Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Citywide Janitorial ServicesSERVICES CONTRACT
BY AND BETWEEN
THE CITY OF SAN RAFAEL
AND
EXCELLENT CLEANING SERVICES, LLC
FOR CITYWIDE JANITORIAL SERVICES
This contract ("Contract") is entered into by and between the City of San Rafael ("City") and
Excellent Cleaning Services, LLC ("Contractor"), a California Limited Liability Company, for work on the
City's Citywide Janitorial Services ("Project"), and is effective on Mar IS- 202_4 ("Effective
Date").
The parties agree as follows
1. Scope of Work. Contractor will perform and provide all labor, materials, equipment, supplies,
transportation, and any and all other items or services necessary to perform and complete the work
required for the Project ("Work"), as specified in Exhibit A, Scope of Work and Bid Proposal, and
according to the terms and conditions of this Contract, including all attachments to the Contract and any
other documents and statutes incorporated by reference. To the extent that any attachment contains
provisions that conflict or are inconsistent with the terms set forth in the body of this Contract, the
Contract terms will control. This Project requires the Contractor to have a valid janitorial registration with
the State of California.
2. Contract Documents. The Contract Documents incorporated into this Contract include and are
comprised of all of the documents listed below:
2.1 Contract;
2.2 Addenda, if any;
2.3 Exhibit A — Scope of Work and Bid Proposal;
2.4 Exhibit B — Insurance Requirements.
3. Contract Price. As full and complete compensation for Contractor's timely performance and
completion of the Work in strict accordance with the terms and conditions of the Contract Documents, City
will pay Contractor up to the not to exceed amount of $250,050 per year of service, with no more than a
5% increase allowed per year (the "Contract Price"), for all of Contractor's direct and indirect costs to
perform the Work, including all labor, materials, supplies, equipment, taxes, insurance, and all overhead
costs, in accordance with the rates in Contractor's Bid Proposal set forth in Exhibit A and the payment
provisions contained herein.
3.1 Payment. Contractor will bill City on a monthly basis for Services provided by Contractor
during the preceding month, subject to verification by City. City will pay Contractor within thirty (30) days
of City's receipt of invoice.
4. Contract Term. Unless otherwise set forth in this Contract or unless this paragraph is
subsequently modified by a written amendment to this Contract, the term of this Contract shall begin on
the Effective Date of this Agreement and terminate two (2) years from the Effective Date. At the City's
election, the Contract may be extended two (2) times, each for a period not to exceed one (1) year.
5. Standard of Care. All Work must be provided in a manner that meets or exceeds the standard of
care applicable to the same type of work in the City of San Rafael. Contractor must promptly correct, at
Contractor's sole expense, any Work that the City determines is deficient or defective.
6. Permits and Licenses. Contractor, at its sole expense, must obtain and maintain during the term
of this Contract, all appropriate permits, certificates and licenses including, but not limited to a City
business license.
City Attorney Form, July 2023 Page 1
7. Indemnification. Contractor will indemnify, defend with counsel acceptable to City, and hold
harmless to the full extent permitted by law, City, its governing body, officers, agents, employees, and
volunteers (the "Indemnitees") from and against any and all liability, demands, loss, damage, claims,
settlements, expenses, and costs (including, without limitation, attorneys' fees, expert witness fees, and
costs and fees of litigation) (collectively, "Liability") of every nature arising out of or in connection with the
acts or omissions of Contractor, its employees, subcontractors, representatives, or agents in performing
the Work or failing to comply with any obligation of Contractor under this Contract, except such Liability
caused by the active negligence, sole negligence, or willful misconduct of an Indemnitee. This
indemnification obligation is not limited by any limitation on the amount or type of damages or
compensation payable under Workers' Compensation or other employee benefit acts, or by insurance
coverage limits, and will survive the expiration or early termination of this Contract.
8. Insurance. Contractor will, at all times under this Contract, procure and maintain in full force and
effect the insurance coverage provided in Exhibit B, Insurance Requirements, at no cost to City.
9. Termination.
9.1 Termination for Convenience. City reserves the right to terminate all or part of the Contract
for convenience upon written notice to Contractor. Upon receipt of such notice, Contractor must:
immediately stop the Work, including under any terms or conditions that may be specified in the notice;
comply with City's instructions to protect the completed Work and materials; and use its best efforts to
minimize further costs. In the event of City's termination for convenience, Contractor waives any claim for
damages, including for loss of anticipated profits from the Project. If City terminates the Contract for
convenience, City will only owe Contractor payment for the Work satisfactorily performed before Contract
termination, as well as five percent of the total value of the Work performed as of the date of notice of
termination or five percent of the value of the Work yet to be completed, whichever is less, which is
deemed to cover all overhead and profit to date.
9.2 Termination for Default. The City may terminate this Contract for cause for any material
default. Contractor may be deemed in default for a material breach of or inability to perform the Contract,
including Contractor's refusal or failure to supply sufficient skilled workers, proper materials, or equipment
to perform the Work within the Contract Time; refusal or failure to make prompt payment to its employees,
subcontractors, or suppliers or to correct rejected work; disregard of laws, regulations, ordinances, rules,
or orders of any public agency with jurisdiction over the Project; lack of financial capacity to complete the
Work within the Contract Time; or responsibility for any other material breach of the Contract
requirements. If City terminates the Contract for cause, City will only owe Contractor payment for the
Work satisfactorily performed before Contract termination.
10. Dispute Resolution. Any dispute arising under or related to this Contract is subject to the dispute
resolution procedures of Public Contract Code sections 9401 and 20104 et. seq., which are incorporated
by reference.
11. Waiver. A waiver by City of any breach of any term, covenant, or condition in this Contract will
not be deemed a waiver of any subsequent breach of the same or any other term, covenant, or condition
contained herein, regardless of the character of any such breach.
12. Warranty. Contractor guarantees and warrants the Work and the materials used or provided for
the Project for a period of one year, beginning upon City's acceptance of the Work for the Project as
complete ("Warranty Period"). During the Warranty Period, upon notice from the City of any defect in the
Work or the materials, Contractor must, at its sole expense, promptly repair or replace the defective Work
or materials, including repair or replacement of any other Work or materials that is or are displaced or
damaged during the warranty work, excepting any damage resulting from ordinary wear and tear.
13. Worksite Conditions.
City Attorney Form, July 2023 Page 2
13.1 Clean and Safe. Contractor must maintain the Work site and staging and storage areas in a
clean and neat condition and must ensure it is safe and secure. On a daily basis Contractor must remove
and properly dispose of debris and waste materials from the Work site.
13.2 Inspection. Contractor will make the Work accessible at all times for inspection by the City.
13.3 Hazardous Materials. Unless otherwise specified in the Contract documents, this Contract
does not include the removal, handling, or disturbance of any asbestos or other hazardous materials, as
identified by any federal, state, or local law or regulation. If Contractor encounters materials on the Project
site that Contractor reasonably believes to be asbestos or other hazardous materials, and the asbestos or
other hazardous materials have not been rendered harmless, Contractor may continue Work in
unaffected areas reasonably believed to be safe, but must immediately cease Work on the area affected
and report the condition to City. No asbestos, asbestos -containing products or other hazardous materials
may be used in performance of the Work.
14. Conflicts of Interest. Contractor, its employees, subcontractors and agents, may not have,
maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or
policy or in violation of any California law, including under Government Code section 1090 et seq. and
under the Political Reform Act as set forth in Government Code section 81000 et seq. and its
accompanying regulations. Any violation of this Section constitutes a material breach of the Contract.
15. Non -Discrimination. No discrimination will be made in the employment of persons under this
Contract because of the race, color, national origin, ancestry, religion, gender or sexual orientation of
such person.
16. Independent Contractor. City and Contractor intend that Contractor will perform the Work under
this Contract as an independent contractor. Contractor is solely responsible for its means and methods in
performing the Work. Contractor is not an employee of City and is not entitled to participate in health,
retirement or any other employee benefits from City.
17. Assignment of Unfair Business Practice Claims. Under Public Contract Code section 7103.5,
Contractor and its subcontractors agree to assign to City all rights, title, and interest in and to all causes
of action it may have under section 4 of the Clayton Act (15 U.S.C. section 15) or under the Cartwright
Act (Chapter 2 (commencing with section 16700) of Part 2 of Division 7 of the Business and Professions
Code), arising from purchases of goods, services, or materials pursuant to the Contract or any
subcontract. This assignment will be effective at the time City tenders final payment to Contractor, without
further acknowledgement by the parties.
18. Notice. Any notice, billing, or payment required by or pursuant to the Contract documents must
be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable
overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon
delivery unless otherwise specified. Notice for each party must be given as follows:
To CITY's Representative To CONTRACTOR's Representative:
Omar Garcia Jose Luis Figueroa
Facilities Supervisor General Manager
111 Morphew Street 686 Jameson Canyon Road
San Rafael, CA 94901 American Canyon, CA 94503
Public.Works@cityofsanrafael.org; with copy to greatcleaning0@gmail.com
omarg@cityofsanrafael.org
19. General Provisions.
19.1 Compliance with All Laws. Contractor will comply with all applicable federal, state, and
local laws and regulations including, but not limited to, unemployment insurance benefits, FICA laws,
City Attorney Form, July 2023 Page 3
conflict of interest laws, and local ordinances. Work may only be performed by qualified and experienced
workers who are not employed by the City and who do not have any contractual relationship with City,
with the exception of this Contract.
19.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the
Contract is deemed to be inserted, and the Contract will be construed and enforced as though such
provision has been included. If it is discovered that through mistake or otherwise that any required
provision was not inserted, or not correctly inserted, the Contract will be deemed amended accordingly.
19.3 Assignment and Successors. Contractor may not assign its rights or obligations under
this Contract, in part or in whole, without City's written consent. This Contract is binding on Contractor's
and City's lawful heirs, successors and permitted assigns.
19.4 Third Party Beneficiaries. There are no intended third -party beneficiaries to this Contract.
19.5 Governing Law and Venue. This Contract will be governed by California law and venue
will be in the Superior Court of Marin County, and no other place.
19.6 Amendment. No amendment or modification of this Contract will be binding unless it is in a
writing duly authorized and signed by the parties to this Contract.
19.7 Integration; Severability. This Contract and the Contract documents incorporated herein,
including authorized amendments or change orders thereto, constitute the final, complete, and exclusive
terms of the agreement between City and Contractor. If any provision of the Contract documents, or
portion of a provision, is determined to be illegal, invalid, or unenforceable, the remaining provisions of
the Contract documents will remain in full force and effect.
19.8 Authorization. Each individual signing below warrants that he or she is authorized to do so
by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor
is a corporation, signatures from two officers of the corporation are required pursuant to California
Corporation Code section 313.
19.9 Counterparts and Electronic Signature. This Agreement may be executed by electronic
signature and in any number of counterparts, each of which shall be deemed an original, but all of which
together shall constitute one document. Counterpart signature pages may be delivered by telecopier,
email or other means of electronic transmission.
[Signatures are on the following page.]
City Attorney Form, July 2023 Page 4
The parties agree to this Contract as witnessed by the signatures below:
CITY OF SAN RAFAEL:
CRISTINE ALILOVICH, City Manager
APPROVED AS TO FORM:
Office of the City Attorney
- `�,A
By: GENEVIEVE COYLE,
Assistant City Attorney
ATTEST:
City Clerk
Ervvia Ntovi t or)
Brenna Nuimi lo- (M a 118,20241! 13 P67
LINDSAY LARA, City Clerk
Exhibit A: Scope of Work and Bid Proposal
Exhibit B: Insurance Requirements
CONTRACTOR:
, os6 Lku.s 4A&Yoa
Jose 1111 Figuel— !'jr 11 .0.4 13 ) r PDT,
By: Excellent Cleaning Services LLC
Name: Jose Luis Figueroa
Title: General Manager
By:
Name:
Title:
Contractor's Janitorial Registration Number(s) and
Expiration Date(s) (required under Section 1 of the
Contract):
JS-LR-1001114131 EXP DATE 3-01-2025
City Attorney Form, July 2023 Page 5
Exhibit A
SCOPE OF WORK AND BID PROPOSAL
The Work to be performed by CONTRACTOR under this Agreement is more fully described in
CONTRACTOR's bid proposal, which is attached to this Exhibit A.
City Attorney Form, July 2023 Exhibit A
Exhibity A: Summary of rates and locations to be serviced based on included bid schedule and City needs. Any changes to this list of expectations need to be
agreed to in writing by both parties as outlined in the agreement and attachments.
1_ - City Hall_Bktg
$4.013.00
2 - Public Safely Center - Bldg
S5.045.00
2.a - Police Department Detention Faolity - Bldg _
$1_ 4 1
3 - Public Works Department - B
$2,293.00 1
4 - Downtown Library - Slid
_ s1.950.00
b�Pi onnged _
Alot part of current service, but available to add at this rate, if City wishes to do so in writing.
6 - Nonhgate Library - Bldg
S480.00
- Terra Linda Community Center . Bldg
_ _
S550.00 Not part of current service, but available to add at this rate, if City wishes to do so in writing.
8 - San Rafael Community Center - Bldg
$2,006.00 Not part of current service, but available to add at this rate, if City wishes to do so in writing.
B - Albert J Bgro Community Center - Bldg
$3.210.00 Not part of current service, but available to add at this rate, if City wishes to do so in writing.
t0- Falkirk Culth Comer - Bldg - -- --
- $850.00, Not part of current service, but available to add at this rate, if City wishes to do so in writing.
11 - Lucas Valley Childcare Portable - Bldg
$580.00•:
12 _Mary $Iveir8 Childcare Portable - Bldg
S580.00
13 - Parkside Childcare Center - Bldg
$1.43Q00'
114 - Pickleweed Childcare Center - Bldg
S850.00
15 - Vallecito Childcare Portable - Bldg
$580.00
16 - Coleman Childcare Center Portable
$SW.00 Serviced only through June 13, 2024.
17 - Genwood Childcare Center Portable
SSWOO Serviced only through June 13, 2024.
ton -Call Bodily Fluid Clean -Up - per Hour
S35.00
Number
Description
Citywide Janitorial Services
The City of San Rafael (City) hereby requests proposals for janitorial services for
Deadline
City facilities. It is the intent of the City to hire a fully -licensed contractor. Services
shall include routine janitorial maintenance for City facilities, including the Public
01/25/2024 10:00 AM PST
Safety Center, Library, Recreation Centers, Department of Public Works, and City
Hall. Work will include: vacuuming, cleaning staircase treads, spot clean carpets as
Vendor
needed, straighten furniture, empty all waste bins, scrub and mop all bathroom
Excellent Cleaning Services LLC
floors, wash basins, toilet seats, toilet bowls, toilet partitions, paper towel
dispensers, and refuse bins, line bins with liner, stock all dispensers, dust
Submitted
tabletops, countertops, and desks tops where accessible, wash and clean doors,
handles, glass panels in doors, front doors, staircase partitions, and banister rails,
01/24/2024 04:08 PM PST
and provide bodily fluid cleanup as needed for Public Safety Center.
Signed by
Proposals shall be submitted by businesses that have a capable and demonstrable
Jose Luis Figueroa Account Holder
performance in the type of work described in this Request for Proposals document,
Jose Figueroa
including all Attachments (hereafter together referred to as the "RFP"). In addition,
all interested businesses shall have sufficient, readily available resources, in the
Opened
form of trained personnel, support services and financial resources to carry out the
01/25/2024 12:33 PM PST By
work without delay or shortcomings. The Contractor will be required to perform and
jonathan.schellin@cityofsanrafael.org
complete janitorial services by providing all labor, tools, transportation, equipment,
materials, and supplies necessary to complete all work. Work must be completed in
a professional, thorough and timely manner, in accordance with the standards and
specifications as contained in this RFP or stated by the City Representative. The
term of the initial contract will be two years. At the City's discretion, the contract
can be extended twice for a period not to exceed one (1) year each time upon
proper authorization by the Parties.
Attachment List
The awarding process will be done by each location. Meaning, the City may choose
to award different locations to different vendors, based on which vendor meets the
requirements of each location and their proposed pricing. The City will retain
submitted bids for the duration of this service to build a list of available vendors
should the City need to secure a new contractor. All submitted bid pricing shall be
good for up to one year from the date of bid closing. Subsequent year's rate
increases are limited to a maximum of five percent (5%) per year. The City may
choose to utilize only some services at certain locations with a corresponding
reduced rate, or may not award any number of locations based on its sole
discretion for what's in the best interest for the City and its needs. Interested
businesses are invited to submit proposals in accordance with the requirements of
this RFP summarized in Section 6.
(REQUIRED) Pre -Bid Facility Walkthrough: a walkthrough with City representative
is required in order to be considered a responsive bidder. To be included in the
scheduling of a facility walkthrough you must email
Jonathan.schellin@cityofsanrafael.org no later than 2 PM, January 12, 2024, with
your contact information and express interest in the RFP. Walkthroughs will take
place on 1/16/2024 and/or 1/17/2024, depending on availability of City staff and
number of interested bidders. Details of the walkthrough start time and location will
be posted on Bid Express by 3 pm, January 15, 2024.
Allows zero unit prices and labor
Yes
Allows negative unit prices and labor
Yes
Page 2 of 6 01/25/2024
RFP_Janitorial Citywide 2024_Updated 1.18.2024.pdf (357 KB)
Attachment A - Scope of Work_Updated 1.18.2024.pdf (263 KB)
Attachment C_Sample Janitorial Services Agreement.pdf (153 KB)
This is an example agreement. The final agreement may have
changes dependent on proposals received, negotiations, and final
approval by City Attorney's office
BID SCHEDULE - DIRECTIONS
The monthly cost or unit cost for each item must be inclusive of all costs, whether direct or indirect, including materials,
transportation, profit and any other overhead. To be considered responsive for this bid, each bidder must have a
representative attend a pre -bid meeting and walkthrough of the facilities.
The awarding process will be done by each location. Meaning, the City may choose to award different locations to different
vendors, based on which vendor meets the requirements of each location and their proposed pricing. The City will retain
submitted bids for the duration of this service to build a list of available vendors should the City need to secure a new contractor
All submitted bid pricing shall be good for up to one year from the date of bid closing. Subsequent year's rate increases are
limited to a maximum of five percent (5%) per year. The City may choose to utilize only some services at certain locations with a
corresponding reduced rate, or may not award any number of locations based on its sole discretion for what's in the best interest
for the City and its needs.
BID SCHEDULE
Bid Item
No.
Item Description
Component is not included in bid total.
Alternates are not included in bid total.
Unit Alternate Optional
1
City Hall
Bldg
No
Yes
2
Public Safety Center
Bldg
No
Yes
2.a
Police Department Detention Facility
Bldg
No
Yes
3
Public Works Department
Bldg
No
Yes
4
Downtown Library
Bldg
No
Yes
$26,357.00
Unit Extension
Cost
$4,013.00
$4,013.00
$5,045.00
$5,045.00
$1,460.00
$1,460.00
$2,293.00
$2,293.00
$1,950.00
$1,950.00
Alternate Total: $70.00
Total: $26,357.00
Page 3 of 6 01 /25/2024
Bid Item
Item Description
Unit
Alternate
Optional
Unit Extension
No.
Cost
5
Pickleweed Library
Bldg
No
Yes
$480.00
$480.00
6
Northgate Library
Bldg
No
Yes
$480.00
$480.00
7
Terra Linda Community Center
Bldg
No
Yes
$550.00
$550.00
8
San Rafael Community Center
Bldg
No
Yes
$2,006.00
$2,006.00
9
Albert J Boro Community Center
Bldg
No
Yes
$3,210.00
$3,210.00
10
Falkirk Cultural Center
Bldg
No
Yes
$850.00
$850.00
11
Lucas Valley Childcare Portable
Bldg
No
Yes
$580.00
$580.00
12
Mary Silveira Childcare Portable
Bldg
No
Yes
$580.00
$580.00
13
Parkside Childcare Center
Bldg
No
Yes
$1,430.00
$1,430.00
14
Pickleweed Childcare Center
Bldg
No
Yes
$850.00
$850.00
15
Vallecito Childcare Portable
Bldg
No
Yes
$580.00
$580.00
16
On -Call Bodily Fluid Clean -Up
per Hour
Yes
Yes
$35.00
$35.00
17
Additional cleaning services (ensure to explain in
TBD
Yes
Yes
$35.00
$35.00
proposal submittal doc)
Alternate
Total: $70.00
Total: $26,367.00
Required
Document List
Name Omission Terms
Submitted File
Cover Letter
Includes name, address, point of contract and
phone number on the first page. Any qualifying
Cover Letter for RFP The City
statements regarding the proposal, contractor's
of San Rafael 2.docx
approach to the work, summary of licenses/
certifications, qualifications, subcontractors, and
references per RFP.
List of Key Personnel
List of Key Personnel- The
Include the assigned POC(s) for each facility per
City of San Rafael.pdf
2 Required Documents
Page 4 of 6 01 /25/2024
Name Omission Terms Submitted File
Scope of Work requirements
2 Required Documents
NON -COLLUSION DECLARATION
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
The undersigned declares:
I am the *
General Manager
of: *
Excellent Cleaning Services LLC
the party making the foregoing bid
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization,
or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any
other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with
any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly,
sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix
any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true.
The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or
divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository,
or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid and will not pay, any person or entity
for such purpose.
This declaration is intended to comply with California Public Contract Code § 7106 and Title 23 U.S.0 § 112
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this
declaration is executed on
[date], *
01/24/2024
[city] * [state] *
American Canyon california
Page 5 of 6 01 /25/2024
F,-I'l agree that my digital or electronic signature applies to this form
Name *
Jose Luis Figueroa
Page 6 of 6 01 /25/2024
Request for Proposals-
Janitorial Services for The City of San Rafael
January 24, 2024
Excellent Cleaning Services LLC.
Main Contact: Jose Luis Figueroa
686 Jameson Canyon Road
American Canyon, CA 94503
(707) 492-7872
infoO—excellentclean in sg f.com
www.excellentclean in sf.com
List of Key Personnel
Main contact: Jose Luis Figueroa, General Manager
Mobile (707)492-7872, Email: greatcleaning0aemail.com
28 years of experience, 5 years with current employer, Excellent Cleaning Services
LLC.
Site Supervisor/ Appointed Liaison- Lorena Benavides
Mobile (415)827-4214, Email: lorenabenavides37a-mail.com
25 years of experience, 24 years with current employer, Excellent Cleaning Services
LLC.
Site Supervisor/ Appointed Liaison- Larisa Figueroa
Mobile (707)655-1049, Email: larisamfigueroa gmail.com
7 years of experience, 7 years with current employer, Excellent Cleaning Services
LLC.
Attachment A — Scope of Work
Summary
The City requires Janitorial Services
at the following City facilities:
Facili
Address
Janitorial Serviced Areas
Sq Ft
Frequency
1
City Hall
1400 5`" Ave
All areas
30,050
Weekdays
2
Public Safety Center
1375 5" Ave
Police Department Admin
38,000
Everyday
Fire Department Admin
Weekdays
2.a
PD Facility
1375 5" Ave
Detention Areas
Everyday
3
Public Works Department
111 Morphew St
All areas, not including
23,630
Weekdays
maintenance bays
4
Downtown Library
1100 E St
All areas
15,000
Everyday
5
Pickleweed Library
50 Canal St
All areas
2,000
Wed -Sun
6
Terra Linda Community
670 Del Ganado
Pool area restrooms only
2,000
Seasonal
Center
Rd
7
San Rafael Community
618 B St
All areas
Everyday
Center
8
Albert J Boro Community
50 Canal St
All areas
Everyday
Center
9
Falkirk Cultural Center
1408 Mission Ave
All areas
5,350
3x week
10
Lucas Valley Childcare
1175 Idylberry Rd
All areas
1,920
Weekdays
Portable
11
Mary Silveira Childcare
375 Blackstone Dr
All areas
1,920
Weekdays
Portable
12
Parkside Childcare Center
51 Albert Park Ln
All areas
7,000
Weekdays
13
Pickleweed Childcare Center
40 Canal St
All areas
2,400
Weekdays
14
Vallecito Childcare Portable
50 Nova Albion
All areas
1,920
Weekdays
Wy
Suanlies and Eouiiument: Contractor shall provide all labor, chemicals, equipment, and supervision. All
paper products, liners and soap will be supplied by the City. Contractor shall be responsible for picking
up the City provided supplies from a City supply locations (City Hall and/or Public Works Department)
to be used in their servicing of each facility.
Communication: Contractor will be required to provide a liaison for communications, inspections, and
corrective actions. This liaison will be responsible for coordinating quarterly in -person walkthroughs of
the facilities they are responsible for with a City assigned representative for each facility. During the time
between these walkthroughs, the contractor liaison(s) will be responsible for ensuring services are
meeting the City's needs and taking any corrective actions to remedy shortfalls, as well as updating the
City with any ordering needs for supplies. Failure to adhere to this requirement can result in termination
of service agreement and allows the city to select a new contractor or find alternative means to service
facilities.
The City retains the right to implement a verification process for select cleaning tasks and or locations.
This process may include a manual paper log, or the use of the City's digital 311 service to document,
notify, and track the completion of service needs, which may require the use of a smart mobile device by
the contractor to respond to service needs.
Page 1 of 11
Attachment A — Scope of Work
Cleaning Standards and Methods: Modem cleaning methods shall be utilized. For example, traditional
bucket and wet mop method is not acceptable. City requires modern floor cleaning and mopping methods,
such as flathead microfiber mop, or a similarly effective method when appropriate. If a cleaning process
or method is identified by the facility representative as inadequate, the contractor shall address the facility
representative's written concerns within one week of being notified.
Compliance: All cleaning services and any related procurement shall be in compliance with SB 1383:
Short-lived Climate Pollutants (SLCP): Organic Waste Reduction, as well as all other applicable
local, state, and federal regulations as required by each location or service. City may provide training as
needed in coordination with contractor and their needs.
Location -Specific Scope of Work
(1) City Hall
(2) Public Safety Center
Scheduling of Work. Facility shall be cleaned daily (5 times/week) in the evening after closing (5pm Mon -
Fri).
Twice a year deep cleaning of facility floors throughout PSC, excluding FD living quarters.
o Once during May, once during October.
Modern mopping and floor cleaning standards
Requirement of industry standard practices; example urinal mats, cakes; soap dispenser
refilling with correct product, cleaning; entryway mat placement, maintenance, and cleaning;
o Contractor shall be held responsible for incorrect care and damage to facility. For
example using the incorrect soap/liquid to fill dispenser.
ENTRY WAY AND HALLWAYS
Spot clean glass on entry doors
As needed
Dust horizontal surfaces
As needed
Dispose of all waste in the correct bins and replace liners
1
x/day
Remove visible cobwebs inside and outside of main entry
As needed
Vacuum all carpeted areas
1
x/day
Vacuum/sweep and mop all hard surfaces
1
x/day
Dust window ledges, base of chairs, picture frames
1
x/week
OFFICES/CONFERENCE ROOMS
Dust any computers, computer towers, keyboards
1
x/week
Dust desks when paper free — dust around items when items are present
1
x/week
Dust all horizontal surfaces: files, cabinets, & copy machines
1
x/week
Dispose of all waste, recycling, compost in correct bins and replace liners
1
x/day
Maintain waste, recycling, compost bins to ensure safety and cleanliness
As needed
Restock soaps, sanitizer, and paper supplies
1
x/day
Vacuum/sweep and mop all hard surfaces
1
x/day
Vacuum all carpeted areas
1
x/day
Dust window ledges, base of chairs, picture frames
1
x/week
KITCHEN/BREAK AREA
Page 2 of 11
Attachment A — Scope of Work
Clean and disinfect kitchen sink and counter tops
1
x/day
Wipe down tables
1
x/day
Dispose of all waste in the correct bins and replace liners
1
x/day
Restock soaps, sanitizer, and paper supplies
1
x/day
Vacuum/sweep and mop all hard surfaces
1
x/day
Clean stove
1
x/day
Spot clean kitchen cabinets
1
x/day
Clean drinking fountains
1
x/day
Clean vending machines
1
x/day
RESTROOMS
Spot clean vertical surfaces: walls and doors
1
x/day
Clean and disinfect counters and sinks
1
x/day
Clean and disinfect toilets and urinals
1
x/day
Clean mirrors and polish fixtures
1
x/day
Clean dispensers
1
x/day
Restock hand soaps and ,paper disposables
1
x/day
Dispose of all waste in the correct bins and replace liners
1
x/day
Vacuum/sweep and mop all hard surfaces
1
x/day
Clean shower booths and detention rooms
1
x/day
SECURITY AND COMMUNICATION
Make sure all doors are locked
1
x/day
Disarm/arm security system
1
x/day
(2.a) Police Facility (one side of the Public Safety Center building)
Site specific requirements:
Janitorial staff access to locker room, and PD Briefing Room cannot happen during 4:30 —
5:30 PM (during shift changes). Able to clean elsewhere during this time.
Drip drain precautions must be taken to ensure preventative measures: Floor drains to be
filled with liquid cleanser and water twice a month.
Detention Facility Lobby & Interview Rooms
Bodily fluid cleaning
Per incident
As needed
Same standards as Public Safety Center on all areas
Holding Areas
Bodily fluid cleaning
Per incident
As needed
(3) Public Works Department
Scheduling of Work. Facility shall be cleaned daily in the evening after closing (5pm Mon -Fri).
ENTRY WAY AND HALLWAYS
Spot clean glass on entry doors As needed
Page 3 of 11
Attachment A — Scope of Work
Dust horizontal surfaces
As needed
Dispose of all waste in the correct bins and replace liners
1
x/day
Remove visible cobwebs inside and outside of main entry
As needed
Vacuum all carpeted areas
1
x/day
Vacuum/sweep and mop all hard surfaces
1
x/day
Dust window ledges, base of chairs, picture frames
1
x/week
OFFICES/CONFERENCE ROOMS
Dust any computers, computer towers, keyboards
1
x/week
Dust desks when paper free — dust around items when items are present
1
x/week
Dust all horizontal surfaces: files, cabinets, & copy machines
1
x/week
Dispose of all waste in the correct bins and replace liners
1
x/day
Restock soaps, sanitizer, and paper supplies
1
x/day
Vacuum/sweep and mop all hard surfaces
1
x/day
Vacuum all carpeted areas
1
x/day
Dust window ledges, base of chairs, picture frames
1
x/week
KITCHEN/BREAK AREA
Clean and disinfect kitchen sink and counter tops
1
x/day
Wipe down tables
1
x/day
Dispose of all waste in the correct bins and replace liners
1
x/day
Restock soaps, sanitizer, and paper supplies
1
x/day
Vacuum/sweep and mop all hard surfaces
1
x/day
Clean stove
1
x/day
Spot clean kitchen cabinets
1
x/day
Clean drinking fountains
1
x/day
Clean vending machines
1
x/day
RESTROOMS
Spot clean vertical surfaces: walls and doors
1
x/day
Clean and disinfect counters and sinks
1
x/day
Clean and disinfect toilets and urinals
1
x/day
Clean mirrors and polish fixtures
1
x/day
Clean dispensers
1
x/day
Restock hand soaps and paper disposables
1
x/day
Dispose of all waste in the correct bins and replace liners
1
x/day
Vacuum/sweep and mop all hard surfaces
1
x/day
Clean shower booths and detention rooms
1
x/day
Empty & Service Fuel Island Trash Can
1
x day
(4) Downtown Library
(5) Pickleweed Library
Page 4 of 11
Attachment A — Scope of Work
Scheduling of Work: Facilities shall be cleaned daily in the evening after closing (8pm Mon-Thurs, 5pm
Fri -Sun) and a cleaning of the 4 restrooms Monday -Thursday between 3-4pm.
ENTRY WAYS, HALLWAYS, AND PUBLIC AREAS
Wash and clean doors, handles, glass panels in doors, front doors, staircase
partitions, and banister rails
1
x/day
Dust horizontal surfaces
As needed
Dispose of all waste in the correct bins and replace liners
1
x/day
Remove visible cobwebs inside and outside of main entry
As needed
Vacuum all carpeted areas
1
x/day
Vacuum/sweep and mop all hard surfaces
1
x/day
Dust window ledges, base of chairs, picture frames
1
x/week
Empty trash containers and replace liners
1
x/day
Empty recycling containers
1
x/day
Dust tabletops, lower book shelving, countertops, and desks tops where
accessible
1
x/day
Vacuum carpets
3
x/week
Dust mop all floors
1
x/day
Sweep and mop floors
3
x/week
Remove Cobwebs
1
x/week
Clean public computer areas and desks
1
x/day
Thoroughly clean elevator
1
x/day
Clean air vents
1
x/quarter
Wash lobby windows
1
x/quarter
OFFICES/CONFERENCE ROOMS
Dust any computers, computer towers, keyboards
1
x/week
Dust desks when paper free — dust around items when items are present
1
x/week
Dust all horizontal surfaces: files, cabinets, & copy machines
1
x/week
Dispose of all waste in the correct bins and replace liners
1
x/day
Restock soaps, sanitizer, and paper supplies
1
x/day
Vacuum/sweep and mop all hard surfaces
1
x/day
Vacuum all carpeted areas
1
x/day
Dust window ledges, base of chairs, picture frames
1
x/week
KITCHEN/BREAK AREA
Clean and disinfect kitchen sink and counter tops
1
x/day
Wipe down tables
1
x/day
Dispose of all waste in the correct bins and replace liners
1
x/day
Restock soaps, sanitizer, and paper supplies
1
x/day
Vacuum/sweep and mop all hard surfaces
1
x/day
Clean stove
1
x/day
Spot clean kitchen cabinets
1
x/day
Clean drinking fountains
1
x/day
Clean vending machines
1
x/day
Page 5 of 11
Attachment A — Scope of Work
RESTROOMS
Spot clean vertical surfaces: walls and doors
1
x/day
Clean and disinfect counters and sinks
1
x/day
Clean and disinfect toilets and urinals
1
x/day
Clean mirrors and polish fixtures
1
x/day
Clean dispensers
1
x/day
Restock hand soaps and paper disposables
1
x/day
Dispose of all waste in the correct bins and replace liners
1
x/day
Vacuum/sweep and mop all hard surfaces
1
x/day
(6) Terra Linda Community Center
(7) San Rafael Community Center
(8) Albert J Boro Community Center
ENTRY WAY AND HALLWAYS
Spot clean glass on entry doors and windows
As needed
Dust horizontal surfaces
As needed
Dispose of all waste in the correct bins and replace liners
1
x/day
Remove visible cobwebs inside and outside of main lobby and hallways
As needed
Vacuum all carpeted areas
1
x/day
Sweep and mop all hard surfaces
1
x/day
Dust window ledges and picture frames
1
x/week
Dust and disinfect all lobby furniture
1
x/week
Clean drinking fountains
1
x/day
Clean vending machines
1
x/day
Clean and disinfect all doorknobs
1
x/day
Clean air vents
1
x/quarterly
OFFICES
Dust any computers, computer towers, keyboards
1
x/week
Dust desks when paper free — dust around items when items are present
1
x/week
Dust and disinfect office chairs
1
x/week
Dust all horizontal surfaces: files, cabinets, & copy machines
1
x/week
Page 6 of 11
Attachment A — Scope of Work
Dispose of all waste, recycling, compost in correct bins and replace liners
1
x/day
Maintain waste, recycling, compost bins to ensure safety and cleanliness
As needed
Restock soaps, sanitizer, and paper supplies
1
x/day
Sweep and mop all hard surfaces
1
x/day
Vacuum all carpeted areas
1
x/day
Dust window ledges, picture frames
1
x/week
Clean and disinfect all doorknobs
1
x/day
Clean air vents
1
x/quarterly
CLASSROOMS
Dust any computers, computer towers, keyboards
1
x/week
Wipe down and disinfect classroom tables
1
x/day
Dust and disinfect classroom chairs
1
x/week
Wipe down dry erase boards
1
x/day
Dispose of all waste, recycling, compost in correct bins and replace liners
1
x/day
Maintain waste, recycling, compost bins to ensure safety and cleanliness
As needed
Restock soaps, sanitizer, and paper supplies
1
x/day
Sweep and wet mop all hard surfaces
1
x/day
Vacuum all carpeted areas
1
x/day
Dust window ledges, picture frames
1
x/week
Spot clean glass on entry doors and windows
As needed
Clean and disinfect all doorknobs
1
x/day
Clean air vents
1
x/quarterly
KITCHEN
Clean and disinfect kitchen sink and counter tops
1
x/day
Wipe down counters
1
x/day
Dispose of all waste in the correct bins and replace liners
1
j x/day
Page 7 of 11
Attachment A — Scope of Work
Restock soaps, sanitizer, and paper supplies
1
x/day
Vacuum/sweep and wet mop floor surface
1
x/day
Clean stove and all appliances
1
x/day
Clean and disinfect all doorknobs
1
x/day
Clean air vents
1
x/quarterly
MULTIPURPOSE ROOM & GYMNASIUM
Vacuum/sweep and wet mop floor surface
1
x/day
Clean and disinfect vertical surfaces and ledges: walls and doors
1
x/week
Spot clean glass on entry doors and windows
As needed
Clean and disinfect all doorknobs
1
x/day
Clean air vents
1
x/quarterly
RESTROOMS
Clean and disinfect vertical surfaces: walls and doors
1
x/day
Clean and disinfect counters and sinks
1
x/day
Clean and disinfect toilets and urinals
1
x/day
Clean mirrors and polish fixtures
1
x/day
Clean dispensers
1
x/day
Restock hand soaps and paper disposables
1
x/day
Dispose of all waste in the correct bins and replace liners
1
x/day
Vacuum/sweep, mop and disinfect floor surfaces
1
x/day
Clean air vents
1
x/quarterly
SECURITY AND COMMUNICATION
Make sure all doors are locked
1
x/day
Disarm/arm security system
1
x/day
Page 8 of 11
Attachment A — Scope of Work
SPECIAL PROJECTS
Deep clean carpets throughout the Community Center
2
x/year
Strip and wax hard floor surfaces
2
x/year
Scheduling of Work. Facility shall be cleaned two times per week on Thursday nights after 9pm and
Sunday evenings after 7pm from April through the third week in September.
POOL RESTROOMS
Spot clean vertical surfaces: walls and doors
2
x/week
Clean and disinfect counters and sinks
2
x/week
Clean and disinfect toilets and urinals
2
x/week
Clean mirrors and polish fixtures
2
x/week
Clean dispensers
2
x/week
Restock hand soaps and paper disposables
2
x/week
Dispose of all waste in the correct bins and replace liners
2
x/week
Vacuum/sweep and mop all hard surfaces
2
x/week
Clean shower booths and detention rooms
2
x/week
Wet mop hard surface floors using germicidal product that smells fresh
2
x/week
Clean all lockers inside and outside
2
x/week
High dusting: air grills, ceiling fixtures
1
x/month
(9) Falkirk Cultural Center
Scheduling of Work. Facility shall be cleaned in the evening after closing (5pm Mon -Fri).
AREAS TO BE SERVICED
Restrooms
3
x/week
Office
3
x/week
Entry, Foyer, Dancing room, conference room all first floor
3
x/week
Kitchen
3
x/week
Stairs
1
x/week
Art Gallery upstairs
1
x/month
Changing room and restroom upstairs
1
x/week
BASIC SERVICES
Empty trash containers and replace liners
3
x/week
Empty recycling containers
3
x/week
Dust furniture including all woodwork
3
x/week
Vacuum carpets
3
x/week
Sweep and mop floors
3
x/week
Spot check door glass
3
x/week
Remove Cobwebs
1
x/week
Page 9 of 11
Attachment A — Scope of Work
KITCHEN
Clean counters tops and sinks
3
x/week
Clean Stove, hood
3
x/week
Sweep and mop floors and edges
3
x/week
Sweep and mop all floors and under equipment
3
x/week
RESTROOMS
Spot clean vertical surfaces
3
x/week
Wipe down horizontal surfaces: counter tops, dispensers, toilets
3
x/week
Clean and disinfect toilets
3
x/week
Clean all mirrors
3
x/week
Dispose of waste and install new liners
3
x/week
Spot clean and/or shine any waste receptacles
3
x/week
Wet mop hard surface floors using disinfectant
3
x/week
Restock hand soaps and paper disposables
3
x/week
High dusting: air grills, ceiling fixtures
1
x/month
(10) Lucas Valley Childcare Portable
(11) Mary Silveira Childcare Portable
(12) Parkside Childcare Center
(13) Pickleweed Childcare Center (Note: closes at 4 pm)
(14) Vallecito Childcare Portable
Scheduling of Work. Facilities shall be cleaned Monday through Friday in the evening after closing (5:30
pm during Summer months, 6:00 pm all other times).
CENTRAL AREAS
Dispose of all waste in the correct bins and replace liners
1
x/day
Vacuum all carpets and rugs
1
x/day
Sweep/vacuum and mop all hard surface floors
1
x/day
Remove any paints from floors
1
x/day
Dust windowsills
1
x/day
Make sure all doors are locked
1
x/day
Make sure heating/AC system is off before leaving
1
x/day
Turn lights off before leaving
1
x/day
Disarm/arm security system
1
x/day
Clean air vents
1
x/month
Deep clean the carpets, floors and windows
1
x/year
RESTROOMS
Clean and disinfect restroom counters and sinks
1
x/day
Clean and disinfect toilets, including base and rear
1
x/day
Spot clean partitions, walls and doors
1
x/day
Polish fixtures and clean mirrors
1
x/day
Mop hard surface floors
1
x/day
Restock hand soaps and paper disposables
1
x/day
Page 10 of 11
Exhibit B
INSURANCE REQUIREMENTS
Contractor will, at all times under this Contract, procure and maintain in full force and effect the insurance
coverage required in this Exhibit B to cover the activities of Contractor and any subcontractors relating to
or arising from performance of the Work. Each policy must be issued by a company licensed to do
business in California, and with a strength and size rating from A.M. Best Company of A-VIII or better.
Contractor must provide City with certificates of insurance and required endorsements as evidence of
coverage with the executed Contract, or through the PINSAdvantage website
https://www.pinsadvantage.com/ upon request by the City, and before the City authorizes Contractor to
proceed with the Work.
1. Workers' Compensation. Statutory coverage is required by the California Workers'
Compensation Insurance and Safety Act. If Contractor is self -insured, it must provide its duly authorized
Certificate of Permission to Self -Insure. In addition, Contractor must provide employer's liability insurance
with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease.
2. Liability. Commercial General Liability ("CGL") insurance issued on an occurrence basis,
including coverage for liability arising from Contractor's or its subcontractor's acts or omissions in
performing the Work, including Contractor's protected coverage, blanket contractual, products and
completed operations, broad form property damage, vehicular coverage, and employer's non -ownership
liability coverage, with limits of at least $1,000,000 per occurrence and $2,000,000 general aggregate.
3. Automotive. Commercial automotive liability coverage for owned, non -owned and hired
vehicles must provide coverage of at least $1,000,000 combined single limit per accident for bodily injury,
death, or property damage.
4. Subrogation Waiver. Each required policy must include an endorsement that the insurer
waives any right of subrogation it may have against the City or the City's insurers.
5. Required Endorsements. The CGL policy and the automotive liability policy must include the
following specific endorsements:
(a) The City, including its Council, officials, officers, employees, agents, volunteers and
consultants (collectively, "Additional Insured") must be named as an additional insured for all
liability arising out of the operations by or on behalf of the named insured, and the policy
must protect the Additional Insured against any and all liability for personal injury, death or
property damage or destruction arising directly or indirectly in the performance of the
Contract.
(b) The inclusion of more than one insured will not operate to impair the rights of one
insured against another, and the coverages afforded will apply as though separate policies
have been issued to each insured.
(c) The insurance provided is primary and no insurance held or owned by City may be
called upon to contribute to a loss ("primary and non-contributory").
(d) Any umbrella or excess insurance must contain or be endorsed to contain a provision
that such coverage will also apply on a primary or non-contributory basis for the benefit of
City before the City's own insurance or self-insurance will be called upon to protect it as a
named insured.
(e) This policy does not exclude explosion, collapse, underground excavation hazard, or
removal of lateral support.
City Attorney Form, July 2023 Exhibit B
`'• SAN RAFAEL
THE CITY WITH A MISSION
Agenda Item No: 4.i
Meeting Date: February 20, 2024
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works C
Prepared by: Jonathan Schellin, Sr. Mgmt. City Manager Approval: ,
Analyst
TOPIC: CITYWIDE JANITORIAL SERVICE AGREEMENTS
SUBJECT: AUTHORIZE THE CITY MANAGER TO NEGOTIATE AND ENTER INTO A SERVICE
AGREEMENT WITH THE LOWEST AND RESPONSIBLE BIDDER FOR UP TO FOUR
(4) YEARS FOR CITYWIDE JANITORIAL SERVICES IN THE TOTAL NOT TO EXCEED
AMOUNT OF $274,120 PER FISCAL YEAR.
RECOMMENDATION:
Authorize the City Manager to negotiate and enter into a service agreement with the recommended
contractor for up to four (4) years for citywide janitorial services in the total not to exceed amount of
$274,120 per fiscal year.
BACKGROUND:
The City of San Rafael maintains over a dozen city facilities that require routine and frequent on -call
cleaning services. The approach to keeping city facilities clean and welcoming to the public varies across
each facility and includes full and part-time staff as well as contract services. Contracting for janitorial
services at a majority of facilities has allowed the City to control costs, remain flexible in service levels
and resources, and ensure that the facilities remain clean and serviceable for the public.
Current contracts for janitorial service are managed by individual departments, including the Public Works
Department and Library and Recreation Department. In the past, these departments have been
responsible for procuring and contracting for such services. To consolidate these efforts, the Public
Works Department developed one request for proposals for bidding the work of both departments.
ANALYSIS:
Combining the City's janitorial service needs into a single bid achieves greater efficiencies, reduces staff
time, and realizes cost savings. This also provides an opportunity for improved control measures to
ensure cleaning standards are met while incorporating new regulatory requirements such as SB 1383
(Waste Reduction compliance) into the agreements.
FOR CITY CLERK ONLY
Council Meeting: February 20, 2024
Disposition: Authorized the City Manager to negotiate and enter into a service agreement with the
recommended contractor for up to four years for citywide janitorial services in the total not to
exceed amount of $274,120 per fiscal year
SAN RAFAEL CITY COUNCIL AGENDA REPORT I Page: 2
The City issued a Request for Proposals (RFP) on January 4, 2024, on the City's bid website. Prospective
bidders participated in a subsequent facility tour on January 16, 2024. Bids were due on January 25,
2024. The City received five proposals, which were evaluated by staff from the Public Works and Library
and Recreation departments.
Of the bids received, Excellent Cleaning Services, LLC. (ECS), offered the best overall pricing package
for the facilities included in the bid. Additionally, ECS showed themselves to be highly competent and
responsive throughout the bidding process. Their staff have earned a reputation for exceeding standards
on previous jobs, and their references reported a positive experience with their service levels and
responsiveness.
Excellent Cleaning Services is proposed to have a Service Agreement awarded in the annual not -to -
exceed amounts listed in Table 1 below. The agreement will cover the regularly scheduled cleaning
needs for City Hall, Public Safety Center, Public Works Building, Downtown Library, Northgate Library,
Lucas Valley Childcare Center, Mary Silveira Childcare Center, Parkside Childcare Center, Parkside
Childcare Center, Pickleweed Childcare Center, and Vallecito Childcare Center for the entire service
agreement. It will also cover the regularly scheduled cleaning needs for Coleman Childcare Center and
Glenwood Childcare Center until they're closed in June of 2024. In addition, the agreement will cover
non -regularly scheduled cleanings, such as on -call bodily fluid cleaning needs at the Public Safety Center
and Detention Facility, and twice a year deep cleaning of select facility floors.
The contractor will be offered an initial contract term of two years. The term may be extended by the City
up to two times, each for a period not to exceed one year. In addition, staff recommends maintaining an
approved list of the remaining qualified bids in the event the awarded contractor fails to meet the
requirements of the agreement. This will allow the City to terminate the contract based on its terms and
conditions and secure a new service provider in a more efficient manner, minimizing disruptions to its
services to residents. The list of qualified bids and their amounts are included in Table 1 below.
FISCAL IMPACT:
The total cost of the janitorial services under this agreement for year one with Excellent Cleaning Services
will not exceed $250,050. Each subsequent year allows for an increase not to exceed 5% to adjust for
inflation and increasing costs for the vendor. This is a $35,800 savings when compared to the City's
current expenses for the same facilities. Sufficient funding is available in the FY2023-24 Public Works
and Library and Recreation departmental budgets. Funding for the remaining years of the agreement
will be budgeted through the annual budgeting process.
OPTIONS:
The City Council has the following options to consider on this matter:
1. Authorize the City Manager to enter into the agreement.
2. Do not authorize the City Manager to enter into the agreement and provide further direction to
staff.
RECOMMENDED ACTION:
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3
Authorize the City Manager to negotiate and enter into a service agreement with the lowest responsive
and responsible bidder for up to four (4) years for citywide janitorial services in the total not to exceed
amount of $274,120 per fiscal year.
47--
RAP0
^
WITH P
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Public Works
Project Manager: Jonathan Schellin Extension: 3354
Contractor Name: Excellent Cleaning Service
Contractor's Contact: Jose Luis Figueroa Contact's Email: greatcleaningO@gmail.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
DATE
Check/Initial
1
Project Manager
a. Email PINS Introductory Notice to Contractor
2/22/24
b. Email contract (in Word) and attachments to City
Attorney c/o Laraine.Gittens@cityofsanrafael.org
1
2
City Attorney
a. Review, revise, and comment on draft agreement
and return to Project Manager
3/1/24
b. Confirm insurance requirements, create Job on
LG
PINS, send PINS insurance notice to contractor
3
Department Director
Approval of final agreement form to send to
12/22/24
contractor
Route for vendor signature via Adobe Sign
When necessary, contractor -signed agreement
4
Project Manager
See Agreement
5
Project Manager
agendized for City Council approval *
Date of City
*City Council approval required for Professional Services
Council
Agreements and purchases of goods and services that exceed
approval
$75,000; and for Public Works Contracts that exceed $200,000
2/20/24
6
Project Manager
Forward signed agreement to City
Agreement
N/A
Attorney with digital copy of this routing form
See
7
City Attorney
Review and approve signed agreement
8
City Attorney
Review and approve bonds (for Public Works
See Agreement
N/A
City Manager / Mayor
Contracts)
Agreement executed by City Council authorized
9
See Agreement
N/A
official
10
City Clerk Attest signatures, retains original agreement and
See Agreement
N/A
i forwards copies to Project Manager
Services Contract - Excellent Cleaning Services
- Citywide Janitorial Services
Final Audit Report 2024-03-18
Created:
2024-03-07
By:
Jonathan Schellin Qonathans@cityofsanrafael.org)
Status:
Signed
Transaction ID:
CBJCHBCAABAAivYEIFhZ-4Ya2ivjkCDhi9DgKBw1kOaJ
"Services Contract - Excellent Cleaning Services - Citywide Janit
orial Services" History
Document created by Jonathan Schellin Qonathans@cityofsanrafael.org)
2024-03-07 - 3:42:45 PM GMT
C'-► Document emailed to greatcleaning0@gmail.com for signature
2024-03-07 - 3:52:18 PM GMT
Email viewed by greatcleaning0@gmail.com
2024-03-13 - 5:45:53 PM GMT
Email viewed by greatcleaning0@gmail.com
2024-03-14 - 6:10:45 PM GMT
6' Signer greatcleaning0@gmail.com entered name at signing as Jose Luis Figueroa
2024-03-14 - 8:27:44 PM GMT
6Q Document e-signed by Jose Luis Figueroa (greatcleaning0@gmail.com)
Signature Date: 2024-03-14 - 8:27:46 PM GMT - Time Source: server
P4 Document emailed to Laraine Gittens (laraine.gittens@cityofsanrafael.org) for approval
2024-03-14 - 8:27:47 PM GMT
Email viewed by Laraine Gittens (laraine.gittens@cityofsanrafael.org)
2024-03-14 - 8:41:49 PM GMT
<S© Document approved by Laraine Gittens (laraine.gittens@cityofsanrafael.org)
Approval Date: 2024-03-15 - 6:51:37 PM GMT - Time Source: server
C'-. Document emailed to Genevieve Coyle(genevieve.coyle@cityofsanrafael.org) for signature
2024-03-15 - 6:51:38 PM GMT
®d R,. SAN RAFAEL I AdobeP b`
iHC :I TY 11, 1. 1l p M1IS,.1 Acrobat Sign
Email viewed by Genevieve Coyle (genevieve.coyle@cityofsanrafael.org)
2024-03-18 - 3:56:05 PM GMT
6o Document e-signed by Genevieve Coyle (genevieve.coyle@cityofsanrafael.org)
Signature Date: 2024-03-18 - 3:57:57 PM GMT - Time Source: server
E'y Document emailed to city.clerk@cityofsanrafael.org for approval
2024-03-18 - 3:57:59 PM GMT
Email viewed by city.clerk@cityofsanrafael.org
2024-03-18 - 4:04:54 PM GMT
6o Signer city.clerk@cityofsanrafael.org entered name at signing as Brenna Nurmi
2024-03-18 - 4:05:04 PM GMT
60 Document approved by Brenna Nurmi (city.clerk@cityofsanrafael.org)
Approval Date: 2024-03-18 - 4:05:06 PM GMT - Time Source: server
�'y Document emailed to cristine.alilovich@cityofsanrafael.org for signature
2024-03-18 - 4:05:08 PM GMT
Email viewed by cristine.alilovich@cityofsanrafael.org
2024-03-18 - 5:10:24 PM GMT
do Signer cristine.alilovich@cityofsanrafael.org entered name at signing as Cristine Alilovich
2024-03-18 - 5:10:45 PM GMT
60 Document e-signed by Cristine Alilovich (cristine.alilovich@cityofsanrafael.org)
Signature Date: 2024-03-18 - 5:10:47 PM GMT - Time Source: server
E'4' Document emailed to city.clerk@cityofsanrafael.org for signature
2024-03-18 - 5:10:48 PM GMT
Email viewed by city.clerk@cityofsanrafael.org
2024-03-18 - 5:13:14 PM GMT
6o Signer city.clerk@cityofsanrafael.org entered name at signing as Brenna Nurmi (for)
2024-03-18 - 5:13:29 PM GMT
6o Document e-signed by Brenna Nurmi (for)(city.clerk@cityofsanrafael.org)
Signature Date: 2024-03-18 - 5:13:31 PM GMT - Time Source: server
Q Agreement completed.
2024-03-18 - 5:13:31 PM GMT
��A� SAN RAFAEL Adobe
Acrobat Sign