any safety risk to occupants or patrons, then Contractor will perform such maintenance outside of normal working hours at its cost. 9) All plumbing work and labor will comply with all federal, state and local codes at time of installation or repair. All required permits are to be obtained by Contractor. Contractor or its subcontractor will hold a current state Plumbing License. The license must remain current throughout the term of the Master Agreement. 10) All water pipes will be type L copper. All waste and vent pipes will be no -hub cast iron pipe and fittings. Commode and urinals flush valves to be Zurn or Sloan. Fixtures equal to American Standard, Elger, or Kohler. 11) All HVAC work will comply with all state and local codes at time of installation or repair. All required permits are to be obtained by Contractor. Contractor or its subcontractor will hold a current state HVAC License. The license must remain current throughout the term of the Master Agreement. All HVAC materials will be of quality and type to match or exceed existing materials in the facility. C. Building Maintenance 1) Building maintenance services will be provided throughout the facilities. In situations where work during normal working hours would be considered disruptive by the building occupants, cause any environmental, service or utilities disruption, or pose any safety risk to occupants or patrons, Contractor will perform such maintenance outside of normal working hours at its cost. All cleaning, testing, and full service maintenance will be done at Contractor's sole cost and expense and will be done in accordance with the applicable codes and the direction of City. 2) Contractor's responsibility for building maintenance and operations services includes, but is not limited to: roof, any apparatus on roof, roof parapets, exterior and interior walls, interior /exterior windows, interior /exterior glass doors, steel doors, automatic doors, loading dock equipment. Contractor is not responsible for cleaning of doors/ windows /floors unless related to a new installation. 3) Building systems include, but are not limited to, the following systems and components: roof system, parapet; exterior wall masonry, windows and doors, caulking and insulation including fire retardant material and installation when holes are penetrated in electrical and telephone closets; sidewalks, flags, flagpoles, outside drain tiles, stairways, interior fixed walls, doors, floor coverings, security systems. ABM Government Services, LLC Page A -9 4) Contractor will maintain the facilities' surfaces to prevent entrance of moisture and degradation of structural members. Caulking will provide a positive barrier against passage of air and moisture along all window frames and masonry joints. Glazing will provide a secure bonding of glass panes in the window sash. Caulking materials will be warranted by the manufacturer for a minimum of ten (10) years. 5) Contractor will be responsible for all repairs (except Major Repairs) to the facilities, including, but not limited to, walls, floors, ceilings, roofs, doors, and windows. 6) Contractor will provide at its sole cost and expense the necessary inspections as required by code and repairs to maintain lobby doors in excellent working order as they were designed to operate. D. Security System Maintenance 1) Security Systems. Contractor will provide maintenance and monitoring service for all security systems for facilities. 2) Alarms. Contractors will be responsible for monitoring the alarms when needed and respond as an emergency service. 3) Locksmithing. Contractor will provide services for the performance of locksmith duties, including electronic access control systems, such as re- keying, cutting keys, installing new and or replacement locksets with some exceptions. Contractor will set up and follow security procedures for cutting and issuing keys and maintain a master key system for the facilities. Contractor will establish a written procedure for the performance of locksmithing duties for approval by the Project Manager. Contractor will pay for new locksets if any of its employees lose any keys issued to them, which could include new locksets for the entire building. Contractor will notify the Project Manager immediately of any lost keys. Contractor will replace or install new locks on doors as needed. 4) Card Readers. Contractor will provide services for the performance of card reader duties, including any related hardware. E. Miscellaneous Work 1) Snow and Ice Removal. Contractor will remove all ice and snow in its entirety from the facilities, parking areas, driveways, arcade, sidewalks and entrances. Contractor will use Participating Public Agency approved material for the facilities. The cost of the repair or replacement of any damaged materials as a result of using a material not approved by the Participating Public Agency prior to installation will be the sole burden of Contractor, regardless of total cost. 2) Pest Control. Contractor will provide for a licensed pest control specialist for all pest control services inside and out of the facilities. Pest control Work ABM Government Services, LLC Page A -10 Orders will be given a high priority. Contractor will submit pest control methods for prior approval City. Contractor shall offer the option of termite services. 3) Utility Work. Scheduled and /or non - routine work required to support the daily activities of the facilities occupants and patrons, will be performed by Contractor at no additional charge to City as follows: (a) Minor alteration of existing facilities components, such as relocation or addition of up to two (2) electrical wall quad or duplex outlets per request. (b) Hanging, maintaining, updating and removal and/ or installation of pictures, bulletin boards, plaques, chalkboards, signs and similar services at the facilities. (c) Adjusting HVAC controls to meet City temperature policy. (d) Installation, adjustment and/or repair of all interior blinds. (e) Fixing doors as required. (f) Raising flags at sunrise and lowering flags at sunset each day, during the work week, five (5) days a week unless otherwise directed by Project Manager. (g) Providing primary response to all fire and burglar alarms. All alarms shall be reported to Project Manager. (h) Cleaning /replacing filters for ice machines. (i) Providing supplies and labor to change out batteries for alarms and clocks in the facilities, resetting clocks as needed. Q) Anchor Bolt Inspection. Contractor will provide an annual inspection of all anchor bolts and davits used for the exterior window washing. A copy of said inspection report will be given to the Project Manager. (k) Opening the facilities. Contractor will ensure facilities are open at 7:00 AM and closed at 7:00 PM each workday, unless otherwise directed. Hours may change according to City needs with limited notice. Contractor will accommodate these changes at no extra cost to City. 5. GENERATOR MAINTENANCE Contractor personnel performing this work will be qualified and experienced in accordance with the manufacturer's recommended procedures. Any work requiring load transfer must be done after hours. All other work may be done during normal business hours. Contractor must coordinate with Project Manager for availability and ABM Government Services, LLC Page A -11 access to facilities. Contractor must provide Project Manager with a work schedule prior to commencement of work so that on -site adjustments can be made to maximize Contractor's accessibility. Schedule adjustments to accommodate City activities are the sole responsibility of Contractor. The following tasks are included in this Work: 1) Contractor will provide planned maintenance inspections and twenty -four (24) hour emergency service on the emergency generator system(s). 2) Generators will be run weekly for a minimum of fifteen (15) minutes and be checked for proper operation. 3) The following services will be performed every six (6) months on the emergency generator system(s) and accessories. (a) Electrical System — AC & DC. All accessible power and control cables will be inspected. AC /DC terminations will be checked and tightened as necessary. Batteries will be checked for correct specific gravity and distilled water added when needed. External battery charger and or battery charging alternator will be checked and tested for proper operation. Control panel and components, pre -alarm warning and shutdown systems will be checked and tested for proper operation. (b) Fuel System. All accessible fuel system components to the nearest fuel storage tank will be visually inspected. Fuel lines located outside of the genset enclosure, underground, within walls, concrete, conduits, or otherwise inaccessible cannot be inspected and are excluded. All fuel filters will be replaced as required or at least once a year. (c) Lube Oil System. Crankcase oil level, governor reservoir level will be checked. System will be inspected for leaks and engin a oil pressure will be checked. Lube oil and filters will be changed per manufacturer's recommendations. Oil system heater will be checked for proper operation, if applicable. (d) Cooling System. i. Radiator cooled systems will be inspected for leaks and proper level. Antifreeze mixture will be checked and tested. All hoses, clamps and belts will be inspected and tightened if necessary. Jacket water heater terminations and operation will be checked. ii. City water /heat exchanger cooled systems will be inspected for leaks and proper operation. iii. Air - cooled systems will be inspected for clean cooling fins, shrouds, fans and proper operation. iv. Loose trash and obstructions will be cleaned from cooling system areas. ABM Government Services, LLC Page A -12 (e) Air Intake /Discharge System. Complete air intake and discharge system will be inspected, including louvers /shutters for correct operation. Any obstructions will be cleaned from area. (f) Exhaust System. Condensation traps will be opened and drained. Exhaust restrictions will be checked and inspect for leaks. All mounting hardware will be checked and tightened as required. Rain cap will be checked for proper operation when engine is running and stopped. (g) Generator Set i. Genset will be manually operated at no load to verify generator is producing the system rated AC voltage and frequency. ii. All control panel instruments and gauges will be checked for proper operation. Any unusual noise, vibration and water, oil or exhaust leaks will be checked. iii. System operation will be checked once every month under building load, when possible, for thirty (30) minutes to verify proper voltage, frequency and general operation. (h) Switchgear. Transfer switch and /or paralleling gear will be inspected and tested to determine automatic start and transfer of load. Contractor will check and verify proper operation of all time delays, transfers, exercisers and other accessories are in accordance with customer requirements. (i) General. Contractor will grease all necessary fittings and bearings and will visually inspect vibration isolators, duct work, weatherproof enclosure, worn and or rubbing parts and components. 4) Reports. Contractor will provide a detailed report describing the work performed and recommendations for corrective maintenance. One typed copy of inspection reports will be provided. While the Inspection Form itself must be typed, it is acceptable for the technician to handwrite information in fields on the form. If handwriting is not legible, the Project Manager may request typed copy. Each piece of equipment will be appropriately tagged as certified (including date of inspection, technician name and company name). Reports are to be submitted with each invoice to the Project Manager. Where a Maintenance Log exists on site (usually near the Transfer Switch) the technician must record the date of the visit and work that was done. Where a Maintenance Log does not exist, the technician must post a form near the Transfer Switch. 5) A detailed deficiency list with a proposed cost for labor and materials to make necessary repairs will be provided and accompany each inspection report submitted to the Project Manager. The repair work will be completed within two (2) weeks from receipt of the blanket purchase order release for any additional work ABM Government Services, LLC Page A -13 that is approved by the Project Manager. Repair work will be based on time and materials. 6) An Extended Warranty of ninety (90) days will be provided after completion of maintenance and services work, after all adjustments and repairs required are completed. Warranty only covers work done by the Contractor and not by others. 7) A four (4) hour response time will be met by Contractor for all call- in repairs 8) The Project Manager will test each generator on a monthly basis and will generate a monthly list of any deficiencies noted. Contractor will respond to all deficiencies that would prevent generator operation within twenty -four (24) hours. All other deficiencies of a more minor nature must be corrected before the next monthly inspection. 9) Each maintenance or repair at each site will be invoiced separately and the associated inspection report must accompany each invoice or be provided by e-mail as a PDF document. Invoices will not be considered for payment unless the associated inspection report is available. 10) For repair work only, labor for time on -site may be billed. Transportation may only be billed as a fixed trip charge if outside of twenty -five (25) miles. Multiple trip charges may be billed, if justified. 11) For all visits to a facility, Contractor must sign in and out at the main office. Generators are typically located in a fenced area and a custodian will normally be required to unlock the gate. Completed service reports must be signed by Project Manager before leaving the site during normal business hours. 12) The Billing Rates in Exhibit C include all labor, materials, equipment, supervision, fees and taxes as appropriate to accomplish the Work. The incremental addition price is the total cost for the addition of a major and minor repair for any new generators installed during the term of the Master Agreement. Contractor will provide a time schedule to accomplish the project with the submittal. 6. HVAC MAINTENANCE Heating, ventilating and air conditioning service will be provided without interruption throughout all facilities that require this service. Contractor's maintenance and operations responsibility for HVAC service extends throughout all mechanical systems within the facilities and at all times that heating, ventilating or air conditioning service is required. All cleaning, testing, full service maintenance will be done at Contractor's sole cost and expense. ABM Government Services, LLC Page A -14 A. HVAC system maintenance includes, but not limited to, the following system components: chillers, cooling towers, induction units, sump, circulation pumps, primary chilled water expansion tank, primary and secondary hot water expansion tanks, valves, water treatment equipment, and all associated components of the chilled water systems; air - handling units, dampers, valve boxes and all associated components of the ventilating systems; self- contained HVAC units and all other components serving computer centers; automatic temperature controls, pneumatic equipment, the facilities energy management system and all associated components of the automatic controls systems; induction units, circulating pumps, heat exchangers, valves and all associated components of the heating systems. B. Each year, Contractor will establish a written routine and preventive maintenance program that includes, but is not limited to, inspecting, testing, cleaning, adjusting, lubricating, and repairing of all operating, controlling and distributing components of the mechanical systems. All cleaning, testing, and full service maintenance will be done at Contractor's sole cost and expense. C. In situations where work during normal working hours would be disruptive to the building occupants, cause any environmental, service or utilities disruption, or pose any safety risk to occupants, Contractor will perform such maintenance outside of normal working hours with prior approval from City. Contractor is aware that some facilities will not be open for access on Fridays and some facilities are not open at all times during the week. D. Complex Building Specifications. 1) The following is a list of City facilities and equipment to be maintained at each site. This list is presented for information only; Contractor is responsible for visiting, assessing site conditions, and verifying quantity and type of equipment. City is not responsible for errors or omissions regarding the type or quantity of equipment listed. (a) Main Library - 1000 Avocado One (1) Air Cooled Chiller (Carrier)* Two (2) Air Handling Units with Return Fans (Carrier) One (1) 50QJ012 heat pump packaged unit (Carrier) Three (3) 500J005 heat pump packaged unit (Carrier) One (1) 1.5 ton Mini -Mate server room unit (Liebert) One (1) Boiler (Raypak; condensing type) Eight (8) Exhaust Fans (Greenheck) Four (4) Pumps (Bell & Gossett) Four (4) Variable speed drives Note: Each air handling unit requires the following air filters: ABM Government Services, LLC Page A -15 • Sixteen (16) 24x24x2 and twelve (12) 24x12x2 MERV 8 prefilters quarterly • Sixteen (16) 24x24x6 and twelve (12) 24x12x6 MERV 13 final filters annually (b) Mariner's Library - 1300 Irvine One (1) Screw Chiller with Evap Condenser (PAE) ** Two (2) Boilers (Lochinvar; non - condensin type) Four (4) Pumps (B & G) One (10 Outside Air AHU Three (3) Exhaust Fans Seventeen (17) four pipe fan coil units One (1) variable speed drive Trane Summit DDC system (c) Newport Coast Community Center - 6401 San Joaquin Hill Rd Eight (8) Rooftop Gas /Electric Packaged AC units w /power exhaust economizers (Carrier) One (1) 48PLGM05 Three (3) 48PLGM06 Two (2) 48PLGM07 Two (2) 48PLGM28 Carrier DDC control system (d) Oasis Senior Center - 800 Marguerite Avenue Nine (9) Rooftop gas /electric packaged units (Carrier) Fifteen (15) Split system heat pumps (Carrier) Seventeen (17) VRF City Multi Fan Coil Units (Mitsubishi) Two (2) Condensing Units for City Multi System (Mitsubishi) Twelve (12) Exhaust Fans *Denotes equipment with more than 50 pounds of refrigerant in an individual circuit, requiring annual SCAQMD Rule 1415 leak check. * *Denotes equipment with more than 200 pounds of refrigerant in an individual circuit, requiring quarterly SCAQMD Rule 1415 leak check per California Bill AB32. 2) The Main Library's central DDC control system utilizes Carrier Comfort Network controls with a Comfortview graphical user interface, used in conjunction with Windows XP. The San Joaquin Hills recreation center utilizes Carrier Comfort Network and also has a CCN Web graphics driven front end interface, and Premier Link for rooftop unit control. Contractor must provide with the bid evidence of full certification and proficiency for the following Carrier DDC controls: ABM Government Services, LLC Page A -16 (a) Comfortworks /Comfortview (b) Best + + programming (c) Programming and use of Carrier Terminal System Manager and Terminal System Control Units (TCU's) (d) Comfort Controller (e) Comfort ID VAV Controllers (f) Premier Link (g) VVT Mariner's Library utilizes Trane Summit DDC controls. Contractor will have the experience and ability to support Trane Summit systems. Oasis Community Center utilizes a Mitsubishi City Multi VRF system. Contractor will have successfully completed the Mitsubishi City Multi Service Course. Completion of City Multi Install & Commissioning Class only is not sufficient, and does not meet this requirement. 3) Once per quarter, Contractor will perform an assessment and report of all thermostat set points and occupancy schedules, and upon request provide this information to the Project Manager. Once per year at the Main Library, Mariner's Library, Newport Coast Community Center and Oasis Center, a DDC device check will be performed by Contractor. One person will remain at the computer front end while a second person with a radio or cell phone travels within the building from device to device. The person at the front end will cause each device to function in turn, and the verification person will observe and verify proper operation of each device. At the same time, calibration of temperature and pressure sensors will be checked and adjusted. Upon request, a report will be provided to the Project Manager. Mariner's Library has six (6) belt drive fan coil units located in the building's high ceiling area where safe ladder access not possible. Access requires use of an articulated boom lift ( "knuckle boom ") and removal of the library security entrance central turnstile so the lift may be driven into the Library and back to the area of limited access. This must be coordinated at least two (2) weeks in advance with Library personnel. City will remove and replace the turnstile; Contractor is responsible for providing and operating the lift. Due care must be taken by Contractor in operating the lift. Any damage to bookshelves, books or other library fixtures or contents is the financial responsibility of Contractor. The maintenance for all air handlers and fan coil units in Mariner's Library is quarterly except for those requiring use of the knuckle boom; maintenance for those 6 units is twice per year. 4) Contractor shall furnish MERV 8 air filters for all units, except for the Main Library (see site equipment list for the exceptions). Contractor is responsible ABM Government Services, LLC Page A -17 for transporting the filters to the site (many sites do not have storage areas) and for disposing of the filters. Where available, Contractor may use City dumpsters. Filter changes will be quarterly, except for 2417 units at the Police Department and Fire Department locations, where they will be changed six (6) times per year (bi- monthly). 5) Monthly water treatment, consisting of a combination scale inhibitor and biocide, will be provided for the evaporative condensers at Mariner's Library. The controller, pumps, solenoid and sensors will be checked, and chemical level in the drum monitored. Closed loop water treatment will be monitored and provided monthly for the chilled and hot water closed loops at Mariner's Library and Main Library. All chemicals needed for normal service maintenance are to be included as a part of this Master Agreement. 6) Condenser coil cleaning for all air cooled HVAC equipment (packaged units, split systems and air cooled chillers) shall be performed by using hoses, water, and an EPA approved coil cleaner. The majority of the facilities do not have hose bibs on the roof, and in many cases hoses must be run up the side of the building from significant distances. The condenser coils will be cleaned annually at all facilities. The cooling coils in all air handling units and packaged HVAC units will be washed with water and an EPA approved coil cleaner, and the condensate drain pans and drain lines flushed annually. 7) Quarterly service will consist of the following for each type of unit: (a) Air Handling Units: Replace air filters; check belt tightness and adjust as necessary; check for a clear drain pan and unobstructed condensate drainage; lubricate (where appropriate) bearings and damper bushings. Check heating and cooling valve operation. Confirm proper economizer operation. Check motor starter operation and contactors. (b) Packaged A/C Units: Replace air filters; check belt tightness and adjust as necessary; check for a clear drain pan and unobstructed condensate drainage; lubricate where appropriate bearings and damper bushings. Check heating and cooling operation; check contactor condition; verify proper thermostat operation. Check for signs of refrigerant or oil leakage. Verify proper refrigerant operating pressures. Confirm proper economizer operation. (c) Split Systems: Replace air filters; check for a clear drain pan and unobstructed condensate drainage; lubricate where appropriate. Check heating and cooling operation; check contactor condition; verify proper thermostat operation. Check for signs of refrigerant or oil leakage. Verify proper refrigerant operating pressures. (d) Chillers: Check for signs of refrigerant or oil leakage. Verify proper operation and set points. Confirm that crankcase heaters are operational. Observe refrigerant sight glass and crankcase oil level. For the Mariner's Library chiller only, a quarterly EPA/SCAQMD refrigerant leak check is required. ABM Government Services, LLC Page A -18 (e) Cooling Towers and Evaporative Condensers: Check belt tightness and adjust as necessary; lubricate appropriate bearings; check sump water level and adjust float; check and adjust bleed; check fill and eliminator condition; check fan cycling control and adjust as required; check fan starter and contactors. (f) Boilers: Check operation versus computer set points. Verify proper flame. Confirm safeties. Verify air cushion in expansion tank and adjust as required. At Main Library, replace condensing boiler's intake air filter. At Mariner's library, clean boiler intake air filters. (g) Water Pumps: Check for unusual vibration or sound; check for seal or grease leakage; check bearing housing temperature. (h) Evaporative Coolers: Check for proper belt tension and adjust as required. Confirm proper circulating pump operation. Verify media pads are in place. Confirm proper float and make up water valve operation. Inspect sump for leak integrity. 8) Annual service will consist of the following for each type of unit, in addition to the quarterly tasks: (a) Air Handling Units: Replace fan belts in both supply and return fans. Wash cooling coils. Wash aluminum outdoor air filters. (b) Variable Speed Drives: Where variable speed drives are present (Main Library and Mariner's Library) perform an annual service on each VSD, including cleaning, set point calibration and adjustment, and safety cutout checks. (c) Packaged HVAC Units: Replace fan belts. Wash cooling coils. Wash condenser coils per schedule noted above (some sites require service more often). Wash aluminum outside air filters on same schedule as condenser coils. (d) Split Systems: Wash condenser coils per schedule noted above (some sites require service more often). (e) Chillers: Perform SCAQMD /EPA refrigerant audit. Take oil samples for laboratory spectroanalysis for all refrigeration circuits. Wash air cooled chiller condenser coils (Main Library) with water and an EPA approved coil cleaner. Check pumpdown cycle operation for each refrigeration circuit. Check temperature, operation, and safety circuits of all chillers. (f) Evaporative Condensers: Drain sump. Shovel sump and flush. Pressure wash eliminators. Replace float and make -up valve. Replace fan belts. Refill system. Start up; bleed excess air; adjust for proper operation. (g) Boilers: Brush tubes. Clean burners. Blow out fire box. Inspect fire brick and insulation. Inspect flue. Calibrate and adjust sensors and controls as required. For non - condensing boilers (Mariner's Library), replace air filter, hot surface ABM Government Services, LLC Page A -19 ignitors and flame sensors. For condensing boilers (Main Library), replace acid neutralization canister. (h) Water Pumps: Check deadhead operation. For base mounted pumps, shut down motor and perform bump test on pump and motor shafts. (i) Exhaust Fans: Check for unusual vibration or sound. Replace fan belt Q) Evaporative Coolers: Replace fan belt. Replace media pads. Wash out sump. (k) All Digital Communicating Thermostats and Wall Temperature Sensors (Main Library, Mariner's Library, San Joaquin Hills Community Center): Inspect and calibrate. (1) All units containing more than 50 pounds of refrigerant on a "per circuit" basis shall be properly leak checked per SCAQMD Rule 1415 and Contractor shall provide documentation to City that this work was performed. Units with more than two hundred (200) pounds per circuit (Mariner's Library chiller) shall have the leak check take place quarterly. 9) Annual Energy Audit and Benchmark: Reducing energy consumption is important to City, and City recognizes that it is critical to continuously monitor a building to identify the areas where building performance can be improved and energy cost savings can be achieved. With this in mind, Contractor will conduct an annual energy audit and benchmark report for all facilities included in the Master Agreement. Contractor will provide the following energy audit and benchmark services: (a) EnergyStar Benchmark: City of Newport Beach will provide each facility's annual utility bill information to Contractor. With this information, Contractor will identify each facility's EPA EnergyStar Benchmark score thereby establishing the performance of the building. (b) Site Survey & Walkthrough: Contractor will conduct a site survey to document any performance, comfort, or reliability issues City facilities may be experiencing in terms of energy consuming systems (primarily HVAC). This will consist of an inspection of the HVAC equipment and an evaluation of the lighting to identify potential energy conservation measures. (c) Building Monitoring: In conjunction with the site survey, Contractor will utilize a data logging tool for trending building comfort (i.e. temperature, humidity, carbon dioxide levels, lighting) for a one week period. This information will be gathered on an annual basis and a report will be generated summarizing the findings and any subsequent recommendations. (d) Reporting and Recommendations: Contractor will provide a complete report of the findings that will document the actions recommended to reduce ABM Government Services, LLC Page A -20 energy use in each building, a proposal that includes the cost to implement, and the return on investment for the proposed energy savings measures. The report will indicate the current energy expenditure as well as the projected and any guaranteed energy savings by implementing the recommended energy savings measures. 10) Complex Building Quarterly and Annual Schedule (a) Quarterly ABM Government Services, LLC Page A-21 00 REPLACE AIR FILTERS go'/NENE CHECK BELT TIGHTNESS/TENSION AND ADJUST AS NECESSARY CHECK FOR A CLEAR DRAIN PEN AND UNOBSTRUCTED CONDENSATE MEN DRAINAGE; CLEAN AS NECESSARY 0 'son LUBRICATE BEARINGS AND DAMPER BUSHINGS, OR OTHER PARTS WHERE None, No APPROPRIATE CHECK HEATING AND COOLING VALVE OPERATION 0, CONFIRM PROPER ECONOMIZER: OPERATION CHECK MOTOR STARTER OPERATION AND CONTACTORS VERIFY PROPER THERMOSTAT OPERATION ONE CHECK FOR SIGNS OF REFRIGERANT OR OIL LEAKAGE ABM Government Services, LLC Page A-21 . i''�—— ter �: Y.�%� ��. E. Basic Building Specifications 1) Included is a list of City facilities and equipment to be maintained at each site. This list is offered for information only; Contractor is responsible for visiting, assessing site conditions, and verifying quantity and type of equipment. City will not be responsible for errors or omissions regarding the type or quantity of equipment listed. Please note that maintenance access to the Fire Stations is subject to abrupt cancellation due to fire emergencies. Stations may not be open, due to fire crews being deployed. Maintenance work may have to be interrupted and Contractor's personnel required to leave if a crew's absence leaves a Station without City personnel during fire emergency. City will not be responsible for extra charges for fire station work interruptions; Contractor assumes all risk for these costs. 2) Site Location and Equipment Reference List: (a) West Newport Community Center - 833 W 151h Two (2) Payne split system heat pumps (one 4 tons, one 5 tons) ABM Government Services, LLC Page A-25 0100,0 00001000 PIP 01 A Oil FOR NOW ON ENSING BOILERS: REPLACE AIR FILTERS, HOT SURFACE 0180 IGNITORS AND FLAME REPLACE ACID 1 O'd 0 MEN NEUTRALIZATION CANISTER CHECK 1EADHEAb OPERATION FEW SHUT VFWN kafTitR AND PON, PERFORM BUMP TEST 0 PUMP AND MOTOR SHAFTS! [FOR BASE -MOUNTED PUMPS] E. Basic Building Specifications 1) Included is a list of City facilities and equipment to be maintained at each site. This list is offered for information only; Contractor is responsible for visiting, assessing site conditions, and verifying quantity and type of equipment. City will not be responsible for errors or omissions regarding the type or quantity of equipment listed. Please note that maintenance access to the Fire Stations is subject to abrupt cancellation due to fire emergencies. Stations may not be open, due to fire crews being deployed. Maintenance work may have to be interrupted and Contractor's personnel required to leave if a crew's absence leaves a Station without City personnel during fire emergency. City will not be responsible for extra charges for fire station work interruptions; Contractor assumes all risk for these costs. 2) Site Location and Equipment Reference List: (a) West Newport Community Center - 833 W 151h Two (2) Payne split system heat pumps (one 4 tons, one 5 tons) ABM Government Services, LLC Page A-25 One (1) Ductless Split System One (1) Rooftop Evaporative Cooler (b) Newport Theatre Arts Center - 2501 Cliff Drive Two (2) Carrier Split System Heat pumps (4 tons) One (1) Carrier packaged heat pump (5 tons) (c) Cliff Drive Community Center - 301 Riverside Drive One (1) Ductless Split System (Fujitsu) (d) Balboa Community Center - 1714 W. Balboa Blvd. One (1) Furnace only (e) Carroll Beek Community Center - 115 Agate One (1) split system heat pump (4 tons) (f) Bonita Creek Community Center - 3010 La Vida One (1) Furnace only One (1) ductless split system (g) Community Youth Center - 5t" Avenue & Iris Four (4) Trane split system heat pumps (4 tons) 3) Contractor shall furnish MERV 8 air filters for all units. Contractor will transport the filters to the site (many sites do not have storage areas) and dispose of the filters. Where available, Contractor may use City dumpsters. Filter changes will be quarterly, except for 24/7 units at the Police Department and Fire Department locations, where they will be changed six (6) times per year (bi-monthly). 4) Condenser coil cleaning for all air cooled HVAC equipment (packaged units, split systems and air cooled chillers) shall be performed by using hoses, water, and an EPA approved coil cleaner. Please note that the majority of facilities do not have hose bibs on the roof, and that in many cases hoses must be run up the side of the building from significant distances. This Master Agreement requires that the condenser coils be cleaned annually at all facilities except the Police Department and Fire Stations. The cleaning schedule at the Police Department and Fire Stations for condenser coils and metal outside air filters shall be two (2) times per year. 5) The cooling coils in all air handling units and packaged HVAC units will be washed with water and an EPA approved coil cleaner, and the condensate drain pans and drain lines flushed annually. ABM Government Services, LLC Page A-26 6) Quarterly service will consist of the following for each type of unit: (a) Packaged A/C units: Replace air filters; check belt tightness and adjust as necessary; check for a clear drain pan and unobstructed condensate drainage; lubricate where appropriate bearings and damper bushings. Check heating and cooling operation; check contactor condition; verify proper thermostat operation. Check for signs of refrigerant or oil leakage. Verify proper refrigerant operating pressures. Confirm proper economizer operation. (b) Split Systems: Replace air filters; check for a clear drain pan and unobstructed condensate drainage; lubricate where appropriate. Check heating and cooling operation; check contactor condition; verify proper thermostat operation. Check for signs of refrigerant or oil leakage. Verify proper refrigerant operating pressures. (c) Evaporative Coolers: Check for proper belt tension and adjust as required. Confirm proper circulating pump operation. Verify media pads are in place. Confirm proper float and make up water valve operation. Inspect sump for leak integrity. 7) Annual service will consist of the following for each type of unit, in addition to the quarterly tasks: (a) Packaged HVAC Units: Replace fan belts. Wash cooling coils. Wash condenser coils per schedule noted above (some sites require service more often). Wash aluminum outside air filters on same schedule as condenser coils. (b) Split Systems: Wash condenser coils per schedule noted above (some sites require service more often). (c) Exhaust Fans: Check for unusual vibration or sound. Replace fan belt. (d) Evaporative Coolers: Replace fan belt. Replace media pads. Wash out sump. 8) Basic Building Quarterly and Annual Schedule (a) Quarterly SERVICE REQUIRED PACKAGED HVAC SPLIT EVAPORATIVE SYSTEMS r UNITS COOLERS f REPLACE AIR FILTERS ABM Government Services, LLC Page A-27 CHECK BELT TENSION AND ADJUST AS CHECK F#X A CLEAR DRAIN PEN AND' UNOBSTRUCTED CONDENSATE DRAINAGE; CLEAN AS NECESSARY IIWHERE 01 LU5XICATE BEARINGS AND DAMPER BUSHINGS APPROPRIATECHECK 0 0 HEATING AND COOLING OPERATIONCHECK owlVERIFY C*NTACTOR CONDITION PROPER THERMOSTAT OPERATIONoldCHECK F*R REFRIGERANT, COOLANT OR OILLEAKAGEVERIFY PROPER REFRIGERANT OPERATING'C#NFIRM PROPER ECONOMIZER OPERATIOZro PROPER CIRCULATING PUMP3VERIFY 0.CONFIRM MEDIA PADS ARE IN PLACE01100,MAKE- 010VALVE UP OPER TIONINSPECT SUMP FOR LEAK INTEGRITY ABM Government Services, LLC Page A-28 (b) Annually 7. JANITORIAL AND CLEANING A. General City is seeking performance-based cleaning services and will not provide a detailed specification or schedule for cleaning. Contractor will perform all janitorial and cleaning work to maintain the facilities in a clean condition to be code compliant, as applicable to each Participating Public Agency. This includes, but is not limited to: windows, doors, floors, carpets, ceilings, blinds, walls, restrooms, common areas, workspaces, conference rooms, training rooms, basements, warehouses, loading docks, parking spaces and exterior grounds. All ,facilities will be checked as appropriate to ensure that the facilities are clean. "Clean" is defined as: 1) The absence of litter or undesirable debris which can be eliminated by proper policing techniques, including the interior and the exterior of the facility. ABM Government Services, LLC Page A-29 UNITS0 Ell 7. JANITORIAL AND CLEANING A. General City is seeking performance-based cleaning services and will not provide a detailed specification or schedule for cleaning. Contractor will perform all janitorial and cleaning work to maintain the facilities in a clean condition to be code compliant, as applicable to each Participating Public Agency. This includes, but is not limited to: windows, doors, floors, carpets, ceilings, blinds, walls, restrooms, common areas, workspaces, conference rooms, training rooms, basements, warehouses, loading docks, parking spaces and exterior grounds. All ,facilities will be checked as appropriate to ensure that the facilities are clean. "Clean" is defined as: 1) The absence of litter or undesirable debris which can be eliminated by proper policing techniques, including the interior and the exterior of the facility. ABM Government Services, LLC Page A-29 2) The absence of unbounded dust buildup on any surface. 3) The complete comprehensive cleaning of any item, including the corners, inside, outside, top, and bottom of any surface. 4) The absence of any soil, wax, or other undesirable bonded buildup, which can be eliminated by appropriate heavy duty, cycle or project cleaning techniques. 5) The presence of appropriate surface gloss, protection, or reflective capacity in line with "like newt' or designated gloss levels. 6) The absence of minor spots, finger marks, or other limited surface soil, which can be eliminated by appropriate spot cleaning techniques. 7) The absence of dust, lint and other in -fiber accumulation in fabric and carpeted area which can be eliminated by appropriate vacuum cleaning techniques. 8) The issuance of maintenance and other work requests to eliminate or correct problems with damaged, non - functioning, repair or replacement oriented items, which cannot be corrected through appropriate cleaning techniques. 9) The presence of appropriate levels of paper products, soap, and personal hygiene products in all restroom and other dispensers to prevent any unstocked situations. 10) Trash removal. Contractor will maintain trashcans and cigarette containers surrounding the outside of the facilities twice daily, including twice daily trash pickup in parking areas. City will provide disposal services from the facilities. B. Cleaning Schedule: Contractor will perform all janitorial work required both during regular business hours and at night. All bathrooms and hallways will be checked a minimum of once in mid - moming and once in mid - afternoon to correct shortages in toilet paper, paper towels, and soap. Spills, cleanup required due to sickness, or other incidents that may occur will be handled immediately when reported or noted when checked and any biohazard waste will be removed. Contractor will not wait for the night cleaning crew to resolve the issue if an incident occurs during regular business hours. Cleaning during regular business hours also may include vacuuming and cleaning as needed. C. Specific Areas of Cleaning: 1) Window and Door Cleaning. All windows and doors will be cleaned as needed. Windows and doors with which the public comes in contact throughout the building generally will to be cleaned on a daily basis. Exterior windows above ground floor will be cleaned annually at a minimum or as needed. Windows at ABM Government Services, LLC Page A -30 the ground floor level near entrances will require cleaning more frequently due to the large pedestrian traffic levels experienced in the facilities. 2) Carpet Cleaning. Carpeted floors exist throughout the facilities and maintenance of these carpeted areas will be the responsibility of Contractor. Carpeted areas will be cleaned so as not to impair the life of the carpet and without causing damage to the area. City will approve the replacement of carpet as needed. Carpeted areas will be vacuumed daily and high traffic areas will be dry cleaned at least quarterly. Areas that are not high traffic will be dry cleaned at least annually, or as needed if more frequent cleaning is appropriate. Spot cleaning will occur as needed. 3) Floor Cleaning: Contractor will clean floors so as not to impair the life of the flooring material and without causing damage to the area. All floors requiring wax will be stripped and waxed annually. Floor cleaning products and waxes will not be used so as to create a safety hazard to building occupants or visitors by causing slippage or falls. Wet areas will be appropriately marked. Contractor will respond to "accidents" with prompt cleaning and removal. 4) Other areas. Contractors will maintain all rooms and equipment where Contractor must perform work in a clean, neat, and organized condition. This includes, but is not limited to, electrical and telephone closets, electrical panel boxes, and telephones. 5) Indoor playgrounds will be cleaned weekly. 6) Contractor will remove graffiti at all facilities. 8. GROUNDS MAINTENANCE A. All facilities should be serviced only during weekends and when the facilities are not in use. They should NOT be serviced on weekdays. B. Contractor will perform the following in addition to the regular landscape maintenance services: 1) Turf Management (a) General. All turf areas covered by this Master Agreement will be maintained in a first -class manner at all times. The quality of turf is to be determined by density, color, and uniformity. (b) Mowing and Trimming: L Turf will be cut at a height of three (3) to four (4) inches as conditions dictate using a rotary-type mower, or reel -type mower. Blades must be sharp and balanced at all times. ABM Government Services, LLC Page A -31 ii. Mowing will be done according to the schedule provided, weather permitting. The total number of mowings in this Master Agreement will be minimum of (40) times annually with gradual take down of grass in winter months and leaf removal. iii. Mowing patterns will be employed to encourage up right growth and permit the recycling of clipping where possible. iv. Clippings resulting from growth rates exceeding proposed frequencies or that as remain as clumps will be removed from turf areas. V. Clippings will be removed from all paved or mulched areas after each mowing. vi. Trimming around trees, shrubs, signs, and foundations will be performed with each mowing. Work will be performed using hand labor or mechanical devices to present a neat and trim appearance. vii. All walks, curbs and hard surfaces will be edged using mechanical methods concurrent with each mowing. viii. All bed lines, tree rings and hard line surfaces will be edged at each mowing. ix. Overseeding will occur in Spring and Fall, using an improved Turf-Type Tall Fescue. Seed will be applied at a rate of 5 lbs. per 1,000 square feet. X. Vertiseeding will be performed between late August and mid - October. The vertiseeding operation will include: • Lawn area will be power seeded by a machine with slitting discs 2" o.c. with an adjustable depth of 118" to 1/4". • Seed will be applied in one direction at a rate of approximately 5 pounds per 1,000 square feet. • Areas inaccessible to a vertiseeder will be manually hand -raked and seeded. • Any unsightly debris will be raked and removed. (c) Fertilization and Pest Control: i. All lawn areas will be fertilized three (3) times per year using a balanced blend of commercial grade fertilizers. ABM Government Services, LLC Page A -32 ii. Fertilizer will consist of a minimum of fifty percent (50 %) slow release nitrogen that will deliver 1.0 Ibs A /I Nitrogen per 1,000 square feet. iii. All lawn areas will be treated three (3) times per year with pre - emergent herbicide weed control. (Fall application: weed & feed granular; Spring application: liquid) All lawn areas will be treated for turf damaging insect activity for additional charge. Treatments will occur when insect activity is observed, Lawn areas with broadleaf weeds will be spot treated for control as observed. 2) Shrub and Landscape Bed Management: (a) Pruning: i. All shrubs will be pruned seven (7) times per season. Care will be taken not to remove too much of the leaf /flower surface areas, as not to cause plant injury. Pruning will include removing dead and/or diseased branches, as to include excess suckers, shoots, and irregular growth. ii. Shrubs must be prevented from touching or reaching very close to building walls; all necessary pruning should be done to avoid such situations. (b) Fertilization: i. Shrubs will be fertilized one (1) time per year in the Fall season. ii. The fertilizer program for shrubs will provide the equivalent of 1.0 Ibs All per 1,000 sq ft. iii. All fertilizers will be applied by hand, or hand held broadcast spreader. iv. Fertilizer will be commercial grade, granular, and/or liquid with a minimum twenty -five (25 %) slow release. V. Compost will meet the US Composting Council Seal of Testing Assurance. (c) Weed Control: All weeds are to be removed on a continual basis. ii. Chemical weed control will be used in shrub beds, tree rings, hardscapes (crack weeds), and along all fence lines. iii. Mature weeds will be removed by hand; beds will be treated two (2) times per year with pre- emergent herbicide. ABM Government Services, LLC Page A -33 iv. If Bermuda grass or other perennial weeds are evident within a bed or in asphalt and concrete areas, post emergent herbicide will be sprayed on those weeds. The herbicide will be applied in such a way as to ensure it does not contact any desirable plant material within the bed. (d) Shrub and Groundcover Disease- Insect control: i. All shrub plant material will be inspected not less than one (1) time per month. ii. Insecticides and /or fungicides will be applied by licensed applicator. Treatments will be made on an as needed basis for an additional charge to prevent damage to plant material. iii. The principals of Integrated Pest Management (IPM) will be followed when applicable. The pest management program will introduce the least amount of chemical into the landscape as is necessary to achieve acceptable levels of control of pest populations for an additional charge. 3) Landscape Tree Management. This section covers landscape tree management. Landscape trees are defined as trees with a caliper of eight (8) inches or less when measured twenty -four (24) inches from ground level. Contractor will be responsible for normal maintenance as follows: (a) Ornamental trees will be trimmed twice per year to a height of eight (8) feet to remove dead, damaged branches, and to develop the natural form of the tree. Crepe Myrtles will be pruned in January. Sucker growth from the base at soil level will be removed. (b) All landscape trees will be pruned to a height of eight (8) feet throughout the season as to remove all dead, damaged, and low- hanging branches. (c) Ornamental trees will be fertilized one (1) time per year in the fall season (liquid and /or granular fertilizers). (d) All trees and shrubs will be prevented from hanging over buildings; pruning should be done accordingly to avoid any overhanging branches over buildings. 4) Pine Straw / Mulch or Hardwood Mulch Application: (a) Spring Application — March / April (b) Fall Application — October/ November (c) Horticultural mulch made with recycled land clearing and other wood debris shall be used. Pine straw of the finest quality will be fresh, clean ABM Government Services, LLC Page A -34 and free of debris and litter. Beds will be edged with distinctive edge or ridge to enhance appearance. Excess or spilled straw will be cleaned up and removed from site. When pine straw /mulch are installed, the pine straw will be tucked or crimped behind all sidewalks and curbs. This will result in a crisp, neat border without having the pine straw hanging over the curb or laying on the sidewalk. Furthermore, this procedure will be repeated on a continual basis in order to maintain this appearance. 5) Seasonal Color: (a) Spring Color — April / May (b) Fall Color — October / November (c) All beds will be built up with nutrient rich planting medium raked into proper shape to maximize the visibility and display potential and to provide adequate root development. (d) The finest quality of annuals will be used. Invasive species shall NOT be planted. 6) Fire Ant Control. Fire ant control must be performed yearly at site in the spring. Top Choice Granular Insecticide with Firponil (.0143% active ingredient) or approved equal must be used and applied to all mowed surfaces. One 50 -pound bag of Top Choice covers about 25,000 square feet and should be applied at this rate. If substitute products are required to provide the same level of services, they shall either be a better choice or at least an equal level of product. 7) Drainage Facilities. All drainage structures shall be checked and cleaned weekly or as needed to insure consistent unrestricted water flow. Any damage to structures shall be noted immediately to City. 8) Irrigation System Maintenance. This section covers basic irrigation system repair, maintenance, and system -wet checks. The work shall include all labor, supervision, equipment, tools to complete the work specified in accordance to standard irrigation procedures. (a) Contractor shall maintain the complete sprinkler system in an operable condition in those locations where operable systems exist. This included but is not limited to controllers, backflow devices, moisture sensors, manual and remote control valves, wiring, pipes, vaults, heads, and anti -drain valves. Contractor shall not be responsible for the water meter assembly as Contractor may cause damage to these items. Contractor's responsibilities are as follows: L Repair and adjust all sprinkler heads to maintain proper and uniform water application. Contractor will adhere to all State, County, and local regulations. ABM Government Services, LLC Page A -35 ii. Adjust water application (both manual watering and by adjusting the irrigation controllers) to compensate for changes in weather. Contractor will be responsible for damages occurring due to under - watering or over- watering. iii. Contractor will turn off irrigation systems during rains. iv. All replacements will be made with original type material or as directed. V. Repair or replacement of equipment damaged as a result of Contractor's negligence shall be performed at Contractor's expense. vi. Material substitutions must be approved by City. vii. Necessary irrigation repairs shall be made prior to the next scheduled irrigation cycle. All repairs shall be made in accordance with City standard irrigation specifications. viii. Irrigation programming charts will be included in monthly reports in January, April, July and October. ix. Areas that require irrigation will have such accomplished no earlier than 11:00 PM and no later than 6:00 AM. X. Contractor will maintain moisture sensors at all sites at which such a unit is installed. A. Contractor will maintain master valve and flow sensors at each site they are installed. Master valves will be tested weekly and repaired as required. (b) Turf shall be regularly mechanically trimmed around sprinkler heads to insure the proper operation of the system. (c) Irrigation systems shall be thoroughly inspected by operating all control valves and checking for proper coverage, leaks, valve actuation, proper timing, and other operational conditions. Such inspection shall be made weekly at each site. However, Contractor shall be responsible for the proper operation of the system at all times and shall perform obvious repairs as they occur or are needed. (d) Water Conservation: Contractor shall appoint a staff member to act as the Water Manager. Contract personnel performing water management duties shall have the following abilities and must meet the following requirements. Abilities ABM Government Services, LLC Page A -36 • Meet Irvine Ranch Water District (IRWD) Landscape Irrigation Guidelines and any monthly water allocations. • Maintain a health landscape. • Calculate evapotranspiration (ET) rates to GPM. • Maintain all landscape in a usable condition (no flooding due to over - irrigation. • Troubleshoot and diagnose irrigation systems issues and take corrective action. ii. Requirements • The Water Manager shall program all controllers weekly according to IRWD allocation. • The Water Manager shall read all IRWD meters on a weekly basis, and provide this data to Project Managers if requested. • The Water Manager shall notify Contractor or Project Manager of all required repairs. • Contractor shall meet the IRWD monthly water allocations for each meter on all streetscape and park applications. Contractor shall maintain healthy plant material, and avoid monthly IRWD penalties. iii. Damages for Water Management • Should Contractor exceed the IRWD allocation, all penalty charges for water used above the allocation will be deducted from Contractor's monthly billing. • Deduction shall exclude all approved appeals such as mainline and control valve failures. • Project Administrator shall meet monthly with Contractor's Representative and Contractor's Water Manager to review over - allocation water billing to determine which water billing appeals are to be approved and which are to be waived. ABM Government Services, LLC Page A -37 • Contractor shall copy Project Manager on all such appeals, including all meter readings and allocation calculations. • Over - allocations that do not qualify for appeal or have not been waived will be deducted from Contractor's monthly payment. 9. MANAGEMENT SERVICE ONLY A. This service will be required by the Participating Public Agency only if the Participating Public Agency chooses to award contracts to bidders for individual services rather than total facility management. Contractors will charge a fixed annual fee for managing the facilities on behalf of Participating Public Agency. Contractor will be the primary interface with the Participating Public Agency Representative. All Work Orders or service requests will go to Contractor, who will address those issues promptly according to the type of need. Contractor will ensure that the facilities are always ready for service and there will be no irregularity. The Participating Public Agency will contract directly with facilities maintenance service subcontractors and Contractor will be responsible for managing the performance of those subcontractors as a designated management company working for the Participating Public Agency. B. After coordinating with all subcontractors, Contractor will provide annual project plan for managing the facilities before beginning the services. This project plan should be approved by the Participating Public Agency and will serve as a guideline but will not limit performance of additional necessary tasks required to maintain the facilities in excellent condition. All emergency repairs are expected to be handled appropriately (within 2 hours). Any delay will be reported to the Participating Public Agency Representative and Contractor will provide explanation for such delays. Contractor will also be responsible for performance management, expense management, Work Order management, scheduling of maintenance work, conducting site visits and inspections, coordinating necessary inspections with respective authorities and any other task not listed here but deemed necessary for proper management of the subcontractors for facilities maintenance services related to the Participating Public Agency Buildings. 10. TOTAL INTEGRATED FACILITY MANAGEMENT A. For Participating Public Agency Buildings that require Total Facility Management Services, the requirements include all of the above - mentioned requirements in this Scope of Services. B. Contractor will be responsible for managing all repair and maintenance work for Participating Public Agency Buildings, including subcontractors for various services. Contractors will be responsible for either providing all the services using their ABM Government Services, LLC Page A -38 own staff or use subcontractors to provide such services according to the Participating Public Agency's requirements and guidelines. All subcontractors used by Contractor will have to be approved by the Participating Public Agency prior to beginning of any services. C. The scope of work will include the following services 1) General maintenance 2) Generator maintenance 3) HVAC maintenance 4) Janitorial and Cleaning 5) Grounds maintenance 6) Management service 7) Total integrated facility management D. It is the intent of the Participating Public Agency to function as a contract monitor only. Contractor will be responsible for ALL aspects of Maintenance and Operation of the facilities. The Participating Public Agency may assign existing contracts over time to Contractor throughout the life of the contract, at which point, Contractor will manage the various services. This will be determined based on each Participating Public Agency's policies and procedures. E. Contractor will provide innovative, customer service oriented, organized management and well trained personnel for the facilities. Contractor employees and subcontractors must act at all times in a professional manner. All Contractor employees and subcontractors must present a professional, clean and neat appearance and maintain personal hygiene, and a professional image at all times. All Contractor employees and subcontractors must be dressed in clean uniforms at all times and must have their names, company name stitched on their shirts or wear an appropriate identification badge. Contractor must ensure employees have proper safety shoes and safety equipment for work. Contractor must ensure all employees and subcontractors they utilize be trained and use all safety equipment and Personal Protective Equipment (PPE). ABM Government Services, LLC Page A -39 EXHIBIT B PROPOSAL ABM Govemment Services, LLC Page B -1 PROPOSAL FOR: FACILITIES MAINTENANCE SERVICES AND SOLUTIONS Attn: Anthony Nguyen ABM Government Services, LLC Purchasing Agent City of Newport Beach 101 Walton Way 592 Superior Avenue HGE Code: O F Newport Beach, CA 92663 CAGE Code: OUFDS DUNS: 61- 685 -8908 DISCLOSURE STATEMENT This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed — in whole or in part — for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of — or in connection with — the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in all sheets of this volume. STATEMENT OF AGREEMENT ABM Government Services, LLC hereby accepts all terms, conditions, and provisions included in the solicitation and further agree to famish any or all items upon which prices are offered at the price set opposite each item. Authorized Negotiator Kent N. Jacocks Vice President, Business Development ABM Government Services, LLC 101 Walton Way Hopkinsville, KY 42240 Phone: 270 - 885 -4642, ext. 173 Fax: 270 - 707 -4901 KentJ acocksa),abm.com Proposal Authorization 6# �,LL, -- Leslie C. Cunningham President ABM Government Services, LLC 101 Walton Way Hopkinsville, KY 42240 Phone: 270 - 885 -4642, ext. 148 Fax: 270-707-4901 Les. cunnineham(ababm. com ABM FACILITIES MAINTENANCE SERVICES AND SOLUTIONS �2EW CITY OF NEWPORT BEACH, CA � �M Buitding Value TECHNICAL PROPOSAL � 4� oao� TABLE OF CONTENTS 1. Attachments A and B ............................................................................... ............................... 1 1.1 Attachment A: Statement of Compl iance .......................................... ............................... 1 1.2 Attachment B: Proposer Information Form ...................................... ............................... 2 2. Cover Letter .............................................................................................. ..............................3 3. Executive Summary ................................................................................. ............................... 5 4. Proposer Profile ....................................................................................... ............................... 7 4.1 ABMGS Profile ................................................................................. ............................... 7 5. Qualifications ............................................................................................ ..............................8 5.1 Response to Submittal Items ........................................................... ............................... 11 5.1.1 General ....................................................................................... .............................11 5.1.2 Quality ........................................................................................ .............................57 5.1.3 Reporting and Billing ............................................................... ............................... 70 5.2 Local Staffing Plan .......................................................................... ............................... 75 5.2.1 Key Personnel Names, Qualifications, Professional Certifications, Experience, and Proposed Responsibilities ...................................................................... ............................... 75 5.2.2 Prime Contractor and Subcontractor Relationships and Responsibilities ............... 93 5.2.3 Service Request Points of Contact ........................................... ............................... 95 6. References ................................................................................................ .............................96 6.1 Reference 1, 2, & 3 .......................................................................... ............................... 96 7. Supplier Information ............................................................................ ............................... 101 7.1 Understanding and Acceptance of Supplier Commitments .......... ............................... 101 7.2 Completed and Signed Supplier Worksheet .................................. ............................... 101 7.3 Supplier Information ..................................................................... ............................... 102 8. Financial Statements ............................................................................ ............................... 134 9. U.S. COMMUNITIES ADMINISTRATION AGREEMENT, signed unaltered ............... 142 10. PROOF OF INSURANCE ................................................................ ............................... 146 RFP # 14 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title page ATTACHMENT A: STATEMENT OF COMPLIANCE Instructions: Each proposal must be accompanied by a signed Statement of Compliance. The Proposer must sign one, and only one of the declarations stated below and remit as part of your Proposal as Attachment B. No Exceptions. The undersigned declares that the Proposal submitted by (Name of Firm) ABM Government Services, LLC to provide s as described in City of Newport Beach RFP No. 13 -48 was prepared in strict compliance with the instructions, conditions, and terms listed in the RFP, Scope of Services and Draft Agreement with no exceptions taken. 11/14/13 Signature Date Kent N. Jacocks, VP, Business Development Printed Name and Title Exceptions. By signing below, the Proposer acknowledges that the Proposal submitted by (Name of Firm) has been prepared in consideration of and with exception to some of the terms of the RFP, Scope of Services and Draft Agreement. By signing below, the Proposer declares that the Proposal includes a statement that identifies each item to which the Proposer is taking exception or is recommending change, includes the suggested rewording of the contractual obligations or suggested change in the RFP, and identifies the reasons for submitting the proposed exception or change. The City reserves the right to reject any declarations that are not accompanied with the required documentation as described above. Signature Printed Name and Title Date [ Attach a separate sheet(s) detailing each exception being taken ] 791 Page 0 ABM® Building Value 2. COVER LETTER October 29, 2013 Anthony Nguyen Purchasing Agent City of Newport Beach 592 Superior Avenue Newport Beach, CA 92663 Dear Mr. Nguyen, ABM Government Services 101 Walton Way Hopkinsville, KY 42240 Office: (270) 885 -4642 Fax: (270) 707 -4901 We are pleased to submit the enclosed Facilities Maintenance Services & Solutions proposal for the City of Newport Beach in response to your recent RFP # 14 -00. In our proposal you will see that ABM's approach is a tailored solution that delivers a cost - effective program to support the City of Newport Beach. Our proposal is based on ABM's deep experience in operating and managing facilities for our many long term clients. Our experience Spans a wide variety of structures and systems from government and commercial buildings of all sizes; critical facilities like hospitals and data centers; base operating support services; locks and dams; and even airport and freight conveyer systems. This diverse skill set plus our national strength sets us apart from almost any other provider and should provide the City of Newport Beach confidence that we understand the variety of buildings and systems and can be an asset to your team, no matter how complex. To build your Facilities Maintenance Services Solutions Plan we have assembled an exceptional team of seasoned facility professionals and subject matter experts. Based on the RFP, and already having a successful janitorial contract with the City of Newport Beach, we understand your key maintenance objectives of this project to be the following: • General Maintenance to include electrical, plumbing, building repairs, window washing, pest control, snow and ice removal, security systems and any other general maintenance services. • Generator Maintenance to include preventive maintenance and repairs for generators. • HVAC Service and Maintenance to include chillers, cooling towers, induction units, sump, circulation pumps, primary chilled water expansion tank, primary and secondary hot water expansion tanks, valves, water treatment equipment, and all associated components. • Janitorial and Cleaning Services to include cleaning of windows, doors, floors, carpets, ceilings, blinds, walls, restrooms, common areas, workspaces, conference rooms, training rooms, basements, warehouses, loading docks, parking spaces and exterior grounds. RFP # 14 -00 October 29, or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. O ABM• Building Value ABM Government Services 101 Walton Way Hopkinsville, KY 42240 Office: (270) 885 -4642 Fax! (270) 707 -4901 • Grounds Maintenance and Landscaping to include turf management, shrub and landscape bed management, landscape tree management, pine straw, mulch or hardwood mulch application, seasonal color through use of flowers, fire ant control, irrigation system maintenance and cleaning of parking areas and exterior grounds. • Management Services which includes managing the performance of those sub - contractors as a designated management company working for the City or Participating Public Agency. • Total Facility Management to include the complete management of facilities whereby the Supplier will be responsible for managing all repair and maintenance work for the City or Participating Public Agency, including sub - contractors for various services. Supplier will be responsible for either providing all the services using its own staff or use sub- contractors to provide such services according to the City's or Participating Public Agency's requirements and guidelines. ABM leverages over 100 years of experience into our work process to efficiently deliver a highly successful project in less time and more accurate results. Your local ABM team is ready to begin this project as soon as awarded. We will exceed your expectations through our dedicated personnel, innovation and a commitment to customer satisfaction. ABM is an existing provider of services and understands the importance your city places on safe, clean and efficient facilities. Our plan is designed to help you preserve the high level of attractiveness demanded by your constituents and expected by you visitors. We are and will be an excellent partner for The City of Newport Beach because we have extensive experience in serving the Local Government market. We are committed as an organization to exceed expectations of this proposal for The City of Newport Beach. If there is any additional information we might provide, please don't wait hesitate to call at 270- 707 -4920. We are ready to start and become a member of the cities facilities team. Sincerely KentJacocks Vice president of Business Development ABM Government Services, LLC RFP # 14 -00 October 29, 2013 Use or diselosure of data contained on this sheet is subject to the restrictions on the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ��EWro ABM �.� CITY OF NEWPORT BEACH, CA a Building Value TECHNICAL PROPOSAL Ggooe +`� 3. EXECUTIVE SUMMARY The City of Newport Beach is a unique and beautiful destination city. It is well known for its harbors, beaches, shopping, Balboa Island, airport and irresistible quality of life. With the annex of Newport Coast and a seemingly- stabilizing economy, the City of Newport Beach has experienced tremendous growth over recent years which has accelerated the wear and tear on facility infrastructure. With a talented - yet -lean staff, the City is now in need of improvements for planning and funding the maintenance and improvements of its physical assets. ABM is well suited to be the City's selected consultant for this project because facility management is our core business. It is what ABM does around the clock, 365 days a year. Our Facilities Maintenance Services and Solutions comes from our real world experience of managing over one billion square feet of facilities in the commercial, federal and local government sectors. We all know that no two buildings are the same and one size does notfat all. RFP # 14 -00 October 29, 2013 or disclosure of data container) on this sheet is subject to the restrictions on the title page i ABRA. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH., CA TECHNICAL PROPOSAL o �� 0 a �4coaM" The same holds true for Facilities Maintenance Services and Solutions, while many maintenance elements and formatting are very similar; no two maintenance plans are the same. This will be your project, designed for you, by ABM, tailored to meet your goals and the City's objectives. Through long term agreements with other client facilities, we have seen the many sides of equipment and system failures. Deferred maintenance increases the risk of problems and unforeseen capital demands. Through years of hands on budget and operational experience, we understand how tight budgets can impact building performance. ABM's core competencies can build value for the City of Newport Beach through our efficient, collaborative and adaptive process. ABM knows buildings — it's what we do The core business of ABM is based on: • The preservation or improvement of facility assets • The safety and comfort of tenants and visitors • The continual pursuit of energy and operational efficiency. ABM does not manufacture hardware or specific products and as such evaluates our client's needs based on the best fit solution to solve a problem, preserve the asset or reduce operational costs. On a daily basis however, ABM does manufacture goodwill, quality results and satisfied clients. Our clients appreciate the fact that we are always vendor /product neutral yet always accountable for the results. ABM employs over 2,186 employees in Orange County alone. These highly skilled facility people work in one of the following facility specialty areas: Licensed Engineers, Electrical, Lighting, Energy, Facility Services, HVAC, Mechanical, Janitorial, Landscape and Grounds, Parking & Transportation, and Security. We perform these services in across a broad range of Public and Private sector commercial buildings. This means that ABM has the depth and breadth with internal resources to bring in the right people when and where they are needed, thereby reducing the hours spent on any given project or task which translates into value for our clients and saves scarce budget resources. As you review multiple responses to this RFP it is quite possible that many of the responses will begin to sound similar. We want to be sure that as you complete your review of our proposal, there are just two things that you will absolutely remember about ABM. ABM knows buildings. We are qualified. October 29, Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. ABRA. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA 4. PROPOSER PROFILE 4.1 ABMGS PROFILE • Name of firm submitting proposal ABM Government Services • List any dba's NA • Main office address 101 Walton Way Hopkinsville, KY 42240 TECHNICAL PROPOSAL • If corporation, when and where incorporated NA ��� =oat• �N�W e r f • Number of years in business ABM Government Services has been in business for over 22 years, and ABMGS's parent company, ABM, has been in business for over 100 years. • Total number of employees (United States and Worldwide) ABM has over 100,000 Employees # 14 -00 Use or disclosure of'dota contained on this sheet is subject to the restrictions on October 29, 2013 polle 0 ABM. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS 5. QUALIFICATIONS RFP # 14 -00 CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL a. 't t' 0e�E""°Rr GC /FOM1��' October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ��e`wPOq�, ABM,M CITY OF NEWPORT BEACH, CA a � Building Value TECHNICAL PROPOSAL G�o„r`� WE KNOW BUILDINGS w., .- f6cuswith OEM facto trained solutions ! technidtan partners tow cost re Y* 'E 1 •E1 .It E ABM has deep expertise multitude of industriesftOnlit5 11 .1• WwwroedlinewlySoliMm Delivers avariety0f 5010DM that provide guararneed saviq�s 1 our !!. refereT!7eable ABM Qualifications and Experience One of CA's top 20 largest employers 25% of ABM's revenue comes from CA Local Team in Irvine office Customer centric/ service based organization RFP # 14 -00 October 29, 2013 1 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page ABM. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NENWORT BEACH, CA TECHNICAL PROPOSAL ABM Los Angeles, Orange, and San Diego Employees U ,, GyFpaa`� RFP # 14 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title pave ABM FACILITIES MAINTENANCE SERVICES AND SOLUTIONS PEWP°Rr 0 0 N CITY OF NEWPORT BEACH, CA � D Building Value TECHNICAL PROPOSAL 5.1 RESPONSE TO SUBMITTAL ITEMS 5.1.1 General 5.1.1.1 Products and Services Since 1909, ABM (NYSE: ABM) has been a full- service provider of facility services with a consistent focus on innovation, quality, and customer responsiveness. This rich history of service excellence has allowed us to become one of the largest and most trusted facility services providers in the U.S. ABM's Core Competencies consist of the following services corresponding to paragraph 3 of the RFP: • General Maintenance • Electrical • Plumbing • Building Repairs • Window Washing • Pest control • Snow & Ice Removal • Security Systems • Generator Maintenance • HVAC Maintenance • Janitorial • Grounds Maintenance & Landscaping • Management Services • Total Facility Management 5.1.1.2 Related Products, Services and Solutions You'll find no "off- the - rack" solutions here. ABM's needs -based approach ensures that our services fit your requirements... whether you need us to: • Guarantee energy savings • Enhance your electrical or lighting systems • Implement ABM's GreenCare ®janitorial processes • Beautify your landscape • Handle maintenance and repair issues • Maintain your HVAC /mechanical equipment • Increase the security of your building • Generate new revenue with our innovative parking services, or RFP # 14 -00 October 29, 2013 1 or disclosure of data contained on this sheet is subject to the restrictions on the title page ABM �M FACILITIES MAINTENANCE SERVICES AND SOLUTIONS �POpr o CITY OF NEWPORT BEACH, CA � Building Value TECHNICAL PROPOSAL C1yQgN�� • Create an integrated facility solution to reduce cost and increase efficiency /reliability. With experience in all types of facilities, ABM stands ready to solve your problems today. And we'll continue to develop stand -alone or integrated solutions for you as your business evolves. 5.1.1.3 Acceptance, Understanding and Solutions ABM has thoroughly read the request for proposal RFP # 14 -00 and has a complete understanding of the scope of services provided therein. ABM will be providing the following: • General Maintenance • Generator maintenance • HVAC Service & Maintenance • Janitorial & Cleaning Services • Grounds Maintenance & Landscaping • Management Services • Total Facility Management 5.1.1.3.1 General Maintenance The following sample generic Building Operations Plan will be made more facility specific during the Phase -in Period of the contract to more reflect current operating parameters of the Newport Beach Facilities. We provide this generic plan to illustrate that we have the knowledge and capabilities to properly operate the systems and installed equipment in an economical and efficient manner. General Plumbing: The plumbing systems and equipment items located in the Newport Beach facilities will be maintained, operated, and repaired in a manner consistent with the journeyman trade for plumbers and pipefitters. Specifically, the following will be done: Clean up/Restoration: ABM will mop up, vacuum, or otherwise remove water resulting from overflowing fixtures, leaks, clogged drains, etc., as part of the repair. Walls, ceilings, and other structures, paved areas such as sidewalks and roads, grassed areas, etc., which are damaged by and/or removed to gain access to leaks, clogs, or other defects will be restored by us to original condition. Clogged Toilet, Urinal, or Sink Drains: We will (when required to make repairs) disassemble fixtures, exterior or interior piping and traps, and clean out pipes. When any fixture is removed, we will replace all bolts, nuts, washers, wax seals, and caulking. All slip joint washers will be replaced with new after each removal. Any clogged toilet fixture will be treated as an Emergency Service Call. Loss of Water Pressure: If loss of water pressure occurs within the piping, ABM will determine the source of the problem and repair it as quickly as possible. Work may include disassembly RFP # 14 -00 October 29, 2013 1 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. W FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ABMIM C1TY OF NEWPORT BEACH, CA OP Building Value TECHNICAL PROPOSAL and removal of interior piping, cleaning out of piping, or replacing of existing piping with new piping of like materials. Overflowing Plumbing Fixtures: In the event of an overflow problem, the water supply will be turned off as close as possible to the faulty overflowing plumbing fixture. Faulty valves/faucets and blockages will be treated as an Emergency Service Call. Back - flowing Floor Drains and Disposal Units: Back - flowing floor drains and disposal units will be treated as clogged drains discussed above. Loss of Hot Water: The water supply will be turned off in the event of leaking hot water pipes or water heaters. Leaking piping or water heaters will be repaired or replaced and service restored as quickly as possible. While performing the needed repair or replacement, the ABM will also repair any damage caused by the defective item to restore the building or facility to its original condition. For example, replacement of a leaky pipe would also include repair of water damage to the surrounding walls, floor, and/or ceiling. Sump and Ejector Pumps: If the pumps are not operational, the systems involved will be shut down and affected restrooms tagged "out of order." ABM will determine the source of the problem and make repairs. The system will be restored to normal operations within one (1) working day. If pump failure shuts the systems down, a temporary pump of adequate size will be installed in its place until the proper components become available. Plumbing Fixtures: All sinks, tubs, toilets, urinals, basins, faucets, lavatories, showers, drain lines, etc, will be free of leaks and drips, operate properly, drain freely, and free of excessive cracks and coloration. All fixtures and components thereof that cannot be repaired will be replaced with fixtures that are in strict compliance with the Building Official Code Administrators International (BOCIA) Basic Plumbing Code 978, Water Heaters: Water heaters will be repaired or replaced as required to provide hot water without leaks. Controls, control devices, and safety devices will operate safely and properly. Water heater insulation jackets will be installed on all replacement water heaters and or existing units when excessively worn, damaged, or missing. Drinking Fountains/Water Coolers: ABM will maintain, repair, and replace all water fountains and their component parts. Fountains will be free of leaks and must operate in accordance with the manufacturer's design specifications. All damaged and worn component parts will be replaced. Any current material or component parts containing lead will be replaced with lead free material or component parts. Replacement fountains /water coolers or component parts will be equal to or better in quality, size, and capacity to that being replaced and will be lead free. Fountains will be firmly secured to support structures, and free of movement and vibration. Gas Lines: Natural gas and other gas lines will be maintained from (inclusive of) the cut off valve at the pressure regulator and/or storage tank to (inclusive of) the appliance, heater, or water heater connection. Electrical RFP # 14 -00 Use or disclosure ofdata contained on this sheet is subiect to the restrictions on October 29, 2013 Page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS w ABM ° CITY OF NEWPORT BEACH, CA *� U Building Value TECHNICAL PROPOSAL Gr�o„r�" ABM will staff the Newport Beach facilities with sufficient qualified electricians and technicians to inspect, maintain, and repair the following: • Electrical Distribution System, • Emergency Power Systems, • Fire Detection Systems, and • Emergency Lighting. Electrical Distribution Systems The electrical distribution system will be inspected at the frequencies and requirements of the GSA guides for the electrical distribution system items or as modified in the MAXIMO program. Our master electricians will document results of the periodic preventive maintenance testing and inspections in the format prescribed by MAXIMO. A report of findings, adjustments made, and other pertinent data will be submitted to the designated City officials within 30 days of inspections. All work performed by our technicians will be accomplished as required by the National Electric Code. When applicable we will use the two -man safety procedures where high voltage is present. Proper safety equipment will be provided to our electricians to perform their required tasks in a safe and professional manner. Any item that contains hazardous materials such as ballasts, transformers, fluorescent tubes, and other items will be handled in the appropriate manner and in accordance with Federal, State and, local regulations. ABM will replace all fluorescent tubes with "green tip" energy saving tubes. Emergency Power Systems (EPS) The emergency power systems or emergency generators will be maintained at the frequencies indicated in the GSA PBS P 5850 guides or as modified in the MAXIMO program. Our technicians will perform the tests and inspection that are greater than annual. The annual inspections and maintenance will be performed by our local area emergency generator maintenance firm. Load testing will be provided by utilizing building load or existing installed load -banks (if required). Fire Detection System Our technicians will conduct preventive maintenance tests and inspections of the fire detection systems on a frequency referenced in the GSA PBS P 5850 or as modified in the MAXIMO program. Fire system testing that would or could sound an alarm will occur after normal hours and will be coordinated with the designated City officials, fire department, security, and any central station monitoring firm. Repairs to the system as a result of findings of these inspections and testing will be considered emergency situations and we will adhere to our proposed emergency responses to repairs. We will physically test each device in the facilities and a report of findings and any resulting corrective actions taken will be provided to the designated City officials. Emergency Lighting and Signage RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ,q�, ABM,MCITY OF NEWPORT BEACH, CA Building Value TECHNICAL PROPOSAL 3 4 ,FO„rr The emergency lighting and signage (normally includes exit signs) will be maintained, tested, and inspected by our technicians. The frequencies and tasks of preventive maintenance will be those as described by PBS P 5850 PM guides or as modified by MAXIMO. Emergency lighting should include battery operated, manually tested units as well as automatic fluorescent fixtures. We will be responsible to ensure that the batteries and bulbs are at all times operable, the fluorescent fixtures are completely operational and, that exit signs are lighted. ARCHITECTURAL AND STRUCTURAL ABM will provide all labor, materials and equipment in order to provide a quality program of architectural and structural maintenance and repairs. Our maintenance and repair program is developed with the prevention of premature damage and deterioration of the interior and exterior of the facility as a focal point. Examples of architectural and structural include but not limited to: • Floor Covering • Interior Walls • Patios • Driveways • Doors • Overhangs • Downspouts • Drapery Hardware • Venetian Blinds • Ceilings • Exterior Accessories • Gutters • Wall Mounts • Flashing • Doors • Hardwood Flooring • Terrazzo • Marble and Granite • Exterior Stairways • Ramps • Sidewalks • Windows • Splash Blocks • Fenestration • Signage • Ceiling Tiles • Interior Stairways • Columns • Ventilators • Skylights • Roofing • Carpeting • Concrete Floors • Exterior Walls 5.1.1.3.2 Generator Maintenance The generators installed at the Newport Beach facilities will be tested each week for 15 minutes. Our qualified personnel assigned to work will perform the run -up of the generators, test all associated equipment, and make adjustments to the operating parameters. Weekly, we will operate each generator for a period of 15 minutes. We provide, (below) our standard generator operating log which we will provide on this contract, upon approval of the designated City officials. RFP # 14 -00 October 29, 2013 or diselostire of data contained on this sheet is subject to the restrictions on the title page of this proposal. ABM. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL EMERGENCY GENERATOR TEST CHECKLIST Cl��£W�� r GLICOPN�' Emergency Generator Test Checklist Every six months the following services will be performed: • Electrical System— AC & DC • Fuel System • Lithe Oil System • Cooling System 5.1.1.3.3 HVAC Service and Maintenance HVAC SYSTEMS • Air Intake/Discharge System • Exhaust System • Generator Set • Switchgear Shutdown of Heating and Air Conditioning Equipment: Prior approval will be obtained from the designated city personnelfor any work requiring shutdown of any equipment, except for an emergency. Shut downs not approved by the designated city personnel will be accomplished outside normal working hours. Operation of Certified Boilers (if applicable): ABM will not operate any power boiler that does not have a valid Annual State Inspection Certificate for which we will be responsible. The designated city personnel will be notified if unsafe conditions are found following repair of a pressure part, after any major modification to boilers, control equipment, or associated components. The affected equipment will not be placed back in operation until written authorization is received from the Government. Pressure Testing: ABM will accomplish pressure testing for leaks when repairs or alterations are made involving the integrity of gas, vacuum, lubricating oil, hydraulic systems, refrigerant, steam, hot water, feed - water, chilled water, condenser water or make -up water systems while conducting maintenance or repair. If the repair requires that a mechanical joint be disconnected and reconnected or a weld repair is required, the pressure test will be visually inspected at RFP # 14 -00 October 29, 2013 1 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this prol LOCATION: UNIT ID: MONTOMW BE LOGGED READING VISUAL CHECK X COMMENTS Time Started Oil Level Hour Meter (Start) Water Level Time Stopped Belts Hour Meter (Stop) Vibration Water Temperature Battery Oil Temperature Radiator Oil Pressure oil Leaks Battery Specific Gravity Water Leaks Output Voltage Electric System Amperage Cleanliness ADDITIONAL COMMENTS: Emergency Generator Test Checklist Every six months the following services will be performed: • Electrical System— AC & DC • Fuel System • Lithe Oil System • Cooling System 5.1.1.3.3 HVAC Service and Maintenance HVAC SYSTEMS • Air Intake/Discharge System • Exhaust System • Generator Set • Switchgear Shutdown of Heating and Air Conditioning Equipment: Prior approval will be obtained from the designated city personnelfor any work requiring shutdown of any equipment, except for an emergency. Shut downs not approved by the designated city personnel will be accomplished outside normal working hours. Operation of Certified Boilers (if applicable): ABM will not operate any power boiler that does not have a valid Annual State Inspection Certificate for which we will be responsible. The designated city personnel will be notified if unsafe conditions are found following repair of a pressure part, after any major modification to boilers, control equipment, or associated components. The affected equipment will not be placed back in operation until written authorization is received from the Government. Pressure Testing: ABM will accomplish pressure testing for leaks when repairs or alterations are made involving the integrity of gas, vacuum, lubricating oil, hydraulic systems, refrigerant, steam, hot water, feed - water, chilled water, condenser water or make -up water systems while conducting maintenance or repair. If the repair requires that a mechanical joint be disconnected and reconnected or a weld repair is required, the pressure test will be visually inspected at RFP # 14 -00 October 29, 2013 1 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this prol ABM M � FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ?EWP°R> m CITY OF NEWPORT BEACH, CA s= " � Building Value TECHNICAL PROPOSAL 44 oaNs operating pressure after 10 minutes of operation. If the system is altered or a replacement component is installed, excluding gaskets, the pressure test will meet the same requirements as the original installation specification. If the repair is made to a buried section of the system, the pressure test will be accomplished prior to covering the repair area. Structural Support Systems: ABM will accomplish the repair or replacement of pipe hangers, supports, expansion loops, guy wires, anchor rods, screw anchors, turnbuckles, motor mounts, fasteners, and anchors while conducting maintenance and repair. Valves: We will repair or replace deteriorated, damaged, and leaky valves, stems, disks, seals, packing, bonnets, and gaskets. If a valve requires disassembly for repair, then ABM will, while the valve is disassembled, clean the bonnet, lubricate the stem, and inspect the valve for signs of deteriorated or damaged packing and broken, bent, corroded, or missing parts. After the valve is restored, we will apply system pressure to ensure all joints are sealed, and check for seat, body, and packing leaks, and check for proper operation, correcting any defects found. We will apply anti -seize compound conforming to gasket surfaces and moving parts. Expansion Joints: ABM will accomplish the replacement of deteriorated, damaged, and leaky expansion joints, associated fasteners and insulation. The new expansion joints will be installed with new fasteners and insulation. Traps and Y -Type Strainers: We will repair or replace all defective parts of traps and Y -type strainers such as baskets, plugs, gaskets, bellows, floats, valves, valve seats, hooks, buckets, linkages, and strainer orifices. If repair requires disassembly, we will clean, inspect, and test the trap or strainer in the same manner as valves. ABM will test traps and strainers to determine correct operation, and repair /replace damaged insulation. Fasteners (Steam, Condensate, and Hot Wa threads, missing fasteners or new installations, fasteners. We will apply high temperature ant associated fasteners. :er): When required by deterioration, damaged we will remove the existing and or install new -seize compound conforming to all boiler and Fasteners (Potable Water, Chilled Water, or Condenser Water): When required by deterioration, damaged threads, missing fasteners, or new installations, ABM will remove the existing and or install new fasteners. Gaskets: When required, ABM will install new gaskets conforming to the manufacturer's specifications and/or the latest code and industry standards for boiler watersides and boiler firesides. We will apply high temperature anti-seize compound to boiler gasket mating. Conduit: ABM will repair and replace damaged electrical conduits and tighten or repair defective or loose connections to all conduits. Valve Houses and Pits: We will, while performing work in steam line valve houses and manhole pits, repair or replace defective covers, supports, guides, and ladders, and will be alert to defects in other systems and the surrounding manhole and conduit. Water Treatment: ABM will provide chemical water treatment to control corrosion, the growth of algae, viruses and all other micro - biological growth to: steam and hot water boilers and their associated systems, chilled water systems, cooling towers, condenser water systems, and fire suppression systems. Water treatment disposal will be in compliance with applicable state and RFP # 14 -00 October 29, 2013 . Use or disclosure at data contained on this sheet is subject to the restrictions on the titlepage ABM. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL �2E U � t GC /FOPM\ local requirements. Water treatment chemicals containing chromium or tributyltin will not be used. Refrigerants: ABM will accomplish the use, handling, holding, cleaning, disposal, modifying, repairing, and testing of all refrigerants and refrigerant systems in accordance with all applicable Federal, State, local, EPA and American Society of Heating, Refrigerating and Air- Conditioning Engineers (ASHRAE) regulations. Pipe - Insulation: We will repair or replace damaged or molded pipe insulation as found or caused in accomplishing PM or repair. When repairing or replacing insulation, we will inform their personnel of the possible hazards of asbestos and must comply with the requirements in the ABM Safety and Health Plan. Heating Systems ABM will be responsible for having fired and unfired pressure vessel inspections accomplished by certified personnel, in accordance with the National Board of Boiler and Pressure Vessels, ASME Boiler and Pressure Code requirements and for completing and posting inspection certifications on or adjacent to each pressure vessel in the building. We will require the licensed inspector to use approved inspection forms for each unfired pressure vessel inspected. We will also ensure the inspection schedule and procedures are incorporated into Maximo. Cooling Systems Our personnel will maintain the cooling systems at Newport Beach facilities in such a manner that no disruption to the required operating parameters will occur. Any breakdown to the systems or equipment items will be considered an emergency situation and we will take whatever measures necessary to bring the systems or equipment items back to design specifications as soon as possible. Our personnel will work continuously until the breakdown is corrected and the operating parameters of the facility are again restored. This includes: • Centrifugal Chillers • Coils • Reciprocating Chillers • Pumps • Liquid and Air - cooled A/C Systems • Purge Units • Package A/C Units • Controls • Computer Room Cooling Units • Evaporators • Cooling Towers AIR DISTRIBUTION SYSTEM • Air Filters and Dryers • Refrigerant Compressors • Thermostats • Humidifiers • Fan Coil Units • Ventilation Blowers /Fans • Ice Machines (if applicable) • Service Valves • Refrigerators (if applicable) • Dampers • Water - coolers • Condensers October Use or disclosure ofdata contained on this sheet is subject to the restrictions on the title page of this proposal. ABM. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL G4FORN`r NrFwvp� m The air distribution systems will be treated with equal importance to the building cooling systems referenced above. Any breakdown to the systems or equipment item will be treated as an emergency situation. The systems included are: • Air Handling Units • Unit Heaters • Duct Work • Steam Humidifiers • Glycol Systems • Finned Tube Radiators • Constant Volume Terminal Units • Mixing Boxes • Exhaust Systems • Other Associated Air • Variable Volume Terminal Units Distribution Items • Supply Fans 5.1.1.3.4 Janitorial and Cleaning Services Custodial services will be provided by highly experienced trained personnel. We have developed our custodial techniques and procedures based on over 100 years of combined professional experience. Our techniques are fully compliant with Joint Commission on Accreditation of Healthcare Organizations (JCAHO), International Sanitary Supply Association (ISSA —The Worldwide Cleaning Industry Association) and Naval Hospital (NAVHOSP) Infection, Prevention, and Control Plans. We have found that on our contracts that include custodial services, we provide a much better service to our customers than those services provided by subcontractors. We understand that this service is Performance Based and we are responsible for maintaining the facilities in a clean condition that will meet all code requirements. Our PM will be tasked with developing a schedule for all custodial tasks by building and according to normal work and after work hours. Bathrooms and hallways will be checked in the morning and afternoon and any hazardous spill that may occur will be handled immediately whenever needed regardless of normal working hours. Our schedule will be updated annually. Periodic tasks will be maintained within the CMMS and tasks will be generated on custodial service orders when scheduled for accomplishment. 5.1.1.3.5 Grounds Maintenance and Landscaping Grounds Maintenance will be conducted by highly qualified personnel. Our experience has shown that the condition of the grounds and landscaping make a first and lasting impression. We will ensure that this function receives the required highest level of commitment for this Prestigious City of Long Beach. All grounds will be maintained at the highest 1" level. Grounds maintenance will be performed on the weekends when facilities are not in use and will include the following, but not limited to: • Turf Management • Mowing/Trimming • Fertilization & Turf Control • Shrub & Landscape Management • Pruning RFP # 14-00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title pave of this proposal. ® FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ����"�qr, ABM,. • CITY OF NEWPORT BEACH, CA u Building Value TECHNICAL PROPOSAL 0+amoa��'� • Fertilization • Weed Control • Shrub & Groundcover Disease — Insect Control • Landscape Tree Management • Mulch Application • Seasonal Color • Fire Ant Control • Drainage Structures • Irrigation Maintenance • Water Conservation 5.1.1.3.6 Management Services Management Services only will be provided only to the requesting public agencies that request that service for a particular service only. We understand that this function will be to manage the sub - contractors that the public agency directly chooses. All sub - contractors will be managed as if it were our employees being monitored for the same Quality and Safety standards. ABM will submit an annual sub - contractor project plan after interaction with the sub - contractors to designated City personnel before any services are performed that will be a guideline but will not limit any performance of any additional task needed. ABM Responsibility will include the following: • Performance Management • Expense Management • Work Order Management • Maintenance Management • Conducting Site Visits & Inspections 5.1.1.3.7 Total Facility Management Total Facilities Management will be administered as discussed throughout this proposal. ABM will provide total management to all aspects of the Newport Beach contract that encompasses multiple disciplines to ensure functionality of the built environment by integrating people, places, processes and technology. ABM is "Total Facility Management". 5.1.1.4 Methodologies /SOP'S ABM has read and comprehends all of the requirements and specifications of RFP- 14 -00. We will fully describe our methodologies for accomplishments of all of the requirements and specifications in the following proposal. Any methodology omission to any requirement and specification is completely unintentional. We wholly acknowledge the entire solicitation and will comply with all specifications and requirements indicated in the solicitation. We take no exception to any parts of the solicitation, resulting contract, or to any amendments or modifications to the solicitation or resulting contract. # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page i ABM, Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL f00.0.� o ; �my au P G ABM is pleased to present the following Management Plan and Plan of Operation to the Newport Beach Facilities. We completely understand that this solicitation is considered to be a performance -based contract procurement, and that most of the methods of task accomplishment are not specified by the Government. It has been our experience that such contracts, when awarded to reputable companies, have been successful. ABM assures the Newport Beach Authorities that our services will be of the highest caliber, will enhance the property, will maintain design specification of equipment, provide a comfortable and pleasing workplace for tenants, and provide tenant satisfaction and courteous response to all requests for our services. On all of our more recent contract acquisitions we provide the following services as an extension to our basic services. It will be our pleasure to provide these services in Newport Beach for the U.S. COMMUNITIES Government Purchasing Alliance: • Partnering, • Invisible Workforce, • Pro - active Management, • "System Thinking ", and • Active Quality Control. These above listed attributes to our overall maintenance programs are why ABM is five -steps ahead of our competition. Each bulleted element will be further discussed in the succeeding paragraphs to illustrate that our program stands above all others that you will receive on this procurement. We offer an in -depth maintenance program designed to provide total tenant satisfaction. We have a thorough understanding of what is expected of us at the Newport Beach Facilities. Only an experienced contractor in Commercial Facilities Management contracting for the Government can provide this understanding. We understand our responsibility to perform all actions required in order to achieve these tasks. This plan will demonstrate to the Newport Beach officials that we have the capability, experience and ability to provide the Commercial Facilities Management (CFM) Services at the Newport Beach facilities through the combined effort of our very capable management team, experienced workforce and professional vendors and subcontractors. Our sole purpose, as a Commercial Facilities Management contractor is to provide tenant satisfaction. We accomplish this through a number of methods; however, customer service is our primary method of achievement. Customer service can mean different things to different contractors but to ABM it means safety, comfort, and confidence in the company that maintains their workplace. It will be our pleasure to provide a level of service at the Newport Beach facilitities that will preserve and enhance the condition of the facilities. We will achieve this by providing a program that will maintain design specifications and lengthen the life expectancy of the building equipment and systems through a quality maintenance program. We look forward to providing a clean, pleasing, and comfortable work atmosphere for the occupants of the facility. CONTRACT MANAGEMENT PHILOSOPHY RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this prof FACILITIES MAINTENANCE SERVICES AND SOLUTIONS �,�W %pT ABM," °` CITY OF NEWPORT BEACH, CA � it Building Value TECHNICAL PROPOSAL �aFOa�s At ABM, we have developed a management philosophy that is based on combining three separate management techniques into one futuristic approach to provide the most powerful management team available. The results have been astounding and eagerly accepted by Government contracting officials across the country. Our management philosophy continues to be the key to our success. Part One - Total Quality Management Technique From the very inception of a contract, we mold the contract into a well - formed and organized "machine ". Our philosophy is not to look at day one of the contract, but rather towards each and every day of the entire contract. From the very beginning, we attempt to recruit the most qualified individuals to perform contract services. We offer employees a stable working environment, continuing job - related educational opportunities, competitive benefits and opportunities for advancement. We search out the most capable management team available, provide them with any assistance and training requested or needed and continuously support them on a daily basis. We then mold the management team and our workforce into a highly motivated entity with only one objective ❑ to satisfy the Government by providing a service that is efficient, economical and reliable. Vendors and subcontractors are also involved in our Total Quality Management program. Our contract personnel seek out the most capable and competitive vendors and subcontractors available. Our Project Manager meets with potential vendors and subcontractors to discuss issues such as safety, quality, expedience, references, professionalism, etc. All issues are investigated and scored and the vendor or subcontractor chosen from the process is introduced to all employees. Vendors, subcontractors and ABM employees work together. At ABM, we strongly discourage the statement, "That's your job!" We work together to achieve our common goal, which is tenant satisfaction. Part Two - Autonomous Management Technique Our Project Manager has complete day -to -day authority to operate this contract for ABM, along with the full decision making authority, negotiation authority, signature authority, and operating authority. It has been our experience that Government officials readily accept this practice, which allows them to physically have day -to -day contact with the person authorized to make decisions. Our employees also accept this practice because they realize that when a decision or policy is handed down, it will be supported by a person at their location, rather than a name on some bulletin board organization chart. Our joint venture office backs the Project Manager's autonomous authority with sufficient funding and resources to make his or her authority real. Part Three - Affirmative Management Technique Affirmative management is a term that we at ABM have developed. The concept of affirmative management has been refined over the years and we feel today that it is the pinnacle of our total management philosophy. RFP # 14-00 October 24, 2013 1 or disclosure of data contained on this sheet is subject to the restrictions on the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS �tiWPp"r�. ABM," �� CITY OF NEWPORT BEACH, CA � � U S Building Value TECHNICAL PROPOSAL 4��oa,.�r In simple terms, affirmative management is offering complete satisfaction to our customer, no matter what it takes to accomplish that level of satisfaction. We have led the nation's operations, maintenance, and repair contractors in becoming a "Pro- active" contractor and we are today one of the leading Commercial Facilities Management contractors for the Government. In order to achieve our affirmative management technique, we bring some innovative solutions to time -aged problems that are prevalent in operations, maintenance, and repair contracts. To mention a few, we offer as standard fare at ABM: • Thorough and in -depth quality - control inspections, to the extent that they may be 100 %. • A monthly management facility walk- through condition inspection, encompassing 100% of the entire facility each month of our contract. • Work extra hours to expedite a project or provide a better product. • Increasing quality standards, over a period of time, which are placed upon our employees. • Holding routine discussions with tenants over concerns and solutions that would be beneficial to the entire tenant population. When these three parts are joined into one management philosophy, we offer the Government a management style that is unequaled in our industry. ABM has discovered, over the years, that when the preceding elements are blended in a positive manner, a very successful contract evolves and produces: • A Satisfied Customer, • Satisfied Subcontractors, • Satisfied Employees, and • A Satisfied Contractor. Our management concepts strive to achieve all of the above. By using our management concepts, we have been successful on current and former contracts and will be so on this resulting contract. Our proactive mindset, ultimately, allows us to be responsive to all contract tasks. A) PARTNERING At ABM we don't just talk about partnering; we actually practice it on each and every one of our Commercial Facility Management and Operation and Maintenance type contracts. We have found that partnering relationships with our clients to be most beneficial. Partnering is not just words, it's interaction among all facets, including tenants, Newport Beach officials, our employees, and our management staff. It is designed to bring concerns forward, develop suggestive solutions, and work together to mutually resolve the concern. We propose that on a monthly basis, or on a time frame that both ABM and the Newport Beach officials agree to, a joint meeting take place to discuss the events of the previous month relating to the Commercial Facility Management (CFM) contract. At the same time, discussions on upcoming monthly events and resolutions of any issues that those events might encounter will be discussed. These partnering meetings are meant to be open forum type meetings in which any Newport Beach contracting official may attend as well as tenant department heads, should they RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page i ABM. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL Q� c��°°0°kr. o � tecom'� have an issue of concern to discuss. This concept is an excellent method to keep tenants and Newport Beach officials informed of the condition of their facility as well as allowing open discussions meant to convey information to the contractor that can be dealt with in a constructive manner versus an adversarial manner. B) INVISIBLE WORKFORCE Those maintenance actions that could be disruptive to the occupant population of the facility or disruptive towards the mission of the Newport Beach will be scheduled at rimes when the required tasks would be more appropriate, such as "off- season" or between the hours of the least occupancy. We call this our invisible workforce because the required tasks are accomplished where the occupants are unaware of the performance. The actual implementation of a defined program will be a mutual development between the Newport Beach officials and our management team. ABM will meet with these officials soon after award to address all facets of the maintenance program and determine which services would be more appropriate to perform during other than normal tenant work hours. C) PROACTIVE MANAGEMENT Our proactive management program is standard fare on our contracts. It includes monthly condition walk - through inspections of the facilities. During this management inspection, our Project Manager will discuss concerns from the occupant population, perform a condition inspection of the facility, and order corrective actions to correct deficiencies. We will discuss this in more detail in our quality control discussions. The second part of our proactive management program involves all of our employees. Our employees are required to report ALL discrepancies discovered at the facility to our Customer Service Representative upon discovery. Work orders will be generated and corrective actions taken. We consider this an important feature of our overall management approach because it relieves the Newport Beach occupants from taking time from their duties to call in service calls. It also offers a comforting feeling to the occupants that their CFM contractor is actually maintaining their facility in a quality condition. D) SYSTEM THINKING ABM performs "system thinking" on each and every contract. System thinking is a thought process whereby we think of the entire facility as one system. In other words, should we make adjustments or repairs to one appurtenance or system, how will that affect the rest of the systems and occupant comfort throughout the entire facility? An integrated maintenance program, an active quality control program, Newport Beach/ABM partnering, construction guidance, and a budget- minded on -site workforce combined into an overall thought process provides the basis of system thinking. Our primary purpose as your maintenance contractor will be to provide tenant satisfaction, ensure the equipment in the buildings operate at their optimum design specifications, and to do our best to extend the life expectancy of the high dollar equipment in the Newport Beach Facilities through preventive and predictive maintenance programs. The best way to achieve our purpose is to integrate "system thinking" into our overall maintenance program. If the facility and all of its systems works correctly and as designed, the tenants will be satisfied with their workplace. RFP # 14 -00 October 29, 2013 Use or disclosure oj'data contained on this sheet is subject to the restrictions on the title pave ABM. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL �4cpaN�P �`'EiWP�r,j, o m Our Manager and all of his employees will be acutely aware of how the systems are interfaced and how they actually were designed to work together. The building has many systems that, if altered, change the entire design operating specifications, such as interlaced systems like fire, security, EMS, and elevators. Our proposed Manager and employees will be experienced in the general knowledge of the systems, and within a short period of time will become knowledgeable of the specifications and design capabilities of the Newport Beach facilities. Our primary focus will be that the installed systems operate at a non -taxed level to reduce over - burdening and ultimate failure of parts, items, or the entire system. Breakdown of the "system thinking" process normally happens during tenant improvement projects. As an example, agencies might request additional air distribution vents or to add a few walls to their areas without any concept of the resulting air flow to the rest of the tenants on the same trunk line. It will be our responsibility to address these potential problems with our management and operating personnel for each project requested of us as part of our total facility "system thinking" program. This entire proposal encompasses what we consider a logical and intelligent approach to "system thinking ". We have proposed the very best integrated maintenance program available, while maintaining a staffing level within the overall budget of Newport Beach. We are confident all that has been proposed can be accomplished with our proposed staffing levels and the budget proposed. ABM has had great success with our "system thinking" (figure below) approach to management, operation, maintenance, and renovations on similar contracts. Service calls have been reduced, repairs have been reduced, and it has been proven that we have actually reduced utility consumption because of our approach to maintaining the facilities. The following chart provides a basic concept of how we approach the repair aspects of this contract. This chart is just a small sampling of our "system thinking" process that encompasses renovation, estimating, specification development, tenant improvements, construction, and improvement projects. RFP # 14 -00 October 29, 2013 or disclosto e of data contained on this sheet is subject to the restrictions on the title page AM& Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL d` �,Ea% m G G4coR��! "System Thinking" E) ACTIVE QUALITY CONTROL Tenant satisfaction will be our primary concern at the Newport Beach facilities. This entire proposal is structured towards that effort. When tenant spaces are clean and neat, environmental conditions are comforting, tenant spaces are properly lighted, the restrooms are clean and supplied, and the tenants' impression that their CFM contractor is in the facility to take care of their needs, then tenant satisfaction has been accomplished. In order for all of the above - referenced issues to happen, we must first provide the very best maintenance program available to the Newport Beach facilities. We must ensure our maintenance program is doing as it was designed and proposed to do. Therefore, we are RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ��e`p%gr ABM,"CITY OF NEWPORT BEACH, CA � u y.g Building Value TECHNICAL PROPOSAL q4 UM1M`r proposing an active quality control program. We will have total involvement in our quality control program, from our custodial staff to our Project Manager. Each level of maintenance, each service and, each level of supervision will be included in our quality control plan. The integration of our basic management plan, our partnering techniques, our invisible work force, our proactive management, our system thinking process, and our active quality control program allows us to provide a premier maintenance management service to Newport Beach. ABM prides itself on providing the very best service to each of our clients, a plan that includes the following: A Systems Approach to Management Offering: • A solid and proven framework for the Project Manager to manage the workforce and concentrate the efforts of the organization on contract performance objectives; • Integrated system thinking; • Effective cost, schedule, and technical control; • A systems analysis approach; • Defined performance objectives and adjective metrics; • Optimization of business management procedures, operations, maintenance procedures, environmental analysis, quality control, safety practices, physical security procedures, and project control procedures; and • A one -on -one relationship between key personnel and their Government counterparts. 5.1.1.5 Type of Equipment and Personnel Equipment: • BACK BRACES • GLOVES • SAFETY EQUIPMENT • SAFETY GOGGLES • SAFETY SHOES • EYE WASH STSTION • UNIFORMS • AUTOCAD • CELL PHONES • COMPUTERS/NETWORK • HANDHELD COMPUTERS /SCANNERS • INTERNET SERVICE • ISDN LINE • 35 QUART WATER BUCKET/WRINGER • VCR • ARERATOR, GROUNDS • BLOWER, GRASS • BUCKET TRUCK • CHAIN SAW • EDGER, GRASS • GROUNDS HAND TOOLS • HAND TOOLS, GROUNDS • HEDGER, BUSHES • MOWER, PUSH, 22" • MOWER, RIDING, 60" • SPREADER, GROUNDS RFP # 14 -00 October 29, 2013 1 or disclosure of data contained on this sheet is subject to the restrictions on the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ABM,. CITY OF NEWPORT BEACH, CA op Building Value TECHNICAL PROPOSAL • LAPTOP COMPUTERS • LASER PRINTERS • MAXIMO USER LICENSE • MAXIMO (CMMS) • NETWORK SERVER • NEXTELPHONES • PAGERS • PULSAR ESTIMATING • RADIOS HANDHELD • T -I LINE (VPN LINE) • TELEPHONE SYSTEM • VIRTUAL PRIVATE NETWORK (VPN) • ANSWERING SERVICE • BASE STATION RADIO • CHAIRS • COMPLEX, CONTRACTOR BUILDING • DESK • FAX MACHINE • FILING CABINETS • OFFICE EQUIPMENT • OFFICE SUPPLIES • PHONE BILL • POSTAGE • REFRIGERATOR • STOVE • TELEVISION • UTILITIES • LADDER, 8' • LADDER, EXTENSION RFP # 14 -00 or' on • SPRINKLER HEADS • STREET SWEEPER • TILLER, GROUNDS • TRAILER • WATER HOSES • WEED EATERS, GAS • ACETELYNE TORCH KIT • AIR COMPRESSOR • AMP METER • ANGLE DRILL • APPLIANCE HAND TOOLS • CARPENTER HAND TOOLS • CORDLESS DRILL • DOLLY, APPLIANCE • DOLLY,CARPENTER • DRILL PRESS • DUCT CLEANING MACHINE • FLOOR BUFFER, CARPENTER • FLOOR SANDER, 12" • FLOOR SANDER, 8" • FLOOR SANDER, EDGER • GAS LEAK DETECTOR • GLASS CUTTING MACHINE • GMW HAND TOOLS • HAMMER DRILL • HAND TOOLS • INFRARED ELECTRICAL TESTER • KEY MACHINES • LABELING MACHINE October 29, 2013 to the restrictions on the title page of this prof 0 FACILITIES MAINTENANCE SERVICES AND SOLUTIONS �P�PbRr AB&41. CITY OF NEWPORT BEACH, CA � D Building Value TECHNICAL PROPOSAL q� ,,.� ���oa • LOCKSMITH HAND TOOLS • LADDER, 12' • MEGGER • LADDER, 6' • MTH HAND TOOLS • CAUTION SIGNS • OHM METER • WET FLOOR SIGNS • PAINT SPRAYER • RESTROOM CLOSED SIGNS • PALM SANDER • FEATHER DUSTER • PIN SETS • DUSTER W/EXTEND HANDLE • PLUMBER HAND TOOLS (UP TO 15') • REFRIGERATE HAND TOOLS • EXTENSION POLE (UP TO 15') • REFRIGERATE MANIFOLD • ELECTRIC EXTENSION CORDS (25') • REFRIGERATE RECOVERY ELECTRIC EXTENSION CORDS • REFRIGERATE, LEAK (50') DETECTOR BASEBOARD BRUSH • ROTTER • DUST PAN • SEWER MACHINE (LARGE) TOILET BOWL BRUSH • SEWER MACHINE (SMALL) BRISTLE • TABLE SAWS MAID CADDY • TOOLS & EQUIPMENT PUSH BROOM (24') • VISE BENCH • WAREHOUSE BROOM • JACK STAND 5T ANGLE BROOM • HOSE REELS 1/2" • JANITOR BROOM • WATER HOSES BUFFING PADS • BENCH GRINDER STRIPPING PADS • AIR COMP PORTABLE • DISPOSABLE GLOVES (BOXES) • VACUUM, SHOP, 6 GAL SPONGES • VACUUM, SHOP, 12 GAL MOP HEADS • VOLT METER • DUST MOP HEADS • VAN RACKS, SHELVING WAX/MOP HANDLES (60 ") • VANS, CARGO • SQUEEGEE BLADES (12 ") • VEHICLE INSURANCE • SQUEEGEE BLADES (18 ") • HIGH PRESSURE STEAM RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal 0 FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ewe ABMCITY OF NEWPORT BEACH, CA 0 ¢ " o • Building Value TECHNICAL PROPOSAL Garoa� °' MACHINE • CARPET EXTRACTOR • UPRIGHT VACUUMS • WET & DRY VACUUM (15 -25 GALLON) • AIR BLOWER • JANITOR CART • MOBILE TRASH BRUTE (44 GALLON) Personnel: • SQUEEGEE BLADES (24 ") • GENERAL PURPOSE SCOURING PADS • SAFETY GOGGLES • DUST MASKS • SAFETY BACK BELTS • CLEANING/DUST RAGS (PACKAGES) • CLEAR SPRAY BOTTLES • SPRAY BOTTLE NOZZLES • Qualified technicians will provide the following services: • Electrical Maintenance • Plumbing Maintenance • Electrical Maintenance • Building Maintenance • Security System Maintenance • Generator Maintenance • Supervisor /Groundkeeping • Water Manager • Project Manager • Quality Control Manager • Customer Service Representative/Dispatcher 5.1.1.6 Service Requests ABM proposes to staff a desk in the Project Managers office with a fully trained and qualified Customer Services Representative (CSR) with the capability to respond to requests for our services in a polite and courteous manner. Our CSR will be familiar with task classification and be proficient in the use of the Computerized Maintenance Management System (CMMS) program, MAXIMO. Our CSR will be available during normal working ours hours Monday through Friday. For any hours not staffed by our CSRs, the telephone number at the CSR's desk will be forwarded to either: our Project Manager, or the Quality Control Manager. Our CSR will accept all requests for our services from building occupants, the designated City personnel, the Contracting Officer (CO), and will provide appropriate documentation and data RFP # 14 -00 I October 29, 2013 or disclosure of clata contained on this sheet is subject to the restrictions on the title page y FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ��aE`p�bgy, ABM, • CITY OF NEWPORT BEACH, CA Building Value TECHNICAL PROPOSAL 4aFaaN+°'. entry sufficient to generate a work order. The CSR will also be responsible to notify our personnel during operations hours of emergency situations via radio. Additionally, the CSR will provide a point of contact in our office for the designated city personnel, building occupants, or other persons who wish to make a complaint about our services. All such complaints will be investigated, addressed and/or corrected under the direction of our Project Manager. The initiating party and the designated City personnel will be kept informed of our investigation and our remedial actions. Computerized Maintenance Management System (CMMS) We will physically staff a customer service desk during normal working hours each Monday through Friday, with the exceptions of recognized Federal holidays. An Emergency Call List will be provided for any Emergency Call during non - working hours. The customer service desk will be staffed by a person who: • is knowledgeable of the requirements of our contract, • is able to differentiate between the types of service requests, • knows the procedures to direct our maintenance personnel to an emergency, • is computer literate, • has excellent telephone skills, • is, at all times, courteous to ALL persons in the buildings, and • is experienced in common administrative duties. Our Customer Service Representative will collect data for all reports, report generation, receive work requests, enter data into the CMMS, print work orders, and interface with Newport Beach officials and tenant personnel. It is our intention to utilize the Computerized Maintenance Management Software program entitled " MAXIMO" as our CMMS program. MAXIMO is an IBM program that has become the industry standard in recent years. This software provides the means to generate work orders for a multitude of various services, including service calls, schedules, and reports. And because it is an integrated program, the data entered into the program provides information that can be disseminated into various reports, logs, and charts. This software package is a very powerful multi - disciplined program that encompasses the following, but not limited to: • Work Order Management, • Equipment Management, • Preventive Maintenance, • Building Management, • Scheduling, • Standard Reports • Additional reports • Ad Hoc Reports • Failure Analysis, • Inventory Control, • Job Analysis, • Chargeback and Cost Accounting, Use at- disclosure of data contained on this sheet is subject to the restrictions on the title pave of this proposal. O FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ABM,M ° CITY OF NEWPORT BEACH, CA � D Building Value TECHNICAL PROPOSAL • Personnel and Training, and • Reporting, Charting and Graphs (generates over 500 Government accepted reports). Service Call Work Plan The provided CMMS has the capability to automatically assign a control number, categorize the service call, and make a log entry. Customers will be advised of the job order number, the approximate time of expected response, and any other pertinent information. Below is a simplified description of service call reception, implementation, and closing. Upon receiving a service call request, our Customer Service Representative will type the callers telephone number and/or last name into the computer, thus automatically initiating a work order number and providing full location and identification of the caller. The caller will then be asked the problem and the location of the problem. Our Customer Service Representative need only type one or two words of the problem into the computer and the work order will be classified as emergency, urgent, or routine and will provide a full problem description, and will automatically provide a date and time. If the problem is in a location other than the caller's office area, the Customer Service Representative will physically type in the problem location. As the work order is printed, an entry is logged into the service call log, entitled the "service call browse report", thus providing an open work order status. The appropriate supervisor will be responsible to assign personnel, either by radio or by normal rotation depending on the classification of the work order. He/she will also be responsible for oversight and "work in progress" inspections, on a random selection basis. The mechanic assigned the work order will respond in the appropriate time frame, enter on the work order form the date and time that response was initiated, investigate the problem, determine cause, and implement resolution measures. At the completion of the work order, our mechanic will sign the work order, enter the date and time of completion, and enter any parts or supplies used, and a quick description of the remedial action taken. The assigned mechanic will leave a customer comment form with the initiator of the service call that will include instructions on how to complete and fax/email it to our Project Manager or the COR. He will return the completed work order form to the appropriate supervisor. The supervisor will select work orders in compliance with our inspection frequency chart to inspect for quality assurance. The supervisor will then sign the work order as acceptable and return it to our Customer Service Representative (CSR). Should any service call work fail any of our inspection procedures, our appropriate supervisor will order the work order returned to the mechanic or other employee that performed the original remedial actions and have him/her re- perform the actions in the correct way or to complete an unfinished job, as required. 100% re- inspections will occur on re- performed service orders. When the CSR receives the work orders back from all of the appropriate personnel, he /she will enter the time and date of completion, hours expended by labor category, and a brief description of work and the parts and supplies used towards the work order. The computer will automatically update the history files and close the work order on the "Service Call Browse Report (log)" and cost the parts and materials and labor. Each morning, our CSR will print a copy of the Service Call Browse Report to be provided to the COR in the morning report, our Project Manager and, our functional area supervisors. This browse report will indicate all open and closed work orders RFP # 14 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title pale FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ?��PpR> ABM,MCITY OF NEWPORT BEACH, CA � ` '. U Building Value TECHNICAL PROPOSAL �' <�oaa`" and is an excellent management tool for the tracking of work and the scheduling of resources on a daily basis. 5.1.1.6.1 Mobilization and Deployment Time for Service Calls The CMMS will categorize service calls automatically as Emergency, Urgent, or Routine, using the detailed criteria indicated below. Emergency Service Calls Emergency service calls include any circumstance where the building or its' occupants are in immediate danger of injury or damage. We will also respond as an emergency to all calls that could cause disruption or adversely impact the City of Newport Beach. Our personnel will make every effort to respond to all emergency service calls immediately but no longer than 2 hours. We will work continuously to resolve all emergency situations. All emergency calls will be reported to the designated City personnel and all updates as to the condition of the repair will be forwarded on a continuing basis to the designated City personnel. Emergency situations could include, but not be limited to: • Any situation deemed an emergency by the Designated City Personnel • Broken water pipe • Water or steam leaks • Electrical power outages • Electrical problems that may cause fire or shock • Gas or oil leaks • Major heating and cooling problems • Heating/cooling problems affecting ADP or priority areas • Flooding • Broken glass or windows • Fire alarm conditions • Environmentally deficient conditions (in sensitive areas) • Sewage Treatment Plant malfunctions or spillage • Elevator entrapment • Potentially unsafe custodial condition. Urgent Service Calls Urgent service calls include any circumstance where the building or its occupants are in impending danger of injury or damage or that would disrupt normal operations. Urgent service calls will also include any environmental, electrical circuitry or inoperative water valve problems. Our personnel will respond to all urgent service calls ASAP but within 4 hours. Our personnel will remain on the job until the job is completed as an urgent repair. Any complaint concerning any of our offered services will be responded to and completed as an urgent service call. Routine Service Calls RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is snbject to the restrictions on the title page of this proposal. W FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ��ex' %q> ABM m • CITY OF NEWPORT BEACH, CA � , v Building Value TECHNICAL PROPOSAL 4q una' ". Routine service calls include any request for service that does not classify as either emergency or urgent. These service calls will be responded to within 2 days and completed within 5 days. If the completion of a routine service call cannot be accomplished within 5 days and it is beyond our control to do so, we will keep the designated City officials apprised of the anticipated completion date and time. Routine service calls will not be overlooked. We will use a "first -in, first -out" methodology of response to all routine service calls. The work order number that is on the document will dictate this rotation sequence. Routine service calls will be considered a major part of our overall maintenance program and not just an unimportant side effort. 5.1.1.7 Certification of Work ABM Certifications & Associations include the following: • Homeland Security Safety Act • ENERGY STAR® Featured Provider • Member of International Facility Management Association (IFMA) • Member of Building Owners & Managers Association (BOMA) For all work that requires certification, ABM will supply the technician's certification before any of work begins. All certifications will be IAW all applicable National, State and local laws and codes. 5.1.1.8 24 Hour Emergency Phone Number The 24 hour Emergency phone number for City and for Participating Public Agencies is 1.888.546.2463. ABM's procedures for emergency situation response are to immediately start action to relieve the situation. Once a call is received, the appropriate technician or technicians will be dispatched to the scene and proceed with corrective actions and continue until the problem is put to rest. ABM will also maintain a call out roster for after -hours emergency call back services. This roster will be updated monthly and provided to the designated City officials for distribution. An Example of our emergency call out roster is provided below. The designated City officials will be kept informed during all emergency situations. October 29, 2013 Use or disclosure o/ data contained on this sheet is subject to the restrictions on the title page A-I : Louis Duncan General Maintenance Home 901-872-3258 David Werstler General Maintenance Home 870-739-1909 Cell 870-514-9511 Page 35 Home 901-317-4000 Mitch Handley Stationary Engineer Home 901-238-8224 Bruce Brown Stationary Engineer Home 901-369-6235 Mark Rose Stationary Engineer Home 662- 781-9836 Cell 901-832-8934 James Wheat Stationary Engineer Home 901-323-9292 - Cell 901 237-8247 ----------- Bill Ross Stationary Engineer Home 901-327-6293 Larkin Hopkins Diesel Mechanic [Cell' 870-882-130 Tyrone Robinson Fire Tech Home 901-351-5713 Cell 901-297-6552 Kerry Beers Electrician Home 901-358-5988 iCell' -270-7090 Jimmie Hayth Electrician Home 662-429-8967 Cell 901-378-7923 Louis Duncan General Maintenance Home 901-872-3258 David Werstler General Maintenance Home 870-739-1909 Cell 870-514-9511 Page 35 FACILITIES MAINTENANCE SERVICES AND SOLUTIONS �pb�'+'ogr, ABMIM CITY OF NEWPORT BEACH, CA 3 Building Value TECHNICAL PROPOSAL Qarow +�� Sample Emergency Call List. 5.1.1.8.1 Emergency Response Procedures Any ABM employee who encounters a situation that has the potential to endanger building occupants is expected to immediately alert personnel in the vicinity by using local alarm devices and/or vocal notification. Dependent upon the situation the employee will then notify emergency response personnel by calling security and/or 911 and will then attempt to mitigate the problem if it is possible to do so without jeopardizing his personal safety. Response to any Emergency situation will be initiated immediately after notification. Response to specific situations is described below: Fire Alarms The first person aware of a fire will take the following action: • Immediately notify all personnel in the building or areas by shouting "FIRE" and /or pulling the local fire alarm; Telephone 911 and give Fire Department the exact location of the fire by the building address, area of fire and type of fire if known (Do not hang up the phone until person responding has all particulars); • Unplug all electrical equipment; • Turn off all lights (pull master switch if possible); • Close all windows; • Assist in the evacuation of building and • Attempt to extinguish fire with available fire extinguishing equipment, if that can be accomplished without danger to yourself or others. Bomb Threats Persons receiving bomb threats will take the following action: • Engage the caller in conversation and obtain as much information as possible, specifically attempt to identify type and location of the bomb; • Notify the Project Manager and COR as quickly as possible so that building evacuation can begin; • Request police, fire, and EMS assistance by calling 911; and • Assist in building evacuation and stand by to offer information and assistance to emergency officials. Suspect Devices Persons discovering a suspicious object will take the following action: • Do not touch the suspicious object; • Do not take chances or worry about possible embarrassment if the item turns out to be innocent; RFP # 14 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title pave FACILITIES MAINTENANCE SERVICES AND SOLUTIONS 4,�a�oQj, ABM,CITY OF NEWPORT BEACH, CA Building Value TECHNICAL PROPOSAL GsFp0.�`* • Notify the Project Manager, and the COR; • Await further instructions (Security will provide the initial assistance to employees and determine if the situation warrants further police involvement). Explosions Should an explosion occur which affects any federal building, EMILBMAR personnel are instructed to: • Move away from windows; • Take cover under desks, tables, or any objects that will give protection against flying glass or debris; • When it is safe to move check to see if others in your immediate area need help and then summon assistance by telephoning 911; • If instructed or if conditions warrant, relocate to a safe area; and • When possible contact the Project Manager or other supervisor for instructions. Severe Weather Conditions (Snow, Ice, Hurricanes, High Winds, Flooding) During periods when severe weather conditions are predicted the Project Manager and other on- duty personnel will: • Monitor the local weather station; • Dispatch an employee periodically to inspect outside areas; • Notify the COR of the pending condition; • Prepare for predicted high winds/rain, by taking action to secure air - handling equipment that may permit water to infiltrate the facility during high blowing rain (cover intakes with heavy plastic and/or plywood, large plate glass windows may need to be covered with plywood). • Be prepared to implement other emergency procedures, as directed by the COR. If rising water is suspected to reach electrical distribution system, fresh water system or other critical systems notify the COR and the Project Manager that a complete shut down and evacuation of the building is eminent. Begin a systematic shut down of all equipment in the building and isolate all electrical supply. As soon as possible upon discovery that rising water will occur, procure portable gasoline driven pumps and activate as necessary. Demonstrations /Civil Disturbances All ABM personnel will be trained to cope with civil disturbances and in the event a demonstration or civil disturbance threatens to disrupt the functions of the Govemment buildings they will assist Government personnel by: • Informing their supervisor or the Project Manager of activities the employee believes may be a threat; • Refraining from making statements which may indicate approval /disapproval, or show sympathy for or antagonism against the demonstrators or their cause; • Referring reporters to the designated government spokesperson; and October 29, Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. FACILITIES MAINTENANCE SERVICES AND SOLUTIONS �aPT+ ABM CITY 06 NEWPORT BEACH, CA �° Building Value TECHNICAL PROPOSAL 4�o,,,e" • Provide specific assistance as directed by the Project Manager. Utility Outages In the event of a total power failure (Primary side/Utility Company Outage) the Project Manager will: • Call the Utility Company immediately to notify them of the situation; • Notify the COR of the problem and inform him as to the actions that are being taken to mitigate adverse results; • If the utility (gas, electricity, water) is off over five minutes, call the Utility supplier again to determine the time they estimate service will be restored, and inform the COR; • Monitor emergency power generator to ensure it is operating properly and that critical areas have power; and • Immediately on restoration of full power inspect building areas to insure all building equipment is in proper operation. Upon notification of a partial power failure (Failure of Secondary Equipment), the Project Manager will recall ABM technicians to return to the facility to conduct repairs and will keep the COR updated frequently until power is restored. Hazardous Materials Spills or Contamination Accidental spills of hazardous materials used in operations and maintenance activities are harmful to the environment and must be prevented through the conscientious effort of everyone who handles them. Prevention of spills is at the heart of our program and is reinforced through training and correction of improper work habits when they are detected. Despite these efforts, some spills will occur, therefore, we have developed a comprehensive plan to contain the spill to the smallest area possible, take immediate action to limit the damage, and finally to cleanup and decontaminate the area in accordance with regulatory procedures. Any ABM employee who causes, or observes a spill caused by others, will take immediate action to limit the damage by securing the container, and if feasible, building a dam around the spill area to prevent further runoff. When the spill is contained he will assess the situation and will notify the Project Manager of the problem and the assistance that will be required to cleanup and decontaminate the area. All spills, no matter how minor will be reported. While the employee is waiting for the supervisor to respond and provide help, he will use the available spill control items contained in the Hazardous Materials (HAZMAT) spill cleanup kit to mark the area to prevent other persons from becoming accidentally contaminated. He also will begin an immediate cleanup effort if in his judgment those efforts won't aggravate the situation. Spill control equipment and materials which are available in designated HAZMAT spill response storage areas are: • Spill cleanup kit; • Extra safety clothing and equipment to include; gloves, coveralls, and respirators; • Fluorescent tape and warning signs to identify the spill area; • Absorbent materials and rags; • First aid kit; RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is stebject to the resarietions on the title page of this 0 ABM,. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL • Goggles and eye wash supplies; and • Extra rinse water. 0�uroxx ?W�RT °" ,,. On notification that a spill has occurred, the Project Manager will notify the designated City personnel and advise him of the spill and that ABM personnel are responding to the situation. The Project Manager will proceed to the area of the spill, assess the damage, and determine if additional help will be required. The Project Manager will keep the designated City personnel informed of the cleanup status and whether or not additional resources are required. Our Project Manager will dispatch additional personnel to the spill site as needed. All spill cleanup workers will be under the control of the Project Manager. The Project Manager will supervise all cleanup efforts to ensure that EPA regulatory requirements are met. Measures will be taken to ensure that the chemicals are properly neutralized or absorbed and cleaned up so that no hazards remain. We will use soil, sand, sawdust or absorbent clay to contain and cleanup liquid spills. The most common and effective absorbent material we use is cat litter. It is readily available, highly absorbent, and easy to handle and apply. Another very effective method for small liquid spills is to use a product that forms a gel as it absorbs the liquid. This gel can then be collected and added to a spray tank and diluted with water. For dry powders, dusts, small pellets and other dry spills, one of the most effective cleanup methods is to use toweling saturated with water to cover the effected area. This not only stops the wind or ventilation from dispersing the hazard, but also saturates the dry materials and allows for easy cleanup because the material will stick to the toweling. Decontamination of cleanable areas, such as concrete, will be accomplished with commercially available, EPA approved, preparations or neutralizing solutions such as measured portions of detergent and soda ash dissolved in gallon portions of water. We will ensure that the decontamination procedures used meet the chemical label or MSDS requirements. For difficult decontamination of cleanable surfaces, we might use a latex mixture, after the largest portion of the residue has been removed, to pull the remaining chemical compounds out of the cracks and crevices of the surface. Once dried, the latex material with the attached residual chemicals can be peeled off the surface. The residual material will be disposed of as hazardous waste. Waste material, including contaminated soil and rinse water, will be collected in approved hazardous waste containers. All spilled chemicals and collected waste materials will be transported to HAZMAT storage areas designated by the designated City personnel. When the Project Manager is satisfied that the spill area has been cleaned up and is decontaminated in conformance to EPA regulations he will notify the designated City personnel by telephone. The telephonic report will be followed up within two working days with a written report which describes what happened, what action was taken to rectify the problem, and what the planned action is to prevent recurrence. 5.1.1.9 Ensuring Prompt Time for all Services Calls Service calls will be monitored to ensure timely response is within the scope of the contract or sooner. Our CMMS system MAXIMO will record the time of the call, time of response and time of problem resolution. These records will be analyzed by our Quality Control Manager to follow up if at any time a response time doesn't meet the contract requirements. Corrective actions will RFP # 14 -00 October 29, 2013 1 or disclosure of data contained on this sheet is subject to the restrictions on the title page of 0 FACILITIES MAINTENANCE SERVICES AND SOLUTIONS p0w>ory ABM, CITY OF NEWPORT BEACH, CA 3 Building Value TECHNICAL PROPOSAL Gp��R��' be taken and a full report will be sent to the designated City personnel and ABM's Corporate Operations Manager.. 5.1.1.10 Written Procedures for Response to Emergency Situations Please see section 5.1.1.8.1 above. 5.1.1.11 Managing Changes in the Scope of Work Our Project Manager will use the "look ahead" scheduling process to prepare for Change in workload. During the daily and weekly scheduling meetings, schedules will be reviewed and changes evaluated to determine their impact on other work. This includes new work from approved IDIQ task orders. Spokes will integrate surge requirements into the schedule based on priority. Each technician will evaluate the new schedule and initiate workforce changes. Based on this information, we will: • Reallocate labor based on priority of need • Defer work on routine and backlog tasks • Recommend overtime or shift changes • Conduct determinations for IDIQ tasks In contingencies, ABM will use existing employees in multiple roles and on rotating shifts to provide the necessary management, supervision, and, in some cases, actual performance of all critical support functions. Our use of multidisciplinary teams encourages cross - development between skills. 5.1.1.12 Example of an Annual Preventative Maintenance Program ABM will provide a definitive and in -depth preventive maintenance program that is based on current conditions at the Newport Beach facilities within 30 days of the effective date of the contract to ABM, including; forward dating of inspection tasks, guide cards for the GSA guide number system and the balance of the guide cards as referenced herein. As a tool for evaluation, we include as a part of our proposal, our basic conceptual preventive maintenance program. In addition to a baseline inventory, standards are needed to establish and grade a quality maintenance program. We will provide maintenance at the established frequency and in accordance with the guide number associated with the particular equipment. We propose to utilize the GSA PBS P 5850 preventive maintenance program as our basic service. We have elected to accomplish our preventive maintenance using this platform because we feel that the GSA maintenance system is the most in- depth, tested, and proven maintenance program in our industry. ABM, through years of performing maintenance using the GSA PBS P 5850 preventive maintenance system, has established our own time standards to apply to the GSA Guide Card system. Our time standards are 70% of the GSA stated time standards. This reduced time standard has become an industry standard. The following preventive maintenance standards are proposed: RFP # 14 -00 1 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. ABM, Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL O A G4KOa��' Inventory FIGURE 4.8.1 -1: PREVENTIVE MAINTENANCE STANDARDS Factor Inventory A -01 Air Dryer Semi - Annual 1.40 A -02 Unitary Heating and Cooling Unit Annual 2.45 A -03 Humidification Systems Semi - Annual 0.70 A -04 Air Compressor Semi - Annual 1.96 A -05A A/C Machine, Comfort Cooling, <10 tons Annual 2.10 A -05B A/C Ma, chine, Comfort Conlin , >10 tons Annual 4.20 A -05C A/C Machine, Special Purpose, <10 tons Monthly 2.10 A -05D A/C Machine, Special Purpose, >10 tons Monthly 4.20 A -06A A/C Machine, Comfort Cooling, <10 tons Annual 2.10 A -06B A/C Machine, Comfort Cooling, >10 tons Annual 4.20 A -07A A/C Machine, Special Purpose, <10 tons Monthly 2.10 A -07B A/C Machine, Special Purpose, >10 tons Monthly 4.20 A -08 A/C Machine, Window Annual 1.40 A -09A Air Cooled Condenser, <20 tons Annual 2.80 A -09B Air Cooled Condenser, >20 tons Annual 3.50 A-1 OA Heat Pump, <5 tons Annual 2.10 A -1 0B Heat Pump, >5 tons <10 tons Annual 4.20 A-1 OA Heat Pump, <10 tons Annual 2.10 A-1 1A Air Handler, <5000 cfm Annual 1.40 A -11 B Air Handler, >5000 <15000 cfm Annual 3.15 A -11 C Air Handler, >15000 <30000 cfm Annual 5.78 A -11 D Air Handler, >30000 <50000 cfrn Annual 9.28 A -11 E Air Handler, >50000 <75000 cfm Annual 1 13.48 A -11 F Air Handler, >75000 Annual 14.88 A -12A Glycol Dry Cooler, Comfort <20 tons Annual 2.45 A-1 2B Glycol Dry Cooler, Comfort, >20 tons <40 tons Annual 3.15 A -12C Glycol D Cooler, Comfort >40 tons Annual 3.85 A-1 2D Cooler, Special <20 tons Semiannual 2.45 A-1 2E _G1yc2LDry Glycol Dry Cooler, Special >20 tons <40 tons Semiannual 3.15 A-1 2F Glycol Dry Cooler, Special >40 tons Semiannual 3.85 A-1 3A A/C Unit, Ceiling/Wall, Comfort Annual 2.10 A-1 3B A/C Unit, Ceiling/Wall, Special Monthly 2.10 A -14A Air Washer Unit, <20000 cfm Annual 2.80 A -14B Air Washer Unit, >20000 <50000 cfm Annual 3.50 A -14C Air Washer Unit, >50000 <75000 cfm Annual 4.20 A -14D I Air Washer Unit, >75000 cfm Annual 4.90 A -14E Wet Coil Unit, >20000 cfm Annual 10.50 A -14F Wet Coil Unit, >20000 <40000 cfm Annual 1.40 A -14G Wet Coil Unit, >40000 cfm Annual 1.75 A -15 After Cooler/Separator Semiannual 4.20 A -24 Ash Conveyor Tube 3 -Years 2.80 B -01 Battery Charger Quarterly 0.18 1 B -02A Boiler, <120 mbtu Annual 1.75 B -02B Boiler, >120 <300 mbtu Annual 3.50 B -02C Boiler, >300 <500 mbtu Annual 5.60 RFP # 14 -00 Use or disclosure of dada contained on this sheet is subject to the resuietions on October 29, 2013 page ABMAM Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL ¢��W PORr m� � s r GuroaN` Inventory FIGURE 4.8.1 -1 PREVEN TIVE MAINTENANCE STANDARDS Factor inventory B -02D Bailer, >500 <700 mbtu Annual 16.80 B -02E Boiler, >700 <1000 mbtu Annual 22.40 B -02F Boiler, >1000 mbtu Annual 28.00 B -03 Burner, Gas Annual 1.40 B -04 Burner, Oil Annual 2.10 B -05 Boiler, Electric Annual 1.40 B -06 Boiler, Instruments /Controls Annual 0.70 B -07A Boiler, Internal Inspection, <120 mbtu Annual 0.70 B -07B Boiler, Internal Inspection, >120 <300 mbtu Annual 0.77 B -07C Boiler, Internal Inspection, >300 <500 mbtu Annual 0.84 B -07D Boiler, Internal Inspection, >500 <700 mbtu Annual 0.91 B -07E Boiler, Internal Inspection, >700 <1000 mbtu Annual 0.98 B-07F Boiler, Internal Inspection, >1000 mbtu Annual 1.33 B-08A I Boiler, External Inspection, <120 mbtu Annual 1.40 B-0813 Boiler, External Inspection, >120 <300 mbtu Annual 1.54 B-08C Boiler, External Inspection, >300 <500 mbtu Annual 1.68 B -08D Boiler, External Inspection, >500 <700 mbtu Annual 1.82 B -08E Boiler, External Inspection, >700 <1000 mbtu Annual 1.96 B -08F Boiler, External Inspection, >1000 mbtu Annual 2.66 GOt Clacks, Central System Semiannual 5.08 C-02 Remote Air Intake Damper Semiannual 0.35 C-03 Coils, Reheat/Preheat Annual 0.53 C-04 Central Mini Computer, HVAC Quarterl 2.80 C -05 1 Automatic Mixing Box Annual 0.70 C -06 Controls,HVAQ (per device) Annual 0.11 C -07 Condensate(Vacuum Pump Annual 2.10 C -08 Central Control Panel r device Semiannual 0.11 C -09A Cooling Tower, <50 tons Annual 4.20 C -09B Cooling Tower, >50 tons <500 tans Annual 21.00 C -09C Cooling Tower, >500 tons <1000 tons Annual 35.00 C -09D Cooling Tower, >1000 tons Annual 42.00 C -10A Cooling Tower, <50 tons Quarterly 14.00 C -106 I Cooling Tower, >50 tons <500 tons Quarterly 21.00 C -10C Cooling Tower, >500 tons <1000 tons Quarterly 28.00 C -10D Cooling Tower, >1000 tons Quarterly 35.00 C-1 1A Evaporative Condenser, <50 tons Annual 10.50 C -11 B Evaporative Condenser, >50 tons Annual 14.00 C-13 Crane, Electric Quarterly 5.60 C-14 Chain Hoist Semiannual 3.50 C-16 Cooling Pond Annual 224.00 Cart, En ine Weekl 2.10 -C-21A C-21B Cart, Electric Weekly 0.70 G24A Condensing Unit, Critical, <20 tans Monthly 3.85 C -24B Condensing Unit, Critical, >20 tons Monthly 4.90 C. Condensing Unit, Comfort, <20 tons Annual 3.85 RFP # 14 -00 October 29, 2013 Use or disclosure of data contained ore this sheet is subject to the restrictions on the title page of this proposal. ABM,M Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL m� U GG /FORH�' Inventory FIGURE 4.8.1-1: PREVENTIVE MAINTENANCE STANDARDS Factor Inventory C -24D Condensing Unit, Comfort, >20 tons Annual 4.90 C -25A Evaporative Cooler Month) 0.35 Evaporative Cooler Annual 1.40 -C-25B C -30A Carbon Monoxide Detector Weekly 0.35 C -30B Carbon Monoxide Detector Bi- Monthl 0.70 D -01 Door, Power Operated Semiannual 0.88 D -02 Dumbwaiter Semiannual 0.88 D -03 Roof Drains Annual 0.35 D -04 Doer, H d., Elect., or Pneu. Quarterly 0.88 D -05A Door, Main Entrance Quarterly 0.70 D -05B Door, Secondary Entrance Semiannual 0.70 D -06 Drains, Areaway Semiannual 0.35 D -07 Door, Special Annual 0.70 D -09 Distiller, Water Annual 0.70 D -10 Door, Manual, Overhead Annual 0.70 E -17 Expansion Joint in Piping Annual 0.88 E -18 Emergency Lights, Wet Cell Quarterly 0.28 E -19 Emer en Li hts, Closed System Quarterly 0.14 E -20 Induction Disc, Over Current Relay Annual 1.05 E -21 Over/Under Voltage Rela Annual 1.12 E -22 Thermal Over Current Relay Annual 0.56 E -23 Induction Disc - Directional Over Current Relay Annual 0.35 E -24 Power Factor Reverse Current/Watt Relay Annual 0.84 E -25 Ground Fault Type Transformer Annual 1.05 E -25A1 Bolted Pressure Contact Switch, Ground Fault Annual 1.05 E -25A2 Bolted Pressure Contact Switch, Stand Alone 3 -Year 1.05 E -26 Low Voltage Molded Case Circuit Breaker 3 -Year 2.73 E -27 Low Voltage Power Circuit Breaker, >100 am 3 -Year 2.94 E -28 Motor Starter, >100 hp 3 -Year 4.20 E -29 High Voltage Oil Circuit Breaker Annual 4.20 E -30 Switchboard, High Voltage (per cubicle 3 -Year 1.40 E -30A Switchboard, Low Voltage r cubicle 3 -Year 1.40 E -31 Network Protectors, 600 volts Annual 3.85 E -32A Power Transformer, Oil Filled Annual 2.10 E -32B Network Transformer, Oil Filled Annual 3.50 E -33A Power Transformer, Dry Annual 4.55 E -33B Network Transformer, Dry Annual 3.50 E -34 Disconnect Switch, <500 volts Annual 2.10 E -34A Disconnect Switch, Low Voltage, 200 - 500 amps Annual 1.40 E -35 MCC, <100 h included up to 5 starters Annual 2.10 E -36 Automatic Transfer Switch Annual 1.05 E -37A Aluminum Bus Duct, Low Voltage r disconnect Annual 0.70 E -37B Aluminum Bus Duct, Low Voltage r 10 linear feet Annual 0.14 E -37C Outdoors Bus Duct, Low Voltage (per disconnect Annual 0.70 E -37D Outdoors Bus Duct, Low Voltage (per 10 linear feet Annual 0.14 RF P # 14 -00 Use or disclosure of data container) on this sheet is subiect to the restrictions on October 29, 2013 Page ABM. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL GuFOaN .+E"'POSr o" m a .r Inventory FIGURE 4.8.1-1: PREVENTIVE MAINTENANCE STANDARDS Factor Inventory Copper Bus Duct, Low Voltage r disconnect 3-Year 0.70 -E-37E Copper Bus Duct, Low Voltage (per 10 linear feet 3 -Year 0.14 -E-37F E37G Aluminum Bus Duct, High Voltage (per disconnect Annual 0.70 E -37H Aluminum Bus Duct, High Voltage (per 10 linear feet Annual 0.14 E -371 Outdoors Bus Duct, High Voltage (per disconnect Annual 0.70 E -37J Outdoors Bus Duct, High Voltage r 10 linear feet Annual 0.14 Copper Bus Dud, High Voltage (per disconnect 3 -Year 0.70 -E-37K Copper Bus Dud, High Voltage (per 10 linear feet 3 -Year 0.14 -E-37L E -38 High Voltage Air Circuit Breaker Annual 4.34 E -39 Supervision Set, <10 devices Annual 2.10 E-40 Emergency Generator, Elect, Gas, or Nat Gas Annual 2.80 E-41 Emergency Generator, Electric Diesel Engine Quarterly 0.70 E-41A Emergency Generator, Electric Diesel Engine Annual 2.10 E42 Emergency Generator, Electric Weekl 1.23 Emergency Generator, Electric Monthly 0.88 -E-42A E-42B Emergency Generator, Electric Quarterly 0.35 E-42C Emergency Generator, Electric Semiannual 0.49 E43 Lead Acid Battery (per cell Quarterly 0.04 E-43A Lead Acid Battery, Sealed Gel Type (per cell Quarterly 0.04 E-44 NiCad Battery Quarterly 0.03 E-44A Primary Battery, Dry Cell Monthly 0.03 E-45 Emergency Generator, Steam Turbine Annual 4.20 E -05A Emergency Generator, Steam Turbine Monthly 1.40 E-46 Battery. UPS Monthly 0.03 E-46A Battery, UPS Quarterly 0.03 E -46B Battery, UPS 0.03 E49 Emergency Pumps and Ventilators 2.10 E -50 Emergency Pumps and Ventilators 0.35 E -51 Motor Starter, <100 h KAnnual 0.70 E -52 Auxiliary Protective Relay 0.18 E -56 Dimmer and Control, Sta a and Gener al 0.84 E -57 Transformer, Low Volta e, D 2.10 E -58 Power Distribution Unit Semiannual 1.05 E -59 Un- interru 8ble Power System Quarterly 0.70 E-62 Electrical Panel 3 -Year 1.40 F -01 Alarm Check Valve Monthly 0.18 F -01A Alarm Check Valve Quarterly 0.88 F -02 Dry Pipe, Deluge, and Preaction Valve Weekly 0.11 F -02A Dry Pipe, Deluge, and Preadion Valve Quarterly 0.35 F -02B Dry Pipe, Deluge, and Preadion Valve Annual 1.40 F -03 Post Indicator Valve Annual 0.70 F -04 Fire Control Valves Monthly 0.14 F -04A Fire Control Valves Quarterly 0.18 F -04B Fire Control Valves An nual 0.21 F -05 Fire Pump, Diesel Engine Weekly 0.70 RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. ABM. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL �lfiOQ�`P PEW ART A a Inventory FIGURE 4.8.1-1: PREVENTIVE MAINTENANCE STANDARDS Factor inventory F -05A Fire Pump, Diesel Engine Monthly 0.35 F -05B Fire Pump, Diesel Engine Quarterly 0.35 F -05C Fire Pump, Diesel Engine Annual 2.38 F -06 Fire Pump, Electric Motor Weekly 0.70 F -06A Fire Pump, Electric Motor Monthly 0.35 F -06B Fire Pump, Electric Motor Annual 1.12 F -08 Fire Hose Annual 0.14 F -08A Fire Hose Annual 0.35 F -09 Fire Department Hose Connection Monthly 0.14 F -09A Fire Department Hose Connection 5 -Year 0.35 F -10 Fire Department Pumper Connection Monthly 0.21 F -11 Fire Door, Stairs, Exit, and Swing Monthly 0.04 F -12 Fire Door, Sliding and Vertical Rolling Quarterly 0.14 F -13 I Fire Supervisory Signal Quarted 0.28 F -14 Smoke Detectors Annual 0.35 F -14A Water flow Alarm Quarted 0.21 F -14B Heat Detector Annual 0.35 F -14C Zone Test Semiannual 0.35 F -15 Fire Alarm Control Panel and Annunciators Annual 0.35 F -15A Fire Alarm Control Panel, Special System Annual 0.42 F -15B Central Station Transmitters Annual 0.21 F-1 5C Central Station Receiver Tour 0.70 F -16 Fire Alarm System, Recorder Tour 0.07 F-1 6A Fire Alarm System, Printer Quarter 0.18 F-1 6B I Fire Alarm System, Audio Control Annual 0.18 F-1 6C Fire Alarm System, Remote Control Annual 0.18 F-1 6D Fire Alarm System, Remote Amplifier Annual 0.14 F -17 Manual Fire Alarm Station 0.32 F -18 Fire and Smoke Damper 0.14 F -19 Fire Hydrant 0.46 F-1 9A Fire Hydrant 0.70 F -20 Sprinkler Head (per 1000 s Enna 0.18 F -20A Antifreeze in Sprinkler System (per 1000 s 0.18 F -21 Water S ra Extin uisher 0.07 F -21A Waters ra Extin uisher 0.70 F -22 Fire Extinguisher, Stored Pressure w! au a Annual 0.18 F -22A Fire Extin uisher, Stored Pressure wl au a 6 -Year 0.24 F -22B Fire Extinguisher, Non-rechargeable Annual 0.07 F -23 Fire Extinguisher, Gas Cartridge or Cylinder Annual 0.18 F -24 Fire Extinguisher Ins ecton Monthly 0.07 F -25A Fire Extinguisher Hydrostatic Pressure Test 5 -Year 0.70 F -25B Fire Extinguisher Hydrostatic Pressure Test 12 -Year 0.70 F -26A Fire E n uisher S stem Monthl 0.35 F -268 Fire Extin uisher System Semiannual 0.53 F -26C Fire Extinguisher System 12-years 1 2.10 RFP # 14 -00 October 29, 2013 1 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal- AM& BuitdingValue FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH. CA TECHNICAL PROPOSAL OP Inventory FIGURE 4.8.1-1: PREVENTIVE MAINTENANCE STANDARDS Factor Inventory F -27A Fan, Centrifugal, >1 hp <5000 dm Annual 0.70 F -27B Fan, Centrifugal, >1 hp, >5000 cfm Annual 0.91 F -27C Fan, Centrifugal, >1 h , >5000 dm Annual 1.12 F -27D Fan, Centrifugal, >1 hp, >5000 dm Annual 1.33 F -27E Fan, Centrifugal, >1 hp, >5000 cfm Annual 1.54 F -27F Fan, Centrifugal, >1 hp, >5000 dm Annual 1.75 F -27G Fan, Centrifugal, >1 hp, >5000 dm Annual 1.89 F -27H Fan, Centrifugal. >1 hp. >5000 dm Annual 2.10 F -28 Filter, Moveable Curtain Quarterly 1.23 F -29 Filter, Roll Type, Disposable Media manual Quarterly 1.23 F -30 Filter, Viscous Type Quarterly 0.35 F -31 Filter, Roll Type, Disposable Media (power) Annual 1.40 F -32 Filter, Throw Away Quarterly 0.06 F -33A Transformer, High Voltage, Dry Type, Power Annual 2.10 F -33B Transformer, High Voltage, Dry Type, Netwaork Annual 0.35 F -34A Fluorescent Fixture, Industrial,1 lamp, 48" service call F -34B Fluorescent Fixture, Industrial,1 lamp, 96" service call F -34C Fluorescent Fixture, Industrial, 2 lamp, 48" service call F -34D Fluorescent Fixture, Industrial, 2lamp, 96" service call F -34E Fluorescent Fixture, Industrial, 3lamp, 48" service call F -34F Fluorescent Fixture, Industrial, 4lamp, 48" service call F -34G Fluorescent Fixture, Louver, 1 lamp, 48" service call F -34H Fluorescent Fixture, Louver, 2lamp, 48" service call F -341 Fluorescent Fixture, Louver, 3lamp, 48" service call F -34J Fluorescent Fixture, Louver, 4lamp, 48" service call F -34K Fluorescent Fixture, Diffuser,1 lamp, 48" service call F -34L Fluorescent Fixture, Diffuser, 2lamp, 48" service call F -34M Fluorescent Fixture, Diffuser, Slam , 48" service call F -34N I Fluorescent Fixture, Diffuser, 4lamp, 48" service call F -34X Fluorescent Fixture. U -Tube service call F -35A Fluorescent Fixture, Relam , 1 lam service call F -35B Fluorescent Fixture, Relam , 2 lam service call F -35C Fluorescent Fixture, Relam , 3 lam service call F -35 Fluorescent Fixture, Relam , 4 lam service call F -36 Fan, Propeller, >24" or >1 h Annual 0.53 F -38 I-iahtnino Protection Annual 0.35 F -39 I Cafeteria Exhaust Hood r 10' feel of duct Semiannual 0.21 F-40A Filter, Throw Away, Bag, 4 -6" Semiannual 0.06 F -40B Filter, Throw Away, Bag, 6 -12" Semiannual 0.07 F-40C Filter, Throw Away, Bag, 12 - 24" Semiannual 0.14 Filter, Throw Away, Bag, 24 - 48" actual) 24 X 24 Semiannual 0.18 —F-40D F -42 Draft Fan, Boiler Annual 1.40 F-43 Filter, Charcoal Quarterl 0.11 F-44 Fountain, Decorative Semiannual 1.40 F-46 Fireplace Monthly 0.35 RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title pave of this proposal. i ABW Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL OP Inventory FIGURE 4.8.1-1: PREVENTIVE MAINTENANCE STANDARDS Factor Inventory F -47 Fireplace Quarted 0.35 F-49 Filter, Control Air Quarterly 0.35 F -50 Filter, Sand Annual 1.40 FP -01 Fire Panel Annual 0.07 FP -02 Fire Panel Annual 0.14 G -01 Fuel Oil /Filter /Strainer Semi Annual 0.35 G -02 Grease Trap Monthly 0.53 G -03 Gates and Fences Semi Annual 1.40 H -01 Hot Water Heater, Steam Annual 4.20 H -02 Hot Water Heater, Gas Annual 0.42 H -03 Hot Water Heater, Electric Annual 0.42 H -04 Plate Heat Exchanger Annual 1.40 H -05 Hot Water Heater, Steam Coil Annual 12.95 H -06A Hat Air Furnace, <120 mbtu Annual 1.75 H -06B Hot Air Furnace, >120 <300 mbtu Annual 3.50 H -06C Hot Air Furnace, >300 <500 mbtu Annual 5.60 H -06D Hot Air Furnace, >500 <700 mbtu Annual 16.80 H -06E Hot Air Furnace, >700 <1000 mbtu Annual 22.40 H -06F Hot Air Furnace, >1000mbtu Annual 28.00 H -12 Heater, Fuel Oil Unit Annual 11.20 H -14 Hoist, Lighting Annual 0.70 H -15 Hoist, Electric Annual 0.53 1 -01 Incinerator Annual 10.68 1 -02 Fan Coil Unit, Under Window Annual 0.28 1 -03 Induction Unit, Under Window Annual 0.28 1 -04 Fan Coil Unit, Ceiling Hung Annual 0.70 1 -05 Fan Coil Unit, VAV Box wlreheat Annual 0.88 1 -06 Fan Coil Unit, w /Steam or Hot Water Coil Annual 0.70 K -01 Play Structure Monthly 0.70 K -102 Fryer Quarterly 0.14 K -102A Fryer Semiannual 0.49 K -103 Grill Quarterl 0.21 K -103A Grill Semiannual 0.49 K- 104 Ice Cream/Shake maker Quarterly 0.56 - - K- 04A Ice Cream /Shake Maker Semiannual 0.21 K -105 Ice Maker Quarterl 0.56 K -105A Ice Maker Semiannual 0.35 K -1058 Ice Maker Annual 0.56 K -106 Kettle Quarterly 0.21 K-1 06A Kettle Semiannual 0.35 K -107 Oven Quarterly 0.14 K-1 07A Oven Semiannual 0.35 K 108 Ran a Quarterly 0.14 N 08A Ran a Semiannual 0.35 K -109 1 Refrigerator/Freezer Quarterly 0.21 P-FP # 14 -00 or disclosure of data contained on this sheet is subject to the restrictions on October 29, 2013 page s ABM. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL �<rvoa�� o r. ory FIGURE 4.8.1 -1: PREVENTIVE MAINTENANCE STANDARDS Factor Inventory Refri erator /Freezer Semiannual 0.63 F11 Refri erator /Freezer Semiannual 0.53 Boiler Quarterl 0.28 Boiler Semiannual 0.35 Lawn Mower/Edger Semiannual 1.40 L -02 Loading Ramp, Ad'ustable Quarterly 0.88 L -03 Lighting, Special Feature service call L -04 Lighting. Outside, Incandescent service call L -048 Lighting, Outside, MV or HIPS service call L -05 LawnSprinkler (per nozzle) Annual 0.18 L -06 Locomotive, Diesel Semiannual 9.80 L -07 Locomotive, Diesel, Controls Semiannual 5.60 L -08 Spotlights, Fixed and Portable service call 1.05 L -10 Lift, Electric Semiannual 2.10 Manhole, Electrical Annual 1.40 Manhole, Sewer Quarteri 1.40 Motor, <7.5 h Annual 0.21 B Motor, >7.5 h <50 h Annual 0.35 C Motor, >50 h Annual 0.42 Manhole, Water /Steam /FueVOil Semiannual 1.40 Material Handlin E ui ment, Electric Lift Semiannual 0.70 A Material Handlin E ui ment, Electric Lift Semiannual 0.70 I Material Handlin E ui ment, En ine Driven Semiannual 0.70 Material Handlin E ui ment Annual 0.35 Ma nelic Drive Quarterl 0.35 Mobile E ui ment Semiannual 0.88 Motor Controller Unit, Hi h Volta a Annual 2.63 Motors, >600 volts or 200 h Annual 4,20 Lift, Pneumatic H raulic Annual 0.70 Paper Baler Annual 1.75 P -02 I Pneumatic Tube System Annual 2.80 P -04A Pump, Centrifugal, <24 hp Annual 1.05 P -04B Pump, Centrifugal, >24 hp <100 hp Annual 3.85 P -04C Pump. Centrifugal, >100 hn Annual 4.55 P -06 Pump. Vacuum Semiannual 1.61 R -01 Radiator, Heating 5 -Year 0.11 R -02 Roof Inspection, Built u r 100 s Semiannual 1 0.02 R -02A Roof Inspection, Shingles (per 100 s Semiannual 0.02 R -03A Refriq Machine, Absor , <500 ton Annual 42.00 R -03B Reffig Machine, Absor , >500 ton <1000 ton Annual 70.00 R -03C Refrig Machine, Absor , >1000 ton Annual 98.00 R -04A Central Chill Water Pk g, <25 tons Annual 12.60 R -04B Central Chill Water Pk g, >25 tons <50 tons Annual 18.20 R -04C Central Chill Water Pk g, >50 tons <75 tons Annual 23.80 R -04D Central Chill Water Pk g, >75 <100 tons Annual 29.40 RFP # 14 -00 Use or disclosure of data contained on this sheet is subject to the restrictions on October 29, 2013 ABM,. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH., CA TECHNICAL PROPOSAL 0 Inventory FIGURE 4.8.1 - 1: PREVENTIVE MAINTENANCE STANDARDS Factor Inventory Central Chill Water Pk , >100 <150 tons Annual 35.00 -R-04E R -04F Central Chill Water Pk g, multi compressor Annual 7.00 R -04G Central Chill Water Pk g, <25 tons Annual 12.60 R -04H Central Chill Water Pk g, >25 <50 tons Quarterly 18.20 R -041 Central Chill Water Pk g, >50 <75 tons Quarterly 23.80 R -04J Central Chill Water Pk g, >75 <100 tons Quarterly 29.40 R -04K Central Chill Water Pk g, >100 <150 tons Quarterly 35.00 Refrig Machine, Centrifugal, <50 tons Annual 14.00 -R-05A Refrig Machine, Centrifugal, >50 <250 tons Annual 19.60 -R-05B Refrig Machine, Centrifugal, >250 <500 tons Annual 35.00 -R-05C -R-05D Refrig Machine, Centrifugal, >500 <750 tons Annual 49.00 Refdg Machine, Centrifugal, >750 <1000 tons Annual 63.00 -R-05E R -05F Reffig Machine, Centrifugal, per 250 tons add Annual 14.00 Refrig Machine, Centrifugal >1200 <1300 tons Annual 112.00 -R-05G Refhg Machine, Reciprocate, <50 tons Annual 14.00 -R-06A -R-06B Refrig Machine, Reciprocate, add per >50 tons Annual 2.80 Reffig Machine, Screw, <50 tons Annual 14.00 -R-07A R -07B Refriq Machine, Screw, >50 <250 tons Annual 19.60 -R-07C Refrig Machine, Screw, >250 <500 tons Annual 35.00 R -071) Refrig Machine, Screw, each additional 250 tons Annual 14.00 R -08 Control Panel, Central Refrigeration Annual 2.80 R -09 Radiation, Baseboard, hot water, etc (per LF 2 -Year 0.35 R -10 Railroad Track (per 1000 feet Annual 2.45 R -11 Refrigeration Control, Central System Annual 0.70 R -12 Railroad Turnout Annual 0.39 R -13 Non Destructive Tube Analysis, Chiller 3 -Year 6.30 R -14 High Efficiency Pure Unit Annual 1.40 R -15 Refrigeration Monitor Monthly 0.07 8-02 Sewa a Ejector Annual 2.80 8-05 Sweeper Semiannual 2.10 8-06 Sewage Ejector Annual 2.80 8-07 Sump Pump Annual 1 2.63 5-08 Strainer, Y-T Annual 0.35 S-09A Strainer, Bolt Flange >6 bolts <14 bolts Annual 1.40 S-09B Strainer, Bolt Flange >14 bolts <34 bolts Annual 5.60 Strainer, Bolt Flange >34 bolts <58 bolts Annual 11.20 -S-09C S-09D Strainer, Bolt Flange >58 bolts Annual 25.20 8-10 Scrubbing Machine Quarterly 0.70 5-11 Snow Blower Annual 0.63 8-12 Carpet Extractor Annual 0.70 5-14 Dual Strainer Annual 11.90 S-15 Backwash Strainer Annual 42.00 1-01 Tank Water 3 -Year 4.38 T -02 Tank, Air/Ref/Lpgas Annual 438 T -03 Tank, Fuel Oil 4 -Year 4.38 RFP # 14 -00 October 29, 2013 1 or disclosure of data contained on this sheet is subject to the restrictions on the title page ABM,. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL d�W R� Gr+taa�'�� Inventory FIGURE 4.8.1 -1: PREVE14TIVE MAINTENANCE STANDARDS Factor Inventory T -04 Underground Storage Tank Monthly 0.35 T -05 Trash Compactor Annual 2.80 T -06 Tank Chemical Annual 5.60 Traps, Low Pressure 5 -Years 1.40 -T-08A Traps, High Pressure Annual 1.40 -T-08B T -09 Turbine, Steam Annual 8.05 T -10 Telecommunications Quartet 0.53 T -12 Fluid Drive Transmission Annual 3.50 U -01 Unit Heater, Steam and Hot Water Annual 0.70 U -02 Unit Heater, Gas and Oil Fired Annual 0.70 V -01 Vacuum Cleaner Senannual 0.35 V -02 Valve, Safety Relief Monthly 0.35 V -03 Valve, Regulating Annual 0.42 V -04 Valve, Fire System, Pressure Regulating Monthl 0.07 V -04A Valve, Fire System, Pressure Regulating Annual 1.40 V -04B Valve, Fire System, Pressure Regulating 5 -Year 1.40 V -05 Valve, Manually Operated Annual 0.28 V -06 Valve, Motor Operated Annual 0.28 V -07 Valve, Hydraulic/Pneumatic/Electric Annual 1.05 V -08 Valve, Critical Check Annual 1.05 V -09A Backflow Preventor, <1.5" Annual 0.53 Backflow Preventor, >1.5' <2" Annual 1.05 -V-09B V -09C Backflow Preventor, >2"<3" Annual 1.12 V -09D Backflow Preventor, >3" <4" Annual 1.68 V -09E Backflow Preventor, >4" <6" Annual 2.80 V -09F Backflow Preventor, >6" <8" 4.20 V -09G Backflow Preventor, >8" 5.60 V -10 Vacuum System, Central 1.75 W -01 Drinking Water Filter Systems 2.10 W -02 Wash, Emergency KAnnual 0.04 W -03 Water Softener al 2.80 W -04 Filter, Water ual 0.35 W -05 Window Washing Scaffold 2.80 W -05A Window Washin Scaffold 2.80 W -07 Wheelch air Lift Mont hl 1.23 W -08 Water Treatment, Cooling Towers Monthly 1.40 W -09 Water Treatment, Heating Systems Monthly 1.40 X -21 Key Card System Quarter) 0.70 X -22 Flag Pole, Electric Quarter) 0.18 X -23 Heater Unit, Electric Semiannual 0.53 X -26 Solar Heating System Semiannual 2.80 X -26A Solar Heating System Annual 0.02 X -29 Chemical Feeder Semiannual 0.70 X -32 Parking Arm Gates Annual 0.70 X -37 Emergency Showers Annual 0.07 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page ABAA. Building Value Diesel FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL Preventive Maintenance Example Preventive Maintenance Corrective Actions G<lFOPM�' G �� Any repair to any installed equipment item or system that will cost $5,000 or less to make will be performed during the preventive maintenance action. Should the repair exceed the $5,000 threshold, our person performing the preventive maintenance will submit the needed repair to our customer services representative for proper procedure to be followed to get approval to perform the repair from the COR. Preventive maintenance is an on -going process that consumes many man - hours. It is also a program of progressive on -going actions by our mechanics. Because of this, we will not wait to make corrective action on a preventive maintenance task that was not performed correctly. We will order that corrective actions be accomplished immediately or, as soon as possible if safety is an issue. In this manner, our maintenance and any corrective action will remain closely relative and will not become disoriented. By using this process, the Newport Beach Authorities can rest assured that all items scheduled for preventive maintenance implementation during the month, were done and done correctly. Preventive Maintenance Parts and Materials It is our intent to maintain parts and materials in quantities sufficient to perform a 30 -day maintenance program to the equipment and systems in the facility. This will include at least one complete change of filters, sufficient fluorescent lamps, at least one belt for each critical equipment item, ballasts, gland packing, gasket sets, chemicals for water treatment, and miscellaneous items, lubricants, rags, etc. It is virtually impossible to ascertain in advance exactly what will be needed in such a large complex to perform preventive maintenance tasks or to provide service calls or repairs. In addition to our on -site supply of "bench stock" items, we will maintain credit accounts with at least three supply vendors for each craft specialty. This will allow for almost instantaneous access to unlimited parts and materials needed at the Newport Beach facilities. Preventive Maintenance Guides RFP # 14 -00 Use or disclosure of data contained on this sheet is subject to the restrictions on October 29, 2013 page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS v���' ABM..CITY OF NEWPORT BEACH, CA � Building Value TECHNICAL PROPOSAL 0 G� r 4coatl� The final aspect of any quality preventive maintenance program is the Guide Cards. Guide cards tell our mechanics what is to be done to the equipment and gives our inspectors an inspection baseline. And, in the case of a "performance -based contract", informs the GSA of the proposed methodology of our preventive maintenance program. The entire set of guide cards is resident in our joint venture computers. However, they include approximately 400 pages of data. We will provide our guide cards for each equipment item or type as an integral part of our Preventive Maintenance Plan within the Phase -in Period of this contract. To describe the magnitude of our proposed preventative maintenance program, we have included (above) our standards at the Newport Beach facilities. These standards include the guide card number, item description, frequency, and the approximate "time and motion" study man -hour time factors needed per task. Should the Newport Beach Authorities require a review of our guide cards before award of the contract, we will be happy to provide them, upon request. Annual PM Schedule ABM will submit to the designated City personnel an annual preventive maintenance schedule that is based on a task accomplishments. We will use the MAXIMO program to generate this schedule from the start of the contract and annually thereafter. The information required will be provided and will include: equipment description, equipment identification number, guide number, location of item, and date of accomplishment. 5.1.1.13 Written Annual Preventative Maintenance Program for Plumbing Please refer to Section 5.1.1.15 below. RFP # 14 -00 October 29, 2013 1 Use or disclosure ot'data contained on this sheet is subject to the restrictions ore the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS AMA. CITY OF NEWPORT BEACH, CA Building Value TECHNICAL PROPOSAL 5.1.1.14 Required Generator Maintenance Report Example +] • ABM Building Value Weekly Diesel- Generator Run- UpReportI I Technician(s)- T I I Date:- �g�WOpR�' °�ercaa +a Engines NO -C Ruu-a �aS (LowzN 3. stem �P' Testy as FanOps: Li _4,t Tns m,1ar MM, 0". P a LnxIS` �aa Wv L,v - nary Wa Ln& ea,r cbu Fra (—PS)- Luba - pras r tm8 u a DiR P asama a Ranure PS k a r R'akr Temp MF ter' (2vea R.. (empsm owar OQS: (Numb OP-). Eng -01= a a ¢ a a a n a a a Eng -02= Eng -03a n n a a II n a a a a F19 -04n a a a a a a n n a a a Eng -05II Eng -06a n Eng -07a = F,g -08a = n a Eug -090 a a a a a a a n n a a a a Eng -10n n 15 g -1 la a n a _ a a z Eng -12a n n n v a n a s Eng -13= a a n Eng -14a a n a a n n a a a a a n Eug -Ism a n M n n a a Eng -16a - a _ a v a n a Obsmation5/Disaepd ties; 5.1.1.15 Routine and Preventative Maintenance Program for HVAC We develop long lasting relationships with customers by providing the highest level of customer service and quality. ABM is a full service mechanical contractor that provides single source solutions including facility management, preventive and predictive maintenance, building automation, systems design and retrofit projects. ABM has seen many sides of the facilities industry from a manufacturer's representative to becoming an independent service provider. It is our goal to meet our clients requirements through a strategic partnership that co- authors a service program that meets the specific facilities need. We hire and develop the best, most seasoned facilities professionals in the industry. By employing an in- house, nationally certified training program supplemented with factory training RFP # 14 -00 October or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ,�aE�°ogp ABM,. CITY OF NEWPORT BEACH, CA D s Building Vatue TECHNICAL PROPOSAL C,��ppNJ in all major manufacturers of equipment, ABM is able to both attract and retain the best and brightest professionals available. Partnering with leading national and local based companies, ABM has established a substantial customer base and a hard -earned reputation for success. We have invested in our core mission of providing services of unsurpassed quality. By employing a strategy of sustainable growth, we have positioned ourselves to remain stable during these economic times. We are not subject to the uncertainty of equity markets and many of the disruptive by- products associated with publicly traded companies. Our financial position is strong and we are poised to continue with a steady, planned growth strategy. We do this by creating strategic partnerships with organizations which look to maximize shared value in a long -term business relationship. Additional capabilities to deliver the services and systems requested in this RFP: • Internal investment in predictive analysis equipment (compressor oil spectrographic lab analysis, rotating equipment vibration signatures, and gas forced air flu combustion testing) • Emergency service and parts availability 24 hours per day, 365 days a year • Complete engineering of design/build and retrofit applications • Energy re- commissioning partner • C.A.R.E. Customer assurance program to manage contractual obligations and Customer satisfaction multiple times throughout the year. 5.1.1.16 HVAC 5.1.1.16.1 Carrier DDC Controls Certification We hire and develop the best, most seasoned facilities professionals in the industry. By employing an in- house, nationally certified training program supplemented with factory training in all major manufacturers of equipment, ABM is able to both attract and retain the best and brightest professionals available. Many of our technicians have completed the Carrier DDC Controls Certification. These credentials will be determined depending on location of work and offices. We will submit evidence of this certification at time of contract award. Experience and Ability to Support Trane Summit Systems ABM's HVAC team is comprised of some of the top controls software technicians in the Southern California area. Our expertise originates from our team's deep industry background and training as former Original Equipment Manufacturer (OEM) technicians. Our capabilities expand across all BAS systems, as well as, software integration. One of our lead technicians, Dave Matsuhima spent over thirty years working at Carrier and is proficient with all Carrier, Trane, Johnson Controls, equipment and control systems. Other ABM technicians are actually certified controls instructors at the Joint Journeyman Apprentice RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ��aeW�O ABM�M CITY OF NEWPORT BEACH, CA V ' Building Value TECHNICAL PROPOSAL G R.* <IFpR Training Center. On a routine basis ABM works competently on all OEM control systems and equipment. 5.1.1.16.2 Evidence o f Completion of the Mitsubishi City Multi Service Course We hire and develop the best, most seasoned facilities professionals in the industry. By employing an in- house, nationally certified training program supplemented with factory training in all major manufacturers of equipment, ABM is able to both attract and retain the best and brightest professionals available. Many of our technicians have completed the Mitsubishi City Multi Service Space Course. These credentials will be determined depending on location of work and offices. We will submit evidence of this completion at time of contract award. 5.1.1.17 Special Programs and Innovative Strategies Please refer to section 5.1.1.18 below. 5.1.1.18 Capability to Broaden Scope of Contract A. Facility Maintenance Plans: ABM has significant experience with Facility maintenance plans the best practice management of service key performance indicators (KPI's) of all facility related maintenance plans. RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page i FACILITIES MAINTENANCE SERVICES AND SOLUTIONS aEVr ABM. °° CITY OF NEWPORT BEACH, CA u Building Value TECHNICAL PROPOSAL 5��oaa�r A Facility Financine: Many municipal organizations are challenged with shrinking budgets and capital constraints. For over 30 years, our experienced team has helped ABM clients fund critical improvements to their facilities by generating the capital through their existing operating budget. All Improvements can be paid from the existing operations budget. We will also present the City of Newport Beach with budget neutral energy performance contracting opportunities coupled with a suite of funding mechanisms which will be aligned to meet the City's financial hurdles. ABM has extensive knowledge with all available SCE financing options, energy efficiency grant programs, bond funding, and municipal lease financing. The program generates capital within your existing operating budget. ABM has superior performance and project economics through a product - vendor neutral solution. C. Electric Vehicle (EO Infrastructure : ABM has already worked with other cities like the City of Burbank, Laguna Beach, Huntington Beach, Hermosa Beach, Ventura and counties of Santa Barbara and Sacramento install EV charging stations. EV friendly cities attract EV drivers to their shopping areas to increase spending within city limits while demonstrating their commitment to the environment. The City of Newport Beach is in the heart of one of the top markets for Electric Vehicles (EV) in the country. The City already has EV charging stations and a revolutionary retail concept in place with the Tesla Store in Fashion Island. Modern EVs provide exciting transportation alternatives with an environmentally - conscious benefit. Cities that provide infrastructure help their community reduce smog, avoid greenhouse gas emissions, and decrease our dependence on foreign oil RFP # 14 -00 October 29, 2013 1 or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ABM. Building Value E; CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL :4fax FLM saw, p+dan'es Wx Sere - bux+*nxx xrm Cvre�s {nlrr tri u a as b2 nk»5 As f p9++iV ilsgk.tlaY• w.5enwr. wYSRmexatW nw+a aw emawtM,caywLtaerws. a.WCmi M+P++n xt xsA m ».ten ,cy Ff (:yegFy R4�! bPd Adar xv'p�rM qa tvgMtwe M Yxmi vwa nuinwi'95� +xw"w VYau» AMFiR "+uYtl EayenNnr YW Ci CB Oo AEpf�iWYwlhro Si+tftpmF�'x x��gxpfxpfx�4^xroA Shm x.[brac %gWawaUF ('.Yw Nb'B _ 1at✓o!rrYn xa �,xnr. ep, x. r.•a wc+acti6.*a4+V tusvfx`a'Kf kkM t!AMV, MvNWrwn n4Mt5tM , xbrN`i Wti�91 +1iwAt WJ %N xoMYy.e7ytlR. We ma" a'v #uts"Wn a+a Kph Your EV CMwj Stsbw oponwV Fw Yers m Cw R "u.ME#iBil t- � r umst+ar N�,W°o4r e ax GdrF00.N�P ABM has installed hundreds of EV charging stations at retail centers, parking garages, corporate offices, city, state and county buildings, public parking areas, auto dealers, apartment complexes and homes. Our experience makes us an excellent fit for EV infrastructure planning and installation projects for the City of Newport Beach. Our turn -key EV Charging Station solutions make it easy for cities like Newport Beach to procure, install, and keep stations running reliably and safely. Our proven services include full sales support, seasoned electrical expertise, remote diagnostics, client training and education, and a full line of after - market offerings like warranty service, repair and in -field maintenance. As in all of our business offerings, ABM has gained field experience across multiple equipment manufacturers. This broad experience allows us to best understand the market offerings and to always provide the best fit for our clients without brand bias. 5.1.2 Quality 5.1.2.1 Quality Control Processes Our Quality Management Plan is designed to cover all general and specific tasks included in the PWS. All tasks or areas to be inspected will be monitored on either a scheduled or unscheduled basis and will include the manner in which the inspection will be conducted (i.e. 100% Inspection, Random Sampling, Periodic Surveillance, and Customer Satisfaction). The services required will be organized into major functions and each major function will be inspected. Any deficiencies revealed during QC inspections will be corrected as directed by the designated City personnel. The deficiencies and corrective actions will be documented in the Quality Inspection October Use or disclosure of data contained on this sheet is subject to the restrictions on the title. page of this proposal. AB M FACILITIES MAINTENANCE SERVICES AND SOLUTIONS aEw�gT CITY OF NEWPORT BEACH, CA � '. IM Building Value TECHNICAL PROPOSAL �,��o,,.�" and Surveillance Report and submitted to the designated City personnel monthly. All QC records and files documenting the QC inspection program will be kept up -to -date, accurate, and available for designated City personnel review. 5.1.2.1.1 Approach to Total Quality Management ABM's Quality Management Program is a corporate management model growing from the continued input and feedback from our clients and employees. To increase efficiency and change in our quality program each employee is encouraged to actively participate in identifying opportunities for improvement. Our Quality Control Program has been designed to assure delivery of services required to provide PM, service calls, task orders and repair services for the Newport Beach facilities. The maintenance, and repair services performed by our company are performed in the most efficient manner possible. The program specifies standards for management as well as the technical functions of this contract. Our program includes compliance with contract requirements and specifications, commercial practices, manufacturer's recommendations, national codes, industry standards, and all federal, state, and local laws and regulations. It is designed to obtain the following results: • Timely Performance • Quality Service • Management Efficiency • Cost Control • Inspection of Subcontractors • Automated Report and Data Collection • Customer Satisfaction • Compliance with State, Federal, and OSHA Regulations • Issue Resolution Our extensive Quality Control Program is our company's tool for a successful operation. The PM is responsible for and has the authority to administer the overall quality of the contract. The QCM is responsible for implementing this QCP. This plan identifies the responsible personnel, details the assignment of responsibilities, and spells out the procedures for planning, organizing, directing, monitoring, and controlling quality for the maintenance and repair services for this contract. This plan also provides guidelines for staffing, contract management, and interaction with the Government, particularly quality assurance personnel. Weekly meetings will be scheduled with designated City personnel to discuss the quality standards and progress of the contract. The CM will emphasize ABM's commitment to safety, quality workmanship and customer satisfaction to all ABM's personnel. Staffing Roles, Responsibilities, and Outputs Our Quality Control Program is our manager's tool for success. Our staff will be qualified and receive training on new methods and equipment as identified. Quality control responsibility is assigned to our QCM. The QCM will report directly to the Corporate Office Operations and RFP # 14 -00 October 29, 2013 w disclosure of data contained on this sheet is subject to the restrictions on the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS d'� ABM. CITY OF NEWPORT BEACH, CA � 3 Building Value TECHNICAL PROPOSAL C,�~6p,�S Quality Management on matters pertaining to quality control. The names and titles of personnel assigned QC and qualifications of personnel assigned QC responsibilities will be an attachment to this plan. As mentioned earlier the QCM will implement the Quality Control Program. The QCM will work with the PM to coordinate, perform, and manage inspections and corrective actions. This Quality Control Program requires the QCM to provide a monthly performance summary to the corporate Operations Manager, corporate Quality Management Director, and the designated City personnel. This keeps all levels of management informed. 5.1.2.1.2 Total Quality Plant ABM uses our Continuous Improvement Model to ensure services will meet or exceed contract requirements. The Figure below represents our improvement process, which begins with understanding the requirements and providing the management, resources, realization processes, and measurement activities needed to result in customer satisfaction. Continual Improvement of the Quality Management System Our continuous improvement model represents ABM's dedication to excellence. RFP # October 29, Use or disclosure of data contained on this sheet is subject to the restrictions on the title page 0 AMA. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL a Management Responsibility: Management provides the leadership, communicates commitment to quality service, and makes decisions based on factual data and information to improve the quality of services. Resource Management: ABM provides the infrastructure to ensure we have the capability to provide services meeting or exceeding customer requirements. This includes, but is not limited to, ensuring personnel are experienced, trained, and competent to perform their tasks, proper tools and equipment are provided and maintained (including CMMS systems), and these services are provided in a safe and environmentally friendly environment. Product/Service Realization: ABM plans the service realization process to ensure service is delivered in an efficient, timely, and cost effective manner. Measure, Analysis & Improvement: ABM determines the key process indicators to measure service deliveries in meeting or exceeding contract requirements. This information is analyzed and reported to management to identify areas for improvement and make adjustments as needed to ensure customer satisfaction. Corrective Actions are taken when necessary to correct deficiencies and/or prevent deficiencies from occurring when trends are identified. 5.1.2.2 Problem Escalation Process QC Inspections. When inspections identify a deficiency, the Service Lead or technician is assigned to correct the deficiency. The deficiencies are identified on the Deficiency/Punch Check List. The information is entered into the CMMS as a QC Re -Work Order for tracking correction and trending deficiencies. The QCM will verify and sign/initial beside the listed deficiency to signify it has been corrected. He/she will then update the CMMS and close the work order. Safety violations and customer concerns will be assigned to the QCM for investigation and corrective action. The results of the investigation and corrective action are recorded on Corrective Action Request Forms. • Plan — Identify and document deficiencies per contract requirements, regulations & standards. • Do — Correct Deficiency • Check — Verify the correction was satisfactory • Act — Trend deficiency information to identify opportunities for improvement. The PDCA Model illustrated below can be applied to all processes for planning and problem resolution. It is simple enough for all levels of employees to understand and provides a guide to effective problem solving. The PDCA Model is illustrated in circular format to emphasize that it has no end; the four stages rotate continuously. No sooner is an improvement made than it becomes the standard to be challenged with new plans for further improvement. October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title pane 0 ABM. Building Value q Malarlak E"Inted sJ Manpower Evalualmil 4 SoRait Employee reammendelleme to solve prddeor • Equipment Evaluah l • Analyse Time Standade • Collaborate with the Client Prevematiw Winhnaae Serckee W the Newport Beech Facilities FACILITIES MAINTENANCE SERVICES AND SOLUTIONS 0 Preventative Maletenara SDPs Updat 4 Repeat Daily Cleaning of High Traffic and Redrooms • Quality Control PIN Updated to Pmw Rmumence of the Problem • Collaborate with tine Glum CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL e �trson�•r • Test NeeommeWed Chin. • Harassed Supervhlon of Areas aconown • Innovative Preventative Maintenance Procann • Corrective Manures Implemented • Collaborate withtMCilent Project ManageenenU Support of Contrxticontrad Compliamd Newport Deach Customer SaOSlaction 0 Newport Beach Preventative MaintanNa Paliormana Retorts D Newport Bath Satiatamion, Padbaeb and Complaints 4 100% impaction of Problem Areas Deficiency information will be trended to determine the causes of the unacceptable performance. Root causes can usually be narrowed down to method, manpower, materials, equipment, environment, or communication. Methods will be examined to determine their effectiveness. Manpower will be analyzed to determine if staffing levels are adequate, additional training or work instructions are needed, or if personnel performing the work are competent to perform the task. Information from inspections may be used in performance evaluations, personnel counseling or corrective actions. Materials will be compared against quality standards and specifications. Equipment will be inspected for suitability, calibration, and mechanical status. The environment will be considered for safety or weather conditions which could have an effect on quality. Communication methods will be analyzed for clear direction in performing the task. Government Quality Assurance Inspections. Deficiencies reported as a result of government inspections will follow the same steps as the QC inspection deficiencies. The results will be reported back to the designated City personnel in the timeframe and format prescribed by the government. 5.1.2.3 Customer Complaints Measured and Categorized Documentation and reports will be prepared and maintained on file in the QCM's Office. These reports and files will be available for review by the designated City personnel and other authorized government agencies upon request. The files will be organized and easily accessible to all authorized individuals. An accurate program of documentation and reporting is very critical RFP # 14 -00 October 29, 2013 1 or disclosure of data contained on this sheet is subject to the restrictions on the title page Ah FACILITIES MAINTENANCE SERVICES AND SOLUTIONS �pE�'+>ogr ABM,w CITY OF NEWPORT BEACH, CA u Building Value TECHNICAL PROPOSAL G�aat�* to our Quality Control Program. Documentation of all inspections, concerns and feedback results serves as a system to identify and correct deficiencies. Also, review of the documentation will lead to the development and implementation of corrective action to eliminate future deficiencies. Documentation and reports will be prepared and maintained on file in the ABM Project Management Office. These reports and files will be available for review by the government agencies upon request. When the government requires original reports, ABM will maintain a copy of the report. Documentation of the Quality Control Program will be accomplished on forms tailored specifically for this contract. Each form will be utilized to document the results of the inspection. The inspection sheet will be dated and the tasks, inspection deficiencies, and identification of correction will be recorded. Forms will be tailored or modified as required during the contract period. Minimum Documentation to be maintained is as follows: • Quality Control Plan • Customer Complaint Forms and supporting documentation • Customer Complaint Log • Quality Control Inspection Checklist/Punch List • Corrective/Preventive Action Requests • Monthly Quality Control /Assessment Report • Submittal Documents Below are sample copies of our required documents. RFP # 14 -00 October 29, 2013 or disclosw'e of data contained on this sheet is subject to the restrictions on the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS OP ABM,M C1TY OF NEWPORT BEACH, CA Building Value TECHNICAL PROPOSAL Customer Complaint Log INSPECTION PUNCH /REWORK LIST ABM Government Services, Inc Inspector QC Rep Date Walk In Thru Progress Final Other Corrective Action Location WO # Deficiency Initials/Date Additional Comments: PAGE of BFP #t 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the lute page of this prof W ABW Building Vatue QC Punch List FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL � ?E`w°°.pr �uronN� Date: CORRECTIVE/PREVENTIVE ACTION C /PAR Number: REQUEST Auditor or individual issuing the C/PAR fills in the following section Responsible Type (circle one) Department Manager: Corrective Action Assigned to: Preventive Action Initiated by: Defect Repair Response due by: Continuous Statement of requirements: (Cite PWS, ISO Clause, Quality Improvement Manual, OSHA, Regulation, etc.) Change Request Source (circle one) Quality Assurance Finding Quality Control Finding Customer Complaint Management/Employee Safety Observations: Responsible Department Supervisor fills in the following information Root Cause(s) identified as: Corrective actions planned or taken: A. Short-term action (containment): B. Long -term action to prevent recurrence: Planned completion date: RFP # 14 -00 October Use or disclosure ofdota contained on this sheet is .subject to the restrictions on the title page of this proposal- FACILITIES MAINTENANCE SERVICES AND SOLUTIONS �6Wrogr ABM. CITY OF NEWPORT BEACH, CA �� V Building Value TECHNICAL PROPOSAL °+e�ogk�� Signature: Date: I Auditor or Quality Manager completes verification information below I Corrective action verified, implemented: (Cite the proof, i.e., Documentation, Obs Data, Customer Verification, or other physical proof that action was taken and effective) Signature: Title: ABM Preventive Maintenance & Repair City of Newport Beach Contractor Quality Control /Assessment Report Report Date: QCM: Quality Preventive Maintenance # Issued # Completed # Inspected % Inspected # Deficiencies Deficiencies Date: Action Request Service Orders # Issued # Completed # Inspected % Inspected Deficiencies Deficiencies Period of Performance: IDIQ Work # Issued # Completed # Inspected % Inspected Deficiencies Deficiencies Safety # Safety hisp # Safety Lost Time Conducted Incidents 0 Hours 0 Safety Training (Attach attendance sheets) Date # Subject RFP # 14 -00 • I October 29, 2013 Use or disclosure of data contained on this sheet is subject to the rertric-tions on the title page of this proposal. r FACILITIES MAINTENANCE SERVICES AND SOLUTIONS a`�' ABM1mCITY OF NEWPORT BEACH, CA � Building Value TECHNICAL PROPOSAL U 5��oaN�t Attendees Corrective Actions Minor deficiencies: Minor deficiencies are corrected immediately upon identification and verification of the Correction is documented on the attached inspection log. Assessment Driven Corrective Actions and Process Adjustments for identified Trends: Inspection, Testing and Certification Program Summary (attach copies of results): a) Water Testing and Treatment Service: Date: b) Boiler Water Testing: Date: c) Other (list test and Date): Inspections Normal Monthly Quality Control Assessment Report 5.1.2.3.1 Processes to Processes to Verify Resolution of Problems Our quality control inspection system is designed to cover all general and specific tasks included in the scope of work. All tasks or areas will be monitored. An inspection is the process utilized to review actual performance within a specific area. The services required by this contract have RUN N October 29, Use or diselostere of data contained on this sheet is subject to the restrictions on the title page of this proposal. Inspection Build in PM/WO /o Work Descriptio TSa Comment Date g# r IDIQ Order # n ed s Normal Monthly Quality Control Assessment Report 5.1.2.3.1 Processes to Processes to Verify Resolution of Problems Our quality control inspection system is designed to cover all general and specific tasks included in the scope of work. All tasks or areas will be monitored. An inspection is the process utilized to review actual performance within a specific area. The services required by this contract have RUN N October 29, Use or diselostere of data contained on this sheet is subject to the restrictions on the title page of this proposal. W FACILITIES MAINTENANCE SERVICES AND SOLUTIONS rEWPO.gT ABM.MCITY OF NEWPORT BEACH, CA � ' a Building Value TECHNICAL PROPOSAL Gi�oe�`� been organized into major areas. Each area will be inspected. Different tasks within the areas have been identified and will be inspected at different intervals or frequencies for conformance to the specifications. Workmanship, timeliness, safety, and workplace clean-up will be a part of each inspection. The areas have been identified as: • Administration & Management, • Quality including but not limited to: • Safety • Customer Satisfaction • Inventory Management • Timely Submission of Reports • Cleanup • Personnel Training, Competency, • Service Calls/Work Orders Background & Clearance . Timeliness • Quality Control, Subcontractor . Quality QC • Safety • Safety and Emergency • Inventory Management Preparedness . Cleanup • CMMS Administration & . IDIQ Tracking . Timeliness • Equipment Validation . Quality • Preventive Maintenance & • Safety Repair Services 0 Inventory Management • Timeliness • Cleanup RFP ## 14 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. Ah FACILITIES MAINTENANCE SERVICES AND SOLUTIONS �as`'°OR> ABM, CFCV OF NEWPORT BEACH, CA a Building Value TECHNICAL PROPOSAL G~oa +�� Work Order Process Our quality control personnel will use different methods to perform inspections dependent on the type of service performed and results of previous inspection trends. 100% Inspection RFP # 14 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title page of this prof 4 ABW Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL 0 Some services are required to be inspected each time they are performed. This type of inspection will be performed on low volume tasks (once per month or less) or tasks which are identified as high priority, high risk to safety or environment, and IDIQ work. These services will be inspected and accepted by the QCM prior to presenting them to the Government for acceptance. Deficiencies will be recorded on the Quality Control Punch List Report and issued to the functional supervisor /technician for correction. These deficiencies will be identified in MAXIMO as a QC Rework Work Order for deficiency tracking and trending purposes. Random Sampling Random Sampling will be performed on services which are performed routinely. Many of our services are inspected randomly. ABM will meet performance standards established by the Government. Service call work orders and PM work will be inspected using this method. We routinely use a 25% sample or other Government- approved sampling standards. The sample size may be increased for recurring issues identified. Deficiencies will be recorded on the Quality Control Inspection Punch List or Checklist and issued to the functional supervisor /technician for correction. These deficiencies will be identified in MAXIMO as a QC Rework Work Order for deficiency tracking and trending purposes. Periodic Sampling This type of surveillance consists of the evaluation of samples selected on other than a 100% or statistically random basis. An example of periodic surveillance is weekly, monthly, or annual inspection when the inspector chooses the location, time, or task in other than a statically random manner. Random sampling will inspect whether reports are being submitted on time and appropriately, mean time before failure (MTBF), average work order cycle time, total number of outstanding rework orders, rework percentage, completion percentage, or seasonal shut down/startup. Customer Satisfaction Feedback and Complaints Feedback from our customers and validated customer concerns will be documented analyzed for trends to identify opportunities for improvement. Customer concerns will be investigated to determine the cause. Corrective actions will be taken and verified for effectiveness. Concerns or negative comments will be responded to within 2 working days of receipt of the complaint/comment. Customer satisfaction information will be summarized and graphed monthly and reported to the ABM corporate office and the designated City personnel. CMMS- Generated Data We will use data generated from MAXIMO to assist in identifying performance issues such as timeliness, material, and delay issues. The following information will be generated at a minimum: MTBF, average work order cycle time, total number of outstanding rework orders, rework percentage, completion percentage, and QC defect trending by location and type. 5.1.2.4 Service Warranties ABM will establish a one -year labor and material warranty on all repairs performed by our own workforce. We will insure that work performed by our subcontractors will be warranted for parts and labor for a period of not less than one year. Our warranty program will be managed by our RFP # 14 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title page iP AM& Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL 0 Project Manager and monitored and tracked by our Customer Services Representative through the use of the MAXIMO computer maintenance management system that will have warranty information imbedded as part of its database for items under warranty. A latent defect in most cases, is a product defect and not an installation defect. Installation contractors normally offer a one -year limited warranty that would cover labor and any repair to the installed item. After the one year installers warranty, there is normally a manufacturer limited warranty that covers the item for manufacturer defects for a specific period of time (normally 3- 15 years, depending on the item). Should ABM purchase an item and provide installation, we will offer a warranty for a minimum of one year. Should the manufacturer offer a longer warranty, ABM will match that warranty (product) period. All items installed after the inception of our contract with the City of Newport Beach will have warranty information attached to the equipment history file. All terms of all warranties and guarantees will be included. For items not installed by ABM, our methodology for repairs, during the installers warranty period, will be to contact the installer and request immediate attention to the defect. Upon expiration of the installer's warranty, we will call the manufacturers customer service department for directions to affect a repair or replacement. In most cases, we have found that the manufacturer will request us to either make the repair or to replace the item with a manufacturer provided part or item. All labor to affect a warranty repair or replacement is normally paid for by the manufacturer. 5.1.2.5 Ability to Provide Item -Level Reporting As stated below, ABM has the ability to perform ad hoc queries to include Item level reporting. 5.1.3 Reporting and Billin¢ 5.1.3.1 Work Order System /Ability to Provide Reports A Field- Proven State -of -the -Art Computerized Maintenance Management System (CMMS) MAXIMO including: • Extensive data management capabilities • Electronic retrieval of reports for the Newport Beach Officials and ABM Management • Instantaneous retrieval of near real -time management data for the designated City personnel or ABM in virtually any format • Pre - designed automated report formats for electronic delivery of contract reports and deliverables and the ability to provide Ad Hoe queries for specific information • A totally integrated work request/work order system with cost/schedule control and contract accounting • A means of work measurement • A detailed historical database, and • Efficient tracking of labor, materials, supplies, equipment, and tool costs. RFP # 14 -00 October 29, 2013 1 or disclosure of data contained on this sheet is subject to the restrictions on the titk page of this proposal. �1 FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ABM. CITY OF NEWPORT BEACH, CA Building Value TECHNICAL PROPOSAL 5.1.3.2 Report Examples Work Order U RFP # 14 -00 October 29, 2013 1 or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. 0 AM& Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS Preventative Maintenance CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL o"?�W POR> a. r �G�F00.N\ RFP 414 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ABMIMCITY OF NEWPORT BEACH, CA Z a Building Value TECHNICAL PROPOSAL °+crroaM`� A_ c_tivity Report _ —�� ['✓< fen Y..�rmere rm. Xana x QY�.nf • �snn ABM. I�anm•oa.a - "'1 n!; c. p ou mnm . `{ .., ... ... i A.R9 .. .... .. .._ ... ... .._ - u cB 1111.. 1111 ... 1111.. 111_1. "l! e mime siw ox w' ou i%r xxi ., ..... ................. 11 ,11. aK .. .. bu ... ... _. .. 19A .. ... n ... ... 1 AFy,. m:u . . . 1111. 1111 cc��y ... ... "' ±i -i. 1111 1111 1111 1111 ... ry •.. ®� ne nms ee •ra W 99l ... .. Aa . _ . .. 1 ... A4t .. .. ... ._ @@.. I A .._ .. ... .. i IpJ ms CH ,, ,¢ ma +e aae ... ... " F9EL 11_11 .. _. Ai.t on.... 1111. ..waw .°ff .,., ow- m. ..1111... 1111... 1111. 1111. rmni .a ¢me 1,111. __.. aoa rx rs a 11 .. 'i .. ... .. „J^e air. oe. oa 5.1.3.3 Additional Standard Reports As noted previously, ABM will be using MAXIMO for its CMMS system which has the capability to provide any reports that the designated City officials request 5.1.3.3.1 Capabilities to Provide Customized Reports? Please see response to section 5.1.3.1 above. 5.1.3.4 Billing Procedures /Capability to Provide Electronic Billing Monthly ABM provides monthly electronic billing using the following process: Throughout the month, the Project Manager maintains a Schedule of Values, an Excel spreadsheet that tracks the contract value, the work completion percentage and all modifications to the contract. Prior to the end of the month, the Project Manager also obtains a signed Pay Request Certification from the Contracting Officer. A Pay Request Certification serves as evidence that the government has acknowledged that the contracted work has been completed. At month -end, the Project Manager prints and signs the Schedule of Values, and sends it, along RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. FACILITIES MAINTENANCE SERVICES AND SOLUTIONS �N�.W�'o,,y, ABM,.CITY OF NEWPORT BEACH, CA Building Value TECHNICAL PROPOSAL 3 GGPpR�� with the signed Pay Request Certification, to the Contract Administrator. Upon receipt of these documents, the Contract Administrator creates an invoice in Excel. The invoice is then provided to the VP of Contracting, who compares the invoice to the supporting documentation and evidences his review by signing and dating the invoice prior to it being entered into the system RCl -G. After approving the invoice, the VP of Contracting gives the invoice to the Contract Specialist for entry into Costpoint. There is a segregation of duties between the employee who creates the invoice and the employee who posts the invoice amount in Costpoint. Costpoint will not allow an invoice to be entered that would cause the total billed amount under a contract line item to exceed the total amount of funding that is setup within Costpoint for that contract line item amount RC22 -G. Additionally, Costpoint will not allow an invoice to be entered that would cause the total billed amount under a contract to exceed the total amount of funding that is setup within Costpoint for that contract. Invoices are then electronically sent. 5.1.3.5 Tools to Support Service Calls The biggest support tool for service calls is our Computerized Maintenance Management System, MAXIMO. Our Customer Service Represntative /Dispatcher will collect data for all reports, generate reports, receive work requests, enter data into the CMMS, print work orders, and interface with contract officials and tenant personnel. ABM will utilize MAXIMO, an IBM program that has become the industry standard. This software provides the means to generate work orders for a multitude of various services, including: service calls, schedules, and reports. Because it is an integrated program, the data entered into the program provides information that can be disseminated into various reports, logs, and charts as pictured in the graphic below. RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS r� +PO,gT ABM,CITY OF NEWPORT BEACH, CA � U Building Value TECHNICAL PROPOSAL 4i°�0a..,r Integrated Project Management Information System Approach ABM's Project Management Information System is the common framework for a central repository of project documentation for everyone working on the project. 5.2 LOCAL STAFFING PLAN 5.2.1 Key Personnel Names, Oualifications, Professional Certifications, Experience, and Proposed Responsibilities As illustrated below, here are the primary members of your ABM Team, a description of the role they will play on the project, followed by their resume. Each SME, and others as needed, will also be a resource for any needs relating to ongoing maintenance requirements and consultative input as needed by the City of Newport Beach, Project Manager: Oaiser Khan The project manager is your daily point of contact for the project. Qaiser will be the author of the Facilities Maintenance Services and Solutions Management Plan. The project manager leads all aspects of executing the work required to complete the detailed scope of services. The project manager creates and maintains all scheduling activities in collaboration with the City of RFP # 14-00 October 29, 2013 1 or disclosure of data contained on this sheet is sahject to the restrictions on the title page of this 0 ABM. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL e GtiFOaP`a�. Newport Beach. The project manager brings in the appropriate ABM subject matter experts as the scope dictates that specialty. Mechanical SME: Robert Bayer The Division 15 mechanical SME will work in harmony with the project manager to prepare cost estimates for all mechanical repair, replacement, or rehab projects as warranted by the facility conditions. This includes all aspects of building automation. Electrical, Lighting and Electric Vehicle (EV) Infrastructure SME: Cameron Funk The Division 16 electrical SME will work in harmony with the project manager to prepare cost estimates for all electrical and lighting repair, upgrades, replacement, or rehab projects as warranted by the facility conditions. This SME will also be able to scope and price out options to install EV charging stations throughout the City's portfolio of parking lots. Software Systems Integration SME: Ken Sapp The software systems SME will help the City of Newport Beach through an assessment of software needs while assisting the City to navigate through the universe of facility software options. In conjunction with the project manager, the software system SME will help identify software system priorities and needs while aligning with the City's budget. Sr. Energy Engineer SME: Sumit Kochhar The Sr. Energy Engineer works closely with all the SME's to identify budget - neutral energy projects. This part of the scoping process is especially important to be done with the mechanical and electrical replacement budget pricing activities, as the incremental cost for increased efficiency during a scheduled replacement can be fractional. The ROI's, payback in years, and kWh savings will be calculated and included. Solutions SMENP of Sales: Keeia Davison Provide the City of Newport Beach with overall project satisfaction. Create additional opportunities for the City to leverage their financial situation with low interest utility loans and grant options. Flooring Snecialist: Jeff Leonard As a total facility solutions provider, ABM currently has a Janitorial contract with the City of Newport Beach. Knowing several of the City's buildings, our flooring specialist will play an integral part in assessing the repair or replacement needs for this depreciating asset. October 29, Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. ABW Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL o e V ���voa�� ORGANIZATIONAL STRUCTURE Vice President, Technical Services — ABM Facility Services A veteran facility professional with over 30 years' experience in Job responsibilities: the facility management industry, with considerable expertise in operations and maintenance, engineering, energy management, benchmarking, facilities condition assessment, performance based facility management program development & execution (preventive, predictive, and reliability centered maintenance RFP # 14 -00 October 29, 2013 1 or disclosure of data containe -don this sheet is subject to the restrictions on the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS pE ABM w CITY OP NEWPORT BEACH, CA u Building Value TECHNICAL PROPOSAL �+� UM1M`r Number of years with ESCO: programs), facilities asset management (O &M budgeting, capita Primary Office Location: budgeting, strategic equipment replacement plan — SERP Irvine budgeting & planning, etc.,) 30+ Irvine, CA June 2012 to current Company Name: I Vice President, Technical Services ABM Facility Services Responsible for companywide leadership program development Primary job responsibilities: and implementation in the areas of engineering support and consultation, facilities condition assessments, energy conservation, environmental management, carbon foot print reduction programs, Green Building programs, building & process commissioning, LEED certifications, Capital and Strategic Equipment Replacement Plan (SERP) development, budgeting and implementation. Qaiser will also serve as a key member of the Transition Team, providing technical expertise and innovative approach to new projects. Nov. 2011 to May 2012 Director, Technical Services ABM Facility Services Responsible for companywide program development and Number of years with firm: implementation in the areas of energy management, energy audits, facilities conditioning assessments, commissioning, LEED certifications, Capital and Strategic Equipment Replacement Plan (SERP) development, budgeting and implementation. Conduct ASHRAE level I and II audits, perform life cycle analysis, develop energy conservation and sustainability & environmental improvement projects. Support ABM clients, accounts, projects and contracts in the areas of energy, mechanical engineering, HVAC, electrical engineering, fire protection, environmental engineering, sustainable development and many other technical fields. Sept. 2008 to Oct. 2011 Account Executive, ABM Facility Services /Line Facility Services for more than $40 Million RFP # 14 -00 October 29, 2013 Use or disclosure ofdata contained on this sheet is subject to the restrictions on the titlepagc of this ABA& Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL q* investment companies) facilities Portfolio in PA, AZ, NC and International sites (London, Zurich). Responsible for 65 employees, P &L, Customer relations, Facility developments, O & M, Capital Projects, Sustainable Services and sustainability management.. Lead the team to win the Vanguard's Unmatched Excellence award in 2009 for sustainability and win the spot at the top 3 positions in green six sigma awards. Lead the team which implemented the state of the art energy conservation program at the facilities to reduce the overall energy consumption by 14% in 2.5 years and reduce the overall cost by 20 %. Also, reduce overall Facility O & M cost by more than 15% by increasing productivity, using efficient purchasing practices (bulk purchasing, negotiations, etc.), by reducing over times, by increasing staff skill levels (trainings, new technology and system enhancement) and implementing optimum equipment upgrade plans. While serving as the Account Manager at the Enterprise Account Vanguard, also help the ABM teams at corporate, regional and international levels. Participated in various business development activities (MARS, AATC, etc.) to win prestigious accounts for ABM (such as Juniper Networks). July 2005 to Aug. 2008 Facility Director, Line Facility Services Responsible for P & L of more than $16- 20 Million per year Facility Management portfolio of High -Tech customer sites which include Semi - Conductor Equipment Manufacturer (Applied Materials, Santa Clara, Ca), Solar Power Generation Equipment Manufacturer (OptiSolar, Hayward, Ca), Computer Manufacturer (Advantech, Milpitas, Ca), ChemicaUSemi- Conductor Process Testing Laboratories and Mission Critical Systems as well Overseas Facility Management Program Development. The responsibilities also include the companywide leadership programs developments and implementations in the areas of Energy Conservation, Environmental Management, Carbon Foot Print reduction programs, Green Building programs, Building & Process Commissioning and LEED certifications. Lead more than $40 Million projects in the past 10 years at the customer sites for Commissioning, Retro commissioning, Re commissioning, Environmental Management, Fire Life Safety system upgrades, Low/Medium/High Voltage Electrical systems upgrades, installation and testing including I I5kV substation, Power RFP ft 14 -00 October 29, 2013 1 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this 0 FACILITIES MAINTENANCE SERVICES AND SOLUTIONS p', ABM. CITY OF NEWPORT BEACH, CA Building Value TECHNICAL PROPOSAL 4��oRp�� Monitoring, Process System & HVAC upgrades, BAS/FMS control upgrades and Safety System upgrades. International Experience with services in UAE and Middle East. Also managing medium to large ($1 Million to 20 Million) Projects such as design build projects, design & construction projects, commissioning projects, energy conservation projects, facility improvement and upgrade projects, move management & churn projects, process improvement projects and operational/troubleshooting projects. I was also sent to the overseas to establish LFS international accounts. From Feb. 2008 to Aug. 2008, established LFS office in Abu Dhabi and participated in the business development activities in Abu Dhabi, Qatar, Saudi Arabia, Dubai, France and Germany. Nov. 1998 to June 2005 Project Manager, Line Facility Services Responsible for the total operations and management for 27+ facilities for Applied Materials, totaling approximately 2.4 million square feet of office, manufacturing, R &D Labs, Application Engineering Labs, Data Center, Class 1, 10, 100, 1000 Clean Rooms, warehouse and industrial facilities including Hazard Class 6 facilities. Manage and operate a budget of approximately $7.5 million per year. Supervise two major departments of Facility Management: Operation & Maintenance and Fire Life Safety System. Responsible and supervise a staff of 22 which includes Operations Manager, Controls Engineer, Fire Life Safety System Manager, Administrative Assistant, CMMS Operator, two Chief Engineers , nine Stationary Engineers, and six Fire Life Safety Technicians. Evaluate and analyze continuously changing business requirement of the semiconductor industrial environment and implement plans to meet the needs & goals. Develop and implement Key Performance Indicators (KPI), Benchmarks, and Best Management Practice (BMP). Work closely with AMAT Environmental Health & Safety department to develop and implement programs to strictly follow regulatory compliance and improve work environment. Also responsible for the Design, Construction, installation and commissioning of Mechanical, Electrical, Fire Life Safety, Fire Protection System & Building Automation Control Systems. Manage Capital Improvement, System Upgrade and Regulatory/ Compliance Upgrade projects ranging $50K to $5.0 Million. Perform Root Cause Analysis, Failure Analysis, and develop financial justifications to RFP #! 14 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title Page ® FACILITIES MAINTENANCE SERVICES AND SOLUTIONS aE °O ABM1m ° CITY OF NEWPORT BEACH, CA Building Value TECHNICAL PROPOSAL Q�o,,,.* Development, Upgrade, and Capital Improvement and Business Projects. June. 1994 to Oct. 1998 Mechanical Systems Engineer, Line Facility Services, Mobil Oil Corporation Responsible for operations and maintenance management of 1.5 million square feet facilities comprising of thermal energy storage, ice storage, steam plant, chilled water plant, CDA, emergency power generators, life safety system, building automation system and conveying/transporting system. Supervised and administered work of 13 stationary engineers in plant engineering, preventive maintenance, predictive maintenance and, energy management. Also responsible for project management, design review, commissioning, testing and acceptance. Responsible for budgeting, strategic equipment replacement planning and facility renovation. June. 1989 to May. 1994 Chief Engineer, Polinger - Shannon & Luchs, Inc., Responsible for total facilities operations and maintenance management for 200,000 square foot facility comprised of a chiller plant, steam plant, emergency power generators, UPS, ATS, and energy management system. Supervised a staff of two stationary engineers and five maintenance workers in plant routine, preventive, and predictive maintenance. Performed renovation and improvement project from conceptual design to installation, commissioning, and start up. Planned and executed annual and capital budgets. June. 1987 to May. 1989 Research & Teaching Fellow, Department of Mechanical Engineering, and Catholic University of America — Conducted research in controls, vibration, and structures. Taught mechanical engineering students. Jan. 1981 to May. 1987 Supervising Engineer/ Deputy Chief Engineer / Chief Engineer, Archer Daniel Midland Corp. / Habib Arkc RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. OF FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ��ae��gr, ABM,M CITY OR NEWPORT BEACH, CA � u Building Vatue TECHNICAL PROPOSAL ci�o,,.er Hub Chowki, Pakistan — Responsible for supervising staff in the production, operation, maintenance, and quality control of 150 tons per day of industrial liquid sugar (fructose, maltose, dextrose, glucose) plant. Duties also included plant expansion, renovation management, shutdown planning, design review, erection, and commissioning. Also responsible of marketing and accounting support such as budgeting, cost analysis, demonstration, and R &D. Educational Background: M.S. Mechanical Engineering, Catholic Washington, D.C. Academic degrees, B.S. Mechanical Engineering, N.E.D. University of Engineering & Technology, Karachi, Pakistan. Certifications: Certified Energy Procurement Professional by AEE Certified Testing Adjusting & Balancing Professional by AEE Certified Indoor Air Quality Manager by AEE Certified Green Building Engineer by AEE Certified Measurement and Verification Professional by AEE Certified Power Quality Professional by AEE Certified Building Energy Simulation Analyst by AEE Certified Building Commissioning Professional by AEE Certified Carbon Reduction Manager by AEE Registered Environmental Manager by NREP EPA Universal CFC Certification RFP # 14-00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page Registered Professional Engineer in DC and VA PE registration number and PE Mech. - Registered in DC & VA state, professional affiliations, PE Elect. — Registered in VA relevant PE Fire Protection — Registered in DC publications and technical LEED AP — LEED Accredited Professional by USGBC training. Certified Electrician by CA Dept. of Industrial Relation Certified Fire Protection Specialist by NFPA Certified Energy Manager, by AEE Certified Energy Procurement Professional by AEE Certified Testing Adjusting & Balancing Professional by AEE Certified Indoor Air Quality Manager by AEE Certified Green Building Engineer by AEE Certified Measurement and Verification Professional by AEE Certified Power Quality Professional by AEE Certified Building Energy Simulation Analyst by AEE Certified Building Commissioning Professional by AEE Certified Carbon Reduction Manager by AEE Registered Environmental Manager by NREP EPA Universal CFC Certification RFP # 14-00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page r FACILITIES MAINTENANCE SERVICES AND SOLUTIONS p� ooq� ABM. m CITY OF NEWPORT BEACH, CA � 0 Building Value TECHNICAL PROPOSAL G<�oa�"� 2012 — Arch Diocese of the Orange County, CA Project. Overall Facility condition assessment of 12 buildings of Santa Margarita Catholic High School. Review and analysis of assets and inventory of electrical, HVAC & mechanical systems and the design of the new chiller plant for the entire campus, building automation systems, new cooling system for the Gym, electrical infrastructure upgrades and fan coil units upgrades. ABM team Leader for the entire project which included reputable Southern California subcontractors and designersas the sub to ABM. 2012 — JP Morgan Chase Florida Renewable Energy Project. ABM lead for the turnkey project of installing Solar panel, battery backups and metering to ATM, Data servers and bank systems three JP Morgan Chase branches in FL. ABM lead the turnkey project from the design, permitting, installation, commissioning, startup and city acceptance/approval. Project included condition assessments of the three bank branches roofs, HVAC, mechanical, electrical and IT review, assessment and coordination. RFP # 14 -00 October 29, or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. Vibration Analyst -I, CSI Steam Engineer - I, by NAPE Chiller Plant Designer, by Trane Fire Alarm System -MXL Certified, by Pyrotronics OSHA Asbestos Abatement Technician Class III & IV Asbestos Train & Certified Worker, OSHA Steam Engineer Licenses Class III (high & low pressure) Contracting projects this 2013 — Delta Air line Portfolio including world headquarters and individual has been involved Technical Operation Centers in Atlanta, GA. ABM Corporate with during past 5 years. Representative and in charge of the $20+ Million per year Include project location, type contract execution and transition— Responsibilities includes of facilities, year development of facilities master operation & maintenance implemented and dollar value management plans which includes overall facility condition of installed project costs. assessment, asset and inventory review & analysis and revamp /modernization of operation and maintenance management tools, plans and practices of 20+ facilities in GA, MA, CA, KY and UT. Implementation of mobile handheld technology for the work orders, maintenance program and asset management. 2012 — Arch Diocese of the Orange County, CA Project. Overall Facility condition assessment of 12 buildings of Santa Margarita Catholic High School. Review and analysis of assets and inventory of electrical, HVAC & mechanical systems and the design of the new chiller plant for the entire campus, building automation systems, new cooling system for the Gym, electrical infrastructure upgrades and fan coil units upgrades. ABM team Leader for the entire project which included reputable Southern California subcontractors and designersas the sub to ABM. 2012 — JP Morgan Chase Florida Renewable Energy Project. ABM lead for the turnkey project of installing Solar panel, battery backups and metering to ATM, Data servers and bank systems three JP Morgan Chase branches in FL. ABM lead the turnkey project from the design, permitting, installation, commissioning, startup and city acceptance/approval. Project included condition assessments of the three bank branches roofs, HVAC, mechanical, electrical and IT review, assessment and coordination. RFP # 14 -00 October 29, or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. 41 ABM. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL 0* RFP # 14 -00 October 29, 2013 1 U.se or disclosure of data contained on this sheet is subject to the restrictions on the title pave 2012- Juniper Facilities, Sunnyvale, CA — ABM Lead to develop Faculties master operation & maintenance management plans for 22+ facilities in CA, MA and VA. Performed the overall building conditioning assessments to architectural, electrical, mechanical, HVAC, process and business support systems. Performed energy audits to all facilities systems and developed Energy management and conservation plan identifying $7 Milionis savings with overall ROI less than 4 years. 2011 — RBS Citizen Bank of RI — ABM Lead to perform facilities conditioning assessment and audits to develop overall energy management and strategic equipment replacement plan for 20+ bank branches, processing centers and corporate offices. Identified $5 Million savings with overall ROI less than 5 years. Name of Project Team Member: Current Job Title: Senior Energy Engineer Number of years with ESCO: 1 year Primary Office Location: Irvine, CA Employment History ABM 2011- Present Company Name: Senior Energy Engineer Primary job responsibilities: • Evaluate new technologies for possible inclusion as energy conservation measures including rainwater harvesting, solar energy utilization, and other renewable energy systems. Number of years with firm: . Calculate energy savings from recommended solutions to determine financial payback. • Manage measurement and verification process. • Develop energy conservation measures for projects and define scope of work with project engineering staff. • Coordinate with project management staff to define equipment selection criteria to ensure final product meets or exceeds customer expectations. RFP # 14 -00 October 29, 2013 1 U.se or disclosure of data contained on this sheet is subject to the restrictions on the title pave 0 ABM, Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL �CfG00.��Y o • RFP # 1.4 -00 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. Johnson Controls 2009 — 2010 Lead Project Developer • Leading cross functional teams of engineers and subject matter experts to propose and execute carbon footprint reduction projects • Prepare building simulation models using eQuest and develop energy efficiency measures for performance contracting projects. • Prepare scopes of work and report writing on the projects. • Develop detailed cost estimates for mechanical systems • Prepares financial models related to payment including an understanding of ROI, life cycle costing and internal rate of return. Noresco 2002 — 2009 Project Engineer / Energy Engineer • Prepare building simulation models and develop energy efficiency measures for performance contracting projects. • Prepare scopes of work and report writing on the projects. • Assisted in develop detailed cost estimates for mechanical systems • Prepares financial models related to payment including an understanding of ROI, life cycle costing and internal rate of return. Educational Background Masters in Mechanical Engineering (San Diego State University) Academic degrees, Professional Engineer, CA, M -34488 (Mechanical Engineering) certifications, PE registration number and state, professional affiliations, Certified Energy Manager relevant publications and technical training. Energy projects this • Tinker Air Force Base, Oklahoma ($16M) -2007 individual has been involved with during past 5 years. Marine Corps Base Hawaii ($23.5M) - 2008 Include project location, type • University of Hawaii Community College $30.8 M - RFP # 1.4 -00 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. AMA. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL dEW �R> � s a C�GOPN\ a P of facilities, specific role and 2010 Responsibilities this • California Small Building Program- Phase 1 and 2 ($18M individual had for each listed & 10.5M) - 2010 -2011 project. Role and responsibilities this Tinker Air Force Base, Oklahoma ($16M) - individual had for each listed . Performed energy savings calculations for Boilers, project. Chillers, Decentralization of Central Utility Plant. Marine Corps Base Hawaii ($23.5M) - 2008 • Lead the team of engineers and performed energy savings calculations. • Wrote scopes of work for mechanical piece of the project University of Hawaii Community College • Developed the whole campus's carbon footprint reduction program and integrated with other campuses footprint reduction efforts. California Small Building Program • Lead Engineer to develop energy reduction program. • Managed subcontractors and negotiated the pricing based on the quotes and scopes of work. Role and responsibilities this This individual will be responsible for performing energy Individual will have for the calculations for all mechanical equipment. He is also going to duration of this project. support the operations team for gathering the pricing and managing the timeline of the project. Also, he will be responsible for deliverable of final work product complies with the scopes. Relevant technical This individual also has a very strong technical background of Experience. developing renewable technology projects, such as, Solar PV, Wind Turbine, and Solar Hot Water etc. Relevant energy- related 9 Years experience. Name of 6 =�=FTTI-11111 Robert Bayer Member: Current Job Title: Regional Vice President Job responsibilities: Full P/L Responsibility for ABM Building Solutions - California Number of years with ESCO: 5+ Years Primary Office Location: Irvine, CA Employment History ABM Building Solutions - Regional Vice President RFP # 14 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title page ABM, Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL OP Use or disclosure ofdata contained on this sheet is subject to the restrictions on the title page of this proposal. • Manage full P/L Responsibilities for Mechanical, HVAC Company Name: Services, Energy❑ Retrofit Services. • Review and prepare all contracting documents. Primary job responsibilities: • Prepare all major presentations. • Responsible for managing region sales team. Number of years with firm: • April 2011 — Present Honeywell Building Solutions, Southern California Sales Leader • Responsible for the financial performance of a three state region • Developed energy performance contracts for state agencies in MD. • Worked with the NC & SC account teams to assemble projects for local governmental agencies • Reviewed and prepared all contracting documents • Prepared all major presentations • April 2011— Present AMGI, Vice President Sales & Marketing • Total sales and marketing responsibility from small cap public company providing indoor air quality services. • April 2009— April 2011 International, Regional Director National Accounts • Tyco Responsible for managing 23 National Account Managers selling owner direct solutions to all market segments. • 1991 -2002 Educational Background University of Phoenix Academic degrees, Bachelors of Science, Business Management 2002 certifications: PE registration number and state, professional Bachelors of Science, Information Systems 2003 affiliations, relevant publications and technical training: RFP # 1400 Page87 October 29, 2013 Use or disclosure ofdata contained on this sheet is subject to the restrictions on the title page of this proposal. ABM. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL o U �LIFOM1M�f Role and responsibilities: Specific skills are in public finance and budgeting so my contributions will center around assisting the team and the client on building the most robust project possible. This will allow the client to achieve more through this procurement process. Other relevant technical 10 years of mechanical contracting and facility services expertise Experience. my strongest skill set is public finance. So I will review the technical offering but only in its capacity to help fund the client's overall financial strategy for a project. Total years of relevant Nearly 20 combined years of mechanical contracting, facility energy - related experience services, and energy performance contracting background. Name of Project Team Ken Sapp Member: Current Job Title: Vice President, Energy Solutions Job responsibilities: Business Development, Strategic Alliances Number of years with ESCO: 2.2 years Primary Office Location: Irvine, CA Employment History ABM (acquired The Linc Group, LLC): Sept 2010 — Present Company Name: Vice President, Energy Solutions (Linc EnergyHub) Primary job responsibilities: • Increase energy- oriented revenue through emerging technologies • Develop advanced energy solutions through selected strategic partnerships • Accelerate use of technology to increase energy efficiency in buildings • Advance the deployment of Electric Vehicle (EV) infrastructure in the US Number of years with firm: Retail Pro International (software & technology): 2006- 2010 (4 years) Senior Vice President, Global Sales • Executive role — helped drive company turnaround to profitability • Responsible for all corporate sales and marketing • Developed executive relationships with critical and global accounts • Managed complex, multi - cultural and international channel of RFP # 14 -00 or disclosure of data container) on this sheet is subject to the resn fictions on October 29, 2013 We page of this prof a FACILITIES MAINTENANCE SERVICES AND SOLUTIONS d`a£`��Rr ABM,MCITS' OF NEWPORT BEACH, CA � 0 Building Value TECHNICAL PROPOSAL q°� r 1/c00.0.� VP -GMs, resellers, strategic partners and direct enterprise sales across the US, Latin America, Europe, Middle East, China and Asia - Pacific Sage Software: 2005 — 2006 (1.5 years) Director, US Channel Sales • Managed a sales team to increase ERP software sales • Responsible for all sales of the #1 product line • Develop and enhance channel of 800 resellers and partners Director, Global Sales • Develop sales from scratch in a start-up technology company • Drive market adoption for this breakthrough technology in traditionally tech - averse HVAC, Energy, Electrical, Facilities and Mechanical markets • Create first reseller channel to expand market coverage • Established first European sales operations hub in the UK Oracle Corporation: 1995- 1999 (4 years) Director, Strategic Alliances • Responsible for growing technology sales through strategic partnerships • Managed national sales team and large partner portfolio • Improved strategic alignment of systems integrators, ISVs, and OEM partners • Contributed to the development and successful implementation of award winning channel and partnership strategies Previous: Director of Advanced Solutions Sales, InaCom Corporation (5 years) Senior Sales Executive: NCR Comten (3 years) RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. ABW Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL State University — Long Beach, CA Academic degrees, Degree: B.S. School of Business, Finance certifications, PE registration number and state, professional affiliations, Cypress Community College — Cypress, CA relevant publications and technical training. Degree: A.S., Data Processing RFP # 14 -00 Industry Training �4roa� � aEa O .. ,r • General Electric (GE): Certified EV Station Installation & productlaunch • Coulomb Technologies: Certified EV Installation & Commissioning • Electric Vehicle Infrastructure Conference: San Diego • Line Internal Education — Overviews of LEED, EnergyStar, key energy industry resources and measures • FieldCentrix internal and customer training: HVAC, service management, workforce management, mobile and wireless technology for the service industry, work order management and accounting, etc. Energy Industry Participation & Training • CleanTech OC (Orange County, CA) — member • SARTA (Sacramento Regional Tech Alliance) — participant • US Conference of Mayors — member Business Council, participant • California League of Cities — exhibitor, attendee • Governor's Global Energy Conference — attendee • Nissan Leaf regional launch — California participant • US Green Building Council conference in Toronto — attendee October Use or disclosure oj'data contained on this sheet is subject to the restrictions on the title page of this W FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ��eHPO.gr ABM.CITY OF NEWPORT BEACH, CA � _ U Building Value TECHNICAL PROPOSAL 4��o•„ �� participant • City College of San Francisco: Member of Advisory Board for regional training and job creation for commercial building energy efficiency • US Department of Energy grant program for Electric Vehicle Infrastructure — helped customers participate for Coulomb charging stations in CA, FL, VA • Strategic Relationship involvement with Pacific Gas & Electric Author/Related Publications: EV Infrastructure 101: A whitepaper for facility managers regarding the adoption androllout of Electric Vehicle infrastructure. Years of technology and sales industry training: Oracle, NCR, Sage, Xerox Sales Training, Miller Heiman Enterprise Sales Training, wireless technology, Business Analytics, etc. Energy performance Installation of EV Charging infrastructure in the contracting projects involved cities /counties with during past 5 years. • City of Laguna Beach • City of Burbank • City of Ventura • City of Solvang • City of Huntington Beach • City of Hermosa Beach • County of Sacramento • County of Santa Barbara Installation of EV Charging Stations in the following agencies • County of Sacramento • California South Coast Air RFP District October 29, 2013 Use or disclosure of data contained on this sheet is sahject to the restrictions on the title page 0 FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ����PagT ABMIMCITY OF NEWPORT BEACH, CA i Building Value TECHNICAL PROPOSAL 4�oaa� • California Department of General Services Installation of EV Charging Stations in the following commercial sites • City National Plaza (Los Angeles, CA) • SAP (Palo Alto, CA) • CBRE (Irvine, Palo Alto, CA) • Glenborough Properties (San Mateo, San Bernardino, CA) • Renaissance Tower, Esquire Tower and Bank of the West Tower (Sacramento, CA) • Wells Fargo Tower (Tampa, FL) • USAA building (Arlington, VA) Installation of EV Charging Stations in various BMW and Nissan dealerships in Southern California • Beverly Hills, CA • Santa Monica, CA • Newport Beach, CA • Irvine, CA • Santa Ana, CA • Etc. Role and responsibilities this • Executive responsibility in EV Infrastructure program individual had for each listed development project. • Created a strategic plan and accelerated the EV Infrastructure program through strategic partnerships and internal team development • Initial Marketing activities for EV Infrastructure program • Shared roles in sales, partnership management, customer interaction, contract reviews • Teamed with internal operations in project development, RFP # 14 -00 October 29, 2013 or disclosure of data contained oiu this sheet is subject to the restrictions mt the title page of this ABM, Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL 0 0� u CIGOM1N� • 5.2.2 Prime Contractor and Subcontractor Relationships and Responsibilities ABM will evaluate and select subcontractors and/or vendors based on their ability to perform the work and supply products in accordance with solicitation requirements. If necessary, specific criteria for selection, evaluation, and re- evaluation will be established for each contract. We will maintain records of the results of evaluations and any necessary actions arising from the evaluation. A good working relationship with subcontractors and vendors is essential to maintaining and improving the ABM's quality system. The proposal documents and /or the Subcontractor Selection or Pre - Qualification document describe the rationale and criteria for the selection of a proposed subcontractor or vendor. Records will also indicate quality standards or monitoring for RFP Use or disclosure on this sheet is subiect to the restrictions on October 29, 2013 page proposals and overall delivery of services • Helped create best practices in this new market (team effort) • Applied understanding of government incentives, grants and rebates to as they pertain to EV infrastructure, lighting, controls and HVAC Role and responsibilities this • Expand strategic partnering program individual will have for the • Expand the advancement of technology and innovation for duration of this project. building energy management • Work with clients to reduce costs and usage of electricity and natural gas through supply -side and demand -side initiatives • Continue the growth of EV Infrastructure deployment Other relevant technical • Range of business skills from technical, sales, international, experience. and executive • Business Development and market innovation • Combined experience in technology and energy /facilities • Understanding of financial measurement, payback and ROI in energy efficiency projects Total years of relevant • 20+ years of business -to- business sales, management and energy- related experience leadership • 7 years of energy - facility -HVAC related experience 5.2.2 Prime Contractor and Subcontractor Relationships and Responsibilities ABM will evaluate and select subcontractors and/or vendors based on their ability to perform the work and supply products in accordance with solicitation requirements. If necessary, specific criteria for selection, evaluation, and re- evaluation will be established for each contract. We will maintain records of the results of evaluations and any necessary actions arising from the evaluation. A good working relationship with subcontractors and vendors is essential to maintaining and improving the ABM's quality system. The proposal documents and /or the Subcontractor Selection or Pre - Qualification document describe the rationale and criteria for the selection of a proposed subcontractor or vendor. Records will also indicate quality standards or monitoring for RFP Use or disclosure on this sheet is subiect to the restrictions on October 29, 2013 page 0 FACILITIES MAINTENANCE SERVICES AND SOLUTIONS a� ABM M CITY OF NEWPORT BEACH, CA � Building Value TECHNICAL PROPOSAL U 4�,Fda,.t� the selected subcontractor. Suppliers of general office supplies or equipment not having a direct effect on the services we will provide are not required to undergo the approval and review process. The ABM corporate office manages the contracting of subcontractors and vendors determined to be instrumental in providing the capability to perform services. This determination is made during proposal development or phase -in of a contract. Minor subcontractors and material for direct service provision are selected, purchased and reviewed at the project site level. ABM is responsible for the products and services provided under our contracts. ABM determines the need for subcontractor services during their review of the contract requirements. Subcontractors are selected based on their ability to supply the service in accordance with the contract requirements. Criteria applicable to the contract requirements are used to select a major supplier (subcontractor) and include: • Previous experience with the supplier • Recommendations of previous users of the service • Delivery dependability • Reputation in the marketplace • Cost • Supplier's ability to meet the defined requirements • ABM goals for subcontracting to small, small disadvantaged, woman - owned, HUB Zone, veteran- owned, service - disabled veteran- owned, and 8(a) businesses • Pull- through business to other ABM Companies In selecting subcontractors and vendors we identify the technical requirements, equipment, required qualifications of personnel for the job or product, the criteria we use to accept the work, and, where appropriate, the quality system expected of the supplier doing the work. The requirements are generally specified in the solicitation/contract. These items will be detailed in the purchase order or contract with the supplier as appropriate. Subcontract agreements with major subcontractors are maintained at the corporate office. Subcontract agreements and purchase orders arranged at a site are maintained at the site. Subcontractors are required to either be subject to the ABM site quality control or maintain a quality control program of their own. ABM will evaluate the performance of subcontractors. Site personnel who have knowledge of the subcontractor's service perform the evaluation. The evaluation will review the quality of service, delivery dependability (timeliness), management of key personnel, price, and overall customer satisfaction, and possibly include inspection of the subcontractor's premises (if specified in the contract). Results of the evaluations and major subcontractor agreement records are maintained at the ABM corporate office. Suppliers of general office supplies or items which do not have a direct affect on the quality of our services are not required to undergo the approval/review process. Ensuring Consistent Delivery and Safety As a prime contractor it is our responsibility to ensure all work executed on this contract meets or exceed the standards established by the Government regardless of who is doing the work. Accordingly, one of the processes we use to track subcontractors' performance is to mandate that RFP # 14 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ��,Ex'�opl. ABM M CITY OF NEWPORT BEACH, CA � ; a Building Value TECHNICAL PROPOSAL 4��oao* all reports, records, and deliverables required for this contract be submitted to ABM for review prior to submittal to the designated City officials. This reporting procedure provides oversight as well as insight into the operations and performance of our subcontractors. Additionally it gives ABM the opportunity to review the work performed by our subcontractors and assist in any way needed to maintain the overall performance of the contract. Finally, this also gives us an opportunity to review the quality of work performed by the subcontractor to make certain we are retaining only contractors who provide the best value for this contract. On -Site Subcontractor Management: To maintain a consisted flow of communication between ABM management and the designated City officials, we require any subcontractors working on our projects to provide face -to -face on- site management to meet and assist in production planning, scheduling, quality control program reviews and overall understanding of the work to be performed. Subcontractor management is required to attend the mandatory monthly meetings with the government and to be active in any additional process planning or discussions. We afford an equal seat at the table for our subcontractors so they understand they are part of the ABM family and not just hired employees on our contracts. Giving subcontractors an active role in our contracts increases quality interpersonal relationships between management, enhances the team player concept, ensures promises and schedules are adhered to, develops work - around capabilities are discussed as needed, and strengthens adherence to mandated safety regulations and safety training. Other requirements are: • Identify and discuss specific problem areas in the facility and the most appropriate treatments to be pursued. • Identify facility features or personnel practices contributing to issues. • Discuss the effectiveness of previous efforts. • Enable contractor awareness of any restrictions or safety precautions. 5.2.3 Service Rea uest Points of Contact • Customer Service representative (During normal working hours) • Project Manager (After normal working hours and holidays) • Quality Control Manager (After normal working hours and holidays) RFP # 14 -00 October 29, 2013 Use or disclosure oj'elata contained on this sheet is subject to the restrictiorss on the title page 0 FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ��ewPOp ABM.CITY OF NEWPORT BEACH, CA Building Value TECHNICAL PROPOSAL 4��oAr+^ 6. 6.1 REFERENCE 1, 2, & 3 ATTACHMENT C: REFERENCES Please list three (3) Facilities Maintenance Services contracts (public agency contracts preferred) that would be representative of your firm's work and services. Referenced projects must have been ongoing for at least one (1) year or completed within the last three (3) years. If additional space is required, provide on a separate sheet. The City will contact these references. You must verify that contact person listed is accurate and still employed with the public agency. Please see following requested projects information on the following pages. RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page ABM. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS M-� Name of Respondent/Advisor ABM CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL � ?�w�RT u ., GtlF6P�,P RELEVANCE TO LONG BLACH CIVIC' ( FN I RRPROJE(,T Implementing Facility optimization cost savings methodology Project Name BMW Motors North America Project Description ABM was chosen by BMW for their first Integrated Facilities Management contract worldwide, focusing on their 21 sites in North America. ABM provides BMW with Integrated Facility Management including technical operations & maintenance, janitorial services, landscaping & grounds maintenance, security services, pest control, waste removal, EH & S compliance, energy conservation & sustainability. By moving to an IFM model, BMW estimates ABM will save them about 14% of their facility management services costs. Location Woodcliff Lake, NJ; Oxnard, CA; Ontario, CA; Atlanta, GA; Jacksonville, FL: Greer, SC; Jersey City, NJ: Brunswick, GA; Minooka, IL; Schaumburg, IL; Newbury Park, CA; Easton, PA; Hilliard, OH; Salt Lake City, UT; Greenville, SC; Stockton, CA; New York, NY. Current Status of Project Ongoing Approximate Capital Value $US N/A Approximate Services Value $US $20 million Respondent/Advisers Role in Facility Operations & Maintenance Project Stage Reached in the Procurement Proposed - Won Process Reference Name, Email Address, Kevin McCraw Telephone (864) 640 -9351 Kevi n. mccraw(&b mwmc. com Lender N/A Construction Contractor NIA Facilities Management Operator ABM Design Team N/A Legal Advisors N/A Financial advisors N/A RFP # 14 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title page of this pros FACILITIES MAINTENANCE SERVICES AND SOLUTIONS OP ABM,w CITY OE NEWPORT BEACH, CA Building Value TECHNICAL PROPOSAL Project #2 Gannett R1,LEVANC`L TO LONG BEACH CIVIC CS \'I ER PROJECT Large scale Integrated Facilities Management Accountable for operational excellence Name of Respondent/Advisor ABM Project Name Gannett Project Description Full Integrated Facilities Management contract including technical maintenance & repair, janitorial, security and landscaping services for Gannett's national real estate portfolio totaling over 9,000,000 square feet. Location Multi — National Locations Current Status of Project Ongoing Approximate Capital Value $US NIA Approximate Services Value $US $17 million Respondent/Adviser's Role in Project Facilities Operations & Maintenance Stage Reached in the Procurement Process Proposed - Won Reference Name, Email Address, Telephone Mike Christie (703) 854 -3403 m c h ri sti eCfa a n n ett. co m Lender N/A Construction Contractor N/A Facilities Management Operator ABM Design Team NIA Legal Advisors NIA Financial advisors NIA RFP # 14 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions 012 the title page ABM M Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL srGuroa��� o a� RLLEVANCF TO LONG WIACA CIVIC (:1,\J I R. PR0,111CI ABM's core competencies successfully run the operations and maintenance of a public government facility Name of Respondent/Advisor ABM Project Name US Federal Office Building and Courthouse - Islip Central Islip, NY Project Description This is an 800,000 SF facility with 25 courtrooms and 75 holding cells. ABM works as a sub to a NISH (National Institute of Severely Handicapped) organization. The Corporate Source holds the contract with the General Services Administration (GSA). Location New York, NY Current Status of Project Ongoing Approximate Capital Value $US NIA Approximate Services Value $US NIA Respondent/Adviser's Role in Operations & Maintenance Project Stage Reached in the Procurement Proposed - Won Process Reference Name, Email Address, Michael Kramer Telephone (212) 273 -6146 Lender N/A Construction Contractor N/A Facilities Management Operator N/A Desiqn Team N/A Legal Advisors N/A Financial advisors N/A RFP # 14 -00 October 29, 2013 U.ce or disclosure of data Contained on this sheet is subject to the restrictions on the title page of this proposal. ABM,. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL G<+coa+ u w. RFP # 14 -00 I October 29, 201.3 Use or disclosure of data container! on this sheet is subject to the restrictions on the title page RI'l-EVANCIL IO LONG BEACH CIVIC n° �x ( ENTER PR()Jll('[' Ongoing Integrated Facility — -' Engineering solutions Facility equipment Lifecycle cost analysis required as inherent part of ABM's scope of services y' e Name of Respondent/Advisor ABM Project Name Delta Air Lines Project Description ABM provides Integrated Facility Management services (to include engineering (O &M), baggage handling systems and jet way maintenance, janitorial, waste management and wastewater treatment)) for Delta Air Lines. The facilities consist of 7.4msf of office space, 5.2 msf of aviation space and 44 buildings, including the Corporate Headquarters, Airport Terminals, GO complex, Administration Building Technical Operations Center, Pilot Training Center, Flight Attendant Academy, Delta Air Logistics and Cargo Complex, Delta Technologies Center, Delta Reservation Center, Cabin Services and the GSE Shop. DATA CENTER Full service operations & maintenance for 24x7, Tier III in Atlanta. Total square footage is 384,000 square feet, of which 199,000 is raised floor. Location Atlanta GA (headquarters), Boston MA, Hebron KY, Jamaica NY, Salt Lake City UT, San Francisco, CA and Detroit, MI. Current Status of Project Ongoing Approximate Capital Value $US N/A Approximate Services Value $US $80M RespondenUAdviser's Role in Facilities Maintenance & Operations Project Stage Reached in the Procurement Proposed -won Process Reference Name, Email Address, Kirk Mixon Telephone (404) 715 -5459 Kirk.e-mixon@delta.com Lender NIA Construction Contractor N/A Facilities Management Operator ABM Design Team N/A Legal Advisors N/A Financial advisors NIA RFP # 14 -00 I October 29, 201.3 Use or disclosure of data container! on this sheet is subject to the restrictions on the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS �PEaORr ABM,CITY OF NEWPORT BEACH, CA Z Building Value TECHNICAL PROPOSAL G /iOM1� 7. SUPPLIER INFORMATION 7.1 UNDERSTANDING AND ACCEPTANCE OF SUPPLIER COMMITMENTS We have completely read and understand pages 64 -69 of RFP # 14 -00 Supplier Qualifications (Corporate Commitment, Pricing Commitment, Economy Commitment, Sales Commitment) and accept all terms and conditions. 7.2 COMPLETED AND SIGNED SUPPLIER WORKSHEET SUPPLIER WORKSHEET FOR NATIONAL PROGRAM CONSIDERATION Suppliers are required to meet specific qualifications. Please respond in the spaces provided after each qualification statement below: A. State if pricing for all Products /Services offered will be the most competitive pricing offered by your organization to Participating Public Agencies nationally. YES X NO- B. Does your company have the ability to provide service to any Participating Public Agencies in the contiguous 48 states, and the ability to deliver service in Alaska and Hawaii? YES X NO_ C. Does your company have a national sales force, dealer network or distributor with the ability to call on Participating Public Agencies in all 50 U.S. states? YES X NO D. Did your company have sales greater than $100 million last year in the United States? YES X NO_ E. Does your company have existing capacity to provide toll -free telephone and state of the art electronic, facsimile and internet ordering and billing? YES X NO_ F. Will your company assign a dedicated Senior Management level Account Manager to support the resulting U.S. Communities program contract? YES X NO_ RFP # 14 -00 October 29, 2013 I Use or disclosure of data contaured on this sheet is subject to the restrictiotu on the title page ABW Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL O �EW�� CyNGpR��} G. Does your company agree to respond to all agency referrals from U.S. Communities within 2 business days? YES X NO H. Does your company maintain records of your overall Participating Public Agencies' sales that you can and will share with U.S. Communities to monitor program implementation progress? YES X NO I. Will your company commit to the following program implementation schedule? YES X NO J. Will the U.S. Communities program contract be your lead public offering to Participating Public Agencies? YES X NO (Submitted by.) Kent N. Jacocks (Printed Name) (Signature) VP, Business Development 10/29/13 (Title) (Date) 7.3 SUPPLIER INFORMATION Please respond to the following requests for information about your company: Company 1. Total number and location of sales persons employed by your company in the United States; RFP # 14 -00 I October 29, L7ye or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. ABM. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL 0* Gcivoa"'n State AK Employees 188 NC 1,474" AL 746 NO 13 AR 144 NE 482 AZ 1,795 NH 51 CA 18,202 NJ 3,449 CO 1,729 NM 298 CT 1,708 NV 455 DC 441 NY 7,803 DE 514 OH 2,825 FL 4,580 OK 415 GA 2,569 OR 665 HI 754 PA 4,090 IA 729 PR 567 ID 283 RI 228 IL 7,373 Sc 1,062 IN 818 SO 30 KS 292 TK 1 KY 930 TN 1,352 LA 525 TX 10,232 MA 1,677 UA 1 MD 1,337 UT 360 ME 13 VA 2,350 MI 1,358 VT 6 MN 2,311 WA 2,595 MO 1,085 WI 876 MS 223 W V 71 MT 20 WY 43 Total 94138 RFP # 14 -00 or disclosure of data contained on this sheet is subiect to the restrictions on October 29, 2013 ease ABM FACILITIES MAINTENANCE SERVICES AND SOLUTIONS sE%POggT CITY OF NEWPORT BEACH, CA � �M V Building Value TECHNICAL PROPOSAL 4¢ r 4roaM� 2. Number and location of distribution outlets in the United States (if applicable); Not applicable. ABM is the leading provider of facility services in the US, operating out of more than 300 US -based offices. Our services are solutions -based and technology - neutral. We do not manufacture, sell or distribute equipment. 3. Number and location of support centers (if applicable); Not applicable. 4. Annual sales for 2010, 2011 and 2012 in the United States; Sales reporting should be segmented into the following categories: ABM does not break out annual sales by categories. However, as a publicly traded company the following Annual sales figures are provided. RFP # 14 -00 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title pave of this AMA. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL SUPPLIER ANNUAL SALES IN THE UNITED STATES FOR 2010, 2011, AND 2012 Segment Year Ending Oct 2012 Year Ending Oct 2011 Year Ending Oct 2010 Revenue 4.306 4.258 3.508 Cost of Revenue 3.826 3.758 3.11B Gross Operating Profit 475.32M 494.99M 386.68M Selling, General, and Administrative Expenses 327.86M 324.76M 241.53M Research & Development 0.00 0.00 0.00 Operating Income before D & A (EBITDA) 147.46M 170.23M 145.15M Depreciation & Amortization 50.90M 52.66M 36.32M Interest Income 0.00 0.00 0.00 Other Income - Net - 313,000.00 0.00 - 127,000.00 Special Income / Charges 0.00 0.00 0.00 Total Income Before Interest Expenses (EBIT) 102.65M 121.48M 108.71M Interest Expense 10.00M 15.80M 4.64M Pre -Tax Income 92.65M 105.68M 104.07M Income Taxes 29.93M 36.98M 40.20M Minority Interest 0.00 0.00 0.00 Net Income From Continuing Operations 62.72M 68.70M 63.87M Net Income From Discontinued Operations - 136,000.00 - 194,000.00 251,000.00 Net Income From Total Operations 62.58M 68.50M 64.12M Extraordinary Income /Losses 0.00 0.00 0.00 Income From Cum. Effect of Acct. Change 0.00 0.00 0.00 Income From Tax Loss Carry forward 0.00 0.00 0.00 Other Gains / Losses 0.00 0.00 0.00 Total Net Income 62.58M 68.50M 64.12M October 29, < /co0.a� e w. r Use or disclosure of duta contained on this sheet is subject to the restrictions on the title page of this proposal. FACILITIES MAINTENANCE SERVICES AND SOLUTIONS NE`�°Ogr ABM,MCITY OF NEWPORT BEACH, CA ' -` Building Value TECHNICAL PROPOSAL �'+�on�* 5. Submit your current Federal Identification Number and latest Dun & Bradstreet report. Federal Identification Number: TIN #:61 - 1198480 DUNS #: 61- 685 -8908 Following is the latest Dun & Bradstreet report. RFP # 14 -00 October 29, 2013 U.se or disclosure of data contained on this sheet is subject to the restrictions on the title page of this FACILITIES MAINTENANCE SERVICES AND SOLUTIONS N1 vrpDR>• ABM. CITY OF NEWPORT BEACH, CA �n G s Building Value TECHNICAL PROPOSAL qr ward Printed By; 1Cm bedy Box Date Pnnted:Jtay 31, 2013 Live Report: ABM GOVERNMENT SERVICES, LLC 0- 11- 11- 6®Number. 61i 5 -8908 Trade Names: (SUBSIDIARY OF ABM FACILITY SOLUTIONS GROUP, LLC, HOUSTON, TX) EndorsementiBilling Reference: tlmbedy.binb@abm.can Dse AdOreu Address 101 Walton way Location Type Head,ains(9 b$Oary) HoP yffle.K -42240 Web waw.b.arnet Phone 2]08664842 Fas Company Summary uu Score Bar Liabilities - Told 0,00 Assets -Taal UN.. Financial Stress Scorn National Percentile 37 Commercial Credit Scare . 87.. _...... Percentile Banknlplcy Found N PAYDEX® a6jP 70 CwWnercial Credit Score Cloes 0_2.__....._.... Financial Stress Sme Class 40 3 Credit Limit D &B Ca7servative _..., 400,00000 D&B Rating iR4. _. _....... MR 8 -month PAYDEX® 740 1 100 IN Dap ._�_.- 30�ays ______pplm I Sew San P When weighted by amount, Payments to suppliers ayerage 9 Days Beyond Terms D&S Company OYervim This 13 a headGLprter5 (subsidiary) location Branch(es) or Division(s) Y exist Manager LEWEC 13 4:0711112012 w^�Y� %QYm.mm Curren . Shoan in USD unless ott"v ise indicated W 700 100 120 Days 30Sow Dayz PP.0 Sow Whan weighted by amount, Payrnenls w suppliers average 15 days beyond terms Public Flings The following data includes both open and closed filings found in D&B's database on this company. Record Type : Number of Met Recent Records Filing Date es BaNauptd 0.. . -. __.. Judgments 0 Liens 0 October 29, Use or disclosure of data contained on this sheet is subject to the restrictions on the tlrle page of this proposal. FACILITIES MAINTENANCE SERVICES AND SOLUTIONS AMA. Building Value CITY OF NEWPORT BEACH. CA TECHNICAL PROPOSAL Sorts 0 UCCs 21 01/07711 The public record items contained herein may have been paid, terminated, vacated or remised prior to todays dare. Financial Stress Some Class WUCS CUNNINGHAM, 5 4 MBR Year Started .Employees ._.._.. 1991 ._... _.. _._2000 ABM GOVERNMENT SERVICES, LLC (50 Hire) Financing SECURED SIC 8744 Line of business Facilities support services CITY OF NEWPORT BEACH. CA TECHNICAL PROPOSAL Sorts 0 UCCs 21 01/07711 The public record items contained herein may have been paid, terminated, vacated or remised prior to todays dare. Financial Stress Some Class WUCS 561210 _.CLEAR 5 4 3o 2 1 H" Suit" 01- 72687.46 ABM GOVERNMENT SERVICES, LLC MONTGOMERY, Alabarre 02 -061 -1161 . ....... .. ....... ........... ABM GOVERNMENT SERVICES, LLC Hqh. ..._..____..Low Commercial Credit Seas Class 5 4 3 2p I lam'... _. In Low m Guroe"�� Domestic ultimate Conµany _ - city, State . D4J- LW NUMBER r. y ABM INDUSTRIES INCORPORATED NEW YORK, New York 00-691 -1622 Parent Company City, State D4414" NUMBER ABM FACILITY SOLUTIONS GROUP, LLC HOUSTON,Tezac 14 -722- 1506 Branches (Dane i Company ': City: State D- U41 -911 NUMBER <. ABM GOVERNMENT SERVICES, LLC HOPKINSVILLE, Kennxky 01- 72687.46 ABM GOVERNMENT SERVICES, LLC MONTGOMERY, Alabarre 02 -061 -1161 . ....... .. ....... ........... ABM GOVERNMENT SERVICES, LLC GOLDS8CR0 , North Carolina 02314 -5506 ABM GOVERNMENT SERVICES, LLC RIDGECREST, California 03-2347978 ABM GOVERNMENT SERVICES, LLC HOPKINSVILLE, Kentucky 17 -948 -4027 ABM GOVERNMENT SERVICES, LLC MEMPHIS, Tennessee 55612 -7968 ABM GOVERNMENT SERVICES, LLC GRAND FORKS, Nash Dakota 08-822 -1049 ABM GOVERNMENT SERVICES, LLC BOWLING GREEN, Kentetky 12- 161 -2969 ABM GOVERNMENT SERVICES, LLC FAYETTEVILUE , North Carolina 83-165-1489 ABM GOVERNMENT SERVICES, LLC LAS VEGAS, Nevada 01533 -4216 ABM GOVERNMENT SERVICES, LLC _.. ANDREWS AFB, Maryland 02- 500 -7123 .__. ABM GOVERNMENT SERVICES, LLC NEW WINDSOR, New Volk 03-322 -9289 Affiliaoes (Domesticl RFP # 14 -00 October 29, 2013 Use or disclosure of'elaaa contained on this sheet is subject to the restrictions on the title page of this prof FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ��1svuP ABM,eCITY OF NEWPORT BEACH, CA � Building Value TECHNICAL PROPOSAL �u oeesr City, Sfatq :, D4F44-9ID NUMB ER .. ABM ELECTRICAL POWER SOLUTIONS, LLC I.ANHAM, Maryland 06 -497 -9318 TECHNOLOGY IN MEDICINE, INC. HOLLISTON , Massachusetts 07-350-1095 ABM FRANCHISING GROUP, LLC CANONSBURG , Permsylvanm _ 09-843-7676 ABM BUILDING SOLUTIONS, LLC AIPHARETTA, Georgia 14- 725.3723 ABM BUILDING SERVICES, LLC ALPHARETTA, Georgia 14- 725 -3970 SEABOARD MECHANICAL SERVICES, INC CHESAPEAKE ,Virginia 79 -678 -9284 BEEP, INC _._ FAYETTEVILLE. Norm Cardona 835534888 _.. _... LINC LIGHTING AND ELECTRICAL, L.P. IRVINE, Cahlomia 10- 296-5105 LINC SERVICES, LLC VIRGINIA BEACH, Virginia 84 1425419 ABM FRANCHISING GROUP LLC CANONSBURG, Pennsylvania 84267 -6064 GREENHOMES AMERICA, LLC SYRACUSE, New York 05-063 -6100 ABM FACILITY SERVICES LLC IRVINE, California 02- 9341507 rredictive Scores Currency: Shown in USD unless otherwise indicated I Credit Capacity Summary The credit rating was assigned because d D&B's assessment of the company's oreditwadtiness. For more infer atim, see the D&B Rating Key mostating: 1114 Numberafemployees: 11t indicates 1"isom employees Comyesiteaedinwraisel: 4 is limbed The 1R and 2R ratings categories reflect company size based on the most number of employees for the Iwsmess. They are assigned to business files that do not contain a current firencial statement. In 1R and 2R Ratings, the 2.3, or 4 cre6tworthiness krdicotor is based on analysis by D&B of public filings, trade payments, business age and other wirpodat.factors. 2 is the hest Composite Credit Appraisal a company not supplying D&B with currant financial information can receive. Below is an overview of the dompanys rating history Number- EmPloyeec sbtrx 11-0!1 -2005 Total: 2,000(50 here) D&B Red% Date Applied 1114 04- 112011 — 10 -062009 1R4 06- 342008 IRS 12 -07 -2007 Payment Actively: (Rased 01t 177 1R4 14252007 ems) 1113 08-162007 Average High Credit: 4,582 1R4 12- 26-2006 Highest Credit, 100,000 01 -02 -2006 Total Highest Credo: 794,300 1R3 11-09-2005 It is D&Bs polity on of the Rating (the Rating Classification) indicates business size of 10 a more, employees for this company. The "4" on the right (Composite Credit Appraisal) indicates an overall "limned "credit appraisal. This credt appraisal was assigned because the parent company has a Composite Credit Appraisal of "4 ". it is D &B's policy cwt to rate a sumadi oy higher than its parent Therefore. this company also has a Composite Credit Appraisal d'4 ". D &B Credit Limit Recommendatlon RFP # 14 -00 October 29, 2013 I Use or disclosure of data contained on this sheet is subject to the restrictions on the Stte page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS eaWr ABMrx o CITY OF NEWPORT BEACH, CA Building Value TECHNICAL PROPOSAL 4r�onw�' Conservative credit Limit 400,000 1 5 4 3 2 Aggressive credit Limit 300,000 _ Yr Risk category fortles business: LOW HI9h�� Modemfe— �� ���Low The Credo Lima Recommendation (CLR) is intended to serve as a directional benchmark for all businesses within the same line of business or industry, and is not calculated based on arty individual business. Thus, the CLR is intended to hear guide the credit limit decision, and must be balanced in combination with other efemems which reflect the individual aampanys size, fmandal strength, Payment history, and cmdd worthhiness, all of which can be derived from D&B reports. Risk is assessed using D &Bs scaring methodology and is she factor used to create the reconon ended lirrits. See Help for details. Financial Stress Class Suammary The Financial Stress Score predicts Ste likelihood of a fine ceasing business without paying all creditors in hill, or reorganization or obtaining relief from creditors under stateffederal law over the runt 12 months. Scores were calculated using a statistically valid model derived from D &Bs extensive data files. The Financial Stress Class of 3 for this ounWny shows that firms with this class had a failure rate of 0.24% (24 per 10,000), which is beer than the average of businesses in D & B's database Financial Stress Class: 5 4 Jo 2 1 High Low Nloderate, risk at severe financial stress. such as a bankruptcy, over the next 12 months. Probability of Failure: • Among Businesses with this Class: 0.24 % (24 per 10,000) • Financial Stress National Percentile: 37 (Highest Risk 1; Lowest Risk: 100) • Financial Stress Store :Snbsp 1455 (Highest Risk: 1,001; Lowest Risk: 1,875) • Average of Businesses in D&Bs database: 0.48 % (48 per 10,000) The Finandad Stress Class of this business is based on the following factors: • Composite credit appraisal is sited limned. • Lax proportion of sabsfadory payment experiences to total payment experiences. • UCCFtagsreported. • Ho propor im cf past dre balarhces b tatt amount owirg. • High number af inquiries to D& B over last 12 months. Financial Stress percentile Trend: log —r h eo r m— to— UN — ar8 Ina tanz 11112 min] 1!13 xru M13 aria srr3 WU IM • This Canpany PFP # 14 -00 1 October 29, 2013 Use or disclosure of data contained on this sheet is suhject to the r'estr'ietions on the title page of this pro) FACILITIES MAINTENANCE SERVICES AND SOLUTIONS eNF.4'/PORT ABMhe e CITY OF NEWPORT BEACH, CA � ' td� D Building Value TECHNICAL PROPOSAL 4� * � soa�� Notes: • The Financial Stress Class ideates that this firm shares sane of the same business and financial characteristics of other companies with this dassificaficn. It does not mean the firm will necessarily experience financial stress. • The Probability of Failure slows the percentage of firms in a given Gass that discontinued operations over the past year with loss to creditors. The Probability of Failure - National Average represents the national failure rate and is provided forcorrparative purposes. • The Financial Stress National Percentile reflects the relative mrkng of a company among all scorable, companies in DBBs file. • The Financial Stress Scare offers a more precise measure of the level of risk than the Class and percentile- It is especially helpful to cwornem using a scorecard approach to nletennlnirg overall business petamnance. 100-0 90 as 70 60 511 40 30 20 Eat — CE14TPAL MINUS, LEGAL AND ENGINEERING SERNicis :Norms National .:. ._ % This Business 37 Region: EAST SOUTH CENTRAL. 43 Industry. BUSINESS, LEGAL AND ENGINEERING SERVICES 52 Employee range: 500+ 61 Years in Business: 11 -25 68 This Business has a Financial Stress Percentile that shows: Higher risk than other corms ies in the same region. Higher risk than other companies in die same industry. Higher risk than other canpa ies in the same employee see range. Higher risk than other companies with a comparable number of years in business. Credit Senn Summary 500+ The Commercial Credit Score (CCS) predicts the likelihood of a business paying TLS bills in a severely delinquent manner (91 days or more past hers), obtaining legal relief from cis creditors or ceasing operations without paying all creditors in full over the next 12 aunts. The Credit Score class of 2 for this company, shows that 2.5% of Tins with this class paid one a more bills severely delinquent, which is lower than the average of businesses in D 8 B's database. Credit Score Class : 5 4 3 20 1 High Low Incidence of Delinquent Payment • Arnlorg Con - panes with this Classification- 2.50 % • Average compared to businesses in D&Bs database: W20% • Creds Score Percentile : b7 (Hghest Risk: 1; Lowest task 100) • Creck Score: 569 (Highest Risk.101;Lowsst Risk:670) The Credit Score Class oTthis business is based on the following factors: RFP # 14 -00 October 29, 2013 Use or disclosure oJ'clata contained on this sheet is subject to the restrictions on the title page of this proposal. 0 FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ABMma CITY OF NEWPORT BEACH, CA 0* Building Value TECHNICAL PROPOSAL • Higttm' risk industry based on delirquency rates for this industry • Proportion of past due balances to total amount owing Credit Score Class Percentile Trend: Notes: • The C ounne dal Credit Score Rusk Class indirales that this fine shares some of the sarne business and Tmanoal characteristics of other canpanies wish this dassifiratien. It does not mean the firm volt necessarily experience seven, delinquency. • The Incidence of Delinquent Payment is the permnege of cornpasees vAh We classification that were reported 91 days past due or coons by creditors. The calculation of the value is based on D&E's trade payment database. • The Canmercol Credit Scare percentile reflects the relative mnkkg of a firm among all socrable companies in D&E's file. • The Canmercel Credit Score often, a rmae precise measure at dire level of risk ton flee Risk Class and Percen*1e. It is especially helpful b Cusicaners using a scaeCard approach to detemxing overall business performance. 10- 90 00 70 60 so 40 20 UK _ - -- -- EASTSOUTH BUSINESS, LEGAL CENTRAL AND ENGINEERING SERVICES Naas .. 1111110 l % _.. . This Business 87 Region: EAST SOUTH CENTRAL 47 Ind r4r,, BUSINESS, LEGAL AND 43 ENGINEERING SERVICES Errployee range: 50638527 84 Years in Business: 11 -25 88 This business has a Credit Score Percentile that shows: Lower risk than other companies in Nre sans region. Laver risk than odsr canpanies in the same industry. 500.36527 11 -25 RFP # 14 -00 October 29, 2013 1 Use or disclosure of data contained on this sheet is subject to the restrictions on the tide page of this FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ABM.CITY OF NEwPORT BEACH, CA Z : 0 Building Value TECHNICAL PROPOSAL 4cpe .F Laver risk than other companies in the same employee size rage. Lower risk than ogler companies with a comparable number of years in business. 7rad® Payments CuDeltcy: Shaun in USD unless otherwise indicated 0 D&B PAYDEXO The D&B PAYDEX is a unique, weighted indirata of payment performance based on payment experiences as reported W D86 by trader references. Leam more about the D&B PAYDEX Timeliness d historical payments for this company Current PAYDEX is 70 Equal } 15 days beyond terms ( Pays more slowly than the average for its industry d 6 days beyond Paymentsrighin Terms (notweighted) terms Industry Median is 76 Equal to 6 days beyond terms Payment Trend currently Is N Unchanged, compared to payments three months ago Indications of slowness can be the result of dispute over merchandise, skipped invoices etc Accounts are sometirtl¢s placed fa collection even though the existence or annum of the debt is disputed. Total payment Experiences in DS BS File (HO) 177 Paymentsrighin Terms (notweighted) 77% Trade Erpenences what Slaw or Negative Payments( %) 34.46% Total Placed For Collection 0 High Credit Average 4,562 Largest High Credit 100,000 Highest Now Owing 45,000 Highest Past Due 20.000 D&B PAYDEX 70 C' 1 1� 120 Days 30 Prowl gar Sow • Mi High risk of We payment (Average 30 to 120 days beyond terns) r N Median risk of late payment (Average 30 days or less beyond terms) a MI Lau nsk of late payment (Average Prompt to 30+ days sooner) When weight" by Smarm, payments W suppliers average 15 days beyond temps 3 -Month D&B PAYDEX 740 too IMDl yl ... 300a �u ys .........____ Saw Saw p Wt • M! High risk of late payment (Average 30 to 120 days beyond terms) • d Median risk of late payment (Average 30 days or less beyond terns) a 1111I LaW risk of late payment (Average Prompt to 30+ days sooner) Based on payments collected over last 3 months. When weighted by amount, Payments W suppliers average 9 days beyond terms or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. FACILITIES MAINTENANCE SERVICES AND SOLUTIONS d'�WPORs ABM,.CITY OF NEWPORT BEACH, CA � G Building Value TECHNICAL PROPOSAL Gl�on,ls* D&S PAYDDC® Comparison Current year PAYDEX® of this Business compared to the Pdmery Industry from each of the last four quarters. The Primary Industry is FacilNes support services , based on SIC code 8744. Shows the trend in D&B PAYDEX waning over the past 12 running. 100- gm ....._ ....... ._. _.. ._. is b7 69pe.. :�v9w— — R9 -- s M Is - ...__._ ..... _,_ p 10 lfn 6111 Kull (till 12;11 1,a 2111 I'll 4111 SM 6113 7111 al Q• m Q2 This C6mPMY - IrdustrYBpper 25S 1 IndrrltrYLener 25% a IndstrY14edasl JU112 W12 10112 1IM2 12012 1113 2f13 3113 471357136173: 7,13 This Business 65 67 70 69 69 68 69 71 87 66 70 70 Industry Quamles 53 57 59 66 Industry Quarries Upper . 79 79 79 . 79 . Median 76 76 75 76 Lower 70 70 70 69 • Current PAYDEX for this Business's 70. or equal to 15 days beyond hems • The 12 -ranth high is 71 , or equal to 14 DAYS BEYOND lams • The 12mmth low is 65, or equal to 19 DAYS BEYOND terms Previous Year Shows PAYDEX of this Business owpared to the Primary Industry from each of the last tourquartars. The Primary Industry is Facililes support services based on SIC code 8744. 21612 This Company > Industry Upper 25% v Industry Loner 25% � Industry Ale®an Based on payments collected. the last 4 quarters. • Current PAYDEX for this Business ts 70. or equal to 15 days beyond lams • The present industry median Scare is 76, or equal to 6 days beymWW tams RFP # 14 -00 October 29, 2013 or disclosure of data contained o11 this sheet is subject to the restrictions au the title page of this 09t1 12111 03012 06112 preytous Yom CMI 04*11 Q112 C1212 This Business 53 57 59 66 Industry Quarries Upper 79 79 79 79 Median 75 76 75 75 Lower 69 69 69 70 Based on payments collected. the last 4 quarters. • Current PAYDEX for this Business ts 70. or equal to 15 days beyond lams • The present industry median Scare is 76, or equal to 6 days beymWW tams RFP # 14 -00 October 29, 2013 or disclosure of data contained o11 this sheet is subject to the restrictions au the title page of this FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ��@r'nogy, ABM ° CITY OF NEWPORT BEACH, CA u Building Value TECHNICAL PROPOSAL 4c�onxd • Industry upper quartile represents the performance of the payers m the 751h percentile • Industry lower quartile represents the performance of the payers in the 25th percentile Payment Habits For all payment experiences within a given amount of credit extended, straws the percent that this Business paid wdhn hem& provides number of expenerces to calculate the percentage, and the total credit value of the credit extended. .. S Credit Extentled 9PaYment EXpW*l%a5 TOWAVIC wa % of Paymgds YACan Tema Over 100.000 MfOnin Deya Slow 0 0 0% j 50.000- 100,000 Amts CredS 15,000- 49,999 3 160,000 83% 5,014,999 flos 1.0004.999 11 285.000 e7% - Under 1,000 23 140,000 69% - 52 86,500 79% 62 20,450 88% Mrgrefi- p- atequip 13 165,250 95 `.tp3 ItiS•a Based on payments collected over last 24 months. AM Payment experiences reflect tow bills are paid in relation to the tams granted. In some mstarres, payment beyond teams can be the result of disputes over merchandse, skipped invoices etc. Payment Summary There are 177 payment experiences) in DBBs fie for the most recent 24 months, with 111 experience(s) reported during the last three month period. The highest Now owes on file is 45,000. The highest Past Due on file is 20,000 Below m an Overview of the compsrys=melwy- weighted payments, segmerlted by its suppliers primary i ndstner # 14 -00 October Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. Total TUM arlit Noll La @redit MfOnin Deya Slow RBYtl Amts CredS Termer 431-6061 -90 flos Top Industries Mrgrefi- p- atequip 13 165,250 55,000 a4 4 12 0 0 Whsl plumkahydronics 12 12,550 5,000 46 54 0 0 0 Whol electrical equip 10 33,500 15,000 73 27 0 0 0 Telephone canammictrs 9 2,700 1,000 95 5 0 0 0 shat -trm busn credit 8 18,750 7,500 80 20 0 0 0 Misc equipment rental 7 25,000 20,000 W 2 0 0 4 Radiotelephone carcnun 7 13,500 5,000 100 0 0 0 0 NarJasslied 5 9,600 T,500 47 14 39 0 0 Whol lumhedmilhvvd 5 2,350 1,000 77 23 0 0 0 Mist business credit 4 12,600 5,000 99 1 0 0 0 Whol industrial suppl 4 8,300 5,000 85 0 0 15 0 Mfg public bldg turn 3 90,000 35,000 100 0 0 0 0 Help supply service 3 4,000 2,500 94 6 0 0 0 Whol heafinglac equip 3 3,600 2,500 29 1 70 0 0 Computer system desgn 2 60,003 55,000 50 50 0 0 0 Hvy cash egpt rental 2 15,500 15,000 100 0 D 0 0 Mfg emrvimmlent met 2 17,500 10,000 100 0 0 0 0 # 14 -00 October Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. w FACILITIES MAINTENANCE SERVICES AND SOLUTIONSN�W>oq�, ABMre CITY OF NEWPORT BEACH, CA �n u Building Value TECHNICAL PROPOSAL q °osN�r Misc busuuess service 2 5,250 5,000 100 0 0 0 0 Mfg male work ckdh 2 6,000 5,000 50 50 0 0 0 Whd roo0sidefesui 2 5,100 5,000 2 99 0 0 0 Mfg paintfallied pd 2 3,500 2,500 50 50 0 0 0 Data processutg sacs 2 1,250 1,000 100 0 0 0 0 Mfg relays/c -ftoln 1 45,000 45,000 100 0 0 0 0 Mfg concrete products 1 35,000 35,000 0 100 0 0 0 Mfg sporting goods 1 30,000 30,000 0 0 100 0 0 SVeeVhwy builder 1 7,500 7,500 50 50 0 0 0 Mfg ®1arla0ng ect 1 7,500 7,500 0 100 0 0 0 Halelfmotel operation 1 7,500 7,500 100 0 0 0 0 Mfg oonlagehwine 1 5,000 5,000 100 0 0 0 0 Couecbons Imblule 1 5,000 5,000 0 0 100 0 0 Photocopying service 1 5,000 5,000 100 0 0 0 0 Newspaper- printtpubl 1 2,500 2,500 100 0 0 0 0 Whol metal 1 2,500 2,500 0 100 0 0 0 Opea&e builders 1 2,500 2,500 50 50 0 0 0 Passenger as rental 1 2,500 2,500 100 0 0 0 0 Steel works 1 2,500 2,500 0 100 0 0 0 Mist ptk&shirg 1 1,000 1,000 100 0 0 0 a Gravure printing 1 1,000 1,000 50 50 0 0 0 Whol oifa equipmerd 1 1,000 1,000 100 0 0 0 D Mfg plane enginetpad 1 1,000 1,OD0 100 0 0 0 0 Mfg harMtedge tools 1 1,000 1,OOO 0 100 0 0 0 Business consulting 1 1,1100 1,000 100 0 0 0 0 Whol fuanikue 1 1,000 1,000 100 0 0 0 0 Ret auto supplies 1 1,000 1,000 50 50 0 0 0 Mfg exbadstsyrup 1 1,000 1,000 50 50 0 0 0 What compuuwsdsofN4 1 750 750 0 100 0 0 0 Whol hardware 1 750 750 0 100 0 0 0 Whol industrial equip 1 750 750 100 0 0 0 0 Mfg eLwalodescalfm 1 500 500 0 0 0 0 100 Mfg indushiol gases 1 500 500 0 100 0 0 0 Mfg computers 1 500 500 0 100 0 0 0 Mfg service ind. mach 1 500 500 100 0 D 0 0 net mail -ceder horse 1 500 500 0 100 0 0 0 Mfg soapldetargems 1 500 500 0 100 0 0 0 Wtwl gmcenres 1 250 250 50 50 0 0 0 Whol service equip 1 250 250 100 0 0 0 0 V4W dale goods 1 250 250 100 0 0 0 0 net rrasc merchandise 1 250 250 100 0 0 0 0 Mfg pumping equipnenl 1 250 250 0 100 0 0 0 wtwl of m supplies 1 100 100 50 50 0 0 0 Mfg kibricating oils 1 100 100 50 0 50 0 0 Whol consttmine equip 1 100 100 0 100 0 0 0 Personal credit 1 100 100 50 50 0 0 0 Whol elechartic p> 1 50 50 100 0 0 0 0 Trucking n focal 1 50 50 a 100 D 0 0 Whol dtenw-4s 1 50 50 100 0 0 0 0 Ret but" material 1 50 50 100 0 0 0 0 Mfg prefab metal bldg 1 50 50 100 0 0 D 0 RFP # 14 -00 Use or diselosure of data contained on this sheet is subject to the restrictions on October 29, 2013 pale Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal FACILITIES MAINTENANCE SERVICES AND SOLUTIONS �r``WPg4r ABM,MCITY OF NEWPORT BEACH, CA *�(1 G' s Building Value TECHNICAL PROPOSAL Other payment categories Cash experiences 18 2,100 500 Payment record unknown 4 100,250 100,000 Unfavorable commends 0 0 0 Placed for collections 0 WA 0 Total in D&B's file 177 794,300 100,000 Accounts are sorneBmes placed far collection even though the existence or amount of the debt is dlswed. Ind,cationss of slomiess can be result of dispute overmerdgndme, skipped invaicos etc Detailed payment history for this company Dab -'. ' Selling Last Sale Reported Paying Record Nigh credit Now Owes 1'ett Dw Witten (^MYY) Terns Imnnm) 07113 Pin 5,000 2,500 0 1 PPt 1,000 0 0 N30 612 coos Ppt 750 0 0 1 = PPt 50 0 0 1 coo PPt-S. 30 1,000 1,000 250 N15 1 coo Ppt- Slow60 100 100 0 1 coo 00113 Disc 1,000 0 0 1 me Ppt 50,000 0 0 45 mos PPt 45,000 45,000 0 1 coo PPr 35,000 0 0 4-5 mos PP1 10900 5,000 0 N30 1 coo Pin 7,500 5,000 0 1 coo Ppt 5,000 700 0 N30 1 coo Ppt 5,000 750 0 N30 1 rno PP( 5,000 0 0 2 -3 tnos PPt 2,500 2,500 0 N30 1 ma PPt 2,500 0 0 1 coo Ppt 2,500 1,000 0 Regular 1 coo tends PPt 2,500 2,500 0 1 coo PPt 2,500 2,500 0 1 coo Pin 2,500 2,500 0 Wo 1 row Ppt 2,500 2,500 0 1 coo PPI 2,500 0 0 1,130 2 -3 mos Ppi 2,500 1,000 0 1 coo PPt 2,500 0 0 45 nws Pin 1,000 1,000 0 1 coo PPt 1,000 1,000 0 1 coo Ppt 1,000 0 0 612 coos Pin 1,000 1,000 0 1 coo Ppt 1,000 0 0 612 rows Pin 750 100 0 PROX 1 no, PPt 750 0 0 612 oxz Ppt 700 0 0 N30 612 coos Ppt 500 500 0 1 coo RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal 0 FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ABMhaCITY OF NENTORT BEACH, CA � a Building Value TECHNICAL PROPOSAL 4 <lFa0.Mh ppt 500 500 0 1 mo ppt 500 0 0 N30 6-12 nios ppi 250 0 0 45 rocs plot 250 100 a 1 mo plot 250 0 0 1 mo plot 250 0 0 1 mo ppt 250 50 0 1 no ppt 250 0 0 N30 23 coos ppt 250 0 0 N30 6-12 nos plot 100 0 0 &12 nos ppt 50 0 0 23 mre ppt 50 a 0 &12 coos ppt 50 0 0 2 -3 nm ppt 50 0 0 2 -3 coos ppt 50 0 0 1 mo ppt 0 0 0 N30 6-12 coos ppt 0 0 0 N30 &12 rros Ppt -Slav 30 55,000 0 0 6-12 nos PptSlov 30 5,000 5,000 1,000 1 ma ppt-Slow 30 2,500 750 0 1 mo Ppt -Slow 30 1,ODO 250 0 1 no PptSlow 30 1,000 1,000 250 1 no PptSlow 30 1,000 1,000 250 1 No ppt -Slow 30 1.000 0 0 6A2 mm Ppl -Sbw 30 1,000 0 0 6-12 nine Ppt -Slav 30 1,000 1,000 250 Imo ppt- SIaw30 250 0 0 Imo Plot -Slaw 60 7,500 2,500 50 Imo PIX-Slow 90 2500 100 0 1 mo Slow 15 1,000 0 0 23 ims Slow 30 5,000 0 0 6 -12tros Slow 30 2,500 0 0 N30 6 12 nos Slow 30 500 0 0 6 -12 nios slow 30 500 0 0 11130 6-12 nice Slow 30 500 0 0 N30 2 -3 nos Slaw 530 500 0 0 6-12 coos SIM 30 100 0 a 6-12 nos Slow 30 50 0 0 612 nice Slow 60 20.000 0 0 6-12 eras Slow 60 5,000 5,000 5,000 SIM 60 2500 0 0 &12 nos (076) 0 0 0 Cash &12 nos acmtnt 11112 Slow240+ 1,000 0 0 &12 nos (078) 100,000 0 0 6-12 nos 02112 Slow 60 30,000 0 0 6-12 coos 11111 (000) Satisfactory. 15,000 5,000 0 1 no Paymeelts txtall fKY: ■ 30 v nw.e days beyorsl Wnns Payvnent experiences reflect how bills are paid m relation to the ten gated. In some instances payment beyond tents an be the nestill of disputes wer men havdse, sltipped invoices, etc Each experience shown shun a separate sapplier. Updated trade experiences RFP # 14 -00 Use or disclosure of data contained on this sheet is subject to the restrictions oil October 29, 2013 title pave ABM. BuitdingValue replace Corse previously reported. PubllcFllingsµry, W..,y.w. Summary FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL �,�v'Pgsr e a Cy4 =on"S currency: Shown in USD unless ottermse indicated Is The following data Includes both open and closed filings found in D&Ws database on this company Record Type -f of Reotutls ' Most Recent Fang Dab Banlouptcy Proceeds gs 0 - Judgments 0 - Liens 0 Suits 0 - UCCs 21 01/07111 The following Pudic Filing data is for alfarmation purposes only and is nut the official record. Certified copies can only be obtained ham the official source. UCC Filings Collateral All Assets and proceeds Type Original Sec Party WACHOV W BANK, NATIONAL ASSOCIATION, AS ADMINISTRATIVE AGENT, CHARLOTTE, Debtor NC Debtor LINC GOVERNMENT SERVICES. LLC Filing No. 200823400793$ Flied with SECRETARY OF STATEAXC DIVISION, FRANKFORT, KY Date Filed Latest Into Received .r „r.�rr. I r r: Collateral Negotiable instrurne it, and proceeds Type Original Sec. Party PLANTERS BANK INC., HOPKINSVILLE, KY Debtor HAMBY, TERRY W. Filing No. 2007226322226 Fired With SECRETARY OF STATEUCC DIVISION, FRANKFORT, KY Date Filed 2007 -0 &10 Latest Into Received 09112!07 Collateral Negotiable instruments and proceeds Type Original Sec. Party PLANTERS BANK INC., HOPKINSVILLE, KY Debtor BMAR HOLDINGS, INC. Filing No. 2007226321974 Filed with SECRETARY OF STATFJUOC DIVISION. FRANKFORT, KY Date Filed 2007-0&10 Latest Info Received 09f12t07 RFP # 14 -00 or October 29, 2013 contained on this sheet is subject to the restrictions on the title page a FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ABMTM CITY OF NEWPORT BEACH, CA Building Value TECHNICAL PROPOSAL Collateral Fridures widucling proceeds and products - Vehicles including proceeds and products - Machinery including proceeds and products - Equipment including proceeds and products - DOCKS including proceeds and products Type Original sec. Party FIFTH THIRD BANK EVANSVILLE, IN Debtor BMAR & ASSOCIATES, INC. Filing No. 2005207608634 Filed With SECRETARY OF STATE/UCC DIVSION, FRANKFORT, KY Data Filed 2005-0322 Latest Into ReCefted 04/16105 coustwal Vehicles micluding proceeds and products - Machinery includirg proceeds and products - Latest Into Received Equipinnent including proceeds and products - DOCKS inducting Proceeds and products Type Amendment sec. Party FIFTH THIRD BANK, EVANSVILLE, IN Debt" BMAR & ASSOCIATES, INC. Filing No. 2005207688634 Fled With SECRETARY Of STATEUCC DIVISION, FRANKFORT, KY Date Filed 2D0510-W Latest Into Received 111112105 Original UCC Filed Data 2005-03-22 Original Filing No. 2005207688634 Collateral Equipirterit arld proceeds Type Original Sec. Party KONICA MINOLTA PREMIER FINANCE, BILLINGS, MT Debtor LINC GOVERNMENT SERVICES, LLC Filing No. 2010245369537 Filed With SECRETARY OF STATFJUCC DIVISION, FRANKFORT, KY Data Filed 20104)512 Latest Into Recefted 05118110 Collateral Communications equipment- Equonent Type Original Sec. Party TELERENT LEASING CORPORATION, RALEIGH, NC Debtor LINC GOVERNMENT SERVICES, LLC Filing No. 2011249561809 Filed With SECRETARY OF STATEIUCC: DIVISION, FRANKFORT, KY Data Filed 2011-01-07 Latest Into Received 01119111 RFP # 14-00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. ABM FACILITIES MAINTENANCE SERVICES AND SOLUTIONSPORr m C1TV OF NEWPORT BEACH, CA IM u; Building Value TECHNICAL PROPOSAL command Equiprnent - Equip inerit Type Original Sec. Party CNH CAPITAL AMERICA LLC, NEW HOLLAND, PA Debtor HAMBY, TERRY W Filing No. 2009239539971 Flied WNb SECRETARY OF STATE/UCC DMSION, FRANKFORT, KY Date Fdatl 2009-06-26 Latest Info Received 09123109 Type Ame chnlent sec. Party CNH CAPITAL AMERICA LLC, NEW HOLLAND, PA Debtor HAMBY, TERRY W and OTHERS Filing No. 2009239539971 Filed With SECRETARY OF STATE/UCC DMSION, FRANKFORT, KY Date Filed 2009.09.15 Latest Into Re heed 09/21/09 Original UCC Filed Data 2009 -06-26 Original Filing No. 20 0 923 953 99 71 Collateral Equipmerd Type Original Sec Party CNH CAPITAL AMERICA LLC, NEW HOLLAND, PA Debtor HAMBY. TERRANCE W and OTHERS Filing No, 2007228884885 Filed With SECRETARY OF STATEAICC DIVISION, FRANKFORT, KY Date Filed 2007 09 -08 Latest Info Recehred 0911 V07 TYPe Amendiment sec.parly CNH CAPITAL AMERICA LLC, NEW HOLLAND, PA Debtor HAMBY, TERRANCE W and OTHERS Filing No. 2067226864865 Filed W ith SECRETARY OF STATFIUCC DMSION, FRANKFORT, KY Date Filed 2669-09-15 Latest Info Recoind 69m/09 Original UCC Filed Data $167 -09-08 Original Filing No. 2607226864865 Caateral Equipment Type Original RFP 414 -00 October 29, 2013 t Use or disclosure of data contained on this sheet is subject to the restrictions on the title pave of this proposal. ® FACILITIES MAINTENANCE SERVICES AND SOLUTIONS Doing Business As: (SUBSIDIARY OF ABM FACILITY SOLUTIONS GROUP, LLC, HOUSTON, Tx) Street Address: 101 Walton Way ABMmCITY Phone: OF NEWPORT BEACH, CA � I hb;PJN ww.bnrarne: Matory is clear � s Building Value TECHNICAL PROPOSAL sec. Party KUBOTA CREDIT CORPORATION USA, STOCKTON, CA Debtor BMAR & ASSOCIATES INC, RIDGECREST, CA Filing No. 2=19150B515 Filed! With SECRETARY OF STATEIUCC DIVISION, FRANKFORT, KY Date Filed 2003 -04 -21 Latest Into Receved 05/12/03 CogMeral Leased Equprrant and praceds Type Om_Fnal Sec. Perry GENERAL ELECTRIC CAPITAL CORPORATION, FORT WASHINGTON, PA Debtor BMAR & ASSOCIATES, LLC Flung Me. 2006220509753 Filed with SECRETARY OF STATEAICC DMSION, FRANKFORT, KY Data Filed 2000.1 1.07 Latest into Received 12707/06 There are additional UCCs in D&Bs his or this mmpany available by mMacling 1.800234 -3867. Government Activity Activity wmmary Bcnower(DirrAKO Admirtstmove Debt Contractor Grantee Party excluded horn federal programs) Possible candidate for socbacormmic Program consideration Labor Surplus Area Small Business B(A)firrn NO NO YES NO NO YES (2013) WA WA The details provided in the Government Actr✓ity section are as reported to Om & Bradstreet by the fec r l govengrerd and other swrces. History & Operations Curralcy: Shown in USD wless otherwise indicated company Overview Company Name: ABM GOVERNMENT SERVICES, LLC Doing Business As: (SUBSIDIARY OF ABM FACILITY SOLUTIONS GROUP, LLC, HOUSTON, Tx) Street Address: 101 Walton Way Hoplonsvife, KY 42240 Phone: 2708854842 URL hb;PJN ww.bnrarne: Matory is clear RFP # 14 -00 or disclosure of data contained on this sheet is subject to the restrictions on the title page 29, 2013 FACILITIES MAINTENANCE SERVICES AND SOLUTIONS SEW �Rr ABMsCITY OF NEWPORT BEACH, CA � U Building Value TECHNICAL PROPOSAL �4roaN�' present management control 22 years History The folkwing inftvpadon was reported: 0604!2013 LESLIE C CUNNINGHAM, MBR o icats): RAYDEAN SHEERIN, E BUSINESS POC JONATHAN WHITE, CONTRACT DIR The Kentucky Secretary of State's business reiglstrai file slowed Out Linc Government Servi ns, LLC was registered as a Limited Liability Company an Septem" 27, 2005. Business started 1991 by Terry & Judy Hanby, LESLIE C CUNNINGHAM. Work history unknown. RAYOEAN SHEERIN. Work history unknown. JONATHAN WHITE Work history unknown. Business address has changed from 3999 Ft Campbell Blvd, Hoplonsville, KY, 42240 to 101 Walton Way, Hoplunsville, KY, 42240 Business Registration CORPORATE AND BUSINESS REGISTRATIONS REPORTED BY THE SECRETARY OF STATE OR OTHER OFFICIAL SOURCE AS OF Jun 30 2013 Registered Name: ABM GOVERNMENT SERVICES, LLC Brslnurs type: KENTUCKY LTD LIABILITY CO. State of KENTUCKY worporatinn: Filing date: Sep 27 200.5 Registration 10: 0622492 Status: ACTIVE Whereftled: SECRETARY OF STATE /CORPORATE DIVISION, FRANKFORT, KY Registered agent CT CORPORATION SYSTEM, 306 W. MAIN STREET. SUITE 512, FRANKFORT, KY, 406010000 ABM FwAiry Solutions Grail, LLC MEMBER ABM Facility Soludas Group, LLC MEMBER Prindpafs: JOSEPH L FRANZ MANAGER LESLIE C. CUNNINGHAM MANAGER PHILIP B. ROGERS MANAGER SUZANNE BREMNER MANAGER Operations O60M2013 Subsidiary of ABM FACILITY SOLUTIONS GROUP, LLC, HOUSTON, TX. As nomd, this company is a subsidiary of The Linc Group, LLC, D -U -PAS number 14-722 -1506, and reference is made to that report for background information on the parent company and its management Description: Provides facilities suppnt management services (100%). Terns we on a contractual basis. Sells b the govemmerrL Territory: Intematiarul. Nonseasorul. Employees: 2,000 which includes partners and 75 pan -time. 50 employed here. Facilities: Rents 15,000 sq. ft. in a one story brick a Wilding. Location: Suburban business section urn well traveled street Branches: This business has multiple branches; detailed branch information is available in Us D & B linkage or family tree products. SIC & NAICS SIC: Based on information in our file, D &B has assigned tins company an extended &digit SIC. D &B's use of &digit SICs enables us to be more spealk: about a company's operations than B we use the standard 4 c igit code. RFP # 14 -00 October 29, 2013 or diselosure of data contained on this sheet is subject to the restrictions on the title pave of this proposal. FACILITIES MAINTENANCE SERVICES AND SOLUTIONSNwW��. ABMs CITY OF NEWPORT BEACH, CA u Building Value TECHNICAL PROPOSAL G'�UM1PS The 4 -digit SIC numbers link w the desai{Aion on the Occupational Safety & Health Administration (OSHA) Web site. Links open in a new brovserwindow. 8744 0000 Facilities support services NAILS: 581210 Factures Support Services Financials Currency: Shrn in USD unless otherwise indicated Company Financials: D &B Additional Financial Data As of June 4, 2013, attempts to oxtazx the management of this business have been unsuccessful- Outside sources confirmed operation and locatroR Request Financial Statements Requested faarnals are provided byABM GOVERNMENT SERVICES, LLCand are not DUNSnight certified. Key Business Ratim D & B has been cable to Main sufficient financial inkamatim from this company m celctAate business ratos. Our check of additional outside sources also found no mhornation available on its financial performance. To help you n this instance, ratios for other firms in the some industry are provided below to support your analysts of this business. Based on this Number of Establishments Industry Norms Based On 22 Establishments 1311 UN = unavailable View Snapshots RFP # 14 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title page This Business IIAnny Medan I dtBily Quartile Return on Sales % UN 32 UN Return on Net Worth % UN 24.9 UN Short-Term Solvency Current Ratio UN 12 UN Quick Ratio UN 1.8 UN Efficiency Assets to Sales % UN 35.8 UN Sales Net Waling Capital UN 6.9 UN Utilization Total Liabilities Net Worth I %) UN 106.2 UN UN = unavailable View Snapshots RFP # 14 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title page ABM Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL v 6. Has your company been the subject of a dispute or strike by organized labor within the last five (5) years? Describe the circumstances and the resolution of the dispute. No, ABM is proud of the company's relationship with its many thousands of represented employees and their union organizations. 7. Would anyone from your company (i.e. management, key employees, and large shareholders) enter into any conflicts of interest by participating in this RFP or conducting business with the City? No, ABM's legal team has vetted the solicitation for possible conflicts and we attest to compliance with relevant corporate codes of conduct and laws. 8. Has your company or parent filed Chapter 11 or 13 bankruptcies in the past five (5) years? No, ABM remains on very strong financial footing and is a Fortune 500 company with assets revenues approaching $5 billion annually. 9. Describe any significant financial changes in the company over the last two years and any expected significant changes for the next two years. ABM Government Services was acquired by ABM Industries, Inc. more than two years ago. We do not anticipate any significant changes in the next two years. 10. Briefly describe all lawsuits or judgments greater than $500k within the last 24 months. ABM Government Services has had no such lawsuit or judgment against in during that period. 11. Provide a list with contact information of your company's ten largest public agency customers. U.S. Communities Advisory Board Members are to be excluded from the list provided. Provide a list with contact information of five public agency customers that your company has lost in the last twelve months. RFP # 14 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title page of this 0 ABM,. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL TOP TEN PUBLIC AGENCY CUSTOMERS U Agency/Organization US Army Information Systems Command (INSCOM) Contract DLITE POC Mr. Pinkesh Patel Email pinkesh.m.patel.civ an. Phone (703) 428 -0713 mail.mil US Army Contracting Command- Rock Island EAGLE - Ft Benning Ms. Shade Danielson shada.m.danielson(@ (309) 782.6556 us.army.mil US Army Contracting Command - Rock Island (C3) CASS Ms. Christine Berry chdstine.berrv(a)us.ar (309) 782 -6980 my mil US Army Contracting Command - Rock Island (C3) BOS L Ms. Janet Burgett- Jackson anet.burgettjackson (309) 782 -4805 (@us.army.mil US Army Corps of Engineers- Mobile MOM Ms. Jacaly n Jenkins jacalyn.m.ienkins(@.0 sace.army.mil (251) 441 -5598 US Army Corps of Engineers - Mobile RMC Ms. Jacalyn Jenkins iacalyn.m.ienkins anu (251) 441 -5598 sace.army.mil US Army Corps of Engineers - Huntsville OMEE Althea Rudolph Ms. p althea.rudolph anusac (256) 895 -1149 e.army.mil US Army Corps of Engineers - Huntsville MRR Mr. Paul Daugherty a�ul.dauoherty(aNsa ce.army.mil (256) 895 -1442 General Services Administration MTF Enterprise Ms. Deborah Stigen deborah.stioenOnsa. (303) 236 -7197 Qov Naval Facilities Engineering Command (NAVFAC) West Sound SOS (JV Contract) Ms. Audrey Fitzgerald audrev.ftzoerald(rilna (360) 396 -1857 vv mil Distribution 1. Describe any work that is subcontracted by your company. Please include the name and location of subcontractors. ABM is proud of its team of more than 100,000 US -based employees. As a rule, ABM considers self - performance the first option for our core service lines (janitorial service, HVAC and Electrical maintenance, security services, parking management, landscaping and grounds care, and government services). However, we are also committed to two principles: ensuring the best value for our customers, and helping them to meet their contracting goals. As such, ABM often employs subcontractors who have been vetted through our network of allied vendors. The subcontractors are too numerous to list singly. 2. If applicable, describe your company's ability to do business with manufacturer /dealer /distribution organizations that are either small or MWBE businesses as defined by the Small Business Administration. RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this proposal. FACILITIES MAINTENANCE SERVICES AND SOLUTIONS e'�ql ABM,.CITY OF NEWPORT BEACH, CA @F Building Value TECHNICAL PROPOSAL 0 z �'<moaN•'� ABM is proud of its record of accomplishment as a leading partner of small and MWBE contractors throughout the US. We have a very strong network of existing small business partners that are working on everything from commercial accounts to government contracts with mandates for either subcontracting or set aside of revenue. ABM currently is engaged in a mentor- protege partnership and several joint ventures with MWBE small businesses, as well as 8A disadvantaged and designated HUBZone corporations. On may contracts where ABM is the prime contractor, more than 50% of contracted revenue is shared or subbed to MWBE businesses. Marketing 1. Outline your company's plan for marketing the Products to State and local government agencies nationwide. ABM is experienced with the use of GPO and other schedule -type, pre- competed contracting solutions. Additionally, we have a dedicated state and local government sales and marketing team inside of ABM Government Services, who is proactively selling ABM's pre- competed contracts to state and local units of government. Finally, ABM's corporate marketing team offers significant assistance in marketing new contract vehicles by production of collateral, support of trade shows and events, and creation of high -touch outbound marketing plans that make use of today's best online marketing technology. Upon receipt of award, these resources would be called together for a campaign meeting, would establish a marketing budget, develop a marketing campaign and target list, and would begin to incorporate the Services under this contract into our existing marketing channels (collateral, website, SEO, etc.). 2. Explain how your company will educate its national sales force about the Master Agreement. Upon award of the contract, ABM will designate the Director of State and Local Government Services as the internal subject matter expert on the Master Agreement. The Director will develop internal advisory notices and training materials for distribution to the national sales team, via the senior sales leadership network. The Director will be designated as the POC for any questions about the terms of the Master Agreement. Finally, ABM will immediately add the contract to the internal Solve One More sales incentive program, which rewards sales people and account managers for introducing existing clients to new ABM service lines and/or solutions offerings. 3. Explain how your company will market and transition the Master Agreement into the primary offering to Participating Public Agencies. ABM's state, local and federal government customers all buy differently. Some are already active users of cooperative purchasing agreements. Others, especially for services, prefer to use standard local procurement rules and eschew the use of co -ops or GPOs. The first step for us at ABM, as is the case in all of our sales and marketing execution, is to analyze and segment the market (to include existing customers) and to approach those customers most- suited to this vehicle with a compelling, call -to -action -based sales approach that will explain the features and benefits of the Master Agreement and provide a clear and compelling case for transition. RFP # 14 -00 October 29, 2013 Be or disclos¢tre of data contained on this sheet is subject to the restrictions on the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ����PO,gr ABM,M ° �' CITY OF NEWPORT BEACH, CA U Building Value TECHNICAL, PROPOSAL 4,�na,.�� 4. Explain how your company plans to market the Master Agreement to existing government customers and transition these customers to the Master Agreement. Please provide the amount of purchases of existing public agency clients that your company will transition to the U.S. Communities contract for the initial three years of the contract in the following format within your proposal. a. $ .00 will be transitioned in year one. b. $ .00 will be transitioned in year two. c. $ .00 will be transitioned in year three. As above, ABM's state, local and federal government customers all buy differently. Some are already active users of cooperative purchasing agreements. Others, especially for services, prefer to use standard local procurement rules and eschew the use of co -ops or GPOs. The first step for us at ABM, as is the case in all of our sales and marketing execution, is to analyze and segment the market (to include existing customers) and to approach those customers most - suited to this vehicle with a compelling, call -to- action -based sales approach that will explain the features and benefits of the Master Agreement and provide a clear and compelling case for transition. Based on the information we have about the Master Agreement today, it would not be prudent to commit to any solid dollar number for conversions. 5. Please submit the resume of the person your company proposes to serve as the National Accounts Manager. Also provide the resume for each person that will be dedicated full time to U.S. Communities account management along with key executive personnel that will be supporting the program. As the Director of State and Local Government Services for ABM Government Services, Mr. Walsh leads business development and contract management for state and local units of government and manages the company's active cooperative purchasing agreement contracts. Today, ABM claims more than 900 active state and local government clients nationwide. Mr. Walsh previously directed the federal government contracting division for a North Carolina -based energy service company, where he directed the company to task order awards totaling more than $10 million in 2012. Prior to joining the private sector, Mr. Walsh served in the US Army, on the cabinet of a city Mayor, and as a state legislative staffer. He is also an attorney. Energy I Director of Federal Programs Mr. Walsh directed all aspects of the company's government contracting P /L, including sales, marketing, business development contract management and operations. In 2012, his team achieved more than $20M in revenue, amounting to more than 25% of the company's total revenues. Duties included management of purchasing vehicles like GSA Schedule. RFP # 14 -00 October 29, 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page ABM. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL G4cOAM�' m� G City of Boston I Director, Renew Boston Mr. Walsh oversaw energy savings contracting implementation totaling 6M -plus kWh in energy savings in 2010 while leveraging more than $2M in utility incentives as director of a $20M public - private partnership between municipal government, utilities and ESCOs. Reported directly to Mayor's Office and managed a staff of 28. NSTAR Electric & Gas Corp I Legal & Regulatory Affairs Manager Mr. Walsh acted as a government liaison with a focus on utility operations issues management, support of energy efficiency program implementation and policy development, renewable technology integration, energy facility siting and regulatory compliance. United States Army I Intelligence Officer, Russian Linguist Mr. Walsh served on active duty from 2001 -2005 as a Russian linguist, interrogator and intelligence analyst. Massachusetts House of Representatives I Legislative Aide Mr. Walsh served as a legislative aide, and later as a professional staff member in the Massachusetts House of Representatives, working on major budget items and managing political affairs for a committee chairman's staff. Education & Training • Suffolk University Law School, JD, Cum Laude • Boston University, BA, English • Defense Language Institute, AA, Russian Certifications, Licenses & Affiliations • Society of American Military Engineers, Association of Defense Communities • US Army Veteran (2001 -2005) Administration 1. Describe your company's capacity to employ EDI, telephone, ecommerce, with a specific proposal for processing orders under the Master Agreement. State which forms of ordering allow the use of a procurement card and the accepted banking (credit card) affiliation. Given that this is a Master Agreement for services and not products, ABM thinks it unlikely that ordering and/or payment would be conducted with Participating Public Agencies as is commonly conducted for blanket purchases of products. RFP # 14 -00 October 29. 2013 Use or disclosure of data contained on this sheet is subject to the restrictions on the title page of this M 0 FACILITIES MAINTENANCE SERVICES AND SOLUTIONS AB ���Opr e CITY OF NEWPORT BEACH, CA -y, Building Value TECHNICAL PROPOSAL �piOQH�" 2. Describe your company's internal management system for processing orders from point of customer contact through delivery and billing. Please state if you use a single system or platform for all phases of ordering, processing, delivery and billing. ABM assigns sales leads to initiate customer contact and oversee a Participating Public Agency's account through the sales, negotiation and customer contracting portion of the transaction. Many tools, including SalesForce.com, Marketo, JD Edwards, and others are used for tracking and processing this portion of the transaction. Delivery — in this case, commencement of O&M service — would begin under the direction of a project manager (PM) assigned to the account. The PM would have a usual complement of supporting staff assigned to the account (to include 100% dedicated labor, subcontractors, health and safety and administrative personnel as well as shared back - office resources). 3. Describe your company's ecommerce capabilities, including details about your ability to create punch out sites and accept orders electronically (cXML, OCI, etc.). Please detail where you have integrated with a pubic agency's ERP (PeopleSoft, Lawson, Oracle, SAP, etc.) system in the past and include some details about the resources you have in place to support these integrations. List, by ERP provider, the following information: name of public agency, ERP system used, "go live" date, net sales per calendar year since "go live ", and percentage of agency sales being processed through this connection. Not applicable to the O &M services subject of this Agreement. 4. Describe your company's implementation and success with existing multi -state cooperative purchasing programs, if any, and provide the entity's name(s), contact person(s) and contact information. ABM is a partner with several co -ops nationwide, including TIPS/TAPS, TCPN, and HGAC. We deliver products and services ranging from Electrical Vehicle Service Equipment to operations and maintenance services like janitorial cleaning and mechanical and electrical maintenance. 5. Describe the capacity of your company to report monthly sales under the Master Agreement by Participating Public Agency within each U.S. state. ABM is prepared to commit to report monthly sales under the Master Agreement by Participating Public Agency within each state. As a GSA Schedule contractor with a long record of success and compliance, this is a capacity that we already deploy on a monthly basis for dozens of existing contracts. 6. Describe the capacity of your company to provide management reports, i.e. commodity histories, procurement card histories, green spend, etc. for each Participating Public Agency. Not applicable 7. Please provide any suggested improvements and alternatives for doing business with your company that will make this arrangement more cost effective for your company and Participating Public Agencies. RFP #114 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS OP ABMM CITY OF NEWPORT BEACH, CA Building Value TECHNICAL PROPOSAL Thank you for the opportunity to bid. We envision much success, throughout the US, in using this Master Agreement to help local units of government to more easily contract for top -flight O &M services. National Staffing Plan ORGANIZATIONAL STRUCTURE Each one of our key personnel will devote the required time dedicated to this contract as required. This will be in correlation to the needs of the client. RFP # 14-00 October 29, 2013 Use or disclosure of 'data contained on this sheet is subject to the restrictions on the title page ABM FACILITIES MAINTENANCE SERVICES AND SOLUTIONS Q1Ew�oq CITY OF NEWPORT BEACH, CA � m � Building Value TECHNICAL PROPOSAL G4FORH�' Environmental 1. Provide a brief description of any company environmental initiatives, including your company's environmental strategy, your investment in being an environmentally preferable product leader, and any resources dedicated to your environmental strategy. ABM's GreenCare® program continues to set the facility solutions industry standard for sustainability practices. Not only do we provide our clients with leading 'green' solutions, but we walk the walk by focusing on corporate sustainability from an internal perspective. Recently, ABM released its corporate sustainability report, one of the only facility service companies in the industry to do so. Read our Corporate Sustainability Report in Flipbook or PDF format by visiting: httn: / /www.abm.com/SiteCol lectionDocuments /SustainabilityRet)ort2012 /index.html • ABM publicly discloses to the Carbon Disclosure Project. • ABM is a member of the United Nations Global Compact. • Nearly 55% of the tonnage of consumable paper products that ABM purchases for our customers exceeds the 20% postconsumer recycled content level. • ABM GreenCare® is implemented in over 348 million square feet, with 172 million square feet of that space LEED Certified. • ABM has 47 strategically located distributors provide an efficient locally -based way for our employees to order and receive the products used in our daily service delivery to clients. • ABM uses a print -on -demand system with FSC certified paper for our Marketing Collateral. • Approximately 43% of ABM's workforce is paid electronically through direct deposit. • ABM has reduced its physical server footprint by nearly 75% through our virtualization project. 2. Describe your company's process for defining green products or sustainable processes. ABM is utilizing technology to upgrade our sustainable offerings. One example are electrically activated water systems that produce general cleaning and sanitizing solutions from water, salt and electricity. These allow ABM to produce safe, non -toxic daily cleaning solutions onsite and reduce packaging, transportation and storage issues associated with traditional chemicals. ABM continues to identify new products and methods to operate more efficiently for our clients and stay on the forefront of sustainable practices and new innovations in cleaning methods and equipment. Through our strong, established relationships with industry - leading supply, chemical and raw material manufacturers we are actively implementing new solutions such as: • Bio -based cleaning alternatives • Specialized cleaning solutions for various surface types that increase productivity • Electrically Activated Water Cleaning Solutions and Hygiene Intervention Programs RFP # 14 -00 October 29, 2013 Use or disclosure o) data contained on this sheet A subject to the restrictions on the title page of this proposal. ABW Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITY OF NEWPORT BEACH, CA TECHNICAL PROPOSAL G4cOR��P �d Wes+% s This affords us cost - control advantages over our competitors and provides our clients several distinct advantages for how we can deliver new cleaning processes and products and technologies quickly, and at the best possible price. As a member of the U.S. Green Building Council [USGBC], we continue to offer specific products and procedures for buildings to maintain certification through the Leadership in Energy & Environmental Design [LEED] Rating system. Further, as part of our commitment to technological upgrades, we enhanced our client portal in 2012. This portal enables clients to maintain full transparency in viewing their account metrics and support in a secure environment 240. Importantly for our shared sustainability efforts, clients have centralized, online access to contracts, contracts personnel, billing and invoice information, work order information and account spend data — eliminating the need for paper where each are concerned. 3. Describe your company's experience with maintaining facilities that are LEED certified. ABM is proud that we currently are providing services to more than 185 million square feet of LEED certified space, an industry-best figure. At ABM, we are the global leaders in managing LEED certified buildings. RFP # 14 -00 October 29, 2013 1 or disclosure of data contained on this street is subject to the restrictions on the title page 0 R A ��\ UP 4 061' { ))\ VIE- E !) §! E w E d M 1 > m c { \ / \; 000 co 0 go �Fi.CH a a uJY ,: e a c O AiY� U F � O � G i w z s w 0 F Y U a Q 0 G O a J r w F s 3 Fm .. UA w R VI W N tM1 j m�q iii M vj ;{ N of M- y W a gg c r @ L 0 0 p m xi i i N W Nj •Y `m 0 M m 4 N Y YM M 3 $' 2 vmq gin �l q � G Gt h M N m� o h a NN °i -' ° W N �I W (M1 W W N tM1 j m�q iii M vj ;{ N of Gt h M N m� o h a NN °i -' ° W N �I W (M1 W p fpp tl CZw CY2Q M ti 0 N 0 F U2 O� Q d 6 9 m $ oa n N m�q iii M vj ;{ N of m N gg r @ L 0 0 p N xi i i N W Nj � leol ' 'D fi.- s yl � mIEi E $ g' p fpp tl CZw CY2Q M ti 0 N 0 F U2 O� Q d 6 9 m $ oa w G R °O n N N M vj €g m N gg r @ L 0 0 p N w G R °O N €g see r @ L 0 0 p �e �s pR e �s€ N Q fi O O U n N s O fi O U FAH �� 4 lJ x U f-0 z 0 z r U 5 O Q. a U L x F FAN U 4 a Ln V css V d 0 O QIM R � ry! I N � 4 m N m Mi E $ ui '9 0 Y LL3 * m Y VI N OC IVY �1 1^ ILR� g 1y 1�� Id}, I " IYINN !V° Yfl NI51 r N I I ICI i m m SSS d6 c I I I I „ V Mg q CN d 11NY+ i 4 q� Tl l I O' R ^� 4�1 ry T 4 y�gy1 y C I C' p lL i�l gNryq��.T,''C O 9 LC 'U V1�1� NNIq I� «p N�O J p1�IC a C1�1 �j W I aM, 88 N vrvi Y Y h- d' N N N Vf P I+f � N N Iri N P r n N ANNd� GYI IY}m ✓�bm CI moil 0 MAD P ih � iC N IV MO `d 6 C �qi M1I G �5 ��E g mre w � p as 9 E M 0 N N 4, u L O V� w �C a r v CO 1 I I UC Y yap! E TC 1 I ry Fn RD4 0 EF �a 1 i a a M c �„ `0 5 I � � � F �j 1 d 1 C � pm• NC �d •� a inl N �`i 6�1 if o BIt M 0 N N 4, u L O V� w �C a eE�* a47 s 0 �AA7 U � F+ i 4z7 z U S cam a LZ �pc 9 N I�B L 16 N bdm � m IC yjGµ LOB 5! I VV C YC C a 5-,:N h, i� i I ;N N I 1 1 i c uCi I� i� �1M1 N i I I I� ;U4 N N 4 'FG v N EF p n r y� a } § I n �I aI M ®I G � � G i t^v a � � I G ivl i I I I _ I I G �'x ry F R5r ^ i ra f? geITT iQ G yi+n Oi � PN IWPI �N 1 1 1 h ry �.IX Diu in ;N C R;�;a I � I wNNF c+jl�slm ° ,ye v[ ;M'f d a N �VF' INIGF tl1;V'Ul N � � n i�I❑ �' rvi R Q i U ' ' ry m v15 m U 9 upi iv iMi 1ig U m iCrvi S cam a LZ �pc 9 N I�B L 16 N bdm � m IC yjGµ LOB 5! I VV C YC C a 5-,:N h, i� i I ;N N I 1 1 i c uCi I� i� �1M1 N i I I I� ;U4 N N 4 'FG v N EF p n r y� a } § I n �I aI M ®I G � � G i t^v a � � I G ivl i I I I _ I I G �'x ry F R5r ^ i ra f? geITT iQ G yi+n Oi � PN IWPI �N 1 1 1 h ry �.IX Diu in ;N M O N O� N L u C r u O O Q rl C �QNL re �_ A wNNF N M O N O� N L u C r u O O Q rl OEM Q� ' 8 b" '�Aiq j U d V G w Ra o s z a � O U J d a a° w e v z U F s ®� c us IN U 0 ti xA T N �U 6 � $o 4 ig i I urN �N L d R Q L X O N w- O a N E o N n+ � Na f'e m C F u °T4 ,C V C 'Q V W I $ gPg q rH vFi R i I mu .IrIlI1 � � y ra t M I2 a i a v I I I a C r O; u41 r h I N 1 N R91 TI N � d1 � I Irl Irk 5 O b u° g5 � o 6 ❑ ,- vl u m ry r l l l all rn u`�I � .n N I p I CS N I y� I 16 i ry N i I I I r I I I r I j i Y: T 3 gyp, s L c �E a a 0 F- a � i er r N � 1 ' L N A I Q fi O s O N r r� � I N I I I N M $ gPg q rH vFi R i I mu .IrIlI1 � � y ra t M I2 a i a v I I I a C r O; u41 r h I N 1 N R91 TI N � d1 � I Irl Irk 5 O b u° g5 � o 6 ❑ ,- vl u m ry r l l l all rn u`�I � .n N I p I CS N I y� I 16 i ry N i I I I r I I I r I j i Y: T 3 gyp, s L c �E a a 0 F- a � i er r N � 1 ' L N A I Q fi O s O 8 - n J yo uo e! Q O J 4 U 7 F co V m 4 w m 4i ti.. O w N E v° a O 0 u i a s a J w R� N a m A u �� C Q fti Lrt rq m {V N N N U we ki -m u; �tlIX N N �W Cf Y t",I TR $ m " o +C SNa6 C4.� bO Y� e t 6 fu S 3 [� m;VI I ry R N � i rn n AI V Ism! ;cs N H 1. N 9 "0 o w � � x M c N iv L d O V • u 0 4 c �064CH a A117. J LL w ry r' m & r E L yC Q' Q C ✓ w � �`1 G 2 a W ✓1 � .N 'N J .G1 v E N °r! III asi a p v sy # W q y� •� 9 Oyu � �y�11 � � MC �' •YO N� wl N A N N C 'i3 > o yyyll, a y gI F d t 5 p y1 O c �v1 r�p� 6 9 20 }12.ip� I. V GOl � � A .� C a '�p � � •Ey � in .�, v t �, �nlL d GL WWITI Q V_ ry p Q ICY[ 1�' ifY. i 4 h Y n m M IM C. T,w '�'1� Ivfl �N rf vi °:i I1°t7FM z � �M'T IYI "� F w V K iii i i try N O w i I i I 4 y H i i i i i W_ m �aI 2i rR �uYyi IYI Ir I 1 1 I Y V i i i i i wr i p1 pq i tQfII p1 ITI 1p C< PI m wits! rz Is W@ '!I s w T of i V i n pi OI OV n m ry ry i Ld IOryIC m b 4Y1 ^� rV 1 I I 1 b �ryry I I I I lilt �. 10 I v C O' ��i i ilk E ?9 I ii E 5 ELI I g M 1 Yii xYo�, i E Lo 1 E g L' yy�c Iap� i pge o E _CC 6 GIq Na 9iA NaO14i'['i �Nd4 kn Y Q' LL d 111 U 1 1 4 LL d VI U1© 0 M ..1 0 ev N d 0 u m T F s ry Q O p s � Q u yo 7 Y g ti €� w n B e 6�'CN ti a 0 J '�O.ut� U F z F 3 W z L O F L u a 0 a 0 a w a U `z m U W F s v r UA R Y r w ¢ Q O 4'J v W M x a a N M y R a N 4 & a a � � z W 5 ¢ S 6 5 I tf v aye `dq nd y�' W h S .'L gs r'� $ G h C N� ❑ VI v K2 N — vl M b 1= t W m W N OoY' V = W E � o w F � L gL r Y Gi ,G 4 J t5 M 0 N Oi N Y L O V X O O 0 c J i v i S C O s c O Z3 N C V O v J Y ¢ Q O a N 4 & a a � � z W 5 ¢ S 6 5 I tf v aye `dq nd y�' W h S .'L gs r'� $ G h C N� ❑ VI v K2 N — vl M b 1= t W m W N OoY' V = W E � o w F � L gL r Y Gi ,G 4 J t5 M 0 N Oi N Y L O V X O O 0 c J i v i S C O s c O Z3 N C V O v J ABM FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ¢a AOgr CITY OF NEWPORT BEACH, CA ` Building Value TECHNICAL PROPOSAL Gi�oa„' 9. U.S. COMMUNITIES ADMINISTRATION AGREEMENT, SIGNED UNALTERED See Attachment RPP 14 -00 RFP # 14 -00 October 29, 2013 1 or disclosure ojdata contained on this sheet is subject to the restrictions on the title page FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ABMI. CITY OF NEWPORT BEACH, CA Building Value TECHNICAL PROPOSAL Submit signed Addendum/a CITY OF NEWPORT BEACH F r REQUEST FOR PROPOSAL NO. 14 -00 FACILITIES MAINTENANCE SERVICES AND SOLUTIONS QUESTIONS AND ANSWERS Posting Date: October 15, 2013 RIP Administrator: Anthony Nguyen, Purchasing Agent T: 949.644.3080 F: 949.642.7072 an euven Cd newportbeach ca. aov Interested parties may obtain a copy of this document by contacting the Purchasing Office or by accessing the City of Newport Beach website: ht tps:// www5.newoortbeachcasov /osuaalier /bid current.asp o e u +: G4CORN�P RF P # 14 -00 October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions on the title page ABM m U FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ��t�POgr CITY OF NEWPORT BEACH, CA � Building Value TECHNICAL PROPOSAL 4,�n,,,e" REQUEST FOR PROPOSAL NO. 14 -00 FACILITIES MAINTENANCE SERVICES AND SOLUTIONS QUESTIONS AND ANSWERS The following questions, and corresponding answers, were received regarding this RFP solicitation: 1. Regarding the requirement listed in tab 6, for 3 recent municipality references within the last 12 months, while we realize we do not have recent FM experience for municipalities within this timeframe we have worked with both City of Irvine, and San Marcos in similar capacities and more recently provided FM services nationally to Toyota Motor Sales across their 10MM square foot portfolio. We continue to provide FM services to Toyota Financial Services. We recently provided Facility Condition Assessment services to the Cities of Encinitas and Placentia & we've been hired by County of Santa Barbara for similar FCA services. Please let us know if you will consider this experience as fulfillment of your requirements as stated in Tab 6, reference instructions. Yes. 2. Is this a new solicitation? Yes. 3. Who is /are the incumbent provider of these services? See answer to question 2. 4. Is there a Collective Bargaining Agreement in place for any personnel providing these services? For services where the Supplier is providing personnel, it is up to the Supplier to follow any local labor requirements or laws. For Management Services, where the Supplier is responsible for managing the performance of sub - contractors on behalf of Participating Public Agencies, this will vary by Participating Public Agency. S. Do bidders need to be a registered supplier with the U.S. Communities Government Purchasing Alliance to bid on these services? No. 6. Would you like the "Qualification Submittal Questions' answered in form of narrative or 1,2,3,4 ... format? CCity of Newport Beach RFP No. 14 -00 Page 1 Questions and Answers al. 0 ABAA. Building Value FACILITIES MAINTENANCE SERVICES AND SOLUTIONS CITV OF NEWPORT BEACH, CA TECHNICAL PROPOSAL a� a �G /fORH,P Please respond to the Qualification Submittal Questions by question number. Please list the question and then provide your answer. 7. Is there a way that we can visit the facilities in order to provide appropriate pricing to the City of Newport Beach? The need to visit Newport Beach facilities will be driven largely in part by the local awards that result from this solicitation. The City of Newport Beach reserves the right to defer specific site visits until either a.) a shortlist of firms is identified through the local evaluation process or b.) a local award is made. The lack of access to Newport Beach facilities should not prohibit proposers from responding to this RFP on a national or local scope. 8. How do we address the fact that outside of a particular region, pricing can differ dramatically? Proposer may propose pricing by region, zone or other categorization that is most advantageous for Proposer and Participating Public Agencies. 9. Can you clarify the threshold of the $5000 deductible; this may a problem for some proposers. Reference Scope of Services Section 4.7, Major Repairs; the City is responsible for any repairs over $5,000. Proposer is responsible for repairs less than $5,000. Participating Public Agencies may have a different threshold of responsibility. If this threshold is not feasible, please indicate as such as an exception in your response to the RFP and propose a suitable threshold. 10. Please clarify the national scope versus the local scope. The goal of this solicitation Is to find the best overall vendor for the services requested nationally. The City reserves the right to award locally based on the types of services proposed and the local capabilities of Proposers. 11. How do we provide pricing to address different union and /or labor rates across the country? Proposers shall provide pricing that meets the various requirements of Participating Public Agencies nationally. See answer to question 8. City of Newport Beach RFP No. 14 -00 Questions and Answers nr r n L4-VU Page 2 vcmuer L>, cvia or disclosure oj data contained on this sheet is .subject to the restrictions on the title page of this ABM ,R FACILITIES MAINTENANCE SERVICES AND SOLUTIONS ���WOOq CITY OF NEWPORT BEACH, CA � � Building Value TECHNICAL PROPOSAL 4�oAni' 10. PROOF OF INSURANCE .acted CERTIFICATE OF LIABILITY INSURANCE TM GHnFCATE E EBMEO M A NATIflR OF ■NORYATION OMLY AND CCILFYM NO RIOHSS W W THE CERTii M N019ER TNG CERTtl3CA]E OGF® NOf AFi1WNAlOF1Y OR WGA7T MY AKENa EXTEiA OR ALTER TIE W YEx+LRE AFFOMEO By TIE rOL1Cf REIOM(- THS GHnFCATE OF FEIRUNCE R NOT GOiSTFNIE A WHR WLGT E3_IYEHI THE E9111N1 NGURR i. MlOI�D RHMMAYTATNECRFMNIeCER-AY® TIECITOKG TENIXOFR NPORTANn tlN atlSNENa IleeaeTMYa ARO}pMat N1RItlI�baxiq$Ya)wlulit arlbaM tlBeEROWTIOHE WAAtlis•a¢tjW pa pM 51Yme Nlfl mamlala A iNYaapmt as eis asatliNYYOeesap/aaKN YIpFM¢ b M aNSaaW nNe.rm tlN1 Mxaeh YYN /IfpCQ GmmeLisl tllles - (5i9j 951 -J3ID WbM FNpp YVlrxeEmtm IlR1 K -G LtR �4R4 AS FP SINS 3a RX) San RSaebm.G91MS -i�A IpY' M FM1TNK awsase ¢mesa- ACE Mielm�Nwm¢C¢npelrf r.,• 2Z� iw,Km ASIA OaNirtxnlServpis, UX E ASN X W aalm NralpaaYtl Ca1Nag i3i9TaeEKnsMe SE8�9W ,11b1Ya,I3A3R339 Htllssa- ACEFm"4CaYVMS.G. 26!19 wmlSeL: HWtlmlyaaNNCLCepsOVy40Mx4lAHesla 4WIS hNKa1- I RNKA¢_ GOVERAGM GETpTFOA3ENONRETC 5605357 RMSIOM MIIEM SeeLeb+ TH66TOCEfEFHYfi btl¢ CE U=WKS TTHE KECCES� piB ANICE tiSTFH E aw eHAv BEEN .�ffiE)EIEv bJRH3 lW —WTVV 6YAN@ WI REf>rtl@.LRFT, TEW C G UftM OF ANT OM3flAGT M IXHER CATS eNY BE ✓3Y CA ANY AbFB T a1YJelx4m AFfO w EY THE hAK>E6 WE EEO PNOCOrv0i1fe6 W 9Jt RACE LM19 � NtY HAYS DEER RE ft MO C1M6. ]IµIDYBCIE FCA THERACY�1 , pCQ1L TM4 RES yTO"CH TrE HERFbi K bEAVI' TO EFL THE 1ERL6, rsemHwwce wer1K¢sis wn A A NmAllhatM X' CYMRR'.Y46KFILWNN4 LPJIpaW[e OpYl,µ X A3tfl2T91'J35 IMIU M2 1iA=3. sefaarruamYS ¢1®ei s iamem S SrolA11 S INN= S Y$amp Pb Y.FCUN rsww.fruucac X x�i Gat1.K LfaR WTF3pISS PGk X Pours — s11L�aactAwtt x tlpy,gRp n, M}�a,H,R 4A R \81 F ISNOWfIM C0.CQlL14.6 -Y NIYM! S ]➢a m] ¢ ISVb411T% 11 2002 fMM13 aaxwro s � � pocaY wLRYfwpmS s pYfLk'iplfllfwvtlYll S 3 ®. x pSY6lA. fYQYEHi X arrrt WptlyCtl XCW210096I7 im1=12 ii.GV2Oi3 ewnaccunwd ,Syylgyyl]6 s amimi S St49Li z anm i C yNL � L�iix prp R�R[CfIX4TIIlxlai ML M�IYVSHaa rlrLN[6Mt'f/a hYO' HI3 14LROC113T23Z 118L'iO1: iL411S13 x °KSrnM i � S � L4 e1S.NKCPKif ¢ue- ueKSbR s i(roma LL C6eKe -A•'JIX WR 1 i�%m 9OalltY fi OYamYwSifOiaiFPiiiae¢f•IxvwH XMOitl.lMG/psebi'IW {M ®�M�I�Marj C- 1WYn2MCavviyC E91b1¢ffiiElii93 TIME AMA0Y OAtf ILA[elNm W.A NEE CAK:B]Ab V1CIItl 1¢N EXMAiMH 203E iHbh£YA, eeSN:tl MLt ! Mb0lapL al ACCVANw6LiMTM fIEMaCYMGNlN3 ]pmammmNOinwc IM M1GCRI>+11M ltl a�Yw eStlN/W,Ab V.Y1:U 161 RFP # 14 -00 plpy .AGQP9i 4WQR .'P WS1jF16� October 29, 2013 or disclosure of data contained on this sheet is subject to the restrictions at the title page EXHIBIT C SCHEDULE OF BILLING RATES NORMAL HOURS: Monday -Friday, 8:00 AM - 5:00 AM. OVERTIME: Monday -Friday outside of normal working hours and Saturday. SUNDAYS/HOLIDAYS: Sundays and IUEC recognized holidays. PROJECT MANAGER CHIEF ENGINEER NORMAL HOURS OVERTIME I SUNDAYS/ HOLIDAYS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS $ 62.47 1 $ 62.47 1 $ 62.47 $ 56.50 1 $ 56.50 1 $ 56.50 QUALITY CONTROL MANAGER ELECTRICIAN (MAINTENANCE) NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS $ 52.52 1 $ 52.52 $ 52.52 $ 46.71 1 $ 62.77 1 $ 88.04 GENERAL CLERK GENERAL LABORER NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS $ 29.11 1 $ 36.37 1 $ 53.17 $ 22.29 $ 26.14 $ 39.53 GENERAL MAINTENANCE WORKER HEAVY EQUIPMENT MECHANIC (GENERATORS) NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS $ 37.16 $ 48.44 $ 69.26 $ 44.11 $ 58.88 $ 83.15 HVAC MECHANIC LABORER, GROUNDS MAINTENANCE NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS $ 47.98 $ 64.67 $ 90.44 $ 24.93 1 $ 30.10 $ 44.80 LOCKSMITH PLUMBER (MAINTENANCE) NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS $ 33.61 $ 43.12 $ 62.17 $ 38.51 1 $ 50.47 1 $ 71.97 ABM Government Services, LLC Page C-1 Labor Rates for Major Metropolitan Areas ABM Government Services, LLC Page C-2 PROJECT MANAGER CHIEF ENGINEER CITY/CITIES AND SURROUNDING AREAS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS Los Angeles, CA (NEWPORT BEACH $ 62.47 $ 62.47 $ 62.47 $ 56.50 $ 56.50 $ 56.50 New York, NY, Newark, NJ $ 77.72 $ 77.72 $ 77.72 $ 67.10 $ 67.10 $ 67.10 Chicago, IL $ 68.22 $ 68.22 $ 68.22 $ 59.60 $ 59.60 $ 59.60 St. Louis, MO $ 68.46 $ 68.46 $ 68.46 $ 53.86 $ 53.86 $ 53.86 Evansville, IN $ 68.32 $ 68.32 $ 68.32 $ 53.73 $ 53.73 $ 53.73 Boston, MA $ 71.02 $ 71.02 $ 71.02 $ 61.73 $ 61.73 $ 61.73 Portland, ME $ 71.03 $ 71.03 $ 71.03 $ 61.74 $ 61.74 $ 61.74 Philadelphia, PA $ 60.41 $ 60.41 $ 60.41 $ 53.11 $ 53.11 $ 53.11 Pittsburgh/Erie, PA $ 50.46 $ 50.46 $ 50.46 $ 51.12 $ 51.12 $ 51.12 Wheeling, WV $ 50.46 $ 50.46 $ 50.46 $ 51.12 $ 51.12 $ 51.12 Baltimore, MD $ 61.07 $ 61.07 $ 61.07 $ 54.43 $ 54.43 $ 54.43 San Francisco, CA $ 77.73 $ 77.73 $ 77.73 $ 71.10 $ 71.10 $ 71.10 Minneapolis, MN $ 52.66 $ 52.66 $ 52.66 $ 52.66 $ 52.66 $ 52.66 Duluth, MN $ 52.66 $ 52.66 $ 52.66 $ 52.66 $ 52.66 $ 52.66 Washington, D C $ 71.66 $ 71.66 $ 71.66 $ 65.02 $ 65.02 $ 65.02 Cincinnati, OH $ 55.43 $ 55.43 $ 55.43 $ 55.43 $ 55.43 $ 55.43 Kansas City, MO $ 54.52 $ 54.52 $ 54.52 $ 47.89 $ 47.89 $ 47.89 Wichita, KS $ 54.38 $ 54.38 $ 54.38 $ 47.74 $ 47.74 $ 47.74 Buffalo, NY $ 50.51 $ 50.51 $ 50.51 $ 50.51 $ 50.51 $ 50.51 Milwaukee, WI $ 53.22 $ 53.22 $ 53.22 $ 53.22 $ 53.22 $ 53.22 Green Bay, WI $ 53.22 $ 53.22 $ 53.22 $ 53.22 $ 53.22 $ 53.22 New Orleans, LA $ 53.05 $ 53.05 $ 53.05 $ 53.05 $ 53.05 $ 53.05 Jackson, MS $ 53.37 $ 53.37 $ 53.37 $ 53.37 $ 53.37 $ 53.37 Cleveland, OH $ 52.78 $ 52.78 $ 52.78 $ 46.14 $ 46.14 $ 46.14 Las Vegas, NV $ 62.70 $ 62.70 $ 62.70 $ 56.73 $ 56.73 $ 56.73 Seattle, WA $ 62.55 $ 62.55 $ 62.55 $ 55.91 $ 55.91 $ 55.91 Spokane, WA $ 62.55 $ 62.55 $ 62.55 $ 55.91 $ 55.91 $ 55.91 Billings, MT $ 62.68 $ 62.68 $ 62.68 $ 56.05 $ 56.05 $ 56.05 Anchorage, AK $ 62.75 $ 62.75 $ 62.75 $ 56.11 $ 56.11 $ 56.11 Louisville, KY $ 53.40 $ 53.40 $ 53.40 $ 53.40 $ 53.40 $ 53.40 Dallas/Ft. Worth, TX $ 59.95 $ 59.95 $ 59.95 $ 54.65 $ 54.65 $ 54.65 Portland, OR $ 57.55 $ 57.55 $ 57.55 $ 50.92 $ 50.92 $ 50.92 Birmingham, AL $ 56.98 $ 56.98 $ 56.98 $ 50.34 $ 50.34 $ 50.34 ABM Government Services, LLC Page C-2 Denver, CO $ 59.82 $ 59.82 $ 59.82 $ 54.51 $ 54.51 $ 54.51 Rochester, NY $ 43.88 $ 43.88 $ 43.88 $ 43.88 $ 43.88 $ 43.88 Omaha, NE $ 46.36 $ 46.36 $ 46.36 $ 46.36 $ 46.36 $ 46.36 Memphis, TN $ 53.00 $ 53.00 $ 53.00 $ 47.69 $ 47.69 $ 47.69 Houston, TX $ 65.26 $ 65.26 $ 65.26 $ 58.63 $ 58.63 $ 58.63 Atlanta/Savannah, GA $ 71.96 $ 71.96 $ 71.96 $ 61.35 $ 61.35 $ 61.35 Des Moines/Cedar Rapids/Sioux City, IA $ 54.41 $ 54.41 $ 54.41 $ 47.77 $ 47.77 $ 47.77 Rock Island, IL $ 54.29 $ 54.29 $ 54.29 $ 47.65 $ 47.65 $ 47.65 Indianapolis, IN $ 51.07 $ 51.07 $ 51.07 $ 45.10 $ 45.10 $ 45.10 Albany/Utica, NY $ 65.11 $ 65.11 $ 65.11 $ 58.48 $ 58.48 $ 58.48 Detroit, MI $ 60.37 $ 60.37 $ 60.37 $ 52.41 $ 52.41 $ 52.41 Columbus, OH $ 56.76 $ 56.76 $ 56.76 $ 50.12 $ 50.12 $ 50.12 Salt Lake City, UT $ 52.76 $ 52.76 $ 52.76 $ 47.45 $ 47.45 $ 47.45 Providence, RI $ 61.96 $ 61.96 $ 61.96 $ 55.99 $ 55.99 $ 55.99 Springfield/Worcester, MA $ 62.39 $ 62.39 $ 62.39 $ 55.09 $ 55.09 $ 55.09 Toledo, OH /Fort Wayne, IN & South Bend, IN $ 51.74 $ 51.74 $ 51.74 $ 45.76 $ 45.76 $ 45.76 Akron/Youngstown, OH $ 52.11 $ 52.11 $ 52.11 $ 46.80 $ 46.80 $ 46.80 Charleston/Huntington, WV $ 58.42 $ 58.42 $ 58.42 $ 51.79 $ 51.79 $ 51.79 Jacksonville, FL $ 55.04 $ 55.04 $ 55.04 $ 48.40 $ 48.40 $ 48.40 Richmond/Roanoke, VA $ 58.92 $ 58.92 $ 58.92 $ 51.29 $ 51.29 $ 51.29 Norfolk, VA $ 58.92 $ 58.92 $ 58.92 $ 51.29 $ 51.29 $ 51.29 Peoria, IL & Springfield, IL $ 64.24 $ 64.24 $ 64.24 $ 57.61 $ 57.61 $ 57.61 Harrisburg, PA $ 53.11 $ 53.11 $ 53.11 $ 53.78 $ 53.78 $ 53.78 Syracuse/Binghamton, NY $ 60.47 $ 60.47 $ 60.47 $ 52.50 $ 52.50 $ 52.50 Oklahoma City, OK $ 50.96 $ 50.96 $ 50.96 $ 44.33 $ 44.33 $ 44.33 Miami, FL $ 55.70 $ 55.70 $ 55.70 $ 49.73 $ 49.73 $ 49.73 Tampa, FL $ 51.06 $ 51.06 $ 51.06 $ 51.06 $ 51.06 $ 51.06 Little Rock, AR & Shreveport, LA $ 53.87 $ 53.87 $ 53.87 $ 48.56 $ 48.56 $ 48.56 Greensboro/Raleigh-Durham, NC $ 57.32 $ 57.32 $ 57.32 $ 50.68 $ 50.68 $ 50.68 San Antonio, TX $ 53.32 $ 53.32 $ 53.32 $ 48.01 $ 48.01 $ 48.01 Tulsa, OK $ 51.63 $ 51.63 $ 51.63 $ 46.32 $ 46.32 $ 46.32 Reading/Allentown/ScrantonNVilkes Barre, PA $ 53.11 $ 53.11 $ 53.11 $ 47.14 $ 47.14 $ 47.14 Lansing, MI $ 59.05 $ 59.05 $ 59.05 $ 51.75 $ 51.75 $ 51.75 New Haven, CT $ 63.31 $ 63.31 $ 63.31 $ 56.01 $ 56.01 $ 56.01 Nashville/Chattanooga, TN $ 54.99 $ 54.99 $ 54.99 $ 48.36 $ 48.36 $ 48.36 Knoxville, TN (Formerly Local No. 64 $ 58.31 $ 58.31 $ 58.31 $ 53.00 $ 53.00 $ 53.00 Mobile, AL $ 61.62 $ 61.62 $ 61.62 $ 54.99 $ 54.99 $ 54.99 Honolulu, HI $ 55.69 $ 55.69 $ 55.69 $ 49.06 $ 49.06 $ 49.06 Albuquerque, NM $ 47.23 $ 47.23 $ 47.23 $ 43.25 $ 43.25 $ 43.25 EI Paso, TX $ 61.94 $ 61.94 $ 61.94 $ 55.31 $ 55.31 $ 55.31 ABM Government Services, LLC Page C-3 Madison, WI & Rockford, IL $ 53.89 $ 53.89 $ 53.89 $ 47.25 $ 47.25 $ 47.25 Austin, TX $ 55.31 $ 55.31 $ 55.31 $ 48.01 $ 48.01 $ 48.01 Charlotte, NC/Columbia, SC $ 62.63 $ 62.63 $ 62.63 $ 55.33 $ 55.33 $ 55.33 Poughkeepsie, NY $ 61.13 $ 61.13 $ 61.13 $ 54.49 $ 54.49 $ 54.49 Orlando, FL $ 52.39 $ 52.39 $ 52.39 $ 46.41 $ 46.41 $ 46.41 Phoenix - Tucson, AZ $ 50.35 $ 50.35 $ 50.35 $ 45.71 $ 45.71 $ 45.71 ABM Government Services, LLC Page C-4 QUALITY CONTROL MANAGER ELECTRICIAN (MAINTENANCE) CITY/CITIES AND SURROUNDING AREAS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS Los Angeles, CA (NEWPORT BEACH) $ 52.52 $ 52.52 $ 52.52 S 46.71 $ 62.77 S 88.04 New York, NY, Newark, NJ $ 65.78 $ 65.78 $ 65.78 $ 56.36 $ 77.25 $ 106.27 Chicago, IL $ 57.61 $ 57.61 $ 57.61 $ 51.76 $ 70.46 $ 97.78 St. Louis, MO $ 49.88 $ 49.88 $ 49.88 $ 47.59 $ 64.09 $ 89.70 Evansville, IN $ 49.75 $ 49.75 $ 49.75 $ 32.06 $ 40.85 $ 59.18 Boston, MA $ 60.40 $ 60.40 $ 60.40 $ 49.39 $ 66.83 $ 93.18 Portland, ME $ 60.41 $ 60.41 $ 60.41 $ 34.98 $ 45.20 $ 64.97 Philadelphia, PA $ 51.12 $ 51.12 $ 51.12 $ 45.04 $ 60.30 $ 84.96 Pittsburgh/Erie, PA $ 43.16 $ 43.16 $ 43.16 $ 38.44 $ 50.40 $ 71.90 Wheeling, WV $ 43.16 $ 43.16 $ 43.16 $ 35.59 $ 46.12 $ 66.19 Baltimore, MD $ 51.78 $ 51.78 $ 51.78 $ 43.60 $ 58.14 $ 82.21 San Francisco, CA $ 65.13 $ 65.13 $ 65.13 $ 56.43 $ 77.34 $ 106.39 Minneapolis, MN $ 44.70 $ 44.70 $ 44.70 $ 46.55 $ 62.46 $ 87.62 Duluth, MN $ 44.70 $ 44.70 $ 44.70 $ 44.27 $ 59.04 $ 83.32 Washington, D C $ 60.38 $ 60.38 $ 60.38 $ 43.57 $ 58.11 $ 82.19 Cincinnati, OH $ 46.80 $ 46.80 $ 46.80 $ 35.41 $ 45.70 $ 65.52 Kansas City, MO $ 45.90 $ 45.90 $ 45.90 $ 46.45 $ 62.37 $ 87.54 Wichita, KS $ 45.75 $ 45.75 $ 45.75 $ 34.20 $ 44.07 $ 63.47 Buffalo, NY $ 42.55 $ 42.55 $ 42.55 $ 40.25 $ 53.09 $ 75.46 Milwaukee, WI $ 45.26 $ 45.26 $ 45.26 $ 44.80 $ 59.89 $ 84.41 Green Bay, WI $ 45.26 $ 45.26 $ 45.26 $ 39.79 $ 52.38 $ 74.49 New Orleans, LA $ 45.08 $ 45.08 $ 45.08 $ 34.88 $ 45.10 $ 64.85 Jackson, MS $ 45.41 $ 45.41 $ 45.41 $ 36.54 $ 47.41 $ 67.83 Cleveland, OH $ 44.81 $ 44.81 $ 44.81 $ 44.43 $ 59.22 $ 83.51 Las Vegas, NV $ 52.75 $ 52.75 $ 52.75 $ 43.01 $ 57.10 $ 80.73 Seattle, WA $ 52.59 $ 52.59 $ 52.59 $ 48.22 $ 65.00 $ 90.83 Spokane, WA $ 52.59 $ 52.59 $ 52.59 $ 34.57 $ 44.52 $ 64.01 ABM Government Services, LLC Page C-4 Billings, MT $ 52.73 $ 52.73 $ 52.73 $ 37.19 $ 48.38 $ 69.11 Anchorage, AK $ 52.79 $ 52.79 $ 52.79 $ 51.22 $ 69.40 $ 96.32 Louisville, KY $ 45.43 $ 45.43 $ 45.43 $ 33.91 $ 43.46 $ 62.55 Dallas/Ft. Worth, TX $ 50.66 $ 50.66 $ 50.66 $ 34.09 $ 43.78 $ 62.99 Portland, OR $ 48.93 $ 48.93 $ 48.93 $ 46.84 $ 62.77 $ 87.94 Birmingham, AL $ 48.35 $ 48.35 $ 48.35 $ 32.72 $ 41.88 $ 60.58 Denver, CO $ 50.53 $ 50.53 $ 50.53 $ 39.42 $ 51.84 $ 73.79 Rochester, NY $ 37.24 $ 37.24 $ 37.24 $ 40.06 $ 52.80 $ 75.07 Omaha, NE $ 39.06 $ 39.06 $ 39.06 $ 34.76 $ 44.94 $ 64.66 Memphis, TN $ 45.04 $ 45.04 $ 45.04 $ 33.60 $ 43.19 $ 62.32 Houston, TX $ 55.31 $ 55.31 $ 55.31 $ 41.78 $ 55.31 $ 78.37 Atlanta/Savannah, GA $ 60.68 $ 60.68 $ 60.68 $ 45.81 $ 61.31 $ 86.16 Des Moines/Cedar Rapids/Sioux City, IA $ 45.78 $ 45.78 $ 45.78 $ 37.57 $ 49.11 $ 70.18 Rock Island, IL $ 45.66 $ 45.66 $ 45.66 $ 40.47 $ 53.52 $ 76.11 Indianapolis, IN $ 43.11 $ 43.11 $ 43.11 $ 43.72 $ 58.34 $ 82.50 Albany/Utica, NY $ 55.16 $ 55.16 $ 55.16 $ 37.79 $ 49.40 $ 70.55 Detroit, MI $ 51.08 $ 51.08 $ 51.08 $ 50.01 $ 67.78 $ 94.37 Columbus, OH $ 48.13 $ 48.13 $ 48.13 $ 35.35 $ 45.60 $ 65.38 Salt Lake City, UT $ 44.79 $ 44.79 $ 44.79 $ 33.35 $ 42.62 $ 61.41 Providence, RI $ 52.01 $ 52.01 $ 52.01 $ 40.10 $ 52.78 $ 74.99 Springfield/Worcester, MA $ 52.44 $ 52.44 $ 52.44 $ 48.25 $ 65.11 $ 91.02 Toledo, OH /Fort Wayne, IN & South Bend, IN $ 43.77 $ 43.77 $ 43.77 $ 38.61 $ 50.68 $ 72.29 Akron/Youngstown, OH $ 44.15 $ 44.15 $ 44.15 $ 44.43 $ 59.22 $ 83.51 Charleston/Huntington, WV $ 49.80 $ 49.80 $ 49.80 $ 35.59 $ 46.12 $ 66.19 Jacksonville, FL $ 46.41 $ 46.41 $ 46.41 $ 32.66 $ 41.77 $ 60.41 Richmond/Roanoke, VA $ 49.63 $ 49.63 $ 49.63 $ 38.42 $ 50.45 $ 72.01 Norfolk, VA $ 49.63 $ 49.63 $ 49.63 $ 38.42 $ 50.45 $ 72.01 Peoria, IL & Springfield, IL $ 54.29 $ 54.29 $ 54.29 $ 43.84 $ 58.58 $ 82.82 Harrisburg, PA $ 45.81 $ 45.81 $ 45.81 $ 37.72 $ 49.33 $ 70.46 Syracuse/Binghamton, NY $ 51.18 $ 51.18 $ 51.18 $ 37.79 $ 49.40 $ 70.55 Oklahoma City, OK $ 43.00 $ 43.00 $ 43.00 $ 30.95 $ 39.25 $ 57.08 Miami, FL $ 47.08 $ 47.08 $ 47.08 $ 31.49 $ 40.01 $ 58.06 Tampa, FL $ 43.76 $ 43.76 $ 43.76 $ 30.62 $ 38.70 $ 56.32 Little Rock, AR & Shreveport, LA $ 45.25 $ 45.25 $ 45.25 $ 29.94 $ 37.60 $ 54.80 Greensboro/Raleigh-Durham, NC $ 48.03 $ 48.03 $ 48.03 $ 30.85 $ 38.91 $ 56.50 San Antonio, TX $ 45.36 $ 45.36 $ 45.36 $ 32.17 $ 40.90 $ 59.16 Tulsa, OK $ 44.33 $ 44.33 $ 44.33 $ 35.15 $ 45.54 $ 65.47 Reading/Allentown/Scranton/Wilkes Barre, PA $ 44.49 $ 44.49 $ 44.49 $ 45.04 $ 60.30 $ 84.96 Lansing, MI $ 49.76 $ 49.76 $ 49.76 $ 38.68 $ 50.78 $ 72.41 New Haven, CT $ 53.35 $ 53.35 $ 53.35 $ 40.70 $ 53.67 $ 76.17 Nashville/Chattanooga, TN $ 46.37 $ 46.37 $ 46.37 $ 30.21 $ 38.12 $ 55.56 ABM Government Services, LLC Page C-5 Knoxville, TN (Formerly Local No. 64 S 49.68 $ 49.68 $ 49.68 $ 33.57 $ 43.15 $ 62.26 Mobile, AL $ 52.33 $ 52.33 $ 52.33 $ 30.27 $ 38.20 $ 55.66 Honolulu, HI $ 47.06 $ 47.06 $ 47.06 $ 44.56 $ 59.29 $ 83.54 Albuquerque, NM $ 39.93 $ 39.93 $ 39.93 $ 34.78 $ 44.86 $ 64.48 El Paso, TX $ 52.65 $ 52.65 $ 52.65 $ 37.97 $ 49.60 $ 70.75 Madison, WI & Rockford, IL $ 45.26 $ 45.26 $ 45.26 $ 40.46 $ 53.37 $ 75.82 Austin, TX $ 46.68 $ 46.68 $ 46.68 $ 33.60 $ 43.03 $ 62.00 Charlotte, NC/Columbia, SC $ 53.34 $ 53.34 $ 53.34 S 31.76 $ 40.28 $ 58.32 Poughkeepsie, NY $ 51.84 $ 51.84 $ 51.84 $ 55.89 $ 76.54 $ 105.38 Orlando, FL $ 44.42 $ 44.42 $ 44.42 $ 29.81 $ 37.48 $ 54.69 Phoenix - Tucson, AZ S 42.39 $ 42.39 $ 42.39 $ 32.67 $ 41.81 $ 60.47 ABM Government Services, LLC Page C-6 GENERAL CLERK GENERAL LABORER CITY/CITIES AND SURROUNDING AREAS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS Los Angeles, CA (NEWPORT BEACH) $ 29.11 $ 36.37 $ 53.17 $ 22.29 $ 26.14 $ 39.53 New York, NY, Newark, NJ $ 31.28 $ 39.63 $ 57.52 $ 27.05 $ 33.29 $ 49.07 Chicago, IL $ 27.39 $ 33.90 $ 49.94 $ 23.85 $ 28.60 $ 42.87 St. Louis, MO $ 28.63 $ 35.64 $ 52.19 $ 28.77 $ 35.85 $ 52.46 Evansville, IN $ 23.24 $ 27.62 $ 41.54 $ 20.39 $ 23.36 $ 35.85 Boston, MA $ 30.06 $ 37.83 $ 55.13 $ 25.75 $ 31.37 $ 46.52 Portland, ME $ 25.66 $ 31.23 $ 46.33 $ 21.37 $ 24.79 $ 37.75 Philadelphia, PA $ 27.73 $ 34.34 $ 50.48 $ 26.84 $ 32.99 $ 48.68 Pittsburgh/Erie, PA $ 27.58 $ 34.11 $ 50.17 $ 25.39 $ 30.82 $ 45.79 Wheeling, WV $ 24.14 $ 28.96 $ 43.30 $ 19.80 $ 22.43 $ 34.61 Baltimore, MD $ 30.14 $ 37.95 $ 55.30 $ 25.65 $ 31.22 $ 46.33 San Francisco, CA $ 32.11 $ 40.86 $ 59.16 $ 27.14 $ 33.41 $ 49.22 Minneapolis, MN $ 30.39 $ 38.22 $ 55.58 $ 24.09 $ 28.77 $ 42.99 Duluth, MN $ 24.65 $ 29.60 $ 44.09 $ 22.59 $ 26.58 $ 40.06 Washington, D C $ 30.81 $ 38.98 $ 56.68 $ 25.63 $ 31.20 $ 46.30 Cincinnati, OH $ 26.58 $ 32.45 $ 47.85 $ 23.86 $ 28.37 $ 42.41 Kansas City, MO $ 27.10 $ 33.34 $ 49.12 $ 23.62 $ 28.12 $ 42.17 Wichita, KS $ 24.52 $ 29.55 $ 44.12 $ 20.39 $ 23.36 $ 35.87 Buffalo, NY $ 26.06 $ 31.80 $ 47.08 $ 23.83 $ 28.45 $ 42.61 Milwaukee, WI $ 26.13 $ 31.88 $ 47.16 $ 22.87 $ 26.99 $ 40.65 Green Bay, WI $ 25.10 $ 30.33 $ 45.09 $ 22.11 $ 25.86 $ 39.13 New Orleans, LA $ 24.34 $ 29.28 $ 43.76 $ 19.81 $ 22.49 $ 34.70 ABM Government Services, LLC Page C-6 Jackson, MS $ 23.58 S 27.97 $ 41.91 $ 20.82 $ 23.83 $ 36.38 Cleveland, OH $ 28.29 $ 35.02 $ 51.27 $ 23.57 $ 27.94 $ 41.83 Las Vegas, NV $ 27.14 $ 33.29 $ 48.98 $ 22.94 $ 27.02 $ 40.62 Seattle, WA $ 28.29 $ 35.19 $ 51.56 $ 24.65 $ 29.78 $ 44.36 Spokane, WA $ 24.93 $ 30.20 $ 44.91 $ 22.24 $ 26.20 $ 39.61 Billings, MT $ 22.85 $ 26.93 $ 40.51 $ 21.59 $ 25.09 $ 38.06 Anchorage, AK $ 31.68 $ 40.08 $ 58.02 $ 28.78 $ 35.78 $ 52.28 Louisville, KY $ 25.99 $ 31.58 $ 46.70 $ 23.00 $ 27.11 $ 40.74 Dallas/Ft. Worth, TX $ 26.97 $ 33.09 $ 48.75 $ 21.89 $ 25.47 $ 38.59 Portland, OR $ 29.36 $ 36.56 $ 53.28 $ 23.06 $ 27.32 $ 40.97 Birmingham, AL $ 27.67 $ 34.30 $ 50.47 $ 21.25 $ 24.68 $ 37.64 Denver, CO $ 27.69 $ 34.24 $ 50.32 $ 24.20 $ 29.00 $ 43.34 Rochester, NY $ 26.72 $ 32.80 $ 48.41 $ 23.59 $ 28.10 $ 42.14 Omaha, NE $ 29.04 $ 36.35 $ 53.20 $ 21.55 $ 25.13 $ 38.24 Memphis, TN $ 26.23 $ 32.13 $ 47.58 $ 22.07 $ 25.90 $ 39.27 Houston, TX $ 25.76 $ 31.27 $ 46.32 $ 20.43 $ 23.28 $ 35.67 Atlanta/Savannah, GA $ 34.77 $ 44.76 $ 64.29 $ 26.25 $ 31.98 $ 47.24 Des Moines/Cedar Rapids/Sioux City, IA $ 26.14 $ 31.97 $ 47.33 $ 21.09 $ 24.41 $ 37.25 Rock Island, IL $ 24.85 $ 30.09 $ 44.86 $ 20.63 $ 23.75 $ 36.41 Indianapolis, IN $ 26.91 $ 33.13 $ 48.88 $ 22.82 $ 27.00 $ 40.71 Albany/Utica, NY $ 25.90 $ 31.56 $ 46.75 $ 21.85 $ 25.49 $ 38.66 Detroit, MI $ 27.57 $ 34.11 $ 50.19 $ 27.98 $ 34.73 $ 51.02 Columbus, OH $ 28.46 $ 35.26 $ 51.60 $ 21.47 $ 24.79 $ 37.64 Salt Lake City, UT $ 27.50 $ 33.84 $ 49.71 $ 20.50 $ 23.53 $ 35.96 Providence, RI $ 27.78 $ 34.29 $ 50.34 $ 24.20 $ 28.93 $ 43.19 Springfield/Worcester, MA $ 30.06 $ 37.83 $ 55.13 $ 25.75 $ 31.37 $ 46.52 Toledo, OH /Fort Wayne, IN & South Bend, IN $ 23.22 $ 27.60 $ 41.51 $ 21.03 $ 24.31 $ 37.12 Akron/Youngstown, OH $ 28.29 $ 35.02 $ 51.27 $ 23.57 $ 27.94 $ 41.83 Charleston/Huntington, WV $ 24.14 $ 28.96 $ 43.30 $ 19.80 $ 22.43 $ 34.61 Jacksonville, FL $ 29.89 $ 37.61 $ 54.86 $ 22.77 $ 26.92 $ 40.61 Richmond/Roanoke, VA $ 28.92 $ 36.21 $ 53.02 $ 22.00 $ 25.81 $ 39.17 Norfolk, VA $ 28.92 $ 36.21 $ 53.02 $ 22.00 $ 25.81 $ 39.17 Peoria, IL & Springfield, IL $ 23.62 $ 28.25 $ 42.40 $ 20.45 $ 23.48 $ 36.06 Harrisburg, PA $ 24.53 $ 29.53 $ 44.07 $ 25.54 $ 31.05 $ 46.09 Symcuse/Binghamton, NY $ 24.53 $ 29.51 $ 44.02 $ 21.02 $ 24.25 $ 37.01 Oklahoma City, OK $ 29.67 $ 37.32 $ 54.51 $ 20.15 $ 23.04 $ 35.47 Miami, FL $ 26.44 $ 32.43 $ 47.96 $ 20.81 $ 23.98 $ 36.70 Tampa, FL $ 25.75 $ 31.40 $ 46.58 $ 20.77 $ 23.92 $ 36.61 Little Rock, AR & Shreveport, LA $ 23.37 $ 27.75 $ 41.66 $ 19.63 $ 22.14 $ 34.18 Greensboro/Raleigh-Durham, NC $ 26.00 $ 31.62 $ 46.78 $ 20.23 $ 22.97 $ 35.24 San Antonio, TX $ 26.51 $ 32.41 $ 47.84 $ 19.03 $ 21.19 $ 32.88 ABM Government Services, LLC Page C-7 Tulsa, OK $ 28.06 $ 34.90 $ 51.28 $ 19.79 S 22.50 $ 34.75 Reading/Allentown/Scranton/Wilkes Barre, PA $ 27.73 $ 34.34 $ 50.48 $ 26.84 $ 32.99 $ 48.68 Lansing, MI $ 25.24 $ 30.61 $ 45.53 $ 23.51 $ 28.03 $ 42.07 New Haven, CT $ 28.69 $ 35.65 $ 52.15 $ 23.71 $ 28.18 $ 42.19 Nashville/Chattanooga, TN $ 25.60 $ 31.20 $ 46.34 $ 20.36 $ 23.34 $ 35.85 Knoxville, TN (Formerly Local No. 64) $ 24.36 $ 29.34 $ 43.85 $ 21.57 $ 25.16 $ 38.27 Mobile, AL $ 24.81 $ 30.02 $ 44.76 S 20.36 $ 23.33 $ 35.84 Honolulu, HI $ 26.74 $ 32.79 $ 48.22 $ 28.21 $ 34.95 $ 51.09 Albuquerque, NM $ 24.26 $ 29.08 $ 43.44 $ 20.11 $ 22.87 $ 35.16 El Paso, TX $ 26.31 $ 32.10 $ 47.43 $ 21.59 $ 25.02 $ 37.99 Madison, WI & Rockford, IL $ 26.43 $ 32.34 $ 47.77 $ 22.91 $ 27.06 $ 40.73 Austin, TX $ 27.66 $ 34.13 $ 50.13 $ 20.62 $ 23.57 $ 36.05 Charlotte, NC/Columbia, SC $ 25.17 $ 30.38 $ 45.13 $ 21.95 $ 25.56 $ 38.69 Poughkeepsie, NY $ 31.02 $ 39.24 $ 56.99 $ 22.73 $ 26.81 $ 40.43 Orlando, FL $ 24.84 $ 30.03 $ 44.76 $ 22.49 $ 26.51 $ 40.06 Phoenix - Tucson, AZ $ 26.05 $ 31.87 $ 47.22 $ 20.82 $ 24.02 $ 36.76 ABM Government Services, LLC Page C-8 GENERAL MAINTENANCE WORKER HEAVY EQUIPMENT MECHANIC (GENERATORS) -F`OVERTIME CITY/CITIES AND SURROUNDING AREAS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS NORMAL HOURS SUNDAYS/ HOLIDAYS Los Angeles, CA (NEWPORT BEACH) $ 37.16 $ 48.44 $ 69.26 $ 44.11 $ 58.88 $ 83.15 New York, NY, Newark, NJ $ 39.09 $ 51.35 $ 73.14 $ 41.06 $ 54.31 $ 77.09 Chicago, IL $ 37.60 $ 49.22 $ 70.37 $ 43.48 $ 58.04 $ 82.13 St. Louis, MO $ 33.60 $ 43.09 $ 62.13 $ 37.10 $ 48.35 $ 69.14 Evansville, IN $ 26.69 $ 32.80 $ 48.44 $ 29.83 $ 37.52 $ 54.73 Boston, MA $ 36.97 $ 48.20 $ 68.96 $ 38.97 $ 51.20 $ 72.97 Portland, ME $ 27.67 $ 34.25 $ 50.36 $ 30.85 $ 39.01 $ 56.71 Philadelphia, PA $ 34.48 $ 44.46 $ 63.98 $ 38.57 $ 50.59 $ 72.15 Pittsburgh/Erie, PA $ 29.57 $ 37.09 $ 54.15 $ 33.13 $ 42.43 $ 61.27 Wheeling, WV $ 27.39 $ 33.82 $ 49.79 $ 31.09 $ 39.37 $ 57.19 Baltimore, MD $ 34.55 $ 44.58 $ 64.13 $ 36.60 $ 47.64 $ 68.22 San Francisco, CA $ 36.11 $ 46.87 $ 67.16 $ 47.36 $ 63.74 $ 89.27 Minneapolis, MN $ 34.80 $ 44.84 $ 64.41 $ 39.10 $ 51.28 $ 73.00 Duluth, MN $ 29.89 $ 37.47 $ 54.58 $ 37.95 $ 49.56 $ 70.70 Washington, D C $ 34.53 $ 44.55 $ 64.11 $ 36.57 $ 47.61 $ 68.19 Cincinnati, OH $ 34.10 $ 43.73 $ 62.89 $ 34.53 $ 44.37 $ 63.75 Kansas City, MO $ 33.17 $ 42.45 $ 61.27 $ 34.59 $ 44.58 $ 64.11 ABM Government Services, LLC Page C-8 Wichita, KS $ 30.72 $ 38.85 $ 56.51 $ 33.45 $ 42.95 $ 61.98 Buffalo, NY $ 32.66 $ 41.70 $ 60.28 $ 35.86 $ 46.50 $ 66.68 Milwaukee, WI $ 30.99 $ 39.17 $ 56.88 $ 37.50 $ 48.94 $ 69.91 Green Bay, WI $ 33.16 $ 42.42 $ 61.22 $ 35.90 $ 46.54 $ 66.71 New Orleans, LA $ 27.59 $ 34.17 $ 50.27 $ 30.31 $ 38.24 $ 55.71 Jackson, MS $ 25.85 $ 31.39 $ 46.46 $ 29.10 $ 36.26 $ 52.95 Cleveland, OH $ 30.34 $ 38.08 $ 55.36 $ 33.44 $ 42.74 $ 61.57 Las Vegas, NV $ 33.13 $ 42.28 $ 60.96 $ 38.54 $ 50.39 $ 71.79 Seattle, WA $ 38.52 $ 50.44 $ 71.91 $ 43.51 $ 57.94 $ 81.90 Spokane, WA $ 29.51 $ 36.99 $ 53.96 $ 34.76 $ 44.81 $ 64.40 Billings, MT $ 28.29 $ 35.03 $ 51.31 $ 32.95 $ 42.03 $ 60.64 Anchorage, AK $ 35.29 $ 45.51 $ 65.26 $ 46.91 $ 62.94 $ 88.19 Louisville, KY $ 29.19 $ 36.38 $ 53.11 $ 33.23 $ 42.45 $ 61.20 Dallas/Ft. Worth, TX $ 29.62 $ 37.07 $ 54.05 $ 32.39 $ 41.23 $ 59.60 Portland, OR $ 31.92 $ 40.39 $ 58.39 $ 35.59 $ 45.89 $ 65.73 Birmingham, AL $ 27.23 $ 33.64 $ 49.59 $ 35.00 $ 45.30 $ 65.13 Denver, CO $ 31.50 $ 39.95 $ 57.94 $ 35.49 $ 45.94 $ 65.92 Rochester, NY $ 32.05 $ 40.79 $ 59.06 $ 34.96 $ 45.16 $ 64.89 Omaha, NE $ 27.70 $ 34.34 $ 50.53 $ 30.48 $ 38.53 $ 56.10 Memphis, TN $ 27.90 $ 34.64 $ 50.92 $ 31.22 $ 39.63 $ 57.57 Houston, TX $ 30.14 $ 37.85 $ 55.10 $ 32.50 $ 41.39 $ 59.82 Atlanta/Savannah, GA $ 37.41 $ 48.72 $ 69.56 $ 43.38 $ 57.68 $ 81.51 Des Moines/Cedar Rapids/Sioux City, IA $ 27.64 $ 34.22 $ 50.34 $ 34.49 $ 44.49 $ 64.03 Rock Island, IL $ 29.13 $ 36.51 $ 53.42 $ 32.85 $ 42.10 $ 60.87 Indianapolis, IN $ 29.10 $ 36.42 $ 53.27 $ 33.77 $ 43.42 $ 62.60 Albany/Utica, NY $ 28.84 $ 35.97 $ 52.63 $ 33.38 $ 42.78 $ 61.71 Detroit, MI $ 38.02 $ 49.78 $ 71.09 $ 45.84 $ 61.52 $ 86.50 Columbus, OH $ 30.34 $ 38.08 $ 55.36 $ 37.00 $ 48.08 $ 68.69 Salt Lake City, UT $ 28.23 $ 34.93 $ 51.17 $ 36.03 $ 46.63 $ 66.77 Providence, RI $ 31.10 $ 39.28 $ 56.99 $ 35.20 $ 45.43 $ 65.19 Springfield/Worcester, MA $ 36.97 $ 48.20 $ 68.96 $ 38.97 $ 51.20 $ 72.97 Toledo, OH /Fort Wayne, IN & South Bend, IN $ 29.14 $ 36.48 $ 53.35 $ 36.79 $ 47.95 $ 68.65 Akron/Youngstown, OH $ 30.34 $ 38.08 $ 55.36 $ 33.44 $ 42.74 $ 61.57 Charleston/Huntington, WV $ 27.39 $ 33.82 $ 49.79 $ 31.09 $ 39.37 $ 57.19 Jacksonville, FL $ 26.50 $ 32.51 $ 48.07 $ 30.30 $ 38.23 $ 55.69 Richmond/Roanoke, VA $ 30.04 $ 37.88 $ 55.26 $ 33.09 $ 42.46 $ 61.36 Norfolk, VA $ 30.04 $ 37.88 $ 55.26 $ 33.09 $ 42.46 $ 61.36 Peoria, IL & Springfield, IL $ 30.55 $ 38.64 $ 56.26 $ 36.19 $ 47.11 $ 67.55 Harrisburg, PA $ 28.86 $ 36.04 $ 52.74 $ 36.57 $ 47.59 $ 68.14 Syracuse/Binghamton, NY $ 27.19 $ 33.50 $ 49.35 $ 31.60 $ 40.11 $ 58.15 Oklahoma City, OK $ 28.35 $ 35.34 $ 51.86 $ 30.94 $ 39.23 $ 57.05 ABM Government Services, LLC Page C-9 Miami, FL $ 27.61 $ 34.19 $ 50.30 $ 32.44 $ 41.44 $ 59.97 Tampa, FL $ 28.73 $ 35.87 $ 52.54 $ 32.20 $ 41.06 $ 59.47 Little Rock, AR & Shreveport, LA $ 25.76 $ 31.33 $ 46.43 $ 30.46 $ 38.39 $ 55.85 Greensboro/Raleigh-Durham, NC $ 29.35 $ 36.65 $ 53.49 $ 30.56 $ 38.47 $ 55.92 San Antonio, TX $ 26.40 $ 32.24 $ 47.62 $ 29.41 $ 36.76 $ 53.64 Tulsa, OK $ 27.02 $ 33.35 $ 49.21 $ 32.09 $ 40.95 $ 59.34 Reading/Allentown/Scranton/Wilkes Barre, PA $ 34.48 $ 44.46 $ 63.98 $ 38.57 $ 50.59 $ 72.15 Lansing, MI $ 31.25 $ 39.64 $ 57.56 $ 33.95 $ 43.68 $ 62.94 New Haven, CT $ 33.46 $ 42.82 $ 61.70 $ 39.46 $ 51.80 $ 73.68 Nashville/Chattanooga, TN $ 28.14 $ 35.01 $ 51.41 $ 32.52 $ 41.58 $ 60.17 Knoxville, TN (Formerly Local No. 64 $ 27.18 $ 33.56 $ 49.48 $ 30.50 $ 38.55 $ 56.13 Mobile, AL $ 27.30 $ 33.75 $ 49.73 $ 27.92 $ 34.68 $ 50.97 Honolulu, HI $ 31.00 $ 39.00 $ 56.50 $ 44.62 $ 59.37 $ 83.64 Albuquerque, NM $ 25.92 $ 31.57 $ 46.76 $ 31.96 $ 40.64 $ 58.85 El Paso, TX $ 31.46 $ 39.83 $ 57.73 $ 37.13 $ 48.33 $ 69.07 Madison, WI & Rockford, IL $ 29.70 $ 37.24 $ 54.31 $ 34.48 $ 44.41 $ 63.87 Austin, TX $ 26.21 $ 31.95 $ 47.23 $ 30.52 $ 38.41 $ 55.84 Charlotte, NC/Columbia, SC $ 29.45 $ 36.80 $ 53.68 $ 31.41 $ 39.74 $ 57.60 Poughkeepsie, NY $ 32.53 $ 41.51 $ 60.03 $ 41.06 $ 54.31 $ 77.09 Orlando, FL $ 26.54 $ 32.58 $ 48.15 $ 31.09 $ 39.41 $ 57.26 Phoenix - Tucson, AZ $ 29.00 $ 36.30 $ 53.13 $ 34.62 $ 44.72 $ 64.36 ABM Government Services, LLC Page C-10 HVAC MECHANIC LABORER, GROUNDS MAINTENANCE CITY/CITIES AND SURROUNDING AREAS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS Los Angeles, CA (NEWPORT BEACH) $ 47.98 $ 64.67 $ 90.44 $ 24.93 $ 30.10 $ 44.80 New York, NY, Newark, NJ $ 42.26 $ 56.11 $ 79.49 $ 26.97 $ 33.17 $ 48.90 Chicago, IL $ 39.59 $ 52.20 $ 74.34 $ 23.47 $ 28.02 $ 42.10 St. Louis, MO $ 35.97 $ 46.65 $ 66.87 $ 22.39 $ 26.28 $ 39.71 Evansville, IN $ 29.74 $ 37.37 $ 54.54 $ 18.64 $ 20.73 $ 32.35 Boston, MA $ 39.01 $ 51.26 $ 73.05 $ 25.86 $ 31.53 $ 46.74 Portland, ME $ 32.33 $ 41.23 $ 59.67 $ 22.11 $ 25.91 $ 39.24 Philadelphia, PA $ 39.73 $ 52.33 $ 74.47 $ 23.85 $ 28.52 $ 42.72 Pittsburgh/Erie, PA $ 31.14 $ 39.45 $ 57.30 $ 22.03 $ 25.79 $ 39.08 Wheeling, WV $ 30.01 $ 37.76 $ 55.03 $ 17.84 $ 19.49 $ 30.69 Baltimore, MD $ 37.72 $ 49.32 $ 70.45 $ 23.02 $ 27.27 $ 41.06 San Francisco, CA $ 44.14 $ 58.92 $ 83.20 $ 30.30 $ 38.15 $ 55.54 ABM Government Services, LLC Page C-10 Minneapolis, MN $ 42.69 $ 56.66 $ 80.17 $ 28.03 $ 34.67 $ 50.86 Duluth, MN $ 37.55 $ 48.96 $ 69.90 $ 22.34 $ 26.21 $ 39.57 Washington, D C $ 37.92 $ 49.64 $ 70.90 $ 22.99 $ 27.24 $ 41.03 Cincinnati, OH $ 33.15 $ 42.30 $ 60.99 $ 26.00 $ 31.58 $ 46.69 Kansas City, MO $ 36.54 $ 47.50 $ 68.00 $ 23.48 $ 27.92 $ 41.89 Wichita, KS $ 33.33 $ 42.76 $ 61.73 $ 19.48 $ 22.00 $ 34.05 Buffalo, NY $ 34.41 $ 44.33 $ 63.78 $ 24.78 $ 29.88 $ 44.51 Milwaukee, WI $ 38.59 $ 50.58 $ 72.09 $ 25.33 $ 30.68 $ 45.56 Green Bay, WI $ 35.01 $ 45.19 $ 64.91 $ 22.64 $ 26.64 $ 40.18 New Orleans, LA $ 32.72 $ 41.85 $ 60.51 $ 19.53 $ 22.08 $ 34.15 Jackson, MS $ 29.99 $ 37.60 $ 54.74 $ 19.31 $ 21.58 $ 33.38 Cleveland, OH $ 33.86 $ 43.36 $ 62.40 $ 20.94 $ 23.98 $ 36.56 Las Vegas, NV $ 34.69 $ 44.62 $ 64.08 $ 22.64 $ 26.59 $ 40.04 Seattle, WA $ 42.99 $ 57.15 $ 80.85 $ 25.85 $ 31.56 $ 46.73 Spokane, WA $ 33.70 $ 43.22 $ 62.27 $ 22.27 $ 26.24 $ 39.66 Billings, MT $ 30.19 $ 37.89 $ 55.12 $ 21.05 $ 24.31 $ 37.01 Anchorage, AK $ 41.66 $ 55.05 $ 77.98 $ 25.36 $ 30.77 $ 45.60 Louisville, KY $ 30.98 $ 39.07 $ 56.70 $ 22.14 $ 25.80 $ 39.00 Dallas/Ft. Worth, TX $ 32.10 $ 40.79 $ 59.02 $ 19.53 $ 21.93 $ 33.87 Portland, OR $ 34.83 $ 44.76 $ 64.21 $ 21.76 $ 25.44 $ 38.46 Birmingham, AL $ 30.29 $ 38.24 $ 55.72 $ 19.54 $ 22.11 $ 34.21 Denver, CO $ 36.43 $ 47.34 $ 67.80 $ 25.30 $ 30.66 $ 45.55 Rochester, NY $ 34.84 $ 44.97 $ 64.64 $ 22.98 $ 27.19 $ 40.93 Omaha, NE $ 35.78 $ 46.48 $ 66.70 $ 20.95 $ 24.22 $ 37.03 Memphis, TN $ 32.73 $ 41.89 $ 60.58 $ 20.55 $ 23.63 $ 36.23 Houston, TX $ 34.23 $ 43.98 $ 63.27 $ 20.28 $ 23.05 $ 35.36 Atlanta/Savannah, GA $ 42.59 $ 56.50 $ 79.93 $ 25.39 $ 30.69 $ 45.52 Des Moines/Cedar Rapids/Sioux City, IA $ 32.86 $ 42.05 $ 60.77 $ 21.88 $ 25.59 $ 38.82 Rock Island, IL $ 33.36 $ 42.86 $ 61.89 $ 20.42 $ 23.44 $ 36.00 Indianapolis, IN $ 34.97 $ 45.22 $ 65.00 $ 20.44 $ 23.42 $ 35.94 Albany/Utica, NY $ 31.86 $ 40.50 $ 58.68 $ 22.07 $ 25.82 $ 39.10 Detroit, MI $ 40.78 $ 53.93 $ 76.61 $ 25.35 $ 30.78 $ 45.75 Columbus, OH $ 34.70 $ 44.62 $ 64.08 $ 21.89 $ 25.41 $ 38.47 Salt Lake City, UT $ 31.67 $ 40.09 $ 58.04 $ 19.95 $ 22.72 $ 34.88 Providence, RI $ 37.13 $ 48.33 $ 69.06 $ 23.07 $ 27.23 $ 40.93 Springfield/Worcester, MA $ 39.01 $ 51.26 $ 73.05 $ 25.86 $ 31.53 $ 46.74 Toledo, OH /Fort Wayne, IN & South Bend, IN $ 36.56 $ 47.60 $ 68.18 $ 20.28 $ 23.19 $ 35.63 Akron/Youngstown, OH $ 33.86 $ 43.36 $ 62.40 $ 20.94 $ 23.98 $ 36.56 Charleston/Huntington, WV $ 30.01 $ 37.76 $ 55.03 $ 17.84 $ 19.49 $ 30.69 Jacksonville, FL $ 31.60 $ 40.17 $ 58.28 $ 20.52 $ 23.55 $ 36.12 Richmond/Roanoke, VA $ 34.91 $ 45.19 $ 65.00 $ 20.44 $ 23.47 $ 36.05 ABM Government Services, LLC Page C-11 Norfolk, VA $ 34.91 $ 45.19 $ 65.00 $ 20.44 $ 23.47 $ 36.05 Peoria, IL & Springfield, IL $ 37.71 $ 49.38 $ 70.59 $ 22.43 $ 26.46 $ 40.03 Harrisburg, PA $ 31.93 $ 40.63 $ 58.87 $ 21.80 $ 25.44 $ 38.61 Syracuse/Binghamton, NY $ 31.86 $ 40.50 $ 58.68 $ 22.07 $ 25.82 $ 39.10 Oklahoma City, OK $ 30.94 $ 39.23 $ 57.05 $ 19.76 $ 22.46 $ 34.69 Miami, FL $ 31.16 $ 39.51 $ 57.40 $ 20.66 $ 23.76 $ 36.39 Tampa, FL $ 29.23 $ 36.61 $ 53.53 $ 19.88 $ 22.60 $ 34.85 Little Rock, AR & Shreveport, LA $ 31.95 $ 40.62 $ 58.83 $ 20.02 $ 22.71 $ 34.95 Greensboro/Raleigh-Durham, NC $ 32.39 $ 41.21 $ 59.56 $ 20.18 $ 22.91 $ 35.16 San Antonio, TX $ 29.23 $ 36.49 $ 53.28 $ 20.94 $ 24.05 $ 36.69 Tulsa, OK $ 30.93 $ 39.21 $ 57.03 $ 19.57 $ 22.17 $ 34.31 Reading/Allentown/Scranton/Wilkes Barre, PA $ 39.73 $ 52.33 $ 74.47 $ 23.85 $ 28.52 $ 42.72 Lansing, MI $ 40.25 $ 53.14 $ 75.56 $ 24.08 $ 28.87 $ 43.21 New Haven, CT $ 40.93 $ 54.02 $ 76.64 $ 25.05 $ 30.19 $ 44.87 Nashville/Chattanooga, TN $ 32.62 $ 41.72 $ 60.36 $ 20.94 $ 24.21 $ 37.01 Knoxville, TN (Formerly Local No. 64) $ 29.50 $ 37.04 $ 54.12 $ 19.89 $ 22.63 $ 34.91 Mobile, AL $ 29.12 $ 36.48 $ 53.37 $ 18.73 $ 20.89 $ 32.58 Honolulu, HI $ 38.79 $ 50.64 $ 72.02 $ 24.04 $ 28.86 $ 42.98 Albuquerque, NM $ 31.64 $ 40.16 $ 58.21 $ 19.39 $ 21.82 $ 33.75 El Paso, TX $ 34.11 $ 43.81 $ 63.04 $ 21.37 $ 24.70 $ 37.56 Madison, WI & Rockford, IL $ 33.53 $ 42.98 $ 61.96 $ 23.60 $ 28.09 $ 42.11 Austin, TX $ 32.17 $ 40.90 $ 59.16 $ 20.40 $ 23.24 $ 35.61 Charlotte, NC/Columbia, SC $ 32.74 $ 41.75 $ 60.28 $ 20.43 $ 23.28 $ 35.66 Poughkeepsie, NY $ 42.26 $ 56.11 $ 79.49 $ 26.97 $ 33.17 $ 48.90 Orlando, FL $ 28.30 $ 35.23 $ 51.68 $ 20.34 $ 23.28 $ 35.76 Phoenix - Tucson, AZ $ 32.25 $ 41.16 $ 59.62 $ 19.11 $ 21.45 $ 33.34 ABM Government Services, LLC Page C-12 LOCKSMITH PLUMBER (MAINTENANCE) CITY/CITIES AND SURROUNDING AREAS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS NORMAL HOURS OVERTIME SUNDAYS/ HOLIDAYS Los Angeles, CA (NEWPORT BEACH) $ 33.61 $ 43.12 $ 62.17 $ 38.51 $ 50.47 $ 71.97 New York, NY, Newark, NJ $ 33.96 $ 43.65 $ 62.87 $ 50.49 $ 68.45 $ 95.20 Chicago, IL $ 32.52 $ 41.60 $ 60.21 $ 45.44 $ 60.98 $ 85.85 St. Louis, MO $ 35.75 $ 46.32 $ 66.43 $ 44.89 $ 60.03 $ 84.59 Evansville, IN $ 29.50 $ 37.02 $ 54.07 $ 34.62 $ 44.70 $ 64.31 Boston, MA $ 38.43 $ 50.39 $ 71.89 $ 42.05 $ 55.82 $ 79.12 Portland, ME $ 28.99 $ 36.22 $ 52.99 $ 29.15 $ 36.47 $ 53.32 ABM Government Services, LLC Page C-12 Philadelphia, PA $ 37.13 $ 48.44 $ 69.28 $ 41.64 $ 55.21 $ 78.30 Pittsburgh/Erie, PA $ 30.40 $ 38.33 $ 55.81 $ 36.66 $ 47.73 $ 68.34 Wheeling, WV $ 28.85 $ 36.02 $ 52.72 $ 33.60 $ 43.14 $ 62.21 Baltimore, MD $ 35.20 $ 45.55 $ 65.43 $ 35.74 $ 46.36 $ 66.51 San Francisco, CA $ 35.17 $ 45.46 $ 65.29 $ 48.27 $ 65.11 $ 90.99 Minneapolis, MN $ 35.83 $ 46.37 $ 66.45 $ 43.83 $ 58.38 $ 82.46 Duluth, MN $ 37.55 $ 48.96 $ 69.90 $ 39.08 $ 51.26 $ 72.97 Washington, D C $ 35.18 $ 45.52 $ 65.40 $ 35.71 $ 46.33 $ 66.48 Cincinnati, OH $ 32.21 $ 40.90 $ 59.11 $ 35.50 $ 45.82 $ 65.68 Kansas City, MO $ 35.09 $ 45.33 $ 65.11 $ 39.05 $ 51.27 $ 73.03 Wichita, KS $ 33.71 $ 43.34 $ 62.51 $ 34.21 $ 44.09 $ 63.50 Buffalo, NY $ 33.53 $ 43.00 $ 62.02 $ 38.52 $ 50.50 $ 72.01 Milwaukee, WI $ 33.64 $ 43.14 $ 62.18 $ 41.71 $ 55.25 $ 78.33 Green Bay, WI $ 33.87 $ 43.49 $ 62.65 $ 39.85 $ 52.46 $ 74.60 New Orleans, LA $ 31.16 $ 39.51 $ 57.39 $ 31.53 $ 40.07 $ 58.14 Jackson, MS $ 27.34 $ 33.63 $ 49.44 $ 26.78 $ 32.78 $ 48.31 Cleveland, OH $ 33.74 $ 43.19 $ 62.18 $ 37.97 $ 49.53 $ 70.62 Las Vegas, NV $ 32.16 $ 40.83 $ 59.03 $ 41.21 $ 54.41 $ 77.14 Seattle, WA $ 40.85 $ 53.94 $ 76.57 $ 43.36 $ 57.71 $ 81.59 Spokane, WA $ 33.84 $ 43.43 $ 62.55 $ 37.92 $ 49.55 $ 70.72 Billings, MT $ 28.89 $ 35.94 $ 52.52 $ 30.62 $ 38.53 $ 55.97 Anchorage, AK $ 40.45 $ 53.25 $ 75.58 $ 47.84 $ 64.33 $ 89.93 Louisville, KY $ 31.77 $ 40.25 $ 58.27 $ 38.86 $ 50.89 $ 72.46 Dallas/Ft. Worth, TX $ 31.40 $ 39.74 $ 57.61 $ 34.70 $ 44.69 $ 64.21 Portland, OR $ 30.62 $ 38.44 $ 55.80 $ 43.58 $ 57.88 $ 81.72 Birmingham, AL $ 29.64 $ 37.26 $ 54.42 $ 29.48 $ 37.02 $ 54.09 Denver, CO $ 34.00 $ 43.70 $ 62.94 $ 35.32 $ 45.69 $ 65.59 Rochester, NY $ 32.48 $ 41.43 $ 59.92 $ 37.28 $ 48.64 $ 69.52 Omaha, NE $ 31.80 $ 40.49 $ 58.72 $ 39.81 $ 52.52 $ 74.76 Memphis, TN $ 30.05 $ 37.87 $ 55.22 $ 30.82 $ 39.03 $ 56.77 Houston, TX $ 31.40 $ 39.74 $ 57.61 $ 34.01 $ 43.65 $ 62.83 Atlanta/Savannah, GA $ 33.00 $ 42.10 $ 60.73 $ 42.11 $ 55.77 $ 78.96 Des Moines/Cedar Rapids/Sioux City, IA $ 30.54 $ 38.57 $ 56.13 $ 35.59 $ 46.15 $ 66.24 Rock Island, IL $ 33.14 $ 42.53 $ 61.45 $ 36.33 $ 47.31 $ 67.83 Indianapolis, IN $ 34.54 $ 44.58 $ 64.15 $ 37.08 $ 48.39 $ 69.23 Albany/Utica, NY $ 33.16 $ 42.45 $ 61.27 $ 34.38 $ 44.29 $ 63.73 Detroit, MI $ 37.30 $ 48.71 $ 69.65 $ 45.30 $ 60.72 $ 85.49 Columbus, OH $ 29.51 $ 36.84 $ 53.70 $ 35.93 $ 46.46 $ 66.54 Salt Lake City, UT $ 28.41 $ 35.20 $ 51.53 $ 34.07 $ 43.69 $ 62.85 Providence, RI $ 32.39 $ 41.21 $ 59.56 $ 40.17 $ 52.88 $ 75.13 Springfield/Worcester, MA $ 38.43 $ 50.39 $ 71.89 $ 42.05 $ 55.82 $ 79.12 ABM Government Services, LLC Page C-13 Toledo, OH /Fort Wayne, IN & South Bend, IN $ 32.50 $ 41.51 $ 60.06 $ 39.19 $ 51.55 $ 73.45 Akron/Youngstown, OH $ 33.74 $ 43.19 $ 62.18 $ 37.97 $ 49.53 $ 70.62 Charleston/Huntington, WV $ 28.85 $ 36.02 $ 52.72 $ 33.60 $ 43.14 $ 62.21 Jacksonville, FL $ 27.67 $ 34.27 $ 50.41 $ 29.78 $ 37.44 $ 54.64 Richmond/Roanoke, VA $ 35.70 $ 46.37 $ 66.58 $ 32.07 $ 40.93 $ 59.32 Norfolk, VA $ 35.70 $ 46.37 $ 66.58 $ 32.07 $ 40.93 $ 59.32 Peoria, IL & Springfield, IL $ 37.57 $ 49.18 $ 70.31 $ 37.78 $ 49.49 $ 70.73 Harrisburg, PA $ 30.27 $ 38.15 $ 55.56 $ 35.39 $ 45.83 $ 65.80 Syracuse/Binghamton, NY $ 33.16 $ 42.45 $ 61.27 $ 34.38 $ 44.29 $ 63.73 Oklahoma City, OK $ 30.00 $ 37.82 $ 55.18 $ 31.33 $ 39.81 $ 57.83 Miami, FL $ 27.27 $ 33.67 $ 49.61 $ 31.46 $ 39.97 $ 58.01 Tampa, FL $ 27.90 $ 34.63 $ 50.88 $ 28.29 $ 35.21 $ 51.66 Little Rock, AR & Shreveport, LA $ 28.39 $ 35.28 $ 51.70 $ 30.88 $ 39.01 $ 56.67 Greensboro/Raleigh-Durham, NC $ 30.16 $ 37.87 $ 55.12 $ 30.63 $ 38.58 $ 56.06 San Antonio, TX $ 26.56 $ 32.47 $ 47.92 $ 30.32 $ 38.12 $ 55.46 Tulsa, OK $ 29.70 $ 37.37 $ 54.57 $ 29.77 $ 37.47 $ 54.71 Reading/Allentown/Scranton/Wilkes Barre, PA $ 37.13 $ 48.44 $ 69.28 $ 41.64 $ 55.21 $ 78.30 Lansing, MI $ 36.77 $ 47.92 $ 68.60 $ 39.05 $ 51.34 $ 73.16 New Haven, CT $ 39.21 $ 51.43 $ 73.19 $ 41.55 $ 54.95 $ 77.88 Nashville/Chattanooga, TN $ 30.37 $ 38.35 $ 55.86 $ 30.28 $ 38.22 $ 55.69 Knoxville, TN (Formerly Local No. 64) $ 29.40 $ 36.90 $ 53.93 $ 29.41 $ 36.92 $ 53.95 Mobile, AL $ 28.14 $ 35.01 $ 51.41 $ 28.53 $ 35.59 $ 52.18 Honolulu, HI $ 37.94 $ 49.35 $ 70.30 $ 41.06 $ 54.03 $ 76.54 Albuquerque, NM $ 30.80 $ 38.90 $ 56.53 $ 33.51 $ 42.96 $ 61.94 El Paso, TX $ 33.41 $ 42.76 $ 61.64 $ 34.89 $ 44.97 $ 64.58 Madison, WI & Rockford, IL $ 32.89 $ 42.02 $ 60.69 $ 46.49 $ 62.42 $ 87.59 Austin, TX $ 28.32 $ 35.12 $ 51.46 $ 36.16 $ 46.88 $ 67.13 Charlotte, NC/Columbia, SC $ 30.84 $ 38.89 $ 56.47 $ 29.56 $ 36.96 $ 53.90 Poughkeepsie, NY $ 33.61 $ 43.13 $ 62.18 $ 42.83 $ 56.96 $ 80.62 Orlando, FL $ 28.86 $ 36.05 $ 52.79 $ 26.81 $ 32.99 $ 48.70 Phoenix - Tucson, AZ $ 31.79 $ 40.48 $ 58.71 $ 32.22 $ 41.12 $ 59.56 ABM Government Services, LLC Page C-14 MATERIALS AND MARKUP INSTRUCTIONS: 1. Contractor is to provide its mark-up for materials and parts for repairs should a Participating Public Agency want Contractor to provide materials and parts outside of normal maintenance as defined in the RFP. CITY/CITIES AND SURROUNDING AREAS PERCENTAGE MARK-UP FOR MATERIALS AND PARTS New York, NY, Newark, NJ 10% Chicago, IL 10% St. Louis, MO 10% Evansville, IN 10% Boston, MA 10% Portland, ME 10% Philadelphia, PA 10% Pittsburgh/Erie, PA 10% Wheeling, WV 10% Baltimore, MD 10% San Francisco, CA 10% Minneapolis, MN 10% Duluth, MN 10% Washington, D C 10% Cincinnati, OH 10% Kansas City, MO 10% Wichita, KS 10% Buffalo, NY 10% Milwaukee, WI 10% Green Bay, WI 10% New Orleans, LA 10% Jackson, MS 10% Cleveland, OH 10% Los Angeles, CA (NEWPORT BEACH) 10% Las Vegas, NV 10% Seattle, WA 10% Spokane, WA 10% Billings, MT 10% Anchorage, AK 10% Louisville, KY 10% Dallas/Ft. Worth, TX 10% ABM Government Services, LLC Page C-15 Portland, OR 10% Birmingham, AL 10% Denver, CO 10% Rochester, NY 10% Omaha, NE 10% Memphis, TN 10% Houston, TX 10% Atlanta/Savannah, GA 10% Des Moines/Cedar Rapids/Sioux City, IA 10% Rock Island, IL 10% Indianapolis, IN 10% Albany/Utica, NY 10% Detroit, MI 10% Columbus, OH 10% Salt Lake City, UT 10% Providence, RI 10% Springfield/Worcester, MA 10% Toledo, OH /Fort Wayne, IN & South Bend, IN 10% Akron/Youngstown, OH 10% Charleston/Huntington, WV 10% Jacksonville, FL 10% Richmond/Roanoke, VA 10% Norfolk, VA 10% Peoria, IL & Springfield, IL 10% Harrisburg, PA 10% Syracuse/Binghamton, NY 10% Oklahoma City, OK 10% Miami, FL 10% Tampa, FL 10% Little Rock, AR & Shreveport, LA 10% Greensboro/Raleigh-Durham, NC 10% San Antonio, TX 10% Tulsa, OK 10% Reading/Allentown/Scranton/Wilkes Barre, PA 10% Lansing, MI 10% New Haven, CT 10% Nashville/Chattanooga, TN 10% Knoxville, TN (Formerly Local No. 64) 10% Mobile, AL 10% Honolulu, HI 10% Albuquerque, NM 10% ABM Government Services, LLC Page C-16 El Paso, TX 10% Madison, WI & Rockford, IL 10% Austin, TX 10% Charlotte, NC/Columbia, SC 10% Poughkeepsie, NY 10% Orlando, FL 10% Phoenix - Tucson, AZ 10% ABM Govemment Services, LLC Page C -17 EXHIBIT D INSURANCE REQUIREMENTS — MAINTENANCE /REPAIR/JANITORIAL SERVICES 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Master Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Reguirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products - completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Master ABM Government Services, LLC Page D -1 Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Master Agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subconsultants. B. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City and its officers, officials, employees, and agents shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self- insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation (except for nonpayment for which ten (10) calendar days notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Master Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Master Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial ABM Government Services, LLC Page D -2 additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. D. Enforcement of Master Agreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non - compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. F. Self- insured Retentions. Any self- insured retentions must be declared to and approved by City. City reserves the right to require that self- insured retentions be eliminated, lowered, or replaced by a deductible. Self - insurance will not be considered to comply with these requirements unless approved by City. G. City Remedies for Non - Compliance If Contractor or any subconsultant fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Master Agreement, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. I. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. ABM Government Services, LLC Page D -3