REQUEST FOR PROPOSALS JANITORIAL SERVICES AT ...

79
1 REQUEST FOR PROPOSALS JANITORIAL SERVICES AT MULTIPLE CITY FACILITIES CONTRACT NO. 21-GS-FAC-002 The City of Coronado, California, issues a Request for Proposals (RFP) to perform the following services: JANITORIAL SERVICES AT MULTIPLE CITY FACILITIES The City seeks qualified custodial service providers to perform routine and specialized janitorial services at various City facilities outlined herein. The City seeks a qualified Vendor to provide the City with custodial services and sanitation services on an annualized basis, for up to five years. The scope of work and service locations are outlined within the RFP. A mandatory pre-proposal walk-through will be held at the Public Services Department, 101 B Avenue, Coronado, California, 92118 on: WEDNESDAY, DECEMBER 9, 2020, AT 10:00 A.M. To be considered for selection, sealed proposals must be received by the City Clerk at City Hall, 1825 Strand Way, Coronado, California 92118 PRIOR TO the public proposal opening day and time. One (1) original and three (3) copies of the proposal are required. FRIDAY, DECEMBER 18, 2020, PRIOR TO 3:00 P.M. The City of Coronado complies with the Americans with Disabilities Act. If you require reasonable accommodations for the pre-proposal walk-through, or the proposal opening, contact the Public Services Department at (619) 522-7380 at least 48 hours in advance. The proposal documents include: 1) Notice Inviting Proposals; 2) Instructions to Proposers; 3) Request for Proposals; 4) Attachment A Cover Sheet and Attachment C Terms and Conditions; and 5) Draft Agreement. Copies of the proposal documents are available on the City’s webpage (link below). It is the responsibility of Proposers to regularly check this webpage for any future proposal addenda or updates. https://www.coronado.ca.us/government/departments_divisions/public_services_and_engine ering/public_bids__r_f_ps__and_r_f_qs/ Hard copies of the proposal documents may be picked up at the Public Services Department, 101 B Avenue, Coronado, California 92118 by request. The Public Services Department telephone number is (619) 522-7380. Any questions regarding this Notice Inviting Proposals should be directed in writing to [email protected].

Transcript of REQUEST FOR PROPOSALS JANITORIAL SERVICES AT ...

1

REQUEST FOR PROPOSALS

JANITORIAL SERVICES AT MULTIPLE CITY FACILITIES

CONTRACT NO. 21-GS-FAC-002

The City of Coronado, California, issues a Request for Proposals (RFP) to perform the

following services:

JANITORIAL SERVICES AT MULTIPLE CITY FACILITIES

The City seeks qualified custodial service providers to perform routine and specialized

janitorial services at various City facilities outlined herein. The City seeks a qualified Vendor

to provide the City with custodial services and sanitation services on an annualized basis, for

up to five years. The scope of work and service locations are outlined within the RFP.

A mandatory pre-proposal walk-through will be held at the Public Services Department,

101 B Avenue, Coronado, California, 92118 on:

WEDNESDAY, DECEMBER 9, 2020, AT 10:00 A.M.

To be considered for selection, sealed proposals must be received by the City Clerk at City

Hall, 1825 Strand Way, Coronado, California 92118 PRIOR TO the public proposal opening

day and time. One (1) original and three (3) copies of the proposal are required.

FRIDAY, DECEMBER 18, 2020, PRIOR TO 3:00 P.M.

The City of Coronado complies with the Americans with Disabilities Act. If you require

reasonable accommodations for the pre-proposal walk-through, or the proposal opening,

contact the Public Services Department at (619) 522-7380 at least 48 hours in advance.

The proposal documents include: 1) Notice Inviting Proposals; 2) Instructions to Proposers; 3)

Request for Proposals; 4) Attachment A – Cover Sheet and Attachment C – Terms and

Conditions; and 5) Draft Agreement. Copies of the proposal documents are available on the

City’s webpage (link below). It is the responsibility of Proposers to regularly check this

webpage for any future proposal addenda or updates.

https://www.coronado.ca.us/government/departments_divisions/public_services_and_engine

ering/public_bids__r_f_ps__and_r_f_qs/

Hard copies of the proposal documents may be picked up at the Public Services Department,

101 B Avenue, Coronado, California 92118 by request. The Public Services Department

telephone number is (619) 522-7380.

Any questions regarding this Notice Inviting Proposals should be directed in writing to

[email protected].

2

INTRUCTIONS TO PROPOSERS

JANITORIAL SERVICES AT MULTIPLE CITY FACILITIES

CITY OF CORONADO

The following meanings are attached to the following defined words when used in these

specifications and the contract: The word “City” means the City of Coronado, California.

The words “Bidder,” “Proposer,” “Vendor,” “Supplier,” or “Contractor” means the person,

firm/expert, or corporation submitting a proposal on these specifications or any part

thereof.

SCOPE OF WORK

The Facilities Division of the City’s Public Services & Engineering Department is

responsible for providing oversight of janitorial services at eighteen City facilities. The

City intends to enter into an Agreement with the most responsive and responsible Proposer,

committed to providing the best level of custodial services that meets the City’s

requirements through a competitive qualification and proposal-based procurement process.

The Scope of Work is detailed in Section IV of the RFP.

PROPOSAL FORMAT

The following proposal format is required and has been designed to facilitate comparison

among the various proposing organizations. Among other things, it is very important that

the proposal provides a concise description of the firm’s background and capabilities in

providing similar services. Responses are limited to 20 pages.

Cover Letter: (including a completed “Cover Sheet” ‒ Attachment A to this RFP).

Profile: Brief, general overview of the janitorial services business including

understanding of the Scope of Work required.

Experience: Identify the firm’s experience since 2010 with similar agencies and/or

facilities and demonstrated history of adherence to public health crisis sanitation

requirements, as well as federal, state, and local regulations and labor laws. Complete

Attachment C ‒ Statement of Past Disqualification/Legal Issues form.

Qualifications: Summarize qualifications to provide janitorial/custodial services

including but not limited to certifications, licenses, training, and knowledge of industry

standards. Describe what sets the Proposer’s services apart from others and makes it

uniquely qualified to perform the scope of services identified in the RFP.

Staffing/Work Plan: Provide a detailed plan of how the Vendor will carry out the Scope

of Services in order to provide the level of cleaning standards desired. Include a list of

biodegradable and environmentally-friendly products used when providing janitorial

services. Describe any training programs provided to custodial staff.

Cost Proposal: A separate line item shall be provided for each major proposed service.

Attachment E of this RFP must be completed to fulfill this requirement.

3

References: A list, including a minimum of three references, which the City can contact

to evaluate the firm’s past work experience shall be provided. Attachment B of this RFP

includes a format for reference contact information that can be utilized to fulfill this

requirement.

SELECTION PROCESS AND EVALUATION CRITERIA

In accordance with Coronado Municipal Code 8.04.060 Section F, the City will evaluate

Vendor reliability, experience, availability, expertise, and cost in determining the

responsible and responsive Proposer best able to meet the City’s requirements. The method

by which the City will select a successful Proposer for this RFP is as follows:

Each submittal shall be judged as to the Vendor’s capabilities and experience to perform

custodial and public health emergency response sanitation and hygiene services. Selection

will be based upon a100-point criteria as follows:

(30) Capabilities, Experience and Past Performance: Each Vendor will be

evaluated on their demonstrated capabilities and experience to provide the

scope of services.

(40) Proposed Approach: Each Vendor will be evaluated on the quality and

viability of their proposed approach, staffing plan and their ability to meet

the scope of services and overall goals of the project.

(30) Cost of Service: Each Vendor will be evaluated based upon the quantity of

the proposed cost of service and the quality of service they provide.

An evaluation committee will review and rank the submittals based upon the criteria noted

above. The top-rated Vendors may be invited to an interview to discuss key items of their

Proposal. Based upon the submittals and interviews, a Vendor will be recommended to the

City Council for a Services Contract. Upon the Council’s approval, the contract will be

awarded. Should the City and selected Vendor be unable to agree on contract terms, the

award of the contract will be offered to the second ranking Vendor, and so forth, as

necessary.

Contract duration: The Vendor selected will serve as the City’s janitorial service provider

for a period of three years. The City reserves the right to terminate the contract when it is

determined that it is in the best interest of the City. The City may also elect to renew the

annual contract for up to two additional one-year terms for a maximum five (5) year

contract term.

Examination of work sites: The Proposer is required to carefully examine the work sites,

proposal forms, specifications, and special provisions for the work proposed. The

submission of a proposal shall be considered conclusive evidence that the Proposer has

investigated, and is satisfied as to, the conditions to be encountered, the character, quality,

and quantities of work to be performed and materials to be furnished, and as to the

requirements of documents.

4

Requests for interpretation or correction prior to proposal opening:

• Any requests for interpretation or correction of the Request for Proposals

documents must be submitted prior to the opening of proposals to the Public

Services Department, by email to [email protected], by December

10, 2020.

• Any interpretation or correction rendered by the contract officer of the request

for proposal documents shall be posted online prior to close of business on

December 14, 2020.

Time and place to open proposals:

1) To be considered, a SEALED PROPOSAL must be received at the City Clerk’s Office,

1825 Strand Way, Coronado, California, 92118, PRIOR TO 3:00 P.M., on FRIDAY,

DECEMBER 18, 2020. Proposals will be opened on that same day, location and time as

above.

2) Any proposal received by the City Clerk’s Office after the time specified herein shall

be returned unopened to the Proposer.

3) The Proposer shall be bound to the terms of the proposal for a period of sixty (60) days

following the opening of the RFP until an agreement/purchase order is developed.

Opening and preliminary review of proposals:

1) Upon the opening of the proposals, all proposals shall be reviewed by the contract

officer to determine the accuracy of any totals in the proposal. A Proposer’s error in adding

up numerical items contained in the proposal shall not constitute a material error. Rather,

the City will rely upon the amount assigned to each item of the proposal.

2) Proposals will be reviewed for completeness and responsiveness.

The General Services Supervisor will review the proposals and, if necessary, will interview

Proposers prior to making a final determination. An oral interview may be required after

the at the request of General Services. However, the City reserves the right to award the

Agreement for services on the basis of the initial proposal received, without interviews.

After selection of the Vendor to provide the services, the City will negotiate final contract

terms. Upon agreement of the final terms, the Agreement will be scheduled for

consideration by the City Council for award.

AWARD OF AGREEMENT

The Successful Proposer will be required to enter into a Janitorial Services Agreement

(“Contract”) with the City. Staff anticipates seeking City Council authorization to award

5

a contract to the respondent assessed to be the firm best able to meet the City’s requirements

on January 5, 2021.

ACCEPTANCE OF CONDITIONS

Respondents are advised to carefully review the sample Agreement and Insurance

Requirements included in this RFP. The terms of the Agreement, including insurance

requirements, are the City’s standard requirements. Your response to the RFP must

indicate whether you are willing to execute the Agreement as drafted and comply with the

insurance requirements. Your response must also indicate any requests for changes to the

provisions of the Agreement. There will be no modifications to the Agreement that are not

requested in your response. The City reserves the right to reject any requests for changes

to the Agreement and/or to deem the proposal non-responsive if respondent requests

changes to the Agreement, including to the insurance requirements.

By submitting a proposal, each Proposer expressly agrees to and accepts the following

conditions.

a. All parts of the Instructions to Proposers and Specifications will become part of the

contract between the selected Proposer and the City.

b. The City may require whatever evidence is deemed necessary relative to the Proposer’s

financial stability and ability to perform this contract.

c. The City reserves the right to request further information from the Proposer, either in

writing or orally, to establish any stated qualifications.

d. The City reserves the right to solely judge the Proposer’s representations, and to solely

determine whether the Proposer is qualified to undertake the project pursuant to the criteria

set forth herein. The Proposer, by submitting a proposal, expressly acknowledges and

agrees that the judgment of the City as to whether or not the Proposer is qualified to perform

the project shall be final, binding, and conclusive.

CONTRACT TERM

The Services to be performed under the Agreement shall begin upon contract execution for

a three (3) year term, with two one (1) year options to renew, upon mutual consent.

INFORMATION AND INQUIRIES

All requests for additional information or inquiries related to this proposal shall be directed

to [email protected]

6

CITY OF CORONADO

Request for Proposals

for

JANITORIAL SERVICES AT MULTIPLE CITY

FACILITIES

November 30, 2020

1

I. INTRODUCTION/PURPOSE

The City of Coronado (City) is seeking custodial services from a qualified and insured

firm(s) to service approximately 156,000 square feet of City-owned facilities at seventeen

(17) separate locations. Details for the Scope of Services are provided in Section III –

Scope of Services. The successful Contractor must be duly licensed in accordance with all

Federal, State, Agency, and local laws governing the custodial industry and must

demonstrate the ability to provide and maintain administrative, operational, and logistical

support for the City.

Custodial services shall maintain the highest of hygiene standards and ensure that City

facilities are maintained in a manner that is clean, safe, and healthy for employees and

public enjoyment, according to the purpose they serve, based upon both traditional “sight,

smell, and touch” practical standards as well as industry specific standards.

II. QUALIFICATIONS

A. Prospective Contractors must prove to the City that they are qualified, fully equipped,

and capable to fulfill and abide by the requirements listed herein.

B. Proposals will only be accepted from firms that have service, administration, and

warehouse facilities located within 50 miles from the City of Coronado to provide local

service support. The City shall be assigned company representatives who can be reached

during normal working hours and who are authorized to discuss matters and make decisions

pertaining to the contract.

C. Contractor must disclose any pending or past claims, labor law violations, formal

notices to cure, etc. within the last five (5) years in the attached Claims Disclosure form

(Exhibit D). Failure to identify these may be grounds for rejection of proposal.

D. The City reserves and shall be free to exercise the right to evaluate the proposal in

relation to the performance record of the Proposer with the City itself, other municipal

corporations, or private organizations showing the firm’s experience since 2010 with

similar agencies and/or facilities. Such precautions are deemed to be in the public interest

inasmuch as Contractor failure or inability to provide the services described – for financial

reasons or others – can create health situations and impose unnecessary hardship on the

City and the public at large.

E. Proposer represents that each person who will render services pursuant to this

Agreement is duly qualified to perform such services by all appropriate governmental

authorities where required and that each such person is reasonably experienced and skilled

in the area(s) for which he or she will render his or her services.

F. The selected Contractor will be required to meet with the General Services Supervisor,

Public Services & Engineering Director, staff, and potentially end users. The following

personnel will be required to attend the meeting: an officer of the company, the manager

2

responsible for the service delivery, an accounting/billing representative, and the actual

service supervisor who oversees the staff physically responsible to provide the services on

site.

III. LABOR REQUIREMENTS

A. LABOR STANDARDS

1. The City is committed to the highest labor standards and expects the Contractor to do

the same. Past experience has shown that Contractors who provide custodians with decent

wages and health care tend to have longer employee retention which in turn enhances safety

and productivity.

2. The City desires that full-time staff be assigned to the maximum extent possible to

ensure consistency in quality and staffing. In order to use part-time employees, Contractor

must demonstrate the necessity to use non full-time employees based on staffing efficiency

or the City’s requirements.

3. Proposers must comply with all Federal, State and Local labor laws as they pertain to

sick leave (California AB1522), as well as the provisions of the Family and Medical Leave

Act and California Family Rights Act (FMLA/CFRA) of 2020. It is the responsibility of

each Proposer to verify whether employees are entitled to any sick leave, including part-

time and full-time employees, prior to submitting a proposal. Vendors must include the

cost of these programs in their bid. The City will not retroactively reimburse the Contractor

for any overhead charges if the Contractor failed to investigate these requirements, and the

Contractor shall bear the cost for such oversight. Employees must be informed of their

rights under the California Sick Leave Act through annual distribution of Notice to

Employees handouts. The Contractor must display a FMLA/CFRA Notice to Employee

poster in a conspicuous place at each contract work-site where contract employees can see

it.

B. Ghosting

Ghosting is defined as bidding to provide a set amount of cleaning hours but then speed up

production to increase company profit when custodians are given fewer hours to clean the

same space, compromising both quality of service and health and safety; such practices are

not acceptable. Vendors must provide the actual number of custodial staff proposed and

agreed to by the City. Furthermore, Contractor shall ensure that custodial staff are given

the necessary rests and meal breaks, as required by Federal and State labor laws.

C. Exploitation and Manipulation

Abuse of labor laws or any of the following will not be acceptable:

3

1. Worker’s Compensation: Contractors shall purchase and maintain during the term of the

contract sufficient workers’ compensation insurance for all of its employees, not just for a

few or for “administrative employees” only, in the amounts required by law.

2. Rampant Federal, State, and Local Labor Law violations such as not allowing sufficient

time for breaks or meals for employees, requiring employees to work past eight hours

without overtime, unpaid wages for overtime, and failure to pay employees in a timely

fashion shall not be tolerated. These types of abuses may be grounds for termination of

the contract, in addition to any penalizing action that may be imposed by state or federal

regulatory agencies.

3. Contractor shall ensure that employees are paid their due wages in a timely fashion,

including overtime. Contractor must also ensure that all eligible custodial personnel

assigned to the City must receive California State Sick Leave, in accordance with AB1522.

4. The City will not condone the practice of making custodial staff (including supervisor)

pay out of pocket for cleaning supplies, fuel, tools, mileage, or other materials for failure

by the Contractor to provide these items. Contractor must ensure that custodial staff has

adequate supplies, equipment, and transportation (between facilities) at all times.

IV. SCOPE OF SERVICES

A. GENERAL PROVISIONS

Contractor shall provide and/or purchase all equipment, labor and materials required to

perform the following services in a satisfactory manner:

1. Contractor shall perform a baseline cleaning of the facilities listed. This baseline

cleaning will remove all visible spots, discoloring, smudges, dust, and all other filth

from all areas high and low. This baseline cleaning will also include those areas in

the Library ceiling appurtenances that are hidden from view and hard to reach. This

baseline cleaning will establish the model for all cleanings during the term of this

contract.

2. Contractor shall provide janitorial services for the City of Coronado facilities listed

in this document.

3. Contractor shall provide and/or purchase all services, products, equipment,

vehicles, and employees as defined in this document.

4. Contractor shall adhere to all scheduling as defined in this document unless a

schedule change has been approved by the City in writing.

5. Contractor shall provide additional janitorial services, as needed, and as defined by

change order(s) or proposal(s) for events and/or special considerations for the City

of Coronado.

4

6. Contractor shall provide janitorial services as defined in this document for the City

of Coronado Independence Day Parade as per City event schedule.

7. Contractor shall maintain a current City of Coronado business certificate, and

his/her subcontractors shall do so as well.

8. Contractor shall maintain compliance with the City of Coronado Municipal Code,

Title 61, regarding storm water runoff system discharge regulations and

requirements, and San Diego Regional Water Quality Control Board (SDRWQCB)

National Pollutant Discharge Elimination System (NPDES) Order No. 2013-0001.

Compliance includes the implementation of practical methods, known as Best

Management Practices (BMPs), which shall be used to protect the environment and

to comply with regulatory requirements. Power washing and other wash water

runoff shall be recovered and disposed of properly. Violations of any of these

requirements may lead to a civil penalty of up to $10,000 per day, per violation.

9. Contractor shall present a professional image and maintain a high standard of

quality and technical competence. Total responsibility for this is placed upon the

Contractor. If conflict occurs between “Best Management Practice” and the

specification, “Best Management Practice” shall prevail and the City shall be

notified of any necessary changes to the specified operations/materials.

B. FACILITIES SERVICED

Location Time of service Frequency of Service and instructions

1. City Hall, 1825 Strand Way 9 p.m. to 4 a.m.

9 p.m. to 4 a.m.

-Public Restroom Daily

-Offices M-F

2. Community Center, 1845

Strand Way

9:30 p.m. to 5 a.m.

9 a.m. to 1 p.m.

1 a.m. to 5 a.m.

1 a.m. to 5 a.m.

1 a.m. to 5 a.m.

-Public Areas Daily

-Both Male and Female Restrooms Portered

and Cleaned M-F (restrooms are open for

public use during this time, 1 ea. male and 1

ea. female porter required)

-Offices Daily

-Banquet Rooms Daily (Contractor may skip

non-event dates)

-Restrooms Daily

3. Boathouse & Club Room,

1985 Strand Way

9 p.m. to 4 a.m. -Daily

4. Station 36 Fire Station, 1001

Sixth Street

6 p.m. to 7 p.m. -Front Offices M-F

5. Police Station, 700 Orange

Avenue

6 p.m. to 7 a.m.

6 p.m. to 7 a.m.

-Restroom, Locker Rooms, Break Rooms,

Holding Cells, Briefing Room & Dispatch

Daily

-Evidence Room *

-All Other Areas M-F

6. Library, 640 Orange Avenue 9 p.m. to 4 a.m.

8 a.m. to 11 a.m.

Daily

5

Porter Service, One Person, All Areas as

directed

M-F

7. Public Services Administration

Building and Fleet Shop

Restroom, 101 B Ave.

9 p.m. to 4 a.m.

9 p.m. to 4 a.m.

-Restroom and Break Room Daily

-All Other Areas M-F

8. Recreation Cottage, 1971

Strand Way

9 p.m. to 5 a.m. Monday thru Friday

12 Weeks by schedule with facility contact

9. Tennis Center and Restrooms,

1501 Glorietta Blvd.

8 p.m. to 5 a.m. Daily

10. Lifeguard Tower, 920 Ocean

Blvd.

9 p.m. to 7 a.m. Daily during Summer Months (June 1 to Sept.

1) Monday & Thursday remainder of year

11. Lifeguard Headquarters

Facility, 930 Ocean Blvd.

9 p.m. to 7 a.m. Daily during Summer Months (June 1 to Sept.

1) Monday & Thursday remainder of year

12. Glorietta Bay Park Public

Restroom, 1975 Strand Way

8 p.m. to 11 p.m.

1 p.m. to 2 p.m.

Daily Lock upon Exiting

Saturday, Sunday, Holidays**

13. Spreckels Park Public

Restroom, 603 Orange Avenue

8 p.m. to 11 p.m.

1 p.m. to 2 p.m.

4 p.m. thru 7 p.m.

Daily Lock upon Exiting

Saturday, Holidays

Sunday,**

14. Cays Park Public Restroom,

102 Coronado Cays Blvd.

8 p.m. to 11 p.m.

1 p.m. to 2 p.m.

Daily Lock upon Exiting

Saturday, Sunday, Holidays**

15. Central Beach Restroom, 900

Ocean Blvd.

8 p.m. to 11 p.m.

12 p.m. to 1 p.m.

Daily Lock upon Exiting

Daily

16. North Beach Public Restroom,

300 Ocean Blvd.

8 p.m. to 11 p.m.

12 p.m. to 1 p.m.

Daily Lock upon Exiting

Daily

17. John D. Spreckels Center,

1019 Seventh St.

8 p.m. to 4 a.m.

8 p.m. to 4 a.m.

Daily Lock upon Exiting

Saturday

*Evidence Room will be scheduled with the facility contact for mopping and vacuuming once a

week as scheduled with Police staff.

**Summer months only June 1 thru September 1 except for 13. Spreckels Park Public Restroom.

C. ADDITIONAL CLEANING SCHEDULE INFORMATION

In addition to the above provided “MAIN FACILITY CLEANING SERVICE,” the

locations listed below on the schedule for “PUBLIC RESTROOM CLEANING

SERVICE” require continuous cleaning from 8:00 a.m. to 11:00 p.m. during Coronado’s

annual Independence Day (July 4) parade, fireworks, and other scheduled activities this

date.

Three cleaning crews consisting of a man and a woman will be needed for Independence

Day. Crew #1 will be located at Glorietta Bay and will service: 1. City Hall exterior

restrooms; 2. Community Center restrooms; 3. Boathouse Club Room exterior restrooms;

13. Glorietta Bay Park restrooms; and 9. Tennis Center restrooms. Crew #2 will be located

in the middle of town and will service: 14. Spreckels Park restrooms and 5. Police Station

exterior public restrooms. Crew #3 will be located at the main Coronado beach and will

service: 16. Central Beach restrooms; 17. North Beach restrooms; and the 18. Portable

public restroom.

6

In addition to the locations above, each of the 3 cleaning crews will have 10 portable toilets

in their work zone to maintain this date for a total of 30 portable restrooms.

Dumpsters will be located at each site this date by the City to assist each of the three

cleaning crews in servicing these areas.

City Hall exterior restrooms will additionally be cleaned between 12:00 p.m. and 2:00 p.m.

on the first and third Tuesdays of the month.

14. Spreckels Park restroom (starting the weekend before Memorial Day and continuing

for 18 weekends) service includes continuous cleaning and emptying trash cans in the park

for three hours (4 p.m. to 7 p.m.) on Sundays with scheduled Concerts in the Park events.

A dumpster is provided by the City for this event.

PUBLIC RESTROOM CLEANING SERVICE

LOCATION AREA

1. City Hall, 1825 Strand Way Exterior Public Restroom

3. Boathouse & Club Room, 1985 Strand Way Exterior Public Restroom

5. Police Station, 700 Orange Avenue Public Restroom

9. Tennis Center, 1501 Glorietta Blvd. Public Restroom

12. Glorietta Bay Park, 1975 Strand Way Public Restroom

13 Spreckels Park, 603 Orange Avenue Public Restroom

15. Central Beach, 900 Ocean Blvd. Public Restroom

16. North Beach, 300 Ocean Blvd. Public Restroom

FACILITY EXTERIOR CLEANING SERVICE

1. City Hall, 1825 Strand Way Patio area

Glass barrier at Promenade

Daily

Biannual

2. Community Center, 1845

Strand Way

Patio area

Aquatics deck area trash and litter

removal

Glass barrier at Promenade/Pool

Daily

Daily

Biannual

5. Police Station, 700 Orange

Avenue

Courtyard and all second-floor patio

areas

Daily

6. Library, 640 Orange Avenue Children’s courtyard

Plaza

North side ramp railings

Daily

Daily

Quarterly

1. BEST MANAGEMENT PRACTICES

1.1. Do not allow contaminated water or cleaning solution to enter the storm water

system.

1.2. Best Management Practices: This work must be in compliance with all current and

future water quality requirements as set out in Coronado’s Municipal Code Title 61

7

“Stormwater and Urban Run-Off Management and Discharge Control” and State and

Federal requirements.

2. COMPANY EMPLOYEES AND VEHICLES

2.1. Contractor will supply a pool of employees sufficient to meet the City’s needs.

2.2. Contractor will provide or pay for their employees to wear clean, neat appearing

uniforms that will be worn while working on City premises. Uniforms will consist of a

polo shirt or other collared shirt with name tag and Contractor’s identification and full

length work pants.

2.3. Vehicles used will have the Contractor’s name or logo permanently affixed to the

front doors of both passenger and driver’s side.

2.4. Contractor’s vehicles will be clean, orderly and in good working order.

2.5. Contractor and its employees will be courteous and show respect to the public, City

employees, and other Contractor employees at all times. They will use a friendly voice

tone and offer assistance when necessary.

2.6. Contractors and its employees must successfully complete a criminal record check

after providing the Coronado Police Department two current passport size photos, a

completed request for Live Scan (fingerprint) service, a completed Janitorial Application,

and a copy of the applicant’s driver license or Government-issued identification.

2.7. The applicant will need to contact the Coronado Police Department at 619-522-

7366 to schedule an appointment to be Live Scanned and have their photo taken for the

City-issued contractor identification card.

2.8. Once the applicant has been Live Scanned, the Coronado Police Department must

wait for a response from the Department of Justice.

2.9. The Department of Justice may send the Coronado Police Department a 30-day,

60-day, or 90-day delay on the applicant. The City has no control over these delays. This

occurs when applicants have common names, have been previously permitted, or have

prior criminal history or arrest information on file. No applicants will be approved and no

issuance of keys, security codes, or access information for any City facility will be provided

by the Contractor or the City to the applicant until all information has been received from

the Department of Justice and that applicant has been cleared by the City and a City of

Coronado contractor identification card has been issued.

2.10. Contractor will pay the $52 fee for Live Scan for each employee working within

City facilities.

2.11. The employee will be placed on subsequent notification. This requirement allows

the department to receive notification of any arrest subsequent to the Live Scan check.

8

2.12. Contractor is responsible for their employees’ actions on these sites.

2.13. Contractor will ensure that his employees do not have other “unapproved”

personnel, including children, in the facilities or in the Contractor’s vehicles outside the

facility.

2.14. Contractor will ensure that his employees do not store personal property of any kind

in or on City facilities.

2.15. Contractor will not issue, loan, or otherwise allow the procurement of keys, access

information, or codes to anyone, including employees, without first receiving authorization

from the City Representative and without first successfully completing the background

check and Live Scan and submitting said documentation to the City Representative.

2.16. Contracted employees will refrain from making or receiving personal calls during

working hours. Non-emergency calls should be made during breaks or lunch.

3. BUILDING SECURITY

3.1. Report to the City Representative in writing any walls, rooms, carpeting,

equipment, and furniture damaged by vandalism, graffiti, stains, water leaks, etc.

3.2. Secure and lock all doors before leaving unoccupied buildings and public

restrooms.

3.3. Turn off all lights not left on for security reasons as instructed.

3.4. Activate intrusion alarm security systems after completing work and before leaving

buildings.

3.5. Deactivate security systems before entering buildings at the beginning of work as

instructed and where applicable.

3.6. Report in writing to the City Representative any security system false alarms

activated by Contractor’s employees or otherwise occurring during janitorial service when

no City employee is present.

3.7. Provide to the City Representative a list of the keys and codes issued to Contractor’s

employees. This list will include employee names, addresses, and telephone numbers to

whom these codes and keys are issued to. Contractor will notify the City Representative

of all and any keys or other pass code information lost by Contractor’s employees.

3.8. Contractor shall not duplicate keys without first receiving written permission from

the City Representative.

9

3.9. Contractor is responsible for retrieving all City security information from those

employees no longer employed by the Contractor, for whatever reason.

3.10. Contractor will notify the City Representative of any Contractor employee whose

employment has been terminated that had or does have City security information or

appurtenances.

3.11. Contractor is responsible for the cost of any re-keying, entry code, or security code

changes needed due to non-retrieval of this security information, keys, or appurtenances

from their past employees.

4. CITY HOLIDAY SCHEDULE

The City of Coronado Public offices will be closed in observation of the following

holidays. Cleaning service will continue as per schedule for those locations that receive

daily cleanings per this document. City offices will not be cleaned on these dates:

New Year’s Day (January 1)

Martin Luther King’s Birthday (third Monday in January)

Washington’s Birthday (third Monday in February)

Memorial Day (last Monday in May)

Independence Day (July 4)

Labor Day (first Monday in September)

Columbus Day (second Monday in October)

Veterans’ Day (November 11)

Thanksgiving (fourth Thursday in November)

The day after Thanksgiving (fourth Friday in November)

Christmas Day (December 25)

The City of Coronado Community Center, Tennis Center, and Boathouse and Club Room

are closed on Christmas, Independence Day, and Thanksgiving. No cleaning is needed for

these dates in these facilities.

5. TASKS

5.1 The Contractor will purchase, supply, and replenish all products including, but not

limited to, toilet paper, paper towels, soap, plastic liners, etc.

5.2 The Contractor will supply all equipment in good working order including, but not

limited to, janitorial vehicles, cleaning supplies, vacuum cleaners, floor scrubbers,

chemicals, and all other cleaning appurtenances.

5.3 Contractor will stock in good order in the janitorial closet or other provided area at

each facility listed, with the exception of #4. Station 36 Fire Station, two cases of all paper

products used at that facility and two gallons of each chemical product, along with all other

cleaning appurtenances such as, but not limited to, broom, clean mop, bucket, dust pan,

10

foxtail brush, toilet brush, and other cleaning items. #4. Station 36 Fire Station will not

need paper products or chemical cleaning products stored at that location and storage for

these items will not be provided for Contractor by City.

5.4 Contractor will separate all recyclable material from other refuse and deposit in

appropriate receptacle at each FACILITIES SERVICED location.

5.5 Contractor will leave each facility visually clean having wiped, spot removed,

dusted, mopped, vacuumed, emptied, or otherwise cleaned each area per this document to

the standards defined within this document, industry standards, and City expectation.

5.6 The following is a guideline for cleaning these areas as defined in this document.

The intent of this document and the City of Coronado is to find these areas visually clean,

all hard surfaces sanitized, all fabrics unstained, vacuumed, and ready for use upon entry

every day. All areas should smell clean but should not have a bold cleanser smell upon

entry.

5.6.1 Restroom, Locker Rooms, and First Aid Station Daily Cleaning:

• Restock all supplies so that all dispensers are completely full at the conclusion of

each service.

• Empty trash and sanitary napkin containers, sanitize and install new liner.

• Check for stoppages in toilets and urinals by flushing and observing; use a plunger

if necessary. Notify Public Services at (619) 522-7380 for continued stoppages or

any leaks.

• Remove all webs, dust, litter, debris and markings, wipe clean and sanitize all

surfaces including doors, sills, partitions (as needed), walls (as needed), ceilings (as

needed), mirrors, counter tops, tables, benches, chairs, vents, toilets, and

conventional urinals, etc. This includes, but is not limited to, wads of paper stuck

on ceilings, tape, graffiti, etc.

• Clean with the approved degreaser, scrub brushing discolored areas of built up

deposits, all hard-surfaced floors that are not waxed or otherwise sealed with water-

based sealants. Rinse, mop or squeegee to minimize cleanser buildup and a non-

slip surface.

• Clean all waxed, or otherwise sealed with a water-based sealant, floors to remove

all visible cleanser buildup, soil, filth, or other discoloring.

• Clean all vinyl and laminate flooring with the approved no-rinse cleaner for all

vinyl floors.

• Clean, sanitize and remove all soap build-up, mildew, visible filth, and discoloring

from all tile surfaces, grouts, sinks, shower stalls, shower doors, and curtains.

• Dump at least 1 quart of mop bucket used cleaning solution into the floor drain

when applicable.

• Waterless urinals will be wiped clean after applying manufacturer approved

cleaner. No other cleaning materials or fluids, including clean water, will be

dumped or applied to these urinals.

11

5.6.2 Kitchen, Prep Kitchen, Catering Kitchen, Break Rooms, Concessions, Snack Bar

and Lunch Room Area Daily Cleaning:

• These areas must meet or exceed County of San Diego health standards each and

every cleaning.

• Restock all supplies so that all dispensers are completely full at the conclusion of

each service.

• Empty trash and containers, sanitize, and install new liner.

• Remove all webs, dust, litter, debris and markings, wipe clean and sanitize all

surfaces including doors, sills, partitions (as needed), walls (as needed), tables,

ceilings (as needed), cabinets, chairs, vents, microwaves, toaster oven, range top,

oven, coffee machine, sinks, dishwasher, refrigerator exterior surfaces, etc.

• Clean with the approved degreaser, scrub brushing discolored areas of built up

deposits, all hard-surfaced floors that are not waxed or otherwise sealed with water-

based sealants. Rinse, mop or squeegee to minimize cleanser buildup and a non-

slip surface.

• Spot clean all carpeted floors, fabric-covered furniture, windows, and other areas

periodically cleaned with a City-approved fabric or carpet spot cleaner.

• Spot clean all windows and other areas periodically cleaned.

• Clean all vinyl and laminate flooring with the approved no-rinse cleaner for all

vinyl floors.

• Vacuum all carpeted floors and other fabric-covered furniture.

• Clean all waxed, or otherwise sealed with a water-based sealant, floors to remove

all visible cleanser staining, soil, and filth buildup or other discoloring.

• Clean, sanitize and remove all soap build-up, visible filth, and discoloring from all

tile surfaces, sinks and other areas.

• Dump at least 1 quart of mop bucket used cleaning solution into the floor drain

when applicable.

5.6.3 Kitchen and Lunch Room Area Weekly (Friday Night) Cleaning:

• Remove all uneaten food and unlabeled containers from the refrigerator, wipe clean

and sanitize all interior surfaces. Leave all condiments undisturbed such as, but not

limited to, mayonnaise, ketchup, hot sauce, salad dressing, butter, etc.

• This cleaning does not apply to the Community Center snack bar refrigeration,

Library, or Lifeguard kitchen/lunchroom facilities.

5.6.4 Club Rooms, Reception Areas, Halls, Lobby Areas, Great Room Areas, Copy

Rooms, Vestibule, Play House, Box Office, Dressing Rooms, Fitness Rooms,

Children’s Rooms, Gymnasium, Dance Studio, Office Areas, Dispatch Areas,

Interior Equipment Staging Areas, Reading Areas, Conference Rooms, Hallways,

Courtyards, Plazas, Patios Daily Cleaning:

• Restock all supplies so that all dispensers are completely full at the conclusion of

each service.

12

• Empty trash and containers, sanitize and install new liner.

• Remove all webs, dust, litter and debris and markings, wipe clean and sanitize all

surfaces including doors, sills, partitions (as needed), walls (as needed), light

fixtures, cabinets, chairs, sound equipment, vents, tables, shelves (where they are

clear of materials), desks (where they are clear of papers), etc.

• Wipe all natural wood surfaces with furniture polish.

• Clean all travertine and other natural stone with a City-approved cleaner.

• Clean with the approved degreaser, scrub brushing discolored areas of built up

deposits, all hard-surfaced floors that are not waxed or otherwise sealed with water

based sealants. Rinse, mop or squeegee to minimize cleanser buildup and a non-

slip surface.

• Sweep all interior areas as needed.

• Blow and/or sweep all exterior areas as needed.

• Clean all waxed, or otherwise sealed with a water-based sealant, floors to remove

all visible cleanser staining, soil and filth buildup or other discoloring.

• Clean, sanitize and remove all soap build-up, visible filth, and discoloring from all

tile surfaces and grouts, sinks, counters, epoxy flooring, and other areas.

• Clean all vinyl and laminate flooring with the approved no-rinse cleaner for all

vinyl floors.

• Dump at least 1 quart of mop bucket used cleaning solution into the floor drain

when applicable.

• Spot clean all carpeted floors, fabric-covered furniture, windows, and other areas

periodically cleaned with a City-approved fabric or carpet spot cleaner.

• Vacuum all carpeted floors and other fabric-covered furniture.

5.6.5 Window Cleaning.

• All interior windows up to and including 8' from the floor will be spot cleaned for

smudges, handprints or other markings daily.

• All exterior windows up to and including 8' from the floor, patio, walkway, or

landscaping will be spot cleaned for smudges, hand prints, bird droppings, plant

sap, or other markings daily.

• All interior and exterior windows up to and including 8' from the floor, patio,

walkway, or landscaping will be cleaned monthly.

• All other windows that cannot be reached for adequate cleaning without the aid of

ladder or lift device will be cleaned yearly.

• Lifeguard facilities windows (10. & 11.) will be cleaned weekly. These windows

must be hosed off prior to cleaning to remove sand. These windows must be

cleaned as approved by lifeguard staff to prevent scratching.

• All Library exterior side of windows will be cleaned up to and including 8' from

interior floor monthly.

• All Library exterior window ledges will be cleaned and wiped clear of all deposits

on a quarterly basis.

• Promenade Walk way glass behind City Hall and Community Center, including the

pool glass, is to be cleaned biannually.

13

5.6.6 Carpet Cleaning by Hot Water Extraction.

• All carpeted areas and fabric-covered furniture will be cleaned by hot water

extraction once a year with the exception of the carpeted areas and fabric-covered

furniture defined below. Any additional cleaning outside of what is defined in this

document will be done by service adjustment that has been agreed upon by both

parties.

• Community Center event areas such as the Nautilus Room, Playhouse, Hallways,

and Lobby areas will be cleaned in this manner 12 times a year. This cleaning

schedule will be approved through the Recreation Supervisor.

• Library. All carpeted areas and fabric-covered furniture will be cleaned two times

a year. This cleaning schedule will be approved through the General Services

Supervisor or designee.

• City Hall. All carpeted areas will be cleaned two times a year. This cleaning

schedule will be approved through the General Service Supervisor or designee.

5.6.7 Floor deep cleaning.

• Floors that are not carpeted will be stripped and sealed twice per year. If yellowing

or other discoloration is evident in the floor sealant, Contractor is required to clean

as necessary as often as necessary.

5.6.8 High level cleaning (all areas above 8')

• High level areas in the City Hall, Library, Lifeguard Tower, John D. Spreckels

Center, and Community Center where ceiling tiles, drywall or other low ceiling

types do not exist or are high enough that these areas are not cleaned daily will be

cleaned annually or as requested by special cleaning outside of the annual cycle.

• All lights, pipes, vents, beams, and other building appurtenances that collect dust,

mold, or other filth in open occupied areas whether seen or hidden from view of the

occupants will be externally cleaned, eradicated, and sanitized.

5.6.9 Janitorial Cleaning Log

• Each of the FACILITIES SERVICED shall have a Contractor-provided janitorial

cleaning log. This log will be filled out by the Contractor’s employee for each visit

before exiting the facility site.

• The janitorial cleaning log has an area for notes and comments. All alarm

soundings, graffiti, pest control needs, security issues, damage to property, and

areas left not serviced will be noted in this comments area.

• All notations in the area for notes and comments will be relayed within 24 hours to

the City Representative by e-mail.

14

5.6.10 Trash/Recycling

• All trash/recycling receptacles will be serviced/emptied, cleaned with liners

changed by the Contractor when that area is serviced/cleaned as per schedule.

• All trash/recycling receptacles in the Police Station underground parking garage

will be serviced/emptied, cleaned with liners and changed daily.

• The Contractor will deliver the Tennis Center trash/recycling receptacles to the

curbside pick-up location on the morning of, or night before, pick-up. The

Contractor will return trash/recycling receptacles to their location the following

night or morning of the next service.

6. SERVICE ADJUSTMENTS

6.1 The City reserves the right to increase or decrease the services as needed. Services

and fees for new facilities shall be added at the average rate per square foot for a

comparable facility at the time of the addition. Such changes will be according to the terms

and conditions of said bid specification and will be done through a duly authorized change

notice to the master agreement for regular service and by City-approved proposal for event

or special cleanings.

7. SITE INSPECTION AND REPORTING

Report immediately by telephone issues that may require immediate action (during regular

working hours call Public Services at 619-522-7380; after hours call Police Department

dispatch at 619-522-7350). For emergencies call 911. These issues can include, but are

not limited to:

Incidents of injury, damage, or potential hazards to the public, end users, or employees

Running water

Sewer backups

Report immediately by e-mail issues such as, but not limited to:

• Public nuisances

• Work performance delays

• Repairs needed

• Dripping water

• Non-emergency electrical issues such as, but not limited to, outlets without power

or entire buildings without power

• Lost and found articles

• Deliver any lost and found articles from the Library to the Library Administrative

Secretary that date

• Deliver any lost and found articles from the Community Center, Tennis Center, or

Boathouse & Club Room to that facility’s service desk that date

• Deliver any lost and found article from other facilities within 24 hours to the Public

Services front counter at 101 B Avenue with the exception of wallets, watches,

15

jewelry, and phones. Turn those items in to the Police Department at 700 Orange

Avenue within 24 hours.

8. PAYMENTS

Invoices will be submitted to:

City of Coronado

Public Services and Engineering Dept.

101 B Avenue

Coronado, California 92118

Attn: Accounting Technician

8.1 Contractor will submit a monthly payment invoice listing each of the FACILITIES

SERVICED and each individual invoice amount.

8.2 If the City determines that there are deficiencies in the performance of this contract,

the Contractor will be notified both verbally and in writing each time service requirements

are found to be unsatisfactory and corrective action is necessary. Should the Contractor

fail to correct any deficiencies within two hours, the City may exercise the following

measures:

8.3 Deduct from the Contractor’s payment the amount necessary to correct the

deficiency.

Withhold the entire or partial payment.

Utilize City forces or alternate source to correct the deficiency and deduct from the

Contractor’s payment the total cost, including City overhead.

9. PRODUCTS

9.1 Contractor will maintain an adequate inventory of janitorial supplies and products

sufficient to meet the agency’s needs.

9.2 Contractor will replenish on each service date all products used in that facility. At

the end of each service, each location will have extra supplies of two cases of toilet tissue

and paper hand towels, an ample supply of each additional paper product, two cans of each

spray product applicable, two gallons of each floor cleaning chemical product used at that

facility, two gallons of liquid hand cleaner, two gallons of window cleaner, two gallons of

sanitizer, and all other cleaning appurtenances in good condition such as, but not limited

to, broom, clean mop, bucket and wringer, dust pan, foxtail brush, toilet brush, and other

cleaning items.

9.3 Some sites have limited storage capability. It is the Contractor’s responsibility to

supply, provide, and store products for the service of these areas in a manner that serves

the City best at the discretion of the City Representative.

16

9.4 With the above exception all other products will be stored off site. No items other

than those shown will be stored in the City facility.

9.5 All products will meet or exceed the City’s specifications.

9.6 All products proposed for use by the Contractor on any site covered by this contract

will first be approved through the submittal process as defined within this document. The

City will not pay any additional costs for Contractor-requested substitutions when the City

listed approved products are still available. The City reserves the right to approve or

disapprove any product.

9.7 All products will be removed from boxes and stowed neatly on shelves and racks

for easy access and inventory.

9.8 Contractor will provide the City with MSDS information on all product submittals.

9.9 Contractor is responsible for providing MSDS information to its employees.

9.10 PREVIOUSLY USED PRODUCTS LIST

DESCRIPTION SUPPLIER ITEM CODE

1. Toilet Tissue - 250 tissue 2 ply Padre 16000142case

2. Toilet Tissue - Optima Jumbo Roll Tissue Padre 80420

3. Waxie-Green White 2-Ply Bath Tissue 80x600 Waxie 851243

4. Clean & Soft White 2-Ply Jr Jumbo Roll Bath Tissue 12 x 1000 Waxie 851177

5. Paper Hand Towels - 270 Towel White Multifold Padre 16004blccase

6. Paper Hand Towels - Towel White Roll Padre 160086blcase

7. Clean & Soft White Univer-Sal Roll Towels 12 x 600ft Waxie 850572

8. Toilet Seat Cover Import Seat Covers Padre 53500020case

9. Waxie Seat Covers - 20 Packs of 250/CS (Case Only) Waxie 851830

10. Hand Soap - Padre Pink Lotion Soap Padre 13020203gal

11. Lan-O-Tone Lotion Soap with almond fragrance 4/Gal Waxie 380254

12. Glass Cleaner - Champion Spray on, Vista Cleer, Chase Glass

Cleaner

Padre 08000050can

13. Waxie Green Glass & Surface Cleaner Waxie 950101

14. Chase Glass Cleaner Padre 08000050can

15. Stainless Steel Cleaner - Champion Spray on, Chase S. Steel

Polish

Padre 08000841can

16. Vinyl Floor Cleaner - Prevail, 1-Step Neutral Cleaner METROFL

OOR

PR-VICL-QT

17. Pine Strike Bac Disinfectant Padre 13011063Gal

18. Urinal Deodorized Block Padre 31002012

19. Waterless Urinal Cleaner - Falcon Water free Foaming Housing

Cleaner

F02171C

20. Trash Can Liners 40" x 46" 1.5 mil. Padre Cl404618

21. Trash Can Liners 33 x 39 1.1 mil LL CLR Padre Cl333911case

22. Sanitary Napkin Receptacle Bags - 6141 waxed bags for wall

mount receptacle

Padre 57614100case

17

DESCRIPTION SUPPLIER ITEM CODE

23. Waxed Paper Liners For Wall Unit 250 Per Case Waxie 820715

24. Industrial Degreaser - FaciliPro All Purpose Waxie 5414640

25. Floor Sealant and Cleaner Suitable for Limestone - HMK Stone

Care System

26. Bathroom Tile Cleaner - Liquid Scouring Compound

Enzymatic Luster Crème

Waxie 030310

27. Tampons Waxie 820320

28. Hard Surface Sanitizer - Sani-Shield 3-in-1 Surface Care Waxie 170601

29. Disinfectant (Public Restroom, Animal Control)

WX Germicidal Ultra Bleach

Waxie 170016

10. EQUIPMENT

10.1 Contractor will supply and maintain all tools and equipment in good and proper

working condition, such as clean mops, brooms, bucket and wringers, carts, dust pans,

dusters, vacuum cleaners, janitorial vehicles, cleaning supplies and chemicals, and secure

an adequate inventory of all janitorial supplies and products.

10.2 All equipment provided by the Contractor will be of commercial grade.

10.3 Contractor will supply each facility with two mops, a “clean mop” for kitchens,

lunchrooms, prep areas, etc. and another mop for all other areas and incidental cleanups.

10.4 “Clean mops” will be marked so that employees of the City as well as Contractor’s

employees can easily recognize these tools as clean.

10.5 Contractor will replace all mops as needed to ensure adequate, sanitary cleaning.

10.6 All equipment stored on site at a City facility will be stored in a neat and orderly

fashion. All janitor’s closets will be stowed in such a way that City employees can easily

find what is needed during their work shift without moving other items except for the

janitorial cart. All stored mops, brooms, dust pans, and other cleaning appurtenances will

always be either hung or shelved neatly.

10.7 Any shelf units needed for the storage of the supplies as described in this document

at any facility listed is subject to the approval process in 11. SUBMITTALS. Once

approved, the shelf unit will be installed by the City. Upon installation, the shelf unit is

then the property of the City of Coronado.

10.8 Any rack systems needed for storage of other janitorial equipment as described in

this document at any facility listed is subject to the approval process in 11. SUBMITTALS

and 10.7.

10.9 Any chemical dispensing unit/equipment and appurtenances that the Contractor

finds critical to his operation is subject to the approval process in 11. SUBMITTALS.

Purchase, assembly and installation will be done, contracted or coordinated by the

18

Contractor at his expense and under the direction of City staff. This is not a reimbursable

item.

11. SUBMITTALS

11.1 All materials and consumable products are subject to prior approval by the City’s

Representative. Contractor will provide submittals for all materials and consumable items

if different than noted in Section 9.10 to the City’s Representative for approval. All

materials and consumable products used at these project sites will be subject to prior

approval through this submittal application process. No materials will be accepted for use

on this project without prior approval, in writing. All submittals will have the appropriate

MSDS attached for City review.

11.2 Any Contractor-requested replacements for the items listed in “PRE-APPROVED

PRODUCTS” are subject to this approval process.

12. QUALITY ASSURANCE

12.1 Contractor is responsible for training, supervising, equipping, checking work

quality, ensuring adherence to schedule, and all other management issues involved

with his employees. Quality control is the responsibility of the Contractor.

12.2 Contractor will regularly check janitorial closets and storage areas for orderly

storage.

12.3 Contractor will notify the City Representative in writing of any conditions or events

as defined in this document.

13. FACILITY CONTACTS*

LOCATION CONTACT TELEPHONE and E-MAIL

1. City Hall, 1825 Strand Way Eddie Torres 619-522-7319

[email protected]

2. Community Center, 1845 Strand Way

8. Recreation Cottage, 1971 Strand Way

9. Tennis Center, 1501 Glorietta Blvd.

Orlando Vales

Orlando Vales

Phil Fitzgerald

619-522-2457

[email protected]

“ “

619-522-2439

[email protected]

3. Boathouse Club Room, 1985 Strand Way Orlando Vales 619-522-2457

[email protected]

4. Station 36 Fire Station, 1001 Sixth St.

Jayson Summers 619-522-7377

[email protected]

5. Police Station, 700 Orange Avenue Mitch McKay 619-52- 2445

[email protected]

6. Library, 640 Orange Avenue Elizabeth Skelly 619-522-2475

[email protected]

11. Lifeguard Tower, 930 Ocean Blvd. Sean Carey 619-522-2628

19

12. Lifeguard Headquarters Facility, 900 Ocean

Blvd.

[email protected]

7. Public Services, 101 B Avenue

12. Glorietta Bay Park Public Restroom, 1975

Strand Way

13. Spreckels Park Public Restroom, 603 Orange

Avenue

14. Cays Park Public Restroom, 102 Coronado Cays

Blvd.

15. Central Beach Restroom, 900 Ocean Blvd.

16. North Beach Public Restroom, 300 Ocean Blvd.

Ian Lasley*

619-522-7389

[email protected]

*All written communication from the Contractor to contacts of the individual facilities will be

carbon copied to the City Representative.

14. FACILITY SIZE AND PAST FISCAL YEAR (2019/20) CONTRACT

EXPENDITURES

14.1 Facility size includes areas not included for service in this contract. Field verify all

measurements.

14.2 The City of Coronado has no tracking record for products purchased by the previous

Contractor.

14.3 Contractor is responsible for providing all products for cleaning, and personal

distribution for all existing dispensers including, but not limited to, paper, soap and

cleansers, in any restroom, janitorial closet, and for general public use as currently

managed in all areas defined within this document.

14.4 No additional funding to the Contractor will be considered by the City for product

currently provided within these facilities.

14.5 The expenditures below are an accurate representation of what the City spent in

support of these facilities.

14.6 The expenditures do not reflect all paper products and all other products purchased

by the City and used at these facilities.

LOCATION

SQUARE

FEET

MONTHLY

EXPENDITURES

IN

FY 2019-20

1. City Hall, 1825 Strand Way 17,974 $3,607

2. Community Center, 1845 Strand Way 38,495 $7,363

3. Boat House Club Room, 1985 Strand Way 3,200 860.00

4. Station 36 Fire Station, 1001 Sixth Street 1,800 $736.00

5. Police Station, 700 Orange Avenue 28,400 $5,145.00

6. Library, 640 Orange Avenue 38,705 $7,479.00

20

7. Public Services Administration Building, 101 B Avenue 7,308 $1,560.00

8. Recreation Cottage, 1971 Strand Way 620 $571.00

9. Tennis Center, 1501 Glorietta Blvd. 2747 $813.00

10. Lifeguard Tower, 920 Ocean Blvd. 1258 $682.00

11. Lifeguard Headquarters Facility, 930 Ocean Blvd. 2574 $760.00

12. Glorietta Bay Park Public Restroom, 1975 Strand Way 320 $670.00

13. Spreckels Park Public Restroom, 603 Orange Avenue 648 $3,636.00

14. Cays Park Public Restroom, 102 Coronado Cays Blvd. 490 $920.00

15. Central Beach Restroom, 900 Ocean Blvd. 1228 $1,215.00

16. North Beach Public Restroom, 300 Ocean Blvd. 740 $1039.00

17. John D. Spreckels Center, 1019 Seventh Street 9010 4,933.00

15. TEMPORARY COVID 19 PORTER SERVICES

General

1. Services listed under COVID 19 porter service are deemed as temporary services

requested by the City.

2. City reserves the right to cancel porter service for COVID 19 at any time.

3. City reserves the right to add or deduct locations of services.

4. Contractor shall list all locations separately on monthly billing invoice.

Custodial Work Practices

1. Disinfectant shall be use in the form of a wipe down or spray technic at public

restrooms, public lobbies, public seating and tables, public counters, gym

equipment (Community Center), doors, faucets, hand dryers, water fountains, toilet

flush handles, restroom partition doors, doors and handles, ADA door push buttons,

public computer area (Community Development) at site locations listed below.

2. Disinfection alcohol solutions shall contain at least 70% alcohol, and most common

EPA-registered household disinfectants should be effective per CDC. Contractor to

provide submittals of disinfectant product to City for approval. Contractor shall

submit a submittal for disinfectant approval by City.

3. Day porter service shall take place at City facilities listed below at the following

times. (Public Restrooms require a different service schedule, see Item 6.)

a. 10:00 am-11:30 am

b. 2:00 pm-3:30 pm

4. The following areas of staff work areas shall be addressed during the overnight

standard cleaning with disinfectant spray at ALL serviced City facilities.

a. Keyboards, mouse and desk phones.

b. All doors in workspaces and restrooms.

c. Desktops and drawers.

d. Kitchen and breakroom counter tops, tables/chairs, doors, faucets,

appliances and countertops.

5. All areas in Item 1 shall take place at the standard contracted overnight cleaning at

the below locations of service in addition to the porter service.

6. All public restroom locations shall be serviced seven (7) days a week, every (2) two

hours.

21

a. Hours of public restroom porter services are 8 a.m.-4 p.m.

b. Porter service is to take place every two (2) hours at each public restroom

c. Contractor shall sign check list noting time of service.

7. Disinfectant shall be use in the form of a wipe down or spray technic at public

restrooms, sinks, public seating and tables, public counters, doors, faucets, hand

dryers, water fountains, toilet flush handles, restroom partition doors, doors and

handles, ADA door push buttons or any surfaces regularly touched by the public.

Porter Service Locations and Service Frequency:

Location Mon-Fri Saturday Sunday

John D. Spreckels Center (JDSC) am/pm N/A N/A

Community Center am/pm N/A N/A

Library am/pm am/pm

Police Department Lobby am/pm N/A N/A

City Hall/ Council Chambers nightly am/pm N/A N/A

North Beach Restroom am/pm am/pm am/pm

Central Beach Public Restroom am/pm am/pm am/pm

City Hall Exterior Public Restroom am/pm am/pm am/pm

Spreckels Park Public Restroom am/pm am/pm am/pm

Glorietta Bay Park Public Restroom am/pm am/pm am/pm

Cays Park Public Restroom am/pm am/pm am/pm

22

V. PROPOSAL REQUIREMENTS

Four (4) copies of the proposal must be received by 3:00 p.m. on December 18, 2020. Late

or faxed submittals will not be accepted. Submittals will be limited to 20 pages.

Submit completed Proposals to:

City of Coronado

Public Services & Engineering Department

1825 Strand Way

Coronado, California 92118

ATTN: Ian Lasley

For questions or additional information, please submit inquiries to

[email protected].

Submittal Contents: Submittals shall contain the following information:

Cover Letter: Include a completed “Cover Sheet” (Attachment A to this RFP).

Profile: Brief, general overview of janitorial services business including understanding of

the Scope of Work required.

Experience: Identify firm’s experience since 2010 with similar agencies and/or facilities

and demonstrated history of adherence to public health crisis sanitation requirements, as

well as federal, state and local regulations and labor laws. Complete Attachment C –

Statement of Past Disqualification/Legal Issues form.

Qualifications: Summarize qualifications to provide janitorial/custodial services

including but not limited to certifications, licenses, training, knowledge of industry

standards. Describe what sets the Company’s services apart from others and makes it

uniquely qualified to perform the scope of services identified within the RFP.

Staffing / Work Plan: Detailed plan of how Vendor will carry out the Scope of Services

in order to provide the level of cleaning standards desired. Include list of biodegradable

and environmentally-friendly products used when providing janitorial services. Describe

any training programs provided to custodial staff.

Cost Proposal: A separate line item shall be provided for each major proposed service.

Attachment E of this RFP must be completed to fulfill this requirement.

References: A list, including a minimum of three references, which the City can contact

to evaluate the firm’s past work experience shall be provided. Attachment B of this RFP

includes a format for reference contact information that can be utilized to fulfill this

requirement.

23

Selection Criteria: Each submittal shall be judged as to the Vendor’s capabilities and

experience to perform janitorial services. Selection will be based on 100-point criteria as

follows:

(30) Capabilities, Experience and Past Performance: Each Vendor will be evaluated on

their demonstrated capabilities and experience to provide the scope of services.

(40) Proposed Approach: Each Vendor will be evaluated on the quality and viability of

their proposed approach and their ability to meet the scope of services and overall

goals of the project.

(30) Cost of Service: Each Vendor will be evaluated based on the quantity of the

proposed cost of service and the quality of service they provide.

An evaluation committee will review and rank the submittals based on the above criteria.

The top-rated Vendors may be invited to an interview to discuss key items of their Proposal.

Based on the submittals and interviews, a Vendor will be recommended to the City Council

for a Services Contract. Upon the Council’s approval, the contract will be awarded. Should

the City and the selected Vendor be unable to agree on contract terms, the award of the

contract will be offered to the second ranking Vendor and so forth, as necessary.

Failure to comply with the requirements set forth in this RFP may result in disqualification.

Proposals and/or modifications received subsequent to the hour and date specified above

will not be considered. Submitted proposals may be withdrawn at any time prior to the

submission time specified in this RFP, provided notification is received in writing before

the submittal deadline. Proposals cannot be changed or withdrawn after the submittal

deadline. No handwritten notations or corrections will be allowed.

The City reserves the right to reject all proposals and to waive any minor informalities or

irregularities contained in any proposal. Acceptance of any proposal submitted pursuant

to this RFP shall not constitute any implied intent to enter into a contract.

All proposals submitted in response to this RFP become the property of the City of

Coronado. Information in the proposal, unless specified as trade protected, may be subject

to public review. Proprietary information submitted in response to this RFP will be handled

in accordance with the California Public Records Act.

The selected Vendor shall not discriminate against any employee or applicant for

employment because of race, creed, color, or national origin. The Vendor shall take

affirmative action to ensure that all employees and applicants for employment shall be

treated with equality in all aspects of employment processes, including, but not limited to,

hiring, transfer, promotion, training, compensation and termination; regardless of their

race, creed, color, sex, national origin, age, or physical handicap.

Contract Duration: The Vendor selected will serve as the City’s janitorial contractor for

a period of three (3) years from the signing of the services contract. The City reserves the

24

right to terminate the contract when it is determined to be in the best interest of the City.

The City may also elect to renew the annual contract for up to five (5) consecutive years.

VI. REQUEST FOR PROPOSAL TERMS AND CONDITIONS

1. Right to Reject Proposals:

a. The City retains the right to reject any and all proposals, to waive any

specifications (both City’s and written proposed specifications from proposing

parties) and any informality or irregularity, and to sit and act as sole judge of

the merit and qualifications of each product/service offered. Proposing party’s

past performance and the City’s assurance that each proposing party would

provide the requirements of the scope of work/specifications as proposed will

be taken into consideration when proposals are being evaluated. The City

reserves the right to reject any proposals that have the potential for conflict of

interest.

b. Proposing parties agree to honor said proposal for a period of one hundred

eighty (180) days from proposal closing date. Acceptance of the proposing

party’s proposal by the City during the period that the proposals shall remain

valid shall bind the proposing party to perform the Services in compliance with

the terms set forth herein for the period stated in the proposal.

c. Failure to provide all information required in this RFP may result in the

proposal being rejected as incomplete and non-responsive. All prices, terms,

availability and any other conditions must be complete and in written form.

d. This RFP does not commit the City to award a contract or to pay any costs

incurred in the preparation of a proposal in response to this request. At this

time, there is no commitment on the part of the City to award a contract for

Services. The City will retain all proposals submitted in response to this

request.

2. Proposal Evaluation:

a. All proposals received shall be evaluated with the emphasis placed on the

proposing party’s ability to meet the City's requirements, the responsiveness of

the proposals and the evaluation criteria outlined in the RFP. Other factors such

as ability to meet deadlines, quality of work performed in the past and general

competence of the proposing party shall be carefully scrutinized. Cost will be

evaluated in relation to the other qualified proposing parties. The City need not

select the lowest cost proposal, but may choose according to what is in the best

interest of the City.

b. It should be noted that this is a competitive sealed proposal and not a

competitive sealed bid. When proposals are opened, prices and other proposal

information will not be made public until the proposal is awarded. There shall

be no disclosure of any proposing party's information to competing proposing

parties prior to the awarding of the Contract. At that time, the executed contract

will become public information. Accordingly, each proposal should be

submitted on the contractor’s most favorable terms from a price and technical

standpoint.

25

3. Default:

a. If the proposing party to whom the award is made fails to enter into a contract

as herein provided, the award will be annulled and an award may be made to

the next responsible proposing party, and such proposing party shall fulfill

every stipulation embraced herein as if they were the party to whom the first

award was made. The notice inviting proposals, special provisions and

specifications shall be considered as incorporated in the contract.

b. Upon award of Contract, the following default clause shall apply: In case of

default by the proposing party, the City may procure the item(s) proposed from

other sources and may deduct from proposing party any monies due, or that

may after become due to the proposing party, the difference between the price

named in the proposal and/or purchase order and actual cost thereof to the City.

Price paid by the City shall be considered the prevailing market price at the time

such purchase is made.

4. Sales Tax: The City pays State of California sales tax. The City is exempt from

Federal excise tax and shall furnish such tax exemption certificates as may be

required.

5. Work Performance:

a. All work shall be completed in a competent manner according to standard

practices of the industry. All persons engaged in the work, including

subcontractors, will be considered as employees of the contractor. The

contractor will be held responsible for their work. The City will deal directly

with, and make all payments to, the prime contractor.

b. The subcontracting of any or all of the work to be done will in no way relieve

the contractor of any part of responsibilities under the Contract.

c. Periods of performance may be extended if the facts, as to the cause of delay,

justify such extension in the opinion of the Director.

6. Licenses. The contractor’s personnel shall furnish to the City a copy of their

appropriate classed valid California Driver’s License upon request by the City.

7. Signing Agreements. The City does not sign rental, lease, or other agreements that

may be requested by the successful proposing party. The City Professional Services

Agreement is the contract document incorporating the specifications and terms and

conditions of this RFP.

8. Billings and Compensation: Billings shall be submitted monthly, indicating

locations and monthly rates, and shall be verified by the City Utilities Supervisor

or authorized representative. Payment for work shall be as agreed upon by the City

and the contractor. In the event of disputes, the disputed invoice shall be submitted

to the Director for review and decision. The determination of the Director shall be

final.

26

9. Standards of Performance: Services shall be performed under the Contract in a

skillful and competent manner, consistent with the standards generally recognized

as being employed by professionals in the same discipline in the State of California.

The contractor represents and maintains that it is skilled in the professional calling

necessary to perform the Services. The contractor warrants that all employees and

subcontractors shall have sufficient skill and experience to perform the Services

assigned to them. Finally, the contractor represents that it, its employees and

subcontractors, have all licenses, permits, qualifications and approvals of whatever

nature that are legally required to perform the Services and that such licenses and

approvals shall be maintained throughout the term of this Contract. As provided

for in the indemnification provisions of this Contract, the contractor shall perform,

at its own cost and expense and without reimbursement from the City, any services

necessary to correct errors or omissions which are caused by the contractor's failure

to comply with the standard of care provided for herein.

The selected contractor must also equip each employee performing services under

this contract with a cell phone to allow the employee to effectively communicate

with their base of operation and City staff.

10. Recyclables: Contractor shall comply with State Recycling Mandates. Any

recyclable materials/debris collected by the Contractor that can be feasibly diverted

via reuse or recycling must be hauled by the appropriate handler for reuse or

recycling. Contractor shall submit a Construction & Demolition Recycling Plan

Summary Report to the City annually. Weight tickets and written documentation

of diversion must be attached to the Report. Final payment requests to the City will

not be processed without recycling documentation.

11. Personnel: The contractor shall furnish sufficient supervisory and working

personnel capable of promptly accomplishing on schedule, to the satisfaction of the

City or authorized representative, all work required under the Contract.

All contractual personnel shall be physically able to do their assigned work. The

contractor and its employees shall conduct themselves in a proper and efficient

manner at all times and shall cause the least possible disruption to the public. The

City or authorized representative may require the contractor to promptly remove

from the work site any employee deemed careless, uncooperative, incompetent, a

threat to the adequate or timely completion of Services, a threat to the safety of

persons of property, or otherwise objectionable, whose continued employment on

the job is considered to be contrary to the best interest of the City. Such an

employee shall not be re-employed to perform any of the Services.

The contractor shall have competent employees on the job who are capable of

discussing, with the City or authorized representatives, matters pertaining to this

Contract. Adequate and competent supervision shall be provided for all work done

by the contractor’s employees to ensure accomplishment of high quality work,

which will be acceptable to the City or authorized representative.

27

All personnel shall be required to wear a uniform as deemed appropriate by the City

or authorized representative. Each employee shall be required to carry on his

person an identification card identifying employee as an employee of the

contractor. All personnel changes or substitutes need to be reported to the City

General Services Supervisor prior to work shift.

12. Assignment: The contractor shall not assign, sublet or lease any part or portion of

this Contract without the prior written approval of the City.

28

Attachment A

COVER SHEET

City of Coronado

RFP for Janitorial Services at Multiple Facilities

Name of Firm: __________________________________________________

Mailing Address: __________________________________________________

______________________________________________________

Contact Person: __________________________________________________

Telephone: ____________________ Fax __________________________

Firm is a: Joint Venture ( )

California Corporation ( )

Partnership ( )

Sole Proprietorship ( )

Other ( )

Firm’s Federal Tax ID Number: ____________________

Firm’s or Individual’s Professional Registration Number: __________________

__________________________________ ______________________

Signature of Authorized Representative Date

__________________________________

Typed Name of Authorized Representative

__________________________________ ______________________

Signature of Authorized Representative Date

__________________________________

Typed Name of Authorized Representative

Attachment B

REFERENCES

Provide at least three references with telephone numbers: __________________________________ ______________________

Reference: #1 Phone Number

__________________________________

_

Representing

__________________________________

_

Project Title:

Description: _____________________________________________________________

_______________________________________________________________________

_

_______________________________________________________________________

_

__________________________________ ______________________

Reference: #2 Phone Number

__________________________________

_

Representing

__________________________________

_

Project Title:

Description: _____________________________________________________________

_______________________________________________________________________

_

_______________________________________________________________________

_

__________________________________ ______________________

Reference: #3 Phone Number

__________________________________

_

Representing

__________________________________

_

Project Title:

Description: _____________________________________________________________

_______________________________________________________________________

_

_______________________________________________________________________

_

Attachment C

PROPOSER’S STATEMENT OF PAST CONTRACT DISQUALIFICATIONS AND LEGAL

ISSUES

Janitorial Services at City Facilities Contract No.: 21-GS-FAC-03

Company Name: _____________________________________________

Please state all instances of being disqualified, removed, or otherwise prevented from bidding on or

completing a Federal, State, or Local government project due to a violation of a law or safety regulation.

1. Have you ever been disqualified from any government contract within the last five (5) years?

Yes No If yes, explain the circumstances (attach additional pages if needed):

2. Please disclose all legal matters within the last five (5) years (attach additional pages if needed):

We have no legal matters to disclose.

3. Please disclose any formal notices to cure received from the City of Coronado or other Local, State,

Federal municipalities for contract-related work.

_________________________________

Proposer’s Signature

_________________________________

Name (Please Print)

Attachment D

COST PROPOSAL

CONTRACTOR agrees to provide all labor, equipment and supplies necessary to perform custodial

services for the following facilities in accordance with the provisions and specifications listed in this RFP.

All paper products, chemicals, and hand soaps shall be purchased by Contractor. Cost for Base Line

Cleaning (one-time charge), Monthly Service Charge and Annual Service Charge should include

profit/overhead, transportation expenses, and fuel surcharges in your estimates.

ACTIVITY PER HOUR COST

Labor, Hourly Rate During Regular Working Hours (M-F 8am-5pm)

Labor, Hourly Rate After Regular Working Hours

Guarantee markup on material costs

I. BASE BID (TABLES 1-4) – JANITORIAL SERVICES

TABLE 1

FACILITY LOCATION

MONTHLY

SERVICE

CHARGE

Animal Control 1395 First Street $

Boat House Club Room 1985 Strand Way $

Cays Parks Public Restroom 102 Coronado Cays

Blvd. $

Central Beach Restroom 900 Ocean Blvd. $

City Hall 1825 Strand Way $

Community Center 1845 Strand Way $

Fire Station #36 1001 Sixth Street $

Glorietta Bay Restroom 1975 Strand Way $

Library 640 Orange Ave. $

Lifeguard Headquarters Facility 930 Ocean Blvd. $

Lifeguard Tower 920 Ocean Blvd. $

North Beach Public Restroom 300 Ocean Blvd. $

Police Station 700 Orange Ave. $

Public Services - Admin Bldg./Fleet RR 101 B Ave. $

Recreation Cottage 1971 Strand Way $

Spreckels Park Public Restroom 603 Orange Ave. $

Tennis Center 1501 Glorietta Blvd. $

John D. Spreckels Center 1019 Seventh Street $

TOTAL $

TABLE 2

FACILTY EXTERIOR CLEANING

MONTHLY

SERVICE

CHARGE

Community Center $

Police Station $

Library $

TOTAL $

TABLE 3

FACILITY # OF

CHAIRS

ANNUAL COST

PER FACILITY

# OF

PANEL

S

ANNUAL COST

PER FACILITY

ANIMAL CONTROL 2 $ 0 $

CITY HALL 246 $ 66 $

FIRE 16 $ 6 $

LIBRARY 114 $ 48 $

LIFEGUARD TOWER 4 $ 0 $

POLICE 197 $ 46 $

PUBLIC SERVICES 34 $ 12 $

TENNIS CENTER 12 $ 0 $

RECREATION 400 $ 9 $

SUBTOTAL 1,025 $ 187 $

TOTAL

(Chairs and Panels)

$

TABLE 4

FACILITY

LOCATION

PREFERRED

FREQUENCY

TASK

APPROX.

SQ. FT.

ANNUAL

CHARGE

Police Services 700 Orange

Avenue

Annually Strip and

refinish floors

*1,100 sq. ft. $

*Field Verify

A. TOTAL MONTHLY COST FOR TABLES 1 AND 2 ABOVE $________________

B. TOTAL ANNUAL COST FOR TABLES 1 THROUGH 4 ABOVE $________________

II. ADDITIONAL WORK

TABLE 5 - TEMPORARY PORTER SERVICES

LOCATION WEEKLY COST

John D. Spreckels Center $

Community Center $

Library $

Police Department Lobby $

City Hall $

North Beach Restroom $

Central Beach Public Restroom $

City Hall Exterior Public Restroom $

Spreckels Park Public Restroom $

Glorietta Bay Park Public Restroom $

Cays Park Public Restroom $

TOTAL WEEKLY COST $

A. TOTAL WEEKLY COST FOR TABLE 5 ABOVE

$________________

TABLE 6

ADDITIONAL SERVICES

Additional Window Cleaning Cost per Sq. Ft. $__________

Additional Carpet Shampooing Cost per Sq. Ft. $__________

Additional Cleanup Services (regular working hours) Cost per Hour $__________

Additional Cleanup Services (call-backs for after-hours,

weekends and holidays with one (1) hour response time) Cost per Hour $__________

The additive bid totals (TABLES 5 and 6) expense is identified for the sole purpose of determining

comparative cost analysis and fair and reasonable pricing.

________________________ _____________________________________

Date Proposer’s Signature

Attachment E Sample Agreement

AGREEMENT

FOR CONTRACT SERVICES FOR

CITY OF CORONADO

THIS AGREEMENT is made and entered by and between the CITY OF CORONADO, a municipal corporation,

hereinafter referred to as “CITY,” and Contractor X, hereinafter referred to as “CONTRACTOR.”

RECITALS

The CITY requires the services of an outside independent contractor, with a state license, to provide all

labor, materials and supervision required to provide janitorial services at City facilities.. These required services

are described in detail in ATTACHMENT A: Scope of Services.

CONTRACTOR warrants and represents itself as possessing the necessary experience, skills and

qualifications to provide the services required by CITY and to ensure that all work is performed in a professional

manner and the final product is of a high quality.

CONTRACTOR warrants and represents that it has the necessary staff to deliver the services within the

time frame herein specified and is fully qualified to perform those services within the specified time frame in

accordance with the highest standards of CONTRACTOR’S profession.

The Director of Public Services & Engineering shall serve as CITY’S “Contract Officer” for this

AGREEMENT and has the authority to direct the CONTRACTOR, approve actions, request changes, and approve

additional services. Any obligation of the CITY shall be the responsibility of the Contract Officer.

The General Services Supervisor, Public Services & Engineering Department, shall serve as CITY’S

“Project Coordinator” for this AGREEMENT.

NOW THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CITY

and CONTRACTOR (individually “Party” and collectively “Parties”) agree as follows:

1.0 TERMS OF AGREEMENT

1.1 This AGREEMENT shall be effective on and from the day, month and year of the execution of this

document by the Parties. This AGREEMENT shall be in effect for a term of three years beginning February 1,

2021, and ending January 31, 2024, during which time the CONTRACTOR shall commence and complete all the

services required pursuant to this AGREEMENT pursuant to the City’s schedule and Section 1.3 herein.

1.2 This AGREEMENT is a firm, fixed-price contract for all labor and materials including, but not limited to,

[describe]. All tasks to be performed are to be completed, or this AGREEMENT is otherwise terminated. Prices

shall remain firm upon execution of this AGREEMENT.

1.3 CONTRACTOR shall commence work under this AGREEMENT within the time specified in Section 1.1.

The work shall be completed per the schedule issued or approved by the City beginning from the date of

commencement (the “CONTRACT TIME”) specified in the Notice to Proceed, as may be modified pursuant to the

AGREEMENT. Time is of the essence in the performance of all obligations under this AGREEMENT, and all

timing requirements shall be strictly adhered to unless otherwise modified in writing by the CITY. Failure to meet

the schedule contained in this AGREEMENT is a default by the CONTRACTOR.

1.4 CONTRACTOR shall, without additional compensation, correct or revise any services performed pursuant

to this AGREEMENT that do not meet the specifications and/or professional standards required of the

CONTRACTOR.

2.0 SCOPE OF SERVICES (ATTACHMENT A)

2.1 CONTRACTOR shall provide CITY with the services and documents described in ATTACHMENT A,

which is attached hereto and incorporated herein by this reference as though fully set forth at length and is

hereinafter referred to as the “SERVICES.”

2.2 The general manner in which the CONTRACTOR shall render the SERVICES is set forth in

ATTACHMENT A. While CITY is, in general, concerned with the manner in which the SERVICES are rendered,

under this AGREEMENT, as represented by CONTRACTOR, it is not concerned with, nor shall it direct, the

specific means and methods of operations on the part of CONTRACTOR in the performance of its SERVICES

under this AGREEMENT. CONTRACTOR shall provide all labor, materials, equipment, tools and services

required by and shall perform all work described in this AGREEMENT.

3.0 FEE SCHEDULE/GENERAL INFORMATION (ATTACHMENTS B AND F)

3.1 CONTRACTOR is hired to render the SERVICES and any payments made to CONTRACTOR are

compensation, fully, for such services.

3.2 Payment to CONTRACTOR to render the SERVICES is set forth in ATTACHMENT B, which is attached

hereto and incorporated herein by this reference as though fully set forth at length.

3.3 CONTRACTOR shall comply with all applicable Federal, State and local laws pertaining to the subject

matter hereof or in any way regulating the activities undertaken by CONTRACTOR or any subcontractor hereunder.

3.4 CONTRACTOR acknowledges that this is a public works contract. CONTRACTOR represents and

warrants that it is familiar with the requirements of the California Labor Code and agrees to comply at all times

with relevant statutes and regulations, including, but not limited to, the fact that CONTRACTOR must pay not less

than prevailing wage rates as determined by the Director of Industrial Relations for all work done under this

AGREEMENT. State of California prevailing wage rates can be found on the internet at

http://www.dir.ca.gov/DLSR/PWD/Statewide.html. CONTRACTOR is responsible for determining the correct

title for job classifications and determining the appropriate wage rate. CONTRACTOR agrees to perform this

AGREEMENT in accordance with ATTACHMENT H and all the obligations set forth therein.

4.0 CHANGES TO SCOPE OF WORK

CONTRACTOR shall not perform work in excess of the SERVICES without the prior written approval of

the Contract Officer. All requests for extra work shall be by written change order submitted to the Contract Officer

prior to the commencement of such work.

5.0 SUBCONTRACTING (RESERVED).

6.0 ENTIRE AGREEMENT

6.1 This AGREEMENT and the incorporated attachments set forth the entire understanding of the Parties with

respect to the subject matters herein. If there are any inconsistencies between the incorporated attachments and this

AGREEMENT, the terms of this AGREEMENT control. There are no other understandings, terms or other

agreements expressed or implied, oral or written, except as set forth herein. No change, alteration, or modification

of the terms or conditions of this AGREEMENT, and no verbal understanding of the Parties, their officers, officials,

agents, representatives, contractors, subcontractors or employees shall be valid unless agreed to in writing by both

Parties.

7.0 TERMINATION OF AGREEMENT

7.1 In the event of CONTRACTOR’S failure to prosecute, deliver, or perform the SERVICES, CITY may

terminate this AGREEMENT immediately by notifying CONTRACTOR by certified mail of said termination.

Thereupon, CONTRACTOR shall cease work and, within [two (2)] working days, place all work in progress in a

safe and protected condition. The City Manager of CITY shall make a determination of the percentage of work that

CONTRACTOR performed that is usable and of worth to CITY. Based upon that finding, CITY shall determine

any final payment due to CONTRACTOR.

8.0 LIQUIDATED DAMAGES/FORCE MAJEURE (RESERVED)

9.0 COVENANT AGAINST CONTINGENT FEES

9.1 CONTRACTOR represents and warrants that it has not employed or retained any company or person, other

than a bona fide employee working for CONTRACTOR, to solicit or secure this AGREEMENT, and that

CONTRACTOR has not paid or agreed to pay any company or person, other than a bona fide employee, any fee,

commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the

award or making of this AGREEMENT. For breach or violation of this representation and warranty, CITY shall

have the right to terminate this AGREEMENT without liability or, at CITY’S sole discretion, to deduct from the

AGREEMENT price or consideration, or otherwise recover the full amount of such fee, commission, percentage,

brokerage fee, gift or contingent fee.

10.0 STATUS OF CONTRACTOR

10.1 CONTRACTOR shall perform the SERVICES in a manner of CONTRACTOR’S own choice, as an

independent CONTRACTOR and in pursuit of CONTRACTOR’S independent calling, and not as an employee of

CITY. CONTRACTOR shall be under control of CITY only as to the result to be accomplished and the personnel

assigned to the project. However, CONTRACTOR shall confer with CITY prior to implementing any changes

proposed to the SERVICES. Neither CONTRACTOR nor CONTRACTOR’S employees shall be entitled in any

manner to any employment benefits, including but not limited to, employer paid payroll taxes, Social Security,

retirement benefits, health benefits, or any other benefits, as a result of this AGREEMENT. It is the intent of the

Parties that neither CONTRACTOR nor its employees are to be considered employees of CITY, whether “common

law” or otherwise, and CONTRACTOR shall indemnify, defend and hold CITY harmless from any such obligations

on the part of its officers, employees, representatives and agents.

11.0 ASSIGNMENT OF CONTRACT

11.1 This AGREEMENT and any portion thereof shall not be assigned or transferred, nor shall any of the

CONTRACTOR’s duties be delegated or sub-contracted, without the express written consent of the CITY.

12.0 INDEMNITY – HOLD HARMLESS

12.1 To the fullest extent permitted by law, CONTRACTOR agrees that CITY and its elected and appointed

boards, officials, officers, agents, employees, representatives and volunteers (individually and collectively, "CITY

Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall

indemnify, defend and hold harmless CITY Indemnitees from and against, any and all liabilities, claims, demands,

actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs and expenses, including

reasonable attorneys' fees and disbursements, (collectively "Claims") that arise out of, pertain to, or relate to any

act or omission of CONTRACTOR or its officers, directors, representatives, employees, agents or subcontractors

in connection with this AGREEMENT, including, but not limited to, performance of the SERVICES.

12.2 CONTRACTOR’s obligation herein does not extend to liability for damages for death or bodily injury to

persons, injury to property, or other loss, damage or expense arising from the sole negligence or willful misconduct

by the CITY or its elected and appointed boards, officials, officers, agents, employees, representatives or volunteers.

12.3 CONTRACTOR shall provide a defense (with counsel acceptable to CITY) to the CITY’s Indemnitees, or

at the CITY’s sole option, reimburse the CITY’s Indemnitees for all costs, attorneys’ fees, expenses and liabilities

(including judgment or portion thereof) incurred with respect to any litigation in which the CONTRACTOR is

obligated to indemnify, defend and hold harmless the CITY pursuant to this AGREEMENT.

12.4 These provisions shall not be limited by any provision of insurance coverage that the CONTRACTOR may

have in effect, or may be required to obtain and maintain, during the term of this AGREEMENT. These provisions

shall survive expiration or termination of this AGREEMENT.

12.5 City shall timely notify the CONTRACTOR of the receipt of any third-party claim, relating to the

AGREEMENT, and the City shall be entitled to recover its reasonable costs incurred in providing the notification.

12.6 PERS Eligibility Indemnification. In the event that any of CONTRACTOR’s PERSONNEL is

determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to

be eligible for enrollment in PERS of the CITY, CONTRACTOR shall indemnify, defend, and hold harmless CITY

for the payment of any employer and employee contributions for PERS benefits on behalf of such person as well as

for payment of any penalties and interest on such contributions which would otherwise be the responsibility of the

CITY.

Notwithstanding any other agency, state or federal policy, rule, regulation, law or ordinance to the contrary,

CONTRACTOR’s PERSONNEL providing service under this Agreement shall not qualify for or become entitled

to, and hereby agree to waive any claims to, any compensation and benefit including but not limited to eligibility

to enroll in PERS as an employee of CITY and entitlement to any contributions to be paid by CITY for employer

contributions and/or employee contributions for PERS benefits.

12.7 Responsibility for Equipment. (RESERVED).

13.0 INSURANCE

13.1 CONTRACTOR shall obtain, and during the term of this AGREEMENT shall maintain, policies of general

liability, automobile liability, contractual liability and property damage insurance from an insurance company or

companies authorized to be in business in the State of California, in an insurable amount of not less than one million

dollars ($1,000,000) per occurrence and two million dollars ($2,000,000) aggregate. The insurance policies shall

provide that the policies shall remain in full force during the full term of this AGREEMENT and shall not be

canceled, terminated, or allowed to expire or not be renewed without thirty (30) days prior written notice to CITY

from the insurance company, and shall contain a blanket waiver of subrogation.

13.2 The CITY and its officers, officials, employees, agents, representatives and volunteers shall be named as

additional insureds on the required liability policies. All policies shall contain a provision stating that the

CONTRACTOR’S policies are primary insurance and that insurance (including self-retention) of the CITY or any

named insured shall not be called upon to contribute to any loss. This provision shall apply regardless of any

language of the policy maintained by the CONTRACTOR during the term of this AGREEMENT.

13.3 Before CONTRACTOR shall employ any person or persons in the performance of the AGREEMENT,

CONTRACTOR shall procure a policy of Workers' Compensation Insurance as required by the Labor Code of the

State of California or shall obtain a certificate of self-insurance from the Department of Industrial Relations.

13.4 Prior to commencement of work under this AGREEMENT, CONTRACTOR shall furnish to the Contract

Officer proof of the insurance required in this section. Failure by the Contract Officer to object to the contents of

the certificate and/or policy endorsement or the absence of same shall not be deemed a waiver of any and all rights

held by the CITY. Failure on the part of CONTRACTOR to procure or maintain in full force the required insurance

shall constitute a material breach of contract under which the CITY may exercise any rights it has in law or equity

including, but not limited to, terminating this AGREEMENT pursuant to Paragraph 7.1 above.

13.5 CONTRACTOR hereby grants to CITY a waiver of any right to subrogation that any insurer of said

CONTRACTOR may acquire against the CITY by virtue of the payment of any loss under such insurance. This

provision applies regardless of whether or not the CITY has requested or received a waiver of subrogation

endorsement from the insurer.

14.0 DISPUTES

If a dispute should arise regarding the performance of this AGREEMENT, the following procedures shall

be used:

14.1 The complaining Party shall reduce its position to writing along with a recommended method for resolving

the dispute and shall forward a copy of the dispute document to the other Party.

14.2 Within [five (5)] working days of receipt of the dispute document, the other Party shall reply to the dispute

document with a written response that sets forth that Party's position and a recommended method of resolving the

dispute.

14.3 The Contract Officer shall represent CITY in this process.

14.4 If the dispute is not resolved, the aggrieved Party shall send to CITY’S City Manager a copy of the dispute

document and the response. Within ten (10) working days of receiving the dispute document and the response, the

City Manager shall propose a resolution.

14.5 If the dispute remains unresolved for ten (10) working dates following the proposed resolution, and the

Parties have exhausted the procedures of this section, the Parties may then seek remedies available to them at law

or in equity.

15.0 NOTICES

15.1 Any notices to be given under this AGREEMENT, or otherwise, shall be served by certified mail.

15.2 For the purposes hereof, unless otherwise provided in writing by the Parties hereto, the address of the Parties

and the proper person to receive any notice on each Party’s behalf is:

For CITY:

General Services Supervisor

Public Services & Engineering Department

City of Coronado

101 B Avenue

Coronado, CA 92118

For CONTRACTOR:

Name:

Title:

Name of Company:

Address of Company:

CITY, State Zip:

15.4 CONTRACTOR represents and warrants that its employer's identification number is XXX, its XXX license

number is XXXX, and its Department of Industrial Relations number is XXX.

16.0 CONTRACTOR’S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND

CONTROL ACT OF 1986

16.1 CONTRACTOR certifies that CONTRACTOR is aware of the requirements of the Immigration Reform

and Control Act of 1986 (8 USC §§ 1101-1525) and has complied and will comply with these requirements

including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and

consultants before they perform any SERVICES under this AGREEMENT.

17.0 GENERAL PROVISIONS

17.1 Accounting Records. CONTRACTOR shall keep records of the direct reimbursable expenses pertaining

to the SERVICES and the records of all accounts between the CONTRACTOR and any subcontractors.

CONTRACTOR shall keep such records on a generally recognized accounting basis. These records shall be made

available to the Contract Officer, or the Contract Officer's authorized representative, at mutually convenient times,

for a period of three (3) years from the completion of the SERVICES.

17.2 Contract Officer. The Director of Public Services & Engineering shall serve as the CITY’s “Contract

Officer” for this AGREEMENT and has the authority to direct the CONTRACTOR, approve actions, request

changes, and approve additional services within her/his authority. Any obligation of the CITY shall be the

responsibility of the Contract Officer. Excepting the provisions pertaining to dispute resolution, no other person

shall have any authority under this AGREEMENT unless specifically delegated in writing.

17.3 Governing Law. This AGREEMENT and all matters relating to it shall be governed by the laws of the

State of California and any action brought relating to this AGREEMENT shall be held exclusively in a state court

in the County of San Diego. CONTRACTOR hereby waives the right to remove any action from San Diego County

as is otherwise permitted by California Code of Civil Procedure Section 394.

17.4 Business Certificate. CONTRACTOR and its subcontractors, if any, are required to obtain and maintain

a City Business Certificate during the duration of this AGREEMENT.

17.5 Compliance with Law. The CONTRACTOR shall be responsible for complying with all local, state, and

federal laws, whether or not said laws are expressly stated or referred to herein.

17.6 Bonds. At the time of the execution of this Agreement, CONTRACTOR shall provide the CITY with good

and sufficient surety bonds in a form and amount acceptable to the CITY and maintain such bonds as follows:

17.6.1 The payment bond (material and labor bond) shall be for not less than one hundred percent (100%)

of the contract price to satisfy claims of material suppliers and of mechanics and laborers employed in connection

with the SERVICES. The bond shall be maintained by the Contractor in full force and effect until the SERVICES

are accepted by the CITY, and until all claims for materials and labor are paid, and shall otherwise comply with the

Civil Code.

17.6.2 The performance bond shall be for one hundred percent (100%) of the contract price to guarantee

faithful performance of all SERVICES, within the time prescribed, in a manner satisfactory to the CITY, and that

all materials and workmanship will be free from original or developed defects.

17.7 Responsibility for Others. CONTRACTOR shall be responsible to the CITY for its services and the

services of its subcontractors. CONTRACTOR shall not be responsible for the acts or omissions of other parties

engaged by the CITY nor for their construction means, methods, techniques, sequences, or procedures, or their

health and safety precautions and programs.

17.8. Drafting Ambiguities. The Parties agree that they are aware that they have the right to be advised by

counsel with respect to the negotiations, terms and conditions of this AGREEMENT, and the decision of whether

or not to seek advice of counsel with respect to this AGREEMENT is a decision that is the sole responsibility of

each Party. This AGREEMENT shall not be construed in favor of or against either Party by reason of the extent to

which each Party participated in the drafting of the AGREEMENT.

17.9. Conflicts between Terms. If an apparent conflict or inconsistency exists between the main body of this

AGREEMENT and the Exhibits, the main body of this AGREEMENT shall control. If a conflict exists between an

applicable federal, state, or local law, rule, regulation, order, or code and this AGREEMENT, the law, rule,

regulation, order, or code shall control. Varying degrees of stringency among the main body of this AGREEMENT,

the Exhibits, and laws, rules, regulations, orders, or codes are not deemed conflicts, and the most stringent

requirement shall control. Each Party shall notify the other immediately upon the identification of any apparent

conflict or inconsistency concerning this AGREEMENT and shall cooperate in good faith to resolve the same.

17.10 Non-Discrimination. CONTRACTOR shall not discriminate against any employee or applicant for

employment because of sex, race, color, age, religion, ancestry, national origin, disability, military or veteran status,

medical condition, genetic information, gender expression, marital status, or sexual orientation. CONTRACTOR

shall take affirmative action to ensure that applicants are employed and that employees are treated during

employment without regard to their sex, race, color, age, religion, ancestry, national origin, disability, military or

veteran status, medical condition, genetic information, gender expression, marital status, or sexual orientation and

shall make reasonable accommodation to qualified individuals with disabilities or medical conditions. Such action

shall include, but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, or

recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for

training, including apprenticeship. CONTRACTOR agrees to post in conspicuous places available to employees

and applicants for employment any notices provided by CITY setting forth the provisions of this non-discrimination

clause.

17.7 Rights and Remedies.

17.7.1 Rights Cumulative. All rights, options, and remedies of the CITY contained in this

AGREEMENT shall be construed and held to be cumulative, and no one of the same shall be exclusive of any other,

and the CITY shall have the right to pursue any one of all of such remedies or any other remedy or relief that may

be provided by law or in equity, whether or not stated in this AGREEMENT.

17.7.2 Waiver. No waiver by either Party of a breach by the other Party of any of the terms, covenants,

or conditions of this AGREEMENT shall be construed or held to be a waiver of any succeeding or preceding breach

of the same or any other term, covenant or condition herein contained. No waiver of any default of either Party

hereunder shall be implied from any omission by the other Party to take any action on account of such default if

such default persists or is repeated, and no express waiver shall affect default other than as specified in said waiver.

17.7.3 Third Parties. No provision contained in the AGREEMENT shall create or give to third parties

any claim or right of action against the CITY or CONTRACTOR or their respective officers, directors, officials,

employees, representatives, contractors, subcontractors or agents.

17.8 Survival. The provisions of the AGREEMENT that by their nature survive termination or final completion

of the AGREEMENT, including all warranties, indemnities, payment obligations, and the CITY's right to audit

CONTRACTOR's books and records, shall remain in full force and effect after final completion or any termination

of the AGREEMENT.

17.9 Severability. In the event that any part of this AGREEMENT is found to be illegal or unenforceable under

the law as it is now or hereafter in effect, either Party will be excused from performance of such portion or portions

of this AGREEMENT as shall be found to be illegal or unenforceable without affecting the remaining provisions

of this AGREEMENT.

17.10 Exhibits Incorporated. All Attachments/Exhibits referenced in this AGREEMENT are incorporated into

the AGREEMENT by this reference.

[SIGNATURES CONTINUED ON NEXT PAGE]

18. SIGNATURES

18.1 Each signatory and Party hereto hereby warrants and represents to the other Party that it has legal

authority and capacity and direction from its principal to enter into this AGREEMENT, and that all

resolutions or other actions have been taken so as to enable it to enter into this AGREEMENT.

CITY:

CONTRACTOR:

By: ______________________________

Clifford M. Maurer

Director of Public Services & Engineering

By: ______________________________

[Insert Name]

[Insert Title]

Date: _____________________________ Date: ____________________________

APPROVAL AS TO FORM:

____________________________________ ___________________

Johanna N. Canlas, City Attorney Date

ATTEST:

____________________________________ ___________________

Jennifer Ekblad, CMC, City Clerk Date

ENCLOSURES:

ATTACHMENT A – CORPORATION CERTIFICATE

ATTACHMENT B – CONTRACTOR’S CERTIFICATE REGARDING WORKERS’

COMPENSATION

ATTACHMENT C – SCOPE OF SERVICES

ATTACHMENT D – FEE SCHEDULE/GENERAL INFORMATION

ATTACHMENT E – LIST OF SUBCONTRACTORS/SUBCONTRACTORS

ATTACHMENT F – CERTIFICATION that CONTRACTOR has read, understands and will comply

with, “A Pollution Prevention Guide for the Construction Community,” web address provided

ATTACHMENT G – NON-COLLUSION DECLARATION

ATTACHMENT H – STATE PREVAILING WAGE

ATTACHMENT A

CORPORATION CERTIFICATE

I, _______________________________________________________________, certify that:

1. I am the Secretary of the Corporation named as CONTRACTOR in the foregoing

AGREEMENT;

2. ___________________________________________________________ who signed said

AGREEMENT on behalf of CONTRACTOR, was then _________________

___________________________________________________________________ of said

Corporation; and

3. Said AGREEMENT was duly signed for and in behalf of said Corporation by authority of its

governing body and is within the scope of its corporate powers.

___________________________________________________________

(Corporate Seal)

______________________________________________________________

NOTE: APPROPRIATE NOTARIAL ACKNOWLEDGMENT OF EXECUTION MUST BE

ATTACHED TO THIS FORM.

13

ATTACHMENT B

CONTRACTOR’S CERTIFICATE REGARDING WORKERS’ COMPENSATION

Section 3700 of the California Labor Code provides in part as follows:

“Every employer except the State shall secure the payment of compensation in one or more of the

following ways:

A. By being insured against liability to pay compensation to one or more insurers duly

authorized to write compensation insurance in this state.

B. By securing from the Director of Industrial Relations a certificate of consent to self-insure

… which may be given upon furnishing proof satisfactory to the Director of Industrial Relations

of ability to self-insure and to pay any compensation that may become due to his other

employees....”

I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to

be insured against liability for workers’ compensation or to undertake self-insurance in accordance

with the provisions of that Code, and I will comply with such provisions before commencing the

performance of any of the work of the foregoing AGREEMENT.

Contractor Name:

Signature:

Name:

Title:

Contractor Address:

NOTE: In accordance with Article 5, commencing at Section 1860, Chapter 1, Part 7, Division

2, of the Labor Code, the above certificate must be signed and filed with the awarding body prior

to performing any work under this Contract.

ATTACHMENT C

SCOPE OF SERVICES

I. GENERAL TERMS & CONDITIONS:

CONTRACTOR shall provide all labor, materials and supervision required to provide

janitorial services and incorporated herein by this reference references. As further

described below, CONTRACTOR shall provide to the Project Coordinator a written

schedule of work to be done. CONTRACTOR is to coordinate the work with the Project

Coordinator as to not interfere with [optional]. CONTRACTOR shall perform all

necessary pedestrian and traffic control.

CONTRACTOR shall carefully examine the work site. The execution of this

AGREEMENT by the CONTRACTOR shall be considered evidence that the

CONTRACTOR has investigated, and is satisfied as to, the conditions to be encountered,

the character and quality of the work to be performed and materials to be furnished, and

the requirements of all documents referred to in this AGREEMENT.

CONTRACTOR shall maintain compliance with the City of Coronado Municipal Code,

Title 61, regarding storm water run-off system discharge regulations and requirements,

California Regional Water Quality Control Board, San Diego Region Order No. R9-2013-

0001 and National Pollutant Discharge Elimination System (NPDES) No. CAS0109266,

as well as the Best Management Practices (BMPs) referred to in the CITY’S Jurisdictional

Runoff Management Plan (JRMP), Section 7, Industrial and Commercial, subsection 7.3.3,

Updated BMP Requirements. Examples of such BMPs are described in the flyer “Clean

Coastlines, City of Coronado, a Pollution Prevention Guide for the Construction

Community.” This document may be read and/or downloaded from the City’s website at:

https://www.coronado.ca.us/UserFiles/Servers/Server_746006/File/government/departme

nts/public%20services/stormwater/pollution%20prevention/1204577156_34118.pdf

Violations of any of the requirements may lead to a civil penalty up to $10,000 per day,

per violation and is considered a breach of the AGREEMENT.

CONTRACTOR performance shall present a professional image and a high standard of

quality and technical competence at all times. Total responsibility for this is placed upon

CONTRACTOR. If a conflict occurs between “Best Management Practice” and the

specification, “Best Management Practice” shall prevail and the CITY shall be notified of

any necessary changes to the specified operations/materials.

II. SCOPE OF SERVICES

A. GENERAL PROVISIONS

Contractor shall provide and/or purchase all equipment, labor and materials required to

perform the following services in a satisfactory manner:

1. Contractor shall perform a baseline cleaning of the facilities listed. This baseline cleaning

will remove all visible spots, discoloring, smudges, dust, and all other filth from all areas

high and low. This baseline cleaning will include those areas in the Library ceiling

appurtenances that are hidden from view and hard to reach. This baseline cleaning will

establish the model for all cleanings during the term of this contract.

2. Contractor shall provide janitorial services for the City of Coronado facilities listed in this

document.

3. Contractor shall provide and/or purchase all services, products, equipment, vehicles, and

employees as defined in this document.

4. Contractor shall adhere to all scheduling as defined in this document unless a schedule

change has been approved by the City in writing.

5. Contractor shall provide additional janitorial services, as needed, and as defined by change

order(s) or proposal(s) for events and/or special considerations for the City of Coronado.

6. Contractor shall provide janitorial services as defined in this document for the City of

Coronado Independence Day Parade as per City event schedule.

7. Contractor shall maintain a current City of Coronado business certificate and his/her

subcontractors shall do so as well.

8. Contractor shall maintain compliance with the City of Coronado Municipal Code, Title 61,

regarding storm water runoff system discharge regulations and requirements, and San

Diego Regional Water Quality Control Board (SDRWQCB) National Pollutant Discharge

Elimination System (NPDES) Order No. 2013-0001. Compliance includes the

implementation of practical methods, known as Best Management Practices (BMPs),

which shall be used to protect the environment and to comply with regulatory requirements.

Power washing and other wash water runoff shall be recovered and disposed of properly.

Violations of any of these requirements may lead to a civil penalty of up to $10,000 per

day, per violation.

9. Contractor shall present a professional image and maintain a high standard of quality and

technical competence. Total responsibility for this is placed upon the Contractor. If

conflict occurs between “Best Management Practice” and the specification, “Best

Management Practice” shall prevail and the City shall be notified of any necessary changes

to the specified operations/materials.

B. FACILITIES SERVICED Location Time of service Frequency of Service and instructions

1. City Hall, 1825 Strand Way 9 p.m. to 4 a.m.

9 p.m. to 4 a.m.

-Public Restroom Daily

-Offices M-F

2. Community Center, 1845

Strand Way

9:30 p.m. to 5 a.m.

9 a.m. to 1 p.m.

1 a.m. to 5 a.m.

1 a.m. to 5 a.m.

1 a.m. to 5 a.m.

-Public Areas Daily

-Both Male and Female Restrooms Portered and

Cleaned M-F (restrooms are open for public use

during this time, 1 ea. male and 1 ea. female porter

required)

-Offices Daily

-Banquet Rooms Daily (Contractor may skip non-

event dates)

-Restrooms Daily

3. Boathouse Club Room, 1985

Strand Way

9 p.m. to 4 a.m. -Daily

4. Station 36 Fire Station, 1001

Sixth Street

6 p.m. to 7 p.m. -Front Offices M-F

5. Police Station, 700 Orange

Avenue

6 p.m. to 7 a.m.

6 p.m. to 7 a.m.

-Restroom & Locker Rooms & Break Rooms &

Holding Cells & Briefing room & Dispatch Daily

-Evidence Room*

-All Other Areas M-F

6. Library, 640 Orange Avenue 9 p.m. to 4 a.m.

8 a.m. to 11 a.m.

Daily

Porter Service, One Person, All Areas as Directed M-

F

7. Public Services Administration

Building and Fleet Shop

Restroom 101 B Ave.

9 p.m. to 4 a.m.

9 p.m. to 4 a.m.

-Restroom and Break Room Daily

-All Other Areas M-F

8. Recreation Cottage, 1971

Strand Way

9 p.m. to 5 a.m. Monday thru Friday

12 Weeks by schedule with facility contact

9. Tennis Center and Restrooms,

1501 Glorietta Blvd.

8 p.m. to 5 a.m. Daily

10. Lifeguard Tower, 920 Ocean

Blvd.

9 p.m. to 7 a.m. Daily During Summer Months (June 1 to Sept. 1)

Monday & Thursday Remainder of Year

11. Lifeguard Headquarters

Facility, 930 Ocean Blvd.

9 p.m. to 7 a.m. Daily During Summer Months (June 1 to Sept. 1)

Monday & Thursday Remainder of Year

12. Glorietta Bay Park Public

Restroom, 1975 Strand Way

8 p.m. to 11 p.m.

1 p.m. to 2 p.m.

Daily Lock upon Exiting

Saturday, Sunday, Holiday**

13. Spreckels Park Public

Restroom, 603 Orange Avenue

8 p.m. to 11 p.m.

1 p.m. to 2 p.m.

4 p.m. thru 7 p.m.

Daily Lock Upon Exiting

Saturday, Holiday

Sunday,**

14. Cays Park Public Restroom,

102 Coronado Cays Blvd.

8 p.m. to 11 p.m.

1 p.m. to 2 p.m.

Daily Lock upon Exiting

Saturday, Sunday, Holiday**

15. Central Beach Restroom, 900

Ocean Blvd.

8 p.m. to 11 p.m.

12 p.m. to 1 p.m.

Daily Lock upon Exiting

Daily

16. North Beach Public Restroom,

300 Ocean Blvd.

8 p.m. to 11 p.m.

12 p.m. to 1 p.m.

Daily Lock upon Exiting

Daily

17. John D. Spreckels Center,

1019 7th St.

8 p.m. to 4 a.m.

8 p.m. to 4 a.m.

Daily Lock upon Exiting

Saturday

*Evidence Room will be scheduled with the facility contact for moping and vacuuming once a week as scheduled

with Police staff.

**Summer Months Only June 1 thru September 1 except for 14. Spreckels Park Public Restroom.

C. ADDITIONAL CLEANING SCHEDULE INFORMATION

In addition to the above provided “MAIN FACILITY CLEANING SERVICE,” the locations

listed below on the schedule for “PUBLIC RESTROOM CLEANING SERVICE” require

continuous cleaning from 8:00 a.m. to 11:00 p.m. during Coronado’s annual Independence Day

parade, fireworks, and other scheduled activities this date.

Three cleaning crews consisting of a man and a woman will be needed for Independence Day.

Crew #1 will be located at Glorietta Bay and will service: 1. City Hall, exterior restrooms; 2.

Community Center, restrooms; 3. Boathouse Club Room, exterior restrooms; 13. Glorietta Bay

Park Public Restrooms; and 9. Tennis Center Restrooms. Crew #2 will be located in the middle

of town and will service: 14. Spreckels Park Public Restrooms; and 5. Police Station, exterior

public restrooms. Crew #3 will be located at the main Coronado beach and will service: 16. Central

Beach Restroom; 17. North Beach Restroom; and the 18. Portable Public Restroom.

In addition to the locations in (a) each of the 3 cleaning crews will have 10 portable toilets in their

work zone to maintain this date for a total of 30 portable restrooms.

Dumpsters will be located at each site this date by the City to assist each of the 3 cleaning crews

in servicing these areas.

City Hall exterior restrooms will additionally be cleaned between 12:00 p.m. and 2:00 p.m. on the

first and third Tuesdays of the month.

14. Spreckels Park Public Restroom, starting the weekend before Memorial Day and continuing

for 18 weekends, service includes continuous cleaning and emptying trash cans in the park for

three hours (4 p.m. to 7 p.m.) on Sundays with scheduled Concerts in the Park event. A dumpster

is provided by the City for this event.

PUBLIC RESTROOM CLEANING SERVICE

LOCATION AREA

1. City Hall, 1825 Strand Way Exterior Public Restroom

3. Boathouse Club Room, 1985 Strand Way Exterior Public Restroom

5. Police Station, 700 Orange Avenue Public Restroom

9. Tennis Center, 1501 Glorietta Blvd. Public Restroom

13. Glorietta Bay Park, 1975 Strand Way Public Restroom

14. Spreckels Park, 603 Orange Avenue Public Restroom

16. Central Beach, 900 Ocean Blvd. Public Restroom

17. North Beach, 300 Ocean Blvd. Public Restroom

18. Portable Public Restroom, South Beach Public Restroom

FACILITY EXTERIOR CLEANING SERVICE

1. City Hall, 1825 Strand Way Patio Area

Glass barrier at Promenade

Daily

Bi-Annual

2. Community Center, 1845 Strand

Way

Patio area

Aquatics Deck area trash and litter removal

Glass barrier at Promenade/Pool glass

barrier

Daily

Daily

Bi-Annual

5. Police Station, 700 Orange

Avenue

Courtyard and all second-floor patio areas Daily

6. Library, 640 Orange Avenue Children’s Courtyard

Plaza

North Side Ramp Railings

Daily

Daily

Quarterly

5. BEST MANAGEMENT PRACTICES

5.1. Do not allow contaminated water or cleaning solution to enter the storm water system.

5.2. Best Management Practices: This work must be in compliance with all current and future

water quality requirements as set out in Coronado’s Municipal Code Title 61 ‘Stormwater and

Urban Run-Off Management and Discharge Control’ and State and Federal requirements.

6. COMPANY EMPLOYEES AND VEHICLES

6.1. Contractor will supply a pool of employees sufficient to meet the agency’s needs.

6.2. Contractor will provide or pay for their employees to wear clean, neat appearing uniforms

that will be worn while working on City premises. Uniforms will consist of a polo shirt or other

collared shirt with name tag and Contractor’s identification and full length work pants.

6.3. Vehicles used will have the Contractor’s name or logo permanently affixed to the front

doors of both passenger and driver’s side.

6.4. Contractor’s vehicles will be clean, orderly and in good working order.

6.5. Contractor and his employees will be courteous and show respect to the public, City

employees and other Contractor employees at all times. Use a friendly voice tone and offer

assistance when necessary.

6.6. Contractors and his employees must successfully complete a criminal record check after

providing the Coronado Police Department two current passport size photos, a completed request

for Live Scan service, a completed Janitorial Application, and a copy of the applicant’s driver

license or Government issued identification.

6.7. The applicant will need to contact the Coronado Police Department at 619-522-7366 to

schedule an appointment to be Live Scanned and have their photo taken for the City-issued

contractor identification card.

6.8. Once the applicant has been live scanned (fingerprinted), the Coronado Police Department

must wait for a response from the Department of Justice.

6.9. The Department of Justice may send the Coronado Police Department a 30-day, 60-day or

90-day delay on the applicant. The City has no control over these delays. This occurs when

applicants have common names, have been previously permitted, or have prior criminal history or

arrest information on file. No applicants will be approved and no issuance of keys, security codes,

or access information for any City facility will be provided by the contractor or the City to the

applicant until all information has been received from the Department of Justice and that applicant

cleared by the City and a City of Coronado contractor identification card issued.

6.10. Contractor will pay the $52 fee for Live Scan for each employee working within City

facilities.

6.11. The employee will be placed on subsequent notification. This requirement allows the

department to receive notification of any arrest subsequent to the Live Scan check.

6.12. Contractor is responsible for their employees’ actions on these sites.

6.13. Contractor will ensure that his employees do not have other “unapproved” personnel

including children in the facilities or in the Contractor’s vehicles outside the facility.

6.14. Contractor will ensure that his employees do not store personal property of any kind in or

on City facilities.

6.15. Contractor will not issue, loan or otherwise allow the procurement of keys, access

information, or codes to anyone, including employees, without first receiving authorization from

the City Representative and without first successfully completing the background check and Live

Scan and submitting said documentation to the City Representative.

2.16. Contracted employees will refrain from making or receiving personal calls during working

hours. Non-emergency calls should be made during breaks or lunch.

7. BUILDING SECURITY

7.1. Report to the City Representative in writing any walls, rooms, carpeting, equipment and

furniture damaged by vandalism, graffiti, stains, water leaks, etc.

7.2. Secure and lock all doors before leaving unoccupied buildings and Public Restrooms.

7.3. Turn off all lights not left on for security reasons as instructed.

7.4. Activate intrusion alarm security systems after completing work and before leaving

buildings.

7.5. Deactivate security systems before entering buildings at the beginning of work as

instructed and where applicable.

7.6. Report in writing to the City Representative security system false alarms activated by

Contractor’s employees or otherwise occurring during janitorial service when no City employee is

present.

7.7. Provide to the City Representative a list of the keys and codes issued to Contractor’s

employees. This list will include employee names, addresses and telephone numbers that these

codes and keys are issued to. Contractor will notify the City Representative of all and any keys or

other pass code information lost by Contractor’s employees.

7.8. Contractor shall not duplicate keys without first receiving written permission from the City

Representative.

7.9. Contractor is responsible for retrieving all City security information from those employees

no longer employed by the Contractor, for whatever reason.

7.10. Contractor will notify the City Representative of any Contractor employee whose

employment has been terminated that has or does have City security information or appurtenances.

7.11. Contractor is responsible for the cost of any re-keying, entry code, or security code changes

needed due to non-retrieval of this security information, keys or appurtenances from their past

employees.

8. CITY HOLIDAY SCHEDULE

The City of Coronado Public offices will be closed in observation of the following holidays.

Cleaning service will continue as per schedule for those locations that receive daily cleanings per

this document. City offices will not be cleaned on these dates:

New Year’s Day (January 1)

Martin Luther King’s Birthday (third Monday in January)

Washington’s Birthday (third Monday in February)

Memorial Day (last Monday in May)

Independence Day (July 4)

Labor Day (first Monday in September)

Columbus Day (second Monday in October)

Veterans’ Day (November 11)

Thanksgiving (fourth Thursday in November)

The day after Thanksgiving (fourth Friday in November)

Christmas Day (December 25)

City of Coronado Community Center, Tennis Center and Boathouse Club Room are closed on

Christmas, Independence Day and Thanksgiving. No cleaning needed for these dates in these

facilities.

5. TASKS

5.1 The Contractor will purchase, supply and replenish all products including, but not limited

to, toilet paper, paper towels, soap, plastic liners etc.

5.2 The Contractor will supply all equipment in good working order including, but not limited

to, janitorial vehicles, cleaning supplies, vacuum cleaners, floor scrubbers, chemicals and all other

cleaning appurtenances.

5.3 Contractor will stock in good order, in the janitorial closet or other provided area at each

facility listed, with the exception of 4. Station 36 Fire Station, two cases of all paper products used

at that facility and two gallons of each chemical product, along with all other cleaning

appurtenances such as, but not limited to, broom, clean mop, bucket, dust pan, fox tail brush, toilet

brush, and other cleaning items. 4. Station 36 Fire Station will not need paper products or

chemical cleaning products stored at that location and storage for these items will not be provided

for Contractor by City.

5.4 Contractor will separate all recyclable material from other refuse and deposit in appropriate

receptacle at each FACILITIES SERVICED location.

5.5 Contractor will leave each facility visually clean having wiped, spot removed, dusted

mopped, vacuumed, emptied or otherwise cleaned each area per this document to the standards

defined within this document, industry standard and City expectation.

5.6 The following is a guideline for cleaning these areas as defined in this document. The

intent of this document and the City of Coronado is to find these areas visually clean, all hard

surfaces sanitized, all fabrics unstained, vacuumed and ready for use upon entry every day. All

areas should smell clean but should not have a bold cleanser smell upon entry.

5.6.1 Restroom, Locker Rooms and First Aid Station Daily Cleaning:

• Restock all supplies so that all dispensers are completely full at the conclusion of each

service.

• Empty trash and sanitary napkin containers, sanitize and install new liner.

• Check for stoppages in toilets and urinals by flushing and observing; use a plunger if

necessary. Notify Public Services at (619) 522-7380 for continued stoppages or any leaks.

• Remove all webs, dust, litter, debris and markings, wipe clean and sanitize all surfaces

including doors, sills, partitions (as needed), walls (as needed), ceilings (as needed),

mirrors, counter tops, tables, benches, chairs, vents, toilets and conventional urinals, etc.

This includes, but is not limited to, wads of paper stuck on ceilings, tape, graffiti, etc.

• Clean with the approved degreaser, scrub brushing discolored areas of built up deposits,

all hard-surfaced floors that are not waxed or otherwise sealed with water-based sealants.

Rinse, mop or squeegee to minimize cleanser buildup and a non-slip surface.

• Clean all waxed, or otherwise sealed with a water-based sealant, floors to remove all visible

cleanser buildup, soil, filth or other discoloring.

• Clean all vinyl and laminate flooring with the approved no-rinse cleaner for all vinyl floors.

• Clean, sanitize and remove all soap build-up, mildew, visible filth and discoloring from all

tile surfaces, grouts, sinks, shower stalls, shower doors and curtains.

• Dump at least 1 quart of mop bucket used cleaning solution into the floor drain when

applicable.

• Waterless urinals will be wiped clean after applying manufacturer approved cleaner. No

other cleaning materials or fluids, including clean water, will be dumped or applied to these

urinals.

5.6.2 Kitchen, Prep Kitchen, Catering Kitchen, Break Rooms, Concessions, Snack Bar and

Lunch Room Area Daily Cleaning:

• These areas must meet or exceed County of San Diego health standards each and every

cleaning.

• Restock all supplies so that all dispensers are completely full at the conclusion of each

service.

• Empty trash and containers, sanitize and install new liner.

• Remove all webs, dust, litter, debris and markings, wipe clean and sanitize all surfaces

including doors, sills, partitions (as needed), walls (as needed), tables, ceilings (as needed),

cabinets, chairs, vents, microwaves, toaster oven, range top, oven, coffee machine, sinks,

dishwasher, refrigerator exterior surfaces, etc.

• Clean with the approved degreaser, scrub brushing discolored areas of built up deposits,

all hard-surfaced floors that are not waxed or otherwise sealed with water-based sealants.

Rinse, mop or squeegee to minimize cleanser buildup and a non-slip surface.

• Spot clean all carpeted floors, fabric-covered furniture, windows and other areas

periodically cleaned with a City-approved fabric or carpet spot cleaner.

• Spot clean all windows and other areas periodically cleaned.

• Clean all vinyl and laminate flooring with the approved no-rinse cleaner for all vinyl floors.

• Vacuum all carpeted floors and other fabric-covered furniture.

• Clean all waxed, or otherwise sealed with a water-based sealant, floors to remove all visible

cleanser staining, soil and filth buildup or other discoloring.

• Clean, sanitize and remove all soap build-up, visible filth and discoloring from all tile

surfaces, sinks and other areas.

• Dump at least 1 quart of mop bucket used cleaning solution into the floor drain when

applicable.

5.6.3 Kitchen and Lunch Room Area Weekly (Friday Night) Cleaning:

• Remove all uneaten food and unlabeled containers from the refrigerator, wipe clean and

sanitize all interior surfaces. Leave all condiments undisturbed such as, but not limited to,

mayonnaise, ketchup, hot sauce, salad dressing, butter, etc.

• This cleaning does not apply to the Community Center snack bar refrigeration, Library, or

Lifeguard kitchen/lunchroom facilities.

5.6.4 Club Rooms, Reception Areas, Halls, Lobby Areas, Great Room Areas, Copy Rooms,

Vestibule, Play House, Box Office, Dressing Rooms, Fitness Rooms, Children’s Rooms,

Gymnasium, Dance Studio, Office Areas, Dispatch Areas and Interior Equipment Staging

Areas, Reading Areas, Conference Rooms, Hallways, Courtyards, Plazas, Patios Daily

Cleaning:

• Restock all supplies so that all dispensers are completely full at the conclusion of each

service.

• Empty trash and containers, sanitize and install new liner.

• Remove all webs, dust, litter and debris and markings, wipe clean and sanitize all surfaces

including doors, sills, partitions (as needed), walls (as needed), light fixtures, cabinets,

chairs, sound equipment, vents, tables, shelves (where they are clear of materials), desks

(where they are clear of papers), etc.

• Wipe all natural wood surfaces with furniture polish.

• Clean all travertine and other natural stone with a City-approved cleaner.

• Clean with the approved degreaser, scrub brushing discolored areas of built up deposits,

all hard-surfaced floors that are not waxed or otherwise sealed with water based sealants.

Rinse, mop or squeegee to minimize cleanser buildup and a non-slip surface.

• Sweep all interior areas as needed.

• Blow and/or sweep all exterior areas as needed.

• Clean all waxed, or otherwise sealed with a water-based sealant, floors to remove all visible

cleanser staining, soil and filth buildup or other discoloring.

• Clean, sanitize and remove all soap build-up, visible filth and discoloring from all tile

surfaces and grouts, sinks, counters, epoxy flooring, and other areas.

• Clean all vinyl and laminate flooring with the approved no-rinse cleaner for all vinyl floors.

• Dump at least 1 quart of mop bucket used cleaning solution into the floor drain when

applicable.

• Spot clean all carpeted floors, fabric-covered furniture, windows and other areas

periodically cleaned with a City-approved fabric or carpet spot cleaner.

• Vacuum all carpeted floors and other fabric-covered furniture.

5.6.5 Window Cleaning.

• All interior windows up to and including 8’ from the floor will be spot cleaned for smudges,

hand prints or other markings daily.

• All exterior windows up to and including 8’ from the floor, patio, walkway or landscaping

will be spot cleaned for smudges, hand prints, bird droppings, plant sap, or other markings

daily.

• All interior and exterior windows up to and including 8’ from the floor, patio, walkway or

landscaping will be cleaned monthly.

• All other windows that cannot be reached for adequate cleaning without the aid of ladder

or lift device will be cleaned yearly.

• Lifeguard facilities windows (11. & 12.) will be cleaned weekly. These windows must be

hosed off prior to cleaning to remove sand. These windows must be cleaned as approved

by lifeguard staff to prevent scratching.

• All Library exterior side of windows will be cleaned up to and including 8’ from interior

floor monthly.

• All Library exterior window ledges will be cleaned and wiped clear of all deposits on a

quarterly basis.

• Promenade Walk way glass behind City Hall and Community Center, including the pool

glass is to be cleaned bi-annually.

5.6.6 Carpet Cleaning by Hot Water Extraction.

• All carpeted areas and fabric-covered furniture will be cleaned by hot water extraction once

a year with the exception of the carpeted areas and fabric-covered furniture defined below.

Any additional cleaning outside of what is defined in this document will be done by service

adjustment that has been agreed upon by both parties.

• Community Center event areas such as the Nautilus Room, Playhouse, Hallways and

Lobby areas will be cleaned in this manner 12 times a year. This cleaning schedule will

be approved through the Recreation Supervisor.

• Library. All carpeted areas and fabric-covered furniture will be cleaned two times a year.

This cleaning schedule will be approved through the General Services Supervisor or

designee.

• City Hall. All carpeted areas will be cleaned two times a year. This cleaning schedule will

be approved through the General Service Supervisor or designee.

5.6.7 Floor deep cleaning.

• Floors that are not carpeted will be stripped and sealed twice per year. If yellowing or

other discoloration is evident in the floor sealant, Contractor is required to clean as

necessary as often as necessary.

5.6.8 High level cleaning (all areas above 8 ft.)

• High level areas in the City Hall, Library, Lifeguard Tower, John D. Spreckels Center and

Community Center where ceiling tiles, drywall or other low ceiling types do not exist or

are high enough that these areas are not cleaned daily will be cleaned annually or as

requested by special cleaning outside of the annual cycle.

• All lights, pipes, vents, beams and other building appurtenances that collect dust, mold or

other filth in open occupied areas whether seen or hidden from view of the occupants will

be externally cleaned, eradicated and sanitized.

5.6.9 Janitorial Cleaning Log.

• Each of the FACILITIES SERVICED shall have the Contractor-provided janitorial

cleaning log. This log will be filled out by the Contractor’s employee before existing the

facility site, each visit.

• The janitorial cleaning log has an area for notes and comments. All alarm soundings,

graffiti, pest control needs, security issues, damage to property, and areas left not serviced

will be noted in this comments area.

• All notations in the area for notes and comments will be relayed within 24 hours to the City

Representative by e-mail.

5.6.10 Trash/Recycling

• All trash/recycling receptacles will be serviced/emptied, cleaned with liners changed by

the Contractor when that area is serviced/cleaned as per schedule.

• All trash/recycling receptacles in the Police Station underground parking garage will be

serviced/emptied, cleaned with liners and changed daily.

• The Contractor will deliver the Tennis Center trash/recycling receptacles to the curbside

pick-up location on the morning of, or night before, pick-up. The Contractor will return

trash/recycling receptacles to their location the following night or morning of the next

service.

6. SERVICE ADJUSTMENTS

6.1 The City reserves the right to increase or decrease the services as needed. Services and

fees for new facilities shall be added at the average rate per square foot for a comparable facility

at the time of the addition. Such changes will be according to the terms and conditions of said bid

specification and will be done through a duly authorized change notice to the master agreement

for regular service and by City-approved proposal for event or special cleanings.

7. SITE INSPECTION AND REPORTING

Report immediately by telephone (during regular working hours (619) 522-7380, after hours issues

call Coronado Police Department dispatch at (619) 522-7350 issues that may require immediate

action. For emergencies call 911.

Incidents of injury, damage or potential hazards to the public, end users or employees.

Running water

Sewer backups

Report immediately by e-mail issues such as, but not limited to:

• Public nuisances

• Work performance delays

• Repairs needed

• Dripping water

• Non-emergency electrical issues such as, but not limited to, outlets without power or entire

buildings without power.

• Lost and found articles

• Deliver any lost and found article from the Library to the Library Administrative Secretary

that date.

• Deliver any lost and found article from the Community Center, Tennis Center or Boathouse

Club Room to that facility’s service desk that date.

• Deliver any lost and found article from other facilities within 24 hours to the City of

Coronado Public Services front counter at 101 B Avenue with the exception of wallets,

watches, jewelry and phones. Turn those items in to the City of Coronado Police

Department at 700 Orange Avenue, within 24 hours.

8. PAYMENTS

Invoices will be submitted to:

City of Coronado

Public Services and Engineering Dept.

101 B Avenue

Coronado, California 92118

Attn: Accounting Technician

8.1 Contractor will submit a monthly payment invoice listing each of the FACILITIES

SERVICED and each individual invoice amount.

8.2 If the City determines that there are deficiencies in the performance of this contract, the

Contractor will be notified both verbally and in writing each time service requirements are found

to be unsatisfactory and corrective action is necessary. Should the Contractor fail to correct any

deficiencies within 2 hours, the City may exercise the following measures:

8.3 Deduct from the Contractor’s payment the amount necessary to correct the deficiency.

Withhold the entire or partial payment.

Utilize City forces or alternate source to correct the deficiency and deduct from the Contractor’s

payment the total cost, including City overhead.

9. PRODUCTS

9.1 Contractor will maintain an adequate inventory of janitorial supplies and products

sufficient to meet the agency’s needs.

9.2 Contractor will replenish on each service date all products used in that facility. At the end

of each service, each location will have extra supplies of two cases of toilet tissue and paper hand

towels, an ample supply of each additional paper product, two cans of each spray product

applicable, two gallons of each floor cleaning chemical product used at that facility, two gallons

of liquid hand cleaner, two gallons of window cleaner, two gallons of sanitizer, and all other

cleaning appurtenances in good condition such as, but not limited to, broom, clean mop, bucket

and wringer, dust pan, fox tail brush, toilet brush, and other cleaning items.

9.3 Some sites have limited storage capability. It is the contractor’s responsibility to supply,

provide and store products for the service of these areas in a manner that serves the City best at

the discretion of the City Representative.

9.4 With the above exception all other products will be stored off site. No items other than

those shown will be stored in the City facility.

9.5 All products will meet or exceed the City’s specifications.

9.6 All products proposed for use by the Contractor on any site covered by this contract will

first be approved through the submittal process as defined within this document. The City will not

pay any additional costs for Contractor requested substitutions when the City listed approved

products are still available. The City reserves the right to approve or disapprove any product.

9.7 All products will be removed from boxes and stowed neatly on shelves and racks for easy

access and inventory.

9.8 Contractor will provide the City with MSDS information on all product submittals.

9.9 Contractor is responsible for providing MSDS information to their employees.

9.10 PREVIOUSLY USED PRODUCTS LIST

DESCRIPTION SUPPLIER ITEM CODE

1. Toilet Tissue - 250 tissue 2ply Padre 16000142case

2. Toilet Tissue - Optima Jumbo Roll Tissue Padre 80420

3. Waxie-Green White 2 Ply Bath Tissue 80x600 Waxie 851243

4. Clean & Soft Wht 2-Ply Jr Jumbo Roll Bath Tissue 12 x 1000 Waxie 851177

5. Paper Hand Towels - 270 Towel Wht. Multifold Padre 16004blccase

6. Paper Hand Towels - Towel wht Roll Padre 160086blcase

7. Clean & Soft Wht Univer-Sal Roll Towels 12 x 600ft Waxie 850572

8. Toilet Seat Cover Import Seat Covers Padre 53500020case

9. Waxie Seat Covers - 20 Packs of 250/CS (Case Only) Waxie 851830

10. Hand Soap - Padre Pink Lotion Soap Padre 13020203gal

11. Lan-O-Tone Lotion Soap with almond fragrance 4/Gal Waxie 380254

12. Glass Cleaner

Champion Spray on, Vista Cleer, Chase Glass Cleaner

Padre 08000050can

13. Waxie Green Glass & Surface Cleaner Waxie 950101

14. Chase Glass Cleaner Padre 08000050can

15. Stainless Steel Cleaner - Champion Spray on, Chase S. Steel

Polish

Padre 08000841can

16. Vinyl Floor Cleaner - Prevail, 1-Step Neutral Cleaner METROFL

OOR

PR-VICL-QT

17. Pine Strike Bac Disinfectant Padre 13011063Gal

18. Urinal Deodorized Block Padre 31002012

19. Waterless Urinal Cleaner - Falcon Water free Foaming Housing

Cleaner

F02171C

20. Trash Can Liners 40” x 46” 1.5 mil. Padre Cl404618

21. Trash Can Liners 33x39 1.1 mil LL CLR Padre Cl333911case

22. Sanitary Napkin Receptacle Bags - 6141 waxed bags for wall

mount receptacle

Padre 57614100case

23. Waxed Paper Liners For Wall Unit- 250 Per Case Waxie 820715

24. Industrial Degreaser - FaciliPro All Purpose Waxie 5414640

25. Floor Sealant and Cleaner Suitable for Limestone - HMK Stone

Care System

26. Bathroom Tile Cleaner - Liquid Scouring Compound

Enzymatic Luster Crème

Waxie 030310

DESCRIPTION SUPPLIER ITEM CODE

27. Tampons Waxie 820320

28. Hard Surface Sanitizer - Sani-Shield 3-in-1 Surface Care Waxie 170601

29. Disinfectant (Public Restroom, Animal Control)

WX Germicidal Ultra Bleach

Waxie 170016

10. EQUIPMENT

10.1 Contractor will supply and maintain all tools and equipment in good and proper working

condition, such as clean mops, brooms, bucket and wringers, carts, dust pans, dusters, vacuum

cleaners, janitorial vehicles, cleaning supplies and chemicals, and secure an adequate inventory of

all janitorial supplies and products.

10.2 All equipment provided by the Contractor will be of commercial grade.

10.3 Contractor will supply each facility two mops, a “clean mop” for kitchens, lunchrooms,

prep areas, etc. and another mop for all other areas and incidental cleanups.

10.4 “Clean mops” will be marked so that employees of the City as well as Contractor’s

employees can easily recognize these tools as clean.

10.5 Contractor will replace all mops as needed to ensure adequate, sanitary cleaning.

10.6 All equipment stored on site at a City facility will be stored neat and orderly. All Janitors

closets will be stowed in such a way that City employees can easily find what is needed, during

their work shift, without moving other items except for the janitorial cart. All stored mops, brooms,

dust pans, and other cleaning appurtenances will always be either hung or shelved neatly.

10.7 Any shelf units needed for the storage of the supplies as described in this document at any

facility listed is subject to the approval process in 11) SUBMITTALS. Once approved, the shelf

unit will be installed by the City. Upon installation, the shelf unit is then the property of the City

of Coronado.

10.8 Any rack systems needed for storage of other janitorial equipment as described in this

document at any facility listed is subject to the approval process in 11) SUBMITTALS and 10.7

10.9 Any chemical dispensing unit/equipment and appurtenances that the Contractor finds

critical to his operation is subject to the approval process in 11) SUBMITTALS. Purchase,

assembly and installation will be done, contracted or coordinated by the Contractor at his expense

and under the direction of City staff. This is not a reimbursable item.

11. SUBMITTALS

11.1 All materials and consumable products are subject to prior approval by the City’s

Representative. Contractor will provide submittals for the following items to the City’s

Representative for approval. All materials and consumable products used at these project sites

will be subject to prior approval through this submittal application process. No materials will be

accepted for use on this project without prior approval, in writing. All submittals will have the

appropriate MSDS attached for City review.

11.2 Any Contractor-requested replacements for the items listed in “PRE-APPROVED

PRODUCTS” are subject to this approval process.

12. QUALITY ASSURANCE

12.2 Contractor is responsible for training, supervising, equipping, checking work quality,

ensuring adherence to schedule, and all other management issues involved with his

employees. Quality control is the responsibility of the Contractor.

12.2 Contractor will regularly check janitorial closets and storage areas for orderly storage.

12.3 Contractor will notify the City Representative in writing of any conditions or events as

defined in this document.

13. FACILITY CONTACTS*

LOCATION CONTACT TELEPHONE and E-MAIL

1. City Hall, 1825 Strand Way Eddie Torres 619 522 7319

[email protected]

2. Community Center, 1845 Strand Way

8. Recreation Cottage, 1971 Strand Way

9. Tennis Center, 1501 Glorietta Blvd.

Orlando Vales

Orlando Vales

Phil Fitzgerald

619 522 2457

[email protected]

619 522 2439

[email protected]

3. Boathouse Club Room Orlando Vales 619 522 2459

[email protected]

4. Station 36 Fire Station, 1001 Sixth St.

Jayson Summers 619 522 7377

[email protected]

5. Police Station, 700 Orange Avenue Mitch McKay 619 522 2445

[email protected]

6. Library, 640 Orange Avenue Elizabeth Skelly 619 522 2475

[email protected]

11. Lifeguard Tower, 930 Ocean Blvd.

12. Lifeguard Headquarters Facility, 900 Ocean Blvd.

Sean Carey

619 522 7346

[email protected]

7. Public Services, 101 B Avenue

13. Glorietta Bay Park Public Restroom, 1975 Strand Way

14. Spreckels Park Public Restroom, 603 Orange Avenue

15. Cays Park Public Restroom, 102 Coronado Cays Blvd.

16. Central Beach Restroom, 900 Ocean Blvd.

17. North Beach Public Restroom, 300 Ocean Blvd.

Ian Lasley*

619 522 7389

[email protected]

*All written communication from the Contractor to contacts of the individual facilities will be carbon

copied to the City Representative.

14. FACILITY SIZE AND PAST FISCAL YEAR (2019/20) CONTRACT

EXPENDITURES

14.1 Facility size includes areas not included for service in this contract. Field verify all

measurements.

14.2 The City of Coronado has no tracking record for products purchased by the previous

Contractor.

14.3 Contractor is responsible for providing all products for cleaning, and personal distribution

for all existing dispensers including, but not limited to, paper, soap and cleansers, in any restroom,

janitorial closet and for general public use as currently managed in all areas defined within this

document.

14.4 No additional funding to the Contractor will be considered by the City for product currently

provided within these facilities.

14.5 The expenditures below are an accurate representation of what the City spent in support of

these facilities.

14.6 The expenditures do not reflect all paper products and all other products purchased by the

City and used at these facilities.

LOCATION

SQUARE

FEET

MONTHLY

EXPENDITURES

IN

FY 2019-20

1. City Hall, 1825 Strand Way 17,974 $3,607.00

2. Community Center, 1845 Strand Way 38,495 $7,363.00

3. Boat House Club Room, 1985 Strand Way 3,200 860.00

4. Station 36 Fire Station, 1001 Sixth Street 1,800 $736.00

5. Police Station, 700 Orange Avenue 28,400 $5,145.00

6. Library, 640 Orange Avenue 38,705 $7,479.00

7. Public Services Administration Building, 101 B Ave. 7,308 $1,560.00

8. Recreation Cottage, 1971 Strand Way 620 $571.00

9. Tennis Center, 1501 Glorietta Blvd. 2747 $813.00

10. Lifeguard Tower, 930 Ocean Blvd. 1258 $682.00

11. Lifeguard Headquarters Facility, 900 Ocean Blvd. 2574 $760.00

12. Glorietta Bay Park Public Restroom, 1975 Strand Way 320 $670.00

13. Spreckels Park Public Restroom, 603 Orange Avenue 648 $3,636.00

14. Cays Park Public Restroom, 102 Coronado Cays Blvd. 490 $920.00

15. Central Beach Restroom, 900 Ocean Blvd. 1228 $1,215.00

16. North Beach Public Restroom, 300 Ocean Blvd. 740 $1039.00

17. John D. Spreckels Center, 1019 Seventh Street 9010 4,933.00

15. TEMPORARY COVID 19 PORTER SERVICES

General

1. Services listed under COVID 19 porter service are deemed as temporary services

requested by the City.

2. City reserves the right to cancel porter service for COVID 19 at any time.

3. City reserves the right to add or deduct locations of services.

4. Contractor shall list all locations separately on monthly billing invoice.

Custodial Work Practices

1. Disinfectant shall be use in the form of a wipe down or spray technic at public restrooms,

public lobby’s, public seating and tables, public counters, gym equipment (Community

Center), doors, faucets, hand dryers, water fountains, toilet flush handles, restroom

partition doors, doors and handles, ADA door push buttons, public computer area

(Community Development) at site locations listed below.

2. Disinfection alcohol solutions shall contain at least 70% alcohol, and most common

EPA-registered household disinfectants should be effective per CDC. Contractor to

provide submittals of disinfectant product to City for approval. Contractor shall submit a

submittal for disinfectant approval by City.

3. Day porter service shall take place at City facilities listed below at the following times.

(Public Restrooms require a different service schedule, see item 6.)

a. 10 am-11:30 am

b. 2:00 pm-3:30 pm

4. The following areas of staff work areas shall be addressed during the overnight standard

cleaning with disinfectant spray at ALL serviced City facilities.

a. Keyboards, mouse and desk phones.

b. All doors in workspaces and restrooms.

c. Desktops and drawers.

d. Kitchen and breakroom counter tops, tables/chairs, doors, faucets, appliances and

countertops.

5. All areas in Item 1 shall take place at the standard contracted overnight cleaning at the

below locations of service in addition to the porter service.

6. All public restroom locations shall be serviced seven (7) days a week, every (2) two

hours.

a. Hours of public restroom porter services are 8a.m.- 4p.m.

b. Porter service is to take place every two (2) hours at each public restroom

c. Contractor shall sign check list noting time of service.

7. Disinfectant shall be use in the form of a wipe down or spray technic at public restrooms,

sinks, public seating and tables, public counters, doors, faucets, hand dryers, water

fountains, toilet flush handles, restroom partition doors, doors and handles, ADA door

push buttons or any surfaces regularly touched by the public.

Porter Service Locations and Service Frequency:

Location Mon-Fri Saturday Sunday

John D. Spreckels Center (JDSC) am/pm N/A N/A

Community Center am/pm N/A N/A

Library am/pm am/pm

Police Department Lobby am/pm N/A N/A

City Hall/ Council Chambers nightly am/pm N/A N/A

North Beach Restroom am/pm am/pm am/pm

Central Beach Public Restroom am/pm am/pm am/pm

City Hall Exterior Public Restroom am/pm am/pm am/pm

Spreckels Park Public Restroom am/pm am/pm am/pm

Glorietta Bay Park Public Restroom am/pm am/pm am/pm

Cays Park Public Restroom am/pm am/pm am/pm

VI. GENERAL CONDITIONS:

1. All work shall be subject to the inspection and approval by the Project Coordinator

or his/her designee at the site prior to acceptance and approval for payment.

2. Workers shall be courteous to the public and CITY staff utilizing the facilities, and

shall be responsive only to the request of the Project Coordinator, and shall direct

all inquiries or requests to the Project Coordinator. Exception: If the specific

request involves public safety or security of the specific facility, CONTRACTOR

shall immediately comply with the request.

IN ADDITION TO THE SPECIFICATIONS, THE FOLLOWING SHALL APPLY:

VII. TERMS AND CONDITIONS:

1. Payment: Payment shall be net 30 days after receipt of an undisputed invoice

subject to routine processing requirements. The responsibility for providing an

acceptable invoice rests with the CONTRACTOR.

2. Invoicing: Invoices shall be submitted no sooner than the first day of the service

month being invoiced. CONTRACTOR shall mail an invoice to the following

address:

Accounting Technician

Public Services & Engineering Department

City of Coronado

101 B Avenue

Coronado, California 92118

Invoices shall be subject to the routine processing requirements of the CITY’S

Department of Administrative Services.

3. Authorized Work: Payment shall only be made to the CONTRACTOR for work

authorized by this AGREEMENT.

4. Default: In case of default by the CONTRACTOR, the CITY may procure the

service from other sources and may deduct costs from the unpaid balance due the

CONTRACTOR. The prices paid by the CITY shall be the prevailing market price

at the time such purchase is made. This is in addition to any other remedies

available at law or in equity.

5. Change of Ownership: CONTRACTOR agrees that if there is a change in

ownership prior to completion of this AGREEMENT, the new owners will be

required under terms of sale assume this AGREEMENT and complete it to the

satisfaction of the CITY. The CITY reserves the right to approve a change in

ownership.

6. CONTRACTOR Work Hours and Safety Standards: The CONTRACTOR

shall ensure compliance with all safety and hourly requirements for employees, in

accordance with Federal, State, and local safety and health regulations and laws.

Equipment operation will be in compliance with the CITY’s noise ordinance.

7. Material Safety Data Sheets: CONTRACTOR is required to provide Material

Safety Data Sheet (MSDS) for any hazardous substances used as required by the

California State Labor Code, Sections 6382 and 6390, and the Health and Safety

Code of the California Administrative Code. MSDS sheets for each item shall be

sent to:

Capital Projects Manager

Public Services & Engineering Department

City of Coronado

1825 Strand Way

Coronado, California 92118

8. Patent/Copyright Materials: Unless otherwise expressly provided in this

AGREEMENT, CONTRACTOR shall be solely responsible for clearing the right

to use any patented or copyrighted materials in the performance of this

AGREEMENT.

9. Declared Emergency Purchasing: In the event of an emergency or where the

CITY is declared a disaster area by the County, State or Federal Government, this

AGREEMENT may be subjected to unusual usage. CONTRACTOR shall service

the CITY during an emergency or declared disaster under the same terms and

conditions that apply during non-disaster circumstances. The pricing quoted within

shall apply to servicing the CITY’S needs regardless of the circumstances.

10. Terms and Conditions: The only terms and conditions that will be applicable to

the interpretation of this AGREEMENT are those issued by the Contract Officer.

The CONTRACTOR acknowledges that he has read and agrees to all terms and

conditions.

ATTACHMENT D

FEE SCHEDULE/GENERAL INFORMATION

In compliance with the REQUEST FOR BIDS, the undersigned hereby agrees to furnish all labor,

materials, equipment and supervision to perform the proposed services that are described in the

below listed enclosures; and to do so in strict accordance with the provisions of this

AGREEMENT.

BASE BID

Base

Overhead (__%)

Profit Margin

Total

III. LABOR PRICING: Please provide per hour labor pricing for the following activities:

ACTIVITY PER HOUR COST

Labor, Hourly Rate During Regular Working Hours $

Labor, Hourly Rate After Regular Working Hours $

ATTACHMENT E

LIST OF SUBCONTRACTORS/SUBCONTRACTORS Listed below are any and all subcontractors that the PROPOSER plans to employ under this AGREEMENT. No change is allowed without the prior approval of the Contract Officer.

NAME ADDRESS PHONE DIR PW#

License# $ Value

I hereby certify that I have read and examined Sections 3700 and 3800 of the State Labor Code. I am aware of, and will comply with, Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workers Compensation or to undertake self-insurance before commencing any of the work. I further certify that if I should contract or subcontract with any person, including a firm or company, to do all or any part of the work for which this BID covers, I shall assure compliance by that contractor or subcontractor with Sections 3700 and 3800 of the State Labor Code. PROPOSER NAME: ________________________________ ________________________________________________ _____________________

SIGNATURE Date ________________________________________________________________________

NAME AND TITLE (PRINTED)

ATTACHMENT F

“A POLLUTION PREVENTION GUIDE FOR THE CONSTRUCTION INDUSTRY”

BROCHURE

I certify that I have read, understand and will comply with the procedures described in “A Pollution

Prevention Guide for the Construction Industry” brochure located in the attached web address:

https://www.coronado.ca.us/UserFiles/Servers/Server_746006/File/government/departments/pub

lic%20services/stormwater/pollution%20prevention/1204577156_34118.pdf

CONTRACTOR NAME: ___________________________________________________

SIGNATURE DATE

________________________________________________________________________

NAME AND TITLE (PRINTED)

26

ATTACHMENT G

NON-COLLUSION declaration

[Contract No.]

State of California )

) ss.

County of __________________)

I, ______________________________________________, the undersigned, declare:

(Name of Bidder’s Principal)

I am the _______________________________________ of

(Title)

___________________________________________, the party making the foregoing bid.

(Name of Bidder)

I further declare that in compliance with Public Contract Code section 7106: the bid is not made in the

interest of, or on behalf of, any undisclosed person, partnership, company, association, organization,

or corporation; the bid is genuine and not collusive or sham; the bidder has not directly or indirectly

induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly

colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that

anyone shall refrain from bidding; the bidder has not in any manner, directly or indirectly, sought by

agreement, communication, or conference with anyone to fix the bid price of the bidder or any other

bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or

to secure any advantage against the public body awarding the contract of anyone interested in the

proposed contract; all statements contained in the bid are true; and the bidder has not, directly or

indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged

information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership,

company association, organization, bid depository, or to any member or agent thereof to effectuate a

collusive or sham bid.

I hereby represent and warrant that I have full power to execute, and do execute, this declaration on

behalf of the bidder.

I declare under penalty of perjury under the laws of the State of California that the foregoing is true

and correct and that this declaration was executed at _____________, California on this ___________

day of _____________________, 20____.

________________________________________________

Signature of Bidder

Subscribed and sworn to before me on the ___________ day of _____________________, 20____.

(NOTARY SEAL)

________________________________________________

Signature of Notary

ATTACHMENT H

STATE PREVAILING WAGE RATES

State Prevailing Wage Rates: This project is a “public work” in accordance with Labor Code §1720,

et seq. It is the sole responsibility of the Contractor to ensure that all workers employed in the execution

of the contract are paid the correct prevailing wage rate of wages. Contractor is required to comply

with California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815, which are

incorporated by reference, and the Contractor agrees to comply with all the above-referenced

provisions and any other statutes or regulations as may be applicable to the performance of its work on

this project. Specifically, the Contractor agrees to:

a. Pay all workers not less than the general prevailing rate of per diem wages for work of similar

character in the locality in which the public work is performed.

b. Pay all workers not less than the general prevailing rate of per diem wages for holiday and for

overtime work that exceeds 8 hours in one day and 40 hours in one week.

c. Adhere to the compliance measures outlined in Labor Code 1775(b) for any subcontractor that

the Contractor chooses to use on this project.

d. Maintain payroll records as required.

e. Comply with all apprenticeship requirements pursuant to Labor Code 1777.5.

Not less than the State general prevailing wages, as determined by the Director of the Department of

Industrial Relations shall be paid by the Contractor and its subcontractors to all workers employed on

the project, as applicable. The statutory provisions for penalties for failure to pay prevailing wages and

for failure to comply with state’s wage and hour laws will be enforced.

The City has obtained from the Director of the Department of Industrial Relations said Director’s

General Prevailing Wage Determinations for the locality in which the work is to be performed. Said

determinations are on file and available for review online at the Department of Industrial Relations’

website located at: http://www.dir.ca.gov/DLSR/PWD.

SB 854 Notice: City of Coronado public works projects are subject to compliance monitoring and

enforcement by the Department of Industrial Relations (DIR) in accordance with Labor Code Section

1771.4(a)(l). As part of this program, Contractors and Subcontractors on Public Works Projects are

required to be registered with DIR in accordance with Labor Code Section 1725.5. Unregistered

contractors are not qualified to bid on, be listed in a bid, listed as a Subcontractor, or engage in the

performance of any Public Works Contract, all as more particularly described in Labor Code Section

1771.1(a). The City of Coronado has no duty to accept a bid or enter into a contract without proof of

the contractor’s current registration pursuant to Labor Code Section 1771.1(b). The prime Contractor

shall be required to post the job site with all notices required by regulations per Labor Code Section

1771.4(a)(2), whether or not the City also posts.

Labor Code Compliance: Contractor shall comply with the provisions of the Labor Code requiring the

payment of prevailing wages on public works, commencing with Section 1720. In accordance with

Labor Code, Section 1775, the Contractor shall forfeit an amount, as determined by the Labor

Commissioner, for each worker paid less than the applicable prevailing wage rate for the work or craft

in which that worker is employed for any work done under Contract by Contractor or by any

Subcontractor. Contractor agrees to pay the difference between the prevailing wage rate and amount

paid to each worker in accordance with Labor Code, Section 1775(a)(2)(E).

Pursuant to Labor Code, Section 1770, the Director of the Department of Industrial Relations has

ascertained the general prevailing rate of per diem wages and a general prevailing rate for legal holiday

and overtime work for each craft required for execution of the Contract. In accordance with Labor

Code, Section 1773.2, copies of the prevailing rate of per diem wages are on file and can be viewed

during normal business hours at Coronado City Hall, located at 1825 Strand Way, Coronado, CA

92118. Contractor shall post a copy of the applicable prevailing wage rates at the job site.

Wage rates set forth are the minimum that may be paid by the Contractor. Nothing herein shall be

construed as preventing the Contractor from paying more than the minimum rates set. No extra

compensation whatsoever will be allowed by the City due to the inability of the Contractor to hire labor

at minimum rates, nor for necessity for payment by the Contractor of subsistence, travel time, overtime,

or other added compensations, all of which possibilities are elements to be considered and ascertained

to the Contractor’s own satisfaction in preparing its Bid.

If it becomes necessary to employ crafts other than those listed in the General Prevailing Wage Rate,

the Contractor shall obtain a wage rate determination. The rates thus determined shall be applicable as

minimum from the time of initial employment. Contractor shall be responsible for paying the

applicable rate.

The Contractor and each Subcontractor shall keep and make available accurate payroll records in

accordance with Labor Code, Section 1771.4(a)(3) and Section 1776. The record shall contain the

names, addresses, social security numbers, work classifications, straight time, and overtime hours

worked each day and week, and the actual per diem wages paid to each journeyman, apprentice,

worker, or other employee employed by the Contractor and/or Subcontractor in connection with the

Work. Payroll records shall be certified and shall be on forms provided by the Division of Labor

Standards Enforcement, or shall contain the same information as those forms. Upon written request by

the City, the Contractor’s and Subcontractor’s certified payroll records shall be furnished within 10

days. The Contractor’s and Subcontractor’s certified payroll records shall be available for inspection

at the principal office of the Contractor.

Apprentices: The Contractor and each subcontractor shall comply with the requirements of Labor Code

Section 1777.5, and any related regulations regarding the employment of registered apprentices.

Properly registered apprentices shall be employed in the execution of the Work at the ratios required,

but in no case shall the ratio be less than one hour of apprentice work for every five hours of

journeyman work. Every apprentice shall be paid the standard wage paid to apprentices under the

regulations of the craft or trade at which the apprentice is employed, and shall be employed only at the

work of the craft or trade to which the apprentice is registered. The Contractor shall be responsible for

compliance with Labor Code Section 1777.5 for all apprenticeable occupations.

In signing this agreement, Contractor certifies as follows:

“I hereby certify that I have read and examined Sections 3700 and 3800 of the California Labor Code.

I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be

insured against liability for workers’ compensation or to undertake self-insurance before commencing

any of the work. I further certify that if I should consult, contract, or subcontract with any person,

firm, or company to do all or any part of the work for which this agreement covers, I shall assure

compliance by Contractor with Sections 3700 and 3800 of the State Labor Code. I further certify that

all Contractors (both primary and subcontractors) are registered with the State of California

Department of Industrial Relations in compliance with Labor Code Section 1725.5.”