HomeMy WebLinkAboutContract 1584 02/25/2014 11: 12 7603471016 COMMCLNGSPECSTS PAGE 02/05
• P.O.Box 12647
• Palm Desert,CA 92255
• Phone:760-341-2335
•
Fax:760-636-1373
• • ccsinc®dc.rr.com
,,,.,�. ...�.▪ .�......... ...: ..:...............�,�„��,.,.�.i r,r:� ..
..........
... :. ,... .. r.....r�. ..r .......
.. ..... ....... ....... i .r�.,�,.... .....1....�116�u1 II ................ .,.�
.,.��,.�.�:� .... ....L,..i o.r�. r i I,,,,,,�.,. ..,.r � .. � .. �•„�.
.: ...........�� .!.e ..n a..:.u. ..:,,., ,, q.�. , �ni n, ...,. r..,,,_, ,,, .r. 41
r.: •
..
February 25,2014 •
Horst Schnur
Facility Maintenance Supervisor
• Cathedral City City Hall
68-700 Avenida Lalo Guerreo
Cathedral City,CA 92234
Re: Janitorial Service/Amended Service Contract
Horst:
Thank you for your continued cooperation and assistance with respect to the janitorial service
we provide at City Hall. The purpose of this Amended Service Contract is to better define the scope
of work we provide,to incorporate additional areas not previously cleaned, and to advise you of the
necessity of an increase to the monthly fees. Per your request, we are incorporating the cleaning of
the Cathedral City Fire Station into this Amended Service Contract and will begin invoicing both
locations together. We hope whoever is responsible for deciding on the increase understands that the
current fees.have been in place since 1998 and are no longer adequate based on our current costs or
the•time required for the level of cleaning you deserve. If approved,the new fees are effective as of
the date of the signatures below and will not be subject to additional increase for two (2) years
thereafter.
,Assumptions,
• Cleaning is to take place after the close of normal business hours Monday through Thursday
(both City Hall and Cathedral City Fire).
• CCS provides all labor, tools, cloning materials and equipment necessary to provide the
service set forth below.
• CCS will provide can liners and all restroom supplies to City Hall(toilet paper,hand towels,
soap, and seat protectors). Cost of supplies are anticipated based on past consumption and
Included in the fees Quoted below. It is recommended that the cost of supplies allotted in
the monthly fees be re-evaluated quarterly or bi-annually to ensure an accurate monthly cost.
• CCS has not been requested to provide supplies to Cathedral City Fire. Other than necessary
cleaning produce, Cathedral City Fire remains responsible for providing can liners and
restroom supplies.
• CCS is not responsible for any janitorial service or window cleaning at the Cathedral City
Police Department. CCS has provided temporary janitorial service to the Police Department
in the past and that service can be negotiated again if necessary in the future.
• Fees quoted for window cleaning and hard floor care are 'per occurrence' and can be
scheduled monthly,quarterly,or on request.
Daily Service City Hall(Monday-Thursday)
• Empty all trash and replace can liners.
• Empty all paper shredders.
thr:o10o. b144i11g. •
.:,, I :,:,:•::';r'q;
.. . •
.;;:•:.r..:..:<.. . g9 c;';i.r.a;.I'iiiy=•"
,r jl'i;•4 ri
..:,. .r��.:,::., ^�i.�i�i°i�r pr!y,��::_r.�.�il�•r!iii i;
.Ji....... ............r..,..,..:.,..,,.'L.:CICJ,,:i:i•,i'ivi!;rIC::'tl is
L;:... .......... .:::.•,..ia:a r.r.. y�.rv:rr:nii.:anarw,yn ipnr•i.pri.u+c•:.irr.i��ili;!i,�i; !�!i!i;:. „���`�
02/25/2014 11:12 7603471016 COMMCLNGSPECSTS PAGE 03/05
February 25,2019
Page 2
• Clean and sanitize all restrooms including sinks,mirrors,counters and toilets. Mop
restroom floors and restock supplies. Clean and disinfect top and underside of toilet seats.
Wipe down stall partitions and doors as necessary.
• Clean all kitchenette stations throughout office. Includes damp cleaning of countertops,
sinks,coffee makers or other appliances,and backsplash. Clean exterior of cabinets and
cupboards as necessary. Monitor walls for spills and clean as necessary.
• Clean main kitchen/lunch room including countertops,sinks,exterior of appliances and
stove top. Mop kitchen floor and restock any supplies. Vacuum carpet and damp clean
table tops. Monitor TV for excessive dust and clean as necessary.
• Mop tile in reception area and wipe down reception countertops.
• Clean all offices. Feather dust cluttered'working'desk tops,damp wipe open desktops,
credenzas,book cases,etc. Dust plants,decor,window ledges and blinds. Sanitize phones
with antibacterial spray. Monitor chairs and chair bases to be free of excessive dust. Clean
as necessary.
• Spot clean glass entry doors and glass panels throughout entire building. Includes reception
area,all administrative areas and third floor Council Chambers.
• Monitor all window ledges,tops of cubicles,book cases,etc.to be free from excessive dust.
• Clean and polish stainless steel elevator doors.
• Damp clean all conference room tables,coffee stations,etc.
• Maintain offices not in use to be clean and presentable. Includes desks,tables,floors etc.
• Clean fitness room to include wiping down of equipment,moping/vacuuming floors,and
emptying trash. Clean and sanitize restrooms including sinks,mirrors,toilets,counters,
showers and floors. Damp clean exterior of lockers as necessary Restock any supplies.
• Monitor council members'furniture and audience chairs to be free from excessive dust.
Damp wipe as necessary(at least monthly).
• Damp clean vending machines as necessary.
• Clean mail room and training room to include floors,tables,trash,countertops,etc.
• ("')Employees are to notify CCS of any maintenance issues including damage to dispensers,
toilets,sinks etc.so that CCS can relay such issues to the Facilities Maintenance Manager
immediately.
Monthly Fees: $4000.00
(4) The monthly fees quoted above include semi-annual'deep cleaning/spring cleaning.' Cleaning
will be scheduled twice per year at Client's convenience and includes:
• Detailed damp cleaning nf all horizontal surfaces(desks, book cases, cubicle tops,file
cabinets, etc). Items will be removed from desks, tables, and bookcases in order to clean
furniture unless specifically asked not to. Items will be returned to their original locations
as best as possible
• Detailed vacuuming under and behind desks and office furniture.
• Vacuuming of all AC vents and returns.
• Damp wipe all window ledges and doors throughout office.
• Vacuum under all(movable)gym equipment
• Damp clean and disinfect all gym equipment.
• Machine scrub tile floors in gym showers. Scrub rile walls and grout. Clean/treat hard
water build up on glass shower doors.
• Removal and cleaning of all glass table tops throughout office.
• Cleaning of interior and exterior of all kitchen appliances including refrigerator,
microwave, stove, oven, coffee station, etc. Clean tops and exterior of any vending
machines.
▪ Additional services requested by client can be incorporated into this scope of work
02/25/2014 11:12 7603471016 COMMCLNGSPECSTS PAGE 04/05
• February 25, 2014
Page 3
pall'Services Cathedral City Fire(Monday-Thursday)
Areas of service include the administrative offices/cubicles,break room,conference room,
restrooms and EOC. Client provides all restroom supplies and trash liners. Service includes:
• Empty all trash/replace liners.
• Mop all tile/vacuum all carpet.
• Clean and sanitize two restrooms including sinks,toilets,mirrors,floors,and walls.Restock
all restroom supplies.
• Clean break room including trash,floors,countertops and skink.Wipe down exterior of
appliances_
• Spot clean glass entry doors and glass panels as necessary.
• Feather dust working desktops/damp wipe open desk tops,tables and furniture.
• Monitor window ledges,artwork,file cabinets and cubicle tops for excessive dust.
• Clean glass entry doors and windows as well as interior glass panels monthly. Does not
include glass panels on garage doors.
Monthly Fees: $890.00
Additional Services Offered to,City Hall
(price quoted is per occurrence)
Hard Floor Care Options
1. Machine scrub vinyl floor in kitchen,mail room,and basement hallway(from elevator to
back door).
Fees_ $195
2. Machine scrub and spray buff(restore shine)vinyl floor in kitchen,mail room,and
basement hallway(from elevator to back door).
Fees: $325
3. Chemical strip vinyl floor in kitchen,mail room,and basement hallway(from elevator to
back door). Apply two(2)coats of new wax.
Fees: $850
4. Machine scrub ceramic tile throughout front lobby/reception area.
Fees: $225
5. Machine scrub ceramic tile in restrooms(priced per restroom)
Fees: $65
(y)It is recommended that floors be completely stripped of old wax after two applications of new
wax.
Window Cleaning City Hall
• City Hall entrance doors and panels(inside and out)
• First floor south facing windows(inside and out)
• Second floor windows above lobby entrance(inside and out).
• Third floor Council Chambers. Includes glass panels at entrance to Council Chambers,all glass
doors and panels above and adjacent to doors.(inside and out).
02/25/2014 11:12 7603471016 COMMCLNGSPECSTS PAGE 05/05
February 25,2014
Page 4
• CCS does not have the ability to clean the high level windows in the Council Chambers. A bid
for cleaning ja of the windows throughout the Ciry Hall office space can be obtained if
necessary, but that work will be subbed out to a qualified window cleaning company.
Fees: $225
Mary Pickford Salon
• Vacuum carpet and damp mop wood floors.
• Wipe down vinyl seating.
• Feather dust chandelier.
• Damp clean wainscot and chair rail on walls.
• Damp clean crown molding.
• Dust recessed lighting.
• Vacuum and damp wipe AC vents,speakers,and projector.
• Clean exterior of glass display cases(interior of glass will be cleaned if accessible).
• Dust and damp clean any artwork and decor.
• Wipe down any doors,jambs,and hardware.
Fees:$150
If the scope of work and fees quoted above are acceptable,CCS will begin invoicing City Hall
and the Fire Department together on one invoice. That invoice will be sent to City Hall only,unless
the Fire Department would like to receive a copy of the invoice. The additional services listed above
can be scheduled on request at customer's convenience.
Commercial Cleaning Specialists,Inc.is family owned and operated and has been providing a
variety of cleaning services throughout the entire Coachella Valley since 2001. We are licensed and
bonded and carry all necessary insurance. Certificates and references are available upon request.
To accept the bid, please sign below and fax back a copy of this proposal. If you have any
questions,please do not hesitate to contact me directly at(760)361-4449. Thank you.
/ G
Respectfully, Dated:
Signed: 2//ikr fi
Brett A.Hensel
Commercial Cleaning Specialists,Inc.
Janitorial,Cleaning&Maintenance Services
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.
CONTRACTOR
Professional Services Agreement Page 1 of 14
A
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
CONTRA CTOR
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.
('O.VTR1('TOR
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 anylatent or unknown conditions materially
Y
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.
CONTRACTOR
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
C �)VTR1CTQR
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
( V TR_1 C7'OR
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
Y
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.
(O1TR.-1CTOR
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.
CONTRACTOR
CTOR
Professional Services Agreement Page 8 of 14
IIS
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.
II
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
CON TR-1 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
CO,A TRA CTDR
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 CATHEDRAL CITY: CONTRACTOR:
By: ti?(''.?I/ �� ("1By: �tJ
"Ge rge Truppelli, City ager Signature
Date: /0 - ZO
Louis E. Rieu
BY:
-� Aguilera, Community Owner
Development Department
Date: 10‘ •/,'-',r. Corporate Seal
By:
Dudley Haines, Risk Manager
Date:
ATTEST:
By: t
Donna Velotta, City Clerk
APPROVED AS TO FORM:
s
B 011
Steven B. entknilla, City Attorney
C:\OFFICE\WPWIN\TEMPLATE\SAMPLE.PSA
(MM/
ACORD CERTIFICATE OF LIABILITY INSURANCE DATEDD
s 8Y'
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY
CO INC. AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
ELM
ELM N. INSURANCE,U STREET CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE
1905SANTA ANA CA 92706-2779 AFFORDED BY THE POLICIES BELOW.
Agency Lic#:0509747 COMPANIES AFFORDING COVERAGE
INSURED COMPANY A: GOLDEN EAGLE INSURANCE CORPORATION
GENERAL CLEANING SERVICE COMPANY B:
74-874 JONI DRIVE#5
PALM DESERT,CA 92260 COMPANY C:
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 I POLICY EFFECTIVE I POLICY EXPIRATION LIMITS
LTR DATE(MM/DD/(Y) DATE(MM/DD/YY)
GENERAL LIABILITY CCP-372772-02 JAN 2 98 JAN 2 99 EACH OCCURRENCE $ 1,000,000
X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(My One Fire) $ 100,000
CLAIMS MADE X I OCCUR MED.EXP(Any One Person) $ 5,000
A r PERSONAL&ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG. $
POLICY PRO- LOC
JECT
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT $
ANY AUTO (Ea accident)
I ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS (Per person) $
HIRED AUTOS BODILY INJURY
NON-OWNED AUTOS (Per accident)
i
— PROPERTY DAMAGE $
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO EA ACC $
OTHER THAN
AUTO ONLY AGG $
EXCESS LIABILITY EACH OCCURRENCE $
OCCUR CLAIMS MADE AGGREGATE $
INCL $
DEDUCTIBLE EXCL $
RETENTION $ $
WORKERS COMPENSATION AND WC STATU- OTH
EMPLOYERS'LIABILITY
E.L.EACH ACCIDENT $
E L.DISEASE-EA EMPLOYEE $
E L.DISEASE-POLICY LIMIT .A
OTHER: 04
66 19g�
DESCRIPTION10 DAY NOTICE DUE TO NONPAYMENTICONSNEHICLES/SPECIAL ITEMS CLEANING SERVICE ‘414-�� e i°4-C
V Oej�
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,
CATHEDRAL CITY,CA.92234 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
Attention: GLORIA-FAX: 760-202-1460 ✓ c
ACORD 25-S(7/97) / ' Certificate# 5356
(MMi
ACORQ. CERTIFICATE OF LIABILITY INSURANCE DATNOV fi 8Y'
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
Agency Lic#:0509747 COMPANIES AFFORDING COVERAGE
INSURED ICOMPANYA: GOLDEN EAGLE INSURANCE CORPORATION
GENERAL CLEANING SERVICE COMPANY B:
74-874 JONI DRIVE#5
PALM DESERT,CA 92260 COMPANY C:
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 I POLICY EXPIRATION LIMITS
LTR DATE(MM/DOIW) DATE(MM/DD/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 I X I OCCUR MED.EXP(Any One Person) $ 5,000
A PERSONAL&ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 1,000,000
GENL AGGREGATE LIMIT APPLIES PER: 'PRODUCTS-COMP/OP AGG. $
POLICY PRO-- LOC
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
ANY AUTO (Ea accident) $
ALL OWNED AUTOS BODILY INJURY I
(Per person) $
SCHEDULED AUTOS
HIRED AUTOS BODILY INJURY
NON-OWNED AUTOS (Per accident) $
J — PROPERTY DAMAGE $
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO I OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $
OCCUR CLAIMS MADE AGGREGATE S
1-----
$
I DEDUCTIBLE
LHINCL EXCL I$
RETENTION $ I I $
I WORKERS COMPENSATION AND I WC STATU- I I 10TH
I EMPLOYERS'LIABILITY TORY LIMITS ER
EL EACH ACCIDENT $
EL DISEASE-EA EMPLOYEE $
E.L.DISEASE-POLICY LIMIT ' �y
OTHERokf:!`` \r
, SII
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS CLEANING SERVICE �`Ov p$ N° 1`+r
*10 DAY NOTICE DUE TO NONPAYMENT `v ��w��OkI�
CANCELLATION
o
ADDITIONAL INSURED;INSURER LETTER:
CERTIFICATE HOLDER
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 .
Attention: GLORIA-FAX:760-202-1460 / y
.
ACORD 25-S(7/97) 1 /CeRifi # 56
o py
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 1_ALO 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'd.4750....ezetLeI
AUTHORIZED REPRESENTATIVE PRESIDENT
EMPLOYER' S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1, 000, 000 PER OCCURRENCE.
EMPLOYER ®CT 2 9 1998
�ENELO �
� , t4
WTI
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:
• -partment 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
Qencral C/calling 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 FREQUENCIES : CITY HALL WEEKLY :
1 . Empty and clean all waste baskets 4
2 . Replace vinyl liners
P 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 PK(JVIDL :
ROUTINE LABOR CLEANING SUPPLIES
SUPERVISION PAYROLL TAXES
CLEANING EQUIPMENT WOR} ANS COMPENSATION
INSURANCE : •
General Cleaning Service will provide insurance with limits of
not less than $1 , 000 , 000 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 lic 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 y
again for our interest .
g
s tf fly submitted ,
L. E . Rieu
Owner & Gen. Mgr .
ACCEPTED BY : -
TITLE :
EFFECTIVE DATE OF SERVICE : 7 -/s-- "
LER/er
Qcncra/ 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 .
Resp-c lly submitted ,
L. E . Rieu
Owner & Gen . Mgr .
ACCEPTED BY :
TITLE :
EFFECTIVE DATE OF SERVICE :
LER/er / '� ,� �� f(. /)/ y ( 7,-, e-f"
CITY OF CATHEDRAL CI
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.pO/monthly 512,480.00/annually
SIGNATURE: � -C Cc )
C‘OfFrCi..02W OOCS\.AN?ORp N/TORI rO
C.1441
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,
lOPPOINNWINWPOOCO.WirrOltNAMISNO YO
WNW
CITY OF CATHEDRAL C' '
INVITATION TO BID for Jr,NITORIAL 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.
C IOFFlCEW 4' VNtOC$WN(?ORIWIWTQRI X10
CITY OF CATHEDRAL Cr
INVITATION TO BID for J',,' ITORIAL 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.
WY el
Off+CEWRviMNDOCSWN/TORAMNITOM r0
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.
E Cover page, Invitation to Bid, must be manually signed.
E Affidavit of Non-Collusion by Contractor form, pages 21.
E Bidder's Reference List, page 25, must be completed.
❑ All Addenda issued by the contractor shall be manually signed.
E Statement of Qualification and Information for Janitorial Services, page 19.
❑ Hiring and Testing Procedures Requirements, page 20.
_ova ce,.n.+.nrwoxswv*nRnwv*oM
RIO
UNN
CITY OF CATHEDRAL CF
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
,ocaiC M+w,Nw..oc r..4.WTORhM/NTCRI b0
./1N7
T
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 all 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.
,OFPC.111*. vtiwoocr,.wr0".64A aer IMO
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
CITY OF CATHEDRAL CI
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 al cost to the City.C ty. 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.
lom4cl1MTMMINOOCSWNRDMWNRDon I/O
GNM,
CITY OF CATHEDRAL CI
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 3r 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 WFACEYM1MNWOOCJWNlrONNANI70RI 1110
oNN
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 Cityshall 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 OPPCEVINMNMMOOCS\MMTORq/NIW?ON)YO
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. AH 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.
Af,,c E`M?N,MWrWCs,..ANfrOMWN/roR,ao
aiM,
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 maybe used in performance of the
9 PP
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.
Wffi�Eyy}W/M WGpQCSWNIfOpIMMITOA010
WOW
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,
'.OFKE1rvRN', VOC S'JNi'DJ1' !NO
3-lN
CITY OF CATHEDRAL C'TY
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 OF ICr MINOOCSWNITORIWNfTORI X'o
oyNl
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
aYlNU
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
,OFFICEVAWNWPDOCSWNITORrWNl70RI 810
ONN,
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.
rC FW'►wlMINOOC$ysp#rrow wirog1!r0
P✓fN)
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: 6e xi ei'Y I C /La iiN w j 5erU(c
Address: 29.(Y751 ,(Sr. 4Z-yr _5c7-9_ C i1
2. Authorized Representative: ti is E 2/6C../
Title: V w n) C ►"
Telephone No: 6/1 S� ?. 0C9(-)
Address (if different from above): 54 m
3. Type of Organization /
YP 9 ,ti /1 ;!5 �h ; >.
❑ Corporation* ❑ Partnership ❑ Joint Venture EKOther (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.1 �
AON/.5 Lam, K/CC., 6‘..4)
?335 ' �46c.40LV4 Ar41ade// �u�S IZZ(3/ 4.)e
(name) (title)
PMMA /��I /
43557 44c-et)/4 RrncQlJ Zak.eo
(name) (title)
(name) (title)
5. How many years experience as a contractor in janitorial services work? /`,/
6. Offeror shall submit detailed description of all hiring, training, testing, and disciplinary
policies and procedures used by this firm.
C IOFFICEVMMINIVAOOSVW7OOPOWA TORI O
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.
of+ctw.w+1144, r`wio+►nwvrow ro
oaf«�
clreral C/caniiig Ser. ,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 dc
act as an independent contractor and
p 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 .
Geneyal 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 C'�G/,cC,0 i,4 )
) SS
COUNTY OF '/i/E2S/06 )
/s'U/S t. /Z-V , being first duly sworn, on this ? ` f day of 4pe/L
1991, by,,5Ati '4 /27 /) //v/Z--,,Z, Notary Public, personally known to me or proved to me on the
basis of satisfactoryevidence to be the person whom hereby deposes and says that he/she is
the Sole Owner/Partner/ O/Uif/Ci2 of (E/t/t'% C`LEA///N66Pl//C�who 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, directlyor indirect/ byagreement, communication or conference
Y, 9
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.
?" " " "—" " ^ ^ ^ r Witness my hand and official seal.
* Sandra M. Minder
Comm tioo0761 (�
_�(�► •TARY PUBLIC CALIFORNIA,
2 ` � ! ' RIvERSiQE COUNTY
1 )E tarty Soot 24 1997
L
c,o444ccrvrw,Nwrcoc rwrroRnwr*om ND
me.,
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 clew 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
' �( W S4 OOC fyAr/T7w1d,/I'DRI 10
py,N,
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.
CF.CEVIPSVN PCX)CSuAV rORP,AM,DRI BID
0NN,
CITY OF CATHEDRAL CI-
INVITATION TO BID for JANITORIAL SERVICES Page 24
3. Restock supplies.
Specifications
Monthly pe
k must beperformed in the areas listed below on a monthlybasis, in addition
The following tasks
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
ecifications
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 OF.CEWr.WPAWP000S1.4.4/70,N. wTDRr YO
D✓!N7
INVI IAI IUN IV bIU tor ' '\NITORIAL SERVICES Page 25
/+/M m 1/7a'W
//,I I
. I'
%/ 4
'�
, ' / de
.
,,,,,
yj'
%,,, 4
,,,,,, ,,,,,,,,,,,,,,
,,,,,,,, ,,,,,,/,,,,,/,,,, •
,,,,,,,,,,,,,,,,,,,,,,,,,,,. ,„„„„,„„,,„,„,„„,,
„„„„„„„„„„„,„„,
„„„„„„„,„„„,„„„ .
,,,,,,,,,/,,,,,,,,,,,,/,,, ,,,
r
,,,,,,,,,,,,,,,,,,,,,,,,, ,,,,,
p . . . . ._ . ,,///////,//// //////
OF 4
////////////// ///,//
//////e//////// ,,/,,,
,.-A.... . ,,,/..,,,,,,,./ ^'
,. .,, Mein
.+, a ///////////////// /
PT .., 1 //////////////////
,,,,,,,,,/,,,/,,,
Ram FLOOR
I a
o �e l.E� Elrl ELL1' LLE t� BOA LSO Ss1.�L.
a
CGW7r1 AREAS 6 7% 42t 6* 6,013.82
,,,. FINANCE DEPART. 66* 26* 0X 2. 188.80
1111 .
•
. ._..
I • i .•••• CCW. DEV, 6.32 14X 3i 3,034. 72
MN ROA mg 1 oa7[ mg 2,436.66
•
I ;f�A AD.,N1sTRAT1aw 48X 442 eX 2,333.70
- 4 TiTA1 SO FT. 0,099.73 0,119.37 768.00 15,087. 79
AliVVVVVWVAN
. ± : :
MAN .4411.0,004,411rno4,4,411
i•..•.i••.••••..•••••.. ......../ ....+q . --"frami••••••••••••••••••••••
I
iiii�i�i�i�i��ii�i ii iii•iii•••Xili••••••••••••••••:••••.••i
CITY OF CATHEDRAL CITY
INVITATION TO BID for JANITORIAL SERVICES Page 26
BIDDER'S REFERENCE LIST
List up to five (5) office buildings (government or private) for which you currently supply janitorial services, (select buildings with
similar fixtures, equipment, and square footage to the proposed City building).
Offeror is required to supply the following information- Additional sheets may be attached if necessary.
NAME ADDRESS APPROX. TYPE OF CONTACT CONTACT
SQ. FT. FACILITY DATES PERSON TELEPHONE
1iry / �74�boA/"ziy/'/ 27000 (err / /7 y'/ e N
' Y erg o y1�� �%� l/
oft- �� .-n/ c_,r 1 35---yz4 [rt-A/�.,
2 V n
/ !/ _( roliii /"i /5 J EY /I " /_ :4)1-Y J1/a
-Y ie 44/x,' /04030
i 7
' v /17iryl e /6, 1///
3 A,/I 4 l / lest kill/Crly e /j &6t► IV/CM'', / YO % - i-o Li ; ",3 3y/732.5
r /c1>.-,a(fo COrrr y �Q� f PTS J �'O /
4 Coii&il/ cfci _ � �/4� lt)e1/5 50 C /0_:a fs K i f
S3 EN re i nix" �A c:1/A.9 cL
5.50?ti Idyl CoAeti&//A ' 5- 640-0 ;je5 7 - /c 8.S /'i/Xe A/TO .., o0
6 E/d%,410 'i /> /A/ p � ‘ 5-00 64A) .,1 -//.O(P 9r ,e Wood 3 y -/b'c_ .
/ 73 & ./�. a'Z j J&'7 Cool Ty7- ;/5,
Y 11/
7 8/ 7o/ " 7, 4AJ/[
2C'Jcil 0
g*14, . - /0 'iG 5(7.-1() )-01,No�-►
s
p 33�- 3 Z
O . V/ /9 PA/n1 IC�cr'T �, So 0 , 3 517-52 )
, / � , o Som 19-012__ " Y L
,o r/y l�A/7� 5-6� y - /6'S
/0 ! i L.4 (�u.,o7A j: 6)00 �,oNi� / - S'C C ;‘,/3 - e),-
//- / ' /00o Pa/775 �/ 90-0 .6,p,k)/4 / - ,Y ` ( CLALA-K,
/ -. /��7 �ruc,// 7 t(1c /�5 SOCA , .,O.c>/1- 6 - / 2 `/� lJi// /6��eis //
— �n�cJ �� 2 5/
/,j, /fZ4 /"' 4/11 "2•P Ili PrC'P P�- /6 ��/ f ? L
/U i',17-, 77Y,, , In if: /nor, /).4/his /C,, oc�-tn (/�T,//i`'r /D • f/ - Z i,- o_� 10.4liv r- J 7
c- <incrum >w waxily ,)cr' ""cc
P.O. BOX 2161
74.874 JONI DRIVE #5
PALM DESERT, CA 92260
619 • 568.0690
CURRENT ACCOUNTS SERVICED BY GENERAL CLEANING SERVICE
ACCOUNT NAIL 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
�CwM(� S►�l�lti'� S ('4 / n,.,L(PC( Ativ 3A3 '072- 1 1 - 261 - 57
r4/(4 5
CURRENT ACCOUN.S 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
rW
r4 (�� ,,6/ti 5 //
- , 19 7
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,Of PC£1441.MMWPDOC S ANl70RIWNRDR,YO
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.
c,OCc i4UW +oocr...faronn.uwrOM&O
iKN
CITY OF CATHEDRAL CITY
INVITATION TO BID fc 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:
1.
By: By• at
J. • A. Ji era Louis E. Rieu, Owner
Community Development Director General Cleaning Service
Date: 49 ,7 Date: 0?/97
Approved as to Form: Attest:
�i L�/�i�►ri_ B
teven =. y•�� Q � ` ��l�
Quintae
Donna M. Velotta
City Attorney - City Clerk
Date: -K/-2 / 7 Date:
Approved b City of Cathedral City:
i .
By: A4114 i ,,•
• ee ge Tru:••elli
City Manager
Date: 17
C W/ACENMMMWipoC SWM?oR/uAtfro ir0
OHM,
CIT`! OF CATHEDRAL CITY
BUSINESS LICENSE
UCENSENO. > 1 938 EXPIRES : ,'••'03/98
8uSINESS
43337 Li;':OVIA.
ADDRESS OWNER
BERMUDA DUNES , CA 92z.,‘,; 1 EMMA; R. IEU
CITY OWNER
619 563 0690 :L'r NL d,. _ERVI .-
TELEPHONE TYPE OF BUSINESS
THIS BUSINESS IS LICENSED SUBJECT TO THE PROVISIONS 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 LAW OR ORDINANCE. THE LICENSE DOES NOT
CONSTITITUE ENDORSEMENT OF ANY ORGANIZATION OR MERCHANDISE OR SERVICES OF ANY
CHARACTER.
iNOT VAS - -E=3 S,GNE:;. --
LICEOdSE COLLECTOR
POST IN A CONSPICUOUS PLACE
b _
• STATE P.O.BOX 420807,SAN FRANCS CO, CA 94142.0807 .
• tr4OMPENhATION •
. INSURANCE '
N 0 GERTIFICATE Or WORKERS COMPFNSATION INSURANGk
. 1\PRI: lir 1997 ROI Ii'YN'Jk4GER 1196-f' ;..• •—,: ` :!.': .^ '?r•.
CZRTIRC 1'ILfJCF:rr-S•
.` f
•
,•\:. _;M ,'•.;', .:::: -..,,T.•::, k:G;it't7Ni'I.1 r.:EVC'.,i•:lEt T .MPT • .
:., : >. ;'::'E: . :1,: 0l; •
a'6• .. ,;','N,..4.'‘. :-",;:i C r. V,'.235-5001 •
' This is to certify that wa have Issued a valid Workers' Comoensation Insurance palsy in a torn epprovva try .tie Cai,torn s
Insurance Commissioner to the employer Hamad below for the oolloy oertod Indicated.
•hits ptaGGy b.rn:t•suttirict t0 cenetlizt rl 1).y 11-.P Fund c'reu: .itui 1 tl:"I city e•advmncrt wtitten notice.ro tt,y employer,
W, will pts ciiw ,' 1 EN d)ys nnvancr natio:shuuld tint.'. ;•r1! Le c;encellso.pr•,or vi i15 riirrnat eXi. riiro^ • • . .
• 1114 certificate t71:inserance.$s not an Insur. ice policy and does not an,bnc, extend':Jr celtbr th0 rxrrc_r49e itlRxcIc y tti4• • :
:pcike(ao Wed twain. Notwithstand.no 8nv :*agt104rnerit, 'c?rrn. c r !;(,'•1111 tion:of any <.•r,nt wc:t ;dr c V)er iitw urne/ll with..
fespoc to whish:t+iia derllf10 •o$ ,nu:r.vf':4 •troy.be II ueei.vr 'hay ;?or't4on, ilio In:1urartrb;afforded by trtg.pcUciee .
:.!'::::'..:.:dittkoritx,e,rientein it4 CU jcrt t. ilii•the tot'rna,tukbAuStOrtt$inu Lia^dittos:,ui,>.,u6 pNlcir ' • . . •
AL.:more:4�;i.�Rrr•iraetMTnrive : F:AC!aIru!' t'
tt•Ie , >•. r.r' .r �.
, .' AL
J3I L, .� L! . .. •r.. . . •,rI f C 7F:-..:c.. . `..T .., '411 ,: •L f?1,1!.".1.6::...9'6,•: "...(.7.'..C..; 21:•:.;,'`,',.
•
• ,. ? .
•
•
•
•
•
EM,•,afER• ••
•
•
. r:: •
•
IZ:IS:i.; •f.iLC '�. - �t.1,katl .NF:;.. • r1iIY; Jam'
Pmt:: S:i .?iL '.xk T;.i;c G' D.f.y.. + .
•
:.n .1":,.f.::: i. CA !)-i.25:, •
. • • • • ' '.".414!:.• • • MtN '. A .:1 ERNE.i CKGRO ti : i . ' ,.•i• b.,link r gill
l .