HomeMy WebLinkAboutItem No. 05 Amend. No.3 Ext of Agrmnt with Evergreen Cleaning Solution for Citywide Janitorial SvsText File
City of Lake Elsinore 130 South Main Street
Lake Elsinore, CA 92530
www.lake-elsinore.org
File Number: ID# 17-242
Agenda Date: 6/27/2017 Status: Consent AgendaVersion: 1
File Type: ReportIn Control: City Council
Agenda Number: 5)
Page 1 City of Lake Elsinore Printed on 6/22/2017
REPORT TO CITY COUNCIL
TO:HONORABLE MAYOR
AND MEMBERS OF THE CITY COUNCIL
PREPARED BY: CATHERINE EAKINS – ADMINISTRATIVE ASSISTANT
FROM:GRANT M. YATES - CITY MANAGER
DATE:June 27, 2017
SUBJECT: Amendment No. 3 to the Agreement with Evergreen Cleaning
Solution for Citywide Janitorial Services
Recommendations
Approve and authorize the City Manager to execute Amendment No. 3 that extends the
term of the agreement an additional 12 months for Janitorial Service in FY 2017/2018.
Compensation schedule to remain unchanged.
Background
Evergreen Cleaning Solutions performs janitorial services for all City-owned and leased
buildings, facilities, and parks restrooms. The City entered in to contract with Evergreen
Cleaning Solutions August 25, 2015 for Janitorial Services. The Amendment #1 and #2
amended the contract to extend the term of the agreement, modify the scope to
increase the number of services days, and include the new concession building and
restrooms at Rosetta Sports Park. Compensation increased to $94,619.
Discussion
Evergreen Cleaning Solution has been responsive to the City’s need, and has executed
their services to a satisfactory standard. We would now like to extend the term of the
agreement to cover Fiscal Year 2017-2018.
Fiscal Impact
The funds are available in the Public Works FY 17/18 budget to cover the cost for the
additional 12-month service.
EXHIBITS:
Exhibit A – Amendment No. 3
Exhibit B – Amendment No. 2
Exhibit C - Amendment No. 1
Exhibit D – Original Agreement
Page 1
AMENDMENT NO. 3
TO AGREEMENT FOR CONTRACTOR SERVICES
Evergreen Cleaning Solutions
Janitorial Services
This Amendment No. 3 to Agreement for Contractor Services (“Amendment No.
3”) is made and entered into as of June 27, 2017, by and between the City of Lake
Elsinore, a municipal corporation (“City), and Evergreen Cleaning Solutions (“Contractor”).
RECITALS
A.The City and Contractor have entered into that certain Agreement for
Contractor Services as of August 25, 2015 (the “Original Agreement”). Except as
otherwise defined herein, all capitalized terms used herein shall have the meanings set
forth for such terms in the Original Agreement.
B.The Original Agreement provided for compensation to Contractor in an
amount not to exceed $66,540 for Fiscal Year 2015/2016. The term of the Original
Agreement was for ten (10) months and allows the City to extend the term on a 12-month
basis, not to exceed three (3) additional 12 month renewals.
C.Amendment No.1 dated July 1, 2016, extended the term of the contract an
additional twelve (12) months, and increase the compensation for such services to
$73,194 for Fiscal Year 2016/2017.
D.Amendment No. 2 modified the scope of service and increased the
compensation for such services to $94,619 for Fiscal Year 2016/2017.
E.The parties now desire to extend the term of the agreement for such
services as set forth in this Amendment No 3.
NOW, THEREFORE, in consideration of the mutual covenants and conditions set
forth herein, City and Contractor agree as follows:
1.Section 2, subpart C, Term, is hereby amended to add the following:
Unless earlier terminated as provided elsewhere in the Agreement,
pursuant to Amendment No. 3, the Agreement shall continue in full
force and effect for a period of twelve (12) months, commencing on
July 1, 2017 and ending on June 30, 2018.
2.Section 3,Compensation,is hereby amended to add the following:
In no event shall Contractor's compensation exceed Ninety Four
Thousand Six Hundred Nineteen Dollars ($94,619) for Fiscal
Year 2017/2018 without additional written authorization from the
City.
3.Except for the changes specifically set forth herein, all other terms and
conditions of the Original Agreement shall remain in full force and effect.
Amendment No. 3 Evergreen Cleaning Solution
6/27/2017 Page 2
IN WITNESS WHEREOF, the parties have caused this Amendment No. 3 to be
executed on the respective dates set forth below.
“CITY”
CITY OF LAKE ELSINORE, a municipal
corporation
Grant Yates, City Manager
Date:
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
“CONTRACTOR”
EVERGREEN CLEANING SOLUTIONS
Fabrice Vuillemey, President
Date:
Attachments: Amendment No. 1 dated July 1, 2016
Original Agreement dated August 25, 2015
AMENDMENT NO. 1
[ATTACHED]
ORIGINAL AGREEMENT
[ATTACHED]
AMENDMENT NO. 2
TO AGREEMENT FOR CONTRACTOR SERVICES
Evergreen Cleaning Solutions
Janitorial Services
This Amendment No. 2 to Agreement for Contractor Services ("Amendment No. 2")
is made and entered into as of March 28,2017, by and between the City of Lake Elsinore,
a municipal corporation ("City), and Evergreen Cleaning Solutions, a corporation
Contractor").
RECITALS
A. The City and Contractor have entered into that certain Agreement for
Contractor Services as of August 25, 2015 (the "Original Agreement"). Except as otherwise
defined herein, all capitalized terms used herein shall have the meanings set forth for such
terms in the Original Agreement.
B. The Original Agreement provided for compensation to Contractor in an
amount not to exceed $66,540 for Fiscal Year 201512016. The term of the Original
Agreement was for ten (10) months and allows the City to extend the term on a 12-month
basis, not to exceed three (3) additional 12 month renewals.
C. Amendment No.l dated July 1, 2016, extended the term of the contract an
additional twelve ( 12) months, and increase the compensation for such services to $73,194
for Fiscal Yeat 201612017.
D. The parties now desire to modify the scope of services and increase the
payment for such services as set forth in this Amendment No 2.
NOW, THEREFORE, in consideration of the mutual covenants and conditions set
forth herein, City and Contractor agree as follows:
I . Section 'l , Scope of Services. of the Original Agreement is hereby amended
to add the following:
Contractor shall perform the services and related work described in
Contractor's Revised Scope of Work (Exhibit A1) attached to
Amendment No.2, in addition to Contractor's Proposal (Exhibit A) in
the Original Agreement. Contractor shall provide such services and
related work at the time, place, and in the manner specified in
Contractor's Scope of Work (Exhibit A1), subject to the direction of
the City through its staff that it may provide from time to time.
Contractor acknowledges that the Scope of Services provides for 24
hour-a-day, 7 day-a-week, on-call support on an as needed basis.
2. Section 3, Compensation, of the Original Agreement is hereby amended to
read in its entirety as follows:
Compensation to be paid to Contractor shall be in accordance with
the fees set forth in Contractor's Proposal (Exhibit B).
Amendment No. 2 - Evergreen Cleaning Solutions
Page 2
Compensation to be paid to Contractor shall be in accordance with
the fees set forth in Contracto/s Proposal (Exhibit B).
ln no event shall Conbaclo/s compensation related to
Contrac{o/s Proposal, Exhibit B exceed Ninety-Four Thousand
Six Hundred Nineteen Dollars ($94,619) Fiscal Year 2016-2017
without additional written authorization ftom the City.
Notwithstanding any provision of Contrador's Proposal to the
contrary, out of pocket expenses s€t fodl in Exhibit A shall be
rBimburssd at cost without an inflalor or adminisfative charg€.
Payment by City under lhis Agreement shall nol be deemed a
waiver of defecis, 6von if such defecb were known to the City at
the time of payment.
3. Except for the changos specifically set forth herein, all other terms and
conditions of the Original Agreement shall remain in full force and efiect.
lN WITNESS WHEREOF, the parties have caused this Amondment No. 2 to be
execulod on the respective dates set furth below.
clTr
CIryOF LAKE ELSINORE, a municipal
corporetion
Am6rdn€rll tlo. 2 Everyre€n Clesning Solutqr
28n017
CONTRACTOR'
EVERGREEN CLEANING SOLUTION
Date:o4-- to- t7
City Attorney
JAN ITORIAL SERVICES CONTRACT COSTS
REEN CLEANING SOLUTIONS
COST
INCREASE FOR
ADDITONA
v\oRK FY 16/17
Hills Community Park, 34360 Canyon Hills Rd
Park, 243 S N4ain St
Patk,42o E. Lakeshore Dr.
Hllls Park, 30 SumnErhill Dr.
Park, 419 N. Poe St.
Park, 29355 Grand A\e
lvlatich Park,4O2 Linited St.
Boat Launch, 500 W. Lakeshore Dr.
Flall, 130 S. llain Street
Flall Engineering Trailer, 130 S. tvbin Street
Yard tvlain Office, 521 N. Langstaff St.
Yard l\Iechanic Shop, 521 N. LangsEff St.
Yard Office Tailer, 521 N. Langstaff St.
Center, 183 N. Main St
Lake Community Center, 310 W. Graham
Tots, 400 W. Graham St
of ComnErce, 132W. Graham
Senior Center, 420 E. Lakeshore Dr.
Senior Center Annex Building, 4204 E. Lakeshore Dr.
Current FY 2016/7 Annual Contract
Amendment No.2 Revised FY 201617 Annual Contract
FY 2OL7l20t8 SCHEDULE / MONTHLY COST
EXHIBIT A
PROPOSAL BID SCHEDULE
CONTRACTOR: -Evergrcen
Cleaning Solutions
Base Bld: ftrree (3) days perweek of all Facillty Buildinga. All Park restrooms to
be serviced Friday through Sunday and all holidays.
1{OTE: The Propoeal shrll lnctude, but not be limitpd to, sales tax and all other
appllcable taxes and faee.
IUONTHLY COST DAYS TO BECLEANEDSITE
City Hal!
130 S. Main $t
e45.00 lf,onday, WednesdaY,
Friday
Glty Hall Englneering Traller
130 S. illaln St
140.00 Honday, Wednesdan
Friday
Clty Yard ilaln Office
52{ N. Lengstaff St
220.00 ilonday, WednesdaY,
Friday
Glty Yard tlechanlc ShoP
52t N. LangstafiSt.
180.00 Monday, Wedneeday,
Friday
City Yard Ofllce Traller
521 N. LangstaffSt
140.00 lllonday, WednesdaY,
FridaY
Senior Center
420 Eact Lakcshorc Dr.
525.00 Monday, WedneadaY,
Friday
Senior Center Annex
Buildlng
420A Eaet Lakeshore [rr.
140.00 tlonday, WednesdaY,
Friday
Culturel Center
183 North Main Street
490.00 Monday, Wedneeday,
Friday
Lake Communlty CenGr
310W. Graham St.
s825.00 Monday, WedneedaY,
Friday
TIny Tote
O0W. Graham St.
225.00 Monday, YlfednesdaY,
Friday
Chamber of Commerce
132 W. Graham St
200.00 Monday, WednesdaY,
Friday
Alberhlll CornmunltY Park
2920A Lake 8t.
95.00 Friday, SahrrdaY, SundaY
and all Holidaye
Canyon Hllls CommunitY
Park
34360 Canyon Hillg Rd.
e5.00 Friday, SattrdaY, SundaY
and all HolidaYs
City Park
2/A S. Maln St
95.00 Friday, Saturday, SunclaY
and all HolldaYs
t.
2.
3.
t)
1.
5.
6.
7.
8.
9.
10.
11-
12.
3.
14.
PROPOSAL SCHEDULE (Gontinuedl
CONTRACTOR: Evergrcen Clcaning Solutionr
SITE ADDRESS TO}ITHLY COST DAYS TO BE CLEANED
17.
l8.
19.
21,
22.
25.
26.
TIONTHLY COST PROPOSAL TOTAL
Total Amount of Baae Bid Proposal ln i{UiIBERS: $5,341i.00
Total Amount of Base Bid Proposal in WORDS:
Five Thousand Five Hundrcd forty Five Dotlars
PROPOSAL SCHEDULE
CONTRACTOR: Evergreen Gleaning Solu0ons
05.00 Frlday, Saturday, Sunday
and ellHolidays3200LoetRoad
Lakepolnt Park
020 E. Lakeshorc Dr.
se5.00 Frlday, Satulday, SundaY
and all Holidays
Machado Psrk
15{50 Joy St.
se5.00 Friday, Saturday, Sunday
and all Holidayo
McVlcker Canyon
Community Prrk
29355 Grend Avc.
f/O.00 Frlday, Seturday, Sunday
and ell Holideys
Roeetta Ganyon Community
Park
39{23 Adanwood Wy.
9o.oo Frlday, Saturday, Sunday
and all Holidays
Summcrfilll Per*
316{3 Canyon Estabs Dr.
e5.00 Friday, Satuday, Sunday
and rll Holldays
Summerlake PerI
900 W. Broa&vay
s5.00 Frlday, Saturday, Sunday
and all l.lolldays
Swlck and tladch Part
fi2 Limited St
1'10.00 Friday, Saturday, Sunday
and all Holidaya
Tuscany Hllls Park
30 Summerhill Dr.
s5.00 Friday, Satrrday, SundaY
and all Holidays
Yarborough Park
419 N. Poe St
95.00 Friday, Saturday, Sunday
and all Holidays
La Laguna Resort
32040 Rivercide Dr.
95.00 Friday, Saturday, Sunday
and all Holidays
Seaport Boat Launch
500 W. Lakeshore Dr.
95.00 Friday, Saturday, SundaY
and all Holldays
r:)
Alternate Bid: Five (5) dayrs perweek of Facillty Bulldings. Seven (7) days per
week of all Park rcatrooms.
NOTE: The Propocal chatl include, but not be llmlbd to, tales trx and all other
appllcabte taxes and fees.
DAYS TO BE
SITE ADDRESS TIOIiITHLYCOST CLEANED
33.
34.
35.
27.
28.
29.
30.
31.
37.
38.
39.
41.
42.
City Hall
r30 S. tain St $1,350.00 _ ilonday:fnCry__
City Hatl Engineering Trailer
30 8. Main St
200.00 Monday - Frlday
CiUYatd Haln Ofllce
521 N. Langrtalf St.
03't0.00 Monday - Frlday
Clty Yad illechanlc Shop
521 N. LangrtafrSt
250.00 Monday - Friday
City Yard Offlce Traller
52{ N. LangstaffSt
200.00 Monday - Friday
Senior Centcr
12oE. Laksrhop Dr.
750.00 illonday - Fridey
Senlor Center Annex
4.2OAE- Lakerhore Dr.
200.00 Monday - Friday
CulturalCenEr
83 N. Main St
700.00 iionday - Frlday
Lake Community Cenbr
3t0 W. Graham St
175.00 illonday - Friday
Tlny Tots
400 W. Graham St
320.00 i[onday -Ffiday
Ghamberof Gommerce
132 W. Greham St
0280.00 Monday - Friday
Alberhill CommunitY Park
28200 Lake St.
135.00 Monday - Sunday,
and all HolidaYs
@
il60 Canyon Hills Rd.
35.00 Monday - SundaY,
and all Holldays
City Park
2'li! S. illain St
35.00 Monday - SundaY,
and allHolldaYe
Greekside Parfi
3200 Lost Road
135.00 Monday - Sunday,
and all Holldays
Lakepolnt Park
420E. Lakeshore Dr.
135.00 londay - Sunday,
and all HolidaYs
illachado Park
15150 Joy St
135.00 tonday - Sunday,
119:rllg9:t:
i)
u.
45.
46.
47.
48.
49.
50.
51.
52.
HONTHLY COST PROPOSAL TOTAL
Totrl Amount of Alternatlve Bid Proposal ln NUIiBERS:
7,E9o.oo
Total Amount of Alternetive Bld Proposal in WORDS:
Seven Thoucand Elght Hundrcd ninety Dollerc
MONTHLY COST PROPOSAL TOTAL
Total Amount of Base Bid in NUMBERS: $5.545.00
Total Amount of Base Bid in WORDS: Five Thousand Five Hundred Fortv Five Dollals-
TotelA,loqnt of Altematg-Bid in NUMBERS:
7.8s0.00
Total Amount of Alternate Bid jn WORDS: Seven Thougand Eiqht Hundred ninetv
Dollars.
ilcVlcker Canyon GommunltY Parlt
29355 Grend Ave.
200.00 londay - Sunday,
nd all Holidays
Rooetta Ganyon GommunltY Park
39423 Ardenwood Wy.
135.00 Monday - SundaY,
end all Holidaya
Summcrhlll Perk
3'1613 Crnyon Ettater Dr.
13s.00 Monday - Sunday,
and allHolldays
Summertake Park
900 W. Broadway
135.00 Monday - Sunday,
and all tlolldaYs
Swlck and Mathh Park
402 Llmited St.
200.00 llonday - SundaY,
and all Holldays
Tuscany Hllls Park
30 Summcrhill Dr.
135.00 Honday - SundaY,
end all Holidays
Yarborough Park
419 N. Poe St
13s.00 Monday - Sunday,
and all HolldaYs
La Laguna Resort
320fi Rlvecldc Dr.
35.00 Honday - Sunday,
and all Holldays
Seaport Boat Launch
500 W. Lakechore Or.
135.00 Monday - Sunday,
and all Holidays
61,
62-
ONCALL SERVICES
EXTRA SERVICES
SERVICE UNIT COST
Chair cleaning Per Chair $9.00
Power wash concrete approach/sidewalk in
accordance wtth all larrs & regulations
Per Sq Ft s0.10
Powerwash exterior building walls in
accordance with all laws & regulations
Per Sq Ft $0.10
Transfer recycled material from container
ranging from 20-50 gallons) in building to bin in
oarkino lot
Per Container $2.00
Clean exterior and interior of commercial oven Per Unit $75.00
Clean exterior and interior of reskJential
refrioeratorlfreezer combination unit
Per Unit $40.00
Clean exterior and interior of commercial Per Unit $50.00
63.
a4.
65.
66.
67.
NOTES:
1. On-call and/or extra services is not guaranted.
Z. Wo* to be performed either as-needed on-catl and/or extra services shall be
performed only by wriften work order authorization from the C_lty. A.*ot! auhorization
ielineating sc6pe, schedule, and fee shall be provided by the City to the Contractor prior
to the commencement of any on-call andlor exlra services.
il
SERVICE UNIT COST
Wash and polish light fixtures, lamps, and
reflectors
Per Fixture $6.00
Machine carpet cleaning, otherthan scheduled
reouirement
Per Sq. Ft $0.17
Special Event Cleaning of one Meeting Ropm at
Lake Communitv Center
Per Event $50.00
Special Event Gleaning of the Kitchen at Lake
Community Center
Per Event $75.00
Special Event Cleaning at Senior Center Per Event $75.00
Labor for On-Call SeMccs (Day)
8a.m.-5p.m.
Per Hour $25.00
Labor for On-Call Services (Evening/Night)
5 p.m.-8 a.m.
Per Hour $35.00
Labor for On-Call Servie
Holidarrs
Per Hour $50.00
I
I
1
lYi.o^lll[_ rj]t.:i'tlfiTl: hordei is an rs waffis;;;q"", *
lhe terms and cofidi(tolrs of the Dnilcy, ceftarn policiss ilry requrre an endorsamont A surtefinnt on this certitict!",r""t*i i"rL. ,,ni-" iri*c€niticafe holdcr ,n lrou oi Such cndcrssmentls!.
l< {'>It t }CERTIFICATE OF LIABILITY INSURANCE
ll-l-.- -.--. r"'.- ,nt-. n:-::. --
GERTIflCATEDOESNt-'r![:F:ii:r,rA::t,::qi_-F\Ef:5:rr,i_,,ritEf.ri ar;ENDoRALTERTI{ECOVERAGEAFFOROEDByTHEPOLICIES
BELOW. TtflSCEillFrCl'E Cr !!S.,,1A)iCE r-ro!:S {C, C,rN.(i1,irr:i 5 COTTITRACTBETWEENTHETSSUTNG[*SURER($],AUTHORZED
RIpRqSF-nI..!:1rE , i? ;rR;ilJ; :.:iA ANi] ".ri ,ifilltitli:: !.1*^,;:a
Steven P Hagar lnsurance Services
11891 Kalmia St Suite B
Murrieta, CA 92562
License #: 0700596
E N VIRO N i, E N TA L C LEA N I N G SoLU No N s a s e ni,S8E$. ft{c.
DBA EVERGREEN CLEANING SOLUTIONS
lis.ii'i.
23ggs 60RiNTH DR. :ts'i:':'
Murrieta, CA 9256?
X
98,1957_\46
lJ8l$h1r i 116,O5i20 I t, 06i 05/10 I 7
X i-tuai:a{ * a':eA ira et ; -CaAiOiS I VEit€:-€S iAaOflC l at A.r@i q.nr[r
ab.&
rv b )rE:.:rE I rrE *.c? s n5r ildt
Ten i10) days notlce of cancellation for non-paymenr only
Ctty of lake Elsrncre tts elected cr Bppoinled officers employees, agents and yolunteers are namad ss adclruonal iilsurad.
City of Lake Elsinore
130 South Main Street
Lake Elsinore, CA 92530
lne ACCRD nsme ano roglo are regrstorcd marks oi ACORR
i'i- . - _-
Jl
I
ol1rl{ 2()16 r)? l)l{ l(}t'200-000
50.u)0
t00.000
Ij
I
Ltllltl.(lor,
II
I
I
I
I
CANCELLAi.ON
BUSINESS LICENSE
This busiress licmse is issued for revere purposes only and d@s not grant adh;ization
CITY OF LAKE ELSINORE
Ad mi n istrative Servrbes - Licen sing
to operate a,,business. This business license is issued without lerificalion that the hokltr is ,: ,l30 SOUth Main Stfeet, Lake ElSinOfe, CA 92530
subjad to or'Exempted from licensing by the state, county, fedeml government, or any
PH (951) 674-3124
Business Name:
Business Location: 23885 CORINTH DR Business Type:
Description:Owner Name{s}: FABRICE VULLEMEY
lssue Date: fif 1t2016 Expiration Date: 9t3Ol2O17
23885 CORINTH DR ,,,,
MURR I ETA. CA 92562-21 25
AMENDMENT NO. 1
TO AGREEMENT FOR CONTRACTOR SERVICES
Evergreen Cleaning Solutions
Janitorial Services
This Amendment No. 1 to Agreement for Contractor Services ( "Amendment No. 1") is
made and entered into as of July 1, 2016 by and between the City of Lake Elsinore, a municipal
corporation ( "City), and Evergreen Cleaning Solutions, a corporation ( "Contractor').
RECITALS
A. The City and Contractor have entered into that certain Agreement for Contractor
Services as of August 25, 2015 (the "Original Agreement "). Except as otherwise defined herein,
all capitalized terms used herein shall have the meanings set forth for such terms in the Original
Agreement.
B. The Original Agreement provided for compensation to Contractor in an amount not
to exceed $66,540 for Fiscal Year 2015/2016.
C. The term of the Original Agreement was for ten (10) months and allows the City to
extend the term on a 12 -month basis, not to exceed three (3) additional 12 month renewals.
D. The parties now desire to extend the term and increase the payment for such
services as set forth in this Amendment No 1.
NOW, THEREFORE, in consideration of the mutual covenants and conditions set forth
herein, City and Contractor agree as follows:
the following:
Section 2, subpart C, Term, of the Original Agreement is hereby amended to add
Unless earlier terminated as provided elsewhere in the Agreement,
pursuant to Amendment No. 1 the Agreement shall continue in full force
and effect for a period of twelve (12) months, commencing on July 1, 2016
and ending on June 30, 2017. The City may, at its sole discretion, extend
the term of this Agreement on a 12 -month basis not to exceed two (2)
additional twelve (12) month renewal terms by giving written notice thereof
to Contractor not less than thirty (30) days before the end of the contract
term, such notice to be exercised by the City Manager.
2. Section 3, Compensation, of the Original Agreement is hereby amended to read in
its entirety as follows:
Compensation to be paid to Contractor shall be in accordance with the fees
set forth in Contractor's Proposal (Exhibit A to the Original Agreement).
In no event shall Contractor's compensation related to Contractor's
Proposal, Exhibit A exceed Sixty-Six Thousand Five Hundred Forty
Dollars ($66,540) for Fiscal Year 2015 -2016 without additional written
authorization from the City.
FY 2016 -17 Amendment No 1 Janitorial Services DM docx Page 1
Exhibit A1
In no event shall Contractor's compensation related to Contractor's Proposal, Exhibit A
exceed Seventy -Three Thousand One Hundred Ninty -Four Dollars ($73,194) Fiscal
Year 2016 -2017 without additional written authorization from the City.
Notwithstanding any provision of Contractor's Proposal to the contrary, out of pocket
expenses set forth in Exhibit A shall be reimbursed at cost without an inflator or
administrative charge. Payment by City under this Agreement shall not be deemed a
waiver of defects, even if such defects were known to the City at the time of payment.
Except for the changes specifically set forth herein, all other terms and conditions
of the Original Agreement shall remain in full force and effect.
IN WITNESS WHEREOF, the parties have caused this Amendment No. 1 to be executed
on the respective dates set forth below.
CITY"
CITY OF LAKE ELSINORE, a
municipal corporation
_
anager
Dace: a-&',!
ATTE
A
Attachments: Original Agreement
CONTRACTOR"
EVERGREEN CLEANING SOLUTION
Fabrrice V
FY 2016-17 Amendment No. 1 JanibxW Servk= . y,.x Page 2
s y
ORIGINAL AGREEMENT
ATTACHED]
AGREEMENT FOR CONTRACTOR SERVICES
Evergreen Cleaning Solutions
Janitorial Services
This Agreement for Contractor Services (the "Agreement ") is made and entered into as
of August 25, 2015, by and between the City of Lake Elsinore, a municipal corporation ( "City ")
and Evergreen Cleaning Solutions, a corporation ( "Contractor ").
RECITALS
A. The City has determined that it requires the following services: cleaning services
at City -owned buildings, park restrooms, and lake facilities.
B. Contractor has submitted to City a proposal, dated February 8, 2015, attached
hereto as Exhibit A ( "Contractor's Proposal ") and incorporated herein, to provide services and
related work to the City pursuant to the terms of this Agreement.
C. Contractor possesses the skill, experience, ability, background, certification and
knowledge to perform the services and related work described in this Agreement on the terms
and conditions described herein.
D. City desires to retain Contractor to perform the services and related work as
provided herein and Contractor desires to provide such services and related work as set forth in
this Agreement.
AGREEMENT
1. Scope of Services. Contractor shall perform the services and related work
described in Contractor's Proposal (Exhibit A). Contractor shall provide such services and
related work at the time, place, and in the manner specified in Contractor's Proposal (Exhibit A),
subject to the direction of the City through its staff that it may provide from time to time.
2. Time of Performance.
a. Time of Essence. Time is of the essence in the performance of this
Agreement. The time for completion of the services and related work to be performed by
Contractor is an essential condition of this Agreement. Contractor shall prosecute regularly and
diligently the services and related work contemplated pursuant to this Agreement consistent
with Contractor's Proposal (Exhibit A) and shall provide, furnish and pay all labor, materials,
necessary tools, expendable equipment, and all taxes, utility and transportation services
required to perform such the services and related work.
b. Performance Schedule. Contractor shall commence the services and
related work pursuant to this Agreement upon receipt of a written notice to proceed and shall
perform all services and related work within the time period(s) established in the Contractor's
Proposal (Exhibit A). When requested by Contractor, extensions to the time period(s) specified
may be approved in writing by the City Manager
Evergreen Cleaning FY 16 Janitorial Contract Page 1
C. Term. Unless earlier terminated as provided elsewhere in this
Agreement, this Agreement shall continue in full force and effect, commencing on August 26,
2015 and ending on June 30, 2016. The City may, at its sole discretion, extend the term of
this Agreement on a 12 -month basis not to exceed three (3) additional twelve (12) month
renewal terms by giving written notice thereof to Contractor not less than thirty (30) days before
the end of the contract term, such notice to be exercised by the City Manager.
3. Compensation. Compensation to be paid to Contractor shall be in accordance
with the fees set forth in Contractor's Proposal (Exhibit A), which is attached hereto and
incorporated herein by reference. In no event shall Contractor's compensation exceed SIXTY
SIX THOUSAND FIVE HUNDRED FORTY dollars ($66,540) without additional written
authorization from the City. Notwithstanding any provision of Contractor's Proposal to the
contrary, out of pocket expenses set forth in Exhibit A shall be reimbursed at cost without an
inflator or administrative charge. Payment by City under this Agreement shall not be deemed a
waiver of defects, even if such defects were known to the City at the time of payment.
4. Method of Pavment. Contractor shall promptly submit billings to the City
describing the services and related work performed during the preceding month to the extent
that such services and related work were performed. Contractor's bills shall be segregated by
project task, if applicable, such that the City receives a separate accounting for work done on
each individual task for which Contractor provides services. Contractor's bills shall include a
brief description of the services performed, the date the services were performed, the number of
hours spent and by whom, and a description of any reimbursable expenditures. City shall pay
Contractor no later than forty -five (45) days after receipt of the monthly invoice by City staff.
5. Suspension or Termination.
a. The City may at any time, for any reason, with or without cause, suspend
or terminate this Agreement, or any portion hereof, by serving upon the Contractor at least ten
10) days prior written notice. Upon receipt of such notice, the Contractor shall immediately
cease all work under this Agreement, unless the notice provides otherwise. If the City suspends
or terminates a portion of this Agreement such suspension or termination shall not make void or
invalidate the remainder of this Agreement.
b. In the event this Agreement is terminated pursuant to this Section, the
City shall pay to Contractor the actual value of the work performed up to the time of termination,
provided that the work performed is of value to the City. Upon termination of the Agreement
pursuant to this Section, the Contractor will submit an invoice to the City, pursuant to Section
entitled "Method of Payment" herein.
6. Ownership of Documents. All plans, studies, documents and other writings
prepared by and for Contractor, its officers, employees and agents and subcontractors in the
course of implementing this Agreement, except working notepad internal documents, shall
become the property of the City upon payment to Contractor for such work, and the City shall
have the sole right to use such materials in its discretion without further compensation to
Contractor or to any other party. Contractor shall, at Contractor's expense, provide such
reports, plans, studies, documents and other writings to City upon written request. City
acknowledges that any use of such materials in a manner beyond the intended purpose as set
forth herein shall be at the sole risk of the City. City further agrees to defend, indemnify and
hold harmless Contractor, its officers, officials, agents, employees and volunteers from any
claims, demands, actions, losses, damages, injuries, and liability, direct or indirect (including
Page 2
any and all costs and expenses in connection therein), arising out of the City's use of such
materials in a manner beyond the intended purpose as set forth herein.
a. Licensing of Intellectual Property. This Agreement creates a
nonexclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and
all copyrights, designs, and other intellectual property embodied in plans, specifications, studies,
drawings, estimates, and other documents or works of authorship fixed in any tangible medium
of expression, including but not limited to, physical drawings or data magnetically or otherwise
recorded on computer diskettes, which are prepared or caused to be prepared by Contractor
under this Agreement ( "Documents & Data "). Contractor shall require that all subcontractors
agree in writing that City is granted a nonexclusive and perpetual license for any Documents &
Data the subcontractor prepares under this Agreement. Contractor represents and warrants
that Contractor has the legal right to license any and all Documents & Data. Contractor makes
no such representation and warranty in regard to Documents & Data which were prepared by
design professionals other than Contractor or provided to Contractor by the City. City shall not
be limited in any way in its use of the Documents & Data at any time, provided that any such
use not within the purposes intended by this Agreement shall be at City's sole risk.
b. Confidentiality. All ideas, memoranda, specifications, plans, procedures,
drawings, descriptions, computer program data, input record data, written information, and other
Documents & Data either created by or provided to Contractor in connection with the
performance of this Agreement shall be held confidential by Contractor. Such materials shall
not, without the prior written consent of City, be used by Contractor for any purposes other than
the performance of the services under this Agreement. Nor shall such materials be disclosed to
any person or entity not connected with the performance of the services under this Agreement.
Nothing furnished to Contractor which is otherwise known to Contractor or is generally known,
or has become known, to the related industry shall be deemed confidential. Contractor shall not
use City's name or insignia, photographs relating to project for which Contractor's services are
rendered, or any publicity pertaining to the Contractor's services under this Agreement in any
magazine, trade paper, newspaper, television or radio production or other similar medium
without the prior written consent of City.
7. Contractor's Books and Records.
a. 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 City for a minimum period of three
3) years, or for any longer period required by law, from the date of final payment to Contractor
to this Agreement.
b. Contractor shall maintain all documents and records which demonstrate
performance under this Agreement for a minimum period of three (3) years, or for any longer
period required by law, from the date of termination or completion of this Agreement.
C. Any records or documents required to be maintained pursuant to this
Agreement shall be made available for inspection or audit, at any time during regular business
hours, upon written request by the City Manager, City Attorney, City Auditor or a designated
representative of these officers. Copies of such documents shall be provided to the City for
inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually
agreed upon, the records shall be available at Contractor's address indicated for receipt of
notices in this Agreement.
Page 3
d. Where City has reason to believe that such records or documents may be
lost or discarded due to dissolution, disbandment or termination of Contractor's business, City
may, by written request by any of the above -named officers, require that custody of the records
be given to the City and that the records and documents be maintained in City Hall. Access to
such records and documents shall be granted to any party authorized by Contractor,
Contractor's representatives, or Contractor's successor -in- interest.
8. Independent Contractor. It is understood that Contractor, in the performance of
the work and services agreed to be performed, shall act as and be an independent contractor
and shall not act as an agent or employee of the City.
9. PERS Eligibility Indemnification. In the event that Contractor or any employee,
agent, or subcontractor of Contractor providing services under this Agreement claims or 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 the 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.
Notwithstanding any other federal, state and local laws, codes, ordinances and
regulations to the contrary, Contractor and any of its employees, agents, and subcontractors
providing service under this Agreement shall not qualify for or become entitled to, and hereby
agree to waive any claims to, any compensation, benefit, or any incident of employment by City,
including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to
any contribution to be paid by City for employer contribution and /or employee contributions for
PERS benefits.
10. Interests of Contractor. Contractor (including principals, associates and
management employees) covenants and represents that it does not now have any investment
or interest in real property and shall not acquire any interest, direct or indirect, in the area
covered by this Agreement or any other source of income, interest in real property or investment
which would be affected in any manner or degree by the performance of Contractor's services
hereunder. Contractor further covenants and represents that in the performance of its duties
hereunder no person having any such interest shall perform any services under this Agreement.
Contractor is not a designated employee within the meaning of the Political Reform Act
because Contractor:
a. will conduct research and arrive at conclusions with respect to his /her
rendition of information, advice, recommendation or counsel independent of the control and
direction of the City or of any City official, other than normal agreement monitoring; and
b. possesses no authority with respect to any City decision beyond rendition
of information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).)
11. Ability of Contractor. City has relied upon the training and ability of Contractor to
perform the services hereunder as a material inducement to enter into this Agreement.
Contractor shall therefore provide properly skilled personnel to perform ail services under this
Agreement. All work performed by Contractor under this Agreement shall be in accordance with
Page 4
applicable legal requirements and shall meet the standard of quality ordinarily to be expected of
competent contractors in Contractor's field of expertise.
12. Compliance with Laws. Contractor shall use the standard of care in its
profession to comply with all applicable federal, state and local laws, codes, ordinances and
regulations.
13. Licenses. Contractor represents and warrants to City that it has the licenses,
permits, qualifications, insurance and approvals of whatsoever nature which are legally required
of Contractor to practice its profession. Contractor represents and warrants to City that
Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the
term of this Agreement, any licenses, permits, insurance and approvals which are legally
required of Contractor to practice its profession. Contractor shall maintain a City of Lake
Elsinore business license.
14. Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its
officials, officers, employees, agents, and volunteers from and against any and all losses,
liability, claims, suits, actions, damages, and causes of action arising out of any personal injury,
bodily injury, loss of life, or damage to property, or any violation of any federal, state, or
municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or
negligent acts or omissions of Contractor or its employees, subcontractors, or agents, by acts
for which they could be held strictly liable, or by the quality or character of their work. The
foregoing obligation of Contractor shall not apply when (1) the injury, loss of life, damage to
property, or violation of law arises from the sole negligence or willful misconduct of the City or its
officers, employees, agents, or volunteers and (2) the actions of Contractor or its employees,
subcontractor, or agents have contributed in no part to the injury, loss of life, damage to
property, or violation of law. It is understood that the duty of Contractor to indemnify and hold
harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code.
Acceptance by City of insurance certificates and endorsements required under this Agreement
does not relieve Contractor from liability under this indemnification and hold harmless clause.
This indemnification and hold harmless clause shall apply to any damages or claims for
damages whether or not such insurance policies shall have been determined to apply. By
execution of this Agreement, Contractor acknowledges and agrees to the provisions of this
Section and that it is a material element of consideration.
15. Insurance Requirements.
a. Insurance. Contractor, at Contractor's own cost and expense, shall
procure and maintain, for the duration of the contract, unless modified by the City's Risk
Manager, the following insurance policies.
i. Workers' Compensation Covera e. Contractor shall maintain
Workers' Compensation Insurance and Employer's Liability Insurance for his/her
employees in accordance with the laws of the State of California. In addition, Contractor
shall require each subcontractor to similarly maintain Workers' Compensation Insurance
and Employer's Liability Insurance in accordance with the laws of the State of California
for all of the subcontractor's employees. Any notice of cancellation or non- renewal of all
Workers' Compensation policies must be received by the City at least thirty (30) days
prior to such change, The insurer shall agree to waive all rights of subrogation against
City, its officers, agents, employees and volunteers for losses arising from work
performed by Contractor for City. In the event that Contractor is exempt from Worker's
Page 5
Compensation Insurance and Employer's Liability Insurance for his /her employees in
accordance with the laws of the State of California, Contractor shall submit to the City a
Certificate of Exemption from Workers Compensation Insurance in a form approved by
the City Attorney.
ii. General Liability-Coverage. Contractor shall maintain commercial
general liability insurance in an amount not less than one million dollars ($1,000,000) per
occurrence for bodily injury, personal injury and property damage. If a commercial
general liability insurance 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. Required commercial general liability coverage shall be at least as
broad as Insurance Services Office Commercial General Liability occurrence form CG
0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering
comprehensive General Liability and Insurance Services Office form number GL 0404
covering Broad Form Comprehensive General Liability. No endorsement may be
attached limiting the coverage.
iii. Automobile Liability Coverage. Contractor shall maintain
automobile liability insurance covering bodily injury and property damage for all activities
of the Contractor arising out of or in connection with the work to be performed under this
Agreement, including coverage for owned, hired and non -owned vehicles, in an amount
of not less than one million dollars ($1,000,000) combined single limit for each
occurrence. Automobile liability coverage must be at least as broad as Insurance
Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 ( "any auto "). No
endorsement may be attached limiting the coverage.
b. Endorsements. Each general liability and automobile liability insurance
policy shall be with insurers possessing a Best's rating of no less than A:VII and shall be
endorsed with the following specific language:
I. The City, Its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insured with respect to liability
arising out of work performed by or on behalf of the Contractor, including materials, parts
or equipment furnished in connection with such work or operations.
ii. This policy shall be considered primary insurance as respects the
City, its elected or appointed officers, officials, employees, agents and volunteers.
Any insurance maintained by the City, including any self- insured retention the City may
have, shall be considered excess insurance only and shall not contribute with it.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with respect to the limits of
liability of the insuring company.
iv. The insurer waives all rights of subrogation against the City, its
elected or appointed officers, officials, employees or agents.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its elected or appointed officers, officials,
employees, agents or volunteers.
Page 6
vi. The insurance provided by this Policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits except after thirty (30) days written
notice has been received by the City.
C. Deductibles and Self- Insured Retentions. Any deductibles or self- insured
retentions must be declared to and approved by the City. At the City's option, Contractor shall
demonstrate financial capability for payment of such deductibles or self- insured retentions.
d. Certificates of Insurance. Contractor shall provide certificates of
insurance with original endorsements to City as evidence of the insurance coverage required
herein. Certificates of such insurance shall be filed with the City on or before commencement of
performance of this Agreement. Current certification of insurance shall be kept on file with the
City at all times during the term of this Agreement.
16. Notices. Any notice required to be given under this Agreement shall be in writing
and either served personally or sent prepaid, first class mail. Any such notice shall be
addressed to the other party at the address set forth below. Notice shall be deemed
communicated within 48 hours from the time of mailing if mailed as provided in this section.
If to City: City of Lake Elsinore
Attn: City Manager
130 South Main Street
Lake Elsinore, CA 92530
With a copy to: City of Lake Elsinore
Attn: City Clerk
130 South Main Street
Lake Elsinore, CA 92530
If to Contractor: Evergreen Cleaning Solutions
Attn: Mr. Fabrice Vuillemey, President
23885 Corinth Drive
Murrieta, CA 92562
17. Entire Agreement. This Agreement constitutes the complete and exclusive
statement of Agreement between the City and Contractor. All prior written and oral
communications, including correspondence, drafts, memoranda, and representations, are
superseded in total by this Agreement.
18. Amendments. This Agreement may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City Attorney.
19. Assignment and Subcontracting. The parties recognize that a substantial
inducement to City for entering into this Agreement is the reputation, experience and
competence of Contractor and the subcontractors listed in Exhibit B. Contractor shall be Fully
responsible to City for all acts or omissions of any subcontractors. Assignments of any or all
rights, duties or obligations of the Contractor under this Agreement will be permitted only with
the express consent of the City. Contractor shall not subcontract any portion of the work to be
performed under this Agreement except as provided in Exhibit B without the written
authorization of the City. If City consents to such subcontract, Contractor shall be fully
Page 7
responsible to City for all acts or omissions of those subcontractors. Nothing in this Agreement
shall create any contractual relationship between City and any subcontractor nor shall it create
any obligation on the part of the City to pay or to see to the payment of any monies due to any
such subcontractor other than as otherwise is required by law.
20. Waiver. Waiver of a breach or default under this Agreement shall not constitute
a continuing waiver of a subsequent breach of the same or any other provision under this
Agreement.
21. Severabilit . If any term or portion of this Agreement is held to be invalid, illegal,
or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
22. Controlling Law Venue. This Agreement and all matters relating to it shall be
governed by the laws of the State of California and any action brought relating to this
Agreement shall be held exclusively in a state court in the County of Riverside.
23. Liti ation Expenses and Attorneys' Fees. If either party to this Agreement
commences any legal action against the other party arising out of this Agreement, the prevailing
party shall be entitled to recover its reasonable litigation expenses, including court costs, expert
witness fees, discovery expenses, and attorneys' fees.
24. Mediation. The parties agree to maize a good faith attempt to resolve any
disputes arising out of this Agreement through mediation prior to commencing litigation. The
parties shall mutually agree upon the mediator and share the costs of mediation equally. If the
parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its
successor in interest. JAMS shall provide the parties with the names of five qualified mediators.
Each party shall have the option to strike two of the five mediators selected by JAMS and
thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after
mediation, either party may commence litigation.
25. Authority to Enter Agreement. Contractor has all requisite power and authority to
conduct its business and to execute, deliver, and perform the Agreement. Each party warrants
that the individuals who have signed this Agreement have the legal power, right, and authority to
make this Agreement and to bind each respective party. The City Manager is authorized to
enter into an amendment or otherwise take action on behalf of the City to make the following
modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non -
monetary changes in the scope of services; and /or (d) suspend or terminate the Agreement.
26. Prohibited Interests. Contractor maintains and warrants that it has not employed
nor retained any company or person, other than a bona fide employee working solely for
Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid
nor has it agreed to pay any company or person, other than a bona fide employee working
solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other
consideration contingent upon or resulting from the award or making of this Agreement. For
breach or violation of this warranty, City shall have the right to rescind this Agreement without
liability. For the term of this Agreement, no member, officer or employee of City, during the term
of his or her service with City, shall have any direct interest in this Agreement, or obtain any
present or anticipated material benefit arising therefrom.
Page 8
27. Egual OpportunLtyOpportunity Em to meat. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee or
applicant for employment because of race, religion, color, national origin, handicap, ancestry,
sex or age. Such non - discrimination shall include, but not be limited to, all activities related to
initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff
or termination.
28. Prevailing Wages. Contractor is aware of the requirements of California Labor
Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title
8, Section 16000, et seq., ( "Prevailing Wage Laws "), which require the payment of prevailing
wage rates and the performance of other requirements on "public works" and "maintenance"
projects. Contractor agrees to fully comply with all applicable federal and state labor laws
including, without limitation, if applicable, the Prevailing Wage Laws). It is agreed by the parties
that, in connection with the Work or Services provided pursuant to this Agreement, Contractor
shall bear all risks of payment or non - payment of prevailing wages under California law, and
Contractor hereby agrees to defend, indemnify, and hold the City, and its officials, officers,
employees, agents, and volunteers, free and harmless from any claim or liability arising out of
any failure or alleged failure to comply with the Prevailing Wage Laws. The foregoing indemnity
shall survive termination of this Agreement.
29. Execution. This Agreement may be executed in several counterparts, each of
which shall constitute one and the same instrument and shall become binding upon the parties
when at least one copy hereof shall have been signed by both parties hereto. In approving this
Agreement, it shall not be necessary to produce or account for more than one such counterpart.
Signatures on next page]
Page 9
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the date first written above.
CITY"
CITY OF LAKE ELSINORE, a municipal
corporation
Manager
ATTEST:
r
A
Cit ttorney
Attachments: Exhibit A — Contractor's Proposal
Exhibit B — List of Subcontractors
CONTRACTOR"
Evergreen Cleaning Solutions, a corporation
By: Fabrice Vuillemey
Its: President
Page 10
EXHIBIT A
CONTRACTOR'S PROPOSAL
ATTACHED]
EXHIBIT A
EXHIBIT A
PROPOSAL BID SCHEDULE
CONTRACTOR: _Evergreen Cleaning Solutions
Base Bid: Three (3) days per week of all Facility Buildings. All Park restrooms to
be serviced Friday through Sunday and all holidays.
NOTE: The Proposal shall include, but not be limited to, sales tax and all other
applicable taxes and fees.
QITC ennoeec III MIT411 V r_nCT nAYS TA BF CLEANED
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
City Hall 945.00 Monday, Wednesday,
130 S. Main St. Friday
City Hall Engineering Trailer 140.00 Monday, Wednesday,
130 S. Main St Friday
City Yard Main Office 220.00 Monday, Wednesday,
521 N. Langstaff St, Friday
City Yard Mechanic Shop 180.00 Monday, Wednesday,
521 N. Langstaff St. Frida
City Yard Office Trailer 140.00 Monday, Wednesday,
521 N. Langstaff St. Friday
Senior Center 525.00 Monday, Wednesday,
420 East Lakeshore Dr. Friday
Senior Center Annex 140.00 Monday, Wednesday,
Building Friday
420A East Lakeshore Dr.
Cultural Center 490.00 Monday, Wednesday,
183 North Main Street Friday
Lake Community Center 825.00 Monday, Wednesday,
310 W. Graham St. Friday
Tiny Tots 225.00 Monday, Wednesday,
400 W. Graham St. Friday
Chamber of Commerce 200.00 Monday, Wednesday,
132 W. Graham St Friday
Alberhill Community Park 95.00 Friday, Saturday, Sunday
28200 Lake St. and all Holidays_
Canyon Hills Community 95.00 Friday, Saturday, Sunday
Park and all Holidays
34360 Canyon Hills Rd.
95.00 Friday, Saturday, Sunday
and all Holidays
City Park
243 S. Main St.
PROPOSAL SCHEDULE (Continued)
f
j CONTRACTOR: Evergreen Cleaning Solutions
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
CITE AnnRFCS MONTHLY COST DAYS TO BE CLEANED
Creekside Park 95.00 Friday, Saturday, Sunday
3200 Lost Road and all Holidays
Lakepoint Park 95.00 Friday, Saturday, Sunday
420 E. Lakeshore Dr. and all Holidays
Machado Park
T
95.00 Friday, Saturday, Sunday
15150 Joy St. and all Holidays
McVicker Canyon 140.00 Friday, Saturday, Sunday
Community Park and all Holidays
29355 Grand Ave.
Rosetta Canyon Community 95.00 Friday, Saturday, Sunday
Park and all Holidays
39423 Ardenwood Wy.
Summerhill Park 95.00 Friday, Saturday, Sunday
31613 Canyon Estates Dr. and all Holidays
Summerlake Park 95.00 Friday, Saturday, Sunday
900 W. Broadway and all Holidays
Swick and Matich Park 140.00 Friday, Saturday, Sunday
402 Limited St. and all Holidays
Tuscany Hills Park 95.00 Friday, Saturday, Sunday
30 Summerhill Dr. and all Holidays
Friday, 'S- a-t16ir-d-ay, SundayYarboroughPark95.00
419 N. Poe St. and all Holidays
La Laguna Resort 95.00 Friday, Saturday, Sunday
32040 Riverside Dr. and all Holidays
Seaport Boat Launch 95.00 Friday, Saturday, Sunday
500 W. Lakeshore Dr. and all Holidays
MONTHLY COST PROPOSAL TOTAL
Total Amount of Base Bid Proposal in NUMBERS: $5,545.00
Total Amount of Base Bid Proposal in WORDS:
Five Thousand Five Hundred forty Five Dollars
PROPOSAL SCHEDULE
CONTRACTOR: Evergreen Cleaning Solutions
j Alternate Bid: Five (5) days per week of Facility Buildings. Seven (7) days per
week of all Park restrooms.
i
NOTE: The Proposal shall include, but not be limited to, sales tax and all other
applicable taxes and fees.
DAYS TO BE
ciYS: ennRmcc MONTHLY COST CLEANED
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
l)
City Hall
130 S. Main St. 1,350.00 Monday - Friday
Monday - FridayCityHallEngineeringTrailer200.00
130 S. Main St
City Yard Main Office 310.00 Monday - Friday
521 N. Langstaff St.
City Yard Mechanic Shop 250.00 Monday - Friday
521 N. Langstaff St.
City Yard Office Trailer 200.00 Monday - Friday
521 N. Langstaff St
Senior Center 750.00 Monday - Friday
420 E. Lakeshore Dr.
Senior Center Annex 200.00 Monday - Friday
420A E. Lakeshore Dr.
Cultural Center 700.00 Monday - Friday
183 N. Main St
Lake Community Center 1,175.00 Monday - Friday
310 W. Graham St
Tiny Tots 320.00 Monday - Friday
400 W. Graham St.
Chamber of Commerce 280.00 Monday - Friday
132 W. Graham St.
Alberhill Community Park 135.00 Monday - Sunday,
28200 Lake St. and all Holidays
Canyon Hills Community Park 135.00 Monday - Sunday,
34360 Canyon Hills Rd. and all Holidays
City Park -'- 135.00 Monday - Sunday,
243 S. Main St and all Holidays
Creekside Park 135.00 Monday - Sunday,
3200 Lost Road and all Holidays
Lakepoint Park 135.00 Monday - Sunday,
420 E. Lakeshore Dr. and all Holidays
Machado Park 135.00 Monday - Sunday,
15150 Joy St and all Holidays
44.
45.
46.
47.
48.
49.
50.
51.
52.
McVicker Canyon Community Park 200.00 Monday — Sunday,
29355 Grand Ave. and all Holidays
Monday — Sunday, Rosetta Canyon Community Park 135.00
39423 Ardenwood Wy. and all Holidays
Summerhill Park 135.00 Monday — Sunday,
31613 Canyon Estates Dr. and all Holidays
Summerlake Park 135.00 Monday — Sunday,
900 W. Broadway and all Holidays
Swick and Matk:h Park 200.00 Monday — Sunday,
402 Limited St. and all Holidays
Tuscany Hills Park 135.00 Monday — Sunday,
30 Summerhill Dr. and all Holidays _
Yarborough Park 135.00 Monday — Sunday,
419 N. Poe St and all Holidays
La Laguna Resort 135.00 Monday — Sunday,
32040 Riverside Dr. and all Holidays
Seaport Boat Launch 135.00 Monday — Sunday,
500 W. Lakeshore Dr. and all Holidays
MONTHLY COST PROPOSAL TOTAL
l
11
Total Amount of Alternative Bid Proposal in NUMBERS:
7,890.00
Total Amount of Alternative Bid Proposal in WORDS:
Seven Thousand Eight Hundred ninety Dollars
MONTHLY COST PROPOSAL TOTAL
Total Amount of Base Bid in NUMBERS; $5.545.00
Total Amount of Base Bid in WORDS: Five Thousand Five Hundred Forty Five Dollars.
Total Amount of Alternate Bid in NUMBERS:
7,890.00
Total Amount of Alternate Bid in WORDS: Seven Thousand Eight Hundred nine
Dollars.
1
ON-C,
53.
54.
55.
56.
57.
58.
59.
60.
61.
62.
63.
64.
65.
66.
67.
kLL SERVICES
UNIT COST
SERVICE
T
UNIT_ COST
Wash and polish light fixtures, lamps, and Per Fixture 6.00
reflectors
0.17Machinecarpetcleaning, other than scheduled Per Sq. Ft
requirement
Special Event Cleaning of one Meeting Room at Per Event 50.00
Lake Community Center
Per EventSpecialEventCleaningoftheKitchenatLake 75.00
Community_ Center
Clean exterior and interior of commercial_ oven Per Unit
Special Event Cleaning at Senior Center Per Event 75.00
Labor for On -Call Services (Day) Per Hour 25.00
8 a.m. - 5 p.m.
Clean exterior and interior of commercial Per Unit
Labor for On -Call Services (Evening /Night) Per Hour 35.00
5 p.m. - 8 a.m.
Labor for On -Call Services Per Hour 50.00
Holidays
FYTRA CFQVI[_FS
SERVICE UNIT COST
Chair cleaning Per Chair 9.00
Power wash concrete approach /sidewalk in Per Sq Ft 0.10
accordance with all laws & regulations
Power wash exterior building walls in Per Sq Ft 0.10
accordance with all laws & regulations
Transfer recycled material from container Per Container 2.00
ranging from 20 -50 gallons) in building to bin in
parking lot
Clean exterior and interior of commercial_ oven Per Unit 75.00
Clean exterior and interior of residential Per Unit 40.00
refrigerator/freezer combination unit
Clean exterior and interior of commercial Per Unit 50.00
refrigerator _ . _
NOTES:
1. On -call and /or extra services is not guaranteed.
2. Work to be performed either as- needed on -call and /or extra services shall be
performed only by written work order authorization from the City. A work authorization
delineating scope, schedule, and fee shall be provided by the City to the Contractor prior
to the commencement of any on -call and /or extra services.
0
NIA
EXHIBIT B
LIST OF SUBCONTRACTORS
ATTACHED]
EXHIBIT B
AreM>~ CERTIFICATE OF LIABILITY INSURANCE
13 in
pfloplicut
S(a++mn P. Mager Insurance Service4 g31 7F -3631 LBAH ONR
I HCiLRSR. 'T!!IS GS IPIC1
P.O. Box 468 k A7Sft Tfi@ Gp 9RAfa6 1
9291JdQAC6 Murrfeta,cA
Qenerstlans ctprotectian INSURFERS AFFlOWNG COY RAMQE _ NA10 #
00 cr,Liiste ag_All'e+d InsuiTenTx Cninpdny _ . _ _--_ .
Onvironrnental Cleaning WOO + Ace €nutBrrce earn ttin -
23883 Corinth DriveL*Fla c 1 r C usety Croup . .
MLlrrleta, CA 92562- 7%MLAE3 1 -
FobriceVtrlllemey
RAGaBTHEPOLIVUOFWSURANC51,1911,:11BELOWyAV$VX11N15511 , 3A3 THE iN9L1A8DNaa16r7/ 9C 3uE FOR THE PKILICYRERIOPENDrCATED .NOTAfirdl$TAhfl1NGA%Y RfU11?I MENT. TERM OR CS01TiON OF ANY OONTRA OT OR MjR 00Ci,IMit'17 YIITH R86F6CT TO WHICH TMIS CERTIPIOAA'73 PJAY B5 ISSUW ORMAY01IRTA1N. TN41%48UIRANGS AFFORD $D RYTHE POLTCI DISCRiBEO HEiiEIN [B a44FaGT-M AU THE TERMS, VtLUSIONP AND COMCMOW OF SUCHPOLICILS. Aar;R5,30K WAITS SMQVVN R1AY KkV'e SEEN RIDUCBD AY PA O CLAII &
A alfrC>WL LaelLmr ACP 7803165379 6/19/2015 6/1912016 0 1++nc E = Z.0RC1.0O0
100,0E
c AiuIClA oxNas,+LAta rlr r 9 1:000
CArV$PAA0 =CUR
PEnSC :6Arhf 1,OE10C#0ii
rfA rLR86!tL'CA LimrAdJI PaPC k
A41ii}MaStEAVSla4TY
1 `GxBWEDB:MGLELL1
A4
R=—
TAUT0
1 LLOWNMAUTOS F60iLY LWURY
I ,„J+FOULAAUTC:
M!R_gA=fl
J f EpCaYJAV:JFY
1 s
OAAUaE
QAIkAal LmxltiillY
1 AU'rOONLY AC'y .ti
Al
g ANY AUTO l Au s oriLr: w rii l:
FJ'tCtt a
sxc$6¢;UUS'¢LU unsprtt ' y
0=s
vYCwstnrx COPPFNRATRW AdtD 1:QdQ;
8 d4lLOT SUA>s T1 iCd3A257B3 W0512016 a 610512016 EL" ris. ,.
rerrciarvnnrs ry WOxtxwnre : 4.Ptvri: : f .
UPI C.'+N01 rstlE!7t a0n- lED?
r t r:a ! c, A+e z• p Lmla ! c QOD fl O
C
oTN 1230884 9 4/2612016 ! 412612016 1190,000
D 1ifPrDV ps O r kTffY. r F CCATIC tv tic? LUS f dtCi3ki6D?R 15'JPID EYT?+OOe4iC S1L4T +E1 tr L PR"
Ton (10) Days Notice Of Canaetlation for Non•PaymentGnly
GRF P H 614 . — - C h
R SffaULDAh'Y 0 1: TX9 AB DIM OlirJtlBiO P1TJG70 sf CANCBL:EO B[:OTrii-WF WWIMTON
OAr TNQIaOF. THE ISGU;W' N"Wo WR.L RNae"OA To FAIL 30 WS WRTWN
City of Lake Elsinore fjolleg TO THE cvtTJ!<ICAT: HOLCCR NMIM TO THE LEFT- SU"Nti van TO ee so SNAU.
130 South Main Street Jnan "0 01 k"WTI OF ANY "0 Up"?4 -M [BURT A, t*c dncvr oR
Lake Elsinore, CA 92530 ap #, *'
k _ I eee
AC RD 26 (2001106)
f1cvaD CERTIFICATE OF LIABILITY INSURANCE -'
A
0 &1211201oli, 01
Y'
5
THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSIRNG INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must Ve i3;ru0rsea If SUBROGATION IS WAiVEL'', suhlect to
the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the
certificate ii0clar in lieu of ouch endorccrren1(s1.
Steven P Hagar Insurance Services rICANE Ryan Hagar
41891 Kalmia St Suite B ,ti 1951)6 "?c33 — _— i'L_ -xL (951)698 -3411 -
Murrleta. CA 92562 ~'','.= _ ryanChagarinsurance.com
License #: 0700596 NsIJI RIs) APFOROI+,G cnvEPAGE
resuRER A Developers Surety and Indemmry Company
ENVIRONMENTAL CLEANING SOLUTIONS & SER'V11&'9§' SIC.
DBA EVERGREEN CLEANING SOLUTIONS
23885 CORINTH DR.
NsuPJRo
i
Murrieta, CA 92562 riStr,:E
ti5tr•aF. -k c
COVERAGES CERTIFICATE NUMBER: DOOODDOO -10532 REVISION NUMBER- 2
IS IS 0 CER - +Y - HA ---1E ;C ..' FS OX INSURANCE LISTED "aE_C \i' HAV5 EEE'. ISSUED TO Ti IE INSURED PIANIIEt'' A30VF FOR : riL 001_ CY PERIOD
10 C.1' = `:CT 4 "tic; A':7;NG :?, R= Cu'.E \4'cti i R \! .7p ^Cr:D' T 10N OF • \Ny rpVTKACT R OTnER DCCLtdEryi W -H RESP_CT T;7 V1k,'Ci"'a.g
R =1CA !Av 6c i35;.= J 7 Ndl DER -f,'N THE In'S1, =Ai:C= Fr' ^RDED 5'' T L'- P'OLIC'ES D SCRAFD rIEREA 1,5 SL B_FCr 10 ALL -1.;_ -Fi?MS
E OLUB UTS An'J CONCI- CNS OF E-IC'+ PO! CIGS L•fA '5 5. 01 N \!AY I-'AVE 9FFN 9ECUCE4 9Y PAID C_NMS
a aCCt 5LJ3R - ^iJe.:!:r cF! ri7UCr EXk" . 7 YPE OF I!JSIJAA. \l; t. LIMI rS
A X COMMER :!AL GENERA! LIASU—V tlOfill !P2 - i'0 ;7202: } _ ,tm1,tliltr
X _ 100.000
Jt
5.000 .
G1.000.000
2,000.000
X _ 1,000,900
X 6 is
UMEREL:a : JAS - — — -
rl.`.AKER1 :t7Vr'.'ti>..S'I:!•, _ -
avoty >Lr.rEris
984957546 07/08/2016 07/08/2017 11 -- _ °, 200,000
350,000
100,000
C448286753 06/05/2016 06/05/2017 1.000.000
1.000,000
5•: fi!P i'OY i ` G °'RA rIGN5 I LC,:ATICNS YEl'!GLES /ACORC IVI Aud+hon i Reim S;ned— n v Jo aItae•iotl •1 mnm seaca :s moo red)
T
Ten (10) days notice of cancellation for non - payment only
City of lake Elsinore, its elected or appointed officers. employees, agents, and volunteers are named as additional insured
6
I
CERTIFi+:r' -F +DLDEV' CANCELLATION
I I
5HOLLD = *,NY OF 7HE An%'E DESCRIBED eE CANCEL_ E2 6FFCR "c
TriE cXPIRAT10N DATE TNEREuF NOTICE VALL BE DELIVERED IN
City of Lake Elsinore Act:ORDANr E wlT.i THE POLICY PROVISIONS
130 South Main Street
i Lake Elsinore, GA 92530 ^ -- . — --
PORATION All rights reserved
ACORD 25 I2014i0l i The ACORD namo ano Togo are registered marks of ACORD
AGREEMENT FOR CONTRACTOR SERVICES
Evergreen Cleaning Solutions
Janitorial Services
This Agreement for Contractor Services (the "Agreement") is made and entered into as
of August 25,2015, by and between the City of Lake Elsinore, a municipal corporation ("City")
and Evergreen Cleaning Solutions, a corporation ("Contractor").
RECITALS
A. The City has determined that it requires the following services: cleaning services
at City-owned buildings, park restrooms, and lake facilities.
B. Contractor has submitted to City a proposal, dated February 8, 2015, attached
hereto as Exhibit A ("Contractor's Proposal") and incorporated herein, to provide services and
related work to the City pursuant to the terms of this Agreement.
C. Contractor possesses the skill, experience, ability, background, certification and
knowledge to perform the services and related work described in this Agreement on the terms
and conditions described herein.
D. City desires to retain Contractor to perform the services and related work as
provided herein and Contractor desires to provide such services and related work as set forth in
this Agreement.
AGREEMENT
1. Scope of Services. Contractor shall perform the services and related work
described in Contractor's Proposal (Exhibit A). Contractor shall provide such services and
related work at the time, place, and in the manner specified in Contractor's Proposal (Exhibit A),
subject to the direction of the City through its staff that it may provide from time to time.
2. Time of Performance.
a. Time of Essence. Time is of the essence in the performance of this
Agreement. The time for completion of the services and related work to be performed by
Contractor is an essential condition of this Agreement. Contractor shall prosecute regularly and
diligently the services and related work contemplated pursuant to this Agreement consistent
with Contractor's Proposal (Exhibit A) and shall provide, furnish and pay all labor, materials,
necessary tools, expendable equipment, and all taxes, utility and transportation services
required to perform such the services and related work.
b. Performance Schedule. Contractor shall commence the services and
related work pursuant to this Agreement upon receipt of a written notice to proceed and shall
perform all services and related work within the time period(s) established in the Contractor's
Proposal (Exhibit A). When requested by Contractor, extensions to the time period(s) specified
may be approved in writing by the City Manager.
Evergreen Cleaning FY 16 Janitorial Contract Page 1
c. Term. Unless earlier terminated as provided elsewhere in this
Agreement, this Agreement shall continue in full force and effect, commencing on August 25,
2015 and ending on June 30, 20'16. The City may, at its sole discretion, extend the term of
this Agreement on a 12-month basis not to exceed three (3) additional twelve (12) month
renewal terms by giving written notice thereof to Contractor not less than thirty (30) days before
the end of the contract term, such notice to be exercised by the City Manager.
3. Comoensation. Compensation to be paid to Contractor shall be in accordance
with the fees set forth in Contractor's Proposal (Exhibit A), which is attached hereto and
incorporated herein by reference. ln no event shall Contractor's compensation exceed SIXTY
SIX THOUSAND FIVE HUNDRED FORTY dollars ($66,540) without additional written
authorization from the City. Notwithstanding any provision of Contractor's Proposal to the
contrary, out of pocket expenses set forth in Exhibit A shall be reimbursed at cost without an
inflator or administrative charge. Payment by City under this Agreement shall not be deemed a
waiver of defects, even if such defects were known to the City at the time of payment.
4. Method of Pavment. Contractor shall promptly submit billings to the City
describing the services and related work performed during the preceding month to the extent
that such services and related work were performed. Contractor's bills shall be segregated by
project task, if applicable, such that the City receives a separate accounting for work done on
each individual task for which Contractor provides services. Contractor's bills shall include a
brief description of the services performed, the date the services were performed, the number of
hours spent and by whom, and a description of any reimbursable expenditures. City shall pay
Contractor no later than forty-five (45) days after receipt of the monthly invoice by City staff.
5. Suspension or Termination.
a. The City may at any time, for any reason, with or without cause, suspend
or terminate this Agreement, or any portion hereof, by serving upon the Contractor at least ten
('10) days prior written notice. Upon receipt of such notice, the Contractor shall immediately
cease all work under this Agreement, unless the notice provides otherwise. lf the City suspends
or terminates a portion of this Agreement such suspension or termination shall not make void or
invalidate the remainder of this Agreement.
b. ln the event this Agreement is terminated pursuant to this Section, the
City shall pay to Contractor the actual value of the work performed up to the time of termination,
provided that the work performed is of value to the City. Upon termination of the Agreement
pursuant to this Section, the Contractor will submit an invoice to the City, pursuant to Section
entitled "Method of Payment" herein.
6. Ownershio of Documents. All plans, studies, documents and other writings
prepared by and for Contractor, its officers, employees and agents and subcontractors in the
course of implementing this Agreement, except working notepad internal documents, shall
become the property of the City upon payment to Contractor for such work, and the City shall
have the sole right to use such materials in its discretion without further compensation to
Contractor or to any other party. Contractor shall, at Contractor's expense, provide such
reports, plans, studies, documents and other writings to City upon written request. City
acknowledges that any use of such materials in a manner beyond the intended purpose as set
forth herein shall be at the sole risk of the City. City further agrees to defend, indemnify and
hold harmless Contractor, its of{icers, officials, agents, employees and volunteers from any
claims, demands, actions, losses, damages, injuries, and liability, direct or indirect (including
Page 2
any and all costs and expenses in connection therein), arising out of the City's use of such
materials in a manner beyond the intended purpose as set forth herein.
a. Licensinq of lntellectual Propertv.This Agreement creates a
nonexclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and
all copyrights, designs, and other intellectual property embodied in plans, specifications, studies,
drawings, estimates, and other documents or works of authorship fixed in any tangible medium
of expression, including but not limited to, physical drawings or data magnetically or otherwise
recorded on computer diskettes, which are prepared or caused to be prepared by Contractor
under this Agreement ("Documents & Data"). Contractor shall require that all subcontractors
agree in writing that City is granted a nonexclusive and perpetual license for any Documents &
Data the subcontractor prepares under this Agreement. Contractor represents and warrants
that Contractor has the legal right to license any and all Documents & Data. Contractor makes
no such representation and warranty in regard to Documents & Data which were prepared by
design professionals other than Contractor or provided to Contractor by the City. City shall not
be limited in any way in its use of the Documents & Data at any time, provided that any such
use not within the purposes intended by this Agreement shall be at City's sole risk.
b. Confidentialitv. All ideas, memoranda, specifications, plans, procedures,
drawings, descriptions, computer program data, input record data, written information, and other
Documents & Data either created by or provided to Contractor in connection with the
performance of this Agreement shall be held confidential by Contractor. Such materials shall
not, without the prior written consent of City, be used by Contractor for any purposes other than
the performance of the services under this Agreement. Nor shall such materials be disclosed to
any person or entity not connected with the performance of the services under this Agreement.
Nothing furnished to Contractor which is otherwise known to Contractor or is generally known,
or has become known, to the related industry shall be deemed confidential. Contractor shall not
use City's name or insignia, photographs relating to project for which Contractor's services are
rendered, or any publicity pertaining to the Contractor's services under this Agreement in any
magazine, trade paper, newspaper, television or radio production or other similar medium
without the prior written consent of City.
7. Contractor's Books and Records.
a. 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 City for a minimum period of three
(3) years, or for any longer period required by law, from the date of final payment to Contractor
to this Agreement.
b. Contractor shall maintain all documents and records which demonstrate
performance under this Agreement for a minimum period of three (3) years, or for any longer
period required by law, from the date of termination or completion of this Agreement.
c. Any records or documents required to be maintained pursuant to this
Agreement shall be made available for inspection or audit, at any time during regular business
hours, upon written request by the City Manager, City Attorney, City Auditor or a designated
representative of these officers. Copies of such documents shall be provided to the City for
inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually
agreed upon, the records shall be available at Contractor's address indicated for receipt of
notices in this Agreement.
Page 3
d. Where City has reason to believe that such records or documents may be
lost or discarded due to dissolution, disbandment or termination of Contractor's business, City
may, by written request by any of the above-named officers, require that custody of the records
be given to the City and that the records and documents be maintained in City Hall. Access to
such records and documents shall be granted to any party authorized by Contractor,
Contractor's representatives, or Contractor's successor-in-interest.
8. lndeoendent Contractor. lt is understood that Contractor, in the performance of
the work and services agreed to be performed, shall act as and be an independent contractor
and shall not act as an agent or employee of the City.
9. PERS Elioibilitv lndemnification. ln the event that Contractor or any employee,
agent, or subcontractor of Contraclor providing services under this Agreement claims or 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 the 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.
Notwithstanding any other federal, state and local laws, codes, ordinances and
regulations to the contrary, Contractor and any of its employees, agents, and subcontractors
providing service under this Agreement shall not qualify for or become entitled to, and hereby
agree to waive any claims to, any compensation, benefit, or any incident of employment by City,
including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to
any contribution to be paid by City for employer conlribution and/or employee contributions for
PERS benefits.
10. lnterests of Contractor. Contractor (including principals, associates and
management employees) covenants and represents that it does not now have any investment
or interest in real property and shall not acquire any interest, direct or indirect, in the area
covered by this Agreement or any other source of income, interest in real property or investment
which would be affected in any manner or degree by the performance of Contractor's services
hereunder. Contractor further covenants and represents that in the performance of its duties
hereunder no person having any such interest shall perform any services under this Agreement.
Contractor is not a designated employee within the meaning of the Political Reform Act
because Contractor:
a. will conduct research and arrive at conclusions with respect to his/her
rendition of information, advice, recommendation or counsel independent of the control and
direction of the City or of any City official, other than normal agreement monitoring; and
b. possesses no authority with respect to any City decision beyond rendition
of information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).)
11. Abilitv of Contractor. City has relied upon the training and ability of Contractor to
perform the services hereunder as a material inducement to enter into this Agreement.
Contractor shall therefore provide properly skilled personnel to perform all services under this
Agreement. All work performed by Contractor under this Agreement shall be in accordance with
Page 4
applicable legal requirements and shall meet the standard of quality ordinarily to be expected of
competent contractors in Contractor's field of expertise.
12. Comoliance with Laws. Contractor shall use the standard of care in its
profession to comply with all applicable federal, state and local laws, codes, ordinances and
regulations.
13. Licenses. Contractor represents and warrants to City that it has the licenses,
permits, qualifications, insurance and approvals of whatsoever nature which are legally required
of Contractor to practice its profession. Contractor represents and warrants to City that
Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the
term of this Agreement, any licenses, permits, insurance and approvals which are legally
required of Contractor to practice its profession. Contractor shall maintain a City of Lake
Elsinore business license.
14. lndemnitv. Contractor shall indemnify, defend, and hold harmless the City and its
officials, officers, employees, agents, and volunteers from and against any and all losses,
liability, claims, suits, actions, damages, and causes of action arising out of any personal injury,
bodily injury, loss of life, or damage to property, or any violation of any federal, state, or
municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or
negligent acts or omissions of Contractor or its employees, subcontractors, or agents, by acts
for which they could be held strictly liable, or by the quality or character of their work. The
foregoing obligation of Contractor shall not apply when (1) the injury, loss of life, damage to
property, or violation of law arises from the sole negligence or willful misconduct of the City or its
officers, employees, agents, or volunteers and (2) the actions of Conlractor or its employees,
subcontractor, or agents have contributed in no part to the injury, loss of life, damage to
property, or violation of law. lt is understood that the duty of Contractor to indemnify and hold
harmless includes the duty to defend as set forth in Section 2778 of lhe California Civil Code.
Acceptance by City of insurance certificates and endorsements required under this Agreement
does not relieve Contractor from liability under this indemnification and hold harmless clause.
This indemnification and hold harmless clause shall apply to any damages or claims for
damages whether or not such insurance policies shall have been determined to apply. By
execution of this Agreement, Contractor acknowledges and agrees to the provisions of this
Section and that it is a material element of consideration.
15. lnsuranceRequirements.
a. lnsurance. Contractor, at Contractor's own cost and expense, shall
procure and maintain, for the duration of the contract, unless modified by the City's Risk
Manager, the following insurance policies.
i. Workers' ComDensation Coveraoe. Contractor shall maintain
Workers' Compensation lnsurance and Employeis Liability lnsurance for his/her
employees in accordance with the laws of the State of California. ln addition, Contractor
shall require each subcontractor to similarly maintain Workers' Compensation lnsurance
and Employer's Liability lnsurance in accordance with the laws of the State of California
for all of the subcontractor's employees. Any notice of cancellation or non-renewal of all
Workers' Compensation policies must be received by the City at least thirty (30) days
prior to such change. The insurer shall agree to waive all rights of subrogation against
City, its officers, agents, employees and volunteers for losses arising from work
performed by Contractor for City. ln the event that Contractor is exempt from Worker's
Page 5
Compensation lnsurance and Employer's Liability lnsurance for his/her employees in
accordance with the laws of the State of California, Contractor shall submit to the City a
Certificate of Exemption from Workers Compensation lnsurance in a form approved by
the City Attorney.
ii. General Liabilitv Coveraqe. Contractor shall maintain commercial
general liability insurance in an amount not less than one million dollars ($1,000,000) per
occurence for bodily injury, personal injury and property damage. lf a commercial
general liability insurance 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. Required commercial general liability coverage shall be at least as
broad as lnsurance Services Office Commercial General Liability occurrence form CG
0001 (ed. 11/88) or lnsurance Services Office form number GL 0002 (ed. 1/73) covering
comprehensive General Liability and lnsurance Services Office form number GL 0404
covering Broad Form Comprehensive General Liability. No endorsement may be
attached limiting the coverage.
iii. Automobile Liabilitv Coveraqe. Contractor shall maintain
automobile liability insurance covering bodily injury and property damage for all activities
of the Contractor arising out of or in connection with the work to be performed under this
Agreement, including coverage for owned, hired and non-owned vehicles, in an amount
of not less than one million dollars ($1,000,000) combined single limit for each
occurrence. Automobile liability coverage must be at least as broad as lnsurance
Services Ofrice Automobile Liability form CA 0001 (ed. 12190) Code 1 ("any auto"). No
endorsement may be attached limiting the coverage.
b. Endorsements. Each general liability and automobile liability insurance
policy shall be with insurers possessing a Best's rating of no less than A:Vll and shall be
endorsed with the following specific language:
i. The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insured with respect to liability
arising out of work performed by or on behalf of the Contractor, including materials, parts
or equipment furnished in connection with such work or operations.
ii. This policy shall be considered primary insurance as respects the
City, its elected or appointed officers, officials, employees, agents and volunteers.
Any insurance maintained by the City, including any self-insured retention the City may
have, shall be considered excess insurance only and shall not contribute with it.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with respect to the limits of
liability of the insuring company.
iv. The insurer waives all rights of subrogation against the City, its
elected or appointed officers, officials, employees or agents.
v. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its elected or appointed officers, officials,
employees, agents or volunteers.
Page 6
vi. The insurance provided by this Policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits except after thirty (30) days written
notice has been received by the City.
c. Deductibles and Self-lnsured Retentions. Any deductibles or self-insured
retentions must be declared to and approved by the City. At the City's option, Contractor shall
demonstrate financial capability for payment of such deductibles or self-insured retentions.
d. Certificates of lnsurance. Contractor shall provide certificates of
insurance with original endorsements to City as evidence of the insurance coverage required
herein. Certificates of such insurance shall be filed with the City on or before commencement of
performance of this Agreement. Current certification of insurance shall be kept on file with the
City at all times during the term of this Agreement.
16. Notices. Any notice required to be given under this Agreement shall be in wriling
and either served personally or sent prepaid, first class mail. Any such notice shall be
addressed to the other party at the address set forth below. Notice shall be deemed
communicated within 48 hours from the time of mailing if mailed as provided in this section.
lf to City:City of Lake Elsinore
Attn: City Manager
130 South Main Street
Lake Elsinore, CA 92530
City of Lake Elsinore
Attn: City Clerk
With a copy to:
130 South Main Street
Lake Elsinore, CA 92530
lf to Contractor: Evergreen Cleaning Solutions
Attn: Mr. Fabrice Vuillemey, President
23885 Corinth Drive
Murrieta, CA 92562
17. Entire Aqreement. This Agreement constitutes the complete and exclusive
statement of Agreement between the City and Contractor. All prior written and oral
communications, including correspondence, drafts, memoranda, and representations, are
superseded in total by this Agreement.
18. Amendments. This Agreement may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City Attorney.
19. Assiqnment and Subcontractinq. The parties recognize that a substantial
inducement to City for entering into this Agreement is the reputation, experience and
competence of Contractor and the subcontractors listed in Exhibit B. Contractor shall be fully
responsible to City for all acts or omissions of any subcontractors. Assignments of any or all
rights, duties or obligations of the Contractor under this Agreement will be permitted only with
the express consent of lhe City. Contractor shall not subcontract any portion of the work to be
performed under this Agreement except as provided in Exhibit B without the written
authorization of the City. lf City consents to such subcontract, Contractor shall be fully
Page 7
responsible to City for all acts or omissions of those subcontractors. Nothing in this Agreement
shall create any contractual relationship between City and any subcontractor nor shall it create
any obligation on the part of the City to pay or to see to the payment of any monies due to any
such subcontractor other than as otheMise is required by law.
20. Waiver. Waiver of a breach or default under this Agreement shall not constitute
a continuing waiver of a subsequent breach of the same or any other provision under this
Agreement.
21. Severabilitv. lf any term or portion of this Agreement is held to be invalid, illegal,
or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
22. Controllino Law Venue. This Agreement and all matters relating to it shall be
governed by the laws of the State of California and any action brought relating to this
Agreement shall be held exclusively in a state court in the County of Riverside.
23. Litiqation Expenses and Attornevs' Fees. lf either party to this Agreement
commences any legal action against the other party arising out of this Agreement, the prevailing
party shall be entitled to recover its reasonable litigation expenses, including court costs, expert
witness fees, discovery expenses, and attorneys' fees.
24. Mediation. The parties agree to make a good faith aftempt to resolve any
disputes arising out of this Agreement through mediation prior to commencing litigation. The
parties shall mutually agree upon the mediator and share the costs of mediation equally. lf the
parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its
successor in interest. JAMS shall provide the parties with the names of five qualified mediators.
Each party shall have the option to strike two of the five mediators selected by JAMS and
thereafter the mediator remaining shall hear the dispute. lf the dispute remains unresolved after
mediation, either party may commence litigation.
25. Authoritv to Enter Aoreement. Contractor has all requisite power and authority to
conduct its business and to execute, deliver, and perform the Agreement. Each party warrants
that the individuals who have signed this Agreement have the legal power, right, and authority to
make this Agreement and to bind each respective party. The City Manager is authorized to
enter into an amendment or otherwise take action on behalf of the City to make the following
modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non-
monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement.
26. Prohibited lnterests. Contractor maintains and warrants that it has not employed
nor retained any company or person, other than a bona fide employee working solely for
Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid
nor has it agreed to pay any company or person, other than a bona fide employee working
solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other
consideration contingent upon or resulting from the award or making of this Agreement. For
breach or violation of this warranty, City shall have the right to rescind this Agreement without
liability. For the term of this Agreement, no member, officer or employee of City, during the term
of his or her service with City, shall have any direct interest in this Agreement, or obtain any
present or anticipated material benefit arising therefrom.
Page 8
27. Equal Oooortuniw Emplovment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee or
applicant for employment because of race, religion, color, national origin, handicap, ancestry,
sex or age. Such non-discrimination shall include, but not be limited to, all activities related to
initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff
or termination.
28. Prevailinq Waoes. Contractor is aware of the requirements of California Labor
Code Section '1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title
8, Section 16000, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing
wage rates and the performance of other requirements on "public works" and "maintenance"
projects. Contractor agrees to fully comply with all applicable federal and state labor laws
(including, without limitation, if applicable, the Prevailing Wage Laws). lt is agreed by the parties
that, in connection with the Work or Services provided pursuant to this Agreement, Contractor
shall bear all risks of payment or non-payment of prevailing wages under California law, and
Contractor hereby agrees to defend, indemnify, and hold the City, and its officials, officers,
employees, agents, and volunteers, free and harmless from any claim or liability arising out of
any failure or alleged failure to comply with the Prevailing Wage Laws. The foregoing indemnity
shall survive termination of this Agreement.
29. Execution. This Agreement may be executed in several counterparts, each of
which shall constitute one and the same instrument and shall become binding upon the parties
when at least one copy hereof shall have been signed by both parties hereto. ln approving this
Agreement, it shall not be necessary to produce or account for more than one such counterpart.
[Signatures on next page]
Page I
lN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the date first written above.
"ctTY"
CITY OF LAKE ELSINORE, a municipal
corporation
"CONTRACTOR"
Evergreen Cleaning Solutions, a corporation
Fabrice Vuillemey
President
Attachments: Exhibit A - Contractor's Proposal
Exhibit B - List of Subcontractors
By:
Its:
ATTEST:
Page 10
EXHIBIT A
CONTRACTOR'S PROPOSAL
[ATTACHED]
EXHIBIT A
EXHIBIT A
PROPOSAL BID SGHEDULE
CONTRACTOR: _Evergreen Cleaning Solutions
Base Bid: Three (3) days per week of all Facility Buildings. All Park restrooms to
be seruiced Friday through Sunday and all holidays.
NOTE: The Proposal shalt include, but not be limited to, sales tax and all other
applicable taxes and fees.
SITE ADDRESS ITIONTHLY COST DAYS TO BE CLEANED
City Hall
130 S. Main St.
$e45.00 Monday, Wednesday,
Friday
City Hall Engineering Trailer
130 S. Matn St
${40.00 Monday, Wednesday,
Friday
Gity Yard Main Office
52{ N. LangstaffSt
$220.00 Monday, Wednesday,
Friday
Gity Yard Mechanic Shop
521 N. LangstaffSt.
$180.00 Monday, Vllednesday,
Friday
City Yard Offlce Trailer
521 N. Langstaff St
$1lo.00 Monday, Wednesday,
Friday
Senior Center
420 East Lakeshore Dr.
$52s.00 Monday, Wednesday,
Friday
Senior Center Annex
Building
420A East Lakeshore Dr.
$140.00 Monday, Wednesday,
Friday
CulturalGenter
183 North Main Street
$490.00 Monday, Wednesday,
Fridav
Lake Community Center
3{0 W. Graham St.
$825.00 Monday, Wednesday,
Fridav
Tiny Tots
400 W. Graham St.
$225.00 Monday, Wednesday,
Friday
Ghamber of Gommerce
132W. Graham St
$200.00 Monday, Wednesday,
Friday
Alberhill Community Park
28200 Lake St.
$es.00 Friday, Saturday, Sunday
and all Holidays
Canyon Hills Community
Park
34360 Canyon Hills Rd.
$95.00 Friday, Saturday, Sunday
and all Holidays
City Park
243 S. Main St.
$e5.00 Friday, Saturday, Sunday
and all Holidays
1.
2.
3.
()
4-
5.
6.
7-
8.
9.
10.
,,1.
12.
13.
14.
I
Alternate Bid: Five (5) days perweek of Facility Buildings. Seven (7) days per. j week of all Park restrooms.
NOTE: The Proposal shall include, but not be limited to, sales tax and all other
applicable taxes and fees.
DAYS TO BE
SITE ADDRESS MONTHLY COST CLEANED
40.
41.
42.
43.
27.
28.
29.
30.
31.
33.
r-, l 34.
35.
38,
39.
37.
City Hall
130 S. Main St $1,350.00 Mondav'Fridav
Gity Hal! Engineering Trailer
130 S. Main St
$200.00 Monday - Friday
Gity Yard Main Office
521 N. Langstaff St.
$3{0.00 Monday - Friday
City Yard Mechanic Shop
521 N. Langstaff St.
$250.00 Monday - Friday
Gity Yard Office Trailer
521 N. l-angstaff St
$200.00 Monday - Friday
Senior Center
42O E.l-akeshore Dr.
$750.00 Monday - Friday
Senior Center Annex
42OAE. Lakeshore Dr.
$200.00 Monday - Friday
Cultural Genter
183 N. Main St
$700.00 Monday - Friday
Lake Gommunity Center
310 W. Graham St ${,175.00 Monday - Friday
Tiny Tots
400 W. Graham St.
$320.00 Monday - Friday
Chamber of Gommerce
132 W. Graham St
$280.00 Monday - Friday
Alberhill Community Park
282OO Lake St.
$135.00 Monday - Sunday,
and all Holidays
Canyon Hills Community Park
34360 Canyon Hills Rd.
$135.00 Monday - Sunday,
and all Holidays
City Park
243 S. Main SL
${35.00 Monday - Sunday,
and all Holidays
Greekside Park
3200 Lost Road
$135.00 Monday - Sunday,
and all Holidays
Lakepoint Park
420 E. Lakeshore Dr.
$135.00 Monday - Sunday,
and all Holidays
Machado Park
15150 Joy St
$135.00 Monday - Sunday,
and all Holidays
I
I
PROPOSAL SCHEDU LE (Continued)
CONTRACTOR: Evergreen Cleaning Solutions
17.
{8.
15.
{6.
25.
26.
19.
20.
21.
'/22.
23.
MONTHLY COST PROPOSAL TOTAL
Total Amount of Base Bid Proposal in NUMBERS: $5,545.00
Total Amount of Base Bid Proposal in WORDS:
Five Thousand Five Hundred forly Five Dollars
PROPOSAL SCHEDULE
CONTRACTOR: Evergreen Cleaning Solutions
SITE ADDRESS MONTHLY COST DAYS TO BE GLEANED
Creekside Park
3200 Lost Road
$95.00 Friday, Saturday, Sunday
and all Holidays
Lakepoint Park
420 E. Lakeshore Dr.
$e5.00 Friday, Saturday, Sunday
and all Holidays
Machado Park
15{50 Joy St.
$e5.00 Friday, Saturday, Sunday
and all Holidavs
McVicker Canyon
Community Park
29355 Grand Ave.
$140.00 Friday, Saturday, Sunday
and all Holidays
Rosetta Canyon Community
Park
39423 Ardenwood Wv.
$9s.oo Friday, Saturday, Sunday
and all Holidays
SummerhillPark
316{3 Canyon Estates Dr.
$95.00 Friday, Saturday, Sunday
and all Holidays
Summerlake Park
900 W. Broadway
$e5.00 Friday, Saturday, Sunday
and all Holidays
Swlck and iliatich Park
402 Limited St.
$140.00 Friday, Safirrday, Sunday
and all Holidays
Tuscany Hills Park
30 Summerhill Dr.
$e5.00 Friday, Safu rday, Sunday
and all Holidays
Yarborough Park
419 N. Poe St.
$95.00 Friday, Saturday, Sunday
and all Holidays
La Laguna Resort
32040 Riverside Dr.
$e5.00 Friday, Saturday, Sunday
and all Holidays
Seaport Boat Launch
500 W. Lakeshore Dr.
$95.00 Friday, Saturday, Sunday
and all Holidays
..\4.
45.
46.
47.
48.
49.
50.
5{.
52.
MONTHLY COST PROPOSAL TOTAL
Total Amount of Alternative Bid Proposal in NUMBERS:
$7,890.00
Total Amount of Altemative Bid Proposal in WORDS:
Seven Thousand Eight Hundred ninety Dollars
MONTHLY COST P-ROPOSAL TOTAL
TotalAmount of Base Bid in NUMB_ERS: $5.545.00
TotalAmount of Base Bid in WORDS: Five Thousand Five Hundred Fortv Five Dollars.
TotalAmount of Altemate Bid in NUMEERS:
$7,890.00
TotalAmount of Altemate Bid,in WORDS: Seven Thouqod_Eight Hundred ninetv
Dolla.rs.
i)
McVicker Canyon Community Park
29355 Grand Ave.
$200.00 Monday - Sunday,
and all Holidays
Rosetta Canyon Community Park
39423 Ardenwood Wy.
$135.00 Monday - Sunday,
and all Holidays
SummerhillPark
31613 Ganyon Estates Dr.
$135.00 Monday - Sunday,
and all Holidays
Summerlake Park
900 W. Broadway
$,l35.00 Monday - Sunday,
and all Holidays
Swick and Matich Park
402 Limited St.
$200.00 Monday - Sunday,
and al! Holidays
Tuscany Hills Park
30 Summerhitl Dr.
$135.00 Monday - Sunday,
and all Holidays
Yarborough Park
419 N. Poe St
$135.00 Monday - Sunday,
and all Holidays
La Laguna Resoft
32040 Rivercide Dr.
$135.00 Monday - Sunday,
and all Holidays
Seaport Boat Launch
500 W. Lakeshore Dr.
$135.00 Monday - Sunday,
and all Holidays
ON.CALL SERVICES
EXTRA SERVICES
SERVICE UNIT COST
Chair cleaning Per Chair $e.00
Power wash concrete approach/sidewalk in
accordance with all laws & regulations
Per Sq Ft $0.10
Power wash exterior building walls in
accordance with all laws & requlations
Per Sq Ft $0.10
Transfer recycled materia! from container
(ranging from 20-50 gallons) in building to bin in
parking lot
Per Container $2.00
Clean exterior and interior of commercial oven Per Unit $75.00
Clean exterior and interior of residential
refrigeratorllreezer combination unit
Per Unit M0.00
Clean exterior and interior of commercial
refrigerator
Per Unit $50.00
53.
54.
55.
59.
60.
56.
57.
58.
6'1.
62.
63.
64.
65.
66.
67.
NOTES:
1. On-call and/or extra services is not guaranteed.
2. Work to be performed either as-needed on-call and/or extra services shall be
performed only by wriften work order authorization from the City. A work authorization
delineating scope, schedule, and fee shall be provided by the City to the Contractor prior
to the commencement of any on-call and/or extra services.
SERVICE UNIT COST
Wash and polish light fixtures, lamps, and
reflectors
Per Fixture $6.00
Machine carpet cleaning, other than scheduled
requirement
Per Sq. Ft $0.17
Special Event Cleaning of one Meeting Room at
Lake Communitv Center
Per Event $50.00
Special Event Cleaning of the Kitchen at Lake
Communitv Center
Per Event $7s.00
Special Event Cleaning at Senior Center Per Event $75.00
Labor for On-Call Services (Day)
8a.m.-5p.m.
Per Hour $25.00
Labor for On-Call Services (Evening/Night)
5p.m.-8a.m.
Per Hour $35.00
Labor for On-Call Services
Holidays
Per Hour $50.00
()
N/A
EXHIBIT B
LIST OF SUBCONTRACTORS
[ATTACHED]
EXHIBIT B
PUBLIC WORKS ROUTING
Once the attached documents have been reviewed, please sign and return to Public
Works, at ext. 241
DateSignatureReviewing Department
Public Works Review
City Attorney
Gity Manager
City CIerk
NAME OF VENDOR:
SUPPORT DOCUMENTS:
lnsurance(s)
Proposal:
Bonds:
EVERGREEN CLEANING
q,8 l<
q-g-15
tu
COMMENTS:
Itr couTacTED coNTRAcToR To REQUEST ADDITIONAL INSURANCE CERT FOR AUTO & TO
INCLUDE ADDITIONAL ENDORSEMENT FOR CITY
ffiArE oF LtABt!,lIYlNsuEAUgE
s51{?7-3S31i;6d;;F. Htlar lasurrltcs Ssrvitas
P.O. Eo(468
Muniel?,cA
Gener:l{ans ql Prpiettion
CleaninE Solutio
23E85 Codruh Driva
Mutriei*, cAg?!S?'
FaBrlceVuillerneY
City of Lake Elsinore
130 South Main Street
Lake Elsinore, CA 92530
sz56€04ts
COVERAGE
lv
i HaqeaneqyE-FlEM_FgiicYPEriop (*9rfiATED.l'Isrv{irl.lsrAt{El}ic .
Alry FEQu|FE dEfr. irn* on.IfroieEu oi r},iy daqr516-oi{ciriiid oecuqfijrr_ y'rrr-rfsetFEcr ro uilc}r tH{s cEEnPie#rE fvAY 8E rs3uEo onriifEEiffitriE H::':-'-T::-'T
-CQrt8ttlft- orl€n!! uallu"r
I c,+n,t,,.^e: Ix J occua
I AurDuoa! t It gr.FY
i-jnotnwoi-l .*o*u*nuto.I l.^tllr-flngnUrv-
]--l "r"*rtar^*,'I iHr:orr.tg'e
ryln',*^Pgeqjr
oYilEnfirq gJS.i 5 '...,iUlOOliLY: rcn i r
l,oagorluetuwI I e'r^iv.rwll4
i elcHoceLraF€NcE
I _----_--
l€&!GIl3 cgltPErsnnoel *r,l
g9;.1Yg3S! UIIEltiTV
ffi ,f.{ffi ffillfi Et'ittertrrt
i +reorzors i rnoeors itqa.oqe
@irrtunisislliE gv
ierJibl oaye tlotirt of GanEetlafpa fiar llon'Pavmantsnly
SiraJLgAtrY OFTXr lrovg oErcarl!.r rgucn!$]Er!]ssueE lFqEE{}r€@mA?orj
!,rE rflEngos, ttG tsrurte t*g,ffi rc6lr Btttiilrgi rg r'*ll. 30
'?'!rs
vlRlrrEi'l
r.filcr 1!?xe EERrEC,{G rtgl*BNrtr€D to ?l€ L6t Elr?:n:il1tttr?o a:tl3 gx'r.,'
I:IFllE rE aELrgriEgs glr Ll^lrf,tfr 6F $5Y l$itr uFEH iq rquf,Ee' ri:a &T E$tS O'
ri (zosilog)
rBEr.[^r
CqqBltlEg $ir'slE LLVO
t!:€?cis1r'
7a6Fgff!'f Otrllgg
iaci!gdds5)
€r cEE*{rnJ(.sREl-L.A UASiUT!'
.,| c'=tut i ] .-ot,r*=
E oF Lt*BILltr tilsllH
F.O. Eo(460
Mu#iele,C.A
$enerrltorts Ef Frniecllon
23865 Codrtlh Driue
Murdela. cA9?551'
FsErice Vulltemey
Er rxCunat'tcE Ll8rEit aELow PntE
litEllr. -iEFrn oR crHoliiQ! 9F rry
AFFCED:D DY;I{I
ixowtr I't8Y Ft{v=
6/19/201s I olrslzoto
}'l=f ExPfitueferffii! ii
I roo'rv,ruu.c=
| {Pc, FEe}lrrl
ot{tiltrrq i}.a$-i s-'-.-
aUlOOltLY: ^aa I r
t6f,,r{Eftgcol*-FFlaAn0flfli! I{iiiiiitih*-uie*i?r,-- lc*ratsysg
t*,F"€fr Prffi iitE*Iiltciirlt
3{qJl9netaF?If asov! ocEtrrtEcaagucflltEe rgll,lEo EFOEa?'€E(,',RArqil
gnE TfiBtEas.llG isruillq t*E!B lrnr ifiEglvs* To pllt -g E'\$ vrntTT€ll
:rt{tsE"BTXE tr€i lEct\?i llgLts!{AliE! !O il{tL6t' sla tffLtnGlQ lOgS $$lL}"
rrFEE no €allgriftgf{ ofr L$3i5!f frF $'Y l<'lE rFcrr "}q lEuBEfr. ll8 &aE$tS tri
City of Lake Elsinore
13o South fi.lain Street
Lake Elsinore, CA 92530
2f (zos?Js5)
cQltlitHr:- Qtri?xgtlaBlLi".
I c+irn,.^o= ilJ oc;ua
Cq{8i!{EP S!'ISLE tll'n
tisctrdFti
t-
iibl-o*y* ilotict of CancelladEn far l{or'Pavmentgnly