Loading...
HomeMy WebLinkAboutC5 Parks Janitorial Services RFPCity of San Luis Obispo, Council Agenda Report, Meeting Date, Item Number FROM: Daryl R. Grigsby, Public Works Director Prepared By: Barbara Lynch, Deputy Director of Public Works SUBJECT: PARKS JANITORIAL SERVICES RECOMMENDATION 1. Approve Request for Proposals for "Park Facilities Janitorial Services". 2. Authorize staff to advertise for proposals. 3. Authorize the City Manager to award the agreement for services if the annual total is within the available annual budget of $87,200 for park restroom janitorial services. 4. Authorize the City Manager, or her designee, to amend or extend the agreement for services in accordance with its terms and within the available annual budget. DISCUSSION The City has a longstanding policy of using contract labor where appropriate for ongoing operations and maintenance services. The City’s current contract to provide janitorial services to twelve park restrooms expires October 31, 2014. A new Request for Proposals (RFP) is recommended to be released to establish an updated contract. The new contract will provide for a four year agreement with an option to renew for another two, with annual cost increases based on changes in the consumer price index. The contractor is responsible to provide all janitorial maintenance services, including labor, supplies and equipment, in accordance with the tasks and frequencies detailed in the RFP. Utility services, such as water, sewer and electricity, are paid directly by the City, and are not included in the contract. Schedule and Selection Process Proposals will be reviewed to determine if the companies have experience in janitorial maintenance services for public facilities and have references indicating quality service and responsiveness. Finalists may be interviewed if clarifications are needed in their proposals. Once proposers have been ranked based on knowledge and experience, proposed costs will be reviewed to determine the best overall value for the City. Where one company is clearly the only company with appropriate experience, staff may recommend going with a more expensive firm. If companies have generally equal experience and good references, staff will use cost in determining which company to recommend. FISCAL IMPACT Funding for the park restrooms is provided by the City’s General Fund as part of the Parks and Landscape Maintenance Operating Budget. The 2013-15 Financial Plan provides $87,200 (100.50200.7227) for fiscal year 2014-15 to support the award of this contract. Aug 19, 2014 C5 C5 - 1 Parks Restroom Janitorial Services Request for Proposals Page 2 ALTERNATIVE 1. Do not approve the RFP and continue on a month to month agreement with the current contractor. Staff does not recommend this alternative because a long term contract provides the City a more competitive price and consistent service delivery. ATTACHMENT 1. Request for Proposal, Park Restroom Janitorial Maintenances Services, Specification 50200- 2014J t:\council agenda reports\2014\2014-08-19\park janitorial services (grigsby-lynch)\rpt - 2014 parks janitorial advertise.docx C5 - 2 Attachment 1 Notice Requesting Proposals for Park Restrooms Janitorial Maintenance Services Specification No. 50200-2014J The City of San Luis Obispo is requesting sealed proposals to furnish janitorial services for Park Restrooms pursuant to Specification No. 50200-2014J. All proposals must be received by the Finance Department at 990 Palm Street, San Luis Obispo, CA 93401 by 2:00 P.M. on September 10, 2014. Proposals received after said time will not be considered. To guard against premature opening, each proposal shall be submitted to the Finance Department in a sealed envelope plainly marked with the proposal title, specification number, proposer name, and time and date of the proposal opening. Proposals shall be submitted using the forms provided in the specification package. Obtaining a Specification Package  Download from the City’s Web site www.slocity.org - Bids & Proposals page  Pick up a copy of the RFP at 919 Palm Street  Mail a request to the City of San Luis Obispo Public Works Department at 919 Palm Street  Fax a request to the City of San Luis Obispo at 805-781-7198 – include company name, street address, phone, fax, email and the name of the contact person. Requests must include the RFP title and specification number. Contract Detail Information Project detail information may be obtained by contacting Barbara Lynch at (805) 781-7191. C5 - 3 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 2 of 22 Specification No. 50200-2014J TABLE OF CONTENTS DESCRIPTION OF WORK ........................................................................................................................................... 3 GENERAL TERMS AND CONDITIONS ...................................................................................................................... 4 PROPOSAL REQUIREMENTS ............................................................................................................................ 4 CONTRACT AWARD AND EXECUTION ............................................................................................................. 4 PROPOSAL CONTENT AND SELECTION PROCESS .............................................................................................. 6 PROPOSAL CONTENT ........................................................................................................................................ 6 PROPOSAL EVALUATION AND PROPOSER SELECTION ............................................................................... 6 FORM OF AGREEMENT ............................................................................................................................................. 8 SCOPE OF WORK AND SERVICE LEVELS ............................................................................................................ 14 DETAILED DESCRIPTION OF WORK ............................................................................................................... 14 PROPOSAL SUBMITTAL FORMS ............................................................................................................................ 16 ACKNOWLEDGEMENT ...................................................................................................................................... 16 INSURANCE CERTIFICATE .............................................................................................................................. 16 REFERENCES .................................................................................................................................................... 17 CONTRACT COST PROPOSAL ............................................................................................................................... 19 INSURANCE REQUIREMENTS: Operation and Maintenance Services .............................................................. 20 LOCATION MAP ........................................................................................................................................................ 22 C5 - 4 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 3 of 22 Section A DESCRIPTION OF WORK The City does not maintain staff to perform janitorial services for Park Restrooms. This work is provided via a contract service with a company specializing in this area. The Contractor is expected to provide thorough, quality service, representing the City at designated sites. The Contractor shall perform the cleaning tasks described in this section at the locations and frequencies listed for the park restrooms. The intent of this specification is to procure a high quality of janitorial services by skilled professional staff that will present a clean appearance at all times. The Contractor shall maintain all specified locations at such a level. The City's representative shall be sole judge of the adequacy of the Contractor's mainte- nance and the appearance of the sites. C5 - 5 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 4 of 22 Section B GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (Proposer) shall meet all of the terms, and conditions of the Request for Proposals (RFP) specifications package. By virtue of its proposal submittal, the Proposer acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be enclosed in an envelope that shall be sealed and addressed to the Finance Department, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. In order to guard against premature opening, the proposal should be clearly labeled with the proposal title, specification number, name of proposer, and date and time of proposal opening. No FAX submittals will be accepted. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the Proposer’s insurance coverage during proposal evaluation; as discussed under paragraph 13 below, endorsements are not required until contract award. The City’s insurance requirements are detailed in Section F. 4. Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 5. Proposal Withdrawal and Opening. A Proposer may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the Accounting Supervisor/ Finance Department for its withdrawal, in which event the proposal will be returned to the Proposer unopened. No proposal received after the time specified or at any place other than that stated in the "Notice Requesting Proposals" will be considered. All proposals will be opened and declared publicly. Proposers or their representatives are invited to be present at the opening of the proposals. 6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub-proposal to a Proposer submitting a proposal, or who has quoted prices on materials to such Proposer, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other Proposers submitting proposals. 7. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communication with City staff is not encouraged, but is permitted. However, any such oral communication shall not be binding on the City. 8. Alternative Proposals. When specifically requested, the proposer may submit an alternative proposal (or proposals) that it believes will also meet the City's project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternatives, and discuss under what circumstances the City would prefer one alternative to the other(s). If an alternative proposal is submitted, the maximum length of the proposal may be expanded proportionately by the number of alternatives submitted. CONTRACT AWARD AND EXECUTION 9. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non substantial irregularities in any C5 - 6 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 5 of 22 proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the Section C of these specifications for proposal evaluation and contract award criteria. 10. Competency and Responsibility of Proposer. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of Proposers. Proposers will provide, in a timely manner, all information that the City deems necessary to make such a decision. 11. Labor Actions. In the event that the successful proposing firm is experiencing a labor action at the time of contract award (or if its suppliers or subcontractors are experiencing such a labor action), the City reserves the right to declare said proposing firm is no longer the best proposing firm and to accept the next best proposal from a proposing firm that is not experiencing a labor action, and to declare it to be the best proposing firm. 12. Contract Requirement. The Proposer to whom award is made shall execute a written contract with the City within ten (10) calendar days after notice of the award has been sent by mail to it at the address given in its proposal. The contract shall be made in the form adopted by the City and incorporated in these specifications. 13. Insurance Requirements. The Proposer shall provide proof of insurance in the form, coverage’s and amounts specified in Section F of these specifications within 10 (ten) calendar days after notice of contract award as a precondition to contract execution. 14. Business License & Tax. The Proposer must have a valid City of San Luis Obispo business license and tax certificate before execution of the contract. Additional information regarding the City's business license and tax program may be obtained by calling (805) 781-7134. 15. Failure to Accept Contract. The following will occur if the Proposer to whom the award is made fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the special terms and conditions if a Proposer's bond or security is required; and an award may be made to the next highest ranked Proposer with whom a responsible compensation is negotiated, who shall fulfill every stipulation as if it were the party to whom the first award was made. C5 - 7 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 6 of 22 Section C PROPOSAL CONTENT AND SELECTION PROCESS PROPOSAL CONTENT 1. Submittal Forms a. Acknowledgement b. Certificate of Insurance c. References d. Site cost proposals – in separate sealed envelope 2. Qualifications a. Experience of your firm and staff in performing similar services b. Statement and explanation of any instances where your firm has been removed from a contract or disqualified from proposing on a contract c. Standard hourly billing rates for the Contractor staff 3. Work Program a. Description of your approach to completing the work b. Tentative schedule by site and task for completing the work c. Estimated hours for your staff to complete the required work at each site visit d. Services anticipated to be provided by the City e. Any other information that would assist us in making this contract award decision 4. Proposal Length and Copies a. Proposals should be the minimum length to provide the required information. Charts and other short form approaches to conveying information are encouraged b. 3 copies of the proposal must be submitted PROPOSAL EVALUATION AND PROPOSER SELECTION Proposals will be evaluated by a review committee and contract award process as follows: 5. Written Proposal Review/Finalist Candidate Selection Proposals will be reviewed by a selection committee and ranked in accordance with their responsiveness, qualifications, and understanding of the Proposer relative to these specification requirements. Where proposals are rated consistently higher than others, those Proposers may be selected as the top ranked Proposers for purposes of contract negotiation. Alternatively, a group of finalist candidates (generally the top 3 to 5 proposers) may be selected for follow-up interviews and presentations, or requests for additional clarifying information, before the final top ranked Proposers are determined. 6. Oral Presentations/Interviews Finalist candidates may be interviewed by a review committee. The purposes of this interview will be to a) evaluate communication and interpersonal skills and b) clarify and resolve any questions and issues about the proposal. Based on results of the interviews, the review committee will rank the proposing firms and select the best proposing firms. C5 - 8 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 7 of 22 7. Proposer Selection and Compensation After selecting the best proposing firms, the review committee will review all the submitted price proposals. If the price proposal from the best proposing firm is acceptable the review committee will recommend that a contract be awarded to that firm. If the price proposal is not acceptable, the review committee will negotiate with the best proposing firm to establish an acceptable price. If negotiations are unsuccessful, the review committee will repeat the process with the next best proposing firm until an acceptable price can be established and the review committee can recommend that a contract be awarded. Contract award will be to one firm and will be based on a combination of factors that represent the best overall value for completing the scope of work as determined by the City, including: the written proposal criteria described above; results of background and reference checks; results from the interviews; and proposed compensation. 8. Proposal Review and Award Schedule The following is an outline of the anticipated schedule for proposal review and contract award: Issue RFP ...................................................... August 20, 2014 Receive proposals .................................. September 10, 2014 Complete proposal evaluation ................ September 17, 2014 Finalize staff recommendation ............... September 19, 2014 Award contract ........................................ September 30, 2014 Execute contract .......................................... October 16, 2014 Start work .................................................. November 1, 2014 C5 - 9 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 8 of 22 Section D FORM OF AGREEMENT AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [day, date, year] by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [CONTRACTOR’S NAME IN CAPITAL LETTERS], hereinafter referred to as Contractor. W I T N E S S E T H WHEREAS, on July 26, 2014, the City requested proposals for Park Restroom Janitorial maintenance services per Specification No. 50200-2004J. WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for said services. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. Term. The term of this Agreement shall be from November 1, 2014 to October 31, 2018 or until termination of the contract in accordance with this agreement. 2. Contract Extension. The term of the contract may be extended by mutual consent for an additional 2 years. 3. Cost Adjustments. During the term of the agreement, beginning July 1, 2015, contract prices shall be modified by a percentage equal to the percentage increase in the U.S. Consumer Price Index/All Urban Consumers (CPI-U) from March in the previous year to March in the year of adjustment. Under no circumstances shall the contract price increase more than five (5) percent from the prior contract year. 4. Ability to Perform. The Contractor warrants that it possesses all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all applicable federal, state, county, city, and special district laws, ordinances, and regulations. The Contractor's employees shall be competent and qualified to perform the specified work and shall perform the specified work in an orderly manner. If the City's representative advises the Contractor that an employee is incompetent, unqualified, or disorderly, the Contractor shall remove that employee from the specified work for the duration of the contract. The Contractor shall not bring to the specified work locations any pets, children, or persons not employed under the contract. 5. Contractor Identification. All staff employed in the work shall wear a shirt or jacket clearly identifying the Contractor’s company. 6. Sub-contract Provisions. No portion of the work pertinent to this contract shall be subcontracted without written authorization by the City. 7. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 8. Scope of Work and Levels of Service. The Contractor shall furnish services for Park Restroom Janitorial Services as specified in Exhibit A. The costs for these services will be included in Exhibit B. The City may periodically request additional unspecified work. For this work, the City shall pay the Contractor an amount equal to the employee hours used multiplied by the accepted labor rate, attached as part of Exhibit B, plus the actual cost of materials with a 15% markup allowed. C5 - 10 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 9 of 22 9. Work Hours. The Contractor shall perform the specified work every day between dusk and 8:00 a.m., with certain restroom closures occurring per Exhibit A. The Contractor shall not perform any of the specified work outside of these work hours without the previous written consent from the City’s Contract Manager. 10. Work Schedule. At the beginning of the contract, the Contractor shall submit to the City a proposed annual schedule for each site showing which week the monthly and quarterly tasks will be completed. Failure to provide an adequate schedule will result in a forfeiture of 10% of each monthly payment due until a satisfactory schedule is submitted. 11. Materials. The Contractor shall not use any material for the specified work without the City's prior written approval of that material. If requested, the Contractor shall furnish to the City without charge samples of materials for examination and testing. The Contractor shall furnish to the City a list of all materials used for the specified work. With this list the Contractor shall include a material safety data sheet for each toxic or hazardous material. The Contractor shall train its employees in the proper handling of any toxic or hazardous materials. Failure to provide a list of material used will result in a forfeiture of 10% of each monthly payment due until a satisfactory list is submitted. 12. Inspection and Corrections. The Contractor shall furnish the City with every reasonable opportunity to ascertain that the services of the Contractor are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. The City Contract Manager shall be sole judge of the adequacy of the Contractor’s maintenance and the appearance of the sites. During the third week of each month the Contractor and the City's Contract Manager together shall inspect work locations. The City's Contract Manager shall document any deficiencies in writing. The City's Contract Manager will also periodically inspect work locations without the Contractor, but will report any deficiencies to the Contractor before the end of the third week of the month. If the Contractor does not correct a documented deficiency by the end of the month, it shall forfeit 50 percent of the monthly unit price for the location where the deficiency occurred. If the deficiency is not corrected within the next month, 100 percent of the monthly unit price for the location where the deficiency occurred will be forfeited. The City will deduct such forfeiture from its next payment. If site maintenance has not been completed at all, 100 percent of the monthly unit price will be forfeited from the next payment. 13. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Contractor to said effect. Thereafter, the City shall have no further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Contractor's surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the termination thereof. In said event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Contractor shall be based solely on the City's assessment of the value of the work-in-progress in completing the overall scope of work. C5 - 11 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 10 of 22 The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in its proposal. If, at any time during the term of the contract, the City determines, in its sole and absolute discretion, that continued janitorial services pursuant to this Agreement is not feasible due to funding shortages or unforeseen circumstances, the City reserves the right to terminate this Agreement upon written notice and without and further liability accruing to City. Contractor will be paid compensation due and payable to the date of termination. 14. Record Retention and Audit. For the purpose of determining compliance with various laws and regulations as well as performance of the contract, the Contractor and sub-contractors shall maintain all books, documents, papers, accounting records and other evidence pertaining to the performance of the contract, including but not limited to the cost of administering the contract. Materials shall be made available at their respective offices at all reasonable times during the contract period and for three (3) years from the date of final payment under the contract. Authorized representatives of the City shall have the option of inspecting and/or auditing all records. Copies shall be furnished if requested. 15. Release of Reports and Information. The Contractor shall not issue any news release or public relations item of any nature, whatsoever, regarding work performed or to be performed under this contract without prior review of the contents thereof by the City and receipt of the City’s written permission. 16. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the work or services under these specifications, the Contractor shall provide such additional copies as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 17. Conflict of Interest. The Contractor shall disclose any financial, business, or other relationship with the City that may have an impact upon the outcome of this contract, or any ensuing City construction project. The Contractor shall also list current clients who may have a financial interest in the outcome of this contract, or any ensuing City construction project which will follow. The Contractor covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this work, no sub-Contractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent Contractor and not an agent or employee of the City. 18. Rebates, Kickbacks or Other Unlawful Consideration. The Contractor warrants that this contract was not obtained or secured through rebates, kickbacks or other unlawful consideration, either promised or paid to any City employee. For breach or violation of the warranty, the City shall have the right in its discretion; to terminate the contract without liability; to pay only for the value of the work actually performed; to deduct from the contract price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. 19. Covenant Against Contingent Fees. The Contractor warrants by execution of this contract that no person or selling agency has been employed, or retained, to solicit or secure this contract upon an agreement or understanding, for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the City has the right to annul this contract without liability; pay only for the value of the work actually performed, or in its discretion, to deduct from the contract price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee. 20. Compliance with Laws and Wage Rates. The Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. C5 - 12 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 11 of 22 21. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is required to pay. 22. Permits, Licenses, and Insurance. The Contractor shall procure and maintain current, all permits, licenses, and specified insurance, and pay all charges and fees, and file all notices as they pertain to the completion of the Contractor’s work , including a city business license. 23. Indemnification. To the fullest extent permitted by law, the Contractor shall indemnify, protect, defend and hold harmless the City and any and all of its officials, directors, employees and agents from and against any and all losses, claims, liabilities, damages, costs and expenses, including attorney’s fees and cost which arise out of, pertain to, or relate to the negligence, reckle ssness, or willful misconduct of the Consultant, its agents and employees. 24. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 25. Public and Employee Safety. Whenever the Contractor's operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 26. Preservation of City Property. The Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from the Contractor's operations, it shall be replaced or restored at the Contractor's expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 27. Security of Work Locations. For work locations secured by locks, the City shall provide the Contractor with the required keys. The Contractor shall properly secure these locations when specified work is completed and shall replace or repair City property lost or damaged when locks are not properly set. 28. Immigration Act of 1986. The Contractor warrants on behalf of itself and all sub-Contractors engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 29. Contractor Non-Discrimination. In the award of subcontracts or in performance of this work, the Contractor agrees that it will not engage in, nor permit such sub-Contractors as it may employ, to engage in discrimination in employment of persons on any basis prohibited by State or Federal law. 30. Accuracy of Specifications. The specifications for this contract are believed by the City to be accurate and to contain no affirmative misrepresentation or any concealment of fact. In preparing its proposal, the Contractor and all sub-Contractors named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the specifications that could easily have been ascertained by examining the sites. Although the effect of ambiguities or defects in the specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of Contractor to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the Contractor. An ambiguity or defect shall be considered patent if it is of such a nature that the Contractor, assuming reasonable skill, ability and diligence on its part, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the Contractor to notify City in writing of specification defects or ambiguities prior to proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal. To the extent that these specifications constitute performance specifications, the City shall not be liable for costs incurred by the successful Contractor to achieve the project’s objective or standard beyond the amounts provided therefore in the proposal. In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or defect in the specifications, or any other matter whatsoever, Contractor shall immediately notify the City in writing, and the Contractor shall continue to perform, irrespective of whether or not the ambiguity or defect is C5 - 13 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 12 of 22 major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described written notice within one (1) working day of Contractor's becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. 31. Non-Exclusive Contract. The City reserves the right to contract for the services listed in this proposal from other Contractors during the contract term. 32. Contractor Invoices. The Contractor shall deliver a monthly invoice to the City with the name of the contract, the contract specification number. The invoice shall be itemized by site / location and accompanied by required reporting documents. 33. Payment Terms. For providing services as specified in this Agreement, City will pay and Contractor shall receive therefore compensation for individual site work in accordance with the prices included in Exhibit B to Agreement. The City's payment terms are thirty (30) days from the receipt of an original invoice, monthly reporting and acceptance by the City of the materials, supplies, equipment or services provided by the Contractor (Net 30). 34. Resolution of Disputes. Any dispute, other than audit, concerning a question of fact arising under this contract that is not disposed of by agreement shall be decided by a committee consisting of the City Contract Manager and the City Director of Public Works, who may consider written or verbal information submitted by the Contractor. Not later than thirty (30) days after receipt of a written decision on any dispute by the City’s Contract Manager, the Contractor may request review by the City Council of unresolved claims or disputes, other than audit, in accordance with Chapter 1.20 Appeals Procedure of the Municipal Code. Any dispute concerning a question of fact arising under an audit of this contract that is not disposed of by agreement, shall be reviewed by the City’s Chief Fiscal Officer. Not later than thirty (30) days after issuance of the final audit report, the Contractor may request a review by the City’s Chief Fiscal Officer of unresolved audit issues. The request for review must be submitted in writing. Neither the pendency of a dispute, nor its consideration by the City will excuse the Contractor from full and timely performance in accordance with the terms of this contract. 35. Notices. City: Barbara Lynch City of San Luis Obispo 25 Prado Road San Luis Obispo, CA 93401 Contractor: X All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as shown above. 36. Incorporation by Reference. City Request for Proposal Specification No. 50200-2014J and Contractor's proposal dated X, along with any revisions previously approved by City are hereby incorporated in and made a part of this Agreement. In the event of a conflict between the City’s Request for Proposal, Contractor’s proposal and this Agreement, the terms and conditions of this Agreement shall control. 37. Amendments. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Engineer. If, at any time during the project, the Contractor is directed to do work by persons other than the City Contract Manager and the Contractor believes that the work is outside of the scope of the original contract, the Contractor shall inform the Contract Manager immediately. If the Contract Manager and Contractor both agree that the work is outside of the workscope and is necessary to the successful completion of the work, then a fee will be established for such work based on Contractor's hourly billing rates or a lump sum price agreed upon between the City and the Contractor. Any extra work performed by Contractor without prior written approval from the City Contract Manager shall be at Contractor's own expense. C5 - 14 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 13 of 22 38. Complete Agreement. This written agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties hereto. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement, the said specification and incorporated documents. Authority to Execute Agreement. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO: CONTRACTOR: Katie Lichtig, City Manager By: APPROVED AS TO FORM: J. Christine Dietrick , City Attorney C5 - 15 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 14 of 22 Exhibit A to Agreement SCOPE OF WORK AND SERVICE LEVELS SECTION A - DETAILED DESCRIPTION OF WORK General. The Contractor shall provide all labor, equipment, and materials required to perform high quality janitorial maintenance at the locations and frequencies listed in this specification. The intent of this specification is to procure high quality maintenance that will result in attractive, clean building appearance at all times. The intent of this section is to describe, but not limit, the janitorial tasks necessary for high quality maintenance. The Contractor shall perform the tasks listed plus any additional tasks needed to achieve a well maintained building appearance. The Contractor shall not allow water or cleaning solution to enter storm drains. Emergencies should be reported to Police Dispatch (781-7312) Daily Tasks: 1. Disinfect and clean restroom sinks, mirrors, countertops, partitions, walls, floors and drinking fountains. 2. Disinfect, clean and de-scale toilets and urinals. 3. Clean all chrome plated or stainless steel surfaces. 4. Clean both interior and exterior doors including entry ways. 5. Refill toilet paper and seat cover dispensers. Empty and reline all trash containers. 6. Provide replacement dispensers as needed for parks staff to install. 7. Lock restrooms and retire two flags at Meadow Park at times indicated in Section B. 8. Remove all dirt, debris, trash and foreign objects from the sites, disposing of these materials in an approved manner. 9. Wipe off graffiti using an approved cleaning solution. If graffiti cannot be removed or if paint is worn where graffiti has been removed, notify the City representative within 24 hours. 10. Supply all equipment, materials and supplies used for park restroom janitorial services. All supplies used shall be biodegradable or approved by the City before any application. A “green seal” cleaning supplies shall be used whenever possible. A list of proposed cleaning materials shall be submitted at the time of award. The contractor shall not use any materials, supplies, or equipment that may damage or destroy existing facilities. Materials, supplies, and equipment shall not be stored on City property without prior written permission from the City. 11. Maintain all surfaces in a clean condition. 12. Correct minor plumbing problems, clear clogged drains using a plunger or toilet auger, remove debris from floor drain grates. In the interests of safety and water conservation if any water leak or problem is noticed, water should be shut off to fixture and the problem fixed or reported to the City. If plumbing problems cannot be corrected notify the City representative (781-7022) before 7:00 a.m. on the next working day. Thursday, Friday, and Saturday Tasks: Open restroom and uncover restroom sign, and close and cover restroom sign at Broad Street restroom downtown at times indicated in Section B. Monthly Tasks: Pressure wash or machine scrub floors and entryways. Quarterly Tasks: Clean ceilings, ceiling fixtures, louvers, window screens and skylights. Additional Tasks: Maintain three cases of toilet paper at Damon Garcia Sports Field Restroom Storage Area as needed. This area needs to be restocked on occasions when large user groups use all the extra toilet paper. C5 - 16 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 15 of 22 Site Inspection and Reporting: Review entire site on each occasion that a site visit is made and report any problems to City representative the same day by email or before 7:00 a.m. on the next working day. If the problem is running water that cannot be shut off and it is normal working hours call the City representative. If it is after normal working hours or an emergency call the San Luis Obispo Police dispatcher at 781-7312 to request a Parks Maintenance standby person or police assistance. Problems to report may include but are not limited to the following: safety, damage, graffiti, user issues, pest infestations, vandalism, damaged fixtures and furnishings, clogged drains (which could not be cleared with a plumber’s helper or a short snake), inoperable light fixtures, etc. Deliver any lost-and-found articles to the San Luis Obispo Police Station at 1042 Walnut Street, San Luis Obispo, within 24 hours. City Representative Contact Information: Name: Barbara Lynch Address: 25 Prado Road, San Luis Obispo, CA 93401 Phone: 805-781-7021 Email: blynch@slocity.org SECTION B - LOCATIONS AND WORK HOURS RESTROOM LOCATION LOCK UP TIME WORK HOURS NOTES 1 Broad Street 700 blk Broad – Parking Lot 2 3:00 a.m. 3:00 a.m. to 8:00 a.m. A 2 French Park Fuller at Poinsettia Dusk Dusk to 7:00 a.m. 3 Islay Hill Park Tank Farm at Orcutt Dusk Dusk to 7:00 a.m. 4 Johnson Park 1000 blk Southwood Dusk Dusk to 7:00 a.m. 5, 6 Laguna Lake Park (2 restrooms) Madonna at Dalidio Dusk Dusk to 7:00 a.m. 7 Meadow Park South at Meadow 11:00 p.m. 11:00 pm – 7:00 a.m. B 8 Mission Plaza Monterey at Broad Midnight 9:00 pm - 7:00 a.m. 9 Mitchell Park Santa Rosa at Buchon Dusk Dusk to 7:00 a.m. 10 Santa Rosa Park Santa Rosa at Lemon 10:00 p.m. 10:00 pm -7:00 a.m. 11 Santa Rosa Softball Field Santa Rosa at Lemon 11:30 p.m. 11:30 pm - 7:00 a.m. C 12 Sinsheimer Park End of Southwood Midnight Midnight - 7:00 a.m. 13 Throop Park Cerro Romauldo at Cuesta Dusk Dusk to 7:00 a.m. Damon Garcia Sports Fields Broad at Industrial Way 11:00 p.m. 11:00 p.m. - 7:00 a.m. A. Broad Street restroom must be opened by the janitorial service contractor at 9:00 p.m. on Thursday, Friday, and Saturday nights. At the same time, the restroom placard is to be uncovered. The contractor is to return between 2:30 and 3:00 a.m. and lock the restroom and cover the placard. The restroom may be cleaned at that time or later. Work at this site may be discontinued during the term of this agreement at the time private development is approved and assumes control of the site. The contractor will be notified and work at this site discontinued. B. There are two flags at Meadow Park that shall be stored in the mechanical room. Flags must be retired at dusk, even though other work may not start until after 11:00 p.m. C. Santa Rosa Softball Field restrooms are only open, and cleaning required for a portion of the year from mid-March through mid-November. Monthly cleaning payments will only be made during this period. C5 - 17 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 16 of 22 Section E PROPOSAL SUBMITTAL FORMS ACKNOWLEDGEMENT The undersigned declares that she or he:  Has carefully examined Specification No. 50200-2014J;  Is thoroughly familiar with its content;  Is authorized to represent the proposing firm; and  Agrees to perform the work as set forth in the specification and this proposal. The undersigned is submitting a cost proposal for Park Restroom Janitorial Services: Firm Name and Address: Contact Name: Email: Fax: Phone: Signature of Authorized Representative: Date: INSURANCE CERTIFICATE Insurance Company’s A.M. Best Rating Certificate of insurance attached C5 - 18 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 17 of 22 REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: _____________________________ Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference No. 1 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services Reference No. 2 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services C5 - 19 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 18 of 22 Reference No. 3 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of Services C5 - 20 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 19 of 22 Exhibit B to Agreement CONTRACT COST PROPOSAL The Cost Proposal should be separated from the remainder of the proposal and submitted in a separate sealed envelope. Monthly price should include all work specified including daily, weekly, monthly, quarterly, and periodic work items. PARK RESTROOMS MONTHLY PRICE 1. Broad Street (Parking Lot 2) $ 2. French Park $ 3. Islay Hill Park $ 4. Johnson Park $ 5. Laguna Lake Park Lakeside $ 6. Laguna Lake Park Hillside $ 7. Meadow Park $ 8. Mission Plaza $ 9. Mitchell Park $ 10. Santa Rosa Park $ 11. Santa Rosa Softball Field $ 12. Sinsheimer Park $ 13. Throop Park $ 14. Damon-Garcia Sports Fields $ TOTAL UNIT PRICES: Hourly Labor Rate for Additional Unspecified Work ($/hour) $ Case of toilet paper at Damon Garcia Sports Field (Each) $ C5 - 21 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 20 of 22 Section F INSURANCE REQUIREMENTS: Operation and Maintenance Services The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as an additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing required coverage. Original endorsements effecting general liability and automobile liability coverage are also required by C5 - 22 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 21 of 22 this clause. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage’s for subcontractors shall be subject to all of the requirements stated herein. C5 - 23 Attachment Park Restroom Janitorial Services – Specification 50200-2014J Page 22 of 22 Exhibit C to Agreement LOCATION MAP C5 - 24