Loading...
HomeMy WebLinkAboutA4007 - NELSENS JANITORIAL SERVICE CITY FACILITIES Nelsen's Janitorial Service Janitorial Service AGREEMENT #4007 Amend 1 ,CM signed 8-8-03 AMENDMENT#1TO CONTRACT SERVICES AGREEMENT #4007- -- NELSEN'S JANITORIAL SERVICE FOR VARIOUS CITY FACILITIES THIS FIRST AMENDMENT TO THE AGREEMENT FOR CONTRACT SERVICES (#4007 herein Agreement), is made and entered into this 1"day of August, 2003, by and between the City of Palm Springs (herein City or Owner), a municipal corporation, and Nelsen's Janitorial Service (herein Contractor), and amends that certain Agreement for contract services dated July 15, 1998, as amended, between the same parties, as follows: 1. EXHIBIT C, SCHEDULE OF COMPENSATION, is hereby amended to add the following: A. SCHEDULE OF COMPENSATION 1. Add month of August 2003 in the amount of$11,686.04 2. Add month of September 2003 in the amount of$11,686.04 Total additional compensation is $23,372.08 2. EXHIBIT D, SCHEDULE OF PERFORMANCE, is hereby amended to add the following: A. SCHEDULE OF PERFORMANCE 1. Add janitorial service for the month of August 2003 2. Add janitorial service for the month of September 2003 Schedule of performance is hereby extended to September 30, 2003. IN WITNESS WHEREOF, the parties have executed and entered into this Amendment as of the date stated below. ATTEST: CITY OF PALM SPRINGS, a municipal corporation Ci Clerk C/x) City anagep�" DATED this _day of 2003. ., ;.,µs r • , reyai,Zitt CONTRACTOR: /i GEC By: Name / lt�.- Title Address i Nelsen's Janitorial Service . Various City Facilities AGREEMENT #4007 M06203, 7-15-98 CONTRACT SERVICES AGREEMENT FOR JANITORIAL SERVICES FOR VARIOUS CITY OF PALM SPRINGS FACILITIES THIS CONTRACT SERVICES AGREEMENT (herein "Agreement"), is made and entered into this 15th day of July,1998, by and between the CITY OF PALM SPRINGS, a municipal corporation, (herein "City"), and, Nelsen's Janitorial Service (herein "Contractor"). The parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference, which services may be referred to herein as the "services" or "work" hereunder. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing die work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. 1.2 Contractor's Proposal. The Scope of Services shall include the Contractor's proposal or bid which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. 1.4 Licenses, Permits, Fees and Assessments. 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. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City against any such fees, assessments, taxes penalties or interest levied, assessed or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Contract, Contractor warrants that Contractor (a) has thoroughly investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed, and (c) hilly understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site, Contractor warrants that Contractor has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Contractor discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Contractor shall immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the Contract Officer. 1.6 Care of Work. The Contractor shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or 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 City, except such losses or damages as may be caused by City's own negligence. ORIGINAL BHl 1 n • • 1.7 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither parry shall be responsible for the service of the other. 1.8 Additional Services. City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor. Any increase in compensation of five percent(5%) or less of the Contract Sum, or in the time to perform of one hundred eighty (180) days or less may be approved by the Contract Officer with the City Manager's approval. Any greater increases, taken either separately or cumulatively must be approved by the City Council. It is expressly understood by Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefore. 1.9 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the "Special Requirements' attached hereto as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit "B" and any other provisions of this Agreement, the provisions of Exhibit "B" shall govern. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, the Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "C" and incorporated herein by this reference, but not exceeding $434,419.44 (herein "Contract Sum"), except as provided in Section 1.8. The method of compensation may include: (i) a lump sum payment upon completion, (h) payment in accordance with the percentage of completion of the services, (iii) payment for time and materials based upon the Contractor's rates as specified in the Schedule of Compensation, but not exceeding the Contract Sum or(iv) such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense approved by the Contract Officer in advance, and no other expenses and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City; Contractor shall not be entitled to any additional compensation for attending said meetings. 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation, in any month in which Contractor wishes to receive payment, no later than the first (1st) working day of such month, Contractor shall submit to the City in the form approved by the City's Director of Finance, an invoice for services rendered prior to the date of the invoice. Except as provided in Section 7.3, City shall pay Contractor for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 3.0 PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 2 3.2 Schedule of Performance. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit "D", if any, and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively. 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within tern(10)days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding three (3) years from the date hereof, unless extended as provided in the Schedule of Performance, Exhibit D. 4.0 COORDINATION OF WORK 4.1 Representative of Contractor. The following principals of Contractor are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: Diane Nelsen Dennis Nelsen It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, 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. For purposes of this Agreement, the foregoing principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. - 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 3 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. 4.4 Independent Contractor. Neither the 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 herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor 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. 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. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 5.0 INSURANCE, INDEMNIFICATION AND BONDS 5.1 Insurance. The Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance: (a) Comprehensive General Liability Insurance. A policy of comprehensive general liability insurance written on a per occurrence basis. If the Contract Sum is $25,000.00 or less, the policy of insurance shall be written in an amount not less than either (i) a combined single limit of$500,000.00 or (ii) bodily injury limits of $250,000.00 per person, $500,000.00 per occurrence and $500,000.00 products and completed operations and property damage limits of $100,000.00 per occurrence and $100,000.00 in the aggregate. If the Contract Sum is greater than $25,000.00 but less than or equal to $100,000.00, the policy of insurance shall be in an amount not less than either (i) a combined single limit of$1,000,000.00 for bodily injury, death and property damage or (ii) bodily injury limits of$500,000.00 per person, $1,000,000.00 per occurrence and $1,000,000.00 products and completed operations and property damage limits of $500,000.00 per occurrence and $500,000.00 in the aggregate. If the Contract Sum is greater than $100,000.00, the policy of insurance shall be in an amount not less than $1,000,000.00 combined single limit. (b) Worker's Compensation Insurance. A policy of 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 occurring to any worker employed by or any persons retained by the Contractor in the course of carrying out the work or services contemplated in this Agreement. (c) Automotive Insurance. A policy of comprehensive automobile liability insurance written on a per occurrence basis in an amount not less than either(i) bodily injury liability limits of$500,000.00 per person and $1,000,000.00 per occurrence and property damage liability limits of $250,000.00 per occurrence and 4 t • • $500,000.00 in the aggregate or (ii) combined single limit liability of $1,000,000.00. Said policy shall include coverage for owned, non-owned, leased and hired cars. (d) Additional Insurance. Policies of such other insurance, including professional liability insurance, as may be required in the Special Requirements. All of the above policies of insurance shall be primary insurance and shall name the City, its officers, employees and agents as additional insureds. The insurer shall waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents and their respective insurers. All of said policies of insurance shall provide that said insurance may not be amended or canceled without providing thirty (30) days prior written notice by registered mail to the City. In the event any of said policies of insurance are canceled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section 5.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance or appropriate insurance binders evidencing the above insurance coverages and said-Certificates of Insurance or binders are approved by the City. The Contractor agrees that the provisions of this Section 5.1 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 any persons or property resulting from the Contractor's activities or the activities of any person or persons for which the Contractor is otherwise responsible. In the event the Contractor subcontracts any portion of the work in compliance with Section 4.3 of this Agreement, the contract between the Contractor and such subcontractor shall require the subcontractor to maintain the same policies of insurance that the Contractor is required to maintain pursuant to this Section 5.1. 5.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and employees against, and will hold and save them and each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities, (herein "claims or liabilities") that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or arising from Contractor's negligent performance of or failure to perform any term, provision covenant or condition of this Agreement, whether or not there is concurrent passive or active negligence on the part of the City, its officers, agents or employees but excluding such claims or liabilities arising from the sole negligence or willful misconduct of the City, its officers, agents or employees, who are directly responsible to the City, and in connection therewith: (a) Contractor will defend,any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys' fees incurred in connection therewith; (b) Contractor will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys' fees. 5 5.3 Performance Bond. Concurrently with execution of this Agreement, Contractor shall deliver to City a performance bond in the sum of $n/a, in the form provided by the City Clerk, which secures the faithful performance of this Agreement, unless such requirement is waived by the Contract Officer. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement. 5.4 Sufficiency of Insurer or Surety. Insurance or bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the Director of Administrative Services (Risk Manager) of the City due to unique circumstances. In the event the Risk Manager of City determines that the work or services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by this Section 5 may be changed accordingly upon receipt of written notice from the Risk Manager; provided that the Contractor shall have the right to appeal a determination of increased coverage by the Risk Manager to the City Council of City within 10 days of receipt of notice from the Risk Manager. 6.0 RECORDS AND REPORTS 6.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concemed about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services, the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6.2 Records. Contractor shall keep, and require subcontractors to keep, such books and records as shall be necessary to 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 times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. 6.3 Ownership of Documents. All drawings, specifications, reports, records, documents and other materials prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and the City shall indemnify the Contractor for all damages resulting therefrom. Contractor may retain copies of such documents for its own use. Contractor shall have, an unrestricted right to use the concepts embodied therein. All 6 1 subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. 6.4 Release of Documents. 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 Contract officer. 7.0 ENFORCEMENT OF AGREEMENT 7.1 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. 7.2 Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefor. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the injured party; provided that if the default is an immediate danger to the health, safety and general welfare, such immediate action may be necessary. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's or the Contractor's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any amount payable to Contractor (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and(ii) all amounts for which City may be liable to third parties, by reason of Contractor's acts or omissions in performing or failing to perform Contractor's obligation under this Agreement. In the event that any claim is made by a third parry, the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. No delay or omission in the exercise of any right or remedy by a nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A parry's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 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 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 or any other default by the other party. 7 7.6 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 declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 7.7 Liquidated Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall pay to the City the sum of two hundred and fifty dollars per day ($250.00/day) as liquidated damages for each working day of delay in the performance of any service required hereunder, as specified in the: Schedule of Performance (Exhibit "D"). The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. 7.8 Termination Prior to Expiration Of Term. This Section shall govern any termination of this Agreement except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate.this Agreement at any time, with or without cause, upon thirty (30) days' written notice to Contractor, except that where termination is due to the fault of the Contractor, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Agreement at any time upon, with or without cause, upon sixty (60) days' written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event of termination without cause pursuant to this Section, the terminating party need not provide non-terminating party with the opportunity to cure pursuant to Section 7.2. 7.9 Termination for Default of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Contractor for the purpose of setoff or partial payment of the amounts owed the City as previously stated. 7.10 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall include attorney's fees on any appeal, and in addition a party entitled to attorney's fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the 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 the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 8 8.2 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin, or ancestry. 9.0 MISCELLANEOUS PROVISIONS 9.1 Notice. Any notice, demand, request, document, consent, approval, or communication 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 prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either parry by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Integration; Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 9.4 Severability. 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 a 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 are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.5 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. 9 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. ATTEST: OF PALM SPRI GS munici al torpor ' n �^ BY: l ' By: City'Clerk CityMaAager APPROVED AS TO FORM: CONTRACTOR: By: A Name: �n-01/y-✓C ✓i c LS ✓l City Attorney Title: / %"u2Lc-LP ? Address: a&, Lk�QC� � ✓—;��J✓L2Lp� E"^ Pf�C ,f\F'V7r M" E'% G'°yo.��c�_J— /,mob 10 EXHIBIT "A" SCOPE OF SERVICES 1. CONTRACT ADMINISTRATION The Contract Administrator for this Contract is the Maintenance and Environmental Affairs Manager for the City of Palm Springs, or his designee. 2. GENERAL REQUIREMENT Contractor is hereby required to 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 as set forth in these specifications. 3. INSPECTION BY 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 respect, the City in its sole discretion may reject all or any part of the work, materials, or supplies provided under this Contract. The Contractor shall provide on-site supervision to assure competent performance of the work during the scheduled hours. Also, the Contractor or authorized agent will make sufficient routine inspections to ensure that the work is performed as required by this Contract. 4. REJECTION OF WORK 4.1 Contractor 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 to the City, the Contractor shall be required to immediately re-clean the unsatisfactory area at no cost to the City. Said service shall be performed in addition to, and without interruption in the regular cleaning schedule. 4.2 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 arise relative to the fulfillment of the contract or the obligations of the Contractor thereunder. 5. CERTIFICATIONS/REPORTS/INSUItANCE 5.1 Worker's Compensation: The Contractor should be aware that in accordance with laws of the State of California, the Contractor will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 11 5.2 Reporting Requirement: Contractor shall make available all Worker's Compensation records to the Contract Administrator on a monthly basis. Payment of Invoices will be withheld until such report is received and found acceptable by the Contract Administrator. 5.3 Insurance Requirement: The Contractor awarded the Contract shall meet all insurance requirements of the City, including but not limited to the provisions of personal and property liability, including automobile coverage, Worker's Compensation in limits acceptable to the City. All required insurance shall name the City of Palm Springs as an additional insured. See Part IV, Attachment "A". 5.4 Maintenance Function Report : Contractor shall maintain and keep current a daily report form that records all Work performed by Contractor's personnel. Said report shall be in a form and content acceptable to the Contract Administrator and shall be submitted to the Contract Administrator concurrent with the monthly invoicing. The monthly payment will not be made until such report is received and deemed acceptable by the Contract Administrator. 6. CONTRACTOR'S STAFF 6.1. The Contractor shall provide sufficient personnel to perform all work in accordance with the specifications set forth herein. Contractor's employees, whether assigned to any one facility or as part of a crew serving any number of facilities, shall include at least one individual who speaks the English language proficiently. 6.2. The Contract Administrator may at any time give Contractor written notice to the effect that the conduct or action of a designated employee of the Contractor is, in the reasonable belief of the Contract Administrator, detrimental to the interest of the public patronizing the premises. Contractor shall meet with the Contract Administrator to consider the appropriate course of action with respect to such matter and Contractor shall take reasonable measures under the circumstances to assure the Contract Administrator that the conduct and activities of Contractor's employees will not be detrimental to the interest of the public patronizing the premises. 6.3 Contract Administrator may require the Contractor to establish an identification system for personnel assigned to the facility which clearly indicates to the public the name of the Contractor responsible for the janitorial services. The identification system shall be furnished at the Contractor's expense and may include appropriate attire and/or name badges as specified by the City. 6.4 The Contractor shall require each of his/her employees to adhere to basic public works standards of working attire. These are basically; uniforms, proper shoes and other gear required by State Safety Regulations, and proper wearing of the clothing. Shirts shall be wom at all times and shall be buttoned. 7. ADDITIONAL WORK The Contract Administrator may at his/her discretion authorize the Contractor to perform additional work. Prior to performing any additional work the Contractor shall prepare and submit a written description of the work with an estimate of labor and materials. No work shall commence without the written authorization from the Contract Administrator. Notwithstanding the above authorization, when a condition exists wherein there is imminent danger of injury to the public or damage to property, the Contract Administrator may verbally authorize the work to be performed upon receiving a verbal estimate from the Contractor. 12 However, within twenty-four (24) hours after receiving a verbal authorization, the Contractor shall submit a written estimate to the Contract Admirustrator for approval. All additional work as provided for shall commence on the specified date established and Contractor shall proceed diligently to complete said work within the time allotted. 8. OFFICE OF INQUHUES AND COMPLAINTS 8.1 The Contractor shall maintain an office with a telephone listed in the telephone directory in its own name or in the firm name by which it is most commonly known and shall, during the term of this Contract have some responsible person(s) employed by the Contractor twenty-four (24) hours per day, to take the necessary action regarding all inquiries and complaints that may be received from the City, City personnel or patrons using the facilities. An answering service shall be considered an acceptable substitute to full time twenty-four hour coverage, provided Contractor is advised of any complaint within one (1) hour of receipt of such complaint by the answering service. During normal working hours, the Contractor's Foreman or employee of the Contractor who is responsible for providing maintenance services, shall be available for notification through a pager or answering service. 8.2 During the normal days and hours of operation, whenever immediate action is required to prevent impending injury, death or property damage to the facilities being maintained, City may, after reasonable attempt to notify the Contractor, cause such action to be taken by the City work force and shall charge the cost thereof as determined by the Contract Administrator against the Contractor, or may deduct such cost from an amount due Contractor from the City. 8.3 The Contractor shall maintain a written log of all complaints, the date and time received, and the action taken pursuant thereto or the reason for non-action. The log of complaints shall be open to the inspection of the Contract Administrator at all reasonable times. 8.4 All complaints shall be abated as soon as possible after receipt; but in all cases within 24 hours, to the satisfaction of the. City. If any complaint is not abated within 24 hours, the Contract Administrator shall be notified immediately of the reason for not abating the complaint followed by a written report to the Contract Administrator within five (5) days. If the complaints are not abated within the time specified or to the satisfaction of the City, the Contract Administrator may correct the specific complaint and the total cost incurred by the City will be deducted and forfeit from the payments owing to the Contractor from the City. 8.5 Contractor and Contractor's personnel shall immediately notify the Contract Administrator upon contact with members of the City Council. 9. SAFETY - 9.1 Contractor agrees to perform all work outlined in the Contract in such a manner as to meet all accepted standards for safe practices during the maintenance operation and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work; and agrees additionally to accept the sole responsibility for complying with all local, County, State or other legal requirements, including but not limited to, full compliance with the terms of the applicable O.S.H.A and CAL O.S.H.A Safety Orders at all times so as to protect all persons, including Contractor's employees, agents of the City, vendors, members of the public or others from foreseeable injury, or damage to their property. Contractor shall inspect all potential hazards at said facilities and keep a log indicating date inspected and action taken. 13 9.2 It shall be the Contractor's responsibility to inspect and identify, any condition(s) that renders any portion of the premises unsafe, as well as any unsafe practices occurring thereon. The Contract Administrator shall be notified immediately of any unsafe condition that requires major correction. During normal hours Contractor shall obtain emergency medical care for any member of the public who is in need thereof, because of illness or injury occurring on the premises. Contractor shall cooperate fully with the City in the investigation of any accidental injury or death occurring on the premises, including a complete written report thereof to the Contract Administrator within five (5)calendar days following the occurrence. 9.3 The Contractor shall comply with the OSHA Standard 29 CFR 1910.1200 Hazardous Communications as it pertains to the training, safety, and equipment needed for all employees engaged in custodial service. The Contractor shall be responsible for compliance on date of Contract acceptance and shall provide proof to the City. 9.4 The Contractor shall furnish to the City copies of Material Safety Data Sheets (MSDS) for all products used prior to beginning service to any facility. The Material Safety Data Sheets must be organized and include an index. The Material Safety Data Sheets must be in compliance to the OSHA Guidelines, Title 29 of the Code of Federal Regulation, Part 1910.1200, Paragraph G. 9.5 The Contractor shall comply with the OSHA Guidelines, Title 29 of the Code of Federal Regulation, Part 1910.1200, Paragraph F, concerning the labeling of all chemical containers. The Contractor shall use 'caution signs" as required by OSHA Guidelines. The Contractor shall furnish these signs at no additional cost to the City. Caution signs shall be on-site on Contract start date. 9.6 The Contractor shall comply with the OSHA Standard 29CFR1910.1030 Bloodbome Pathogens as it pertains to the training, safety, and equipment needed for all employees engaged in custodial service. The Contractor shall be responsible for compliance on date of Contract acceptance and shall provide proof to the City. The custodian is responsible for cleaning bodily fluid spills of a two (2) foot square area, or less. Immediately notify the Contract Administrator for any bodily fluid spills larger than tow (2) feet square. 10. MAINTENANCE SCHEDULES 10.1 The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. Said revisions shall be submitted to the Contract Administrator for his review, and if appropriate, his approval, within live (5) working days prior to scheduled time for the work. 11. NON-INTERFERENCE 11.1 Contractor shall not interfere with the public use of the premises and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 14 12. BUILDING SECURITY 12.1 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 limited to: (1) barring all unauthorized persons, and (2) locking and securing all doors and windows and turning off lights in these areas when the Contractor leaves the premises, except those lights and equipment designated to be continuously turned on, unlocking City Hall at 7:30 A.M., Monday through Friday, locking City Hall Monday through Friday at 5 P.M. On first and third Wednesday of each month, lock; and secure City Council Doors at 11:30 P.M., and (3) keeping entry door locked at all times. 13. LOCKS AND KEYS REQUIREMENTS 13.1 The Contractor will 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. 13.2 Key Control: a. Contractor shall be responsible for the series of keys assigned to them and will in turn assign these keys to their personnel for use in maintaining this facility. b. The Contractor will be held responsible for the proper use and safe keeping of all keys issued by the City to the Contractor. C. Contractor shall report all lost or stolen keys to the Contract Administrator within twenty- four (24) hours of discovery of the loss. Contractor shall reimburse the City for the cost as determined by the Contract Administrator of rekeying the facility or duplicating additional keys. d. Upon termination, cancellation or expiration of this Contract, all keys received by the Contractor shall be returned to the Contract Administrator. e. California law stipulates that it is unlawful for a person to duplicate any keys without the permission of the owner. The penalty for violation of law is either six (6) months imprisonment or a five hundred dollar($500) fine, or both. 14. HOURS OF WORK Contractor understands and agrees that janitorial services shall be performed during hours to be agreed upon by the Contract Administrator and on the days identified in the Detailed Specifications, including City recognized holidays for those areas operating seven (7) days per week. 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. 15. LOCATION AND TOTAL AREA TO BE SERVICED The total area to be serviced is estimated at 158,005 square feet with the following breakdown per facility: 15 Building/Area/Location Sq.Footage Sq.Footage of Carpet ofTile/Other CITY HALL, 3200 East Tahquitz Canyon Way(90) 33,658 2,878 NEW CITY YARD, 425 N. Civic Drive(50) 2,300 3,100 OLD CITY YARD, 425 N. Civic Drive(16) 3,150 2,700 POLICE DEPARTMENT, 200 S. Civic Drive(130) 22,910 15,793 WASTEWATER TREATMENT PLANT, 1,675 1,900 4375 Mesquite Ave. (24) MAIN LIBRARY, 300 S. Sunrise Way(20) 31,564 936 Building/Area/Location Sq.Footage Sq.Footage of Carpet ofTile/Other FIRE STATION N2, 300 N. El Cielo(10) (Admin only) 3,715 25 PAVILION, 401 S. Pavilion Way 4,490 14,246 LEISURE CENTER, 401 S. Pavilion Way(16) 1,602 6,899 J. C. FREY BLDG.,Baristo Road -0- 3,504 SWIM CENTER, 401 S. Pavilion Way =0- 960 TOTALS: 105,064 52,941 NOTE: The approximate number of persons based in each facility is indicated in parentheses. 16. SUPPLIES TO BE PROVIDED BY CONTRACTOR Contractors base price shall include rest room supplies to be supplied in sufficient quantities as to be continuously available in all rest rooms included in this Contract. Quality shall not be less than that generally available in a first class Arnerican hotel and shall be subject to the approval of the City's Maintenance and Environmental Affairs Manager. Supplies shall include the following: Rest Room Supplies: Air fresheners. Toilet Tissue, two ply; Hand Towels, as appropriate; Feminine sanitary supplies: napkins &tampons (vendor may recover ten Other Supplies cents per item via dispenser Plastic Trash Liners (for ALL charge); waste receptacles); Commode and urinal deodorant Cleaners; bars; Disinfectants; Commode seat covers; Strippers; Hand soap, lotion; Waxes. Hand soap, powdered; 16 EXHIBIT "B" SPECIAL REQUIREMENTS 1. EMPLOYEE BACKGROUND CHECKS All contractor employees shall be subjected to a background check prior to the commencement of work under this contract. The City will require a list of all employees assigned to this contract along with their social security numbers. Any employee shown to have a felony conviction or whom the City finds to be unacceptable will not be allowed to work under this contract. 2. HH2ING AND TESTING PROCEDURES 2.1 EMPLOYMENT STATUS: Contractor shall act hereunder as an independent contractor and not as an employee. 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 Contractor. Contractor hereby acknowledges its responsibility for all withholding taxes, payroll taxes and all other compensation for all employees, agents or servants engaged by Contractor in the performance of the terms of this Agreement. Contractor recognizes that as an independent contractor, Contractor's employees shall not be eligible to participate in any of the City of Palm Springs employee benefits programs rendered hereunder. 2.2 EQUAL EMPLOYMENT: Contractor and City of Palm Springs agree that in the performance of the terms of this Agreement, there shall be no discrimination on account of race, religion, sex, age, or national origin and each shall comply with applicable federal, state, and local laws and regulations pertaining to fair employment practices. 2.3 EMPLOYEES OF CONTRACTOR: Any and all employees of Contractor not satisfactory to the City of Palm Springs will be replaced upon request as soon as possible by another who will be satisfactory. The question as to whether any employee proves satisfactory to the City of Palm Springs is one which is to be determined solely by the City of Palm Springs with or without cause, and without regard to the basis upon which such decision shall be made. 3. CONTRACTOR'S PERSONNEL An adequate number of trained and bonded personnel shall be assigned by the Contractor to perform the work described in these specifications. All Contractor's employees shall be subject to review and approval by the Contract Administrator. The City reserves the right to request the removal of an employee who is deemed unacceptable for any reason. The Contractor shall be required to provide on-site supervisory personnel of a high professional caliber including bilingual communication ability if any contract crew member does not have a working knowledge of English. 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 Contract Administrator. 17 The Contractor shall meet special personnel standards for the Public Safety facilities. All contract employees assigned to these areas must pass a police background investigation prjor to entering said facilities. At no time shall the Contractor schedule personnel in the police facilities that have not passed the background check. This provision shall apply even during times of short staffing due to holidays, illness, vacations, no shows, etc. It shall be the responsibility of the Contractor to see that all his/her supervisory and crew personnel abide by the City of Palm Springs building security regulations and safety standards. The Contractor shall conduct his work operations in such a way as to safeguard the City's personnel, equipment, and property. All personnel assigned by the Contractor to perform work for the City of Palm Springs 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 Palm Springs. i 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. The Contractor shall provide supervisory personnel of a high professional caliber. The assigned supervisor shall contact the Contract Administrator 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. Contractor shall submit a supervisory chain of command document identifying personnel names and telephone numbers, providing updates as necessary. Said document must be submitted to the Contract Administrator on or prior to the first day of work. Contractor shall submit detailed description of all hiring, training, testing and disciplinary policies and procedures used by his/her firm. 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. 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, i.e., cleaning supplies, floor wax, furniture polish, custodial tools, and laundry materials. All such supplies and materials shall be of the highest quality. The City reserves the right to review and approve all items which may be used in performance of the Work of this Contract. No additional compensation shall be allowed for such items. One worker shall be made available for unscheduled assignments 7:30 A.M. to 4:30 P.M., Monday through Friday. Such work shall be in addition to that outlined in the specifications. This individual must be supplied with a pager unit and a vehicle for transportation provided by the Contractor. The phone number for the pager must be provided to the Contract Administrator. 4. PERFORMANCE BOND The requirements for a Performance Bond are hereby waived. 18 EXHIBIT "C SCHEDULE OF COMPENSATION Payments will be made by City to the Contractor upon receipt of properly executed invoices and in accordance with the provisions of this Contract. For all services which the Contractor is obligated to perform under the terms of this Agreement, the City shall pay to the Contractor a monthly price per facility as set in the Contract. Payments shall be made upon submittal of a detailed monthly statement to the Maintenance and Environmental Affairs Manager of the City of Palm Springs. Said statement shall be submitted within two weeks following the end of the billing period defined as a calendar month. Prior to City payment of the monthly statement the Maintenance and Environmental Affairs Manager 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. Monthly price shall be the same for each month of the year regardless of the number of work days in the month. 19 EXHIBIT C -SCHEDULE OF COMPENSATION (CONTINUED) Base Bid: Firm fixed price per square foot, per month for providing Janitorial Services, as specified, for the following buildings for three (3)year Contract LOCATION CITY HALL $ .06 Per Sq.Ft X 40,536 Sq.Ft $2192.16 POLICE DEPARTMENT $ .06 Per Sq.Ft. X 38,703 Sq.Ft. $2322.18 WASTEWATER TREATMENT $ .06 Per Sq. Ft. X 3,575 Sq.Ft. $214.50 PLANT - NEW CITY YARD $ .06 Per Sq.Ft. X 5,400 Sq.Ft. $ 324.00 OLD CITY YARD $ .06 Per Sq.Ft. X 5,850 Sq.Ft. $ 351.00 MAIN LIBRARY $ .063 Per Sq.Ft. X 32,500 Sq.Ft. $ 2050.00 FIRE STATION#2 $ .06 Per Sq.Ft. X 3,740 Sq.Ft. $224.40 (ADMINISTRATION ONLY) LEISURE SERVICES CENTER $ .06 Per Sq.Ft. X 8,501 Sq.Ft. $510.06 SWIM CENTER $ .222 Per Sq. Ft. X 960 Sq.Ft. $213.84 J. C. FREY $ .06 Per Sq. Ft. X 3,504 Sq.Ft. $210.24 PAVILION $ .06 Per Sq. Ft. X 18,736 Sq.Ft. $ 1124.16 Worker available for unscheduled assignment: $ 11.00 p/hr X 8 firs. per day X 21.75 average work days per month = $ 1194.00/MO. TOTAL .......................................................................................................$ 11,650.54 20 EXHIBIT C -SCHEDULE OF COMPENSATION(CONTINUED) Cost to strip, scrub and rewax vinyl, tile, wood and terrazo floors if needed each additional time during the year. CITY HALL $278.00 CITY YARD (BOTH BUILDINGS) $580.00 WASTEWATER TREATMENT PLANT $ 190.00 POLICE DEPARTMENT $ 1579.00 LEISURE SERVICES $690.00 MAIN LIBRARY $95.00 PAVILION $1430.00 J. C. FREY BLDG $350.00 Cost to clean/shampoo carpeting using a vacuum(.ruck-mounted extractor each additional time during the year. CITY HALL $2692.00 CITY YARD (BOTH BUILDINGS) $436.00 WASTEWATER TREATMENT PLANT $134.00 POLICE DEPARTMENT $1832.00 LEISURE SERVICES $ 128.00 MAIN LIBRARY $2525.12 21 EXHIBIT C -SCHEDULE OF COMPENSATION (CONTINUED) Cost to clean all windows and glass inside and outside, if needed, each additional time during the year. CITY HALL-MAIN BUILDING $600.00 CITY HALL-ENGINEERING $ 150.00 CITY YARD(BOTH BUILDINGS) $300.00 WASTEWATER TREATMENT PLANT $ 150.00 POLICE DEPARTMENT $600.00 LEISURE SERVICES $280.00 MAIN LIBRARY $400.00 FIRE DEPT(ADMIN) $40.00 PAVILION $ 150.00 22 EXHIBIT "D" SCHEDULE OF PERFORMANCE 1. TERM OF CONTRACT: The term of this Contract is for three (3) years, with two (2) additional one year renewal options, renewable upon mutual consent of the City and the Contractor. The Contract will commence on the date of the Notice to Proceed. 2. STANDARDS AND FREQUENCY OF JANITORIAL SERVICES FOR SPECIFIC AREAS The following standards shall be used by the Contract Administrator in evaluating custodial service: A. Dusting - A properly dusted surface is free of all dirt and dust, streaks, lint and cobwebs. Dusting will be accomplished with properly treated cloths. B. Plumbing Fixtures and Dispenser Cleaning - Plumbing fixtures and dispensers are clean when free of all deposits and stains so that the item is left without dust, streaks, film, odor or stains. C. Sweeping/Vacuuming - A properly swept floor is free of all dirt, grit, lint and debris, except embedded dirt and grit. D. Spot Cleaning - A surface adequately spot cleaned is free of all stains, deposits, and is substantially free of cleaning marks. E. Damp Mopping -A satisfactorily damp mopped floor is without dirt, dust, marks, film, streaks, debris or standing water. F. Metal Cleaning - All cleaned metal surfaces are without deposits or tarnish and with a uniformly bright appearance. The cleaner used is to be removed from adjacent surfaces. G. Glass Cleaning - Glass is clean when all glass surfaces are without streaks, film, deposits and stains, and have a uniformly bright appearance and adjacent surfaces have been wiped clean. H. Floor Finish Removal (Stripping)-Removal is accomplished when surfaces have all finished removed down to the flooring materials, are free of dirt, stains, deposits, debris, cleaning solution and standing water, and the floor has a uniform appearance when dry. Plain water rinse and pick-up must follow finish removal operation immediately. I. Finished Floor (Application) - A floor is satisfactorily finished when all old wax/polish has been completely removed, including in corners and along edges and sufficient coats of sealer and wax/polish have been properly applied with enough drying time between each coat to assure no streaking, bubbling, or yellowing. J. Scrubbing - 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. A plain water rinse must follow the scrubbing process immediately. K. Buffing of Finished Floor Surfaces -All finished floor areas will be spray buffed sufficiently for maximum gloss, removal of surface dirt and have a uniform appearance. Only non-skid and City approved spray-buff products shall be used. 23 L. Wall Washing - After cleaning, the surfaces of all walls, ceilings, exposed pipes and equipment will have a uniformly clean appearance, free from dirt, stains, streaks, lint and cleaning marks. Painted surfaces must not be unduly damaged. Hard finish wainscot or glazed ceramic tile surfaces must be bright, free of film streaks and deposits. M. Spot Cleaning Carpets -A carpet adequately spot cleaned is free of all stains, deposits, gum, and spills. Care will be taken to use a product that will not harm the capet fibers. AREAS: CITY HALL, CITY YARD, MAIN LIBRARY, PAVILION, J.C.FREY BLDG., LEISURE CENTER, SWIM CENTER, AND FIRE STATION H2 ADMIN. GENERAL, EXECUTIVE AND LOBBY AREAS TO BE CLEANED FIVE (5) DAYS PER WEEK-MONDAY THROUGH FRIDAY TO BE CLEANED SIX (6) DAYS PER WEEK - MONDAY THROUGH SATURDAY AT MAIN LIBRARY AND LEISURE CENTER TO BE CLEANED SEVEN(7) DAYS PER WEEK- INCLUDING HOLIDAYS -SWIM CENTER PAVILION 1. Empty and wipe clean (inside and out) all wastepaper and trash receptacles; return to original locations. Replace plastic liners as needed. Remove trash to main waste storage area. 2. Empty and wipe clean ashtrays; sift out cigarette butts and clean sand containers; pick up debris in smoke areas/urns and damp wipe exposed areas. 3. Clean and disinfect with damp cloth all counters, public telephones and glass tops. 4. Spot clean walls, woodwork and doors, door frames and dust clean fingerprints, dust, soil, gum, etc. 5. Spot clean interior glass/frames, sills, glass panels, side glass entry doors and partition glass. 6. Spot vacuum carpeting(prior to 8 a.m. or after 5 p.m.); include under and around all furniture; spot clean baseboard and carpet for drink, spills, mud, gum, tar, etc. Daily vacuum all traffic lanes and high traffic areas at the Main Library 7. Dust mop hard surface floors; including stairs and landings. 8. Spot mop hard surface floors where needed for drink spills, mud; remove gum, tar, etc. 9. Clean and polish drinking fountains, metal housings and trim; remove smudges and other marks. 10. Clean main entry door glass inside and out; spot clean other entry door glass. 11. All vinyl and tile floors must be buffed on an "as needed" basis to insure high gloss shine. TO BE CLEANED WEEKLY ON FRIDAY: 1. Dust thoroughly desks (except when laden with paperwork), tables, bookcases, lamps and other office furniture. 2. Spot clean and mop all hard surface floors; insure high gloss shine 24 3. Spot clean and damp wipe plastic, vinyl and leather chairs and/or sofa backs, seats and arms. 4. Dust doors and door frames. 5. Clean entry door metal, receptacles and thresholds. 6. Spot clean and vacuum carpeting (prior to 8 a.m. or after 5 p.m.). 7. Damp wipe tables, table tops and chairs and chair legs.. KITCHEN/LOUNGE, LOCKER, WEIGHT ROOM AREAS TO BE CLEANED FIVE (5) DAYS PER WEEK-MONDAY THROUGH FRIDAY TO BE CLEANED SIX (6) DAYS PER WEEK - MONDAY THROUGH SATURDAY AT MAIN LIBRARY AND LEISURE CENTER TO BE CLEANED SEVEN (7) DAYS PER WEEK - INCLUDING HOLIDAYS - SWIM CENTER AND PAVILION 1. Empty and wipe clean (inside and out) all wastepaper and trash receptacles; return to original locations. Replace plastic liners as needed. Remove trash to main waste storage area. 2. Empty and wipe clean ashtrays; sift out cigarette butts and clean sand containers; pick up debris in smoke areas/urns and damp wipe exposed areas. 3. Clean and disinfect with damp cloth all counters, public telephones and glass tops. 4. Spot clean walls, woodwork and doors, door frames and dust clean fingerprints, dust, soil, gum, etc. 5. Spot clean interior glass/frames, sills, glass panels, side glass entry doors and partition glass. 6. Spot vacuum carpeting (prior to 8 a.m. or after 5 p.m.); include under and around all furniture; spot clean baseboard and carpet for drink, spills, mud, gum, tar, etc. 7. Dust mop hard surface floors; including stairs and landings. 8. Spot mop hard surface floors where needed for drink spills, mud; remove gum, tar, etc. 9. Clean and polish drinking fountains, metal housings and trim; remove smudges and other marks. 10. Clean main entry door glass inside and out; spot clean other entry door glass. 11. All vinyl and tile floors must be buffed on an "as needed" basis to insure high gloss shine. WEEKLY - TO BE DONE ON TUESDAYS (OR OTHER DAY MUTUALLY AGREEABLE WITH THE CONTRACTOR AND THE CITY): 1. Wipe clean sinks, drain boards and counter tops. 2. Damp wipe table tops and chairs. 25 3. Sweep and damp mop floors. 4. Vacuum carpeting. 5. Damp wipe and clean tops, sides and fronts of appliances (stove, refrigerator, dishwasher, microwave oven). 6. Dust weight room equipment. REST ROOMS TO BE CLEANED FIVE(5) DAYS PER WEEK.-MONDAY THROUGH FRIDAY TO BE CLEANED SIX (6) DAYS PER WEEK - MONDAY THROUGH SATURDAY AT MAIN LIBRARY AND LEISURE CENTER TO BE CLEANED SEVEN(7) DAYS PER WEEK-INCLUDING HOLIDAYS -SWIM CENTER&PAVILION 1. Empty and wipe clean(inside and out) all waste containers and remove trash to main waste receptacle. 2. Empty sanitary napkin containers and replace liner. 3. Polish all metal, mirrors and dispensers. 4. Clean and disinfect: Wash basins, counter tops, toilet bowls (including underside and tops of seats) and urinals. 5. Spot clean walls around wash basin, dispensers and other fixtures. 6. Clean floor with germicidal solution. 7. Refill soap, sanitary napkin, towel, tissue:and toilet cover dispensers. 8. All vinyl and tile floors must be buffed on an "as needed" basis to insure high gloss shine. WEEKLY - TO BE DONE ON TUESDA.Y (OR OTHER DAY MUTUALLY AGREEABLE WITH CONTRACTOR AND THE CITY): 1. Wash down tile walls and toilet partitions. 2. High dust rest room walls. 3. Pour water down floor drains. 4. Clean appropriately rest room chairs, sofas and other furniture. ALL AREAS TO BE CLEANED MONTHLY DURING THE FIRST WEEK OF THE MONTH: 1. Dust mop, spot clean and vacuum entire floor area. 26 2. High dust wall and ceilings. 3. Vacuum air grills. 4. Dust pictures, frames, clocks, panel boxes, fire extinguisher and other wall fixtures. 5. Dust sides and tops of all lockers, file and storage cabinets; dust window sills, shelves, and other ledges. 6. Polish meeting rooms and public area table tops. 7. Clean public access partition glass inside .and outside. TO BE CLEANED THREE (3) TIMES PER YEAR DURING THE MONTHS OF FEBRUARY, JUNE AND OCTOBER: - 1. Strip, scrub and re-wax vinyl, tile and terrazzo floors. 2. Scrub, mop and re-seal wood floors. 2. Dust with a treated cloth wall paneling. 3. Vacuum all fabric 1)walls, 2) furniture and 3) drapes. 4. Clean and polish all metal furniture. 5. Dust or damp wipe push-plate, kick-plates, and baseboards and moldings. 6. Damp wipe exterior surface of light fixtures. 7. Clean/shampoo carpeting. Use a vacuum truck-mounted extractor once per year (October). Carpets to be cleaned three (3)per year with truck-mounted extractor at the Main Library. 8. Clean all windows and glass, inside and outside. 9. Clean all vertical blinds. AREA: POLICE DEPARTMENT GENERAL, EXECUTIVE AND LOBBY AREAS TO BE CLEANED FIVE(5) DAYS PER WEEK- MONDAY THROUGH FRIDAY: 1. Empty and wipe clean (inside and out) all wastepaper and trash receptacles; return to original locations. Replace plastic liners as needed. Remove trash to main waste storage area. 2. Empty and wipe clean ashtrays; sift out cigarette butts and clean sand containers; pick up debris in smoke areas/ums and damp wipe exposed areas. 27 4. Clean with damp cloth, counters, public telephones and glass tops. 5. Spot clean walls, woodwork and doors, door frames and dust clean fingerprints, dust, soil, gum, etc. 6. Spot clean partition glass. 7. Spot vacuum carpeting(prior to 8 a.m. and after 5 p.m.). 8. Dust mop had surfaces floors; spot mop where needed for drink spills, mud, etc. 9. Clean and polish drinking fountains, metal housings and trim removing smudges, and other marks. 10. Clean main entry door glass inside and out; spot clean other entry door glass. 11. All vinyl and the floors must be buffed on an "as needed" basis to insure high gloss shine. RECORDS, COMMUNICATIONS, AND MANY LOBBY TO BE CLEANED SEVEN (7)DAYS PER WEEK(INCLUDING HOLIDAYS): 1. Empty and wipe clean (inside and out) all wastepaper and trash receptacles; return to original locations. Replace plastic liners as needed. Remove trash to main waste storage area. 2. Empty and wipe clean ashtrays; sift out cigarette butts and clean sand containers; pick up debris in smoke areas/urns and damp wipe exposed areas. 3. Clean and disinfect with damp cloth all counters, public telephones and glass tops. 4. Spot clean walls, woodwork and doors, door frames and dust clean fingerprints, dust, soil, gum, etc. 5. Spot clean interior glass/frames, sills, glass panels, side glass entry doors and partition glass. 6. Spot vacuum carpeting (prior to 8 a.m. or after 5 p.m.); include under and around all furniture; spot clean baseboard and carpet for drink, spills, mud, gum, tar, etc. 7. Dust mop hard surface floors; including stairs and landings. 8. Spot mop hard surface floors where needed for drink spills, mud; remove gum, tar, etc. 9. Clean and polish drinking fountains, metal housings and trim; remove smudges and other marks. 10. Clean main entry door glass inside and our; spot clean other entry door glass. 11. All vinyl and tile floors must be buffed on an "as needed" basis to insure high gloss shine. TO BE CLEANED WEEKLY ON FRIDAY: 1. Dust thoroughly desks (except when laden with paperwork), tables, bookcases, lamps and other office furniture. 28 2. Damp mop all hard surface floors, including Police Department stairs and stairwell. 3. Damp wipe plastic, vinyl and leather chaiirs and/or sofa backs, seats and arms. 4. Dust door and door frames. 5. Clean entry door metal and thresholds. 6. Vacuum carpeting(prior to 8 a.m. and after 5 p.m.) except Communications area. 7. Clean reception area partition glass, inside and out. 8. Damp wipe elevator car walls and handrails. 9. Vacuum elevator car floor and tracks. 10. Damp wipe stairway handrail. TO BE CLEANED WEEKLY ON WEDNESDAY OR THURSDAY: 1. Vacuum carpeting in Communications section between 1 a.m. and 5 a.m. KITCHEN/LOUNGE, LOCKER, WEIGHT ROOM AREAS TO BE CLEANED SEVEN(7) DAYS PER WEEK(INCLUDING HOLIDAYS): 1. Empty and wipe clean (inside and out) all wastepaper and trash receptacles; return to original locations. Replace plastic liners as needed. Remove trash to main waste storage area. 2. Empty and wipe clean ashtrays; sift out cigarette butts and clean sand containers; pick up debris in smoke areas/urns and damp wipe exposed areas. 3. Clean and disinfect with damp cloth all counters, public telephones and glass tops. 4. Spot clean walls, woodwork and doors, door frames and dust clean fingerprints, dust, soil, gam, etc. 5. Spot clean interior glass/frames, sills, glass panels, side glass entry doors and partition glass. 6. Spot vacuum carpeting (prior to 8 a.m. or after 5 p.m.); include under and around all furniture; spot clean baseboard and carpet for drink, spills, mud, gum, tar, etc. 7. Dust mop hard surface floors; including stairs and landings. 8. Spot mop hard surface floors where needed for drink spills, mud; remove gum, tar, etc. 9. Clean and polish drinking fountains, metal.housings and trim; remove smudges and other marks. 10. Clean main entry door glass inside and out; spot clean other entry door glass. 29 11. All vinyl and tile floors must be buffed on an "as needed" basis to insure high gloss shine. TO BE CLEANED WEEKLY ON TUESDAYS (OR OTHER DAY MUTUALLY AGREEABLE TO THE CONTRACTOR AND THE CITY: 1. Wipe clean sinks, drain boards and counter tops. 2. Damp wipe table tops and chairs. 3. Sweep and damp mop floors, including weight room. 4. Vacuum carpeting, including Police Department locker room. 5. Damp wipe and clean tops, sides and fronts of appliances (stove, refrigerator, dishwasher, microwave oven). 6. Dust weight room equipment. REST ROOMS TO BE CLEANED SEVEN (7) DAYS PER WEEK(INCLUDING HOLIDAYS): 1. Empty and wipe clean (inside and out) all waste containers and remove trash to main waste receptacle. 2. Empty sanitary napkin containers and replace liner. 3. Polish all metal, mirrors and dispensers. 4. Clean and disinfect: wash basins, counter tops, toilet bowls (including underside and tops of seats) and urinals. 5. Spot clean walls around wash basin, dispensers and other fixtures. 6. Clean floor with germicidal solution. 7. Refill soap, sanitary napkin, towel, tissue and toilet seat cover dispensers. WEEKLY-TO BE DONE ON TUESDAYS (OR OTHER DAY MUTUALLY AGREEABLE TO CONTRACTOR AND THE CITY: 1. Wash down tile walls and toilet partitions. 2. High dust rest room walls. 3. Pour water down floor drains. 4. Clean appropriately rest room chairs, sofas and other furniture. ALL AREAS 30 TO BE CLEANED MONTHLY DURING THE FIRST WEEK OF THE MONTH: 1. Dust mop, spot clean and vacuum entire floor area. 2. High dust walls and ceilings. 3. Vacuum air grills. 4. Dust pictures, frames, clocks, panel boxes, fire extinguisher and other wall fixtures. 5. Dust sides and tops of all lockers, file and storage cabinets; dust window sills, shelves, and other ledges. 6. Polish meeting room and public area table tops. 7. Clean public access partition glass, inside and outside. S. All vinyl and file floors must be buffed on an "as needed" basis to insure high gloss shine. TO BE CLEANED THREE (3) TIMES PER YEAR DURING THE MONTHS OF FEBRUARY, JUNE AND OCTOBER: 1. Strip, scrub and rewax vinyl, tile and terrazzo floors. 2. Dust wall paneling with a treated cloth. 3. Vacuum all fabric 1) walls, 2) furniture, and 3)drapes. 4. Clean and polish all metal furniture. 5. Dust or damp wipe push-plate, kick-plates, and baseboards and moldings. 6. Damp wipe exterior surface of light fixtures. 7. Clean/shampoo carpeting. Use a vacuum truck-mounted extractor once per year(October). 8. Clean all windows and glass, inside and outside. 9. Clean all vertical blinds. AREA: WASTEWATER TREATMENT PLANT GENERAL, EXECUTIVE AND LOBBY AREAS TO BE CLEANED SEVEN (7) DAYS PER WEEK(INCLUDING HOLIDAYS): 1. Empty and wipe clean (inside and outside) all wastepaper and trash receptacles; return to original locations. Replace plastic liners as needed. Remove trash to main waste storage area. 31 • 2. Empty and wipe clean ashtrays. 3. Clean sand urns and damp wipe exposed area. 4. Clean with damp cloth, counters, public telephones and glass tops. 5. Spot clean walls, woodwork and doors. 6. Spot clean partition glass. 7. Spot vacuum carpeting(prior to 8 a.m. or after 5 p.m.). 8. Dust mop hard surface floors; spot mop where needed for drink spills, mud, etc. 9. Clean and-polish drinking fountains and metal housings. 10. Clean main entry door glass inside and outside; spot clean other entry door glass. 11. All vinyl and tfle floors must be buffed on an "as needed" basis to insure high gloss shine. TO BE CLEANED WEEKLY ON FRIDAY: 1. Dust thoroughly desks (except when laden with paperwork), tables, bookcases, lamps and other office furniture. 2. Damp mop all hard surface floors. 3. Damp wipe plastic, vinyl and leather chairs and/or sofa backs, seats and arms. 4. Dust door and door frames. 5. Clean entry door metal and thresholds. 6. Vacuum carpeting (prior to 8 a.m. and after 5 p.m.). KITCHEN/LOUNGE, AND LOCKER ROOM AREA TO BE CLEANED SEVEN (7) DAYS PER WEEK:(INCLUDING HOLIDAYS) 1. Empty and wipe clean(inside and outside) all wastepaper and trash receptacles; return to original locations. Replace plastic liners as needed. Remove trash to main waste storage area. 2. Empty and wipe clean ashtrays. 3. Clean sand urns and damp wipe exposed area. 4. Clean with damp cloth, counters, public telephones and glass tops. 32 5. Spot clean walls, woodwork and doors. 6. Spot clean partition glass. 7. Spot vacuum carpeting (prior to 8 a.m. or after 5 p.m.). 8. Dust mop hard surface floors; spot mop where needed for drink spills, mud, etc. 9. Clean and polish drinking fountains and metal housings. 10. Clean main entry door glass inside and outside; spot clean other entry door glass. 11. All vinyl and the floors must be buffed on an "as needed" basis to insure high gloss shine. TO BE CLEANED WEEKLY ON TUESDAYS (OR OTHER DAY MUTUALLY AGREEABLE TO CONTRACTOR AND CITY): 1. Wipe clean sinks, drain boards and counter tops. 2. Damp wipe table tops and chairs. 3. Sweep and damp mop floors. 4. Vacuum carpeting. 5. Damp wipe and clean tops, sides and fronts of appliances (stove, refrigerator, dishwasher, microwave oven). REST ROOMS TO BE CLEANED SEVEN(7) DAYS PER WEEK:(INCLUDING HOLIDAYS) 1. Empty and wipe clean(inside and outside) all waste containers and remove trash to main waste receptacle. 2. Empty sanitary napkin containers and replace liner. 3. Polish all metal, mirrors and dispensers. 4. Clean and disinfect: wash basins, counter tops, toilet bowls (including underside and tops of seats) and urinals. 5. Spot clean walls around wash basin, dispensers and other fixtures. 6. Clean floor with germicidal solution. 7. Refill soap, sanitary napkin, towel, tissue and toilet seat cover dispensers. WEEKLY - TO BE DONE ON TUESDAYS (OR OTHER DAY MUTUALLY AGREEABLE TO THE CONTRACTOR AND THE CITY): 33 1. Wash down tile walls and toilet partitions. 2. High dust rest room walls. 3. Pour water down floor drains. 4. Clean appropriately rest room chairs, sofas and other furniture. ALL AREAS TO BE CLEANED MONTHLY DURING THE FIRST WEEK OF THE MONTH: 1. Spot clean , dust mop and vacuum entire floor area. 2. High dust wall and ceilings. 3. Vacuum air grills. 4. Dust pictures, frames, clocks, panel boxes, fire extinguisher and other wall fixtures. 5. Dust sides and tops of all lockers, file and storage cabinets; dust window sills, shelves, and other ledges. 6. Polish meeting room and public area table tops. 7. Clean public access partition glass inside and outside. TO BE CLEANED THREE (3) TIMES PER YEAR DURING THE MONTHS OF FEBRUARY, TUNE AND OCTOBER: 1. Dust wall paneling with a treated cloth. 2. Vacuum all fabric 1)walls, 2) furniture, 3)drapes. 3. Clean and polish all metal furniture. 4. Dust or damp wipe push-plate, kick-plates, and baseboards and moldings. 5. Damp wipe exterior surface of light fixtures. 6. Clean/shampoo carpeting. Use a vacuum truck-mounted extractor once per year (October). 7. Clean all windows and glass inside and outside. 8. Clean all vertical blinds. 34 ALL LINES ac��i:i� RTI�NC�►`�`�'( $ItVVR��i Yk t ATE(MM/p0/YY) O PRODUCER 07/30/98THIS CERTIFICATE IS ISS NED AS A MATTER OF INFORMATION ONLY AND CONFERS,NO RIGHTS UPI IN THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTE,ID OR ALTER THE COVERAGE AFFORDED BY THE COVINA INSURANCE SERVICE POLICIES BELOW. 156 W. B CA LLO 917 COVINA, CA 23 COMPANIES AFFORDING COVERAGE I. .. . ---.... COMPANY A I LETTERMONTICELLO INSURANCE COMPANY COMPANY B INSURED -'- LETTER FINANCIAL INDEMNITY COMPANY COMPANY DENNIS NELSEN iLETTER C WESTERN SURETY COMPANY DBA: NELSEN'S JANITORIAL . -_.._,,.____.___._,_________,. COMPANY 5000 CALLE SAN RAPHAEL, STE. C-1 LETTER D GOLDEN EAGLE INSURANCE COMPANY_ PALM SPRINGS, CA 92264 cpMPANv LETTER E THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO"HE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRAC,+,A 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❑Y PAID CLAIMS, CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE IPOLICV ',XPIRATIONI LTR DATE IMM/DD/YYI DATE(IMIDO/VV) LIMITS GENERAL LIABILITY ,GENERAL AGGREGATE $ 2,0.0O.,DOD. GE COMMERCIAL GENERAL LIABILITY PRODUCTS COMPIOP AEG $ _l_DODy.000-. A CI-AIMS X IOCCUR. MCI 360425 :02/O1/98 02/O1/99 PERSONALAADV INJURY $ 1 ,000y,0OO, OWNER'S A CONTRACTOR'S PROT. EACH OCCURRENCE $ 1,000,OQ 0. . ___.,,.___. FIRE DAMAGE(Any one firO $ 50,000. MED.EXPENSE(Any one person):$ 5,000. AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE $ I LIMIT 500,000. B ALL OWNED AUTOS _._.__.______. _.. SCHEDULED AUTOS I I BOOILV INJURY__—_ , (Par person) $ HIRED AUTOS C 7403180 108/O1/98 07/31/99 100,000. BODILY INJURY NON OWNED AUTOS .X (Per scot $ 500 000. GARAGE LIABILITY i "'----T - �' PROPERTY DAMAGE I$ 25,000 EBB LIABILITY LIABILITY EACH OCCURRENCE $ X UMBRELLA FORM ----- BHO 50377520 07/04/98 'O1/04/99 AGGREGATE $ — OTHER THAN UMBRELLA FORM � i STATUTOLIMITS.__[ WORKER'S COMPENSATION RY� " —_ G AND I EACH ACCIDENT $ �,-000,000. NWC 242733 07/10/98 I07/10/99 DISEASE—POLICY LIMIT i5 00_,000. i EMPLOYERS'LIABILITY I DISEASE—'EACH EMPLOYEE $ 1 ,000 BOO. iOTHER -----—II JANITORIAL SERVICE I I Di BOND 58197964 i02/01/98 i02/01/99 5,000. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS ADDITIONAL INSURED: CITY OF PALM SPRINGS CE,R7IFICAT,E,„Hp .DfiRcCEI,LAT,0�1 r,„) ,.uxi;S-W x ,Aww, SHOULD ANY OF THE ABO, : DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THERI-.0F, THE ISSUING COMPANY WILL f#@EM�.V. CITY OF PALM SPRINGS f;,; MAIL 30 3200 E. TAH UITZ CANYON WAY ') AYS WRITT IN NOTICE TOT CERTIFICATE HOLDER NAMED TO THE 4 LEFT, P.O. BOX 2743 s' PALM SPRINGS CA 92263-2743 � Il61 AUTHORIZED RE ESENTAT .90 ...,. CORD 46. .'ffi90) !.,nC� .n ICbtlq[ST'CbpPORAt'ION�'1986 2 ACORD 25S(7/90) Trisha Sanders From: Barry Griffith (John) To: Trisha Sanders Cc: Nancy J. McIntosh Subject: FW: Automobile Insurance - Nelsens Janitorial Date: Tuesday, July 28, 1998 1:32PM Trisha: Nancy Joe says that $500,000 combined single limit will be sufficient for auto ins. bg From: Barry Griffith (John) To: Nancy J. McIntosh Cc: Trisha Sanders Subject: Automobile Insurance - Nelsens Janitorial Date: Tuesday, July 28, 1998 10:08AM Nancy: Below is the section of comprehensive general liability insurance in our janitorial contract. The City Clerk's office is inquiring if we need to require auto ins. for $1,000,000 for combined single limit or can it be $500,000? < <File Attachment: AUTOINS.DOC> > Thanks. ...bg Page 1 I