Loading...
HomeMy WebLinkAboutA9010 - VESTED SOLUTIONS DBA ETERNAL LOVE LIMITED LIABILITY COMPANYCONTRACT SERVICES AGREEMENT NO. A9010 JANITORIAL SERVICES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT THIS AGREEMENT FOR CONTRACT SERVICES (“Agreement”) is made and entered into on April 1, 2022, by and between the City of Palm Springs, a California charter city and municipal corporation (“City”), and Eternal Love LLC, dba Vested Solutions, a Limited Liability Company, (“Contractor”). City and Contractor are individually referred to as “Party” and are collectively referred to as the “Parties”. RECITALS A. City requires the services of a Janitorial Company, for Janitorial Services at the Palm Springs International Airport, (“Project”). B. Contractor has submitted to City a Bid to provide Janitorial Services at the Palm Springs International Airport, under the terms of this Agreement. C. Based on its experience, education, training, and reputation, Contractor is qualified and desires to provide the necessary services to City for the Project. D. City desires to retain the services of Contractor for the Project. NOW, THEREFORE, in consideration of the promises and mutual obligations, covenants, and conditions contained herein, and other valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: AGREEMENT 1. CONTRACTOR SERVICES 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contractor shall provide services to City as described in the Scope of Services/Work attached to this Agreement as Exhibit “A” and incorporated herein by reference (the “Services” or “Work”). Exhibit "A" includes the agreed upon schedule of performance and the schedule of fees. Contractor warrants that the Services shall be performed in a competent, professional, and satisfactory manner consistent with the level of care and skill ordinarily exercised by high quality, experienced, and well qualified members of the profession currently practicing under similar conditions. In the event of any inconsistency between the terms contained in the Scope of Services/Work and the terms set forth in this Agreement, the terms set forth in this Agreement shall govern. 1.2 Compliance with Law. Contractor shall comply with all applicable federal, state, and local laws, statutes and ordinances and all lawful orders, rules, and regulations when performing the Services. Contractor shall be liable for all violations of such laws and regulations in connection with the Services and this Agreement. 1.3 Licenses and Permits. Contractor shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the Services required by this Agreement. 1.4 Familiarity with Work. By executing this Agreement, Contractor warrants that it has carefully considered how the Work should be performed and fully understands the facilities, difficulties, and restrictions attending performance of the Work under this Agreement. 2. TIME FOR COMPLETION DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 The time for completion of the Services to be performed by Contractor is an essential condition of this Agreement. Contractor shall prosecute regularly and diligently the work of this Agreement according to the agreed upon schedule of performance set forth in Exhibit “A.” Neither Party shall be accountable for delays in performance caused by any condition beyond the reasonable control and without the fault or negligence of the non-performing Party. Delays shall not entitle Contractor to any additional compensation regardless of the Party responsible for the delay. 3. COMPENSATION OF CONTRACTOR 3.1 Compensation of Contractor. Contractor shall be compensated and reimbursed for the services rendered under this Agreement in accordance with the schedule of fees set forth in Exhibit “A”. The total amount of Compensation shall not exceed Two Hundred Fifty Seven Thousand One Dollar and Fifty-Two Cents ($257,001.52). 3.2 Method of Payment. In any month in which Contractor wishes to receive payment, Contractor shall submit to City an invoice for Services rendered prior to the date of the invoice, no later than the first working day of such month, in the form approved by City’s finance director. Payments shall be based on the hourly rates set forth in Exhibit “A” for authorized services performed. City shall pay Contractor for all expenses stated in the invoice that are approved by City and consistent with this Agreement, within thirty (30) days of receipt of Contractor’s invoice. 3.3 Changes. In the event any change or changes in the Services is requested by City, Parties shall execute a written amendment to this Agreement, specifying all proposed amendments, including, but not limited to, any additional fees. An amendment may be entered into: A. To provide for revisions or modifications to documents, work product, or Work, when required by the enactment or revision of any subsequent law; or B. To provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Contractor’s profession. 3.4 Appropriations. This Agreement is subject to, and contingent upon, funds being appropriated by the City Council of City for each fiscal year. If such appropriations are not made, this Agreement shall automatically terminate without penalty to City. 4. PERFORMANCE SCHEDULE 4.1 Time of Essence. Time is of the essence in the performance of this Agreement. 4.2 Schedule of Performance. All Services rendered under this Agreement shall be performed under the agreed upon schedule of performance set forth in Exhibit “A.” Any time period extension must be approved in writing by the Contract Officer. 4.3 Force Majeure. The time for performance of Services to be rendered under this Agreement may be extended because of any delays due to a Force Majeure Event if Contractor notifies the Contract Officer within ten (10) days of the commencement of the Force Majeure Event. A Force Majeure Event shall mean an event that materially affects the Contractor’s performance and is one or more of the following: (1) Acts of God or other natural disasters occurring at the project site; (2) terrorism or other acts of a public enemy; (3) orders of governmental authorities (including, without limitation, unreasonable and unforeseeable delay in the issuance of permits or approvals by governmental authorities that are required for the Work); and (4) pandemics, epidemics or quarantine restrictions. For purposes of this section, “orders of governmental authorities,” includes ordinances, emergency proclamations and orders, rules to protect the public health, welfare and safety, DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 and other actions of the City in its capacity as a municipal authority. After Contractor notification, the Contract Officer shall investigate the facts and the extent of any necessary delay, and extend the time for performing the Services for the period of the enforced delay when and if, in the Contract Officer’s judgment, such delay is justified. The Contract Officer’s determination shall be final and conclusive upon the Parties to this Agreement. The Contractor will not receive an adjustment to the contract price or any other compen sation. Notwithstanding the foregoing, the City may still terminate this Agreement in accordance with the termination provisions of this Agreement. 4.4 Term. Unless earlier terminated in accordance with Section 4.5 of this Agreement, this Agreement shall continue in full force and effect for a period of one (year), commencing on April 1, 2022, and ending on March 31, 2023, with two one-year options to renew at the City’s sole discretion. 4.5 Termination Prior to Expiration of Term. City may terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to Contractor. Where termination is due to the fault of Contractor and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as may be determined by the City. Upon receipt of the notice of termination, Contractor shall immediately cease all Services except such as may be specifically approved by the Contract Officer. Contractor shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services authorized by the Contract Officer after such notice. City shall not be liable for any costs other than the charges or portions thereof which are specified herein. Contractor shall not be entitled to payment for unperformed Services and shall not be entitled to damages or compensation for termination of Work. If the termination is for cause, the City shall have the right to take whatever steps it deems necessary to correct Contractor's deficiencies and charge the cost thereof to Contractor, who shall be liable for the full cost of the City's corrective action. Contractor may not terminate this Agreement except for cause, upon thirty (30) days written notice to City. 5. COORDINATION OF WORK 5.1 Representative of Contractor. The following principal of Contractor is designated as being the principal and representative of Contractor authorized to act and make all decisions in its behalf with respect to the specified Services: Vernon Wyllie-James (name), CFO (title). It is expressly understood that the experience, knowledge, education, capability, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the Services under this Agreement. The foregoing principal may not be changed by Contractor without prior written approval of the Contract Officer. 5.2 Contract Officer. The Contract Officer shall be the City Manager or his/her designee ("Contract Officer"). Contractor shall be responsible for keeping the Contract Officer fully informed of the progress of the performance of the Services. Contractor shall refer any decisions that must be made by City to the Contract Officer. Unless otherwise specified, any approval of City shall mean the approval of the Contract Officer. 5.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, education, capability, and reputation of Contractor, its principals, and employees, were a substantial inducement for City to enter into this Agreement. Contractor shall not contract with any other individual or entity to perform any Services required under this Agreement without the City's express written approval. In addition, neither this Agreement nor any interest may be assigned or transferred, voluntarily or by operation of DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 law, without the prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement including without limitation the insurance and indemnification requirements. If Contractor is permitted to subcontract any part of this Agreement by City, Contractor shall be responsible to City for the acts and omissions of its subcontractor(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subcontractor and City. 5.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode, or means by which Contractor, its agents, or employees, perform the Services required, except as otherwise specified. Contractor shall perform all required Services as an independent contractor of City and shall not be an employee of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role; however, City shall have the right to review Contractor’s work product, result, and advice. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. Contractor shall pay all wages, salaries, and other amounts due personnel in connection with their performance under this Agreement and as required by law. Contractor shall be responsible for all reports and obligations respecting such personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, and workers’ compensation insurance. Contractor shall not have any authority to bind City in any manner. 5.5 Personnel. Contractor agrees to assign the following individuals to perform the services in this Agreement. Contractor shall not alter the assignment of the following personnel without the prior written approval of the Contract Officer. Acting through the City Manager, the City shall have the unrestricted right to order the removal of any personnel assigned by Contractor by providing written notice to Contractor. Name: Title: Vernon Wyllie-James CFO 5.6 California Labor Code Requirements. A. Contractor is aware of the requirements of California Labor Code Sections 1720 et seq. and 1770 et seq., which require the payment of prevailing wage rates and the performance of other requirements on certain “public works” and “maintenance” projects (“Prevailing Wage Laws”). If the Services are being performed as part of an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is $15,000 or more for maintenance or $25,000 or more for construction, alteration, demolition, installation, or repair, Contractor agrees to fully comply with such Prevailing Wage Laws. Contractor shall defend, indemnify, and hold the City, its officials, officers, employees, and agents free and harmless from any claims, liabilities, costs, penalties, or interest arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. It shall be mandatory upon the Contractor and all subcontractors to comply with all California Labor Code provisions, which include but are not limited to prevailing wages (Labor Code Sections 1771, 1774 and 1775), employment of apprentices (Labor Code Section 1777.5), certified payroll records (Labor Code Sections 1771.4 and 1776), hours of labor (Labor Code Sections 1813 and 1815) and debarment of contractors and subcontractors (Labor Code Section 1777.1). B. If the Services are being performed as part of an applicable “public works” or “maintenance” project and if the total compensation is $15,000 or more for maintenance or DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 $25,000 or more for construction, alteration, demolition, installation, or repair, then pursuant to Labor Code Sections 1725.5 and 1771.1, the Contractor and all subcontractors performing such Services must be registered with the Department of Industrial Relations. Contractor shall maintain registration for the duration of the Project and require the same of any subcontractors, as applicable. This Agreement may also be subject to compliance monitoring and enforcement by the Department of Industrial Relations. It shall be Contractor’s sole responsibility to comply with all applicable registration and labor compliance requirements. 6. INSURANCE Contractor shall procure and maintain, at its sole cost and expense, policies of insurance as set forth in the attached Exhibit "B", incorporated herein by reference. 7. INDEMNIFICATION. 7.1 Indemnification. To the fullest extent permitted by law, Contractor shall defend (at Contractor’s sole cost and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the “Indemnified Parties”), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively “Claims”), including but not limited to Claims arising from injuries to or death of persons (Contractor’s employees included), for damage to property, including property owned by City, for any violation of any federal, state, or local law or ordinance or in any manner arising out of, pertaining to, or incident to any acts, errors or omissions, or willful misconduct committed by Contractor, its officers, employees, representatives, and agents, that arise out of or relate to Contractor’s performance of Services or this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the Indemnified Parties. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Contractor’s indemnification obligation or other liability under this Agreement. Contractor’s indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. 7.2 Design Professional Services Indemnification and Reimbursement. If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s performance as a “design professional” (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Contractor’s indemnification obligation shall be limited to the extent which the Claims arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Contractor in the performance of the Services or this Agreement, and, upon Contractor obtaining a final adjudication by a court of competent jurisdiction, Contractor’s liability for such claim, including the cost to defend, shall not exceed the Contractor’s proportionate percentage of fault. 8. RECORDS AND REPORTS 8.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer reports concerning the performance of the Services required by this Agreement, or as the Contract Officer shall require. 8.2 Records. Contractor shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Contractor DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and enable the Contract Officer to evaluate the performance of such Services. The Contract Officer 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. 8.3 Ownership of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Contractor in the performance of this Agreement shall be the property of City. Contractor shall deliver all above-referenced documents to City upon request of the Contract Officer or upon the termination of this Agreement. Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights or ownership of the documents and materials. Contractor may retain copies of such documents for Contractor's own use. Contractor shall have an unrestricted right to use the concepts embodied in such documents. 8.4 Release of Documents. All 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 Contract Officer. 8.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Contractor shall provide City, or other agents of City, such access to Contractor’s books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Contractor’s performance under this Agreement. Contractor shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 9. ENFORCEMENT OF AGREEMENT 9.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 9.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 9.3 Waiver. No delay or omission in the exercise of any right or remedy of a non- defaulting Party on any default shall impair such right or remedy or be construed as a waiver. No consent or approval of City shall be deemed to waive or render unnecessary City’s consent to or approval of any subsequent act of Contractor. Any waiver by either Party of DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 any default must be in writing. No such waiver shall be a waiver of any other default concerning the same or any other provision of this Agreement. 9.4 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative. 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 or any other default by the other Party. 9.5 Legal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct, or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain injunctive relief, a declaratory judgment, or any other remedy consistent with the purposes of this Agreement. 9.6 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non-judicial proceeding, the prevailing Party shall be entitled, in addition to such other relief as may be granted, to recover from the non-prevailing Party all reasonable costs and expenses. These include but are not limited to reasonable attorney fees, expert contractor fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. 10. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 10.1 Non-Liability of City Officers and Employees. No officer or employee of City shall be personally liable to the Contractor, or any successor-in-interest, in the event of any default or breach by City or for any amount which may become due to the Contractor or its successor, or for breach of any obligation of the terms of this Agreement. 10.2 Conflict of Interest. Contractor acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement, nor shall Contractor enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one (1) year thereafter. Contractor warrants that Contractor has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. 10.3 Covenant Against Discrimination. In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a “prohibited basis”). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City’s lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. 11. MISCELLANEOUS PROVISIONS DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 11.1 Notice. Any notice, demand, request, consent, approval, or communication that either Party desires, or is required to give to the other Party or any other person shall be in writing and either served personally or sent by pre-paid, first-class mail to the address set forth below. Notice shall be deemed communicated seventy-two (72) hours from the time of mailing if mailed as provided in this Section. Either Party may change its address by notifying the other Party of the change of address in writing. To City: City of Palm Springs Attention: City Manager/ City Clerk 3200 E. Tahquitz Canyon Way Palm Springs, California 92262 To Contractor: Vested Solutions Attention: Vernon Wyllie-James PO Box 642 Palm Desert, CA 92260 11.2 Integrated Agreement. This Agreement constitutes the entire understanding between the Parties and supersedes and cancels all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter in this Agreement. 11.3 Amendment. No amendments or other modifications of this Agreement shall be binding unless through written agreement signed by all Parties. 11.4 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement, which shall be interpreted to carry out the intent of the Parties. 11.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties’ successors and assignees. 11.6 Third Party Beneficiary. Except as may be expressly provided for in this Agreement, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-party beneficiary or otherwise, upon any entity or person not a party to this Agreement. 11.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth in this Agreement and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement, by the same. 11.8 Authority. The persons executing this Agreement on behalf of the Parties warrant that they are duly authorized to execute this Agreement on behalf of Parties and that by so executing this Agreement the Parties are formally bound to the provisions of this Agreement. 11.9 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. [SIGNATURES ON NEXT PAGE] DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 SIGNATURE PAGE TO CONTRACT SERVICES AGREEMENT BY AND BETWEEN THE CITY OF PALM SPRINGS AND ETERNAL LOVE LLC, DBA VESTED SOLUTIONS IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. CONTRACTOR: By: _____________________________ By: _____________________________ Signature Signature (2nd signature required for Corporation) Date: ___________________________ Date: ___________________________ CITY OF PALM SPRINGS: APPROVED BY CITY COUNCIL: Date: 3/10/2022 Item No. 1J Agreement No. A9010 APPROVED AS TO FORM: ATTEST: By: _____________________________ By: _____________________________ Jeffrey S. Ballinger, Monique Lomeli, City Attorney City Clerk APPROVED: By: _____________________________ Date: ____________________________ City Manager – over $50,000 Deputy/Assistant City Manager – up to $50,000 Director – up to $25,000 Manager – up to $5,000 DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 3/14/2022 3/16/2022 EXHIBIT “A” CONTRACTOR’S SCOPE OF SERVICES/WORK Including, Schedule of Fees And Schedule of Performance DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 SCOPE OF WORK 1.1 Scope: A. General 1. The Contractor shall provide adequate janitorial staff and supervision to complete overnight cleaning work up to a total of 6,000 annual labor-hours up to (but may be less than) 360 nights per year during the peak months of November through April. Work must take place between the hours of 11:00p.m. thru 6:00a.m. The nights leading into the following holidays are excluded: New Year’s Day, Independence Day, Thanksgiving Day, Christmas Eve and Christmas Day. 2. In addition to the above, the Contractor shall provide two restroom attendants (1 male and 1 female) who shall work up to (but may be less than) 3,800 annual labor hours and whose sole responsibility will be to attend to and ensure the cleanliness of 16 public restrooms. Work shall be scheduled during daytime peak hour periods, as defined by Airport staff up to 200 days during the year. Airport staff shall provide peak hour demand data to the Contractor and the Airport and Contractor shall jointly determine the attendant schedule on a quarterly basis. 3. Work shall include 89,229 sf of total area in the Terminal Campus, which is inclusive of the Airport Main Terminal, Bono Concourse, and Regional Jet Concourse buildings. 4. If the Airport deems it necessary to add, change, reduce, or discontinue custodial services at any facility(s) for any length of time, the Contractor shall be notified in writing by the Contract Officer. The Contractor shall be prepared and able to provide expanded or reduced services as needed within fourteen days of receiving written notification. Upon request, the Contractor should be prepared to provide a written quote for any changes in scope of services. 5. The Contractor’s staff must follow the COVID safety protocols that are in place at the time the work is being performed, such as wearing masks indoors, etc. B. Description 1. Contractor shall achieve the look and smell of a newly cleaned building at completion of the overnight work shift (i.e., by 6:00 a.m.); 2. Contractor shall have a quality assurance program collaboratively developed with the Airport that measures the performance of the Contractor; 3. Contractor shall have a training program for the Contractor’s staff to ensure staff can perform to the quality level necessary and that includes a safety component to maintain safe working conditions for the Contractor’s workers, the traveling public, tenants, and Airport employees; and 4. Contractor shall deliver an excellent, seamless airport experience to the Airport’s customers. C. SCOPE 1. The Contractor shall engage in quarterly business reviews with the Airport to review and discuss performance and business issues as needed. DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 2. The Airport will be responsible for the procurement and restocking of “consumables” and “supplies” required for cleaning. of Airport facilities as described herein shall include but not limited to: a. All cleaning supplies b. Disinfectants c. Paper towels d. Toilet paper e. Hand Soap f. Seat cover paper products 3. The CONTRACTOR shall be responsible for the supply and provision of “equipment”. “Equipment” required for the performance of work as described herein and supplied by the Contractor shall include, but not be limited to: a. Cleaning rags b. Wet floor signage c. Barricades d. Cleaning equipment e. Mops, brooms f. Vacuums D. GENERAL REQUIREMENTS 1. All employees or agents of the Contractor shall be fully trained and qualified to perform the specified tasks in a satisfactory manner. 2. The City of Palm Springs and Palm Springs International Airport assumes no responsibility whatsoever for loss or damage to equipment owned or operated by the Contractor, its agents, or employees. 3. The Contractor shall assign a service representative who will be responsible for managing services as specified herein, including escalation management as may be applicable. The service representative shall be responsive and shall provide current and accurate contact information to the Airport. 4. The Contractor’s employees shall submit to a Criminal History Records Check (CHRC) in accordance with Transportation Security Administration regulations and for badging purposes. Certain Contractor employees may be barred from working based on the results of the CHRC or other conditions required by the City of Palm Springs. 5. The Contractor’s employees shall wear uniforms that uniquely identify the employees as providing janitorial services and that are approved by the Airport. Uniforms must consist of a collared shirt with Contractor’s logo, pants, closed-tie shoes that are industry standard for non-slip. If jackets, sweaters, or head coverings are worn, they must coordinate with the uniform and bear clearly the Contractor’s identification. The Contractor’s employees shall be in an approved uniform that is clean, groomed, and neat, and free from tears, holes, frayed edges, and body odor. Employees shall project a professional, neat, and clean appearance always. DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 6. The Airport reserves the right to request reassignment or removal of the Contractor’s employees. 7. The Contractor’s staff is prohibited from using tobacco and vaping products in public areas. Additionally, the use of illegal drugs, is prohibited on City premises. E. BUILDING SECURITY 1. Keys may be issued for locations requiring janitorial services and will be provided to the Contractor as necessary. The Contractor shall guarantee that the buildings/sites are securely locked at all times during and after work is performed. Lost keys shall be immediately reported to the Airport Security Coordinator or Operations Supervisor. The Airport will charge the Contractor $50.00 for each lost key. Furthermore, the Contractor shall reimburse the Airport for all associated costs of re-keying any or all locks. The Contractor will be subject to a quarterly audit. 2. The Contractor’s employees will be required to know and adhere to Airport Security Regulations at all times. F. SAFETY AND TRAINING 1. All work shall be accomplished in accordance with these specifications and in conformance with all applicable California Occupational Safety and Health Administration (Cal/OSHA) standards, rules, regulations, and orders established by the Federal Government, State of California, County of Riverside and Airport rules and regulations. 2. The Contractor must provide any required Personal Protective Equipment (PPE) to employees and must ensure that all PPE is used and maintained in a sanitary and reliable condition. 3. The Contractor must utilize cleaning methodologies and PPE to prevent/minimize cross-contamination of germs and bacteria from one facility surface to another. (For example, the using a tool to wipe down a toilet and then using the same tool to wipe down a sink). 4. The Contractor shall employ employees that are trained in biohazard cleaning and methodology (i.e. needles, blood, etc.). 5. The Contractor shall provide details of comprehensive training for all employees. Training shall include methods and materials for restroom care, general cleaning, carpet care, hard surface floor care, and special area cleaning as well as spills and safety in the workplace. Initial, recurrent, and ongoing training records shall be provided to the Airport on a frequency that keeps records up to date. G. HAZARDOUS WASTE 1. The Contractor shall not improperly store, use, or dispose of hazardous materials on Airport property, nor cause, permit, or allow any officer, agent, employee, contractor, permittee, or invitee of the Contractor to improperly store, use or dispose of hazardous materials on Airport property. The Contractor shall immediately notify the Airport of any hazardous material release, which occurs on Airport property, regardless of whether the release was caused by or results from the Contractor’s activities or is in a quantity that would otherwise be reportable to a public agency. 2. As used herein "hazardous materials" shall mean any and all: DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 a. substances, products, by-products, waste, or other materials of any nature or kind whatsoever which is or becomes listed, regulated, or addressed under any environmental laws, and b. any materials, substances, products, by-products, waste, or other materials of any nature or kind whatsoever whose presence in and of itself or in combination with other materials, substances, products, by-products, or waste may give rise to liability under any environmental law or any statutory or common law theory based on negligence, trespass, intentional tort, nuisance, strict or absolute liability or under any reported decisions of any state or federal court; and c. any substance, product, by-product, waste, or any other material which may be hazardous or harmful to the air, water, soil, environment or affect industrial hygiene, occupational, health, safety and/or general welfare conditions, including without limitation, petroleum and/or asbestos materials, products, by-products, or waste. "Environmental laws" shall be used as a collective term to refer to aspects of local, state, or federal laws that provide protection to the environment. H. STORM DRAIN AND WATER COURSE PROTECTION The Contractor must abide by the rules of the Industrial General Permit (IGP) and the Airport Storm Water Pollution Prevention Plan (SWPPP). The Contractor must follow the Best Management Practice (BMP) to ensure that the storm drain inlets are covered, and all wash water is collected and disposed of to the sanitary sewer. I. CLEANING REQUIREMENTS AND STANDARDS 1. Definitions a. Auto Scrubbing: Using a machine to clean hard floor surfaces or other related hard surfaces. Auto scrubbing is satisfactorily performed when all surfaces are without embedded dirt, cleaning solution, film, debris, stains, and marks, or standing water, and the floor has a uniformly clean appearance. b. Brightwork: Polished leading edges or plated metalwork. c. Clean: The act of removing dirt and other impurities from a surface, if required. d. Damp-mop: Using a moist mop to remove all dirt, dust, spots, streaks, stains, smudges, litter, gum, hard water deposits, and other extraneous matter from a floor or similar surface. A satisfactorily damp mopped floor is free of dirt, dust, marks, film, streaks, debris, and/or standing water. The Contractor shall provide enough barricades, traffic cones, and proper slip hazard signs for each floor area being cleaned to adequately protect the public and/or passersby. Water is to be renewed/changed when changing between areas. e. Disinfect: Cleaning in a manner that destroys harmful micro-organisms by the application of an approved chemical agent. f. Dispenser: A mechanical device attached to a restroom wall or partition, which is used to dispense soap, towels, feminine hygiene products, toilet paper, toilet seat covers, etc. g. Fixture: Toilets, urinals, sinks (including faucets), counters and backsplashes, or any other device attached to a restroom wall, floor, or ceiling. DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 h. Hard surface: Brick, terrazzo, ceramic tile, marble, etc. i. Partition: A barrier between restroom stalls and walls or dividers within a facility that does not touch the ceiling. j. Sanitize: To bring to a state of cleanliness. k. Scrub: Vigorous cleaning performed by a machine or by hand with a scrub brush. Scrubbing is satisfactorily performed when all surfaces are without embedded dirt, cleaning solution, film, debris, stains, and marks, or standing water, and the floor has a uniformly clean appearance. For floor care, the scrubbing method used must be sufficient to clean all grout and/or uneven floor surfaces. l. Spot Clean: Cleaning areas that contain dirty spots, fingerprints, stains, smudges, etc., with an approved cleaner without causing discoloration, staining, or damage. m. Spray Buff/Burnish: A method of touching up areas of flooring where the finish is dull. Using a floor polishing machine, synthetic fiber pad, and spray equipment, dull areas are sprayed with a fine mist of floor finish and immediately buffed. n. Vacuum: Completely removing lint, dust, loose soil, and debris from a surface, using a commercial grade vacuum cleaner with a High Efficiency Particulate Air (HEPA) filter. o. Wet and Dry Spills: Must be sanitized, disinfected as needed, and dried immediately. Wet floor signage shall be placed around the area while cleaning is in progress. p. Wipe: Using a damp cloth, wipe a designated surface to remove all dirt, dust, lint, spots, smudges, etc. 1.2 Schedule of Performance The following represents the areas that the Contractor shall be responsible for maintaining and is representative of the duties involved with each area. Area of Responsibility SCHEDULE OF PERFORMANCE Main Terminal Description Frequency Special Area Square Footage Main Terminal - Pre-Security/Central Lobby & Checkpoint 34,324 Main Terminal - Ticketing 10,839 Main Terminal - Baggage Claim 6,882 Holdrooms - Bono and RJ Concourses 31,005 Public Restrooms (16) 6,179 Total 89,229 DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 Instructions Restroom Cleaning (4 Restrooms – upper/lower mezzanine) Wipe and Clean Mirrors Nightly Clean sinks and fixtures Nightly Wet wipe urinal and toilet partitions Nightly Clean and sanitize toilets and urinals Nightly Wet wipe and fill seat cover dispenser Nightly Empty trash containers Nightly Wet wipe exterior of trash containers Nightly Full sweep and damp mop Nightly Fill toilet paper dispenser Nightly Fill soap dispensers Nightly Fill paper towel dispensers Nightly Spot Clean walls Nightly Secure all equipment/signage in storage area Nightly Brightwork Nightly Auto Scrub Floors 1x per week De-scale urinals/toilets to eliminated buildup 1x per week Clean HVAC vents 1x per week Replace air fresheners 1x per week Public Area Carpets and Floors Vacuum all carpet, including under chairs Nightly Spot clean carpet Nightly Clean carpet walk off mats Nightly Full carpet shampoo/cleaning 1x per month DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 Airline Office Hallway Cleaning Sweep and damp mop floors Nightly Remove garbage Nightly Exterior Windows and Auto Doors Spot Clean Nightly Full Clean inside and out 1x month TSA Leased Area Vacuum Hallways Nightly Between 4:30a -6:00a Sweep, Mop breakroom Nightly Between 4:30a -6:00a Damp wipe and sanitize breakroom Nightly Between 4:30a -6:00a Spray Disinfect Checkpoint Nightly Between 4:30a -6:00a Bono Concourse Description Frequency Special Instructions Restroom Cleaning (4 Restrooms – Upper and Lower Bono) Wipe and Clean Mirrors Nightly Clean sinks and fixtures Nightly Wet wipe urinal and toilet partitions Nightly Clean and sanitize toilets and urinals Nightly Wet wipe and fill seat cover dispenser Nightly Empty trash containers Nightly Wet wipe exterior of trash containers Nightly Full sweep and damp mop Nightly Fill toilet paper dispenser Nightly Fill soap dispensers Nightly Fill paper towel dispensers Nightly Spot Clean walls Nightly DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 Secure all equipment/signage in storage area Nightly Brightwork Nightly Auto Scrub Floors 1x per week De-scale urinals/toilets to eliminated buildup 1x per week Clean HVAC vents 1x per week Replace air fresheners 1x per week Public Area Carpets and Floors Vacuum all carpet, including under chairs Nightly Spot clean carpet Nightly Clean carpet walk off mats Nightly Sweep and mop hard floors Nightly Full carpet shampoo/cleaning 1x per month Hold room Seating Clean and disinfect all seating Nightly Passenger Boarding Bridges Sweep and damp mop floors Nightly Damp wipe full height of walls Nightly Clean Cab windows Nightly Remove Trash Nightly Windows and Automatic doors Spot Clean Nightly Full Clean inside and out 1x Month Vending, phones, ATMS Dust and wipe down machines Nightly Escalator Conveyances Dust and wipe handrails 1x per week Clean glass 1x per week Shop vac/blow stairs 1x per DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 week Brightwork/polish steel 1x per week Garbage Empty garbage cans Nightly Wipe/clean garbage cans and surrounding area Nightly Regional Jet Concourse Description Frequency Special Instructions Courtyard Restroom Cleaning (4 restrooms – main courtyard and RJ) Wipe and Clean Mirrors Nightly Clean sinks and fixtures Nightly Wet wipe urinal and toilet partitions Nightly Clean and sanitize toilets and urinals Nightly Wet wipe and fill seat cover dispenser Nightly Empty trash containers Nightly Wet wipe exterior of trash containers Nightly Full sweep and damp mop Nightly Fill toilet paper dispenser Nightly Fill soap dispensers Nightly Fill paper towel dispensers Nightly Spot Clean walls Nightly Secure all equipment/signage in storage area Nightly Brightwork Nightly Auto Scrub Floors 1x per week De-scale urinals/toilets to eliminated buildup 1x per week Clean HVAC vents 1x per week DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 Replace air fresheners 1x per week Public Area Carpets and Floors Vacuum all carpet, including under chairs Nightly Spot clean carpet Nightly Clean carpet walk off mats Nightly Sweep and mop hard floors Nightly Full carpet shampoo/cleaning 1x per month Hold room Seating Clean and disinfect all seating Nightly Windows and Automatic doors Spot Clean Nightly Full Clean inside and out 1x per month Vending, phones, ATMS Dust and wipe down machines Nightly Garbage Empty garbage cans Nightly Wipe/clean garbage cans and surrounding area Nightly DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 EXHIBIT “B” INSURANCE PROVISIONS Including Verification of Coverage, Sufficiency of Insurers, Errors and Omissions Coverage, Minimum Scope of Insurance, Deductibles and Self-Insured Retentions, and Severability of Interests (Separation of Insureds) DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 INSURANCE 1. Procurement and Maintenance of Insurance. Contractor shall procure and maintain public liability and property damage insurance against all claims for injuries against persons or damages to property resulting from Contractor’s performance under this Agreement. Contractor shall procure and maintain all insurance at its sole cost and expense, in a form and content satisfactory to the City, and submit concurrently with its execution of this Agreement. Contractor shall also carry workers’ compensation insurance in accordance with California workers’ compensation laws. Such insurance shall be kept in full force and effect during the term of this Agreement, including any extensions. Such insurance shall not be cancelable without thirty (30) days advance written notice to City of any proposed cancellation. Certificates of insurance evidencing the foregoing and designating the City, its elected officials, officers, employees, agents, and volunteers as additional named insureds by original endorsement shall be delivered to and approved by City prior to commencement of services. The procuring of such insurance and the delivery of policies, certificates, and endorsements evidencing the same shall not be construed as a limitation of Contractor’s obligation to indemnify City, its elected officials, officers, agents, employees, and volunteers. 2. Minimum Scope of Insurance. The minimum amount of insurance required under this Agreement shall be as follows: 1. Comprehensive general liability and personal injury with limits of at least one million dollars ($1,000,000.00) combined single limit coverage per occurrence and two million dollars ($2,000,000) general aggregate; 2. Automobile liability insurance with limits of at least one million dollars ($1,000,000.00) per occurrence; 3. Professional liability (errors and omissions) insurance with limits of at least one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000) annual aggregate is: _________ required ___x_____ is not required; 4. Workers’ Compensation insurance in the statutory amount as required by the State of California and Employer’s Liability Insurance with limits of at least one million dollars $1 million per occurrence. If Contractor has no employees, Contractor shall complete the City’s Invitation for Waiver of Workers’ Compensation Insurance Requirement form. 3. Primary Insurance. For any claims related to this Agreement, Contractor’s insurance coverage shall be primary with respect to the City and its respective elected officials, officers, employees, agents, and volunteers. Any insurance or self-insurance maintained by City and its respective elected officials, officers, employees, agents, and volunteers shall be in excess of Contractor’s insurance and shall not contribute with it. For Workers’ Compensation and Employer’s Liability Insurance only, the insurer shall waive all rights of subrogation and contribution it may have against City, its elected officials, officers, employees, agents, and volunteers. 4. Errors and Omissions Coverage. If Errors & Omissions Insurance is required, and if Contractor provides claims made professional liability insurance, Contractor shall also agree in writing either (1) to purchase tail insurance in the amount required by this Agreement to cover claims made within three years of the completion of Contractor’s services under this Agreement, or (2) to maintain professional liability insurance coverage with the same carrier in the amount required by this Agreement for at least three years after DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 completion of Contractor’s services under this Agreement. Contractor shall also be required to provide evidence to City of the purchase of the required tail insurance or continuation of the professional liability policy. 5. Sufficiency of Insurers. Insurance required in this Agreement shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best’s Key Rating of B++, Class VII, or better, unless otherwise acceptable to the City. 6. Verification of Coverage. Contractor shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, effecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Contractor’s insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers’ Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: A. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured…” ("as respects City of Palm Springs Contract No.___" or "for any and all work performed with the City" may be included in this statement). B. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have..." ("as respects City of Palm Springs Contract No.___" or "for any and all work performed with the City" may be included in this statement). C. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, “endeavor to” mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. D. Both the Workers’ Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Contractor’s obligation to provide them. 7. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City prior to commencing any work or services under this Agreement. At the option of the City, either (1) the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its elected officials, officers, employees, agents, and volunteers; or (2) Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration, and defense expenses. Certificates of Insurance must include evidence of the amount of any deductible or self-insured retention under the policy. Contractor guarantees payment of all deductibles and self-insured retentions. 8. Severability of Interests (Separation of Insureds). This insurance applies separately to each insured against whom claim is made or suit is brought except with respect to the limits of the insurer’s liability. DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9 CONTRACT ABSTRACT 2 Originals: Agreement; 1 Original: Performance & Payment Bond and Insurance Contract Company Name: Company Contact: Summary of Services: Contract Price: Funding Source: Contract Term: Vested Solutions dba Eternal Love Limited Liability Company Vernon Wyllie-James (CFO) Janitorial Services for the Airport (1 year) $257,001.52 Airport: 4157050-40105 April 01, 2022 through March 31, 2023 Contract Administration Lead Department: Contract Administrator: Airport Harry Barrett Contract Approvals Council Approval: Resolution Number: Agreement Number: 3/10/2022 1J A9010 Contract Compliance Exhibits: Signatures: Insurance: Bonds: Yes Yes Yes N/A Contract Prepared By: Procurement and Contracting Submitted on: January 14, 2022 By: Brian Sotak-Rossman DocuSign Envelope ID: B3F4B42F-7F3B-492F-8E35-470192BFD4B9