Loading...
HomeMy WebLinkAboutContract 0799 0- 71q PROFESSIONAL SERVICES AGREEMENT BY AND BETWEEN THE CITY OF CATHEDRAL CITY AND GENERAL CLEANING SERVICE Civic Center Cleaning Contract THIS AGREEMENT, is made and entered into this 27th day of August, 1998, by and between the City of Cathedral City, a municipal corporation located in the County of Riverside, State of California, hereinafter referred to as "City", and General Cleaning Service, a California professional corporation, hereinafter referred to as "Contractor". RECITALS: A. The City desires to retain the services of a qualified Contractor to provide, on an independent Contractor's basis, the professional services described in Exhibit "A". B. It has been determined by the City that Contractor, based on its past record with working for other public agencies on similar public projects, has the requisite qualifications to provide the services described herein. C. Based on Contractor's past experience with the City and similar projects, it is "uniquely" qualified to perform the services described in this Agreement. NOW, THEREFORE, in consideration of the mutual covenants, benefits and promises herein stated, the parties agree as follows: Section 1. SCOPE OF SERVICES Contractor shall provide to the City those services as set forth in the "Staff Report" dated 8/26/98 that includes the Scope of Work, Invitation to Bid, Business Licence, and Worker's Compensation Insurance Form attached hereto as Exhibit "A", and incorporated herein by this reference as though set forth at length. Section 2. COMPENSATION The City shall pay for the services rendered by Contractor pursuant to this Agreement an amount not to exceed the total amount of $48,000 per year unless an amendment to this Agreement, signed by both parties, provides otherwise. CO.y*TR4 CTOR Professional Services Agreement Page 1 of 14 Section 3. PAYMENT SCHEDULE The City shall pay Contractor on a monthly basis. Section 4. PERFORMANCE SCHEDULE Contractor shall perform those services set forth in Exhibit "A", and incorporated herein by this reference as though set forth at length. Section 5. INDEPENDENT CONTRACTOR'S STATUS Contractor shall at all times during the term of this Agreement perform the services described in this Agreement as an independent contractor. Section 6. REPRESENTATIONS AND ACKNOWLEDGMENTS REGARDING INDEPENDENT CONTRACTOR'S STATUS OF CONTRACTOR a. Contractor represents and acknowledges the following: (1) The City is not required to provide any training to Contractor or its employees in order for Contractor to perform the services described in this Agreement. (2) Performance of the services described in this Agreement do not have to be integrated into the daily business operations of the City. (3) The services described in this Agreement can be performed without the use of City equipment, materials, tools or facilities. (4) Nothing in this Agreement shall be interpreted to imply that the City must maintain any contractual relationship with Contractor on a continuing basis after termination of this Agreement. (5) The City will not be requested or demanded to assume any liability for the direct payment of any salary, wage or other such compensation to any person employed by Contractor to perform the services described in this Agreement. (6) Contractor shall not at any time or in any manner represent that it or any of its officers, employees, or agents are "employees" of the City. b. The City represents and acknowledges the following: (1) Contractor is not required to comply with daily instructions from City CONTRACTOR Professional Services Agreement Page 2 of 14 staff with respect to when, where or how Contractor must perform the services set forth in this Agreement. (2) Contractor is solely responsible for determining who, under the supervision or direction of Contractor, will perform the services set forth in this Agreement. (3) The City will not hire, supervise or pay any assistants working for Contractor pursuant to this Agreement. (4) Nothing in this Agreement shall be interpreted to imply that the Contractor must maintain any contractual relationship with the City on a continuing basis after termination of this Agreement. (5) It is the sole responsibility of Contractor to set the hours in which Contractor performs or plans to perform the services set forth in this Agreement. (6) Contractor is not required to devote full time to the business operations of the City in order to perform the services set forth in this Agreement. (7) Unless deemed necessary under certain circumstances, Contractor is not required to perform the services set forth in this Agreement at City Hall or on City- owned property. (8) Other than attendance at required public meetings and public hearings and complying with procedural requirements set forth by law, Contractor is not required to perform the services set forth in the Agreement in any particular order or sequence. (9) Nothing in this Agreement shall be interpreted to preclude Contractor from working for other persons or firms, provided that such work does not create a conflict of interest. Section 7. NOT AGENT OF THE CITY a. Nothing contained in this Agreement shall be deemed, construed or represented by the City or Contractor or by any third person to create the relationship of principal and agent. b. Contractor shall have no authority, expressed or implied, to act on behalf of the City in any capacity whatsoever as an agent, nor shall Contractor have any authority, expressed or implied, to bind the City to any obligation whatsoever. CON-TRACTOR Professional Services Agreement Page 3 of 14 Section 8. QUALIFICATIONS Contractor represents that it has obtained and will maintain at all times during the term of this Agreement all professional and/or business licenses, certifications and/or permits necessary for performing the services described in this Agreement. Section 9. WARRANTY. Contractor warrants that all services will be performed in a competent, professional and satisfactory manner in accordance with the standards prevalent in the industry for such services. Section 10. FAMILIARITY WITH WORK. a. By executing this Agreement, Contractor warrants that (1) it has thoroughly investigated and considered the work to be performed, (2) it has investigated the site of the work and fully acquainted itself with the conditions there existing, (3) it has carefully considered how the work should be performed, and (4) it fully understands the facilities, difficulties and restrictions attending performance of the work under this Agreement. b. Should Contractor discover any latent or unknown conditions materially differing from those inherent in the work or as represented by the City, it shall immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the City Engineer. Section 11. CONFLICTS OF INTEREST a. Contractor covenants that it nor any officer of the corporation has any interest, nor shall it acquire an interest, directly or indirectly, which would conflict in any manner with the performance of Contractor's services under this Agreement. b. Contractor shall not provide any services to any contractor or developer whose services have been retained in connection with the Civic Center Cleaning Contract, or any company, partnership, subsidiary, or corporation, affiliated with any such contractor or developer during the term of this Agreement. Section 12. COMPLIANCE WITH LAWS Contractor shall comply with all local, state and federal laws and regulations applicable to the services required hereunder. COVTR-CTOR Professional Services Agreement Page 4 of 14 Section 13. NONDISCRIMINATION a. Contractor shall comply with the City's employment related nondiscrimination policies as set forth in the City's Municipal Code, as it may be amended from time to time. b. Contractor acknowledges that the City's employment related nondiscrimination policies prohibit discrimination on the basis of an individual's sex, marital status, race, color, religion, ancestry, national origin, physical handicap and sexual orientation. Section 14. COMPREHENSIVE GENERAL AND AUTOMOBILE LIABILITY INSURANCE Contractor shall procure and maintain at its own expense, during the term of this Agreement, comprehensive general liability insurance of not less than One Million Dollars ($1,000,000.00) combined single limit per occurrence for bodily injury, personal injury and property damage. Section 15. WORKMAN'S COMPENSATION INSURANCE a. Contractor shall procure and maintain at its own expense, during the term of this Agreement, workman' compensation insurance, providing coverage as required by the California State Workman's Compensation Law. b. If any class of employees employed by the Contractor pursuant to this Agreement is not protected by the California State Workers' Compensation Law, Contractor shall provide adequate insurance for the protection of such employees to the satisfaction of the City. Section 16. ERRORS AND OMISSIONS Contractor shall procure and maintain through the entire term of this Agreement errors and omissions and professional liability insurance in an amount acceptable by the City's Risk Manager. Section 17. ADDITIONAL NAMED INSURED Notwithstanding any inconsistent statement in any required insurance policies or any subsequent endorsements attached thereto, the protection offered by all policies, except for Worker's Compensation, Errors and Omissions and Professional Liability coverage, shall bear an endorsement whereby it is provided that, the City and its officers, employees, servants, volunteers and agents and independent contractors, including without limitation, the City Manager, Assistant City Manager, Administrative Services (OVTR.aCTOR Professional Services Agreement Page 5 of 14 Director, Risk Manager, Economic Development Director, Community Development Director, Police Chief, Fire Chief, City Engineer and City Attorney, as named as additional insureds. Section 18. WAVIER OF SUBROGATION RIGHTS Contractor shall require the carriers of all required insurance policies to waive all rights of subrogation against the City and its officers, volunteers, employees, contractors and subcontractors. Section 19. PROOF OF INSURANCE COVERAGE a. Contractor shall secure from a good and responsible company or companies authorized to do insurance business in the State of California the policies of insurance required by this Agreement and furnish to the City Clerk of the City certificates of said insurance on or before the commencement of the term of this Agreement. b. The certificates of insurance shall bear an endorsement whereby it is provided that, in the event of cancellation or amendment of any required insurance policy for any reason whatsoever, the City shall be notified by mail, postage prepaid, not less than thirty (30) days before the cancellation or amendment is effective. c. The certificates of insurance shall bear an endorsement whereby it is provided that the respective insurance policy shall not be terminated or expire without first providing thirty (30) days' written notice to the City of such termination or expiration. d. The certificates of insurance shall indicate that the respective insurance policy will be maintained throughout the term of this Agreement. e. Within thirty (30) days of the execution of this Agreement Contractor shall furnish certified copies of all required insurance policies and endorsements. Section 20. TERMINATION OR SUSPENSION a. This Agreement may be terminated or suspended without cause by the City at any time provided that the City provides Contractor at least (10) business days' written notice of such termination or suspension. b. This Agreement may be terminated or suspended with cause by the City at any time provided that the City provides at least (3) business days' written notice of such termination or suspension. c. This Agreement may be terminated by Contractor with cause at any time CO.VTR 1 CTOR Professional Services Agreement Page 6 of 14 provided that Contractor provides the City at least (30) business days' written notice of such termination. Section 21. TIME OF THE ESSENCE Time is of the essence in the performance of this Agreement. Section 22. INDEMNIFICATION a. Contractor shall defend, indemnify and hold harmless City, its officers, employees, representatives and agents, from and against those actions, suits, proceedings, claims, demands, losses, costs and expenses, including legal costs and attorneys' fees for any personal injuries, deaths, property damage (including property owned by the City) and for errors and omissions committed by Contractor, its officers, employees, independent contractors and agents, which may arise out of Contractor's negligent performance of the services described in this Agreement, unless such losses or damages are proven to caused by the City's own negligence or that of its officers or employees. b. The City does not, and shall not, waive any rights that it may have against Contractor under this Section, because of the acceptance by the City, or the deposit with the City, of any insurance policy or certificate required pursuant to this Agreement. The hold harmless and indemnification provisions of this Section shall apply regardless or whether or not said insurance policies are determined to be applicable to the claim, demand, damage, liability, loss, cost or expense described herein. Section 23. (RESERVED) Section 24. RECORDS a. Contractor shall keep such books and records as shall be necessary to perform the services required by this Agreement and enable the Community Development Director to evaluate the cost and the performance of such services. b. Books and records pertaining to costs shall be kept and prepared in accordance with generally accepted accounting principals. c. The Community Development Director shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. C0V TR.-1 CTOR Professional Services Agreement Page 7 of 14 Section 25. (RESERVED) Section 26. CONFIDENTIALITY a. Any and all documents and information obtained from the City or prepared by Contractor for the City shall be kept strictly confidential. b. The drawings, specifications, reports, records, documents and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Community Development Director or as required by law. c. Contractor shall not disclose to any other entity or person any information regarding the activities of the City, except as required by law or as authorized by the City. Section 27. PRINCIPAL REPRESENTATIVES a. Louis E. Rieu is designated as the principal representative of Contractor for purpose of communicating with the City on any matter associated with the performance of the services set forth in this Agreement. b. The Community Development Director shall be the principal representative of the City for purposes of communicating with Contractor on any matter associated with the performance of the services set forth in this Agreement. c. Either party may designate another individual as its principal representative by giving notice of such designation to the other party. d. It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. Section 28. MODIFICATIONS AND AMENDMENTS This Agreement may be modified or amended only by a written instrument signed by both parties. Section 29. ENTIRE AGREEMENT a. This Agreement supercedes any and all other agreements, either oral or written, between the City and Contractor with respect to the subject matter of this Agreement. CONTR.4 CTOR Professional Services Agreement Page 8 of 14 b. This Agreement contains all of the covenants and agreements between the parties with respect to the subject matter of this Agreement, and each party to this Agreement acknowledges that no representations, inducements, promises, or agreements have been made by or on behalf of any party except those covenants and agreements embodied in this Agreement. c. No agreement, statement or promise not contained in this Agreement shall be valid of binding. Section 30. NOTICES a. Any notice to be provided pursuant to this Agreement shall be in writing, and all such notices shall be delivered by personal service or by deposit in the United States mail, certified or registered, return receipt requested, with postage prepaid, and addressed to the parties as follows: To the City: Community Development Director City of Cathedral City 68700 Ave. Lalo Guerrero Cathedral City, California 92234 To Contractor: General Cleaning Service P.O. Box 2161 74874 Joni Dr. #5 Palm Desert, Ca. 92260 b. Notices, payments and other documents shall be deemed delivered upon receipt by personal service or as of the second (2nd) day after deposit in the United States mail. Section 31. NON-LIABILITY OF CITY OFFICERS AND EMPLOYEES No officer or employee of the City shall be personally liable to Contractor, or any successor in interest, in the event of any default or breach by the city or for any amount which may become due to Contractor or to its successor, or for any breach of any obligation of the terms of this Agreement. Section 32. INTERPRETATION This Agreement shall not be interpreted against either party on the grounds that one of the parties was solely responsible for preparing it or caused it to be prepared as both parties were involved in drafting it. CONTRACTOR Professional Services Agreement Page 9 of 14 Section 33. WAIVER a. No waiver shall be binding, unless executed in writing by the party making the waiver. b. No waiver of any provision of this Agreement shall be deemed, or shall constitute, a waiver of any other provision, whether or not similar, nor shall any such waiver constitute a continuing or subsequent waiver of the same provision. c. Failure of either party to enforce any provision of this Agreement shall not constitute a waiver of the right to compel enforcement of the remaining provisions of this Agreement. Section 34. ASSIGNMENT a. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. b. This Agreement shall not be assigned by either party without prior written consent of the other party. Section 35. CARE OF WORK a. Contractor shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work performed by Contractor, and the equipment, materials, papers and other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by the City, except such losses or damages as may be caused by the City's own negligence. b. The performance of services by Contractor shall not relive Contractor from any obligation to correct any incomplete, inaccurate or defective work at no further cost to the city, when such inaccuracies are due to the negligence of Contractor. Section 36. ARBITRATION a. The parties shall submit all disputes relating to this Agreement, whether contract, tort, or both to binding arbitration, in accordance that California Code of Civil Procedure sections 1280 through 1293.2, as set forth in this Agreement. b. Either party may enforce the award of the arbitrator under Section 1285 of CONTRACTOR CTOR Professional Services Agreement Page 10 of 14 the California Code of Civil Procedure. Section 37. ARBITRATION PROCESS a. The party demanding arbitration shall submit a written claim to the other party, setting out the basis of the claim and proposing the name of an arbitrator. b. The responding party shall have ten business days in which to respond to this demand with a written answer. c. If the response is not timely made, or if the responding party agrees with the person proposed as the arbitrator, then the person named by the demanding party shall serve as the arbitrator. d. If the responding party submits a written answer rejecting the proposed arbitrator then, unless the parties agree on an arbitrator, on the request of either party, the American Arbitration Association shall select an arbitrator. e. The arbitration shall take place in Cathedral City, California at a time and place selected by the arbitrator. Section 38. CAPTIONS AND HEADINGS The captions and headings contained in this Agreement are provided for identification purposes only and shall not be interpreted to limit or define the content of the provisions described under the respective caption or heading. Section 39. SEVERABILITY If any one or more of the sentences, clauses, paragraphs or sections contained herein is declared invalid, void or unenforceable by a court of competent jurisdiction, the same shall be deemed severable from the remainder of this Agreement. and shall not affect, impair or invalidate any of the remaining sentences, clauses, paragraphs or sections contained herein. Section 40. GOVERNING LAW The validity of this Agreement and any of its terms or provisions, as well as the rights and duties of the parties under this Agreement, shall be construed pursuant to and in accordance with California law. Section 41. RIGHTS AND REMEDIES CON TR9 CTOR Professional Services Agreement Page 11 of 14 Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default of any other default by the other party. Section 42. VENUE All proceedings involving disputes over the terms, provisions, covenants or conditions contained in this Agreement and all proceedings involving any enforcement action related to this Agreement shall be initiated and conducted in the applicable court or forum in Riverside County, California. Section 43. ATTORNEYS FEES In the event any action, suit or proceeding is brought for the enforcement of, or the declaration of any right or obligation pursuant to this Agreement or as a result of any alleged breach of any provision of this Agreement, the prevailing party in such suit or proceeding shall be entitled to recover its costs and expenses, including reasonable attorneys' fees, from the losing party, and any judgment or decree rendered in such a proceeding shall include an award thereof. Section 44. AUTHORITY The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties. /// /// /// /// CONTRACTOR Professional Services Agreement Page 12 of 14 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the dates written below. CITY OF ATHEDRAL CITY: CONTRACTOR: By: '1 a - By: Ge rge T pelli, City a ager Signature Date: /0 - Z o Louis E. Rieu By: Aguilera, Community Owner Development Department Date: /0�y/yr- Corporate Seal By: �,�.C.� �.,-._ Dudley Haines, Risk Manager Date: /O -- ATTEST: ,Z) Donna Velotta, City Clerk APPROVED AS TO FORM: B . A Steven B. in nilla, City Attorney C:\OFFICE\WPWIN\TEMPLATE\SAMPLE.PSA DATE(MM/DD/YY) ACORD CERTIFICATE OF LIABILITY INSURANCE NOV 16 98 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY ELMCO INSURANCE,INC. AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE 1905 N.MAIN STREET AFFORDED BY THE POLICIES BELOW. SANTA ANA CA 92706-2779 COMPANIES AFFORDING COVERAGE Agency Lic#:0509747 INSURED COMPANY A: GOLDEN EAGLE INSURANCE CORPORATION GENERAL CLEANING SERVICE COMPANY B: 74-874 JONI DRIVE#5 COMPANY C: PALM DESERT,CA 92260 COMPANY D: FAX:760-340-5321 COMPANY E: COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE I POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MM/DDMY) DATE(MMIDD/YY) GENERAL LIABILITY CCP-372772-02 JAN 2 98 JAN 2 99 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any One Fire) $ 100,000 CLAIMS MADE X OCCUR MED.EXP(Any One Person) $ 5,000 A PERSONAL&ADV INJURY $ 1,000,000 1 - GENERAL AGGREGATE $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG. $ POLICY PELT LOC JAUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ ANY AUTO ALL OWNED AUTOS BODILY INJURY (Per person) $ SCHEDULED AUTOS HIRED AUTOS BODILY INJURY $ I NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ I GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY. AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE HINCL EXCL $ RETENTION $ $ WORKERS COMPENSATION AND WCSTATU- DTH EMPLOYERS'LIAB!I!TY 1 TORY LIMITS ER E.L.EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT_ a 0 OTHER: PR-C�`V 1 I 31995/ r�� DESCRIPTION 0 CRIIPTIOAY O F DUE OPERATIONS/L NONPAYOCATIONSNEHICLES/SPECIAL ITEMS CLEANING SERVICE °ell `'GiI1` GOO CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF CATHEDRAL CITY THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 68-700 AVE.LALO GUERRERO 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY CATHEDRAL CITY,CA.92234 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPR NTATIVE Attention: GLORIA-FAX: 760-202-1460 g1-1--- �` `/ ACORD 25-S(7/97) i/ Certificate# 5356 DATE(MM/DD/YY) ACORD CERTIFICATE OF LIABILITY INSURANCE NOV 16 98 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ELMCO INSURANCE, INC. CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE 1905 N. MAIN STREET AFFORDED BY THE POLICIES BELOW. SANTA ANA CA 92706-2779 COMPANIES AFFORDING COVERAGE Agency Lic#:0509747 INSURED COMPANY A: GOLDEN EAGLE INSURANCE CORPORATION GENERAL CLEANING SERVICE COMPANY B: 74-874 JONI DRIVE#5 COMPANY C: PALM DESERT,CA 92260 -_ COMPANY D: FAX:760-340-5321 COMPANY E: COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE IMM/DDIYY) DATE IMM/DO/YY) GENERAL LIABILITY CCP-372772-02 JAN 2 98 JAN 2 99 EACH OCCURRENCE $ 1,000,000 I X I COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any One Fire) I$ 100,000 CLAIMS MADE 1 X I OCCUR MED.EXP(Any One Person) i$ 5,000 PERSONAL&ADV INJURY $ 1,000,000 A I GENERAL AGGREGATE $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG. $ POLICY 1 PE4 n LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ i ANY AUTO ALL OWNED AUTOS I BODILY INJURY (Per person) $ ' ; SCHEDULED AUTOS i HIRED AUTOS BODILY INJURY $ (Per accident) ~ NON-OWNED AUTOS PROPERTY DAMAGE IS I GARAGE LIABILITY AUTO ONLY-EA ACCIDENT IS ANY AUTO OTHER THAN EA ACC $ I AUTO ONLY. AGG S EXCESS LIABILITY EACH OCCURRENCE :$ OCCUR CLAIMS MADE jAGGREGATE $ INCL I$ DEDUCTIBLE I EXCL ICI '$ RETENTION $ $ WORKERS COMPENSATION AND TORY LIMITS we STATU- I I ER OTH EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYEE S E.L.DISEASE-POLICY LIMIT 4 OTHER: �c.� \1 .¢� • `' �$ 1996 �`,°, DESCRIPTION 0 DAY NOT CE DUE TONIONPAYMENTONSNEHICLES/SPECIAL ITEMS CLEANING SERVICENoV �Eve�pVtA� CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF CATHEDRAL CITY THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 68-700 AVE.LALO GUERRERO 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY CATHEDRAL CITY,CA. 92234 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE —L Attention: GLORIA-FAX: 760-202-1460 � i`C C '� ACORD 25-S(7/97) i/ �% Celtifi # 56 STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE OCTOBER 27, 1998 POLICY NUMBER: 496-98 UNIT 0000709 CERTIFICATE EXPIRES: 7-1-99 P CITY OF CATHEDRAL CITY ATTN JAIME AGUILERA 68700 AVENIDA LALO GUERRERA CATHEDRAL CITY CA 92235 L_ This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. — This policy is not subject to cancellation by the Fund except upon ten days'advance written notice to the employer. We will also give you TEN days'advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms,exclusions and conditions of such policies. A"4-t"'"e'ett AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. -144 EMPLOYER ©C-r 2, 91998 COMMUI4Vil LOUIS EDWARD RIEU AND EMMA RIEU GENERAL CLEANING SERVICE P 0 BOX 2161 PALM DESERT CA 92261 THIS DOCUMENT HAS A BLUE PATTERNED BACKGROUND SCIF 10262(REV.3-95) Exhibit "A" Scope of Work CITY OF CATHEDRAL CITY • AGENDA REPORT SUBJECT: JANITORIAL SERVICES CONTRACT EXTENSION • DEPARTMENT: Community Development MEETING DATE: AUG. 26,1998 CONTACT PERSON: Jai Agui ra DEADLINE FOR ACTION: N/A APPROVED: • Fartment City Manager Finance RECOMMENDATION: That the City Council approve a contract extension for 1 year (to 4/23/99) for General Cleaning Services Inc. for the purpose of providing janitorial services for the new Civic Center. BACKGROUND: On 4/23/97 the City Council approved the contract with General Cleaning Services for the purpose of providing janitorial services for the City Hall located on Date Palm Dr. (not including the Police Dept.). The contract was awarded to the most qualified bidder from a total of three bids received. General Cleaning has proved to be an exceptional company. They respond well • to criticism and are quick to respond to concerns outside the scope of work (see attached contract/bid document dated 4/2/97). General Cleaning was given the task of cleaning the new Civic Center on a temporary basis until the City was able to bid the new building. General Cleaning inspected the new building during construction in order to establish a cost for janitorial services. Their estimate was submitted to staff and accepted at $3,900 per month. Their service fee increased to $4,000 per month after staff added more areas to their scope of work. This is still within the City's budgeted amount for this fiscal year. ANALYSIS OF ALTERNATIVES: Bidding for services for the new Civic Center has been difficult to accomplish due to several factors: • > The building is new and not easy to asses in terms of needs until it has been occupied for a period of time; The Police Department has specialized needs due to the sensitive nature of their work; > The jail, exercise room, shower rooms, garage area, etc., all pose unique challenges for the propose of creating a scope of work; > The building is still under minor construction; and • > Two critical staff members in the Community Development Department with prior experience in bidding this work have left our employ recently. Staff therefore believes that it is in the City's best interest to extend the existing contract with a new scope of work (attached as Exhibit "A"). This will allow us the time to hire new staff. • assess the true needs of the building after ten months of occupancy. FISCAL IMPACT: The proposal is within budget. It may be argued that if we bid the work, that we might get a lower price for the work. However the savings, if any, will be eroded by the lack of certainty on the scope of work. Attachment: Contract dated 4/2/97 Exhibit "A" Scope of Work amendment to the contract dated 4/2/97 7 Qeiteral Cfcaiil#g Service P.O. BOX 2161 74-874 JONI DRIVE #5 PALM DESERT, CA 92260 619 • 568.0690 July 15 , 1998 Mr . Jaime R. Aguilera Community Development Director Cathedral City Hall 68-700 Avenida Lalo Guerrero Cathedral City, Ca . 92234 Dear Mr . Aguilera : Thank you for offering us the opportunity to be of service to you in your new building in Cathedral City . We have analyzed your work requirements very carefully and based upon your specifications and our analysis we are pleased to submit the following proposal . TIMES SERVICE AND FREC)UENCIES : CITY HALL WEEKLY : 1 . Empty and clean all waste baskets 2 . Replace vinyl liners as necessary 3 . Remove waste to outside container area 4 4. Clean and sanitize all restrooms 4 5 . Refill all restroom dispensers from contractors supply 4 6 . Wet mop and sanitize all restroom floors 4 7 . Clean all kitchen areas 4 8 . Wet mop and sanitize all kitchen area floors 4 9 . Refill all dispensers in kitchen areas using contractors supply 4 10 . Dust mop and wet mop all entry tile on 1st floor 4 11 . Clean , dust and vacuum all executive offices 4 12 . Clean all entrance door glass 4 TWO DAY SERVICE ( Tuesday and Thursday) 1 . Clean all offices on 1st , 2nd and 3rd floors 2 2 . Vacuum all carpet on 1st , 2nd and 3rd floors 2 3 . Vacuum and clean stainless wall in both elevators 2 4. Dust all horizontal ledges (pictures , window sills , partitions , etc . ) 2 5 . Spot clean carpet as necessary 6 . Vacuum chairs and clean bases in all executive offices 2 Exhibit "A" (3) POLICE DEPARTMENT Continued : 14. Clean jail area 5 15 . Check patrol car drive-up area and sweep as necessary 16 . Clean lobby area 5 17 . Vacuum lobby area and wet mop all tile 5 18 . Clean dispatch area 5 19 . Vacuum dispatch area using owners vacuums 5 20 . Clean shower area inside patrol car drive-up area as necessary 21 . Check shower area inside patrol car drive-up area 5 FOUR DAY SERVICE : Mon. Tue . Wed . Thurs . 1 . Clean all general office areas 4 2 . Vacuum all general office areas 4 3 . Clean all horizontal ledges (partitions , etc . ) 4 4. Vacuum all halls 4 5 . Dry mop and wet mop all floors on bottom level 4 6 . Clean work out room 4 7 . Vacuum carpet in work out room 4 8 . Empty trash containers on back parking lot 4 9 . Clean copy room 4 10 . Clean all conference rooms 4 11 . Vacuum all conference rooms 4 12 . Clean all administrative offices 4 13 . Clean Patrol Sgt . office (only when door is open) 14. Clean Report Writing office (only when door is open) ONE DAY SERVICE : Tuesday 1 . Clean all individual offices (only when door is open) WEEKLY SERVICE : 1 . Vacuum all chairs and clean bases weekly 2 . Dust all interior plants weekly MONTHLY SERVICE : 1 . Clean all outside windows monthly 2 . Clean all inside partition glass monthly 3 . Dust all blinds and or window covering monthly (4) CONTRACTOR SHALL PRUV1llt : ROUTINE LABOR CLEANING SUPPLIES SUPERVISION PAYROLL TAXES CLEANING EQUIPMENT WORKMANS COMPENSATION INSURANCE : General Cleaning Service will provide insurance with limits of not less than $1 , 000000 for bodily injury and property damage per occurance . WorkMans Compensation Insurance will be pro- vided to the extent required by law. A Certificate of Insurance will be mailed immediately upon award of contract . BILLING : Statements are mailed from our office on the 20th day of each month for service rendered in that month and are expected to be paid by the 15th of the following month . CONTRACT COST : Monthly total for all service shown above $3 , 900 . 00 . This rate includes all paper goods and soap for all restrooms and kitchens . Labor is available for addition service at an hourly rate of $12 . 85 per man hour . Carpet cleaning is avail- able at 11C per sq . ft . with a $55 . 00 minimum. SPECIAL PROVISIONS : This Contract may be terminated by either party with a 30 day written notice without having to show cause . If you find this proposal acceptable please sign one copy and return it to our office either by mail or fax . #760-3405321 . Thank ou again for your interest . s(C"le-115tf ly submitted, L. E. Rieu Owner & Gen. Mgr . y ACCEPTED BY : ` TITLE : - -Yi'f. Z�.2 <<-c>6 EFFECTIVE DATE OF SERVICE : 7 -/s -2S' LER/er Qdllera/ Cleaning Service P.O. BOX 2161 74-874 JONI DRIVE #5 PALM DESERT, CA 92260 619 • 568.0690 August 10 , 1998 Mr . Jaime R. Aguilera Community Development Director Cathedral City 68-700 Avenida Lalo Guerrero Cathedral City , Ca . 92234 Dear Mr . Aguilera : Thank you for your continued interest in our service . We are looking forward to working with you for many years . As per our conversation for additional service I am list- ing below the duties , frequencies and rate which will be in- cluded in our monthly statement . TIMES SERVICE AND FREQUENCIES : WEEKLY 1 . Sweep exterior balconies on third floor (4) 1 2 . Empty outside trash containers (6) 4 3 . Replace vinyl liners from contractors supply as needed 4. Remove trash to large container area 4 CONTRACT COST : Monthly total for all service shown above $100 . 00 . With this increase your monthly rate will now be $4 , 000 . 00 per month. If you find this proposal acceptable please sign one copy and return it to our office . Thank you again for your interest . Res C lly submitted , L. E . Rieu Owner & Gen . Mgr . ACCEPTED BY : TITLE : EFFECTIVE DATE OF SERVICE : X/j( LER/er ,� `L�' i /›-hy C�-r try e'er CITY OF CATHEDRAL CI .' %AO Li INVITATION TO BID ON JANITORIAL SERVICES CONTRACT FOR THE CITY HALL FACILITY DATED APRIL 2, 1997 TABLE OF CONTENTS Invitation for Bids Page 2 Timetable of Activities Page 4 Bidder's Check List Page 5 Scope & Requirements Page 6 Terms & Conditions Page 8 Statement of Qualifications Page 19 Hiring Practices Page 20 Affidavit of Non-Collusion Page 21 Detailed Specifications Page 22 City Hall Floor Plan Page 25 Bidders Reference List Page 26 Schedule of Performance Page 27 Non-Arbitrary Discrimination Clause Page 28 Authority to Execute Agreement Page 29 NO RESPONSIBILITY WILL ATTACH TO ANY EMPLOYEE, OFFICER, AGENT OR REPRESENTATIVE OF THE CITY OF CATHEDRAL CITY FOR THE PREMATURE OPENING OF, OR FAILURE TO OPEN A BID NOT PROPERLY ADDRESSED AND IDENTIFIED. SUBMIT BID TO: City of Cathedral City 35-325 Date Palm Drive, Cathedral City, CA 92235 Attn: Laura Murillo Community Development BIDDER'S NAME: GENERAL CLEANING SERVICE ADDRESS: 74-874 JONI DRIVE, PALM DESERT, CA 92261 TELEPHONE NO: (760) 568-0690 FAX NO: BID AMOUNT: 51 ,040.Q07monthly S12,480.00/annually • SIGNATURE: cZ�c Cti J c '• � �-- C 1OFFICELL4 4'MeNOOCSI.*/NTORI *N/TOR,/10 >YIN SECTION 1 CITY OF CATHEDRAL CITY STATE OF CALIFORNIA INVITATION FOR BIDS SEALED PROPOSALS to an invitation to Bid for the Provision of Janitorial Services for the City of Cathedral City, City Hall Facility, located at 35-325 Date Palm Drive, Cathedral City, CA, will be received by Laura Murillo in the Community Development Department, until 2 p.m. (local time) on April 11, 1997, at which time they will be publicly opened and read. Following public opening, responses will be evaluated by the City staff and a recommendation will be made to the City Council for consideration and possible award at the City Council meeting of April 23, 1997. Award of Contract, if any, will be made in the best interest of the City and shall be based on various factors including, but not limited to the following: Price, bidder's qualifications, experience, reputation and location of operation. The City of Cathedral City reserves the right to accept or reject bids, to be the sole judge of the merits and qualifications of the services and or items offered and the ability of the bidder to responsibly perform. The City reserves the right to waive any minor irregularities or informalities in any bid and may accept other than the lowest bid offered. Bids may not be withdrawn for sixty (60) days after the time of bid opening. C KW,C FMYMppC jy4Y70RNAAr ORI YO MINI CITY OF CATHEDRAL C' ' INVITATION TO BID for JrNITORIAL SERVICES Page 3 The successful bidder shall meet all insurance requirements of the City, as hereby described in Section 31. Mandatory Walk-Through/Bidders Conference A pre-bid walk-through of the facilities to be maintained will be conducted at 10:00 a.m. on April 4, 1997. The walk-through will be followed by a pre-bid conference for the purpose of answering questions and clarifying details. Attendance at the walk-through and pre-bid conference is mandatory for all prospective bidders (with the exception of the current provider). In order to properly accommodate all prospective bidders each bidder will be limited to sending two (2) representatives on the walk-through and will be limited to three (3) representatives at the pre-bid conference. All participants shall meet at 9:45 a.m. on April 4, 1997, at the Cathedral City, City Hall, 35-325 Date Palm Drive, Cathedral City, CA. It shall be the successful contractor's responsibility to provide regularly scheduled janitorial services to effectively, efficiently and safely maintain a high level of cleanliness for specified City facilities. In accordance with the best standards of practice. It shall be the successful contractor's responsibility to furnish at his/her own expense all tools, equipment, fuel, labor, materials, supplies, supervision and services necessary for the satisfactory performance of the work wet forth in the Bid Specifications. The Contract Administrator after award of contract will be the Director of Community Development. . The term of the contract shall be for one (1) year with two additional one year renewal options. Complete specifications may be obtained from the Community Development Department, 35-325 Date Palm Drive, Cathedral City, CA. ,OFFlCEy"-,.., e, OC n/TOR/&rroR,IMO .7N/ CITY OF CATHEDRAL CI- INVITATION TO BID for JM,JITORIAL SERVICES Page 4 TIMETABLE OF ACTIVITIES April 2. 1997 Bidding opens April 4. 1997. 10:00 a.m. Mandatory Walk-Through/Pre-bid Conference at: City of Cathedral City, City Hall 32-325 Date Palm Drive Cathedral City, CA 92235 April 11. 1997. 2 :00 p.m, Sealed bids are due no later that 2:00 p.m. Public bid opening at 2:01 p.m. April 23. 1997. 7:30 p,m. Contract awarded by the City Council May 1. 1997 Anticipated start date of service. To Be Scheduled Prior to the start of service, a general organizational meeting will be required. The City of Cathedral City reserves the right to adjust this schedule. All responses from contractors must be on the attached forms provided by the City, unless otherwise stipulated. The Invitation to Bid must be returned in its entirety with all requested information completed. DO NOT DETACH ANY PART, except for additional information specifically requested within this document or by written addenda. No additional material will be accepted. ALL RESPONSES MUST BY COMPLETED AS FOLLOWS: 1. Completed as instructed in the Invitation to Bid; and 2. Signed by a representative of the bidder's firm authorized to enter into a binding agreement with the City; and 3. Received in the place and by the time designated in the Invitation to Bid. 4. One signed original copy and two (2) additional copies shall be submitted to the City in a sealed envelope, to Laura Murillo's attention. C CSWN/tORhMM/rOM�10 0.4447 CITY OF CATHEDRAL C, INVITATION TO BID for JANITORIAL SERVICES Page 5 BIDDER'S CHECK LIST Instructions to Bidder: I. General Bidders are advised that notwithstanding any instructions or inferences elsewhere in this Invitation to Bid only the documents shown and detailed on this sheet need to be submitted after bid time, but prior to awards. Bidders are hereby advised that failure to submit the documents shown and detailed on this sheet MAY RENDER THE BID NON-RESPONSIV . II. Required Documents for Bid BIDS MAY NOT BE CONSIDERED if any one or more of the following documents or attachments are not completely filled out and submitted with the bid. ❑ Cover page, Invitation to Bid, must be manually signed. ❑ Affidavit of Non-Collusion by Contractor form, pages 21. ❑ Bidder's Reference List, page 25, must be completed. ❑ All Addenda issued by the contractor shall be manually signed. ❑ Statement of Qualification and Information for Janitorial Services, page 19. ❑ Hiring and Testing Procedures Requirements, page 20. oFccEu` nx'p000 S.:ANI'9RM1dhRDM MO Jo/Mil CITY OF CATHEDRAL CI' INVITATION TO BID for JANITORIAL SERVICES Page 6 SCOPE and REQUIREMENTS for JANITORIAL SERVICES 1 . Contract Administration After the contract is awarded, the contract Administrator is to be the Director of Community Development. 2. Contract Incorporation The complete contract shall include the entire contents of the Invitation for Bid, Proposal, all addenda, all of successful Bidder's submittal, supplemental agreements, change orders. bond(s), and any and all written agreements, agreements which alter, amend or extend the agreement. 3. Purpose The City of Cathedral City is seeking sealed responses from janitorial services contractors with experience and qualifications to accomplish the following: Provide regularly scheduled janitorial services and appropriate supplies to effectively, and safely maintain a high level of cleanliness for specified City facilities in accordance with the best standards of practice. It shall be the successful Contractor's responsibility to furnish at his/her own expense all tools, equipment, labor, fuel, materials, supplies, supervision and services necessary for the satisfactory performance of the work set forth in these specification. 4. Statements of Qualification and Information a. Bidder must fill out all Statements of Qualification and Information for janitorial services. If certain questions do not apply, indicate "Not applicable". Failure to answer all questions may be reason for disqualification. b. Bidder shall bill out Statements of Qualifications and Information only on the forms included in this Invitation for Bid except where additional information of forms are required. No other forms will be accepted. 5. Evaluation of Qualifications and Information Statements of qualification and information will be evaluated on the basis of various factors including, but not limited to the following: a. Bidder's experience c. Bidder's location of operation b. Bidder's references d. Bidder's safety record OFF.CNWPM+~VOCS..AWTORhMPNTDM CIO OYf N1 CITY OF CATHEDRAL C. INVITATION TO BID for JANITORIAL SERVICES Page 7 6. Mandatory Walk-Through/Pre-Bid Conference A mandatory walk through pre-bid conference is scheduled for April 4, 1997 at 10:00 a.m., at the Cathedral City, City Hall, 32-325 Date Palm Drive, Cathedral City, CA. All bidders must attend the Walk-Through/Pre-Bid Conference in order to submit a proposal. All bidders should bring a copy of their Invitation for Bid to the conference, since it will be utilized as part of the conference agenda. Each bidder shall be limited to two (2) representatives on the tour and three (3) representatives at the pre-bid conference following the tour. 7. Supplies To Be Provided by Contractor The bidder's fee shall include rest room supplies to be supplied in sufficient quantities as to be continuously available in all restrooms. Quality shall not be less than that generally available in an American 3-5 star hotel and shall be subject to the approval of the City's Community Development Director. Supplies shall include the following. a. Restroom supplies (1) Toilet tissue, (two ply) (2) Hand towels, as appropriate (3) Feminine sanitary supplies (napkins & tampons) (4) Commode seat covers (5) Hand soap, lotion (6) Hand soap, powdered b. Other supplies (1) Plastic Trash Liners (for .11 waste receptacles) 8. Square footage to be serviced The total square feet of the City Hall to be serviced is estimated at 15,987.79 square feet, (see City Hall Floor Plan, Exhibit A). The approximate number of employees based in the facility is 50-60. ,o cE w 314/017ORNAArr — o„.., CITY OF CATHEDRAL C, INVITATION TO BID for JANITORIAL SERVICES Page 8 TERMS and CONDITIONS 1. Method of Award a. All Statements of qualifications and Information will be evaluated for minimum qualifications to perform the terms of the contract. b. Award of the Contract will be based on lowest responsible and responsive bid. c. The City will award the contract on a lump sum basis. However, it shall be understood that this specification description of the work is the City's present service requirements only, and the scope of work may increase or decrease during the term of the contract. 2. Contract Compliance Statement The Bidder agrees to comply with all federal, state, and local laws, rules, and regulations. Bidder must be aware that the entire contents of the Invitation to Bid, proposal, all Addenda, all of bidder's successful submittal, supplementary agreements, change orders, performance bond(s), and any and all written agreements which alter, amend, or extend the agreement shall be incorporated into the contract. 3. Offer Acceptance Period All offers must be valid and firm for a minimum period of sixty (60) days from the date of the bid opening. 4. Retention of Documents by the City Bidder understands that all information, documents, plans, drawings, records, or similar materials submitted to the City in response to this Invitation to Bid will become and remain irrevocably the exclusive property of the City. 5. Release of Information Bidder agrees not to release any information pertaining to this Invitation for Bid or its award without the prior written approval of the City of Cathedral City. Successful Contractor agrees not to release any advertising copy mentioning the City of Cathedral City or quoting the opinion of the City employee without written approval by the City of Cathedral City. 6. Inspection by the City The work, materials, and supplies to be provided under this contract shall be subject to inspection by the City, and/or to tests designated by the City. If the results of such inspections or tests indicate that part of the work, materials, or supplies are deficient in any YOSICE11~~90CSLAAIITORAMAITORI.p CITY OF CATHEDRAL Cl INVITATION TO BID for JANITORIAL SERVICES Page 9 respect, the City in its sole discretion may reject all or any part of the work, materials, or supplies provided under this contract. The City may use a rating sheet for evaluation purposes. 7. Rejection of Work Bidder agrees that the City has the right to make all final determinations as to whether the work has been satisfactorily completed. In the event that the results of the janitorial service are considered unsatisfactory by the City, the Contractor shall be required to immediately reclean the respective premises are at no additional cost to the City. Said service shall be performed in addition to, and without interruption in the regular cleaning schedule. 8. Authority of the City Subject to the power and authority of the City as provided by law and in this contract, the City shall in all cases determine the quantity, quality, and acceptability of the work, materials, and supplies for which payment is to be made under this contract. The City shall decide the questions which may arise relative to the fulfillment of the contract or the obligations of the Contractor thereunder. • 9. Termination for Default a. Each of the terms and conditions of this agreement is to be considered material, and failure to comply with any of such conditions by the Contractor shall be deemed a breach of contract. b. If the Contractor fails or neglects to furnish any of the services listed herein at the prices named and at the times and places specified, or neglect to comply with terms of the contract, the City may at its sole discretion thirty (30) days after written notice to the Contractor, terminate the contract in its entirety, or terminate any and all items affected by such default and may, whether or not the contract is terminated in whole or in part, procure services elsewhere without notice to the Contractor. 10. Liquidated Damages Failure of the Contractor to complete the approved cleaning cycles within the allowable time periods as outlined in the specifications will result in damages being sustained by the City. Precise determination of the actual damages too difficult to measure. Execution of the contract shall constitute agreement by the City and the Contractor that twice the unit price per day is the minimum agreed value of the costs and damages caused by failure of the Contractor to complete the cleaning cycles within the allotted time, and that such sum is liquidated and shall not be construed as a penalty, and that such sum may be deducted from payments due the Contractor if such delay occurs. C,Ofg,CE# 4 Mw►OOCS1*NRDRIWNITORI CIO 0V1NW CITY OF CATHEDRAL C INVITATION TO BID for JANITORIAL SERVICES Page 10 11. Hold Harmless/Indemnification a. Successful Bidder agrees to indemnify, defend, and save City and its agents and employees harmless from any and all liability, claims, damages agents and employees harmless from any and all liability. b. Claims, damages or injuries to any person, including injury to successful bidder's employees and all claims which arise from, or are connected with, the negligent performance of or failure to perform the work or other obligations of this agreement, or are caused or claim to be caused by, the negligent acts of successful bidder, its agents or employees, and all expenses of investigating and defending against same. c. Successful )r represent himself/herself to be an independent contractor offering such servic the general public and shall not represent himself/herself or his/her employees tc -e an employee of the City of Cathedral City. Therefore, the Contractor shall assume all legal and financial responsibility for taxes, FICA, requirement of overtime, etc. and agrees to indemnify, save and hold the City of Cathedral City and its agents and employees harmless from any and all loss; cost (including attorney fees); and damage of any kind related to such matter. 12. Non-Liability of Bidder a. If execution of this contract shall be delayed or suspended and if such failure arises out of causes beyond the control of and without fault or negligence of the Bidder, the Bidder shall notify the City, in writing, within twenty-four (24) hours, after the delay. Such causes may include, but are not limited to force majeure, war, or acts of the public enemy of any governmental entity in its sovereign or contractual capacity, fires, floods, epidemic, strikes and unusually severe weather. b. The City shall ascertain the facts and extent of such failure and if the City determines that the failure was occasioned by excusable causes, the City will not claim that the contract has been breached. However, the City will compensate the Contractor only for those services actually rendered, 13. Termination for Convenience The performance of work under this contract may be terminated by the City in whole or in part whenever the City determines that such termination is in the best interest of the City. Any such termination shall be effected after delivery to the Contractor of a Notice of Termination specifying the extent to and conditions under which performance of work under the contract is terminated and the date upon which such termination becomes effective. Written notice of termination shall be given at least thirty (30) days prior to termination. 14. Sublet or Assign a. The Bidder shall give full attention to the faithful execution of the contract and shall keep C Wf,EYYTVNMW►DOCJINMTORNENl7OR,rO aKN' CITY OF CATHEDRAL C INVITATION TO BID for JANITORIAL SERVICES Page 11 same under control. Assigning or subletting any part after award of this contract shall require prior approval in writing by the City. b. The Bidder shall not either legally or equitably, assign any of the monies payable under this contract, or the Bidders claims thereto unless by and with the prior written consent of the City. c. Nothing contained in the contract shall create any contractual relationship between any subcontractor and the City. 15. Options to Extend Contract a. Bidder understands that this contract shall not bind nor purport to bind the City of Cathedral City for any contractual commitment in excess of the original one (1) year contract period. The City shall have the right, upon mutual consent, to renew the contract for two (2) one year periods, or a portion thereof. In the event the City exercises its options, all terms, conditions, and provisions of the original contract shall remain the same and apply during the extension period. b. If the options are exercised, Contractor understands and agrees that the prices stated in the original contract shall not be increased in excess of the maximum percentage of increases as stated in Section 15.a. 16. Escalation/De-Escalation Provision Offer agrees that the maximum percentage of price increase, if any, or minimum percentage of price decrease, if any, for contract renewal periods shall be based on the annual percent increase/decrease in the published Bureau of Labor Statistics Consumer Price Index for the twelve (12) full months immediately preceding the City's written notice of election to exercise its renewal option. 17. Compensation a. For all services which the Contractor is obligated to perform under the terms of this specification, the City shall pay to the Contractor monthly price per facility as set in the contract. b. Payments shall be made upon submittal of a detailed monthly statement to the Department of Community Development, City of Cathedral City. Said statement shall be submitted within two (2) weeks following the end of the billing period defined as a calendar month. c. Prior to City payment of the monthly statement the Director of Community Development shall review and approve payment based on the satisfactory completion of service. Payment shall be issued within thirty (30) days of receipt of the monthly statement. c WF.CE4MNM)N000 swNP' AN ITORI 1IO M'!MP, CITY OF CATHEDRAL C' INVITATION TO BID for JANITORIAL SERVICES Page 12 d. Monthly price shall be the same for each month of the year regardless of the number of work days in the month. 18. Contractor's Personnel a. An adequate number of trained and bonded personnel shall be assigned by the Contractor to perform the work described in these specifications. All Contractor employees shall be subject to review and approval by the City of Cathedral City. The City reserves the right to request the removal of an employee who is deemed unacceptable for any reason. b. The Contractor shall be required to provide on-site supervisory personnel of a high professional caliber. The supervisory personnel shall conduct regular inspections to determine that work is being performed in accordance with professional cleaning standards and established work schedules. Said personnel must have the authority to respond immediately to situations upon request by the City representative. c. It shall be the responsibility of the Contractor to see that all his/her supervisory and personnel abide by the City of Cathedral City building and security regulations and safety standards. The Contractor shall conduct his work operations in such a way as to the safeguard the City's personnel, equipment, and property. d. All personnel assigned by the Contractor to perform work for the City of Cathedral City shall not have an arrest record other than minor traffic violations, must be physically capable of performing all duties assigned, and must present a physical appearance acceptable to the City. The final decision as to the acceptability of any individual performing work under any contract awarded as a result of this specification shall rest with the City of Cathedral City. e. All work by contractor personnel shall be performed in a professional, courteous manner. Discourtesy, rudeness, or the use of profanity will not be tolerated and shall be grounds for immediate removal of the offending employee from performing work under any contract awarded as a result of this specification. f. The successful vendor shall provide supervisory personnel of a high professional caliber. The assigned supervisor shall contact the Director of Community Development or his designee to discuss and clarify any operational problems and to receive instructions. In addition, the assigned supervisor shall physically contact each assigned individual at not less than one (1) time per shift. 19. Hiring and Testing Procedure Bidder shall submit detailed description of all hiring, training, testing and disciplinary policies and procedures used by his/her firm. ZAPCEIAIYAM14000C$'AIWTOAh J1TORI l&O 4V1N1 CITY OF CATHEDRAL CI- INVITATION TO BID for JANITORIAL SERVICES Page 13 20. Transportation to Facilities It shall be the responsibility of the Contractor to provide consistent, reliable transportation for equipment and staff to service identified facilities. All costs related to the maintenance and operation of said transportation vehicle(s) shall be the responsibility of the Contractor. 21. Cleaning Equipment and Supplies The Contractor shall provide, at his/her expense, all necessary cleaning supplies and equipment as may be required to perform the janitorial tasks outlined in this specification such as: cleaning supplies, floor wax, furniture polish, custodial tools, laundry materials and high lift equipment. All such supplies and materials shall be of the highest quality. The City reserves the right to review and approve all items which may be used in performance of the contract work. No additional compensation shall be allowed for such items. 22. Holidays Bidder understands that all work holidays are to be determined by the City of Cathedral City. 23. Non-Exclusive Contract Bidder understands that while it is the City's intent to award this specifications description of work to a singles bidder, this specification does not include all of the City's janitorial services needs. While the City reserves the right to increase the scope of this contract to include other facilities the City does not warrant that it shall do so. The City may at its sole option continue to service other facilities itself or may elect to solicit bids if it desires to contract out services in additional buildings 24. Scope of Work Increase Bidder understands that this specification's description of work is the City's present service requirements only, and the scope of work may increase. The City may at any time during the term of the contract by written order require the performance of extra work or make such other changes as the City may find necessary or desirable. The Contractor shall not claim forfeiture of contract by reason of such changes by the City. The amount of compensation to be paid the Contractor for extra work as so ordered shall be determined by unit prices or by lump sum mutually agreed upon by the City and Contractor. 25. Scope of Work Decrease Bidder understands that the City may at any time during the term of the contract by written order decrease the dimensions of any part of the work to be performed under this contract. The Contractor shall continue to faithfully perform the portions of the work not affected by the decrease and amount of compensation shall be decreased in the following manner. The decreased amount of compensation to be paid the Contractor shall be determined by the unit prices, or by lump sum mutually agreed upon by the City and the Contractor. C i0F.,CEWVeMwoDOCSWNt'ORNANerOR,310 0*1 ? CITY OF CATHEDRAL C' INVITATION TO BID for JANITORIAL SERVICES Page 14 26. Worker's Compensation Insurance The Contractor shall procure and maintain, at its sole expense, Worker's Compensation Insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the Contractor and the City against any loss, claim, or damage arising from any injuries or occupational diseases happening to any worker employed by the Contractor in the course of carrying out the within agreement. 27. Liability Insurance a. During the entire term of this Agreement, Contractor agrees to procure and maintain public liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities of the City or Contractor, its subcontractors, agents or employees, or any person acting for the City, or Contractor or under its control or direction, and also to protect against any loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the City, or Bidder, or its subcontractors, agents, or any person acting for the City or contractor, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the City against incurring any legal cost in defending claims for alleged loss. Such public liability and property damage insurance shall be maintained in full force and effect throughout the term of the agreement and any extension thereof in the following minimum limits: Bodily injury: $250,000 each person $500,000 each occurrence $500,000 aggregate products & completed operations Property Damage: $100,000 each occurrence $250,000 aggregate b. A combined single limit policy with aggregate limits in the amount of $500,000 will be considered equivalent to the required minimum limits. c. All of such insurance shall be primary insurance and shall name the City of Cathedral City as an additional insured. d. If the operation under this contract results in an increase or decreased risk in the opinion of the City Manager, then Contractor agrees that the minimum limits hereinabove designated shall be changed accordingly upon request by the City Manager; provided, ,OFACEW PWWWPOOCSW.W!ORMN!?ORi NO DYl NI CITY OF CATHEDRAL C"Y INVITATION TO BID for ,NITORIAL SERVICES Page 15 that the Contractor may appeal to the City Council within ten (10) days after any increase is requested and such requirement for increased coverage shall be subject to determination by the City Council. Contractor agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to persons or property resulting from Contractor's activities, the activities of its sub-contractors, agents for the activities of any person or persons for which Contractor is otherwise responsible. 28. Evidence of Insurance A Certificate of Insurance, or an appropriate insurance binder, evidencing the above insurance coverage, including an additional insured endorsement, with a company acceptable to the Director of Community Development shall be submitted to the City Clerk prior to execution of the Agreement on behalf of the City. 29. Notice of City, Insurance Coverage Change The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, within thirty (30) days prior to written notice of amendment or cancellation date, submit to the City Clerk new evidence of insurance in the amount heretofore established. 30. Damage a. The Contractor shall be held responsible for any breakage, damage loss of the City's equipment or supplies through negligence of the Contractor or his employees while working on the City's premises. b. No products, supplies, or equipment shall be used by the Contractor which are injurious or damaging to any surface to which they are applied or exposed. The Contractor shall be responsible for restoring/replacing any equipment, facilities, furniture, floor covering, etc. so damaged. c. The Contractor shall immediately report to the Director of Community Development any damages to the premises or furnishing resulting from janitorial services being performed. 31. Evidence of City Business License The Bidder shall provide proof of possessing a valid City of Cathedral City Business License prior to execution of the contract. C Ofr<rCEYYPNMwPOOCSWHriOAA.Ni70Ar 810 0e , CITY OF CATHEDRAL C, INVITATION TO BID for JANITORIAL SERVICES Page 16 32. Photo Identification Tags Ail of Contractor's employees shall at all times wear an identification tag bearing the employees' name and photograph. Name tags shall be worn in a conspicuous place so as to be readily visible. 33. Building Security The Contractor shall be responsible for the safekeeping of all areas in which janitorial services are performed at times other than the City's regular business hours. This responsibility shall include, but not necessarily be limited of the following: a. Locking and securing all doors and windows activating the alarm system and turning off lights in these areas when the Contractor leaves the premises, except those lights and equipment designated to be continuously turned on. b. Keeping entry door locked at all times and alarm system for those doors activated. 34. Building Keys Requirements a. The Contractor may be issued keys to all areas in which janitorial services are to be performed. Two (2) keys per area will be issued to the Contractor. The Contractor shall maintain such control over issued keys, as to prevent duplication or loss. b. Should Contractor's loss or failure to control keys result in the necessity for the City to replace its locks the Contractor shall be required to pay for same. The Contractor understands and accepts that the agreed upon cost of recombinating a lock core shall be $30.00 and the cost of each key to be replaced is $5.00. c. In the event of contract termination, cancellation, or completion, the Contractor must return all keys issued to him/her. d. The Contractor understands and agrees that all monies due him shall be withheld until such time as when the Contractor has returned all keys issued to him. If the Contractor is unable to produce any of the keys issued to him, he shall assume full financial responsibility for changing all affected locks, and providing the necessary keys for those new locks. 35. Supervision a. The Contractor shall be responsible for all supervision required to satisfactorily perform the requirements of the contract. b. Contractor shall submit a supervisory chain of command document identifying personnel names and telephone numbers, providing update as necessary. Said document must be submitted to the Director of Community Development on or prior to the first day of gFF�EWTN 744 SWNIfDRkNMDM YO WlN, CITY OF CATHEDRAL C INVITATION TO BID for JANITORIAL SERVICES Page 17 work, 36. Equipment The Contractor must furnish and maintain in good repair all equipment necessary to perform his/her duties, including but not limited to vacuums, mops, brooms, buffers, and high lift equipment, etc. 37. Supply dispensers a. Contractor shall provide at his/her own expense all maintenance, repair, and replacement of the following dispensers: toilet tissue dispensers, towel dispensers, soap dispensers, feminine sanitary supply dispensers, and commode seat cover dispensers. b. Any replacement of supply dispensers other than exact duplicates shall require prior approval of the Director of Community Development. The City will cooperate with the Contractor if the Contractor desires to standardize dispensers. 38. Standard City of Cathedral City Terms and Conditions a. All responses must be made on forms supplied by the City unless otherwise stipulated. The entire Invitations for Bid must be returned in its entirety with all requested information completed. DO NOT DETACH ANY PART. Except for additional information specially requested with this document or by written addenda no additional material will be accepted. b. All responses must be completed as required, signed by an official of the firm authorized to enter into a binding agreement with the City and must be received in the place and time designated in this document. One signed original and two (2) copies shall be supplied to the City. c. The City of Cathedral City reserves the right to reject the bid of any bidder who previously failed to perform properly, or completed on time, contracts or agreements of similar nature, or to reject the bid of an bidder who is not in a position to perform such a contract satisfactorily. d. The right is reserved to reject any or all bids and to waive any minor informality or technical defect in a bid. e. Submission of a signed bid will be interpreted to mean that Bidder has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Invitation. f. Bidder will be required to file an Affidavit of Non-Collusion with their bid. This shall be signed and sworn before a Notary Public with a commission in the State of California. g. Successful Bidder will be required prior to commencement of work, to be licensed in OFfICE1WRINMMTOpC S'.NNRORIyAN/TORT y0 >a'1N/ CITY OF CATHEDRAL CI INVITATION TO BID for JANITORIAL SERVICES Page 18 accordance with the City of Cathedral City Municipal Code. 39. Cooperation with the City The Contractor shall fully coordinate his/her activities in the performance of the contract with those of the City, as the work of the Contractor progresses, advice and information on matters covered by the contract shall be made available to the Contractor by the City throughout the effective period of the contract. 40. Hours of Work Bidder understands and agrees that janitorial services shall be performed during hours to be agreed upon with the Director of Community development and on the days identified in these specifications. The City recognized holidays excepted. Such performance shall not disrupt any City functions or business during the times set forth above. In any event, all required janitorial services shall be completed before the next scheduled work day. 41. Evaluation Standards for Contract Compliance Evaluation of the performance of the Contractor shall be made by the City's Director of Community Development. a. The Contractor shall give immediate attention to the correction of all complaints. If the Contractor receives more than three (3) complaints in a single month for unsatisfactory performance, and the complaints are found valid by the City and not remedied within twenty-four (24) hours of each complaint the contract may be terminated. • b. A recurring pattern of complaints of a similar nature shall be construed as noncompliance and the contract shall be terminated. OffICFW'rMMrW00C51MM/'ORIMI4TDRI NO NNW CITY OF CATHEDRAL CIT INVITATION TO BID for JANITORIAL SERVICES Page 19 STATEMENT OF QUALIFICATIONS and INFORMATION for JANITORIAL SERVICES No bid will be considered unless this document and all schedules and attachments specified are fully completed. All applicable items must be filled out. Offeror is required to supply the following information. Additional sheets may be attached if necessary. - 1. Name of Company: 6-ex' e l C le A11,0I S��4- rc-e Address: 7f Y751 17:),,--1; /-- )r. 4/174 2. Authorized Representative: c) Li IS K /e Ci Title: (-t) Telephone No: &// 5 ? ' 0C 90 Address (if different from above): 5 3. Type of Organization ❑ Corporation* ❑ Partnership ❑ Joint Venture 2" Other (if other explain If corporation, what under what state laws is it organized? 4. List names and addresses of all member of the Offeror's firm or names and titles of all officers of the corporation. ADN/5l 3n !� or 4 3'cr4,1 cM e /Uc(,v c'"i JZZv/ 61.-c)Al;P _ (title) �M/1IA /e4name) 40557 Lacvc /4 rrtqclA �,ce4 (name) (title) (name) (title) 5. How many years experience as a contractor in janitorial services work? /"Y 6. Offeror shall submit detailed description of all hiring, training, testing, and disciplinary policies and procedures used by this firm. CITY OF CATHEDRAL CIT INVITATION TO BID for JANITORIAL SERVICES Page 20 HIRING and TESTING PROCEDURES 1 . Employment Status Contractor shall act hereunder as an independent contractor and not as an employee. The contractor shall select its own employees, agents or servants and such employees, agents, and servants shall be and act under the exclusive and complete supervision and control of the Contractor. The Contractor hereby acknowledges its responsibility for all withholding taxes, payroll taxes and all other compensation for all employees, agents or servants engaged by the Contractor in the performance of their terms of this Agreement. The Contractor recognizes that as an independent contractor, the Contractor's employees shall not be eligible to participate in any of the City of Cathedral City employee benefits programs rendered hereunder. 2. Equal Opportunity The Contractor and the City of Cathedral City agree that in performance of the agreement, there shall be no discrimination on account of race, religion, sex, age or national original and each shall comply with applicable federal, state and local laws and regulations pertaining to fair employment practices. 3. Employees of Contractor Any and all employees of the Contractor not satisfactory to the City of Cathedral City will be replaced upon request as soon as possible by another, who will be satisfactory. The questions as to whether any employee proves satisfactory to the City of Cathedral City is one which is to be determined solely by the City of Cathedral City with or without cause, and without regard to the basis upon which such decision shall be made. All persons employed by the Contractor to perform the Cathedral City Services herein required of the Contractor shall be screened as to their background and previous work records so that only persons of integrity will be employed by the Contractor. c_neral Gleaning 5cr. ce P.O. BOX 2161 74-874 JONI DRIVE #5 PALM DESERT, CA 92260 619 • 568.0690 April 8 , 1997 City of Cathedral City 35-325 Date Palm Drive Cathedral City , Ca . 92235 SUBJECT : HIRING AND TESTING PROCEDURES General Cleaning acknowledges and accepts the fact that we do act as an independent contractor and not an employee . We hire and are responsible for employee insurance , workmans Compensation insurance and payroll taxes . We recognize that we , General Cleaning Service and our employees do-not participate in any of the City of Cathedral City employee benefits . General Cleaning Service is strickly an equal opportunity employer who takes pride employing people of all race or religion . General Cleaning Service accepts and agrees with the decision to terminate or 'replace any individual or individuals not accept- _ able to the City of Cathedral City . General Cleaning Service screens very carefully all future em- ployees background before assigning them to any building . A very large percentage of our people have worked for us for many years . All our field supervision have at least seven years with our company . All our floor care employees have attended several seminars to keep abreast of the changing chemicals and equipment . Gengxal C • g Service Louis E . Rieu Owner & Gen. Mgr . LER/er CITY OF CATHEDRAL CI" INVITATION TO BID for JANITORIAL SERVICES Page 21 AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR STATE OF C1,4urCX24!i4 ) SS COUNTY OF /P'f 6 S/L ) / -V , being first duly sworn, on this ? `� day of /L 1991, by ,AtiJRA /ii/A,7_ , Notary Public, personally known to me or proved to me on the basis of satisfactory evidence to be the person whom hereby deposes and says that he/she is the Sole Owner/Partner/ old/f/C/2 of 6E-/t// A- C`LE4/V/476 /Cho submits herewith to the City of Cathedral City, a proposal; that all statement of fact in such proposal are true; and That such bidder has not, directly or indirectly, by agreement, communication or conference with anyone attempted to induce action prejudicial to the interest of the City of Cathedral City, or of any other bidder or anyone else interest in the proposed contract; and further, That prior to the public opening and reading of proposal, said bidder: (a) Did not, directly or indirectly, induce or solicit anyone else to submit a false or sham proposal. (b) Did not, directly or indirectly, collude, conspire, connive or agree with anyone else that said bidder or anyone else would submit a false or sham proposal, or that anyone should refrain from bidding or withdraw his proposal. (c) Did not, in any manner directly or indirectly, seek by agreements, communications, or conference with anyone to raise or fix any overhead profit, or cost element of this proposal price, or that of anyone else. (d) Did not, directly or indirectly, submit his proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any individual or group of individuals, except to the City of Cathedral City or to any person or persons who have a partnership other financial interest with said bidder in his business. ( Witness my hand and official seal. • ., • Sandra M. Minder •Nr�e Comm x1000761 nn ,.�9` .TART PUBLIC CALIFORNIAmd R I ,p's"! ' RivERSIDE COUNTr 0 3476117 CITY OF CATHEDRAL CIT INVITATION TO BID for JANITORIAL SERVICES Page 22 DETAILED SPECIFICATIONS FOR CUSTODIAL SERVICES General Scope of Work The City of Cathedral City, Riverside County, California, wishes to retain the services of a firm to provide custodial services for its City Hall, located at 32-325 Date Palm Drive, Cathedral City, CA. The structure consists of approximately 15,987.79 square feet. The City is looking to contract for five mornings a week janitorial service with a qualified firm. Daily Specifications These items must be performed on a daily basis. A. General Offices, conference rooms, and council chambers 1. All waste containers shall be emptied and contents disposed of in designated area. Return containers to original locations. 2. Liners to be used in all waste containers. 3. Sweep and damp mop all hard flooring. 4. Vacuum all carpeted areas. 5. Dust desks, chairs, tables and other office furniture and equipment (paperwork must be cleared by City staff). 6. Clean and polish all drinking fountains. 7. Spot clean to remove fingerprints from glass entry doors. 8. Replace any burned out light bulbs (City will provide bulbs). B. Lunchroom, kitchen and coffee areas 1. Damp wipe all table tops and chair seats. 2. Clean microwave inside and out. 3. Outside of refrigerator to be cleaned. 4. Sweep and damp mop or vacuum all floor areas. 5. Clean and disinfect all sinks and counter tops (dishes cleaned by City staff) 6. Empty trash and replace liners in containers NOHRCFW WIPIWIppCr.AA TORrWlIT9RI�10 py7Nl CITY OF CATHEDRAL C' INVITATION TO BID for JANITORIAL SERVICES Page 23 C. Restrooms 1 . Clean and sanitize all urinals and commodes and wash basins, including all chrome fittings, bright work and counter tops. 2. Clean the tile behind urinals. 3. Sweep the floors and damp mop with germicidal cleaner. 4. Empty waste containers and replace linen. 5. Empty and sanitize all feminine napkin disposal units. 6. Clean all mirrors. 7. Restock all supplies as necessary (soap, tissue, towels, linens, seat covers, napkins, etc.) D. Janitor Closet 1. Sweep or dust mop floor 2. Remove all trash to designated area. 3. Maintain neat and orderly storage. Weekly Specifications The following tasks must be performed in the areas listed below, on a weekly basis, in addition to the daily service. A. General Offices, conference rooms, and council chambers 1 . Spray and buff all tile floors 2. Dust all ledges and other flat surfaces below 6 feet from floor 3. Dust all picture frames and art work. 4. Remove chairs and vacuum under the desks. B. Lunchroom, Kitchen and Coffee Areas Deep clean and polish sinks and counter tops (dishes will be cleared by the City staff). C. Janitor Closet 1 . Wash sink basin. 2. Mop floors. C,OFFCE441.WN PDOC SWMTOR/W.NITORI yO on N, CITY OF CATHEDRAL CI" INVITATION TO BID for JANITORIAL SERVICES Page 24 3. Restock supplies. Monthly Specifications The following tasks must be performed in the areas listed below on a monthly basis, in addition to the daily and weekly service. A. General Offices, conference rooms, and council chambers 1. Clean base molding and vacuum edge of carpeted area. 2. High dust all areas 6 feet and above (Contractor must provide an approved lift to perform this service). 3. Remove fingerprints from doors and frames. 4. Spot clean minor stains in carpet. 5. Spot clean wall surfaces in hallways. • 6. Spot clean minor stains in seats in the council chambers. B. Lunchroom, Kitchen and Coffee Areas Remove lime build up from faucets C. Restrooms 1. Thoroughly wash partitions and doors. 2. Spot clean wall surfaces. 3. Thoroughly wash all floors and detail corners. 4. Strip and re-wax floors. 5. Remove lime buildup from all fixtures. 6. Clean showers and remove mildew. Bi-Monthly Specifications The following tasks must be performed on a bi-monthly basis, in addition to the daily, weekly and monthly service. A. General 1. Wash all windows inside and out. 2. Wash and wipe all trash containers. C F,CF IM c*oocswwroRwwroR uo a✓1N, INVI I A I IUN I U blU for ' 1NITORIAL SERVICES Page 25 /v/M 1'0 1130/10 ,- //////1 Aggill. 11/11/ ,,,,,,. / ,,, / • ,,,,,,,,,,, ,,, .,,,,,,,,,,,/ ,,,,,, ,,,,,,,,,,,,,, ,,,,,,,, ,,,1111' ,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,,,,,,,,,,,, Adgil ,,,,,,,,,,,,//,,/,/,,,,,,,,, I // . ,,,,,,,,,,,,,,,,,,,,,,,,,,, / • ,,,,,,,,,,,,,,,,,,,,,,,,, ,,,,, ,,,,,,,,,,,,,, ,,,,,, A !MP ; ,,,,/,,,,,,////// / ,,,,i„,,,,,,,,,,., ,,,,,,,,,,,,,,,,, 8EC0'O P'I100R ,,,,,,,,,,,,,,, AMA A'- F� Bid S�.E.:_ CCW01� AREAS 67% 27% 6% 8,013.82 I Fr ,,,. FINANCE DEPART. 6611 26x Mt 2. 118.19 I 1 4$$$: comm. DEV. 6331 1 4X 3: 3,034.72 ► ► }) RDA ax 1ocX as 2,•3e.ee - / ► /► /1// A0111NISTRATI(X1 4dX ♦4% 6% 2,J3J70 TOTAL SOFT, 9,099.73 6, 119.37 766.69 15,967. 79 ......••.. .•••.•••••.. .•••••••••••• i 4............ xx.:.: •........... ............. EMOIDL .••••••••••.••••••••••• .❖.•e❖.❖.❖••.•❖.••••❖.•e❖o❖.• , e••••••••••❖••ere•••�•••••••••�•,••••••• .••..••..••••...•••.• • ❖.❖:.❖.❖..❖.❖.• ❖.❖.•. AMR • firim::••••• ••• ••ilA• T:28T FLOOR ❖. • ❖.❖.❖. ......•.... .••••••• •• iw000s000000 414110011041141 ..JI.J............... •-....❖. ............. •i••••❖.i•::•i i❖••i- NIONWANNINWINU •❖.❖•• MOWir °Mg••-•••-•••-�!WW6 :.••••moe i CITY .•e••••••• •.•.•.4••.•• I nCOOP11ALLPLAN i•.❖-•ii•�iro•-•••••- t ti ID y W � b o3o � � N , aM 3 Z , m O \ . N a G;, c I ' p N c'1 V h1 w q 4 � a ,� 5 L �cal �� m � L " o . Q \ 0 V vi VZ ^ V O a) a O nv r "1• f `�Ga) p ? Q C n a 8 i Q -° - C.) p _ +gy p \1, No - a) a) >, L U N N w, \ N J C ^ >. n v h2 E it a �k N Jv ,� ` i N . � w o - ct aQ , J � J y Q Q Q Q � � W .E a c ��. . 3 0 X `ci ''' C..) ,i p ? 2 0 (.3 , a 75 Q a O O �. l-, '�o cr. 1� p CA 0 a0 cc & N c� m ° Q, EE 5 c .� \ 4.. W Eo c \ Q � \ �s. �� t : ♦ v P N ` w CCD ' N ` � ` ti , h ` �\ Fe $, c LLI o ( qNNo''' N. t. C 3 p c• O v» - < -4 � - � m N� � a � C U ` � a�i a Ni \ i � aZ C> a) ' C\ \ P 'Q � ra 0 < CI. 6- 8 4 ' 1 -;!L,‘ - , . . - l' 2 0 ? J iN r- N ch Q C.)•• O \ -( - • ç- werui ocaniny per'""ce P.O. BOX 2161 74.874 JONI DRIVE #5 PALM DESERT, CA 92260 619 • 568.0690 CURRENT ACCOUNTS SERVICED BY GENERAL CLEANING SERVICE ACCOUNT NAME SUPERVISOR TELEPHONE DATE STARTED AMR COMBS AIRPORT HARRY HARRIS 327-1201 1/1993 BERMUDA DUNES CC ROWLAND KLOOS 345-2771 1/1991 CITY OF RANCHO MIRAGE CITY HALL BYRON JESSIE 324-4511 10/1984 CITY OF RANCHO MIRAGE MAINT . bldg . BYRON JESSIE 324-4511 3/1995 CITY OF RANCHO MIRAGE LIBRARY TOM JOHNSON 341-7323 1/1996 DOWNEY SAVINGS JANIE HARDING 564-6661 1/1984 LA QUINTA DOWNEY SAVINGS CHRIS GREEN 342-3494 4/1990 INDIO DOWNEY SAVINGS CHRIS GREEN 773-1031 10/1996 PALM DESERT EISENHOWER IMMED . TOM FOX 340-3911 6/1995 CARE LA QUINTA EISENHOWER REHAB TOM FOX 340-3911 6/1995 LA QUINTA ELDORADO CC JACK PEETE 346-8081 10/1995 ELDORADO BANK PALM DESERT DEBBIE WOOD 340-1861 2/1988 ELDORADO BANK INDIO JANET COOK 347-6156 6/1982 FAMILIAN PIPE JOYCE PISTOLE 772-2091 10/1995 FIESTA FORD MIKE BURNS 347-1234 1/1988 FLOOR STYLES JIM GOLD 324-1661 6/1993 FIRST COMM BANK SUSAN TANKERSLY 836-0870 6/1996 GERALD FORD LEE SIMMONS 324-1763 5/1985 J&W MANAGEMENT JIM MCPHERSON 568-0349 1/1988 �Cw�,CM 5I1V/11 S C4(,. / l q AtiV 3A3 -/ezi / " 2 °' / r41M 5 CURRENT ACCOUN.6 SERVICED BY GENERAL CLEA. _NG SERVICE ACCOUNT NAME SUPERVISOR TELEPHONE DATE STARTED JPH ENTERPRISES LORIE HOUGLAN 347-3469 5/1995 KSL DESERT RESORTS DEIDRE ANTHONY 564-1088 10/1993 MEYERS BOARDWALK BILL MEYERS 346-2540 1/1990 P/D BOARD REALTORS GAIL BOBRO 346-5637 3/1995 SUNWORLD INC . CAL JACOBS 398-6181 7/1985 SUNWORLD SALES MIKE AITON 398-9600 9/1986 SUNWORLD SUPERIOR TOM NOYE 398-6105 7/1985 VALLEY IND BANK SUE COLT 337-3299 9/1996 PALM DESERT VALLEY IND BANK SEAN JOHNSON 347-5255 1/ 1996 INDIO VALLEY IND BANK MARY HAEHL 564-1857 1/1996 LA QUINTA VALLEY IND BANK 1000 PALMS ELBY BURRELL 343-3000 1/1996 VALLEY IND DATA CENTER DAVID STRICKLAND 564-1857 1/1996 WESTERN GOLF BOB WAGNER 343-1050 10/1992 ,::;44.efo Cu) 67-iA -P rQ/ y y- �' 97 CITY OF CATHEDRAL 'TY INVITATION TO BID for JANITORIAL SERVICES Page 27 SCHEDULE OF PERFORMANCE This Contract shall be in effect from May 1, 1997 through April 30, 1998 with the option to extend for (2) one year periods upon mutual consent per Section 15, Options to Extend Contract, page 11. C'FCF'M'rW!MN'POOCSWNl70RIUANRpRr ro CITY OF CATHEDRAL ( Y INVITATION TO BID for JANITORIAL SERVICES Page 28 NON-ARBITRARY DISCRIMINATION CLAUSE It is the public policy of the City of Cathedral City that all persons be free from all forms of arbitrary discrimination, including discrimination based upon sex, mantal status, race. color, religion, ancestry, national origin, physical handicap and sexual orientation. wvt C OffrCEyynMMW�00CJWNRORMrM9Ri Sfp CITY OF CATHEDRAL r'ITY INVITATION TO BID fL JANITORIAL SERVICES Page 29 AUTHORITY TO EXECUTE AGREEMENT The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the dates written below: Approved as to Content: Approved by Contractor: Ds By J A i era Louis E. Rieu, Owner Community Development Director General Cleaning Service Date: �/ 547 Date: ylZ /97 • Approved as to Form: Attest: By:,;)&., teven . Quinta Donna M. Velotta City Attorney - City Clerk Date: l I/�2 Date: 7 J7 Approved b City of Cathedral City: By: - e ge Tru elli City Manager Date: C WA,,CEWOW'MWppC$VAMP-ORIWry(7ORi yo ?VlM, CITY OF CATHEDRAL CITY BUSINESS LICENSE LICENSE NO. 1 1 9 3 8 EXPIRES 0 3/9$ 4333 LR c IA l ADDRESS OWNER BERMUDA DUNES , CA 93 ! �Mr��, IEU CITY OWNER 619 SG3 O690 TELEPHONE TYPE OF BUSINESS THIS BUSINESS IS LICENSED SUBJECT TO THE NROvISIONS OF THE CITY OF CATHEDRAL CITY MUNICIPAL CODE. ISSUANCE HEREOF DOES NOT ENTITLE THE OWNER TO OPERATE OR MAIN- TAIN A BUSINESS IN VIOLATION OF ANY OTHER LAvv OR ORDINANCE. THE LICENSE DOES NOT CONSTITITUE ENDORSEMENT OF ANY ORGANIZATION OR MERCHANDISE OR SERVICES OF ANY CHARACTER NOT VA_ LICE44SE COLLECTOR POST IN A CONSPICUOUS PLACE STATE P.O. BOX 4208L7, SAN RANC(3CO,CA 94142-0807 . , . • COMPCNyAT$OM . I N S U S A N C E • • F LJ.N 0 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE • • • PRIL 2: , 1997 pot ICY .J•Jk,BtP eig6_r.(.. • •.• ,_,,,. :;.: .^ •.7r•: CCRTIflCA'I L EXi:'.r.cs: _ F . 'n vim r �':a ^ - \.I �.'.i N .9..:. .v • . .v :' • t ... . •:,*,.�, CO;it't'w;'1? DC`VCL,i•:'f;i•�T J::P•' • • 4. .A' :11+.AL 'y :r� C:r. .4.2?5-50'J • • • This is to cerUfy that we have issued a valid Workers'Corn delsation Insurance pei,cy in a torrn approved by .he Cel,tornie In&irinoe CWnmissioner to the employer nomad below for the ooitry penod lndioeted. :• . • • _ • ` tiff;�joticy t:ni t sul*ict to Canct ::to.:,,try the Fund cx<,eu. .)p ,tan cys'ad: vm)cia`✓t it. ter,nets to: tl le employer.:. . Wo.will p15ti:ctivi'•i;ir.TEN 0ays, n^`'race notice shuuiu.t::il::p o,�,...Le cancelled.prior vi'I nOrRta1 exPirat►4^: ::'rl`it,C'eetf`iCAte•o in$ura'rx.-ci.is net an•insursncit pctluy ;and do65 not on.ynC, extend,,r allies the rxric:rage a1f cI J:oy thy,• ' • . +olie,ei }i$•ted herein. NotW'tr.standinp any •••eqthn inert, ^E1r n or ra�rid1tion:Of any Cart+l•IZca or caner situ,miant with: . respect. 1'd whirh.'t'tirir derldrostto.ot Ilar,:a..tanne rrf:ay hu 15,vue•l:;,r rfiay ,ei.baih, the mtx;raiirb'attordetlby filo,tsalk.ie$ • >'dP.ptr.nt'c'4rte1e411 iaabojctt t4 eil•the torrna,eAdusidr4 lou cO d tioN,Ul`>7Ui`p(dirom: • . . • • • • • •:•:::;;:.•••:: • •../ .-.-10/4-w .0 • . ,tPcill:c,•.e........----_,- • /S".. 1/•.'e.:4(••: . . .•..; •A4TIiolcal:.9'Rrr iteilENTnTive . ' rzeiCteir...e• 't 21111 . >r::'1.r, ?NE 1LT':Y L.I• . .: rr. •,+.,• •:ri1r r ;)R-".?i•.' . , >I•C. :41 ,3,.1tfti:i;,t G`t; rug:.. r . • • • • • EMh•i.lie R. - .: :. .. ; . • Rtr,ci, ••L,..::jr,• 211x1a. : •ZP ,` j" !., j' .•. iA � •'..:. . 'v :: • . .:. _ . i ;a1,ii: -.7: MCN •!TT...A ERUE a, .CKGR0 6 :`'':. .:z•.-. ".. V ';'