Loading...
2200 - Jan Point (Base Hill Inc.) - Janitorial ServicesSECOND AMENDMENT TO JANITORIAL SERVICES AGREEMENT (BASE HILL INC.) (FORMERLY KNOWN AS JANPOINT) This SECOND AMENDMENT ("Amendment") is made and entered into this day of . 20 1, ("Effective Date"), by and between the City of Rosemead. a municipal organization, organized under the laws of the State of California with its principal place of business at 8838 East Valley Blvd., Rosemead, California 91770 ("City") and Base Hill. Inc. with its principal place of business at 11823 E, Slauson Avenue, Suite 3, Santa Fe Springs. CA 90670 ("Contractor"). City and Contractor are sometimes individually referred to herein as "Party" and collectively as "'Parties." WHEREAS, City and Contractor entered into an agreement on April 1, 2018 , for Janitorial Services (the "Agreement"); and WHEREAS, City requested Consultant to provide additional janitorial services which were not included in the Original Agreement or First Amendment: and WHEREAS, Section 33.1 of the First Amendment defines Agreement compensation for general scope of services as a not to exceed an annual compensation of Two Hundred Twenty Thousand One Hundred Thirty Seven Dollars ($220,137) and additional COVID-19 cleaning and disinfecting services as a not to exceed an annual compensation of Fifty Four Thousand Eight Hundred Sixteen Dollars ($54,816) for a total annual compensation not to exceed Two Hundred Seventy -Four Nine Hundred Fifty -Three Dollars ($274,953); and WHEREAS, City and Consultant desire to increase the compensation for Contract Year Four (April 1 2021 — March 31, 2022) and Five (April 1 2022 — March 31, 2023) by Five Thousand Two Hundred Fifty Four Dollars ($5,254) for a total annual compensation not to exceed Two Hundred Eighty Thousand Two Hundred Seven Dollars ($280,207). 1. The Agreement shall be amended. 2, Section —3.3.1 " Compensation _" shall be amended to read, Compensation. Consultant shall receive compensation, including Base Hill, Inc. Page 2of3 authorized reimbursements, for all Services rendered under this Agreement as specified in the Letter of Extension dated March 18, 2021, attached hereto and incorporated herein by reference and an additional Five Thousand Two Hundred Fifty -Four Dollars ($5,254) for Year Four (April 1, 2021 — March 31, 2022) and Year Five (April 1, 2022 — March 31, 2023) of the agreement. The total annual compensation for Year 4 and Year 5 shall not exceed Two Hundred Eighty Thousand Two Hundred Seven Dollars ($280,207). Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3. All other terms, condition, and provisions of the Original Agreement not in conflict with this Addendum, shall remain in full force and effect. 4. The City Clerk shall certify to the adoption of this Addendum and hereafter the same shall be in full force and effect. IN WITNESS WHEREOF, City and Contractor have caused this Agreement to be executed by their duly authorized representatives as of the day and year first above written. (SIGNATURES ON NEXT PAGE] Base Mill, Inc. Page 3 of mffm••M' Ben Kirwtity Manager Date Attest: 66 Ericka Hernandez. City Cleric at ignatu re Date Name: :°.. Tint Title: [if Corporation, # SIGNATURES. President OR Vice President AND Secretarv, AND CORPORATE OF # Approved as to l=amBys /_/ j P AjY Tale: y-:. tr,_ FIRST AMENDMENT TO JANITORIAL SERVICES AGREEMENT (JAN POINT) This FIRST AMENDMENT ("Amendment') is made and entered into this 10,%day of Wxtn , 20L ("Effective Date"), by and between the City of Rosemead, a municipal organization, organized under the laws of the State of California with its principal place of business at 8838 East Valley Blvd., Rosemead, California 91770 ("City") and Jan Point with its principal place of business at 11823 E. Slauson Avenue, Suite 3, Santa Fe Springs, CA 90670 ("Contractor"). City and Contractor are sometimes individually referred to herein as "Party" and collectively as "Parties." WHEREAS, City and Contractor entered into an agreement on April 1, 2018, for Janitorial Services (the "Agreement'); and WHEREAS, this Agreement is set to expire on March 31, 2021; and WHEREAS, the City and the Contractor may mutually agree to extend the term of this Agreement for up to two additional years. NOW, THEREFORE, the Parties agree as follows: SECTION 1. Section 3.1.1 "General Scope of Services" shall be amended to read: Consultant promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional consulting services necessary for the Project ("Services") and additional COVID-19 cleaning and disinfecting services. The Services are more particularly described -in Exhibit "A" ' attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. SECTION 2. Section 3.1.2 "Term" shall be amended to read: 3. 1. 2 Term. The term of this Agreement shall be from April 1, 2018 to March 31, 2023, unless earlier terminated as provided herein. Consultant shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this agreement if necessary to complete the Services. SECTION 2. Section 3.3.1 "Compensation" shall be amended to read: 3. 3. 1 Compensation. Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement at the rates set forth in the Letter of Extension dated March 18, 2021, attached hereto and incorporated herein by reference. The total annual compensation for general scope of services shall not exceed two hundred twenty thousand one hundred thirty-seven dollars ($220,137) and additional COVID-19 cleaning and disinfecting services shall not exceed a total annual compensation of fifty-four thousand eight hundred sixty- one dollars ($54,816). Extra Work may be authorized, as described below, and if authorized; will be compensated at the rates and manner set forth in this Agreement. SECTION 3. All other terms, condition, and provisions of the Original Agreement not in conflict with this Addendum, shall remain in full force and effect. SECTION 4. The City Clerk shall certify to the adoption of this Addendum and hereafter the same shall be in full force and effect. IN WITNESS WHEREOF, City and Contractor have caused this Agreement to be executed by their duly authorized representatives as of the day and year first above written. CITY OF ROSEMEAD BY: JGlorLiaMolljeda, City Manager Attest: Ericka Hernandez, Jerk Jan Point ro BY: Name: -Zkl rAy (x�c Title: � (If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED) COQ/ BY: i% BY: Rachel Richman, City Attorney 2 Name: Tt -r-uap VM Title: VTZ."l_-. UNITED PLUS INS SVCS 4465 wILSHIRE BL 301 ` LOS ANGELES, CA 90010 CITY OF ROSEMEADROS 8838 EAST VALLE ROSEMEAD, CA 91770 Name of Person or Organization CITY OF ROSEMEADROS 8838 EAST VALLE ROSEMEAD, CA 91770 iR 9 ,EJ3Z11F' COMMERCIAL Policy number: 01500815-9 Underwritten by: United Financial Cas Co Insured: BASEHILL, CORP March 26, 2021 Policy Period: Mar 20, 2021 - Mar 20, 2022 Mailing Address United Financial Cas Co PO Box 94739 Cleveland, OH 44101 1-800-444-4487 For customer service, 24 hours a day, 7 days a week The person or organization named above is an insured with respect to such liability coverage as is afforded by the policy, but this insurance applies to said insured only as a person liable for the conduct of another insured and then only to the extent of that liability. We also agree with you that insurance provided by this endorsement will be primary for any power unit specifically described on the Declarations Page. Limit of Liability -Bodily Injury Property Damage Combined Liability Not applicable Not applicable $1,000,000 each accident ,411 other terms, limits and provisions of this policy remain unchanged. This endorsement applies to Policy Number: 01500815-9 Issued to (Name of Insured):_"ILL, ILL CORP Effective date of endorsement: 03/20/2021 Policy expiration date: 03/20/2022 Form 1198 (01/04) PROGRESSIVE PO Box 94739 Cleveland, OH 44101-4739 655861 29917 1 AB 0.428 PPACS01 U 074 029917 CITY OF ROSEMEADROS 8838 EAST VALLE ROSEMEAD CA 91770 II.�IIII�III��IIIIIIII'IIIaII��II����IIIIII'IIII'1111�1II�IlI1�Io 0015U PRI9i7p EW11F 00/41MERC/AL CITY OF ROSEMEAD PROFESSIONAL SERVICES AGREEMENT PARTIES AND DATE. This Agreement is made and entered into this 13r day of April, 2018 by and between the City of Rosemead, a municipal organization organized under the laws of the State of California with its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 ("City") and Jan Point with its principal place of business at 3807 Wilshire Boulevard, Suite 800, Los Angeles, CA 90010 ("Consultant"). City and Consultant are sometimes individually referred to herein as "Party" and collectively as "Parties." �3x91�1 2.1 Consultant. Consultant desires to perform and assume responsibility for the provision of certain professional services required by the City on the terms and conditions set forth in this Agreement. Consultant represents that it is experienced in providing janitorial services to public clients, is licensed in the State of California and is familiar with the plans of the City. 2.2 Project. City desires to engage Consultant to render such janitorial services for the Janitorial Services for Various City Facilities ('Project') as set forth in this Agreement. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Consultant promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional consulting services necessary for the Project ("Services'). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be from April 1, 2018 to March 31, 2021, unless earlier terminated as provided herein. The City shall maintain the option, at its discretion, to extend the contract for two (2) additional one-year periods. Consultant shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this agreement if necessary to complete the Services. Jan Point—Janitorial Services Page 2 o 10 3.2 Responsibilities of Consultant. 3.2.1 Control and Payment of Subordinates; Independent Contractor. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Consultant on an independent contractor basis and not as an employee. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall also not be employees of City and shall at all times be under Consultant's exclusive direction and control. Consultant shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Consultant shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services. Consultant shall perform the Services expeditiously, within the term of this Agreement, and in accordance with the Scope of Services set forth in Exhibit "A" attached hereto and incorporated herein by reference. Consultant represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Consultant's conformance with the Schedule, City shall respond to Consultant's submittals in a timely manner. Upon request of City, Consultant shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Consultant shall be subject to the approval of City. 3.2.4 Substitution of Key Personnel. Consultant has represented to City that certain key personnel will perform and coordinate the Services underthis Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel of at least equal competence upon written approval of City. In the event that City and Consultant cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Consultant at the request of the City. The key personnel for performance of this Agreement are as follows, Sunny Kim. 3.2.5 City's Representative. The City hereby designates the Director of Public Works, or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Consultant shall not accept direction or orders from any person other than the City's Representative or his or her designee. Jan Point— Janitorial Services Page 3 of 10 3.2.6 Consultant's Representative. Consultant hereby designates Sunny Kim, or his designee, to act as its representative for the performance of this Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority to represent and act on behalf of the Consultant for all purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.7 Coordination of Services. Consultant agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.8 Standard of Care; Performance of Employees. Consultant shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Consultant represents and maintains that it is skilled in the professional calling necessary to perform the Services. Consultant warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Consultant shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Consultant's failure to comply with the standard of care provided for herein. Any employee of the Consultant or its sub -consultants who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Consultant and shall not be re-employed to perform any of the Services or to work on the Project. 3.2.9 Laws and Regulations. Consultant shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Consultant shall be liable for all violations of such laws and regulations in connection with Services. If the Consultant performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. Jan Point — Janitorial Services Page 4 of 10 3.2.10 Insurance. 3.2.10.1 Time for Compliance. Consultant shall maintain prior to the beginning of and for the direction of this Agreement insurance coverage as specified in Exhibit C attached to and part of this agreement. 3.2.11 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and lifesaving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.3 Fees and Payments. 3.3.1 Compensation. Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement at the rates set forth in Exhibit 8 attached hereto and incorporated herein by reference. The total compensation shall not exceed one hundred ninety-eight thousand six hundred and twelve dollars ($198,612) in Year 1 (April 1, 2018 — March 31, 2019), two hundred and five thousand five hundred and thirty-five dollars ($205,535) in Year 2 (April 1, 2019 — March 31, 2020), and two hundred and twelve thousand seven hundred seven dollars ($212,707) in Year 3 (April 1, 2020 — March 31, 2021. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Consultant shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Consultant. The statement shall describe the amount of Services and supplies provide since the initial commencement date, or since the start of the subsequent billing periods, ass appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses. Consultant shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At any time during the term of this Agreement, City may request that Consultant perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Consultant shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. Jan Point — Janitorial Services Page 5 of 10 3.3.5 Prevailing Wages. Consultant 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 1600, 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. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws. City shall provide Consultant with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Consultant shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies atthe Consultant's principal place of business and at the project site. Consultant shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Consultant shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Consultant shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination. City may, by written notice to Consultant, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Consultant of such termination, and specifying the effective date thereof, at seven (7) days before the effective date of such termination. Upon termination, Consultant shall be compensated for all direct service hours on work- in -progress for those services which have been adequately rendered to City; however, in no event shall the City be obligated to pay more than the total amount of the Contract. Consultant may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination. If this Agreement Is terminated as provided herein, City may require Consultant to provide all finished or unfinished Documents and Data and other information of any kind prepared by Consultant in connection with the performance of Services under this Agreement. Consultant shall be required to provide such document and other information within fifteen (15) days of the request. Jan Point—Janitorial Services Page 6 of 10 3.5.1.3 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONSULTANT: Jan Point 11823 E. Slauson Avenue, Suite 3 Santa Fe Springs, CA 90670 Attn: Sunny Kim, President Phone: (213)425-3070 CITY: City of Rosemead P.O. Box 399 Rosemead, CA 91770 Attn: Director of Public Works Phone: (626)569-2158 Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 Documents & Data, Licensing of Intellectual Property. This Agreement creates a non-exclusive 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 Consultant under this Agreement ("Documents & Data"). Consultant shall require all subcontractors to agree in writing that City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. City shall not be limited in any way in its use of the Documents and Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. Jan Point Janitorial Services Page 7 of 10 3.5.3.2 Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of City, be used by Consultantfor any purposes other than the performance of the Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City's name or insignia, photographs of the Project, or any publicity pertaining to the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 3.5.4 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.5 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all other costs of such action. 3.5.6 Indemnification. Consultant shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions orwillful misconduct of Consultant, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation the payment of all consequential damages and attorney's fees and other related costs and expenses. Consultant shall defend, at Consultant's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Consultant shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Consultant shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Consultant's obligation to indemnify shall not be restricted to insurance proceeds, 'f any, received by the City, its directors, official officers, employees, agents or volunteers 3.5.7 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. Jan Point — Janitorial Services Page 8 of 10 3.5.8 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.10City's Right to Employ Other Consultants. City reserves right to employ other consultants in connection with this Project. 3.5.11 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties. 3.5.12 Assignment or Transfer. Consultant shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.13 Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Consultant include all personnel, employees, agents, and subcontractors of Consultant, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.5.14 Amendment; Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.15 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 3.5.16 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.17 Invalidity, Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. Jan Point — Janitorial Services Page 9 of 10 3.5.18 Prohibited Interests. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant 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 Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Consultant further agrees to file, or shall cause its employees or sub -consultants to file, a Statement of Economic Interest with the City's Filing Officer as required under state law in the performance of the Services. 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. 3.5.19 Equal Opportunity Employment. Consultant 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. Consultant shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.5.20 Labor Certification. By its signature hereunder, Consultant certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.21 Authorityto Enter Agreement. Consultant 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 bind each respective Party. 3.5.22 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required. Consultant shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. (SIGNATURES ON NEXT PAGE) Jan Point — Janitorial Services Page 10 of 10 CITY OF ROSEMEAD BJonilied b City Manager Attest Er�-leman ez Acting City Clerk Approved as to Form: 4R,,helichman Burke, Williams & Sorensen, LLP City Attorney JAN POINT v Zti Name: Title:.I�Ir��c (If Corporation, TWO SIGNATURES, President or Vice President AND Secretary, AND CORPORATE SEAL OF CONSULTA REQUIRED) By: v Name: YH wS5 `1MV V'SCF Py -F SSD J`r� EXHIBIT A SCOPE OF SERVICES CONSULTANT'S PROPOSAL INT's Response to Solicitation for Janitorial Services for Various City Facilities for City of Rosemead RFP NO: 2018-04 Presented to Pat Pitt Senior Management Analyst City of Rosemead Presented by: Sunny Kim President/Project Manager Jan Point au nnvk i nVtii,Lanpo i nt.com 213-425-3070 Base Hill, Inc. dba Jan Point Facility Services Corporation 11823 E. Slauson Ave. Suite 3, Snuta Fe Springs, CA 90670 JRA POINT March 7, 2018 Pal Platt City of Rosemead 8838 E Valley Blvd. Rosemead, CA 91770 Dear Mr. Platt Thank you for allowing us to present our formal proposal submitted on behalf of Jan Point Facility Services Corporation in response to the city of Rosemead's RFP for Janitorial Service at Various City Facilities. We hereby state that no exceptions are taken to any specifications requirements m contract terms and conditions of RFP No. 2018-04. Please note a notarized Non -Collusion affidavit, Perfomance Bond affidavit will be provided if we are to be chosen as your vendor of choice. We are committed to providing our clients with the highest standards of quality of service. We strive to exceed expectations through our integrity and ethical values and commitment to client satisfaction. All of us at Jan Point are committed to the execution and success of this proposal if Jan Point is selected as your vendor of choice. Please do not hesitate to contact me directly if you should have any question and/or concerns regarding the attached proposal. In closing, I would like to thank you again for your time and consideration Respectfully, Sonny Ki President Table of Contents 1. Company Overview...............................................................4 2. Section I -Bid Schedule.......................................................... 5 3, Section 2 -Bid Data Forms ................................................... 25 3 Overview For over 15 years Jan Point has been providing outstanding building and property maintenance services for private properties, commercial facilities, federal, and local governments. The properties we maintain range from large high-rise buildings to smaller Private office spaces. Our highly skilled workforce services approximately 2 million square feet every year. Jan Point is an 8(a)certified company with many years of management and operation experience, am management team and om' company has continued to grow hot,, in size and reputation. We take particular pride in ow' ability to exceed the highest expectations of our clients. Mission Statement Jan Point is dedicated to the highest ideal of customer satisfaction by providing an outstanding service product to not only meet, but exceed our client's expectation of a clean and healthy work enviromnent. Vision Statement We are constantly working to establish ourselves as the most respected and sought-after cleaning company. We seek to build a partnership philosophy based on solid and trusting relationships with our clients. Values • Respect - we hold outclients and employees in the highest regard. We value our employees as our most important client so they will treat each company they service as their most important customer. • Integrity - the foundation and philosophy our company is built upon. • Responsibility - your satisfaction is our satisfaction. We strive for opemrem and do what we say we will do. 4 BIDDER'. BASE HILL ING DBA JAN POINT SECTION f - BID SCHEDULE BIDDER: BASE HILL INC DBA JAN POINT BID UNIT PRICES I. The contractor agrees that for requested and/or required changes in the scope of work, including additions and deletions on work not performed, the contract sum shall be adjusted in accordance with the following unit prices. II. Contractor is advised that the submitted unit prices will be used as one of the determining factors in the contract award. Unreasonable prices may result in rejection of the entire bid proposal. Unit prices listed below refer to all services provided, including but not limited to, materials, labor, overhead, and profit for the contractor. III. The unit price quoted by the contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number units and/or amount of labor required for added or deleted items of work. m All work shall be performed in accordance with specifications or otherwise herein specified. Workmanship shall be in accord with the best standard practices. BIDDER: BASE HILL INC DBA JAN POINT Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3-2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn forthe number of Working Days indicated in the Request for Proposals from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid Is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 ofthe Clayton Act (15 E.S.C, Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide'. (1) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (2) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. Addendum 1 and Addendum 2 The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described In the Bid Documents and Request for Proposal. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract, By: / Signature SUNNY KIM Type or Print Name PRESDIENT Title Bidder's/Contractors State of Incorporation: Partners or Joint Venturers: BIDDER: BASE HILL INC DBA JAN POINT 11823E SLAUSON AVE SUITE 3 Business Street Address SANTA FE SPRINGS CA 90670 _ City, State and Zip Code 213-425-3070 Telephone Number CALIFORNIA NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. �cAs hu•ther discussed in the Insb'nctions to Biddcrs, Bidder will be —� rid equired to provide evidence diet the person signing on hehatf of the mmn[iou, partnership or�Jo3nt venture tins the anthin to An so. FINAL WORKSHEET I City Hall $ 6,322.94 LU,L9U.VV 2 RCRC Third Contract Year Total $ 23,786.66 3 Garvey Center 181,494.65 $ 36,826.67 4 Garvey Gymnasium $ 7,420.00 S Jess Gonzalez Sports Complex $ 1,090.67 6 Public Safety Center $ 12,947.33 7 Public Works Yard $ 15,018.67 8 Splash Zone Daily $ 6,386.67 9 Rosemead Aquatic Center Daily $ 15,176.67 10 Garvey Park Recreation Office $ 9,350.00 11 Garvey Park Snack Bar Restroom $ 2,145.00 12 Rosemead Park Snack Bar Resh'oom $ 3,132.00 13 Rosemead Park RecrenlionBuildingJPreschool $ 7,816.67 14 Sally Tanner Park $ 3,637.33 15 Zapopan Park $ 3,637.33 The City understands that labor costs will increase in the upcoming years. Given that the contract would be for a period of three years, please enter a proposed fee fm'the second and third year of the contract Annual Maintenance CPI 3.75% Tncrease Total Second Contract Year Total $ 6,322.94 1 $ 174,934.60 Third Contract Year Total $ 6,560.05 1 $ 181,494.65 The City would also like a price for consumables at all City facilities (paper products, hash liners, hand soap, cleaning products, etc.). Please provide ail annual quote for the purchase, delivery, and restocking of Annual Maintenance CPI 1 2.00% Increase Total First Year Consumables $ 30,000.00 Second Year Consumables $ 600.00 $ 30,600.00 Third Year Consumables $ 612.00 $ 31,212.00 Bala .01115 Kitchenettes Solid Waste Vacuuming Hard Surfaced Floors Low Surface Cleaning CITY HALT. Daily Cleaning: Monday, Tuesday, Wednesday, Thotxday A. B. D. F. G. Time per Hourly Ax'R Weekly E. Weekly Weeks Annual Cost activiW Fee Services Cost Year 1,. , �..+3. --I c+ as a t 111.67 it S 544.00 LobbyWomeiis 0.33333 S 16 H) $ 5.33 4 $ 21.33 51 $ 1,088.00 Lobby Melts 0.33333 5 161111 $ 5.33 4 $ 21.33 51 S 1,088.00 Upstairs South Side Women's 0.16667 E 16.110 $ 2.67 4 S 10.67 51 $ 544.00 U smOs South Side Men's 0.16(167 E IM1 110 $ 2.67 4 $ 10.67 51 S 544.00 Dowsmirs Warren's Main 0.16667 E 1680 5 2.67 4 $ 10.67 51 S 544.00 Dowus'teim Melts Mail, 0.16667 $ 1600 $ 2.67 4 S 10.67 51 S 544.00 Downstairs Women's Small 0.16667 S mw S 2.67 4 $ 10.67 51 S 544.00 Downstairs Melts Small 0.16667 E 16nu T 2.67 4 S 10.67 51 $ 544.00 UpstairsS 4.00 4 S Annual Total 16.00 51 S S 5,984.00 816.00 Downslahs 0.25 E 161x1 $ 4.00 4 $ 16.00 51 S 816.00 Rec cIN 0.08331 E 1600 $ 1.33 4 S Annual Total 5.33 51 S $ 1,632.00 272.00 Trash 0.25 3 1600 1 4.00 4 $ 16.00 51 S 816.00 Upstairs 0.33333 E 1600 S 5.33 4 S Annnnl Total 21.33 51 S $ /,088.00 1088.00 Downstairs 0.16667 E I6.OU S 2.67 4 $ 10.67 51 $ 544.00 Comrcil Chamhals (Bi -Weekly) 0.33333 E 16.001 S 5.33 0.5 $ 2.67 51 $ 136.00 Upstairs 0.25 E 16.W S 4.00 4 $ Annual Total 16.00 51 S $ 1,768.00 816.00 Downstairs 0.5 E I6.as S 8.00 4 $ 32.00 51 S 1,63200 U slants 0.375 Is 16.W $ 6.00 4 S Annual Total 24.00 51 $ $ 2,448.00 1,224.00 Downstairs 0.375 IS 16.00 S 6.00 4 $ 24.00 51 $ 1,224.00 Total A -GTS 15,640.00 Periodic Cleating A. B. C. D. Services F Time per Hourly Cost PmPerformed Annual Cost activity Fee Service Anunully Window Glass Cleaning r- I wnnuar euuol a 2,++e.I 4 Spot Cleaning FailFixmres Full facility 008333 E t6 Do $ 1.33 4 S 5.33 51 S 272.00 4 Annual Totall E 272.001 Total A -GTS 15,640.00 Periodic Cleating A. B. C. D. Services F Time per Hourly Cost PmPerformed Annual Cost activity Fee Service Anunully Window Glass Cleaning 4 $25.00 $100.00 4 $ 400.00 High Window Glass Cleaning 4 $ 30.00 $ 120.00 2 $ 240.00 High Surface Dust Removal still Fixture Cleanin 2 $ 2000 $ 40.00 2 $ 80.00 Cal et Cleanin Sllant 00111 9 5100.00 $ 900.00 2 $ 1800.00 Ductin Vents Cleaning 2 S 20.00 $ 40.00 I $ 40.00 Restroom Deep Cleaning 2 S 21100 S 40.00 51 $ 2,040.00 Perlodical Totals S 4,60D.00 Annual Cost of Daily Cleating $ 15,640.00 Ann on Cost of Periodic Canning $ 4,600.00 Total Annual Cost fm' City Hall$ 20,240.00 ROSEMEAD COMMUNITY RECREATION CENTER (RCRC) Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Friday, Salm-day, Sunday A. B. D. E. F. G. Tineper Handy Aa'B Weekly Weekly Weeks Annual Cost activity Fee Services Cost Year A. Bathrooms B. Kilchene0es C. Solid Waste D. Vacnnming E. hard Surfaced Floors F. Low Surface Cleaning G. Doors/Fixtures Spot Clean Lobby Women's U15 5 16.W $ 4 U / 5 L5.uu Jo a , wv.UU Lobb Men's a±5 s rfi.an $ 4.00 7 $ 28.00 50 $ 1400.00 Room2 Mens 1 015 S rfiom T 4.00 7 $ 28.00 5u$ 2 1,400.00 Room 2 Women's o.8 S 1600 $ 4.00 7 $ 28.00 50 $ 1,400.00 Staff Unisex Restroom 1 0.166666 1 S I6o0 1$ 2.67 1 $ 18.67 50 $ 933.33 $ 500.00 Annual Tolal $ 6,533.33 n.?s b r6nn $ 4.00 7 $ 28.OD 50 $ 1,400.00 Annual Total S 1,400.00 Itec clip nos]A55 E m,w $ 1.33 7 $ 9.33 50 S 466.67 Tm h ons 5 r6aa $ 4.00 7 S 28.00 50 $ 1,400.00 Annual Total $ 1,866.67 05 S 161X1 $ 8.00 7 $ 56.OD 50 S 2,800.00 Annual Total $ 2,800.00 I E I6nn $16.00 7 $112.00 50 $ 5,600.00 Annual Toall S 5,600.00 I -6m-1 S 8.00 7 S 56.00 50 $ 2,800.00 Annual Tolnl S 2,800.00 umvml b 16mm $ 1.33 7 $ 9.33 50 $ 466.67 'Fatal A -G $ 21,466.66 Periodic Cleaning D. A. B. C. Cost Services F. Annual Tinm per Hardly Per Performed Cost activity Fee Service H. Hi h Surface Dust Removal and Fixture Clearing 2 $ 20.00 $ 40.00 4 $ 160.00 I. car el Cleanin Shampooing ooin 4 Sloo.Oo $ 400.00 I $ 400.00 J. Melling Vcats Cleaning I S 20.00 $ 2000. 1 $ 20.00 K, [fig], Window Glass Cleaning 2 $ 30.00 $ 60.00 4 $ 240.00 L. Restroom DcC2 Cleanin I f-2-0 0-0 $ 20.00 50 $ 1 000.00 M. Restroom Deep Cleaning 0.5 $ 20.00 $ 10.00 50 $ 500.00 Periodical T.t.l.r S 2,320.00 Annual Cost of Daily Cleaning S 21,466.66 Annual Cost of Periodic Cleaning $ 21320.00 Total Annnal Cast Pont RCRC $ 23,786.66 A. Balhrooms B. Kitchen C. Solid Waste D. Vacuuming E. Hard Surfaced Floors F. Low Surface Cleaning GARVEY CENTER Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, It, Salnrday, Sunday A. B. D. F. G. Time per Hourly AC'D Weekly E. Weekly Weel,s Annual Cost aclivily Fee Services Cost Year r ...l e a on 7 E 56.00 50 $ 2,800.00 LOUDY W0111 ,.. ....... .. _.__ S 8.00 7 $ 56.00 50 $ 2800.00 Lobb Mnis 0.5 $ 16.00 8.00 7 $56.00 50 S 2,800.00 North Women's 1 at 1 E 1600 I to North Mens u5 $ 16 an $ 8.00 1 $ 56.00 50 $ 2,800.00 South Unisex a 1666661 E m.o0 $ 267 7 $ 18.67 50 S 933.33 Ammar Otoll $ 12,133.33 as E 16.00 S 8.00 7 $ 56.00 50 $ 2,800.00 Annual Total $ 2,800.00 Recycling UaDJ33J E 1600 $ 1.33 7 S 9.33 50 S 466.67 Trash 035 E If..uO S 4.00 7 $ 28.00 50 $ 1,400.00 Annual Total I $ 1,866.67 Hallway0.5 $ 16.MI S 8.00 7 $ 56.00 50 $ 2800.00 FGT Room a25 E le uu $ 4.00 7 S 28.00 50 S 1,400.00 Annual Total $ 4,200.00 All Hard Surfaced Areas I E 16.00 $16.00 7 S 112.00 50 $ 5,600.00 Annunl Total $ 5,600.00 Entire Baild'ng ns E 16 uo $ 800 7 $ 56.00 50 $ 2,800.00 Annunl lolalla z,auu.wl G. Doors/Fixhlres Spot Cleen n OXJJl3l E I6 W $ 133 7 $ 9.73 50 $ 466.6 Annunl Intal) 3 90o.w 1 Total A -G S 29,866.67 Periodle Cleaning A. B. C. Cost D. Services F Annual Time per Hourly Per Service Performed Cost activity Fee Annually H H igh Sill face Dos tR and Fixture Cleanin,i E '+O UU $ 4000 2 $ 80.OD Annual Cost of Daily Cleaning $ 29,866.67 Annual Coslof Periodic Cleaning $ 6,960.00 Total Annual Cost for Garvey Center $ 36,826.67 GARVEY PARK GYM (GPG) Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, friday, Saint day, Sunday A. Bdlin,onn B. Solid Waste C. Low Sill fece Cleaning A. B. D. E. F. G. Time per Hourly Ax'B Weekly Weekly Weeks Annard Cost v.. Services Cast Year Woolen's o.5 b mau $ 8.00 7 $ Sfi.00 50 S 2800.00 Men's 05 Is Ie UU I S 8.00 1 7 1 S'56.00 1 50 1 S 2,800.00 Annual Totnl S 5,600.00 Rec Glia aofl3J3J3 s 1600 S 1.33 7 $ 9.33 50 S 466.67 Tush o.166efifi1 S 6o" S 2.67 1 1 $ 18.67 1 50 S 933.33 Annual T0131 S 1,400.00 Staffomm 00833333 1 16,011 $ 1.33 7 $ 9.33 50 S 466.67 Tote[ A+B S 7,000.00 Periodic Cleaning D. A. B. C. Cost Services F. Annual Time per Hourly PetPerta'med Cost Annual Costof DaOy Cleaning S 7,000.00 Annual Cast of Peiindie Cleaning $ 420.00 Total Anunal Cost for CPC $ 7,420.00 JESS GONZALEZ SPORTS COMPLEX Seasonal: July 1 11 .ron8h December 31 Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Friday, Sol.. day, Sunday Total A+B I S7:9:7=067 Toto] A+B+C $ 1,090.67 A. B. C. D. F. F. G. Time pe' Howdy A B Weekly Weekly Weeks Annual Cost activit Fee Services Cost Year A. Bathrooms Women's as a mon S 8.00 2 S Ib.U0 26 $ 416.00 Meds 1 05 Is Inuu $ 8.00 2 S IG.00 26 $ 416.00 Annual Total $ 832.00 B. Solid Waste Trash Fam6666) 5 2.67 2 S 5.33 26 S 138.67 S 16no Annual Total $ 138.67 Periodic Cleaning D. A. B. O. Cast Services F. Annual Time per Hourly Per Performed Cost activity Fee Service Annually C. Deep Cleaning Monthly I S 2a on1 $ 20.00 6 $ 120.00 Annual Periodic Total $ 120.00 Total A+B I S7:9:7=067 Toto] A+B+C $ 1,090.67 PUBLIC SAFETY CENTER (PSC) Daily Cleaning: Monday, Tuesdny, W ednesdrry, Thursday, Fridny, Snturdny, Snmdny A. B. D. E. F. G Timeper Hourly Ax'B Weekly Weekly Weeks Annual Cost F- Services Cost Yeal' A. Bathrooms B. Kitchenettes C. Solid Waste D. Vacnwning E. Hord Surfaced Floors F. Low SrnFace Clearing G. DoorOFixtul'es Spot Clear Lobby Women's nl6Me667 $ lean $ 2.67 7 $ 18.67 52 $ 970.61 Lobby Men's 01666 667 S I6.an $ 2.67 7 $ 18.67 52 $ 970.67 Annual T.t.11 S 1,941.33 72 S I6 all S 4.00 7 $ 28.00 52 $ 1,456.00 Amoral Total $ 1,456.00 Recycling n.UeJA3J.nn $ 1.33 7 $ 9.33 52 $ 485.33 Trash P. 6M661 IF' an $ 2.67 I $ 18.67 52 $ 970.67 AnnualTotal $ 1,456.00 U.1666667 S 1610 $ 2.67 7 S 18.67 52 $ 970.67 Annual Total $ 970.67 ns S 1600 S 8.00 7 S 56.00 52 $ 2,912.00 Annual Total $ 2,912.00 U'_i s IM oo $ 4.00 7 $ 28.00 52 S 1,456.00 Annual Total S 1,456.00 018PJn S In nn $ 1.33 7 S 9.33 52 $ 485.331 Total A -G S 10,677.33 Periodic Cleaning H. Striping and Waxing Floors 1. High Surface Dust Removal and Fixture Cleaning J. Carpet Cleaning Shampooing K. Ducting Vents Cleaning Annual Cost of Daily Cleaning $ 10,677.33 Annual Cost of Pc.iodic Cleaning S 2270.00 Total Annual Cost for PSC $ 12,947.33 20.00 D. A. B. C. Services F. Annual Thee per Hourly Cost Per Performed Cost activity Fee Service H. Striping and Waxing Floors 1. High Surface Dust Removal and Fixture Cleaning J. Carpet Cleaning Shampooing K. Ducting Vents Cleaning Annual Cost of Daily Cleaning $ 10,677.33 Annual Cost of Pc.iodic Cleaning S 2270.00 Total Annual Cost for PSC $ 12,947.33 20.00 A. Bathrooms B. Kilchenelres C. Solid Waste D. Locker Room E. Hard Surfaced Floors F. Low Surface Cleaning G. Doors/Tixtures Spot Clean PUBLIC SERVICES YARD (PSY) Daily Cleaning: Monday, Tuesday, Wcdnesdng Thursday, Friday A. B. C D. E. F. G. Time per Hourly Weekly Weekly Weeks Annunl Cost 'ty P AxB Services Cost Year WOnten's 1125b Annual Cost of 1'a'iodic Cleaning 16L $ 4.U9 / a e0.ov ,,c . It... Me1is 825 a 16rp i $ 4.00 7 $ 28.00 52 $ 1456.00 Showers 01666661 b 1tian I $ 2.67 I $ 18.67 52 S 970.67 Annual I OURIJ 3,882.67 0.25 11 16001 S 4.00 1 7 1 S 28.00 I 52 I S 1,456.00 Annual lovall S 11456.00 Recycling 00833333 b 16110 $ 1.33 7 $ 9.33 52 $ 485.33 Trash 10 1666667 13, 16 n0 I $ 2.67 7 $ 18.67 I52 $ 970.67 e, on. Total $ 1,456.00 10,16666671 b 16.00 1.$ 2.67 7 $ 18.67 52 S 970.67 Annual J Outal S 970.67 05 5 16.m S 8.00 7 $ 56.00 52 S 2,912.00 Annual Totall S 2,912.00 025 s 1600 $ 4.00 7 $ 28.00 52 $ 1,456.00 Annual 101111 S 1,456.00 00833333 8 16.00 S 1.33 7 1 S 9.33 1 52 1 4, 485.33 ♦........� T..,el f da53i Total A -G $ I2,fi16.67 Periodic Cleaning D. A. B. C. Cost Services F. Annual Time per Hourly PelPerformed Cost activity Fee Service H. High Surface Dust Removal and Fixture Cleaning I. Striping and Warring Ploors J. Ducting Vents Cleaning K Rexvoau Deep Cleaning Weekly Amoral Cost ufDaily Cleaning S 12,618.67 Annual Cost of 1'a'iodic Cleaning S 2,400.00 Total Annual Cost for PSY $ 15,018.67 SPLASII ZONE Dally Cleaning: Monday, Tuesday, W cdmesday, Thursday, Friday, So lor day, Sunday Mu lths of Opera lion: May 1 -October I A. B. D. E. F. G. Timeper Honrly Az'B Wcckly Weekly Weeks Annual Cost t a .ty F Services Cost Yen. A. Bathrooms B. Snack Bar C. Solid Waste D. Locker Rooln/Showers E. Hard Surfaced Floors F. Low Surface Cleaning G. Doors/Fixturcs Spot Clean Wonlell's 0.5 b 1600 Jo.Vu Men's o5 s la(10 $ 8.00 7 $ 56.00 20 $ 1120.00 StaffRes000nl 9.166666 I S max $ 2.67 7 $ 16.67 1 20 S 373.33 Annual Total S 1240.00 025 1 S 16no S 4.00 7 $ 28.00 20 $ 560.00 Anna.' 10181 $ 560.00 Recycling 0083333] S 16.00 $ 137 1 7 $ 9.33 20 $ 186.67 Trash 10.166666) 1 lana $ 2.01 1 1 $ 18.67 20 to 373.33 Annual Total $ 560.00 Women's 1 oas 1 S 16.00 $ 4.00 7 S 28.00 1 20 $ 560.00 Melis 025 IS 1600 1 $ 4.00 1 7 $ 28.00 1 20 IS 560.00 Annual I onall S 560.00 0.5 i lean I S 8.00 7 1 S 56.00 1 20 $ 1,120.00 Annual Total S 1,130.00 0.25 IS 16001 S L00 7 $ 28.00 20 $ 560.00 Amoral Total S 560.00 10,08333331 i 1600 S 1.33 7 S 9.33 20 b 186.67 Annual Total $ 186.67 Total A -G $ 5766.67 Perlodte Clearing D. A, B. C. Cost Services F. Annual Time per Hourly Per Performed Cost Annual Cost of Daily Cleaning S 5,786.67 Amaral Cost of Periodic Cleaning $ 600.00 Total ALIlu01 Cosi for Splash Zone $ 6,386.67 ROSEMEAD AQUATIC CENTER Daily Cleaning: Monday, Tuesday, Wednesday, Thursday, Friday, Saturday, Sunday Months of Operation: May I - October I A. B. D. C. F. G Time per Hourly Ax'B Weekly Weekly Weeks Annual Coal c...,tr.� Cna Yea A. Bathrooms B. Snack Bar C. Solid Waste D. Locker Rooms/Showers E. Hard Surfaced Floor's F. Low Surface Cleaning G. Doors/Fixtures Spot Clean Women's 15 E 16.110 S 8.00 7 $ 56.00 50 $ 2,800.00 Men's n 5 .E 16,101) S 8.00 7 $ 56.00 50 S 2 800.00 Staff Restroom O.Ififi66fi)I E 'a. 1 2.67 1 1$ 18.67 1 50 1 $ 933.33 4 025 IE 200.00 anal S 4.00 1 7 Annual Lotall $ 28.00 50 S 5,600.00 $ 1,400.00 Recycling au83JAJ S 201110 1 $ 10.00 I 7 Annual Total $ 9.33 50 S 1,400.00 $ 466.67 Trash 6.16fififi6l 8 16 ae $ 2.67 7 $ 18.fi7 50 E 933.33 Women's 013 S 16 nn S 4.00 7 Annual 101811 $ 28.00 50 $ 1,400.00 $ 1 400.00 Meiis nzs .E 16.no S 4.00 7 S 28.00 50 S 1,400.00 n 5 E 16.00 S 8.00 7 Annual Taal $ 56.00 50 $ 1,400.00 E 2.800.00 e.±sI a 1660 $ 4.00 1 7 Amoral Total $ 28'50 S 2,800.00 S 1,400.00 0 OR333331 s 16.00 $ 1.33 7 Annual Total S 9.33 50 $ 1,400.00 S 466,G7 Tntal A -G $ 14466.67 Periodic Cleaning H. Window Glass Cleaning I. Weekly Deep Cleaning of Locker Roon,s and Showers 1. Ducting Vents Cleaning Amoral Cast of Daily Cleaning S 14,466.67 Annual Cost of Periodic Cleaning $ 710.00 Total Annual Cast for Splash Zone $ 15,176.67 D. A, B. C. Cast Services F. Annual Time per Humly Per perfomaed Cost activity Fee Service Amrurt 1 23.00 $ 50.00 4 $ 200.00 0.5 1 2000 $ 10.00 50 $ 500.00 05 S 201110 1 $ 10.00 I $ 10.00 Periodical Totals S 710.00 Amoral Cast of Daily Cleaning S 14,466.67 Annual Cost of Periodic Cleaning $ 710.00 Total Annual Cast for Splash Zone $ 15,176.67 A. Halhrooms D. Kitchenette C. Solid Waste D. Locker Room E. Hard Sulfated Flools F. Low Surface Cleaning G. Doors/Fixtures Spot Clean GARVEY PARK RECREATION OFFICE (GPRO) Dally Cleanhig: Monday, Tuesday, Wednesday, Thursday, Friday A. B. D. G. P. G. Tilneper Hourly Ax'D Weekly Weekly Weeks Annual Cast ca. Cast Year Women's 0x5 b 16.00 $ 4.00 5 $ 20.00 50 $ 1,000.00 Men's 015 5 16e0 S 4.00 I 5 I $ 20.00 W S 1,000.00 xo.eu $ 10.00 I $ 10.00 Annnal Tutnl S 2,000.00 1,350.00 025 s 16nn I S 4.00 5 $ 20.00 50 S 1,000.00 Annual Total S 1,000.00 Rec clip u.UxA1J1 5 16W $ 1.33 5 $ 6.67 50 $ 333.33 Trash u.1IN6660 S 16.W it $ 2.67 15 S 13.33 50 $ 666.67 Annual Toml $ 1,000.00 0 16616671 S 1600 $ 2.67 5 $ 13.33 50 S 666.67 tl Annual Total $ 666.67 as is 1600 1 S 5.00 5 $ 40.00 50 $ 2,000.00 Annual Total S 2,000.00 0.25 I S 16W S 4.00 5 $ 20.00 50 S 1,000.00 Annnal Tolnl $ 1,000.00 nnaiTJ) b 16nh S 1.33 1 333.33 ♦ __....1 T..,d a ii0 ii Total A -G $ S,000.00 H. Window Glass Cleaning f. High Surface Dust Removal and Fixture Cleaning 1. Striping and Waxing Flours IC Ducting Vents Cleaning Periodic Cleaning D. A. B. C. Cost Services P. Annual Time per Hourly Per Performed Cost activity Fee Service A.-lh, I s 2560 $ 25.00 4 S 100.00 I S 2000 $ 20.00 2 $ 40.00 4 S Isom $ 600.00 2 S 1200.00 115 S xo.eu $ 10.00 I $ 10.00 Perlodlcal Totals $ 1,350.00 Annual Cost of Daily Cleaning $ 8,000.00 Annual Cost of Periodic Clenning $ 1,350.00 Total Annual Cost for City Hall $ 9,350.00 A. Balla roars GARV EY PARK SNACK BAR REST -ROOMS (GPSR) Daily Cleaning: Monday, Tuesday, Wednesday, Thai sday, ftHday, Saha dny, Sunday Jannnry - November (no services required in December) A. B. C' D. E. F. G. A... ul 'Time per Hourly A x B Weekly Weekly Weeks Cast activity Fee Services Cos[ Yen.' Perlodic Clearing D. A. B. C. Cost Services F. Annual Time per Hourly Per Performed Cost activity Fee Service Anna)) B. Deep Cleaning lanuary through November i S 'o.w $ 20.00 11 $ 220.00 Periodical Totals $ 230.00 Annual Cost of Dally Cleaning S 1,925.00 Annual Cost of Pei Indic Cleaning S 220.00 Total Annual Cost for GPSR $ 2,145.00 A. Bathrooms ROSEMEAD PARKSNACK BAR RESTROOMS(RPSBR) Daily Clemthig: Monday, Tuesday, Wednesday, Thursday, Friday, Sntulday, Sunday A. B. U. E. F. G. Timeper Hourly .C.o Weekiy Weekly Weeks Annual Cost B.Solid Waste Trash 11,16666661S164o$2.67 7 1 518.67 52 $ 970.67 Annual lotall 3 vlu.or Periodic Cleaning ',. D. A. B. C. Cost Services F. Amoral Timeper Hourly Per performed Co.,[ activity Fee Service Annual1 B. Deep Cleaning January through November b ^_onu $ 20.00 I I $ 220.00 Perfodlcnl ToNls S 220.00 !� Annual Cost of Daily Cleanlng S 2,912.00 Annual Cost of Periodic Cleaning S 220.00 Total Annual Cost for RPSR S 3,132.00 ROSEMEAD PARK RECREATION BUILDING/PRESCHOOL (RPRBP) Daily Cleaning: Monday, Tuesday, Wednesday, Tlmrsday, Friday (RestrOoms 7 days a week) A. B. D. li. F. G. Tinreper Handy C' Weekly Weekly Weeks Animal Cost naivim Fee A x D Services Cost Year A. Batlac ans B. Solid Waste C. Vacuuming D. Hard Surfaced Floor's E. Low Surface Cleaning F. Doors/Fixnues Spur Clean Women's 1 1125 S 16110 $ 4.00 7 $ 28.00 40 $ 1,120.00 Men's1 025 1 S 16001 S 4.00 I 7 S 28.00 40 $ 1,120.00 activity Fc c Service Annual Annual 10181 S 2,240.00 Recycling 00833333 S 16.001$ 7.33 1 5 1 S 6.67 40 $ 266.67 Trash 1016666W I$ 16.1)01 1 2.67 1 5 1 1 13.33 1 40 S 533.33 $ 10.00 Periodical Totals $ Annual I otall S 800.00 025 I 1600 $ 4.00 5 S 20.00 40 $ 800.00 Annual Total S800.00 05 IS 16DOI S 8.00 5 S 40.00 40 S 7,600.00 Annual Total S 1,600.00 025 IS 16001 $ 4.00 1 5 S 20.00 40 S 800.00 Annual Total S 800.00 10,09333331S 6aol S 1.33 1 5 $ 6.67 40 S 266.67 Annual 1011111 266.67 Total A -G S 6,506.67 Periodic Cleaning Annual Cost of Dally Cleaning S 6,506.67 Annul Costof Periodic Cleaning $ 1,310.00 Total Annual Cost for RPRRP $ 7,816.67 D. A. B. C. CoSL Services F. Amoral Time per Hourly Per performed Cost activity Fc c Service Annual G. Carpet Cleaning Shampooing - S 100.00 $200.00 2 $ 400.00 11. Striping and Waxing Floors 3 $ 150ao $ 450.00 2 $ 900.00 L Ducting Vents Cleaning 0.5 $ 20.w $ 10.00 1 $ 10.00 Periodical Totals $ 1,310.00 Annual Cost of Dally Cleaning S 6,506.67 Annul Costof Periodic Cleaning $ 1,310.00 Total Annual Cost for RPRRP $ 7,816.67 A. Sally Tamier Park Baily Cleaning: Mmsday, Tuesday, Wednesday, Thursday, Friday, Sntui dny, Sunday A. B. D. E. F. G 'Time per Hourly As'B Weekly Weekly Weeks Amnnzi Cast activity Fee Fee Services Cost Year 1 ,.,iI s T6 iKi 1 $ 4.00 7 $ 28.00 52 S 1,456.00 B. Solid WasteDile,.,, t i6am S 1.33 7 $ 9.33 52 S 485.33 � Annual Tolal� $ 985.33 I C. Deep Cleaning Monthly Total A+B IS 3,397,33 Total A+B+C $ 3,637.33 Panodic Cleaning D. A. B. C. Cost Services F. Anneal Time per Hourly Per performed Cost activity Fee Service Annually 1 s a000 I S 20.00 12 S 240.00 Annual Periodic Tot all S 240.00 Zapopan Park Dally Cleaning: Mmrdny, Tuesday, W edoemlay, Thursday, Friday, Salm-day, Slaiday A. D. D. C. F. G. Annual Time per Hourly C. Weekly Weekly Weeks Cost aetiviw Fee A x B Services Cast Vear A. Ball ..'as B. Solid Waste (Trash OOrtJail 5 i6uu $ 1.33 7 $ 9.33 52 $ 485.33 Periodic Cleaning D. A. B. C. Cost Services F. Annual Tinre per Hourly per Per Cost activity Fee Service Allium C. Deep Cleaning Monthly I S 20. no 1 $ 20.00 1 12 1S 240.00 Annual Perindlc Total I S 240.00 Total A+B I S 3,39=7 Total A+B+C rr3,637.33 BIDDER'. BASE HILL INC DBA JAN POINT SECTION 2 References BIDDER: BASE HILL INC DBA JAN POIN I 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies far which BIDDER has performed similar work within the past two (2) years: 1 FAMILY SERVICES ASSOCIATION 21250 Box Springs Rd Moreno Valley CA 92557 Name and Address of Owner LAURA MEJIA 951-686-1096 Name and telephone number of person familiar with project $1,500 0001year Jantiorial 2008 -current Contract amount Type of Work Date of Contract 2. CENTER FOROUTPATIENT SURGERY 15141 Whittier Blvd. #130 Whittier CA 90603 Name and Address of Owner NANCY CHAMPLIN 662-246-2832 Name and telephone number of person familiar with project $17,400fvear Janitorial 2017 -current _ Contract amount Type of Work Date of Contract 3. ZADRO INC 14462 Astronautics Dr. H niinutoo Beach, CA 92647 Name and Address of Owner 4. Brad Everett 800-068-4648X106 Name and telephone number of person familiar with project $6 600/year Janitorial 2017 -current Contract amount Type of Work Date of Contract of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date of Contract EXHIBIT B COMPENSATION The total fees for Jan Point shall not exceed $616,854 over a three year contract period (April 1, 2018 — March 31, 2021). The breakdown of fees is below: Year 1: $198,612 (April 1, 2018 — March 31, 2019) Year 2: $205,535 (April 1. 2019 — March 31, 2020) Year 3: $212,707 (April 1, 2020— March 31, 2021) g Bond Number: 100389656 PERFORMANCE BOND WHEREAS the CITY OF ROSEMEAD (also herein "Obligee") has awarded to Base Hill, Inc. doe Jan Point (hereinafter "Contractor"), a contract for work consisting of but not limited to, furnishing all labor, materials, tools, equipment, services, and incidentals for the JANITORIAL SERVICES FOR VARIOUS CITY FACILITIES and all other required structures and facilities within the fights -of -way, easements and permits; WHEREAS, the Work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated April a, 2018 (hereinafter the "Public Work Contract'); and WHEREAS, the Contractor is required by said Public Work Contract to perform the terms thereof and to provide a bond both for the performance and guaranty thereof, NOW, THEREFORE, we Base Hill, Inc. dba Jan Point , the undersigned Contractor, as Principal, and U.S. Specialty Insurance Company I a corporation organized and existing under the laws of the State of Texas , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the CITY OF ROSEMEAD in the sum of "One Hundred Ninty Eight Thousand Six Hundred Twelve and no/100" dollars, ($ "168.612.00" ), said sum being not less than 100% of the total amount payable by the said Obligee under the terms of the said Public Work Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, his or its heirs, executors, administrators, successors or assigns, shall In all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Public Work Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one-year guarantee of all materials and workmanship; and indemnify and save harmless the Obligee, its officers and agents, as stipulated in the said Public Work Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. In the event legal action is required to enforce the provisions of this agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees in addition to court costs, necessary disbursements, and other damages. PERFORMANCE BOND In case legal action Is required to enforce the provisions of this bond, the prevailing party shall be entitled to recover reasonable attorneys' tees In addition to court costs, necessary disbursements and other consequential damages. The said Surety, for value received, hereby stipulates and agrees that no change, extensions of time, alteration or addition to the terms of the Public Work Contract or to the Work to be performed thereunder, or the specifications accompanying the same shall in any way affect Its obligations on this bond, and It does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to Specifications. "PLEASE NOTE THIS BOND IS ONLY FOR TERM APRIL 1ST. 2018 THROUGH MARCH 31ST. 2019" Stn IN WITNESS WHEREOF, we have hereto set our hands and seals this _ day on April 120 18 Principal/ or By. St.t h Y1 �/ r r Y� President i U.S. Specialty Insurance Company Surety Attorney -in -Fact Michael Zablan The rate of premium on this bond is "30.00" per thousand. The total amount of premium charged, $ "5,058.00" (The above must be filled in by corporate surety.) PERFORMANCE BOND ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Counof LOS ANGELES ty On LI / ) 9 before me, PATRICIA KANEGAWA PEREZ, NOTARY PUBLIC (insert name and title of the officer) personally appeared MICHAEL ZABLAN , who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the persori or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal _ PATRICK WINEGAWA PEREZ ,T Wary Public —Celi is l ILos Angeles"rity Commission p 212521g Mp Comm. Expires Sep 25.2019 Signatur (Seal) TOKIOMARINE HCC POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That, U.S. SPECIALTY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint, MICHAEL ZABLAN its We and lawful Attomey-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver bond number 10n9B9696 issued in the course of its business and to bind the Company thereby, in an amount not to exceed Thwc mill on and nnitnn 1 $�nnnnnnnn 1. Said appointment is made under and by authority ofthe following resolutions of the Board of Directors of U.S. Specialty Insurence o� mpany: ""Be if Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other Conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as H signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certlfcate relating thereto by facsimile, and any power of attorney or certifcate bearing facsimile signature or fammile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." Adopted by unanimous written consent in lieu of meeting on September Ia, 2011. The Attorney -in -Fact named above may be an agent or a broker of the Company. The granting of this Power of Attorney Is specific to this bond and does not indicate whether the Attomey-in-Fact is oris not an appointed agent of the Company. IN WITNESS WHEREOF, U.S. Specialty Insurance Company has Caused its seal to be affixed hereto and executed by its Senior Vice President on this 18th day of December 2017. _ State of California .� + z _ U.S. SPECIALTY `NSU NCE COMPANY OMPANY County of Los Angeles SS: - By: .Jft�rp `^7kSy- ,b1 Adam S. Pesi in, Senior Vice President A Notary Public or other officer comolelinp this cedifcate verifies only the identity of the individual who sinned the document to which this On this 18th day of December 2017, before me, Patricia Kanegawa Perez, a notary public, personally appeared Adam $. Pessin, Senior Vice President of U.S. Specialty Insurance Company, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the Slate of CALIFORNIA that the foregoing paragraph is true and correct. WITNESS my hand and official seal. l I PATRIMAxANECAYAPLIEI COMM. 92125219 9 fbttry Putlk Signature (seal) I����IHna m�vpgo I, Kip Lo, Assistant Secretary of U.S. Specialty Insurance Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect. IN WITNESS WHEREOF I have hereunto set my hand this gth day of April 2018 Bond No. 100389656 Agency No. 13539 , Kin Lo, ASS15mOt Secretary s accsu aoaussiayson EXHIBIT C INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Consultant will maintain insurance in conformance with the requirements set forth below. Consultant will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Consultant agrees to amend, supplement or endorse the existing coverage to do so. Consultant acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Consultant shall provide the following types and amounts of insurance: Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG 00 01 or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits are subject to review but in no event less than $1,000,000 per occurrence. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less than $1,000,000 per accident. If Consultant owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Consultant or Consultant's employees will use personal autos in any way on this project, Consultant shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state -approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A. M. Best's rating of A- or better and a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Consultant. Consultant and City agree to the following with respect to insurance provided by Consultant_ 1. Consultant agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Consultant also agrees to require all contractors, and subcontractors to do likewise. C-1 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultant's employees, or agents, from waiving the right of subrogation prior to a loss. Consultant agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements ifthey include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Consultant shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Consultant's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Consultant or deducted from sums due Consultant, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days' notice to City of any cancellation of coverage. Consultant agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Consultant or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self-insurance available to City. C-2 10. Consultant agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Consultant agrees not to self -insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in anyway involved in the performance of work on the project contemplated by this agreement to self -insure its obligations to City. If Consultant's existing coverage includes a deductible or self-insured retention, the deductible or self- insured retention must be declared to the City. At that time the City shall review options with the Consultant, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12.The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Agreementwill be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15.Consultant will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Consultant's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. C-3 17.The provisions of any workers' compensation or similar act will not limit the obligations of Consultant under this agreement. Consultant expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all- inclusive. 19. These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20.The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21.Consultant agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Consultant for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. 22.The selected contractor shall provide to the City the necessary insurances, endorsements and a performance bond in the amount of contract, as specified in the enclosed Draft Contract, and maintain the requisite amount of insurance throughout the life of the contract period. 23. Consultant agrees to obtain a performance bond in the amount equal to the contract value as defined in Section 3.3.1 of the Professional Services Agreement, and maintain the requisite amount of bond throughout the life of the contract period. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. C-4 ACORDCERTIFICATE OF LIABILITY INSURANCE ADOL I O/JE(MMOaYYVIT pOUCl WJA1BEp SLILY --II ry£PCUCYFM–W DATE WOK17— MT! N.ITI 03 28 2018 PROOMER (213) 380-0222 United Plus InaussLnna Services 4465 Wilshire Blvd., Ste. 301 - THIS CERTIFICATE IS ISSUED AA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS TS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTENDNDOR OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. =156764SE Los An glee CA 90010- 11/26/2018 INSURERS AFFORDING COVERAGE x COMMERGALGEN]NLUPBILRY LLAMA — OpLCUR NsumnUNITED STATES LIAB.MS.Jan / / Point fAEM"T RENTYwxx E 100,000 LsuRERaUNITED FINANCIAL CASCO(Base tNAIC#IMpm Hill,Ine.) INSURERCUNITED STATES LIAH.IN3.11623 E. Slauson Ave. N3 ISuREq o: OAX RIVER INSURANCE CO.Santa GSNF.AGQR.WF f 2,000,000 Fe sins CA 90670- IwwMReA. C.IC THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. FMA LTR ADOL I TVPEOFINSFURANCE pOUCl WJA1BEp SLILY --II ry£PCUCYFM–W DATE WOK17— MT! N.ITI I DATA A X GENERAL UAe1W =156764SE 11/26/2017 11/26/2018 E!'OHOCCURBENLE $ 11000,000 x COMMERGALGEN]NLUPBILRY LLAMA — OpLCUR / / / / fAEM"T RENTYwxx E 100,000 MEO FXPI q¢pwon $ 5,000 PEMDNALfAE✓IwuRr f 1,000,000 GSNF.AGQR.WF f 2,000,000 GEMLACGRESATEUWAFFUESPERT X POLICY JEC�T LOC pgppULT$_g 11000,000 CON.PNPPGG H AUTOMOBILE LIABILITY ANYADTO 015008155 03/20/2018 03/20/2019 cONsxEDSNGLELIMD �A�tla�R S 1,OD0,000 x ALLOVMEDAvTOS WHOULLEDAUTG9 roePaFa�) S X X HIREDAUTOS NONL,WEOAUTOS / / / / bOOIIYINJURV (Pv MenO f / / / / R30PERN 04MAC£ (Pa. veee,0 s GARAGE UABILITY NfTp ONLY-EAACGDFM f MYNfTO PI OTIERTINN FAPLC f AUTOONLY: AW S C XXX qO:CDR CLAMS MADE A15BDF55 07/20/2017 07/20/2018 1,0000 ,000 FACHOCCURRENCE AGGR00,000 'DA— 8 S_IZ1a_E 0 f IF RETENTION S -I D MWERBLONPF3AIATONAND EMPLOYERS' DABILTY BAeC913001 01/01/2018 01/01/2019 X TO YL"Lies EL EACH MCIDEM S 1,000,000 ANY PFOPgIETOPRA4TIEWESLWIryE O1`CERMFMEEREYI Ifym.tlnnlEevM' / / / / EL p5FA5E-EAEMPLOYE f 1000, 000 EL. 01S E-FOLICYLIMR IS 1,000,000 SPECIAL PRONSIOM Edw E OTHER JANITORIAL BOND 100Di93a9 03/02/2018 03/02/2019 eaten 25,000 OE9CPoPnON O F nP[RATIXJLLDLRTI W yKNICLEgIp{CLLgON$ gppEp R V EN W MEMFNMPELIpL PSV1910M Cetyieafe M1Oar ie P se onal Znaurad to U,a policy. (�LL35p7BA8&) + City P Rowmad, JNIex,ial S.,jas Por Oezioue Cily aecilitiee City of Roeeeead 8838 East Valley Blvd. SHOULD ANY OF THE ABOVE OESCMEED SUaE CANCELLED aEFORE ME EXPIRATON DATE THEREOF, THE FaUINO WLL ENOFAVOp TO NAIL 30 DAYS WTLTTEN NOT @ HOUD MED M THE LEFT, BUT FAILURE TO DO gO eN S8E N0 VRL OFANY MM USN THE INS025 ry+RA10B � Paec I m2 POLICY NUMBER: CL 1587848E COMMERCIAL GENERAL LIABILITY CG 32 93 09 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CALIFORNIA ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Persons) or Organization(s): Effective Date: 11/2812017 Person(s) / organization(s) reported to the Company or the Company's agent In willing prior to a loss City of Rosemead, Janitorial Services for Various City Facilities Locations) Of Covered Operations'. City of Rosemead 8838 Fast Valley Blvd, Rosemead, CA 91770 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - who Is An Insured is amended to include as an additional insured the person(s) or organizations) shown in the Schedule, but only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. Iran additional insured(s) shown in the Schedule is a builder, general contractor or contractor not affiliated with the builder, and 2. You have entered into a residential construction contract subject to the requirements of California Civil Code Section 2782(c) with such builder or contractor; then such builder or contractor is an additional insured under this endorsement but only to the extent of the liability for "bodily injury", "property damage" or "personal and advertising injury" that you have assumed in the residential construction contract with that party. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to'bodily injury" or "property damage" occurring ager: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations fpr aprincipal as a part of the same project. CG 32930909 Copyright, Insurance Services Office, Inc., 2008 POLICY NUMBER: CL 1587848E COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name of Person Or Organization: Effective Date: 11/28/2017 City of Rosemead 8838 East Valley Blvd. Rosemead, CA 81770 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery we may nave against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your worK' done under a contract with that person or organization and included in the "Products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 Copyright, Insurance Services Office, Inc.., 2008 lhrs endorsement modifies insurance prmided under the Following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Primary And Non -Contributory - Written Contract POLICY NUMBER:CL 1587848E Effective Daae: 11/2612017 Name of Person or Organization: City of Rosemead 9838 East Valley Blvd. Rosemead, CA 91770 (If no entry appears above, the information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4. OTHER INSURANCE, a. Primary Insurance is amended with the addition of the following: The coverage afforded by this policy to the person(s) or organization(s) listed above is primary and non- contributory if: 1. This insurance is required to be primary and non-contributory under a written contract; and 2. The loss to be covered occurs on or after the effective date of the written contract; and 3. The loss to be covered resulted solely and exclusively from your ongoing acts or omissions or the ongoing acts or omissions of those acting on your behalf in performing "your work" under a written contract referred to above. 4. The person(s) or organization(s) is an additional insured under this policy. However, the coverage provided by this endorsement does not apply to any coverage provided for an "auto' on a "non -owned auto", "hired auto', uninsured motorists coverage, underinsured motorists coverage, personal injury protection, property protection or similar no-fault coverage by whatever name called and/or an "auto' coverage of any type. All other terms and conditions of this policy remain unchanged. This endorsement is a part of your policy and takes effect on the effective date of your policy unless another effective date is shown. L 776 (04-15) Page 1 of 1