Loading...
HomeMy WebLinkAboutPRO1ONE Janitorial � � . ������r�.�,� CONTRA C TOR A GREEMENT.• JAN/TOR/AL SERV/CES FOR THE PUBL/C WORKS F/ELD OPERAT/ONS FAC/L/TY THIS AGREEMENT, made on the 30T" day of September, 2014, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and PR010NE JANITORIAL, 1101 ASHWAUBENON STREET, GREEN BAY, WI 54304, hereinafter referred to as the CONTRACTOR, WITNESSETH: That the City and the Contractor, for the consideration hereinafter named, enter into the following agreement. The Contractor's proposal is attached hereto and reflects the agreement of the parties except where it conflicts with this agreement, in which case this agreement shall prevail. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Contractor shall assign the following individual to manage the project described in this contract: (Richard Smith, Pro10ne Janitorial) B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: (Kevin Uhen, Public Works Department) ARTICLE III. SCOPE OF WORK The Contractor shall provide the services described in their proposal dated September 2, 2014 attached as Exhibit A. If anything in the Contractor's proposal conflicts with this agreement, the provisions in this agreement shall govern. The Contractor may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the 1 • City. ARTICLE IV. CITY RESPONSIBLITIES The City shall furnish, at the Contractor's request, such information as is needed by the Contractor to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Contractor's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION The work to be performed under this contract shall be for a three month term to effective on the date both parties sign this agreement. ARTICLE III. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of S 1,200.00 per month for a three month total cost of $3,600.00, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. Fee schedules shall be firm for the duration of this Agreement. B. Method of Payment. The Contractor shall submit itemized monthly statements for services. The City shall pay the Contractor within 30 calendar days after receipt of such statement. If any statement amount is disputed, the City may withhold payment of such amount and shall provide to Contractor a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services (e.g. Contractor Costs for Unit Price Items as listed in the Bid Form) shall be negotiated and set forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE IV. CONTRACTOR TO HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh liarmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the Contractor, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City 2 • may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. ARTICLE V. INSURANCE The Contractor agrees to abide by the City of Oshkosh Insurance Requirements as specified and included as Exhibit B. ARTICLE VI. TERMINATION A. For Cause. If the Contractor shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the City shall have the right to terminate this Agreement by written notice to the Contractor. In this event, the Contractor shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The City may terminate this contract at any time by giving written notice to the Contractor no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Contractor shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. 3 ' In the Presence of: CONTRACTOR /CONSULTANT �'� 1�-t�: 1�2��� By� vP�- �o� (Seal of Contractor (Specify Title) if a Corporation.) By: . (Specify Title) � CITY OF OSHKOSH By: ��----i����L��'r� Mark A. Rohloff, City Manager � (Wit ss) I � " � , ��Z� ��� ��t', And. - �`� �� .`� �� � �'� (Witness) Pamela R. Ubrig, City Clerk � ) / APPROVED: I hereby certify that the necess- ary provisions have been made to pay the liability which will accrue under this contract. ity Atto ��'(l�,�m. �nn� City Comptroller 4 � �,����>T .�4 . �r��/� �0 �`��Q �� Janitorial �roposal For: �rt.� a�` �s��osh September 2, 2Q14 � � o ..` �ti�roA�P 9/3/2014 September 2, 201� City of Oshkosh 215 Church Ave Oshkosh, W154903 Attn: Kevin Uhen Dear Kevin, Thank you for giving us the opportunity to present you with a maintenance service proposal customized with your specific requirements. Pro One Janitorial, Inc. has continuously maintained a reputation for efficient workmanship and dependab[e service. Our many satisfied customers wi[l attest to our ability to maintain the highest standards. Attached you will find a detailed outline of the services to be provided to City af Oshkosh. We look forward to providin� with janitorial services for many years to come. Sincere(y, Richard Smith Sales Executive Pro One Janitorial, [nc. 9/3/2014 ==--�.�_,�.:.�----� — — - �_.�,.-- -�- _ � � __ ;.. __. .� •�� �- - --- --�_ ----------�-� _..�... -��<.,:_..�„-�.�:.,,�......,�_,-- -- __-- - - - ��s��ip�ic�n a� S�rv�ce� _ -� - - �'or,• Cl�y of Oshkosh Entrance, Lobby, Recepfion, f�allways, Offices, and Conference Room Week(y/Daity: • Clean entry gtass e Sweep and wet mop all hard floaring and spot clean spills • Spot c(ean smudges and fingerprints on doors, frames, wal(, switch plates, interior windows • Clean door and partition g[ass of smudges and fin�erprints � Empty all recycling and waste receptacles, change liners as needed Week(y: • "Desk Day"( alf desks that are cteaned off will be cleaned) • Wet mop all hard flooring with a neutral cleaner or disinfectant • Dust file cabinets, windowsills, Cedges, stands, tab(es, f� alt flat surfaces • Damp wipe with disinfectant — telephones and shared door knobs and hand rails • Dust all computer monitors and screens, damp wipe all marker boards • Damp wipe all wastebaskets (as needed) • Vacuum entire carpeted area5, under desks, tahles, etc. Monthly: • Dust carners and edges for cobwebs • Perform high dusting — door frames, ledges, pictures, moldings • Damp wipe kick plates • Vacuum air vents and diffusers • Vacuum fabric furniture and edges of carpeted areas • Dust baseboards and woodwork' . • Damp wipe chair bases and arms � � o �' .. m � '4ti�T O'R�P 9/3/2014 rn��.-�ti:n•...�-,.__�----.-._:_—�_�-=_'----'-_"..��.�x�.:���.�-=s„wr.,.._-vwxr-��_,w��� ' � _^__=..--a—.�_�--r--�----- �� - - �,..�„�„��..,�_ ��scr�p�i�r� �af ��r�i�es ----- _ � - --- ..�.u� .�_��..�,...�.�..__ ..� � .For,• G'Ity of Oshkosh Restrooms/Lockers Dai(y/Weekly: a Clean and sanitize urina(s and toilets inside and out o Empty all waste receptac[es, chan�e liners • Clean and refill all dispensers, towe[ing, hand soap and toilet paper, etc. • Clean and potish all mirrors and bright work • Clean all sinks, counter tops and p(umbing fixtures with germicidal cleaner • Sweep and damp mop all tile floors with germicidal cleaner � Spot c[ean partitions and doors Weekly: • High and low dusting � Vacuum air vents and diffusers • Dust light fixtures • Damp wipe baseboards and kick plates • Dust partition ledges and wipe partition walls Brecrkroom DailyWeekly: • Clean and refitl a(l soap and paper dispensers o Clean all sinks, counter tops with germicidal c[eaner • Wipe down all table tops • Spot clean surfaces as needed, ie. around wastebaskets etc. • Damp wipe inside and outside of microwave • Empty all recycling and waste receptacles, change liners • Dust and damp mop all tile f(oors with germicidal cleaner • Spot clean waste baskets Week[y: • Wipe down the outside of the refrigerator • Dust corners, ledges, picture frames, basebaards and woodwork • Nigh and low dusting • Vacuum air vents and diffusers • Damp wipe and clean waste baskets � ; � o � � �ti�roA`P 9/3/20i4 -=--__--.— -----�--.�:���:�����._.._ _ ���.-.�,.� _........-_ �....�,.x,•:�:.,..,�.-:.s._„ � � _ __�.-- ���ct���t�art_�� ����r�c�s -��_��.-.��.,,�.-�_._��x..�.�-�,�; r - ��....� -- _-- - For.• C'rty of Oshkosh � Client Specific Priced at 3 x per week and 1 x per week. Clean parts office. (2) Clean fitness room Clean Bradley in the shop. 4 floor types. (Sealed Concrete, Terrazzo, Epoxy, and Concrete) • 9/3/2014 , --'---- :--.� ._—�...-�•�,�,—____— -- --�—�:,-.�„�.<,-,�:_._.--__�_- _ - ------------�.���y�.�:_.--�.,._,�.��,�,=.�_, � C`o�� $f���� ` L_.�_——�_ __..'_._ F,.,�_�,._a--____ ` ---.--�–.–.–_.�.r++ea;.+.:.r. .. . ....._.. _ --_�:r.a-a..;ca.x.,.�.cr.'.,;e'� r. --- —-�=::ae-.., � FOT.' CI�Of�S�OSII Pro One Janitorial, Inc. will provide janitortal and floor care services as previously explained: 3 Days Per Week Janitoria( Service $1200.00 Cost Per Month 1 Day Per Week Janitorial Service $575.00 Cost Per Month EXPENDABLE SUPPLIES: Client witl provide: hand soap, toilet tissue, paper toweLs and plastic liners for femi- nine hygiene, 15 �alion, 33 gallon and 45 galton waste disposa( bags. Pro One Janitorial will provide all equipment and chemicals needed for satisfactory completion of requested janitorial services. SPECIAL PROJECT PRICENG: �n�ae�ae���sure�o��s�e■i��aa�e���ew����M11A�tlrrerreremra����a���aP1[Alpauer��o�e�r�vasrss■ ;Services other than regu[ar scheduled janitorial duties may be required. Pro One Janitoria( will provide any of the � d following special services at an additional charge. o e . e ■ ■ �Emer�ency Cleaning $ 19.75 per hour / plus 35.00 service charge ° : . ; F(�rescent Light Cleaning $ 2.50 per unit e . . . ;Strip �t Wax VCT Flooring $ .32 per sq ft a ■ r •Deep Scrub Et Refinish VCT F[ooring $ .26 per sq ft : : Deep Scrub Ceramic Tile = � $ .12 per sq ft , . . �Carpet Cleaning $ .12 per sq ft � . . . . a�r���r���Y�1Y�a��A�AR�tOA�����riourrs��r�����aas�saa�eaiaRaa��aar�����cea�se�s�i�aa�■�r � � O � `," �NtTaP�P . . 9/3/2014 ������� � PROON01 OP ID: DL "`'�_°�°�� CERTIFICATE OF LIABILITY DATE(MM1DD/YY1'1') INSURANCE 09/24/14 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS • CERTIFICATE DOES NOT AFFIRMATNELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THECERTIFICATE HOLDER. . IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies). must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and condiflons of the pollcy, certaln pollcles may require an endorsement: A statement on this certificate does not confer rights to the certificate hoider in lieu of such endorsement s. PROOUCeR 920=734-311 ADEMINO 8�ASSOCIATES INC NAME: DAVID ADEMINO 920-734-602 q�c No Est: FAX 1001 TRUMAN P O BOX 99 E-MAIL ac Na: KIMBERLY, WI 541 3 6-0 099 A�DRESS: DAVID VAN BOOGARD INSURER S AFFORDING COVERAGE NAIC� iNSUReRa:FRANKENMUTH MUTUAL INSURANCE 13986 INSURED PRO ONE JANITORIAL INC iNSUReRe:CNA SURETY 1101 ASHWAUBENON ST GREEN BAY,WI 54304 INSURERC: INSURER D: � .INSURER E: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSUR,4NCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVIIITHSTANDING 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 DESCRBED HEREIN IS SUBJECT TO ALL THE TERMS., EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS.SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR � 7ypE OF INSURANCE POLICY EFF POLICY EXP POLICY NUMBER LIMITS GENERAL LIABILITY EACHOCCURRENCE $ 'I�OOO,OO A X COMMERCIAL GENER4L LIABILITY X CPP 6219520 04l01(�14 04/0�/15 pREMISES Ea occurrence $ 500�00 CLAIMS-MP,DE �OCCUR MED�EXP-(Myoneperson) $ �0,00 X GEN'L AGG PER PERSONAL.&,nDV INJURY $ 'I,OOO,OO PROJECT&LOC GENER.w.AGGREGA� $ 2,000;00 GEN'l AGGREGAIE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG� $ 2,000;00 POUCY� PR0. �LOC .AUTOMOBILEiIABILITY - L $ Ea accident 1,000,00 A X ANY AUTO x BA.621.9$20 D¢/01/14 04/01/15 BODILY INJURY(Per person)� $ ALL OWNED SCHEDULED AUTOS. AUTOS BODILY INJURY.(Per acciden[j $ HIRED AUTOS NON-OWNED PROPERTY DAMAGE AUTOS Per accident� $ $ X� UM�RELLALIAB X OCCUR EACH OCCURRENCE $ 4,000,00 A EXCESS LIAB CLAIMS-MP,pE CPP 6219520 04(01l14 04/01/15 AGGREGATE $ 4,000,00 DED X ��nrriora 1 Q 000 WORKERS COMPENSATION $ AND EMPLOYERS'LIABILITY X WC STATU- OTH- /� ANYPROPRIETOR/PARTNERlEXECU7IVE Y!N WC sZ�95Z0 04/01/14 04/01/15 E.L EACHACCIDENT $ 1,QQQ�QQ OFFICEh'/MEMBER EXCLUDED9 ❑ N!A . (Mandatory in NH) If yes,describeunder E.L.DISE4SE-EAEMPLOYEE $ ��D0�,0� DESCRIPTION OF OPER4TIONS below E.L.DISEASE-POLICYLIMIT $ 'I,OOO,OO B JANITORIAL BOND 68552339 04/D1/14 04l01H5 BOND 100,00 DESCRIPTION�OF OPERATIONS I LOCATIONSI VEHICLES (AttacHACORD 101,Additional Remarks Schedule,If more.space is required) ITY OF OSHI{OSH & ITS OFFICERS,. COUNCIL MEt�ERS, AGENTS, Et�LOYEES & UTHORIZED VOLUNTEERS ARE LISTED AS ADDITIONAL INSURED INCLUDING COMPLETED PERATIONS PER FORMS CG2010 & CG2037. OSCIT-1 SHOULD.ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE CITY OF OSHKOSH THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 215 CHURCH ST ACCORDANCE WITH THE POLIbY PROVISIONS. PO BOX 1130 OSHKOSH�WI 5490� .AUTHORIZEOREPRESENTATIVE DAVID VAN BOOGARD O 1988-2010 ACORD CORPORATION: All rights reserved. ACORD 25(2010/05} TheACORD name and logo are registered marks of ACORD , ,' �'i Frankenmuth �NSURER: FRANKENMUTH MUTUAL INSURANCE COMPANY • . I N S U R A N C E NAMED INSURED POLICY NO. POLICY TERM AGENT NO. PRO ONE JANITORIAL INC CPP6219520 04/01/2014 to 04/01/2015 0480653 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 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 Person(s) Or Organization(s): Location(s)Of Covered Operations CITY OF OSHKOSH&IT'S 1101 -1119 ASHWAUBENON ST OFFICERS,COUNCIL GREEN BAY,WI PO BOX 1130 BROWN 54304-5658 OSHKOSH,WI 54903-1130 Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section 11 -- Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property damage" or "personal and advertising injury" This insurance does not apply to "bodily injury" or caused, in whole or in part, by: "property damage"occurring after: 1. Your acts or omissions;or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs)to be performed by or in the performance of your ongoing operations on behalf of the additional insured(s) at the for the additional insured(s) at the location(s) location of the covered operations has been designated above. compieted; 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 for a principal as a part of the same project. � ISO Properties,i��.,2ooa CG 20 10 07 04 ' �'i Frankenmutli INSUaER: FRANKENMUTH MUTUAL INSURANCE COMPANY i N S U Rn N C E NAMED INSURED POLICY NO. POLICY TERM ' PRO ONE JANITORIAL INC CPP6219520 04/01/2014 to 04/01/2015 AGENT NO. 0480653 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Additional Insured -- Owners, Lessees Or Contractors -- Completed Operations This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations CITY OF OSHKOSH&IT'S 1101 -1119 ASHWAUBENON ST OFFICERS,COUNCIL GREEN BAY,WI PO BOX 1130 BROWN 54304-5658 OSHKOSH,WI 54903-1130 Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Section II -- Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liabiliry for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard". �ISO PropeRies,i�c.,2ooa CG 20 37 07 04