Loading...
HomeMy WebLinkAbout4.4 - 3015 Contract Amendments for Tri Valley Janitori Page 1 of 3 STAFF REPORT CITY COUNCIL DATE: January 14, 2020 TO: Honorable Mayor and City Councilmembers FROM: Linda Smith, City Manager SUBJECT: Amendment to the Agreements with Tri-Valley Janitorial Service and Supply Inc. and Advanced Integrated Pest Management Prepared by: Dean McDonald/P.W. Maintenance Superintendent EXECUTIVE SUMMARY: The City Council will consider amending the agreements with Tri-Valley Janitorial Service and Supply Inc. and Advanced Integrated Pest Management to increase the areas of service to include Parks Reserve Forces Training Area (Camp Parks) facilities. These amendments are implementation measures of the Intergovernmental Support Agreement for Municipal Services. STAFF RECOMMENDATION: Adopt the Resolution Approving Amendments to the Contract Services Agreements with Tri-Valley Janitorial Services and Supply Inc. and Advanced Integrated Pest Management, and approve the budget change. FINANCIAL IMPACT: Approval of the amendments to the agreements for janitorial a nd pest control services will have no impact on the General Fund. The amendments will increase the not-to- exceed compensation for these services for the remaining contract terms as follows: Contractor Current Compensation Amended Compensation $ Increase Contract Term Tri-Valley Janitorial Services and Supply Inc. $1,100,220 $1,524,215 $423,995 7/1/18 - 6/30/21 Advanced Integrated Pest Management $40,020 $141,727 $101,707 7/1/19 - 6/30/22 Total $1,140,240 $1,665,942 $525,702 The combined expenditure increase for the remainder of the two contract terms is $525,702. The combined increase for Fiscal Year 2019-20 is $152,358, which requires approval of a budget change. Future year expenditures and revenues will be incorporated in appropriate fiscal year budget requests. Page 2 of 3 The increase in expenditure will be offset by reimbursement for these services from the U.S. Army in accordance with the Intergovernmental Support Agreement for Municipal Services (IGSA). The IGSA includes a provision for the City to charge a fee to cover the City’s administrative costs in managing these services. DESCRIPTION: On December 3, 2019, the City Council approved the Intergovernmental Support Agreement (IGSA) with the U.S. Army Garrison Fort Hunter Liggett for Municipal Services. The IGSA provides for a partnership between the City of Dublin and the U.S. Army whereby the City provides services on Parks Reserve Forces Training Area (Camp Parks) and the U.S. Army pays the City for these services, including an administrative fee to cover the costs of City oversight and management o f service vendors. For the City to provide the janitorial and pest management services included in the IGSA, the existing service agreements need to be amended to include Camp Parks facilities and to increase the total compensation payable for the service s. During development of the IGSA, Camp Parks staff and City staff jointly met and conferred with both Tri-Valley Janitorial Services and Supply Inc. (TVJ) and Advanced Integrated Pest Management (IPM) to ensure that they would be able to increase the scope of their work to include Camp Parks facilities. The proposed amendments to the Contractor Services Agreements with TVJ and IPM are needed for the City to provide these contract services on Camp Parks. The attached budget change covers increased costs for the current fiscal year. STRATEGIC PLAN INITIATIVE: Strategy 1 - Assure the City’s long-term financial sustainability. Strategic Objective 1.b - Explore operational efficiencies in delivering service with other public agencies. Strategy 3 - Pursue efforts to help strengthen the City’s infrastructure and technology. Strategic Objective 3.a - Work to establish a Public-Public Partnership with Parks Reserve Forces Training Area (RFTA) Maintenance. NOTICING REQUIREMENTS/PUBLIC OUTREACH: None. ATTACHMENTS: 1. Resolution Approving Amendments to Contract Services Agrmts with Tri Valley Jan - Advanced IPM 2. Exhibit A to the Resolution - Amendment 1 to Contract Services Agreement with Tri- Valley Janitorial Services 3. Exhibit B to the Resolution - Amendment 2 to Contract Services Agreement with Advanced Integrated Pest Management 4. Contract Services Agreement with Tri-Valley Janitorial 5. Contract Services Agreement with Advanced Integrated Pest Management Page 3 of 3 6. Amendment 1 to Contract Services Agreement with Advanced Integrated Pest Management 7. Budget Change Form RESOLUTION NO. XX- 20 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN ********* APPROVING AMENDMENTS TO THE CONTRACT SERVICES AGREEMENTS WITH TRI-VALLEY JANITORIAL SERVICES AND SUPPLY INC. AND ADVANCED INTEGRATED PEST MANAGEMENT WHEREAS, on December 3, 2019, the City of Dublin (hereinafter referred to as “CITY”) and the U.S. ARMY entered into an Intergovernmental Support Agreement (hereinafter referred to as the “IGSA”) for Municipal Services which include janitorial services and pest management services; and WHEREAS, the CITY has Contract Services Agreements with Tri-Valley Janitorial Services and Supply Inc. and Advanced Integrated Pest Management (hereinafter collectively referred to as “CONTRACTORS”) to provide janitorial services and pest management services at CITY facilities; and WHERAS, the CITY and CONTRACTORS now wish to amend their current agreements to include the IGSA services at facilities on Parks Reserve Forces Training Area. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve Amendment 1 to the Contract Services Agreement with Tri- Valley Janitorial Services and Supply Inc. and does hereby approve Amendment 2 to the Contract Services Agreement with Advanced Integrated Pest Management, as attached hereto as Exhibit “A” and Exhibit “B” to this Resolution. BE IT FURTHER RESOLVED that the City Manager is authorized to execute the Amendments, and make any non-substantive amendments, as necessary, to carry out the intent of this Resolution. PASSED, APPROVED AND ADOPTED this 14th day of January, 2020, by the following vote: AYES: NOES: ABSENT: ABSTAIN: ________________________________ Mayor ATTEST: _______________________________________ City Clerk AMENDMENT #1 TO CONTRACTOR SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND TRI-VALLEY JANITORIAL SERVICE AND SUPPLY INC WHEREAS, on July 1, zwo, the City of Dublin (hereinafter referred to as "CITY") and Tri4alley Service and Supply Inc (hereinafter referred to as "CONTRACTOR") entered into a Contractor Services Agreement for janitorial services and supplies (hereinafter referred to as the "AGREEMENT"); and WHEREAS, the existing AGREEMENT has a Not to Exceed amount of $1,100,220, and WHEREAS, the CITY and CONTRACTOR now wish to amend the Agreement to increase the Not to Exceed amount to $1,524,215.00, modifying Sections 2 and 10.10 of the Agreement. NOW THEREFORE, for good and valuable consideration, the sufficiency of which is hereby acknowledged, the AGREEMENT is amended as follows: 1) Section 2 COMPENSATION. shall be rescinded in its entirety and replaced with the following: COMPENSATION. City hereby agrees to pay Contractor a sum not to exceed $115241215.00 (ONE MILLION FIVE HUNDRED TWENTY-FOUR THOUSAND TWO HUNDRED FIFTEEN DOLLARS), notwithstanding any contrary indications that may be contained in Contractor's proposal, for services to be performed under this Agreement. In the event of a conflict between this Agreement and Contractor's proposal, regarding the amount of compensation, the Agreement shall prevail. City shall pay Contractor for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from the City to Contractor for services rendered pursuant to this agreement. Contractor shall submit all invoices to the City in the manner specified herein. Except as specifically authorized by City, Contractor shall not bill City for duplicate services performed by more than one person. Contractor and City acknowledge and agree that compensation paid by City to Contractor under this Agreement is based upon Contractor's costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Contractor. Consequently, the parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Contractor and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2) Section 10.10 Integration shall be rescinded in its entirety and replaced with the following: Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, B-SUPPLEMENTAL and C, represents the entire and integrated agreement between City and Contractor and supersedes all prior negotiations, representations, or agreements, either written or oral. 3) Except to the extent inconsistent with this First Amendment, the Parties ratify and confirm all the terms and conditions of the AGREEMENT. 4) The individuals executing this Amendment and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Amendment. SIGNATURES ON FOLLOWING PAGE IN WITNESS WHEREOF, the parties hereto have caused this First Amendment to be executed as of the date and year first above written. CITY OF DUBLIN Dated: ATTEST: By: Caroline Soto, City Clerk By: Linda Smith, City Manager TRI-VALLEY JANITORIAL SERVICE AND SUPPLY INC Amy G President EXHIBIT B-SUPPLEMENTAL Compensation Schedule Janitorial Services - Camp Parks Reserve Forces Training Area Item Monthly Cost Annual Cost Parks Reserve Forces Training Area Approximately 125,000 square feet of cleanable office and training areas $169522900 $1987264.00 Tile floor maintenance $3,875.00 $465500200 Total Janitorial Services $205397.00 $244,764.00 $0.45 per sq ft for the and carpet initial cleaning Extra Work: Rate for scheduled extra work at $29.75 per hour for a minimum of 4 hours for special events or cleaning requests. Janitorial Supplies -Camp Parks Reserve Forces Training Area Est Qty Cases Prod uct/Descri tion Quantity per Case Case Price Annual Cost 250 Toilet Tissue, 2-ply, 500 sheets/roll 80/500 $ 33.75 $ 81437050 650 1 Multifold Towels, bleached 16/250 $ 21.76 $ 14,144.00 120 40 x 48" or 40" x 46" Trash Liners, 1.8 mil or better 125 $ 36.50 $ 41380000 140 33" x 39" Trash Liners, 1.8 mil or better 150 $ 38.03 $ 5,324.20 100 24 x 23" Trash Liners (wastebasket liners) 0.4 mil or better 500 $ 22.73 $ 2,273.00 60 40" x 46" Clear Trash Liners, 1.7 mil or better 150 $ 36.26 $ 2,175.60 60 33" x 39" Clear Trash Liners, 1.2 mil or better 250 $ 39.67 $ 21380,20 60 33" x 39" Clear Trash Liners, 1.2 mil or better 500 $ 18.39 $ 1,103040 80 Toilet Seat Protectors 5000 $ 37.82 $ 3,025.60 200 Pink Hand Soap 6 al/case 4 gal $ 23.73 $ 4,746.00 20 Sanitary Napkin Receptacle Liners Approx. 7 1 /2" x 3 3/4" x 10 1 /2" 500 $ 16.53 $ 330.60 Total Janitorial Supplies $ 48,320.10 Please note, reimbursable expenses are built into rates as identified above. Contractor shall notify City of any proposed increases to costs no later than 60 days prior to a new Fiscal Year (July 1 — June 30). Any changes to costs shall be approved in writing by the Public Works Maintenance Superintendent, or their designee. Any such annual increase shall be calculated based on the Consumer Price Index for All Urban Consumers (CPI-U) and shall not exceed 3%. rY19/20 rY20/21 Total Janitorial Services $101,985 $252,107 $354,092 Janitorial Supplies $203133 $4%770 $69,903 Totals $1223118 $3013877 $4239995 Invoices shall be submitted electronically to: pwinvoices@dublin.ca.gov no more than once monthly and as work is completed. AM ENDMENT #2 TO CONTRACTOR SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND ADVANCED INTEGRATED PEST MANAGEMENT WHEREAS, on July 1, 2019, the City of Dublin (hereinafter referred to as "CITY") and Advanced Integrated Pest Management (hereinafter referred to as "CONTRACTOR") entered into a Contractor Services Agreement for pest control services (hereinafter referred to as the “AGREEMENT”); and WHEREAS, on November 12, 2019 the Parties entered into Amendment 1 to increase the Not to Exceed amount to $40,020.00, and WHEREAS, the existing AGREEMENT has a Not to Exceed amount of $40,020.00, and WHEREAS, the CITY and CONTRACTOR now wish to amend the Agreement to increase the Not to Exceed amount to $141,727.00, modifying Sections 2 and 10.10 of the Agreement. NOW THEREFORE, for good and valuable consideration, the sufficiency of which is hereby acknowledged, the AGREEMENT is amended as follows: 1) Section 2 COMPENSATION. shall be rescinded in its entirety and replaced with the following: COMPENSATION. City hereby agrees to pay Contractor a sum not to exceed (ONE HUNDRED FORTY-ONE THOUSAND SEVEN HUNDRED TWENTY-SEVEN DOLLARS) ($141,727.00), notwithstanding any contrary indications that may be contained in Contractor’s proposal, for services to be performed under this Agreement. In the event of a conflict between this Agreement and Contractor’s proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Contractor for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from the City to Contractor for services rendered pursuant to this agreement. Contractor shall submit all invoices to the City in the manner specified herein. Except as specifically authorized by City, Contractor shall not bill City for duplicate services performed by more than one person. Contractor and City acknowledge and agree that compensation paid by City to Contractor under this Agreement is based upon Contractor’s costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Contractor. Consequently, the parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Contractor and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2) Section 10.10 Integration shall be rescinded in its entirety and replaced with the following: Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B-Revised and C, represents the entire and integrated agreement between City and Contractor and supersedes all prior negotiations, representations, or agreements, either written or oral. 3) Except to the extent inconsistent with this Second Amendment, the Parties ratify and confirm all the terms and conditions of the AGREEMENT. 4) The individuals executing this Amendment and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Amendment. SIGNATURES ON FOLLOWING PAGE IN WITNESS WHEREOF, the parties hereto have caused this Second Amendment to be executed as of the date and year first above written. CITY OF DUBLIN Dated: ________________ By: _____________________________ Linda Smith, City Manager ATTEST: By: Caroline Soto, City Clerk ADVANCED INTEGRATED PEST MANAGEMENT Dated: By: _____________________________ Bruce Romani, President 12/31/19 EXHIBIT B-REVISED Compensation Schedule City Facilities Site# Facility Floors Interior Building Exterior Building Frequency Total Monthly Rate Total Annual Rate 1 City Hall 100 Civic Plaza 2 X X Monthly $105 $1,260 2 Library 200 Civic Plaza 1 X X Monthly $75 $900 3 Public Safety Complex 6363 Clark Avenue 1 X X Monthly $105 $1,260 4 Shannon Center 11600 Shannon Avenue 1 X X Monthly $75 $900 5 Senior Center 7600 Amador Valley Boulevard 1 X X Monthly $75 $900 6 Heritage Park & Museum (Old St. Raymond Church & Schoolhouse) 6600 Donlon Way 1 X X Monthly $70 $840 7 Historic Park (Kolb House) 6600 Donlon Way 1 X X Monthly $60 $720 8 The WAVE 4201 Central Parkway 1 X X Monthly $125 $1,500 9 City Corporation Yard 5709 Scarlett Court 1 X X Monthly $75 $900 10 Fire Station 16 7494 Donohue Drive 1 X X Monthly $60 $720 11 Fire Station 17 6700 Madigan Drive 1 X X Monthly $60 $720 12 Fire Station 18 4800 Fallon Road 1 X X Monthly $60 $720 City Facilities Total: $945 $11,340 Camp Parks Reserve Training Forces Area (RFTA) Facilities Site# Facility Floors Interior Building Exterior Building Frequency Monthly Total Yearly Total 150 Warehouse 2 X Upon Request $40 $480 162 Warehouse 1 X Upon Request $40 $480 171 Warehouse 1 X Upon Request $40 $480 275 Visitor Center 1 X X Weekly $25 $300 277 Guard Shack 1 X X Weekly $25 $300 278 Guard Shack 1 X X Weekly $25 $300 Site# Facility Floors Interior Building Exterior Building Frequency Monthly Total Yearly Total 282 Guard Shack 1 X X Weekly $25 $300 300 Administrative 2 X X Monthly $25 $600 301 Administrative 2 X X Monthly $50 $600 302 Administrative 2 X X Monthly $50 $600 303 Fitness Center 2 X X Weekly $60 $720 304 Administrative 2 X X Monthly $50 $600 306 Administrative 2 X X Monthly $50 $600 309 Storage 1 X Monthly $40 $480 310 Administrative 2 X Monthly $50 $600 311 Administrative 1 X X Weekly $50 $600 312 Administrative 1 X X Weekly $50 $600 313 Warehouse 1 X Monthly $40 $480 320 Administrative 2 X Monthly $50 $600 321 Administrative 2 X Monthly $50 $600 330 Administrative 2 X Upon Request $50 $600 332 Dining Facility 3 X X Weekly $100 $1,200 334 Warehouse 1 X Monthly $40 $480 342 Storage 1 X Monthly $40 $480 350 Administrative 1 X X Weekly $50 $600 360 Barracks 2 X X Weekly $50 $600 361 Barracks 2 X X Weekly $50 $600 362 Barracks 2 X X Weekly $50 $600 363 Barracks 2 X X Weekly $50 $600 364 Barracks 2 X X Weekly $50 $600 373 Administrative 2 X X Weekly $50 $600 387 Container Storage 1 X Upon Request $30 $360 388 Container Storage 1 X Upon Request $30 $360 389 Container Storage 1 X Upon Request $30 $360 390 Barracks 2 X X Monthly $50 $600 391 Barracks 2 X X Monthly $50 $600 392 Barracks 2 X X Monthly $50 $600 393 Barracks 2 X X Monthly $50 $600 394 Barracks 2 X X Monthly $50 $600 398 Laundry Facility 1 X X Weekly $50 $600 490 Vehicle Maintenance 1 X X Weekly $40 $480 494 Warehouse 1 X X Weekly $40 $480 495 Admin/Storage 1 X Upon Request $50 $600 510 Administrative 2 X X Weekly $50 $600 Site# Facility Floors Interior Building Exterior Building Frequency Monthly Total Yearly Total 511 Storage 1 X Upon Request $40 $480 512 Storage 1 X Monthly $40 $480 514 Administrative 1 X X Weekly $50 $600 515 Storage 1 X Monthly $40 $480 516 Vehicle Maintenance 1 X Monthly $40 $480 517 Administration 2 X X Weekly $50 $600 521 Administration/Rally 1 X X Weekly $50 $600 522 Storage 1 X Upon Request $40 $480 610 Administrative 1 X X Weekly $50 $600 612 Storage 1 X Upon Request $40 $480 620 Administrative 1 X X Weekly $50 $600 628 Admin/Toilet 1 X Upon Request $50 $600 635 NEC Node 1 X Upon Request $40 $480 650 Administrative 2 X X Monthly $50 $600 659 Administrative 3 X X Weekly $300 $600 665 Admin/Storage 1 X X Monthly $50 $600 677 Administrative 1 X X Monthly $50 $600 685 Warehouse/Storage 1 X X Monthly $50 $600 791 Admin/Shops 1 X X Weekly $40 $480 1192 Access Control 1 X Upon Request $50 $600 1195 Range OPS/Storage 1 X Upon Request $50 $600 1206 Administrative 1 X Upon Request $50 $600 1209 Administrative 1 X Upon Request $50 $600 1211 Administrative 1 X Upon Request $50 $600 0396A Baseball Dugout (R) 1 X Upon Request $25 $300 0396B Baseball Dugout (L) 1 X Upon Request $25 $300 J1210 Administrative 1 X Upon Request $50 $600 MISC Curbs 1 X Bimonthly $25 $300 MISC Gravel Areas 1 X Bimonthly $25 $300 R0EST Administrative 1 X Upon Request $480 $600 R396C Baseball (Booth) 1 X Upon Request $25 $300 TR490 Showers 1 X Upon Request $25 $300 Camp Parks RFTA Total $3,380 $40,560 Please note, reimbursable expenses are built into rates as identified above. Contractor shall notify City of any proposed increases to costs no later than 60 days prior to a new Fiscal Year (July 1 – June 30). Any changes to costs shall be approved in writing by the Public Works Maintenance Superintendent, or their designee. Any such annual increase shall be calculated based on the Consumer Price Index for All Urban Consumers (CPI-U) and shall not exceed 3%. Year 1 Year 2 Year 3 Total City Facilities $11,340 $11,340 $11,340 $34,020 Camp Parks RFTA $16,900 $41,777 $43,030 $101,707 Contingency $2,000 $2,000 $2,000 $6,000 Totals $30,240 $55,117 $56,370 $141,727 Invoices shall be submitted electronically to: pwinvoices@dublin.ca.gov no more than once monthly and as work is completed. 000 244 CONTRACT SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND TRI- VALLEY JANITORIAL SERVICE AND SUPPLY INC THIS AGREEMENT for contract services is made by and between the City of Dublin City ") and Tri- Valley Janitorial Service and Supply Inc. ( "Contractor ") as of July 1, 2018. Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the date first noted above and shall end on June 30, 2021, the date of completion specified in Exhibit A, and Contractor shall complete the work described in Exhibit A prior to that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Contractor to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as provided for in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month -to -month basis for up to 6 months upon the written consent of the Contractor and the City Manager, provided that; a) sufficient funds have been appropriated for such purpose, and b) the price charged by the Contractor for the provision of the services described in Exhibit A does not increase. None of the foregoing shall affect the City's right to terminate the Agreement, as provided for in Section 8. 1.2 Standard of Performance. Contractor shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Contractor is engaged in the geographical area in which Contractor practices its profession. Contractor shall prepare all work products required by this Agreement in a substantial, first -class manner and shall conform to the standards of quality normally observed by a person practicing in Contractor's profession. 1.3 Assignment of Personnel. Contractor shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Contractor shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Contractor shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Section 1.1 above and to satisfy Contractor's obligations hereunder. Section 2. COMPENSATION. City hereby agrees to pay Contractor a sum not to exceed 1,100,000, notwithstanding any contrary indications that may be contained in Contractor's proposal, for services to be performed under this Agreement. In the event of a conflict between this Agreement and Contractor's proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Contractor for services rendered Contract Services Agreement between July 1, 2018 City of Dublin and Tri - Valley Janitorial Service and Supply Inc. Page 1 of 13 Agreement Version 1 -2018 pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Contractor for services rendered pursuant to this Agreement. Contractor shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City, Contractor shall not bill City for duplicate services performed by more than one person. Contractor and City acknowledge and agree that compensation paid by City to Contractor under this Agreement is based upon Contractor's costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Contractor. Consequently, the parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and /or annuities to which Contractor and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Contractor shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services incurred prior to the invoice date. No individual performing work under this Contract shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his /her designee. Invoices shall contain the following information: The dates of service provided at each facility; Location of each service; Daily logs of total hours worked by each individual performing work under this Contract o Hours must be logged in increments of tenths of an hour or quarter hours o If this Contract covers multiple projects, all hours must also be logged by project assignment o A brief description of the work The Contractor's signature. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Contractor. 2.3 Total Payment. City shall pay for the services to be rendered by Contractor pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Contractor in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Contractor submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.4 Hourly Fees. Fees for work performed by Contractor on an hourly basis shall not exceed the amounts shown on the fee schedule set forth on the compensation schedule attached as Exhibit B. Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc. Page 2 of 13 Agreement Version 1 -2018 2.5 Payment of Taxes. Contractor is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.6 Payment upon Termination. In the event that the City or Contractor terminates this Agreement pursuant to Section 8, the City shall compensate the Contractor for all outstanding costs incurred for work satisfactorily completed as of the date of written notice of termination. Contractor shall maintain adequate logs and timesheets in order to verify costs incurred to that date. 2.7 Authorization to Perform Services. The Contractor is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Contractor shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Contractor only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Contractor's use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long- distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before beginning any work under this Agreement, Contractor, at its own cost and expense, shall procure "occurrence coverage" insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Contractor and its agents, representatives, employees, and subcontractors. Contractor shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects to the City. Contractor shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Contractor's bid. Contractor shall not allow any subcontractor to commence work on any subcontract until Contractor has obtained all insurance required herein for the subcontractor(s) and provided evidence thereof to City. Verification of the required insurance shall be submitted and made part of this Agreement prior to execution. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and /or limits shall be available to City as an additional insured. Furthermore, the requirements for coverage and limits shall be (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. The additional insured coverage under the Contractor's policy shall be "primary and non - contributory" and will not seek contribution from City's insurance or self- insurance and shall be at least as broad as CG 20 01 04 12. In the Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc. Page 3 of 13 Agreement Versfon 1 -2018 event Contractor fails to maintain coverage as required by this Agreement, City at its sole discretion may purchase the coverage required and the cost will be paid by Contractor. Failure to exercise this right shall not constitute a waiver of right to exercise later. Each insurance policy shall include an endorsement providing that it shall not be cancelled, changed, or allowed to lapse without at least thirty (30) days' prior written notice to City of such cancellation, change, or lapse. 4.1 Workers' Compensation. Contractor shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Contractor. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than ONE MILLION DOLLARS 1,000,000.00) per accident. In the alternative, Contractor may rely on a self - insurance program to meet those requirements, but only if the program of self - insurance complies fully with the provisions of the California Labor Code. Determination of whether a self- insurance program meets the standards of the Labor Code shall be solely in the discretion of the Contract Administrator. The insurer, if insurance is provided, or the Contractor, if a program of self- insurance is provided, shall waive all rights of subrogation against the City and its officers, officials, employees, and volunteers for loss arising from work performed under this Agreement. An endorsement shall state that coverage shall not be canceled except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Contractor shall notify City within 14 days of notification from Contractor's insurer if such coverage is suspended, voided or reduced in coverage or in limits. 4.2 Commercial General and Automobile Liabilitv Insurance. 4.2.1 General requirements. Contractor, at its own cost and expense, shall maintain commercial general and automobile liability insurance for the term of this Agreement in an amount not less than ONE MILLION DOLLARS ($1,000,000.00) per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non -owned automobiles. 4.2.2 Minimum scope of coveraae. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001 Code 1 ( "any auto "). Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc. Page 4 of 13 Agreement Version 1 -2018 4.2.3 Additional requirements. Each of the following shall be included in the insurance coverage or added as an endorsement to the policy: a. City and its officers, employees, agents, and volunteers shall be covered as additional insureds with respect to each of the following: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied, or used by Contractor; and automobiles owned, leased, or used by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City or its officers, employees, agents, or volunteers. b. The insurance shall cover on an occurrence or an accident basis, and not on a claims -made basis. C. An endorsement must state that coverage is primary insurance with respect to the City and its officers, officials, employees and volunteers, and that no insurance or self- insurance maintained by the City shall be called upon to contribute to a loss under the coverage. d. Any failure of Contractor to comply with reporting provisions of the policy shall not affect coverage provided to City and its officers, employees, agents, and volunteers. e. An endorsement shall state that coverage shall not be canceled except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Contractor shall notify City within 14 days of notification from Contractor's insurer if such coverage is suspended, voided or reduced in coverage or in limits. 4.3 [INTENTIONALLY DELETED] 4.4 All Policies Requirements. 4.4.1 Acceptability of insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of coverage. Prior to beginning any work under this Agreement, Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required herein. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The City reserves the right to require complete, certified copies of all required insurance policies and endorsements. Failure to exercise this right shall not constitute a waiver of right to exercise later. Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc. Page 5 of 13 Agreement Version 1 -2018 4.4.3 Subcontractors. Contractor agrees to include with all subcontractors in their subcontract the same requirements and provisions of this Agreement including the Indemnification and Insurance requirements to the extent they apply to the scope of the Subcontractor's work. Subcontractors hired by Contractor agree to be bound to Contractor and the City in the same manner and to the same extent as Contractor is bound to the City under the Contract Documents. Subcontractor further agrees to include these same provisions with any Sub - subcontractor. A copy of the Owner Contract Document Indemnity and Insurance provisions will be furnished to the Subcontractor upon request. The General Contractor shall require all subcontractors to provide a valid certificate of insurance and the required endorsements included in the agreement prior to commencement of any work and will provide proof of compliance to the City. 4.4.4 Variation. The City may approve a variation in the foregoing insurance requirements, upon a determination that the coverages, scope, limits, and forms of such insurance are either not commercially available, or that the City's interests are otherwise fully protected. 4.4.5 Deductibles and Self- Insured Retentions. All self- insured retentions SIR) and /or deductibles must be disclosed to the City for approval and shall not reduce the limits of liability. Policies containing any self- insured retention provision and /or deductibles shall provide or be endorsed to provide that the SIR and /or deductibles may be satisfied by either the named insured or the City. 4.4.6 Excess Insurance. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non - contributory basis for the benefit of City (if agreed to in a written contract or agreement) before City's own insurance or self - insurance shall be called upon to protect City as a named insured. 4.4.7 Other Requirements. It shall be a requirement under this agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and /or limits shall be (1) the minimum coverage and limits specified in this Agreement; or 2) the broader coverage and maximum limits of coverage of any insurance policy. 4.4.8 Notice of Reduction in Coveraae. In the event that any coverage required by this section is reduced, limited, or materially affected in any other manner, Contractor shall provide written notice to City at Contractor's earliest possible opportunity and in no case later than five days after Contractor is notified of the change in coverage. Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc. Page 6 of 13 Agreement Version 1 -2018 4.5 Remedies. In addition to any other remedies City may have if Contractor fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Contractor's breach: Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; Order Contractor to stop work under this Agreement or withhold any payment that becomes due to Contractor hereunder, or both stop work and withhold any payment, until Contractor demonstrates compliance with the requirements hereof; and /or Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT'S RESPONSIBILITIES. To the maximum extent allowed by law, Contractor shall indemnify, keep and save harmless the City, and City Councilmembers, officers, agents and employees against any and all suits, claims or actions arising out of any injury to persons or property, including death, that may occur, or that may be alleged to have occurred, in the course of the performance of this Agreement by a negligent act or omission or wrongful misconduct of the Contractor or its employees, subcontractors or agents. Contractor further agrees to defend any and all such actions, suits or claims and pay all charges of attorneys and all other costs and expenses arising therefrom or incurred in connection therewith; and if any judgment be rendered against the City or any of the other individuals enumerated above in any such action, Contractor shall, at its expense, satisfy and discharge the same. Contractor's responsibility for such defense and indemnity obligations shall survive the termination or completion of this Agreement for the full period of time allowed by law. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement. In the event that Contractor or any employee, agent, or subcontractor of Contractor providing services under this Agreement is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of City, Contractor shall indemnify, defend, and hold harmless City for the payment of any employee and /or employer contributions for PERS benefits on behalf of Contractor or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Contractor /Subcontractor's responsibility for such defense and indemnity obligations shall survive the termination or completion of this Agreement for the full period of time allowed by law. Section 6. STATUS OF CONTRACTOR. 6.1 Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and shall not be an employee of City. City shall have the right to control Contractor only insofar as the results of Contractor's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subparagraph 1.3; however, otherwise City shall not have Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc. Page 7 of 13 Agreement Version 1 -2018 the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Contractor and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and /or employee contributions for PERS benefits. 6.2 Contractor No Agent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Contractor and any subcontractors shall comply with all laws applicable to the performance of the work hereunder. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Contractor and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Contractor represents and warrants to City that Contractor and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Contractor represents and warrants to City that Contractor and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Contractor and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Egual Opportunity. Contractor shall not discriminate, on the basis of a person's race, religion, color, national origin, age, physical or mental handicap or disability, medical condition, marital status, sex, or sexual orientation, against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Contractor under this Agreement. Contractor shall comply with all applicable federal, state, and local laws, policies, rules, and requirements related to equal opportunity and nondiscrimination in employment, contracting, and the provision of any services that are the subject of this Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc. Page 8 of 13 Agreement Version 1 -2018 Agreement, including but not limited to the satisfaction of any positive obligations required of Contractor thereby. Contractor shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Contractor. Contractor may cancel this Agreement upon 30 days' written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Contractor shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Contractor delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Contractor or prepared by or for Contractor or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Contractor understands and agrees that, if City grants such an extension, City shall have no obligation to provide Contractor with compensation beyond the maximum amount provided for in this Agreement. 8.3 Amendments. The parties may amend this Agreement only by a writing signed by all the parties. 8.4 Assionment and Subcontracting. City and Contractor recognize and agree that this Agreement contemplates personal performance by Contractor and is based upon a determination of Contractor's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Contractor. Contractor may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Contractor shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Contractor shall survive the termination of this Agreement. 8.6 Options upon Breach by Contractor. If Contractor materially breaches any of the terms of this Agreement, City's remedies shall include, but not be limited to, the following: Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc. Page 9 of 13 Agreement Version 1 -2018 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Contractor pursuant to this Agreement; 8.6.3 Retain a different contractor to complete the work described in Exhibit A not finished by Contractor; or 8.6.4 Charge Contractor the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Contractor pursuant to Section 2 if Contractor had completed the work. Section 9. MISCELLANEOUS PROVISIONS. 9.1 Attorneys' Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 9.2 Venue. In the event that either party brings any action against the other under this Agreement, the parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 9.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 9.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 9.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the parties. 9.6 Use of Recycled Products. Contractor shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 9.7 Conflict of Interest. Contractor may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Contractor in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 of seq. Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc. Page 10 of 13 Agreement Version 1 -2018 Contractor shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Sections 1090 et seq. Contractor hereby warrants that it is not now, nor has it been in the previous twelve (12) months, an employee, agent, appointee, or official of the City. If Contractor was an employee, agent, appointee, or official of the City in the previous twelve months, Contractor warrants that it did not participate in any manner in the forming of this Agreement. Contractor understands that, if this Agreement is made in violation of Government Code §1090 et. seq., the entire Agreement is void and Contractor will not be entitled to any compensation for services performed pursuant to this Agreement, and Contractor will be required to reimburse the City for any sums paid to the Contractor. Contractor understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of Government Code § 1090 and, if applicable, will be disqualified from holding public office in the State of California. Principals and those performing work for City of Dublin may be required to submit a California Fair Political Practices Commission (FPPC) Form 700: Statement of Economic Interests documenting potential financial conflicts of interest. For additional information, proposers should refer to the FPPC website at www.fi)i)c.ca.-gov/index.phi)?id=500. 9.8 Solicitation. Contractor agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 9.9 Contract Administration. This Agreement shall be administered by the City Manager ( "Contract Administrator'). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 9.10 Notices. Any written notice to Consultant shall be sent to: Tri- Valley Janitorial Service and Supply Inc Amy Giamona 313 Earhart Way Livermore, CA 94551 Any written notice to City shall be sent to: City of Dublin Public Works Manager 100 Civic Plaza Dublin, CA 94568 Contract Services Agreement between July 1, 2018 City of Dublin and Tri - Valley Janitorial Service and Supply Inc. Page 11 of 13 Agreement Version 1 -2018 9.11 Intearation. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibit A, and including the compensation schedule attached hereto and incorporated herein as Exhibit B, represents the entire and integrated agreement between City and Contractor and supersedes all prior negotiations, representations, or agreements, either written or oral. Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc. Page 12 of 13 Agreement Version 1 -2018 CITY O BLIN h ' topher L. Foss, City M nager Attest: Caroline Soto, City Clerk Approved as to Form Jo akker, City Attorney CONTRACT i Ahfy Gia a, President Tri -Valle Janitorial Service and Supply Inc. Contract Services Agreement between July 1, 2018 City of Dublin and Tri - Valley Janitorial Service and Supply Inc. Page 13 of 13 Agreement Version 1 -2018 EXHIBIT A SCOPE OF SERVICES SECTION 1 — GENERAL SERVICE PROVISIONS A. Work Schedule - Janitorial services shall be provided up to seven (7) days per week at the time specified for each location. General cleaning shall be performed between the hours of 5:00 PM and 5:00 AM. The available time schedules for individual facilities are set forth in Attachments 1 through 9 of this Exhibit A. The City reserves the right, with one (1) week's advance notice, to change schedules. Contractor shall provide twenty - four (24) hour emergency response, if requested, and shall respond to City within four 4) hours of request for emergency services. Contractor shall provide a specific monthly schedule of all monthly, quarterly and semiannual services by building, giving specific dates. The schedule for the first two (2) months shall be provided at least five (5) days prior to the first day of the Agreement term as set forth in Section 1.1. The schedule for the third month, and all subsequent months, shall be provided with each monthly invoice, and the invoices will not be paid if not accompanied by a cleaning schedule. Such monthly, quarterly and annual cleaning services shall be provided on the day stated on the monthly cleaning schedule; and if such work requires more than one (1) day to conclude, Contractor must complete the work on successive days. Contractor may request a change to this cleaning schedule with seven (7) days' advance notice. B. Holidays - The following twelve (12) days are City holidays on which Contractor may need to provide service. All City facilities are dynamic due to their programmed use; and some locations will require service on holidays, as provided below. Independence Day Labor Day Veterans Day Thanksgiving Day after Thanksgiving Christmas Eve Christmas Day New Year's Eve New Year's Day Martin Luther King, Jr.'s Birthday Presidents Day Memorial Day Buildings that may require service during holidays are listed below. The Contract Administrator or Facility Manager will provide a schedule of which buildings will require holiday service thirty (30) days' prior to each holiday. Police Wing /Civic Center (Operates 24 hours /7 days per week Public Library (Possible holiday services) Senior Center (Possible holiday services) Shannon Community Center (Possible holiday services) Dublin Heritage Center Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services Wave Aquatic Center Dublin Heritage Park and Museum Corporation Yard Public Safety Complex (Opening September 2019) C. Supplies and Equipment Contractor shall furnish and keep in good working order all necessary tools, equipment and supplies, including, but not limited to, waxes, soaps, cleaners, mops, brooms, buffers, ladders, hoses, vacuum cleaners, etc. The Contract Administrator, Facility Manager, or his /her designee, must approve all supplies and /or equipment prior to their use under this Agreement. Any non - complying equipment or supplies shall be changed out immediately at the request of the Contract Administrator, Facility Manager or his /her designee. Janitorial closets located in City facilities may be used by Contractor and shall be kept clean and free of debris and odor at all times. All supplies and equipment stored in any City janitorial closet shall be stored in a neat and orderly manner and in such a way as to prevent injury to City staff, the public, or Contractor's employees. Contractor's on -site supervisor shall maintain an equipment inventory, and a copy shall be given to the Facility Manager's designee, upon request. Unless otherwise agreed by the City in writing, cleaning products shall meet the appropriate Green Seal Standard for that type of product; e.g., GS -37, GS-40, etc. Further information regarding environmental or Green Seal products can be found at http:// www. greenseal .orct /findaproduct/index.cfm. 2. Contractor shall provide the following products for use at City locations: toilet paper; paper towels; toilet seat covers; trash can liners; liquid hand soap; and feminine sanitary supplies. City shall also provide at its expense all utilities, including lights, power and water. Contractor shall stock and refill all restroom dispensers, as outlined in the applicable section(s) of this Exhibit A, (Janitorial Cleaning Specifications — Master List, #9 Restrooms, Locker Rooms, Dressing Rooms and Showers. D. Supervision 1. Contractor shall provide a supervisor or lead custodian who shall be present during all scheduled cleaning hours and special work assignments at a City facility. This individual shall speak, read, write, and understand English. All direction given to Contractor's supervisor shall be as binding as if given to Contractor. 2. Monthly janitorial supervisor's reports shall be prepared and submitted to Contract Administrator, Facility Manager, or his /her designee, noting any building deficiencies needing correction. Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services 3. While performing work under this Agreement, Contractor's supervisor shall carry a cell phone and pager by which City staff shall be able to communicate with him /her. Other janitorial staff, at a minimum, should carry pagers and may use City phones designated by the Contractor Administrator, Facility Manager, or his /her designee, to respond to work - related issues. 4. Contractor shall provide a list of all Contractor's staff assigned to each work site. The list shall include name, address, and driver's license number and the employee's work schedule and assignment. At Contractor's expense, all of Contractor's employees shall have taken and satisfactorily passed background screening for drug and alcohol use. 5. Contractor's employees, including supervisors and managers, and employees performing regular service, fill -in work for absences, or any subcontract staff, who enter the Police Wing of the Civic Center, 100 Civic Plaza, shall have satisfactorily passed a background investigation through Dublin Police Services. The background check includes Live Scan processing. Contractor shall be responsible for paying the Department of Justice fee for the Live Scan processing (at this time, approximately $100 per person). The City will absorb the staff time cost involved in running the Live Scan equipment. Contractor is responsible for scheduling these background checks prior to any of its employees working in the Police Wing. The background checks must be performed at least two weeks (14 days) prior to the employee entering the facility. E. Trainin - Contractor shall provide ongoing documented training programs for all of Contractor's staff. Training programs shall include, but not be limited to, quality standards, task definitions, IIPP plans (Injury and Illness Prevention Program), MSDS sheets (Material Safety Data Sheets), Cal -OSHA (California Occupational Health and Safety) regulations and all other applicable safety regulations. Contractor shall provide to the Contract Administrator, or his /her designee prior to beginning of work, and annually thereafter (provided to City with the twelfth (12th) invoice of each year), a report showing the training provided for the janitorial staff working in City buildings. F. Employee Conduct - Employees of Contractor, while performing work under this Agreement, SHALL NOT: 1. Be accompanied in their work area by acquaintances, family members, assistants, or any other person unless such person is an on -duty authorized Contractor employee. 2. Remove any City property, or property, equipment, monies, forms or any other items belonging to an employee of the City, from City facilities. 3. Engage in horseplay or loud boisterous behavior. 4. Be under the influence of alcohol or drugs. 5. Gamble. 6. Smoke in any building. 7. Turn on or use any electronic equipment (computers, typewriters, radios, etc.) other than those supplied by Contractor. Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services 8. Use any City telephones except those designated by the Contract Administrator, Facility Manager, or his /her designee, for the performance of services under this Agreement. 9. Open any desk, file cabinet or storage cabinet. 10. Remove any articles from desks. 11. Consume any food or beverage other than that brought with or purchased by the employee. 12. Consume any food or beverage in any area NOT designated as a break or lunchroom. 13. Engage in non - work - related conversations with City employees or visitors. 14. Come to work late or leave work early. G. Employee Removal - Contractor shall remove from service on City premises any employee of Contractor who, in the opinion of the Contract Administrator, Facility Manager, or his /her designee, is not performing the services in a proper manner or who is incompetent, disorderly, abusive, dangerous, insubordinate, disruptive, who does not comply with rules and regulations of the City, or is otherwise objectionable. Contractor shall in no way interpret such removal to require dismissal of or other disciplinary action against the employee; and such removal shall not be the basis of any claim for compensation or damages against the City or any of its officers, employees or agents as to the performance of the work. H. Employee Appearance and Identification - Contractor's personnel shall present a neat appearance and be easily recognized as Contractor employees. Contractor shall provide each employee with an identification badge and uniform. The badge shall include the employee's photograph and name, an employee number and Contractor's name. The identification badge shall be displayed on the front of the employee's uniform at all times. Contractor accepts and understands that any employee who fails to meet this requirement may be asked to leave City property. Should this occur, the City will not compensate the Contractor or Contractor's employees for lost time. It is expressly understood that Contractor is responsible for ensuring that all of its employees possess and carry valid photo- identification at all times on City property. Contractor's employees shall be wearing their uniforms and identification badges prior to entering any City building, and uniforms and badges shall be worn at all times while working in a City facility. The uniform, at a minimum, shall be a uniform shirt to which Contractor's business name and /or logo have been affixed. I. Employee Qualifications - Contractor's employees shall be at least eighteen (18) years of age and thoroughly trained and qualified in the work assigned to them. Contractor's employees shall be able to follow directions and shall be physically capable of performing the duties assigned to them, including lifting /moving heavy items, climbing ladders, etc. All janitorial staff working at any City facility shall be required to submit personal information and copies of driver's licenses or other valid identification for the purpose of background checks. Such personnel will also be subject to Live Scan Fingerprinting processing at the contractor's expense. The City reserves the right to deny access Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services based on information obtained in the background check through Live Scan Fingerprinting. J. Reporting and Inspections 1. Building Control Log: Contractor's supervisor or lead custodian shall be responsible for maintaining building control logs. Contractor's employees shall be responsible for signing in and out daily on the log. Further, Contractor's employees who provide special cleaning services are also required to sign in and out for services provided. The building control logs shall be the focal point for communication between the Contractor and the City and for sharing work- related comments and issues. 2. Status Reports: If and when unusual circumstances arise, a report shall be given to the Contract Administrator, Facility Manager, or his /her designee, the day of the occurrence. Examples of unusual circumstances include, but are not limited to, the observance of suspicious persons around a City facility or the discovery of inoperable lighting in a City facility. 3. Regular Inspections: Contractor's account manager and supervisor shall meet with Facility Management representatives quarterly to ensure compliance with contract specifications and shall initiate meetings, as needed, to review work sites and resolve problems. 4. Timely Billing: Contractor shall provide special cleaning service invoices within fourteen (14) days of the services being provided. City shall be under no obligation to pay any invoice which is submitted to Contract Administrator more than thirty (30) days beyond completion of special cleaning services. K. Work Performance - Contractor shall adhere to the highest quality standards of the janitorial profession and the City's cleaning standards as communicated by the Contract Administrator, or his /her designee, and set forth in this Agreement. Contractor shall immediately verbally notify the Contract Administrator, or his /her designee, of any occurrence or condition that interferes with its ability to be in full compliance with Agreement requirements and shall confirm such verbal notification in writing within twenty -four (24) hours. L. Special Assisanments - City may request janitorial services for special events not covered in the scope of services under this agreement and outside the normal scheduled cleaning hours as outlined herein. City may request these special services up to, but not later than, forty-eight (48) hours prior to the event. If the required services are outside Contractor's normal cleaning schedule, payment shall be made on the basis of the hourly rate and, if applicable, minimum number of hours as set forth in Exhibit B. M. Emernency Work - "Emergency work" is defined as any work beyond the general routine janitorial work required by this agreement. Emergency work shall require a Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services shortened Contractor response time of between two (2) and four (4) hours, depending upon the nature of said work. Contractor shall have sufficient labor and call -out procedures to ensure that staffing is available for this type of unplanned requirement. The City of Dublin will work closely with Contractor to develop a procedure for reacting to emergency situations. Compensation for "Emergency Work" shall be in accordance with the hourly rate for Special Assignments as described above. N. Storage - Contractor may use City janitorial closets, if available; and if utilized, Contractor shall keep this space in a neat, clean, odor free, and orderly condition. The City will not be responsible in any way for damage to or loss of Contractor's stored supplies and /or equipment or for Contractor's employees' personal belongings stored in any City janitorial closets. As noted in Section 3 of the Agreement, if janitorial closets are not available, Contractor shall store its supplies and equipment in its own facility or company vehicles. O. Security - Contractor shall be required to have available the keys provided by the City at all times while providing service to the City. All doors shall be unlocked and locked in such manner and at such times as required by each building's specifications. Contractor shall be responsible for ensuring that all doors are closed and locked during its performance of janitorial duties. Lost keys or security card -keys shall be immediately reported to the Contract Administrator, or his /her designee, and charged to Contractor at the rate of $50.00 per key or security card -key. In addition, Contractor shall reimburse City for all costs associated with re- keying any or all locks necessitated by lost keys in his /her control. Contractor's employees shall NOT set off, or fail to reset, a building alarm, as instructed. Such false alarms or failure to reset an alarm shall cause the City to incur damages, and Contractor shall be charged liquidated damages of One Hundred Fifty Dollars ($150) per event. Contractor's employees shall not operate for personal use any City computers, fax machines, telephones, television sets and /or copiers while performing services under this contract. Contractor shall be financially responsible for any loss, damages, or accrued charges for any unauthorized usage of City equipment. P. Care of Facilities - Contractor's employees shall regularly observe the general condition of all building areas and report problem areas to Contractor's supervisor or lead custodian. Contractor shall be responsible for knowledge of and use of all fire alarms and fire prevention equipment. In case of emergency, Contractor's employees shall notify the Emergency Services by dialing 911 and shall then call or page the Contract Administrator, Facility Manager, or his /her designee, immediately. For non - emergency repairs, Contractor shall report all required non - emergency repairs by contacting the Contract Administrator, Facility Manager, or his /her designee. Q. Energy Conservation - Unless otherwise specified by Contract Administrator or Facility Manager, lights are to be turned off in facilities when janitorial staff is finished working for the evening. R. Graffiti - Contractor shall immediately remove all graffiti from all surfaces found inside any of the buildings after consulting with the Contract Administrator, Facility Manager, or his /her designee, for removal methodology. Graffiti noticed on the outside of any Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services building shall be reported to Contract Administrator, Facility Manager, or his /her designee. SECTION 2 — REQUIRED SERVICES The services to be provided under this Agreement are listed in this Section 2 of Exhibit A. In some instances, services may differ among the various facilities. The following buildings are included in this agreement: Civic Center, 100 Civic Plaza Includes both City Hall and Police Wings and portable building in parking lot) Library, 200 Civic Plaza Senior Center, 7600 Amador Valley Boulevard Shannon Community Center, 11600 Shannon Avenue Heritage Center (historical school house and church), 6600 Donlon Way Heritage Park & Museum, 11285 Dublin Boulevard Wave Aquatic Center, 2401 Central Parkway (year round) Corporation Yard, 5709 Scarlett Court Public Safety Complex, 6363 Clark Avenue (Opening September 2019) Following is a master list of services required under this Agreement. Not all services are required at all buildings; a specific breakdown is provided for each facility in Attachments 1 through 9 to this Exhibit A. 1. Flooring a. Vinyl, linoleum, or concrete floors (sweep) — Sweep with an anti -dust mop. b. Vinyl, linoleum, or concrete floors (damp or wet mop) — Use warm water with good quality cleaner that leaves no visible or sticky cleaner residue, when dry. Remove all scuff and surface marks. Rinse, if necessary, with clear warm water, and clean mop. Wipe any and all baseboards free of moisture and dirt. Protect all wall surfaces. Buff all tile floors, as required. c. Vinyl and linoleum (clean and wax floors — traffic areas) — Dust entire Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services floor and corners with treated mop. Damp mop and remove any spot or stains. Allow flooring to dry completely. Apply wax in traffic areas only, feathering out to corners. Corners shall be waxed only as part of complete stripping process (see d. below). d. Vinyl and linoleum (strip) — Strip completely and wax, including corners. e. Stone, marble, slate, granite, ceramic tile, travertine, terrazzo floors, stairs (sweep) — Sweep surfaces. f. Stone, marble, slate, granite, ceramic tile, travertine, terrazzo floors, stairs (damp mop) — Use a dedicated mop and good - quality cleaner recommended for marble, slate, granite, ceramics and travertine. The floors shall be free of dust, dirt, cleaning material residue, streaks, mop strands, grease, and spills and thoroughly maintained to present an acceptable gloss. Protect all walls from splashing and wipe off any moisture or chemicals from all baseboards. Polish wood molding, if necessary, to prevent moisture damage. g. Stone, marble, slate, granite, ceramic tile, travertine floors, stairs strip, seal) — Apply stripping solution. Machine scrub (conventional machine) and wet vacuum stripping. This shall be followed by an application of a neutralizer rinse, followed by a damp mopping with clear water. When floor is dry, apply finish or sealer. Protect all wall finishes and wipe down all baseboards to be free of moisture and residue. Polish, as needed. h. Stone, marble, slate, granite, ceramic tile, travertine floors, stairs refinishing) — Refinish as follows: Use a conventional (buffer) machine with a 3M blue cleaning pad and a trigger spray bottle with clean water to buff. Let floor dry. Follow with a dust mopping and then a damp mopping. Let floor dry. Apply two (2) coats of floor finish. Be sure floor is thoroughly dry between coats. Within twenty -four (24) hours of last application of finish, burnish with a high -speed buffing machine (1,100 rpm). 2. Hardwood Floors and Carpetina a. Hardwood floors for gymnasiums, ballrooms or dance floors (dust mopping) — Use a dedicated dust mop on hardwood floors with "Super Hil -Tone Dust" mop treatment, manufactured by Hillard (or equivalent). The mop shall be treated per manufacturer's instructions. Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services finish! b. Hardwood floor surfaces (wet mopping) — Use a dedicated wet mop with Hillard Super Shine All Cleaner (or equivalent; specific products required for Senior Center bamboo wood flooring and floor machine at Stager Gym). At the Gym mopping is done with a floor cleaning machine that uses a foam cleaner solution. Remove all scuff and surface marks. Follow directions on label. NOTE — DO NOT USE the same mop for damp mopping and for applying the c. Carpet and mats (vacuum traffic areas) — These areas include main entries and all doors, elevator lobbies, elevators, areas where food is available, main corridors in buildings and open landscaped areas. Vacuum traffic areas. Move all chairs, trashcans and other easily removed items, and vacuum underneath. Hand wipe baseboards. d. Carpet and mats (vacuum all areas, including edges and corners) — Vacuum with an industrial- powered vacuum cleaner and inspect for spots. Remove spots, following the manufacturer's recommendations completely, with an approved industrial -grade spot remover that leaves no visible residue. Report to the Contract Administrator, or his /her designee, all tears, burns, unraveling or other damage. Move all chairs, trash cans and other easily removed items and vacuum underneath. Hand wipe baseboards. e. Carpet spot cleaning and spot removal — Perform, as necessary. f. Graffiti (remove all marks and writing) — Remove from all interior surfaces (doors and walls). If unable to remove graffiti, call Public Works at 925 - 833 -6630 and leave a message. Leave caller's name, location of the building, floor and area where the graffiti is located. g. Walls, doors and molding (spot clean) — On a regular basis, inspect all walls, doors and moldings; and remove any and all fingerprints, smudges, dirt or accumulations from these areas, as required. 3. Doors and Entrances a. Doors and entrances (clean and polish) — Clean and polish interior and exterior surfaces to a height of 8', removing any and all fingerprints, smudges, dirt, cobwebs, insects, grease, oils or accumulations from these areas. On a regular basis, inspect all doors and entrances; and clean doors and entrances across the entire width of the entrance front, as Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services required. b. Drinking Fountains — Clean, disinfect and polish. c. Public Telephones (clean and disinfect) — Clean and disinfect all public telephones and enclosure walls. Remove all graffiti from phones and surrounding area. If unable to remove graffiti, contact Public Works at 925 - 833 -6630 and give location and phone number. 4. Glass and Windows a. Glass and windows — On a regular basis, inspect all glass and frames and remove any and all fingerprints, smudges, dirt, cobwebs, insects, grease, oils or accumulations from these areas to a height of 8 feet, as required. When glass is part of an entrance area, clean across the entire width of the entrance front, if required. Clean picture glass and mirrors as needed to remove fingerprints, smudges, and any other dirt or material, to leave a clean appearance. 5. Dusting a. Dusting — Remove all accumulated dust, dirt, debris and cobwebs from all surfaces, chi hers, shelving crevices, office desks, bookcases, tables, partition tops, window ledges and baseboards. Use treated mops and cloths to help prevent the redistribution of same into the air. Desktops shall be dusted only if papers have been removed. b. Dusting (high dusting) — Remove all accumulated dust, dirt and debris from the surfaces, corners, crevices, light fixtures, partition tops, window ledges, door frames, jambs, and blinds. Use treated mops and cloths to help prevent the redistribution of same in the air. Blind slats shall be individually cleaned. Remove cobwebs inside rooms, corners and ceilings. Clean HVAC vents and ceiling tiles. c. Wastebaskets — Empty wastebaskets and replace liners. Empty recycling containers in individual offices and common areas. Material from recycling containers shall be kept separate from other trash and placed in appropriate bins. Remove all other boxes, cardboard and containers which are designated as "trash" and place in the designated dumpster. Break down all cardboard boxes before discarding in dumpster. Large recycling bins inside facilities (for example, in the Civic Center mail room and lunchroom) may be emptied by others; contractor should verify with the Facility Manager for each facility where trash and Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services recyclable material is to be taken. d. Wastebasket/trash containers (wash and disinfect) — Clean and disinfect all wastebaskets and trash containers in all interior and exterior locations. e. Artificial Plants — Clean to remove dust and other debris 6. Elevators a. Elevator (clean and polish) — Remove all finger and handprints, grease, oils, smudges or marks. Polish interior walls, ceilings, and doors inside and outside. Vacuum carpet and elevator door tracks. Spot clean carpet or flooring, as necessary, to remove stains and odors. 7. Stairwells, Exterior and Interior a. Staircases, balustrades and railings (dust and wipe) — Dust and wipe all staircase areas, including all railings and areas around and underneath stairs. Vacuum carpeted areas, and spot clean carpet. b. Stairwells — Sweep, damp mop and spot clean. 8. Offices a. Wooden furniture (clean and polish) — Clean and polish all wooden furniture with approved polish. Do not disturb any paperwork on desks, tables and files. b. Formica and metal desks (clean all) — Clean all tables, stands, chairs, filing cabinets, locker tops and fronts. Do not disturb paperwork. c. Wood fixtures (polish) — Polish all wooden walls, doors, handrails and all accents. d. White boards and pen rails (clean) — Wash and clean (only if boards are erased). e. Fabric or carpeted wall coverings (dust and /or vacuum, spot clean) — With a soft brush, dust all fabric and /or carpeted walls to maintain a neat and clean appearance. Vacuum all areas where a traffic pattern is evident. Spot clean areas per manufacturer's specifications for wall covering. Damp wipe vinyl. Cloth fabrics require chemical cleaner to remove spots. Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services f. Light switches (clean and disinfect) — Use a damp cloth to remove all smudges, fingerprints and dirt. Apply disinfectant. g. Light fixtures (clean all) — Dust all with treated cloth. Vacuum and damp wipe, if necessary, to remove all accumulated dust and dirt. h. HVAC vents and diffusers (clean all) — Vacuum and clean with disinfectant. Vacuum adjacent ceiling tiles and areas. 9. Restrooms, Locker Rooms, Dressino Rooms and Showers a. Restrooms (clean, disinfect, restock supplies) — Clean and disinfect all urinals, toilets, partitions and plumbing. Damp mop floors with disinfectant. Clean and polish chrome and stainless fixtures. Clean, disinfect and deodorize interior and exterior of sanitary napkin depositories. Replace disposal bags and plastic trash liners. Clean mirrors to be streak -free. Install disinfectant in floor drains and deodorizers in urinals. Fill all dispensers (soap, toilet paper, seat covers, paper towels, sanitary supplies and deodorizers). Inspect lighting for satisfactory operation. Report to the Contract Administrator or his /her designee, all lights that are not working properly. b. Showers (clean, disinfect) — Clean and disinfect all walls, floors and curtains. Entire area shall be free of soap scum, fungi, hair, urine deposits and unpleasant odors. Floors and tiled areas shall be free of streaks and mildew. c. Locker rooms or dressing rooms - Install disinfectant in floor drains. Disinfect HVAC vents, and clean mirrors to be streak -free. Wax floors to maintain original appearance. Vacuum all carpet areas, and remove all stains. Clean and disinfect lockers inside and outside, if unlocked. Do not disturb personal belongings. 10. Kitchen or Coffee Bar Areas a. Kitchen /breakroom floors (degrease and disinfect) — Mop all kitchen floors with disinfectant. Refinish, if necessary, to maintain original appearance. b. Kitchen /breakroom /coffee bar sinks, counters and appliances (wash and disinfect) — Include all kitchen tabletops in area and generally clean up all stainless steel or laminate surfaces. c. Cabinets, sinks and appliances (degrease, disinfect and polish) — Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services Specific to facilities with "working cooking kitchens." Includes refrigerators, stoves, stove hoods, ovens, griddles, dishwashers, microwaves and all stainless steel. d. Kitchen Vent Hoods Over Stoves — Degrease, clean and polish. e. Kitchen Anti Fatigue Mats — Degrease, disinfect, rinse and dry. f. Kitchen Floor Drains — Degrease and clean the floor drains / catch basins in kitchen floor. 11. Special Areas a. Bleachers (clean all surfaces) — Clean all areas around and under bleachers. Damp mop bleacher seats. b. Jail area (clean and disinfect) — Clean and disinfect (when accessible) all walls, floors, ceilings and fixtures. c. Janitorial closets (clean and stock) — Clean, organize, stock and keep odor -free. If any chemicals are stored here, maintain a binder of all Material Safety Data Sheets (MSDS) and keep in each closet. d. Exercise rooms — Wipe down, clean, deodorize and disinfect all exercise apparatus and mats. Remove and replace mats in same locations to ensure proper fit. e. Personal computers — Dust with anti - static cloth. f. City refrigerators — Clean as specified for individual facilities. g. Venetian blinds — Dust and damp wipe blinds with a treated cloth to prevent redistribution of dust into the air. h. Vending machines — Clean vending machine surfaces and sweep or dust mop under the machines. L Bleachers (sweep and pick up litter) — Sweep and pick up litter on, around and under bleachers. SECTION 3 — GENERAL PROVISIONS A. Liquidated Damages When Contractor fails to perform, as specified, the services required in this agreement, Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services the City will have been damaged by that lack of performance. Since it is difficult to define the amount of damage caused, Contractor shall agree to the following liquidated damages: If trained personnel do not report to provide the services required by this Agreement, the City will incur damages; and liquidated damages of One Hundred Fifty and no /100 Dollars ($150.00) per occurrence will be deducted from payments due the Contractor. Contractor will be notified of the assessment of liquidated damages by telephone or FAX within twenty -four (24) hours of failure to report. 2. If Contractor fails to perform under the terms of this Agreement, the City will incur damage. Contractor will be notified by telephone or FAX within twenty -four (24) hours of the failure to perform, and performance shall be required within twenty - four (24) hours after receipt of such notice. If the performance failure is not corrected within twenty -four (24) hours of receipt of notice, the City will incur damages; and liquidated damages of One Hundred Fifty and no /100 Dollars 150.00) per occurrence will be deducted from payments due the Contractor. 3. Liquidated damages of One Hundred Fifty and no /100 Dollars ($150.00) per occurrence will continue to be deducted from payments due the Contractor until the performance failure is remedied. B. Subcontractina - No portion of the services provided pursuant to this Agreement may be subcontracted or assigned without prior approval of the City of Dublin. Requests to subcontract all or any portion of services required by this Agreement shall be submitted to the City's Contract Administrator, or his /her designee, at least thirty (30) days in advance of the proposed effective date of the subcontract. Contractor shall include in this written request a detailed description of how the Contractor plans to oversee the services performed by the proposed subcontractor. Contractor shall be responsible for services provided by any subcontractor as if Contractor were providing the services with its own organization. Any subcontractor who will provide services inside the Police Facility shall have successfully passed a background check as described above prior to commencing work in that building. Contractor shall bear the expense of any subcontractor background checks. C. Labor Strike - Contractor shall be responsible for its own labor relationships and shall negotiate and be responsible for resolving any and all disputes between itself and its employees or any union representing its employees. Whenever Contractor has knowledge that any actual or potential labor dispute is delaying, will delay, or threatens to delay, the timely performance of services under this Agreement, Contractor shall immediately give written notice thereof to the City's Contract Administrator, or his /her designee. It shall be the Contractor's responsibility to provide continuous services, without interruption, to all buildings and facilities specified herein throughout the term of the Agreement. In the event of a labor strike, Contractor shall provide the means, at Contractor's cost, to provide continuous services in full compliance with Agreement requirements. Failure to do so will cause the City to take whatever action is necessary to provide the services. If, in doing so, City incurs costs in excess of those that would Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services have been paid to the Contractor for the same services, these excessive costs shall be paid by the Contractor. D. Pricin - All rates and /or prices included in this Agreement are firm and not subject to escalation, except on an annual basis according to the Consumer Price Index as provided in the Agreement. Contractor represents and warrants that all rates and /or prices are at least as low as those currently being quoted by Contractor to commercial or government users for the same work of similar scope under similar circumstances. E. Terms of Payment - Payment shall be made within thirty (30) days from the date of receipt of invoice or acceptance of work, whichever occurs last. If City is entitled to a prompt payment discount, the period of computation shall commence on the date of receipt of invoice or acceptance of work by City, whichever occurs last. City shall endeavor to pay each invoice within thirty (30) days, but shall not be responsible to Contractor for additional charges, interest or penalties due to failure to pay within that period. F. Warranty - Contractor warrants that the work performed under this Agreement complies with all specifications and that workmanship is free from defects. If any portion of the work has not been completely described in this Agreement, it shall comply with nationally recognized codes and established industry standards. Contractor agrees that the aforementioned warranties shall be in addition to any warranties provided by law or offered by Contractor. G. Extra or Additional Work - Contractor shall perform no extra or additional work or alter or deviate from the work specified in this Agreement unless agreed in writing by City in advance of performance of the work. Payment for extra or additional work shall be made on the basis of the hourly rate and, if applicable, minimum number of hours as set forth in Exhibit B. H. Force Maieure - Neither party to the Agreement shall be held responsible for delay or default caused by fire, riot, acts of God, and /or war which is beyond that party's reasonable control. City may terminate the Agreement upon written notice after determining such delay or default will reasonably prevent successful performance of the Agreement. Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services ATTACHMENT 1 City of Dublin Scope of Services — Frequency and Task Chart — Standard Service Levels Location: Civic Center, City Hall Wing, 100 Civic Plaza Estimated Building Size: 31,800 SF Cleaning Frequency: 5 days per week, Monday — Friday Janitorial Cleaning Hours: 5:00 PM to 5:00 AM See Section 2 FREQUENCY TASK "Required Services" Daily: Vinyl, linoleum, terrazzo, or concrete floors, sweep and /or dust mop all floors 1 a Carpet and mats - vacuum traffic areas, staircases, and workspaces 2c Carpet spot cleaning and removal - (as necessary) 2e Dusting - all table tops, office desks, and filing cabinets, and other surfaces 5a Dusting - removal of accumulated dust a Graffiti - remove all marks and writing general) Drinking fountains - clean, disinfect and polish 3b Telephones (all phones) - clean and disinfect 3c Wastebaskets - empty and reline 5c Elevators - clean and polish 6a Restrooms - clean, disinfect, and restock supplies 9a Kitchen break -room floors - degrease and disinfect 10a Kitchen break -room sinks & counters - degrease and disinfect 10b Coffee bar sinks and counters — degrease and disinfect 10b Weekly: Carpet and mats - vacuum all areas, including edges and corners 2d Broom sweep receiving /file room concrete floor 1a Clean and disinfect light switches 8f Wash white boards and pen rails (if erased) 8d Bi- Weekly: Clean tile grout Monthly: Vinyl and linoleum - clean and wax floors - traffic areas 1C Dusting - high dusting 5b Wooden furniture - clean and polish 8a Formica and metal desks - clean all 8b Wood fixtures - polish 8c Venetian blinds - wipe down and clean 11g Quarterly: inyl and linoleum - strip completely and wax 1d Wastebasket/trash containers - wash and disinfect 5d Light fixtures - clean all 8g HVAC vents and diffusers - clean all 8h Vending machines — clean machines and sweep /dust mop underneath 11h Artificial plants — Clean to remove dust and other debris 5e Semi - nnually: Strip and wax all hard surface floors: terrazzo, vinyl or linoleum 1d, 1g Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services ATTACHMENT 2 City of Dublin Scope of Services — Frequency and Task Chart — Standard Service Levels Location: Civic Center, Police Wing, 100 Civic Plaza Estimated Building Size: 21,200 SF (includes auxiliary triple -wide trailer in police parking lot) Cleaning Frequency: 6 days per week, Monday — Saturday Janitorial Cleaning Hours: 4:30 PM to 8:30 PM See Section 2 FREQUENCY TASK "Required Services" Daily: Vinyl, linoleum, or concrete floors, sweep and /or dust mop all floors 1 a Carpet and mats - vacuum traffic areas, staircases, & workspaces 2c Carpet spot cleaning and removal - (as necessary) 2g Dusting - all table tops, office desks, filing cabinets, & other surfaces 5a Graffiti - remove all marks and writing 2h Drinking fountains - clean, disinfect and polish 3b Clean and disinfect telephones 3c Glass and windows (building entrances, lobby areas, etc.) 4a Dusting - removal of accumulated dust. 5a Wastebaskets - empty and reline 5d Elevators - clean and polish 6a Restrooms - clean, disinfect, and restock supplies 9a Showers and locker rooms - clean and disinfect 9b,c Kitchen break -room floors - degrease and disinfect 11a Kitchen break -room sinks - degrease and disinfect 11b Jail area - clean and disinfect (when accessible) 11b Weekly: Broom sweep sally port concrete floor when accessible 1 b Carpet and mats - vacuum all areas, including edges and corners 2d Walls, doors and molding - remove fingerprints, smudges and dirt 21 Doors & entrances - clean and polish, remove fingerprints & smudges 3a Clean stair handrails 7a Wash white boards and pen rails (if erased) 8d Exercise rooms - clean and deodorize 11d Monthly: Vinyl and linoleum - clean and wax floors - traffic areas 1 c Dusting - high dusting 5b Wooden furniture - clean and polish 8a Formica and metal desks - clean all 8b ood fixtures - polish 8c Fabric or carpeted wall coverings - dust and /or vacuum, spot clean 8e Light switches - clean and disinfect Bf Janitorial closets — clean, organize, stock and keep order -free 11c Venetian blinds - wipe -down and clean 11g Vending machines — clean machines and sweep /dust mop underneath 11h uarterly: Vinyl and linoleum - strip completely and wax 1d11gStone, marble, slate, granite, ceramic tile, travertine floors, stairs Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services astebasket/trash containers - wash and disinfect ht fixtures - clean all JAC vents and diffusers - clean all srsonal computers -clean with anti - static cleaner mi- nually: City refrigerators — break room only Contract Services Agreement between City of Dublin and Tri- Valley Janitorial Service and Supply Inc 1e if July 1, 2018 Exhibit A: Scope of Services ATTACHMENT 3 City of Dublin Scope of Services — Frequency and Task Chart — Standard Service Levels Location: Library, 200 Civic Plaza Estimated Building Size: 38,215 SF (entire Library) Cleaning Frequency: 6 days per week, Monday — Sunday (except Fridays) Janitorial Cleaning Hours: 11:00 PM to 5:00 AM See Section 2 FREQUENCY TASK "Required Services" Daily: Vinyl, linoleum, or concrete floors (sweep and /or dust mop all floors) 1 a Stone, marble, ceramic, slate (sweep) 1e Carpet and mats (vacuum traffic areas) 2c Carpet spot cleaning and spot removal 2e Graffiti (remove all marks and writing) 2f Doors and entrances (clean and polish) 3a Drinking fountains (clean, disinfect and polish) 3b Public Telephone (clean and disinfect) 3c Dusting (remove accumulated dust) 5a Wastebaskets (empty and replace liners) 5c Restrooms (clean, disinfect, restock) 9a Kitchen /coffee bar sinks (clean and disinfect) 10b Weekly: inyl, linoleum or concrete floors (damp /wet mop) 1b Stone, marble, ceramic, slate (damp /wet mop) if Carpets and mats (vacuum all areas, including edges and comers d Walls, doors and molding (spot clean) 2g Glass and windows (remove fingerprints, smudges, dirt) 4a hiteboards and pen rails (clean, if erased) 8d Cabinets, sinks and appliances (degrease, disinfect, and polish) 10c Monthly: Dusting - high dusting 5b Wooden furniture - clean and polish 8a Formica and metal desks - clean all 8b Wood fixtures — polish 8C Light switches - clean and disinfect Bf Janitorial closets — clean, organize, stock and keep odor -free 11c Kitchen vent hoods over microwaves — degrease, clean & polish 10d Quarterly: Vinyl and linoleum - clean and wax floors - traffic areas 1c Stone, marble, granite, ceramic the floors (strip and sea[) 1g Wastebasket/trash containers - wash and disinfect 5d Light fixtures - clean all 8g HVAC vents and diffusers - clean all 8h Personal computers - clean with anti - static cleaner 11e enetian blinds (dust and damp wipe) 11g Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services Semi - nnually: Vinyl and linoleum - strip completely and wax City refrigerator in office area (clean and disinfect) 1d if nnually: Stone, marble, granite, ceramic tile floors (refinishing) 1 h 71 Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services ATTACHMENT 4 City of Dublin Scope of Services — Frequency and Task Chart — Standard Service Levels Location: Senior Center, 7600 Amador Valley Boulevard Estimated Building Size: 15,500 SF Cleaning Frequency: 5 days per week, Monday — Friday Janitorial Cleaning Hours: 10:30 PM to 5:00 AM; Weekends as needed following special events See Section 2 FREQUENCY TASK "Required Services" Daily: Vinyl, linoleum, or concrete floors (sweep and /or dust mop all floors) 1 a Stone, marble, ceramic, slate (sweep) 1e Hardwood floor in ballroom (sweep and dust mop on Tue/Thu) 2a Hardwood floor in ballroom (sweep and damp mop on Mon/Wed /Fri) 2b Carpet and mats (vacuum traffic areas) c Carpet spot cleaning and spot removal 2e Graffiti (remove all marks and writing) 2f Doors and entrances (clean and polish) 3a Drinking fountains (clean, disinfect and polish) 3b Public Telephone (clean and disinfect) c Dusting (remove accumulated dust) 5a Wastebaskets (empty and replace liners) 5c Restrooms (clean, disinfect, restock) 9a Kitchen quarry tile floors (remove mats, degrease, disinfect, replace mats) 10a Kitchen /coffee bar sinks clean and disinfect 10b Weekly: Vinyl, linoleum or concrete floors (damp /wet mop) 1 b Stone, marble, ceramic, slate (damp /wet mop) if arpets and mats (vacuum all areas, including edges and comers) 2d Walls, doors and molding (spot clean) g Glass and windows (remove fingerprints, smudges, dirt) 4a hiteboards and pen rails (clean, if erased) 8d Cabinets, sinks and appliances (degrease, disinfect, and polish) 10c Kitchen Anti - Fatigue Mats (degrease and disinfect) (Fridays) 10e Kitchen Floor Drains (degrease and clean (Fridays) 1 O Monthly: Dusting - high dusting 5b Wooden furniture - clean and polish 8a Formica and metal desks - clean all 8b Wood fixtures — polish 8C Light switches - clean and disinfect 8f Janitorial closets — clean, organize, stock and keep odor -free 11c Kitchen vent hoods over stoves — degrease, clean and polish 10d Quarterly: Vinyl and linoleum - clean and wax floors - traffic areas 1c Stone, marble, granite, ceramic tile floors (strip and seal) 1g Wastebasket/trash containers - wash and disinfect 5d Light fixtures - clean all 8g HVAC vents and diffusers - clean all h Personal computers - clean with anti - static cleaner 11e Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services Venetian blinds (dust and damp wipe) 11g Artificial Plants - clean to remove dust 5e Semi- Annually: Vinyl and linoleum - strip completely and wax 1d Pity refrigerator in office area clean and disinfect Of Annually: Stone, marble, granite, ceramic tile floors (refinishing) 1h Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services ATTACHMENT 5 City of Dublin Scope of Services — Frequency and Task Chart — Standard Service Levels Location: Wave Aquatic Center Estimated Building Size: 23,000 SF Cleaning Frequency: January —December, 7 -days per week Janitorial Cleaning Hours: 5:00 PM to 5:00 AM PLEASE NOTE: PEAK SEASON is from Memorial Day through Labor Day, where more attention to all areas is required. See Section 2 FREQUENCY TASK "Required Services" Daily: Interior floors (sweep and /or dust mop all floors) 1 a Tile hallway area (scrub machine and disinfect) if Interior flooring in lobbies /office (damp /wet mop, disinfect, vacuum, move furniture 1 i Doors and entrances (clean and polish) a Drinking fountains (clean, disinfect and polish) 3b Public Telephone (clean and disinfect) 3c Dusting (remove accumulated dust) 5a Wastebaskets (empty and replace liners) 5c Restrooms (clean, disinfect, scrub machine, restock) a Showers (clean, scrub machine, clear drain strainers and disinfect) 9b Locker rooms and dressing rooms (clean, disinfect, scrub machine) 9c Use machine provided by City — Clean Advance Machine and/or Karcher B60 Battery Scrubber (Staff also expected to maintain and clean the machines after every use Weekly: Walls, doors and molding (spot clean) 2g Glass and windows (remove fingerprints, smudges, dirt) 4a Cabinets, sinks and appliances (degrease, disinfect, and polish) 10c City refrigerators (clean as specified) 11f Formica and metal desks - clean all 8b Monthly: Dusting - high dusting 5b Wooden furniture - clean and polish 8a Wood fixtures — polish 8c Light switches - clean and disinfect 8f Janitorial closets - clean organize, stock and keep odor -free 11c Complete and thorough machine scrub all hard floor surfaces if Quarterly: 3x per year) Wastebasket/trash containers - wash and disinfect 5d Personal computers - clean with anti - static cleaner 11e Venetian blinds (dust and damp wipe) 11g Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services ATTACHMENT 6 City of Dublin Scope of Services — Frequency and Task Chart — Standard Service Levels Location: Heritage Center, 6600 Donlon Way Estimated Building Size: School House — 2,900 SF, Church —1,550 SF Cleaning Frequency: School House — 3 days per week (Wed /Fri /Sun); Church —1 day per week (Wed) Janitorial Cleaning Hours: 9:00 PM to 5:00 AM Please note: Due to nature and historical value of the Heritage Center, all cleaning products must receive approval from Museum Director prior to use. See Section 2 FREQUENCY TASK "Required Services" Daily: Vinyl, linoleum, or concrete floors (sweep and /or dust mop all floors) la Hardwood floors (sweep and dust mop) 2a Carpet and mats (vacuum traffic areas) 2c Carpet spot cleaning and spot removal 2e raffiti (remove all marks and writing) f Doors and entrances (clean and polish) 3a Dusting (remove accumulated dust) 5a Wastebaskets (empty and replace liners) 5c Restrooms (clean, disinfect, restock) 9a Weekly: Vinyl, linoleum or concrete floors (damp /wet mop) 1 b Hardwood floors (sweep and damp mop) 2b Carpets and mats (vacuum all areas, including edges and comers) 2d Walls, doors and molding (spot clean) 2g Glass and windows (remove fingerprints, smudges, dirt) a Monthly: Dusting - high dusting 5b Formica and metal desks — clean all 8b Light switches - clean and disinfect 8f Janitorial closets — clean, organize, stock and keep odor -free 11c Quarterly: Vinyl and linoleum - clean and wax floors - traffic areas 1c Wastebasket/trash containers - wash and disinfect 5d Light fixtures - clean all 8g HVAC vents and diffusers — clean all 8h Personal computers - clean with anti - static cleaner 11e Venetian blinds (dust and damp wipe) 11g Semi Vinyl and linoleum - strip completely and wax Ild Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services ATTACHMENT 7 (Page 1 of 2) City of Dublin Scope of Services — Frequency and Task Chart — Standard Service Levels Location: Heritage Park and Museum, 11285 Dublin Boulevard Estimated Building Size: See below Cleaning Frequency: 5 days per week, Monday — Friday Janitorial Cleaning Hours: 5:00 PM to 12:00 AM Please note: Due to nature and historical value of the Heritage Center, all cleaning products must receive approval from Museum Director prior to use. Sunday School Barn: 1327 SF See Section 2 FREQUENCY TASK "Required Services" Daily: Wood floor — sweep 2a Wastebasket — empty and replace liner 5c Weekly: Walls, doors, moldings — spot clean as needed 2g Glass and windows — remove fingerprints, smudges, dirt 4a Weekly: Doors — clean and polish 3a Dustin — dust window sills and furniture 5a/5b Monthly: Dusting — high dusting 5b Monthly: Light switches — clean and disinfect 8f Janitorial closets — clean, organize, stock and keep odor -free 2a/2b in I and linoleum — clean and wax floors - traffic areas 5d Quarterly: Light fixtures and fans — clean 8g F7arterly: H vents — clean 8h Restrooms: 289 sq. ft. See Section 2 FREQUENCY TASK "Required Services" Daily: Floor — sweep and mop la/lb Toilets — clean and disinfect ga Doors — clean and polish 3a Wastebasket — empty and replace liner 5c Weekly: Walls, doors, moldings — spot clean 2g lass and windows — remove fingerprints, smudges, dirt 4a Dustin — dust window sills and furniture 5a/5b Monthly: Dusting — high dusting 5b Light switches — clean Bf Janitorial closets — clean, organize, stock and keep odor -free 11c Wastebasket/trash containers — clean and disinfect 5d F7arterly: Light fixtures and fans — cleanIHVAC g vents — clean h Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services ATTACHMENT 7 (Page 2 of 2) City of Dublin Scope of Services — Frequency and Task Chart — Standard Service Levels Ceramics /Art Studio: 330 sa. ft. See Section 2 FREQUENCY TASK "Required Services" Daily: Dusting (dust window sills and furniture) a/5b Wastebasket (empty and replace liner) c Floor - sweep and mop la/lblaWeekly: Walls, doors, moldings (spot clean) g Glass and windows (remove fingerprints, smudges, dirt) Doors (clean and polish) 3a Dustin — high dusting 5b Monthly: Light switches — clean f Quarterly: Wastebasket/trash containers — clean and disinfect 5d Light fixtures — clean g HVAC vents — clean all h Kolb House: 2304 so. ft. See Section 2 FREQUENCY TASK "Required Services" Weekly: Bathroom and Kitchen Floor — sweep and damp mop 1 a/1 b Bathroom fixtures — clean and disinfect a Kitchen counters — wipe with light solution 10b Wastebaskets — empty and replace liner 5c Back Porch — sweep and clean 1 e Public Room — vacuum carpeted areas, spot clean 7a Halls — vacuum carpeted areas, spot clean 7a Stairs — vacuum carpeted areas, spot clean 7a Walls, doors, moldings — spot clean 2g Glass and windows — remove fingerprints, smudges, dirt 4a Dusting — dust window sills and furniture 5a/5b Doors — clean 3a Monthly: Dusting — high dusting 5b Light switches — clean and disinfect 8f Janitorial closets — clean, organize, stock and keep odor -free 11C Quarterly: Wastebasket/trash containers — clean and disinfect 5d Light fixtures and fans — clean 8g HVAC vents — clean 8h Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services ATTACHMENT 8 City of Dublin Scope of Services — Frequency and Task Chart — Standard Service Levels Location: Shannon Community Center, 11600 Shannon Avenue Estimated Building Size: 18,250 SF Cleaning Frequency: 5 days per week, Monday — Friday Janitorial Cleaning Hours: 10:00 PM to 5:00 AM; Weekends as needed following special events See Section 2 FREQUENCY TASK "Required Services" Daily Sweep and /or dust mop all hard surface floors 2a Vacuum all carpet area 2d Spot clean carpet areas 2e Graffiti (remove all marks and writing) 2f Doors and entrances (clean and polish) a Drinking fountains (clean, disinfect and polish) 3b Public Telephones (clean and disinfect) 3c Dust all surfaces 5a Wastebaskets (empty and replace liners) 5c Restrooms (clean, disinfect, and restock) 9a Kitchen /coffee bar sinks (clean and disinfect) 10b Kitchen floor — remove mats, degrease, disinfect, replace mats 10a Weekly Damp mop all hard surface floors b Vacuum all carpeted areas including the edges 2d Spot wash all walls, doors, and moldings 2g Remove fingerprints and smudges from glass and windows 4a ash whiteboards and pen rails (if erased) d Cabinets, sinks and appliances (degrease, disinfect and polish) 10c Wash Anti - Fatigue mats (degrease and disinfect) 10e Kitchen floor drains (degrease and clean) 10f Glass and windows — remove fingerprints, smudges, dirt 4a Monthly: Dusting (high dusting) 5b Wooden furniture (clean and polish) 8a Wooden fixtures (polish) 8c Light switches (clean and disinfect) 8f Janitorial closets (clean, organize, stock and deep odor free) 11c Kitchen vent hoods over stoves (degrease, clean and polish) 10d Quarterly: Vinyl and linoleum (clean and refinish floors, traffic areas) 1d Semi- Annually: Vinyl and linoleum - strip completely and wax 1d nnuall Stone, marble, granite, ceramic tile floors (refinishing) 1h Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services ATTACHMENT 9 City of Dublin Scope of Services — Frequency and Task Chart — Standard Service Levels Location: Corporation Yard, 5709 Scarlett Court Estimated Building Size: 3,500 SF (office space only) Cleaning Frequency: 3 days per week, Monday, Wednesday, Friday Janitorial Cleaning Hours: 5:00 PM to 5:00 AM See Section 2 FREQUENCY TASK "Required Services" Daily: Vinyl, linoleum, or concrete floors — sweep and /or dust mop all floors 1 a Carpet and mats — vacuum traffic areas and offices 2c Carpet spot cleaning and removal — as necessary 2g Graffiti — remove all marks and writing 2h Glass and windows — remove fingerprints, smudges, dirt 4a Dusting — removal of accumulated dust 5a Wastebaskets — empty and reline 5c Restrooms — clean, disinfect, and restock supplies 9a,b Weekly: Carpet and mats — vacuum all areas, including edges and comers 2d Walls, doors and molding — remove fingerprints, smudges and dirt 21 Doors & entrances — clean and polish, remove finger prints & smudges 3a Dusting — all table tops, office desks, and filing cabinets 5a White boards and pen rails — wash clean, if erased 8d Monthly: Dusting — high dusting 5b Wooden furniture — clean and polish 8a Formica and metal desks — clean all 8b Wood fixtures — polish 8c Fabric or carpeted wall coverings- dust and /or vacuum, spot clean 8e Light switches — clean and disinfect 8f Quarterly: Vinyl and linoleum — clean and wax floors 1 c Wastebasket/trash containers — wash and disinfect 5d Light fixtures — clean all 8g HVAC vents and diffusers — clean all 8h Personal computers — clean 12h Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services ATTACHMENT 10 City of Dublin Scope of Services — Frequency and Task Chart — Standard Service Levels FACILITY OPENS IN SEPTEMBER 2019* Location: Public Safety Complex, 6363 Clark Avenue Estimated Building Size: 18,500 SF Cleaning Frequency: 6 days per week, Monday - Saturday Janitorial Cleaning Hours: 4:30 PM to 8:30 PM See Section 2 FREQUENCY TASK "Required Services" Daily: Vinyl, linoleum, or concrete floors — sweep and /or dust mop all floors la Carpet and mats — vacuum traffic areas and offices 2c Carpet spot cleaning and removal — as necessary 2g Graffiti — remove all marks and writing 2h lass and windows — remove fingerprints, smudges, dirt a Dusting — removal of accumulated dust 5a Wastebaskets — empty and reline 5c Restrooms — clean, disinfect, and restock supplies 9a,b Weekly: Carpet and mats — vacuum all areas, including edges and comers 2d Walls, doors and molding — remove fingerprints, smudges and dirt 21 Doors & entrances — clean and polish, remove finger prints & smudges 3a Dusting — all table tops, office desks, and filing cabinets 5a White boards and pen rails — wash clean, if erased 8d Monthly: Dusting — high dusting 5b Wooden furniture — clean and polish 8a Formica and metal desks — clean all 8b Wood fixtures — polish 8c Fabric or carpeted wall coverings- dust and /or vacuum, spot clean 8e Light switches — clean and disinfect 8f Quarterly: Vinyl and linoleum — clean and wax floors 1c Wastebasket/trash containers — wash and disinfect 5d Light fixtures — clean all 8g HVAC vents and diffusers — clean all 8h Personal computers — clean 12h Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Inc Exhibit A: Scope of Services EXHIBIT B COMPENSATION SCHEDULE City Facilities Monthly Rate Annual Cost City Hall Wing, Civic Center, 100 Civic Plaza, 5-days per week service, Monday - Friday 3,103 37,236 Police Wing, Civic Center, 100 Civic Plaza, including portable building located in police parking lot, 6-days per week service, Monday-Saturday 2,150 25,800 Library, 200 Civic Plaza (Community Room, Lobby, Main Restrooms, City Staff Offices), 6 -days per week service, Monday- Sunday, except Friday 3,821 45,852 Shannon Community Center, 11600 Shannon Avenue, 5-days per week service, Monday-Friday 2,650 31,800 Senior Center, 7600 Amador Valley Blvd., 5-days per week service, Monday-Friday 1,750 21,000 Heritage Center, 6600 Donlon Way, including Murray Schoolhouse and St. Raymond's Church, 3 -days per week service (Murray Schoolhouse) 1 -day per week service St. Raymond's Church 600 7,200 Dublin Heritage Park and Museum, 11285 Dublin Blvd., 5-days per week service, Monday-Friday 600 7,200 The Wave Aquatic Center, 4201 Central Pkwy 7-days per week service 4,400 52,800 Corporation Yard, 5709 Scarlett Court, 3-days per week service, Mon, Wed, Friday 575 6,900 Public Safety Complex, 6363 Clark Ave, 6-days per week service, Monday - Saturday 2,250 27,000 TOTAL ANNUAL COST: 262,788 Extra Work: Rate for scheduled extra work is $19.75 per hour for a minimum of 2 hours for special events. Hazardous Pay Rate: $150.00 per incident. Cost of Living Increase: Rate for base services and rate for extra work will increase 5% year 2 of this agreement. Rate for base services and rate for extra work will increase 6% year 3 of this agreement. Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Exhibit B: Compensation Schedule JANITORIAL SUPPLIES Estimated Quantity Case Quantity Product /Description Per Case Price 125 cs. Toilet Tissue, 2 -ply, 500 sheets /roll 80/500 33.75 325 cs. Multifold Towels, bleached 16/250 21.76 60 cs. 40" x 48" or 40" x 46" Trash Liners, 125 cs 36.50 1.8 mil or better 70 cs. 33" x 39" Trash Liners, 150 cs 38.03 1.8 mil or better 50 cs. 24" x 23" Trash Liners (wastebasket liners) 500 cs 22.73 0.4 mil or better 30cs 40" X 46" Clear Trash Liners 150 cs 36.26 1.7 mil or better 30cs 33" x39" Clear Trash Liners 250 cs 39.67 1.2 mil or better 30cs 24" x 23" Clear Trash Liners 500 cs 18.39 35 mil or better 40 cs. Toilet Seat Protectors 5000 cs 37.82 100 cs. Pink Hand Soap (based on 6 gal. /case) 4 gal 23.73 10 cs. Sanitary Napkin Receptacle Liners 500 cs 16.53 Approx. 7%:" x 3 -3/4" x 10 2 Contract Services Agreement between July 1, 2018 City of Dublin and Tri- Valley Janitorial Service and Supply Exhibit B: Compensation Schedule CONTRACTOR SERVICES AGREEMENT BETWEEN THE CITY OF DUBBIN AND ADVANCED INTEGRATED PEST MANAGEMENT THIS AGREEMENT for Pest Control services is made by and between the City of Dublin ("City") and Advanced Integrated Pest Management ("Contractor") (together sometimes referred to as the "Parties") as of July 1, 2019 (the "Effective Date"). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2022, the date of completion specified in Exhibit A, and Contractor shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Contractor to complete the services required by this Agreement shall not affect the City's right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Contractor and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Contractor for the provision of the serves described in Exhibit A does not increase, None of the foregoing shall affect the City's right to terminate the Agreement as provided for in Section 8. 1.2 Standard of Performance. Contractor shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Contractor is engaged, 1.3 Assignment of Personnel. Contractor shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Contractor shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Contractor shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Subsection 1.2 above and to satisfy Contractor's obligations hereunder. 1.5 Public Works Contractor Registration. Contractor agrees, iri accordance with Section 1771.1 of the California Labor Code, that Contractor or any subconsultant shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 1 of Part 7 of Division 2 of the California Labor Code, unless currently registered and qualified to perform public work pursuant to California Labor Code section 1725.5, It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to California Labor Code section 1725.5, Contractor agrees, in accordance with Section 1771.4 of the California Labor Code, that if the work under this Agreement qualifies as public work, it is subject to compliance monitoring and enforcement by the Department of Industrial Relations, 1.6 Public Works Contractor Registration. Contractor agrees, in accordance with Section 1771.1 of the California Labor Code, that Contractor or any subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 1 of Part 7 of Division 2 of the California Labor Code, unless currently registered and qualified to perform public work pursuant to California Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to California Labor Code section 1725.5. Contractor agrees, in accordance with Section 1771.4 of the California Labor Code, that if the work under this Agreement qualifies as public work, it is subject to compliance monitoring and enforcement by the Department of Industrial Relations, Section 2. COMPENSATION. City hereby agrees to pay Contractor a sum not to exceed ($38,220) THIRTY- EIGHT THOUSAND TWO HUNDRED TWENTY DOLLARS, notwithstanding any contrary indications that may be contained in Contractor's proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Contractor's proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Contractor for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Contractor for services rendered pursuant to this Agreement. Contractor shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Contractor shall not bill City for duplicate services performed by more than one person. Contractor and City acknowledge and agree that compensation paid by City to Contractor under this Agreement is based upon Contractor's estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Contractor. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Contractor and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Contractor shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information: ■ The dates of service provided at each facility; ■ Location of each service; ■ Daily logs of total hours worked by each individual performing work under this Contract o Hours must be logged in increments of tenths of an hour or quarter hours o If this Contract covers multiple projects, all hours must also be logged by project assignment o A brief description of the work ■ The Contractor's signature. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Contractor. 2.3 Final Payment. City shall pay the last 10% of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Contractor pursuant to this Agreement, City shall not pay any additional sum for any expense or cost whatsoever incurred by Contractor in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Contractor submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 2.5 Hourly Fees. Fees for work performed by Contractor on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit B. Expenses not listed in Exhibit B are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Contractor is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Contractor terminates this Agreement pursuant to Section 8, the City shall compensate the Contractor for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Contractor shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Contractor is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator, 2.10 Liquidated Damages. Failure of Contractor to respond to problems referred to it by City within the time limits established in Subsection 1.2 of this Agreement shall result in liquidated damages as set forth in Exhibit A. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Contractor shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Contractor only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. Contractor shall make a written request to City to use facilities or equipment not otherwise listed herein. 3.1 Safety Requirements. In accordance with generally accepted construction practices and state law, Contractor shall be solely and completely responsible for conditions on the jobsite, including safety of all persons and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Contractor shall take all necessary precautions Cl"d provide all necessary safeguards to prevent personal injury and property damage, Contractor shall provide protection for all persons including, but not limited to, its employees and employees of its subcontractors; members of the public; and employees, agents, and representatives of the City and regulatory agencies that may be on or about the work. The services of the City in conducting review and inspection of Contractor's performance is not intended to include review of the adequacy of Contractor's work methods, equipment, bracing or scaffolding, or safety measures, in, on, or near any Contractor jobsite. All work and materials shall be in strict accordance with all applicable state, city, county, and federal rules, regulations and codes, with specific attention to the United States Department of Labor Occupational Health and Safety Administration (OSHA) requirements. Contractor shall be sole►y responsible for compliance with all city, county, and state explosive transport, storage, and blasting requirements and for any damages caused by such operations. Contractor is hereby informed that work on City property could be hazardous. Contractor shall carefully instruct all personnel working on City property that all conditions of the property are potentially hazardous work areas as to potential dangers and shall provide such necessary safety equipment and instructions as are necessary to prevent injury to personnel and damage to property. Special care shall be exercised relative to work underground. In addition to complying with all other safety regulations, Contractor shall abide by any and all other City requirements contained in any specifications, special conditions or manuals, which shall be made available by City upon request. Contractor shall provide and maintain all necessary safety equipment such as fences, barriers, signs, lights, walkways, guards, and fire prevention and fire -fighting equipment and shall take such other action as is required to fulfill its obligations under this section. It is the intent of the City to provide a safe working environment under normal conditions. CONTRACTOR IS ADVISED THAT CITY'S OPERATIONS AND PROPERTY ARE INHERENTLY HAZARDOUS BECAUSE OF CONDITIONS SUCH AS CONFINED SPACES, POTENTIALLY EXPLOSIVE ATMOSPHERES, AND POSSIBLE EXPOSURE TO PATHOGENS. Contractor shall maintain all portions of the jobsite in a neat, clean, and sanitary condition at all times, If required by the City, toilets shall be furnished by Contractor where needed for use of its employees and their use shall be strictly enforced. Contractor shall not use the City's existing sanitary facilities, unless previously authorized by the City. Contractor shall keep adequate first aid facilities and supplies available and instruction in first aid for its employees shall be given. City reserves the right to require that Contractor bring onto the project or engage the services of a licensed safety engineer at any time during the term of this Agreement. If Contractor does not have a licensed safety engineer on staff, then City may require that Contractor engage a subcontractor or subconsultant as the project's safety engineer. Contractor shall bear all costs in connection with meeting the requirements of this section. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Contractor, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Contractor and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Contractor shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Contractor shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Contractor's bid. Contractor shall not allow any subcontractor to commence work on any subcontract until Contractor has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF THIS AGREEMENT PRIOR TO EXECUTION. Contractor shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers' Compensation. 4.1.1 General Requirements. Contractor shall, at its sole cost and expense, maintain Statutory Workers' Compensation Insurance and Employer's Liability Insurance for any and all persons employed directly or indirectly by Contractor. The Statutory Workers' Compensation Insurance and Employer's Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Contractor may rely on a self- insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator, The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the City for all work performed by the Contractor, its employees, agents, and subcontractors. 4.1.2 Submittal Reauirements. To comply with Subsection 4.1, Contractor shall submit the following: a. Certificate of Workers' Compensation Insurance in the amounts specified in the section; and b. Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance, 4.2.1 General Requirements, Contractor, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $2,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $2,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non -owned automobiles. 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an "occurrence" basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Reauirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a. The Insurance shall cover on an occurrence or an accident basis, and not on a claims -made basis. b. City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Contractor; or automobiles owned, leased, hired, or borrowed by the Contractor, c. Contractor hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Contractor agrees to obtain any endorsements that may be necessary to affect this waiver of subrogation, d. For any claims related to this Agreement or the work hereunder, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 4.2.4 Submittal Reauirements. To comply with Subsection 4.2, Contractor shall submit the following: a. Certificate of Liability Insurance in the amounts specified in the section; b, Additional Insured Endorsement as required by the section; c. Waiver of Subrogation Endorsement as required by the section; and d. Primary Insurance Endorsement as required by the section, 4.3 All Policies Requirements, 4.3.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.3.2 Verification of Coverage. Prior to beginning any work under this Agreement, Contractor shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Contractor by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Contractor beginning work, it shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. Deductibles and Self -Insured Retentions. Contractor shall disclose to and obtain the written approval of City for the self -insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the City, its officers, employees, and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.3.4 Wasting Policies. No policy required by this Section 4 shall include a "wasting" policy limit (i.e. limit that is eroded by the cost of defense). 4.3.5 Endorsement Reauirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days' prior written notice has been provided to the City. 4.3.6 Subcontractors. Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.4 Remedies. In addition to any other remedies City may have if Contractor fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Contractor's breach: ■ Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; ■ Order Contractor to stop work under this Agreement or withhold any payment that becomes due to Contractor hereunder, or both stop work and withhold any payment, until Contractor demonstrates compliance with the requirements hereof; and/or ■ Terminate this Agreement. Section 5. INDEMNIFICATION AND CONTRACTOR'S RESPONSIBILITIES. Contractor shall indemnify, defend with counsel acceptable to City, and hold harmless City and its officers, officials, employees, agents and volunteers from and against any and all liability, loss, damage, claims, expenses, and costs (including without limitation, attorney's fees and costs and fees of litigation) (collectively, "Liability") of every nature arising out of or in connection with Contractor's performance of the Services or its failure to comply with any of its obligations contained in this Agreement, except such Liability caused by the sole negligence or willful misconduct of City, The Contractor's obligation to defend and indemnify shall not be excused because of the Contractor's inability to evaluate Liability or because the Contractor evaluates Liability and determines that the Contractor is not liable to the claimant. The Contractor must respond within 30 days, to the tender of any claim for defense and indemnity by the City, unless this time has been extended by the City. If the Contractor fails to accept or reject a tender of defense and indemnity within 30 days, in addition to any other remedy authorized by law, so much of the money due the Contractor under and by virtue of this Agreement as shall reasonably be considered necessary by the City, may be retained by the City until disposition has been made of the claim or suit for damages, or until the Contractor accepts or rejects the tender of defense, whichever occurs first, Notwithstanding the forgoing, to the extent this Agreement is a "construction contract" as defined by California Civil Code Section 2782, as may be amended from time to time, such duties of Contractor to indemnify shall not apply when to do so would be prohibited by California Civil Code Section 2782, In the event that Contractor or any employee, agent, or subcontractor of Contractor provng services under this Agreement is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of City, Contractor shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Contractor or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Section 6. STATUS OF CONTRACTOR. 6.1 Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and shall not be an employee of City. City shall have the right to control Contractor only insofar as the results of Contractor's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Contractor and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Contractor Not an Agent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Contractor and any subcontractors shall comply with all laws applicable to the performance of the work hereunder. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Contractor and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program.. 7.4 Licenses and Permits. Contractor represents and warrants to City that Contractor and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Contractor represents and warrants to City that Contractor and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Contractor and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Contractor shall not discriminate, on the basis of a person's race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable local, state, or federal laws (each a "Protected Characteristic"), against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Contractor shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Contractor. Contractor may cancel this Agreement upon 30 days' written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Contractor shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Contractor delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Contractor or prepared by or for Contractor or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein, Contractor understands and agrees that, if City grants such an extension, City shall have no obligation to provide Contractor with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Contractor for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Contractor recognize and agree that this Agreement contemplates personal performance by Contractor and is based upon a determination of Contractor's unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Contractor. Contractor may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Contractor shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this 00 Agreement allocating liability between City and Contractor shall survive the termination of this Agreement. 8.6 Options upon Breach by Contractor. If Contractor materially breaches any of the terms of this Agreement, City's remedies shall include, but not be limited to, the following: .1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Contractor pursuant to this Agreement; 8.fi.3 Retain a different contractor to complete the work described in Exhibit A not finished by Contractor; or 8.6.4 Charge Contractor the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Contractor pursuant to Section 2 if Contractor had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Contractor's Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Contractor prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Contractor hereby agrees to deliver those documents to the City upon termination of the Agreement, It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Contractor agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Contractor's Books and Records. Contractor shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Contractor to this Agreement, 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Contractor to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000,00, the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Section 10. MISCELLANEOUS PROVISIONS, 10.1 Attorneys Fees. If a party to this Agreement brings any action, including an action for declaratory relIef, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys' fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect, The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Conflict of Interest. Contractor may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Contractor in a "conflict of interest," as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Contractor shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Contractor hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Contractor was an employee, agent, appointee, or official of the City in the previous 12 months, Contractor warrants that it did not participate in any manner in the forming of this Agreement. Contractor understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Contractor will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Contractor will be required to reimburse the City for any sums paid to the Contractor. Contractor understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California, 10.7 Solicitation. Contractor agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.8 Contract Administration, This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.9 Notices. Any written notice to Contractor shall be sent to: Advanced Integrated Pest Management Attn: Gary Fonzi 1960 Arnold Industrial Place Concord, CA 94520 Any written notice to City shall be sent to: City of Dublin Att: Lowell Dean McDonald 100 Civic Plaza Dublin, CA 94568 10.10 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B and C represents the entire and integrated agreement between City and Contractor and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Compensation Schedule Exhibit C Conflict of Interest Statement 10.11 Counterparts. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. 10.12 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000,00) or more, by Contractor's signature below Contractor certifies that Contractor, and any parent entities, subsidiaries, successors or subunits of Contractor are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. Attest: L. Foss, City Caroline Soto, City Clerk Approved as to Form: 3070365.1 RATED PEST MANAGEMENT Bruce Contractor's DIR Registration Number (if applicable) a►i EXHIBIT A SCOPE OF SERVICES Contractor shall treat and/or provide for an environment that is free from, but not limited to, the following pests: 1. Spiders, cockroaches, and beetles 2. Crickets and grasshoppers 3. Ants (all species), earwigs, sow bugs, and silverfish 4. Fleas and other biting insects 5. Wasps, hornets and other stinging insects nesting in the interior or exterior, up to a maximum height of two (2) stories 6, Mice, rats, and other rodents Pest control services shall be performed at all City facilities, as listed in Exhibit B. All Contractor personnel shall wear a uniform with proper identification whenever working in or around any City facility. Contractor personnel shall schedule all visits prior to providing services with the Public Works Maintenance Superintendent or designee, and Contractor personnel shall check in with City staff before performing services to receive an update on any issues that may have come up since the last routine service. The Contractor personnel must perform a thorough inspection during routine service. Contractor personnel shall provide the City with an electronic copy of the inspection report within one week of service in order to report any issues that may be addressed by the City prior to the next scheduled service (i.e. trim vegetation away from building, install door sweeps, etc.). Complaints and service requests between routine services must be addressed within 24 hours after notification and will be at no additional cost to the City. All pest control services shall be performed in accordance with Federal, State and Local rules and regulations. Any and all chemicals used during the service must be approved for its intended use and applied in a manner consistent with the regulations established by the State of California Department of Pesticide Regulation and consistent with Federal and Cal OSHA standards. Contactor shall establish and submit to the Public Works Maintenance Superintendent a schedule of services to be performed at each facility. Each facility shall be serviced monthly, unless noted otherwise, This Agreement will allow for additional facilities to be added to the list in Exhibit B as determined by the Public Works Maintenance Superintendent, or their designee. In addition, Public Works Maintenance Superintendent, or their designee, may approve, in writing, additional work for unforeseen services on top of items approved in this Agreement. EXHIBIT B Compensation Schedule Base Bid: City Facilities Site# Facility Floors Interior Exterior Frequency Total Total Annual Building Building Monthly Rate Rate 1 City Hall 100 Civic Plaza 2 X X Monthly $105 $1,260 2 Library 200 Civic Plaza 1 X X Monthly $75 $900 3 Public Safety Complex 1 X X Monthly $105 $1,260 6363 Clark Avenue 4 Shannon Center 11600 Shannon Avenue 1 X X Monthly $75 $900 5 Senior Center 7600 Amador Valley Boulevard 1 X X Monthly $75 $900 Heritage Park & Museum 6 (Old St. Raymond Church & 1 X X Monthly $70 $840 Schoolhouse) 6600 Donlon Way 7 Historic Park (Kolb House) 1 X X Monthly $60 $720 6600 Donlon Way 8 The WAVE 4201 Central Parkway 1 X X Monthly $75 $900 9 City Corporation Yard 1 X X Monthly $75 $900 5709 Scarlett Court 10 Fire Station 16 7494 Donohue Drive 1 X X Monthly $60 $720 11 Fire Station 17 6700 Madigan Drive 1 X X Monthly $60 $720 12 Fire Station 18 4800 Fallon Road 1 X X Monthly $60 $720 BASE BID TOTAL: $895 $10,740 Year 1 Year 2 Year 3 Total Base Bid $10,740 $10,740 $10,740 $32,220 Contingency $2,000 $2,000 $2,000 $6,000 Totals $12,740 $12,740 $12,740 $38,220 Please note, reimbursable expenses are built into rates as identified above. Invoices shall be submitted electronically to: pwinvoices@dublin.ca.gov no more than once monthly and as work is completed. EXHIBIT C CONFLICT OF INTEREST Consultant confirms the ability to meet the City of Dublin's Conflict of Interest requirements as specified in the City's RFP. Consultant is not aware of any recent, current or anticipated contractual obligations which will pose a potential conflict of interest with the work on this project, Consultant agrees that, for the term of this agreement, no member, officer or employee of the City of Dublin, or a public body within Alameda County or member of delegate to the Congress of the United States, during his/her tenure of for one year thereafter, shall have any direct interest in the contacts or any direct or material benefit arising therefrom. AMENDMENT #{ TO CONTRACTOR SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND ADVANCED INTEGRATED PEST MANAGEMENT WHEREAS, on July'1, 2019, the City of Dublin (hereinafter referred to as "C|TY') and Advanced lntegrated Pest Management (hereinafter referred to as "CoNTRACTOR') entered into a Contractor Services Agreement for pest control services (hereinafter referred to as the "AGREEMENT"); and WHEREAS, the existing AGREEMENT has a Not to Exceed amount of $38,220.00, and WHEREAS, the CITY and CONTRACTOR now wish to amend the Agreement to increase the Not to Exceed amount to $40'O2O.OO, modifying Sections 2 and 10'10 of the Agreement. NOW THEREFORE, for good and valuable consideration, the sufficiency of which is hereby acknowledged, the AGREEMENT is amended as follows: 1)Section 2 following: COMPENSATIO N. shall be rescinded in its entire ty and replaced with the ooMPENSATION. City hereby agrees to pay contractor a sum not to exceed (FORTY THOUSAND TWENTY DOLLARS) ($40,020.00), notwithstanding any contrary indications that may be contained in contractor's proposal, for services to be performed under this Agreement. ln the event of a conflict between this Agreement and contractor's proposal, aitached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. city shall pay contractor for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from the city to contractor for services rendered pursuant to this agreement. contractor shall submit all invoices to the City in the manner specified herein. Except as specifically authorized by City, Contractor shall not bill City for duplicate services performed by more than one person. Contractor and City acknowledge and agree that compensation paid by City to Contractor under this Agreement is based upon contractor,S costs of providing the Services required hereunder'includingsalariesandbenefitsofemployeesandsubcontractorSofContractor. Consequently, the parties further agree that compensation hereunder is intended to includethecostsofcontributionstoanypensionsand/orannuitiestowhichContractor and its employees, agents, and subcontractors may be eligible' City therefore has no responsibilityforsuchcontributionSbeyondcompenSationrequiredunderthisAgreement' section 10.10 lnteqration shall be rescinded in its entirety and replaced with the following: 2) 3) lnteqration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B-Revised and C, represents the entire and integrated agreement between City and Contractor and supersedes all prior negotiations, representations, or agreements, either written or oral. Except to the extent inconsistent with this First Amendment, the Parties ratify and confirm all the terms and conditions of the AGREEMENT. The individuals executing this Amendment and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Amendment. SIGNATURES ON FOLLOWING PAGE 4) IN WTNESS WHEREOF, the parties hereto have caused this First Amendment to be executed as of the date and year first above written. CITY OF DUBLIN Dated: ll l7 Christopher L. Foss, City Manager ATTEST: By: Caroline Soto, City Clerk ADVANCED INTEGRATED PEST Dated:9-3:-rQ By:{o/- BUlt6 f)crrA+rt ni, President EXHIBIT B.REVISED Compensation Schedule City Facilities Please note, reimbursable expenses are built into rates as identified above. 14{- Contractor shall notify City of any proposed increases to costs no later than 60 days prior to a new Fiscal Year (July 1 - June 30). Any changes to costs shall be approved in writing by the Public Works Maintenance Superintendent, or their designee. Any such annual increase shall be calculated based on the Bay Area Consumer lndex Rate (CPt) and shall not exceed 37o. Year 1 Year 2 Year 3 Total Base Bid $11,340 $11,340 $11,340 $34.020 Contingency $2,000 $2,000 $2,000 $6,000 Totals $13,340 $13.340 $13,340 $40,020 lnvoices shall be submitted electronically to: pwinvoices@dublin.ca.gov no more than once monthly and as work is completed. Site#Facility Floors !nterior Building Exterior Building Frequency Total Monthly Rate Total Annual Rate 1 City Hall 100 Civic Plaza 2 X X Monthly $105 $1,260 2 Library 200 Civic Plaza 1 X X Monthly $75 $900 3 Public Safety Complex 6363 Clark Avenue 1 X X Monthly $105 $1,260 4 Shannon Center 1 1600 Shannon Avenue 1 X X Monthly $75 $e00 5 Senior Center 7600 Amador Valley Boulevard 1 X X Monthly $75 $900 6 Heritage Park & Museum (Old St. Raymond Church & Schoolhouse) 6600 Donlon Way 1 X X Monthly $70 $840 7 Historic Park (Kolb House) 6600 Donlon Way 1 X x Monthly $60 $720 8 The WAVE 4201 Central Parkway 1 X X Monthly $125 $1,500 9 City Corporation Yard 5709 Scarlett Court 1 X Monthly $75 $900 10 Fire Station 16 7494 Donohue Drive 1 X X Monthly $60 $720 11 Fire Station 17 6700 tiladigan Drive 1 X X tt/onthly $60 $720 12 Fire Station 18 4800 Fallon Road 1 X X Monthly $60 $720 TOTAL:$895 $11,340 X Laura Borjon From: Sent: To: Cc: Subject: Gary Fonzi < gfonzi@advancedipm.com> Wednesday, November 6, 2019 4:15 PM Laura Borjon Dean McDonald RE: Amendment #1 to Contract Services Agreement with AIPM D:925-348-3544 O: 925-969-7586 E: gfonzi@advancedipm.com Hi Laura- Looks good to me- I could not even locate any changes but not concerned. Thanks Laura! Thank You, Gary Fonzi Commercial Account Manager AD D P M@EE advancediom.com We're hirino! View Advanced IPM Careers. Laura Borjon Administrative Aide City of Dublin 100 Civic Plaza, Dublin, CA 94568 (92s) 833-6630 I (925) 829-92'+8 FAX laura.borion@dublin.ca.gov I www.dublin.ca.gov Mission Stotemenr The C)ty of Dublin promotes ond supports o high quolity of life, ensures o sde ond seanre environment, ond fosters new oppottunities. Ttre information contained in this communication is confidentiat and intended onty for the use of the recipient named above, and may be legally prrvileged and exempt from disctosure under applicable taw. tf the reader of this message is not the intended recipient or you have received this communicatian in error, please delete this communication immediately' From: La ura Borjon [ma ilto: La ura. Borjon@dublin.ca.gov] Sent: Monday, Novemb er 4, 2Ot9 t:22 PM To: Gary Fonzi <gfonzi@advancedipm.com> Cc: Dea n McDona ld <Dean.McDona ld @dublin.ca.gov> subject: RE: Amendment #1 to contract services Agreement with AIPM HiGary, Thank you, I look forward to hearing from you soon Thanks again, {h DUBLIN rl ,,]; , TH€ HS1nr AHCRICAN SACKYARD 1 From: Gary Fonzi <gfonzi@advancedipm.com> Sent: Monday, November 4,2OL9 9:37 AM To: Laura Borjon <Laura. Borion @dubl in.ca.sov> Cc: Dean McDonald <Dea n. McDona ld @d u bli n.ca.gov> Subject: RE: Amendment #1 to Contract Services Agreement with AIPM Hi Laura- I have received the amendment & will address ASAP Thank You, A Dp E@EB PUBLIN i. ;, j . Tlif Nfw AHERICANgACKYITRg Gary Fonzi Commercial Account lVlanager' D: 925-348-3544 O: 925-969-7586 E: qfonzi@advancedipm.com advancedipm.com We're hirinq! View Advanced IPM Careers. The information contained in this communication is confidential and intended only for the use of the recipient named above. and ntay be tegatly privileged and exempt from disclosure under applicable law. lf the reader of this rnessage is not the rntended recipient.or you have received this communication in error, please delete this communication immediately. From: Laura Borjon [ma ilto: La ura. Borion @d u bl in.ca.gov] Sent: Friday, November L,2Ot9 3:51 PM To: Gary Fonzi <gfonzi(Oadvancedipm.com> Cc: Dean McDonald <Dean.McDonald@dublin.ca.sov> Subject: Amendment #1to Contract Services Agreement with AlpM Good afternoon Gary, During the routing of the signed amendments, our City Manager's Office caught some discrepancies which were corrected in the attached Amendment. Please review the revised version and let me know if it is acceptable to you at your earliest convenience. lf you are okay with the revisions (the intent of the amendment remains the same), I will print the new version and attach to the signature pages you submitted. Thank you, Laura Borjon Administrative Aide City of Dublin 100 Civic Plaza, Dublin, CA 94568 (92s) 833-6630 | (e2s) 82e-e248 FAX laura.borjon@dublin.ca.gov I www.dublin.ca.gov Mission Stotement' The Gty of Dublin promotes ond supports a high quotity of life, ensures o sofe ond secure environment, ond Bsters new opportunities. 2 Budget Change Reference #: From Un-Appropriated Reserves Budget Transfer Between Funds From Designated Reserves Other Reimbursement Account Amount Account Amount 190106.4000.4005 (1001.1901.64006)$152,358 190106.0107 (1001.1901.49141 - Reimbursement)$152,358 190106.0104 (1001.1901.49131 - Misc. Revenues)$10,665 1/14/2020 Posted By:Date: As Presented at the City Council Meeting **********Finance Use Only********** CITY OF DUBLIN Increase in building maintenance contract services budget due to the approval of Intergovernmental Support Agreement for Municipal Services with Camp Parks, the increase in expenditure will be offset by reimbursement from the U.S. Army. REASON FOR BUDGET CHANGE FISCAL YEAR 2019-20 BUDGET CHANGE FORM DECREASE BUDGET AMOUNT INCREASE BUDGET AMOUNT REV: General Fund - Non-Dept EXP: General Fund - Non-Dept - Building Maintenance (Additional Services) City Council's Approval Required G:\Budget Changes\12_2019-20\City Council\06_190106 Camp Parks_011420 06_190106 Camp Parks_011420