HomeMy WebLinkAbout _ 4.6(a)--Award RFP Schedule 5589 � � �' � � �
� � � ' � �' � � ' � ` CITY OF REDDING
REPORT TO THE CITY COUNCIL
MEETING DATE: May 20,2025 FROM: Travis Menne, Director of
ITElVI NO. 4.6(a) Community Services
***APPROVED BY***
� ��" �� Nri����� k?�,� _ � �,, a,,.�
���v� �
,
Tram=is ra�nc�,"� �rt�c r��`�irii�'unit�.�'ae���ices �,'�),f?t1�� rS' �P�it�,C�i ��t t' ��'��,{'2{}?w
tmenne@cityofredding.org btippin@cityofredding.org
SUBJECT: 4.6(a)--Award Request For Proposal No. 5589 and Authorize Execution of
Consultin and Professional Services Contract for Janitorial Services at Cit Facilities
Recommendation
Authorize and approve the following actions relative to Request for Proposals (RFP) Schedule
No. 5589 for Janitorial Services at City of Redding facilities:
(1) Award RFP to Peerless Building Maintenance, Inc.;
(2) Authorize the City Manager, or designee, to execute a Consulting and Professional
Services Contract with Peerless Building Maintenance Inc. for an amount not to exceed
$694,096.32; and
(3) Authorize the City Manager, or designee, to approve any amendments up to $35,000.
Fiscal Impact
The Consulting and Professianal Services Contract (Contract) for City of Redding (City)
janitorial services is managed by the Building Maintenance Division, an internal service housed
in the Community Services Department. The contract is funded by all other City departments
that require the janitorial services. The annual cost of the contract is $347,048.16, or$694,096.32
for the two-year contract term total. The pricing is firm for the first two years, but may be
annually escalated by the Consumer Price Index after completion of the initial term. This
contract cost is within budget projections and is considered a fair, reasonable value.
Alte�^native Action
The City Council (Council) could choose not to award the contract to Peerless Building
Maintenance Inc., and provide staff with an alternate direction.
Report to Redding City Council May 14,Z025
Re: 4.6(a)--Award RFP Schedule 5589 Page 2
Background/Analysis
On April l, 2025, a formal Request for Proposal (RFP)No. 5589, outlining the scope of work for
janitorial services at various City facilities, including City Ha11, Avtech, Corporation Yard, the
Dr. Martin Luther King Jr. Center, water t�eatment plants, and other locations further described
in the RFP and contract. Proposals submitted included a scope of work and a proposed fee. An
on-site inspection was also provided on April 17, 2025, to provide context of the work required
for this bid. On Apri1 30, 2025, proposals and fee schedules were received and reviewed from
five firms, listed as follows:
• Siskiyou Opportunity Center;
• Mack Janitorial and Maintenance;
• Vested Solutions;
• Maui Bob's; and
• Peerless Building Maintenance, Inc.
A three-member selection panel, consisting of City staff from the Building Maintenance and
Community Services Administration Divisions, evaluated the proposals based on the criteria
outlined in the RFP. The criteria consisted of compliance with proposal submittal requirements,
experience and reference, cost, and interview/presentation. Applying the criteria to the proposals,
the selection panel determined that Peerless Building, Maintenance, Inc., as their overall
recommendation.
It was the opinion of the selection panel that Peerless demonstrated an ability to meet the
objectives of the RFP and demonstrated best value. The contract will have an initial two-year
term plus three optional one-year extensions.
Environmental Review
This action is not a project as defined under the California Environmental Quality Act, and no
further action is required.
Council Prior�ity/City Manager Goals
• Economic Development — "Facilitate and become a catalyst for economic development
in Redding to create jobs, retain current businesses and attract new ones, and encourage
investment in the community."
• Government of the 21st Century— `Be relevant and proactive to the opportunities and
challenges of today's residents and workforce. Anticipate the future to make better
decisions today."
Attachments
Professional Services Contract with Peerless Building Maintenance for Janitorial Services
CITY OF REDDING
CONSULTING AND PROFESSIONAL SERVICES CONTRACT
THIS CONTRACT ("Contract") is made at Redding, California, by and between the City of
Redding ("City"), a municipal corporation, and Peerless Building Maintenance Inc.,
("Contractor") a private janitarial �rm, for the purpose of providing janitorial services for various
City of Redding facilities.
WHEREAS, City does not have sufficient personnel to perform the services required herein
thereby necessitating this Contract far personnel services.
NOW, THEREFORE, the Parties collectively the "Parties" and individually "Party", covenant
and agree, for good consideration hereby acknowledged, as follows:
SECTION l. CONTRACTOR SERVICES
Subject to the terms and conditions set forth in this Contract, Contractor shall provide to
City the services described in Exhibit A,attached and incorporated herein. Contractar shall.
provide the services at the time,place and in the manner specified in Exhibit A.
SECTION 2. COMPENSATION AND REIMBURSEMENT OF COSTS
A. City shall pay Contractor for services rendered pursuant to this Contract, at the times
and in the manner set forth in Exhibit B, attached and incorporated herein, in a total
amount not to exceed three hundred forty-seven thousand and forty-eight dollars,and
sixteen cents ($347,048.16), annually for the first two years of contract. This sum
includes all out-of-pocket travel, lodging and incidental expenses incurred by
Contractor that are reasonably associated with the provision of services under this
Contract. The payments specified herein shall be the only payments to be made to
Contractor for services rendered pursuant to this Contract.
B. Prices shall be firm for the initial contract period, through June 30, 2027. Prices
fluctuations, if any, far the subsequent contract periods may be adjusted in direct
proportion to the percentage change in the West— Size Class B/C, Consufner Price
Index for all Urban Consumers (CPI-U), before seasonal adjustment, as reported by
the U.S. Department of Labor, index base pe�iod (DECEMBER 1996=100), Se�ies
ID: CUURN400SA0, as reported by the Bureau of Labor Statistics of the U.S.
Department of Labor. The base index shall be the February 2025 index (196.261).
Price changes shall be based on the latest available first published index compared to
the February 2025 index. Changes in prices will be no more frequent than every 12
months, if necessary.
Consulting and Professional Services Agreement Page 1
Rev. 8/23
C. Contractor shall submit monthly invoices to City for work completed to the date of
the invoice. All invoices shall be itemized to reflect the employees performing the
requested tasks, the billing rate for each employee and the hours worked.
D. All correct,complete and undisputed invoices sent by Contractor to City shall be paid
within thirty(30) calendar days of receipt.
SECTION 3. TERM AND TERMINATION
A. Contractor shall commence work on or about July Ol, 2025 and complete said work
no later than J�une 30, 2027. Time is of the essence.
B. If mutually agreed upon,with all prices(with allowed adjustments as noted in Section
2.B.), terms, and conditions remaining the same, the contract may be executed on an
annual basis for three (3) consecutive one-year period, through June 30, 2030.
C. If Contractor fails to perform its duties to the satisfaction of City, or if Contractor
fails to fulfill in a timely and professional manner its obligations under this Contract,
then City shall have the right to terminate this Contract effective immediately upon
City giving written notice thereof to Contractor.
D. Either Party may terminate this Contract without cause on thirty(30) calendar days'
written notice. Notwithstanding the preceding, if the term set forth in Section 3.A.
of this Contract exceeds ninety(90) calendar days in duration, Contractor's sole right
to terminate shall be limited to termination for cause.
E. Contractor hereby acknowledges and agrees that the obligation of City to pay under
this Contract is contingent upon the availability of City's funds which are
appropriated or allocated by the City Council. Should the funding for the project
and/or work set forth herein not be appropriated or allocated by the City Council,
City may terminate this Agreement by furnishing at least thirty (30) calendar days'
written notice of its intention to terminate. In the event of a termination pursuant to
this subdivision, Contractor shall not be entitled to a remedy of acceleration of
payments due over the term of this Agreement. The Parties acknowledge and agree
that the power to terminate described herein is required by Article 16, Section 18, of
the California Constitution, and that constitutional provision supersedes any law,
rule,regulation or statute which conflicts with the provisions of this Section.
F. In the event that City gives notice of termination, Contractor shall promptly provide
to City any and all finished and unfinished reports, data, studies,photographs, charts
or other work product prepared by Contractor pursuant to this Contract. City shall
have full ownership, including, but not limited to, intellectual property rights, and
control of all such finished and unfinished reports, data, studies, photographs, charts
or other work product.
Consulting and Professional Services Agreement Page 2
Rev. 8/23
G. In the event that City terminates the Contract, City shall pay Contractor the
reasonable value of services rendered by Contractor pursuant to this Contract;
provided, however, that City shall not in any manner be liable for lost profits which
might have been made by Contractor had Contractor completed the services required
by this Contract. Contractor shall, not later than ten (10) calendar days after
termination of this Contract by City, furnish to City such financial information as in
the judgment of the City's representative is necessary to determine the reasonable
value of the services rendered by Contractor.
I-I. In no event shall the termination or expiration of this Contract be construed as a
waiver of any right to seek remedies in law, equity or otherwise for a Party's failure
to perform each obligation required by this Contract.
SECTION 4. MISCELLANEOUS TERMS AND CONDITIONS OF CONTRACT
A. City shall make its facilities accessible to Contractor as required for Contractor's
performance of its services under this Contract, and, upon request of Contractor,
provide labor and safety equipment as required by Contractor for such access.
B. Pursuant to the City's business license ordinance, Contractor shall obtain a City
business license prior to commencing work.
C. Contractor represents and warrants to City that it has all licenses, permits,
qualifications and approvals of any nature whatsoever that are legally required for
Contractor to practice its profession. Contractor represents and warrants to City that
Contractor shall, at its sole cost and expense, keep in effect or obtain at all times
during the term of this Contract any licenses, permits and approvals that are legally
required for Contractor to practice its profession.
D. Contractor shall, during the entire term of this Contract, be construed to be an
independent contractor and nothing in this Contract is intended, nor shall it be
construed, to create an employer/employee relationship, association, joint venture
relationship,trust or partnership or to allow City to exercise discretion or control over
the professional manner in which Contractor performs under this Contract. Any and
all taxes imposed on Contractor's income, imposed or assessed by reason of this
Contract or its performance, including but not limited to sales or use taxes, shall be
paid by Contractor. Contractor shall be responsible for any taxes or penalties
assessed by reason of any claims that Contractor is an employee of City. Contractor
shall not be eligible for coverage under City's workers' compensation insurance plan,
benefits under the Public Employee Retirement System or be eligible for any other
City benefit.
E. No provision of this Contract is intended to,or shall be for the benefit of,or construed
to create rights in, or grant remedies to, any person or entity not a party hereto.
Consulting and Professional Services Agreement Page 3
Rev. 8/23
F. No portion of the work or services to be performed under this Contract shall be
assigned, transferred, conveyed or subcontracted without the prior written approval
of City. Contractor may use the services of independent contractors and
subcontractors to perform a portion of its obligations under this Contract with the
prior written approval of City. Independent contractors and subcontractors shall be
provided with a copy of this Contract and Contractor shall have an affirmative duty
to assure that said independent contractors and subcontractors comply with the same
and agree to be bound by its terms. Contractor shall be the responsible party with
respect to all actions of its independent contractors and subcontractors, and shall
obtain such insurance and indemnity provisions from its contractors and
subcontractors as City's Risk Manager shall determine to be necessary.
G. Contractor, at such times and in such form as City may require, shall furnish City
with such periodic reports as it may request pertaining to the wark or services
undertaken pursuant to this Contract, the costs or obligations incurred or to be
incurred in connection therewith, and any other matters covered by this Contract.
I-I. Contractor shall maintain accounts and records, including personnel, property and
financial records, adequate to identify and account for all costs pertaining to this
Contract and such other records as may be deemed necessary by City to assure proper
accounting for all project funds. These records shall be made available for audit
purposes to state and federal authorities, or any authorized representative of City.
Contractor shall retain such records for three (3) years after the expiration of this
Contract, unless prior permission to destroy them is granted by City.
I. Contractor shall perform all services required pursuant to this Contract in the manner
and according to the standards observed by a competent practitioner of Contractor's
profession. All products of whatsoever nature which Contractor delivers to City
pursuant to this Contract shall be prepared in a professional manner and conform to
the standards of quality normally observed by a person practicing the profession of
Contractor and its agents, employees and subcontractors assigned to perform the
services contemplated by this Contract.
J. All completed reports and other data or documents, or computer media including
diskettes, and other materials provided or prepared by Contractor in accordance with
this Contract are the property of City, and may be used by City. City shall have all
intellectual property rights including, but not limited to, copyright and patent rights,
in said documents,computer media,and other materials provided by Contractor. City
shall release, defend, indemnify and hold harmless Contractor from all claims, costs,
expenses, damage or liability arising out of or resulting from City's use or
modification of any reports, data, documents, drawings, specifications or other work
product prepared by Contractor, except far use by City on those portions of the City's
project for which such items were prepared.
Consulting and Professional Services Agreement Page 4
Rev. 8/23
K. Contractor, including its employees, agents,and subcontractors, shall not maintain or
acquire any direct or indirect interest that conflicts with the performance of this
Contract. Contractar shall comply with all requirements of the Political Reform Act
(Government Code § 8100 et seq.) and other laws relating to conflicts of interest,
including the following: 1) Contractor shall not make or participate in a decision
made by City if it is reasonably foreseeable that the decision may have a material
effect on Contractor's economic interest, and 2) if required by the City Attorney,
Contractor shall file financial disclosure forms with the City Clerk.
SECTION 5. INSURANCE
A. Unless modified in writing by City's Risk Manager, Contractor shall maintain the
following noted insurance during the duration of the Contract:
Covera�e Type Required Not Required
Commercial General Liability(CG-0001) X
($1,000,000)
per occurrence
($2,000,000)
general aggregate
Comprehensive Vehicle Liability(CA-0001) X - ($1,000,000)
Workers' Compensation and Employers' Liability X - ($1,000,000)
Professional Liability(Errors and Omissions) X
(Place an "x"in the appropriate box)
B. The following additional requirements apply to those coverage requirements
specified above:
l. Commercial General Liability Insurance shall include but not be limited to
bodily injury,personal injury and property damage. The coverage shall be for
the amounts not less than the amounts stated in Section S.A. of the Contract;
2. Comprehensive Automobile Liability Insurance, shall provide for at least the
total limits specified above as combined single limits per accident applicable
to all owned, non-owned and hired vehicles;
3. Both the Workers' Compensation and Employers' Liability policies shall
contain the insurer's waiver of subrogation in favor of City, its elected
officials, officers, employees, agents and volunteers;
Consulting and Professional Services Agreement Page 5
Rev. 8/23
4. Professional Liability (Errors and Omissions) Insurance shall be appropriate
to Contractor's profession, against loss due to error or omission or
malpractice.
5. The City does not accept insurance certificates or endorsements with the
wording "but only in the event of a named insured's sole negligence" or any
other verbiage limiting the insured's insurance responsibility.
6. For any category of insurance above as stated in Section S.A. of the Contract
with coverage amounts designated as "N/A," "$0," or "0," insurance of that
type is not required by this Contract.
C. Any deductibles or self-insured retentions must be declared to and approved by City.
At the option of the City,either: the insurer shall reduce or eliminate such deductibles
or self-insured retentions as respects the City, its elected officials, officers,
employees, agents and volunteers; or the Contractor shall procure a bond
guaranteeing payment of losses and related investigations, claims administration and
defense expenses.
D. The General Liability shall contain or be endorsed to contain the following
provisions:
1. City,its elected of�cials, of�cers, employees, and agents are to be covered as
additional insured as respects liability arising out of work or operations
performed by or on behalf of Contractor; premises owned, leased or used by
Contractor; or automobiles owned, leased, hired or borrowed by Contractor.
The coverage shall contain no special limitations on the scope of protection
afforded to City, its elected officials, officers, employees, agents and
volunteers.
2. The insurance coverage of Contractor shall be primary insurance as respects
City, its elected officials, officers, employees, agents and volunteers. Any
insurance or self-insurance maintained by City, its elected officials, officers,
employees,agents and volunteers,shall be in excess of Contractor's insurance
and shall not contribute with it.
3. Coverage shall state that the insurance of Contractor shall apply separately to
each insured against whom claim is made or suit is brought, except with
respect to the limits of the insurer's liability.
4. Each insurance policy required by this Contract sha11 be endorsed to state that
coverage shall not be canceled except after thirty (30) calendar days' prior
written notice has been given to City. In addition, Contractor agrees that it
shall not red�uce its coverage or limits on any such policy except after thirty
(30) calendar days' prior written notice has been given to City.
Consulting and Professional Services Agreement Page 6
Rev. 8/23
E. Insurance is to be placed with insurers with a current A.M. Best rating of no less than
A-VII.
F. Contractor shall designate the City of Redding, 777 Cypress Avenue, Redding, CA
96001 as a Certificate Holder of the insurance. Contractor shall furnish City with
certificates of insurance and original endorsements effecting the coverages required
by this clause. Certificates and endorsements shall be submitted electronically via the
PINS Advantage system.A link will be provided for the Contractor,or their insurance
agent, to enter and upload documents directly to PINS Advantage. The certificates
and endorsements for each insurance policy are to be signed by a person authorized
by the insurer to bind coverage on its behalf. All endorsements are to be received
and approved in PINS Advantage by the City's Risk Manager prior to the
commencement of contracted services. City may withhold payments to Contractor if
adequate certificates of insurance and endorsements required have not been submitted
as described above or provided in a timely manner.
G. The requirements as to the types and limits of insurance coverage to be maintained
by Contractor as required by Section 5 of this Contract, and any approval of said
insurance by City, are not intended to and will not in any manner limit or qualify the
liabilities and obligations otherwise assumed by Contractor pursuant to this Contract,
including, without limitation,provisions concerning indemnification.
H. If any policy of insurance required by this Section is a"claims made"policy,pursuant
to Code of Civil Procedure § 342 and Government Code § 945.6, Contractor shall
keep said insurance in effect for a period of eighteen(18)months after the termination
of this Contract.
I. If any damage, including death, personal injury or property damage, occurs in
connection with the performance of this Contract, Contractor shall immediately
notify City's Risk Manager by telephone at(530) 225-4068. No later than three (3)
calendar days af'ter the event, Contractor shall submit a written report to City's Risk
Manager containing the following information, as applicable: 1)name and address of
injured or deceased person(s); 2)name and address of witnesses; 3)name and address
of Contractor's insurance company; and 4) a detailed description of the damage and
whether any City property was involved.
SECTION 6. INDEMNIFICATION AND HOLD HARMLESS
A. Consistent with California Civil Code § 2782.8, when the services to be provided
under this Contract are design professional services to be performed by a design
professional, as that term is defined under Section 2782.8, Contractor shall, to the
fullest extent permitted by law, indemnify protect, defend and hold harmless, City,
its elected officials, officers, employees, and agents, and each and every one of them,
from and against all actions, damages, costs, liability, claims, losses, penalties and
Consulting and Professional Services Agreement Page 7
Rev. 8/23
expenses (including, but not limited to, reasonable attorney's fees of the City
Attorney or legal counsel retained by City, expert fees, litigation costs, and
investigation costs) of every type and description to which any or all of them may be
subjected by reason of, or resulting from, directly or indirectly, the negligence,
recklessness, or willful misconduct of Contractor, its officers, employees or agents in
the performance of professional services under this Contract, except when liability
arises due to the sole negligence, active negligence or misconduct of the City.
B. Other than in the performance of professional services by a design professional,
which is addressed solely by subdivision(A) of this Section, and to the fullest extent
permitted by law, Contractor shall indemnify protect, defend and hold harmless,
City, its elected officials, officers, employees, and agents, and each and every one of
them, from and against all actions, damages, costs, liability, claims, losses,penalties
and expenses (incl�uding, but not limited to, reasonable attorney's fees of the City
Attorney or legal counsel retained by City, expert fees, litigation costs, and
investigation costs) of every type and description to which any or all of them may be
subjected by reason of the performance of the services required under this Contract
by Contractor its officers, employees or agents in the performance of professional
services under this Contract, except when liability arises due to the sole negligence,
active negligence or misconduct of the City.
C. The Contractor's obligation to defend, indemnify and hold harmless shall not be
excused because of the Contractor's inability to evaluate liability. The Contractor
shall respond within thirty (30) calendar days to the tender of any claim for defense
and indemnity by the City, unless this time has been extended in writing by the City.
If the Contractor fails to accept or reject a tender of defense and indemnity in writing
delivered to City within thirty (30) calendar days, in addition to any other remedy
authorized by law, the City may withhold such funds the City reasonably considers
necessary for its defense and indemnity until disposition has been made of the claim
or until the Contractor accepts or rejects the tender of defense in writing delivered to
the City, whichever occurs first. This subdivision shall not be construed to excuse
the prompt and continued performance of the duties required of Contractor herein.
D. The obligation to indemnify, protect, defend, and hold harmless set forth in this
Section applies to all claims and liability regardless of whether any insurance policies
are applicable. The policy limits of said insurance policies do not act as a limitation
upon the amount of indemnification to be provided by Contractor.
E. City shall have the right to approve or disapprove the legal counsel retained by
Contractor pursuant to this Section to represent City's interests. City shall be
reimbursed for all costs and attorney's fees incurred by City in enforcing the
obligations set forth in this Section.
Consulting and Professional Services Agreement Page 8
Rev. 8/23
SECTION 7. CONTRACT INTERPRETATTON, VENiJ�E AND ATTORNEl' FEES
A. This Contract shall be deemed to have been entered into in Redding, California. All
questions regarding the validity, interpretation or performance of any of its terms or
of any rights or obligations of the parties to this Contract shall be governed by
California law. If any claim, at law or otherwise, is made by either party to this
Contract, the prevailing party shall be entitled to its costs and reasonable attorneys'
fees.
B. This document, including all exhibits, contains the entire agreement between the
parties and supersedes whatever oral or written understanding each may have had
prior to the execution of this Contract. This Contract shall not be altered, amended
or modified except by a writing signed by City and Contractor. No verbal agreement
or conversation with any official, officer, agent or employee of City, either before,
during or after the execution of this Contract, shall affect or modify any of the tern�s
or conditions contained in this Contract, nor shall any such verbal agreement or
conversation entitle Contractor to any additional payment whatsoever under the terms
of this Contract.
C. No covenant or condition to be performed by Contractor under this Contract can be
waived except by the written consent of City. Forbearance or indulgence by City in
any regard whatsoever shall not constitute a waiver of the covenant or condition in
question. Until performance by Contractor of said covenant or condition is complete,
City shall be entitled to invoke any remedy available to City under this Contract or
by law or in equity despite said forbearance or indulgence.
D. If any portion of this Contract or the application thereof to any person or circumstance
shall be invalid or unenforceable to any extent, the remainder of this Contract shall
not be affected thereby and shall be enforced to the greatest extent permitted by law.
E. The headings in this Contract are inserted for convenience only and shall not
constit�ute a part hereof: A waiver of any party of any provision or a breach of this
Contract must be provided in writing, and shall not be construed as a waiver of any
other provision or any succeeding breach of the same or any other provisions herein.
F. Each Party hereto declares and represents that in entering into this Contract, it has
relied and is relying solely upon its own judgment, belief and knowledge of the
nature, extent, effect and consequence relating thereto. Each Party further declares
and represents that this Contract is made without reliance upon any statement or
representation not contained herein of any other Party or any representative, agent or
attorney of the other Party. The Parties agree that they are aware that they have the
right to be advised by counsel with respect to the negotiations, terms, and conditions
of this Contract and that the decision of whether or not to seek the advice of counsel.
with respect to this Contract is a decision which is the sole responsibility of each of
the Parties. Accordingly, no party shall be deemed to have been the drafter hereof,
Consulting and Professional Services Agreement Page 9
Rev. 8/23
and the principle of law set forth in Civil Code § 1654 that contracts are construed
against the drafter shall not apply.
G. Each of the Parties hereto hereby irrevocably waives any and all right to trial by jury
in any action, proceeding, claim or counterclaim, whether in contract or tort, at law
or in equity, arising out of or in any way related to this Agreement or the transactions
contemplated hereby. Each Party further waives any right to consolidate any action
which a jury trial has been waived with any other action in which a jury trial cannot
be or has not been waived.
I-I. In the event of a conflict between the term and conditions of the body of this Contract
and those of any exhibit or attachment hereto, the terms and conditions set forth in
the body of this Contract proper shall prevail. In the event of a conflict between the
terms and conditions of any two or more exhibits or attachments hereto, those
prepared by City shall prevail over those prepared by Contractor.
SECTION 8. SURVIVAL
The provisions set forth in Sections 3 through 7, inclusive, of this Contract shall survive
termination of the Contract.
SECTION 9. COMPLIANCE WITH LAWS -NONDISCRIMINATION
A. Contractor shall comply with all applicable laws, ordinances and codes of federal,
state and local governments.
B. In the performance of this Contract, Contractor shall not discriminate against any
employee or applicant for employment because of race, color, ancestry, national
origin,religious creed, sex, sexual orientation, disability, age, marital status,political
affiliation, or membership or non-membership in any organization. Contractor shall
take affirmative action to ensure applicants are employed and that employees are
treated d�uring their employment without regard to their race,color, ancestry,national
origin,religious creed, sex, sexual orientation, disability, age, marital status,political
affiliation, or membership or non-membership in any organization. Such actions
shall include,but not be limited to,the following: employment,upgrading, demotion
or transfer,recruitment or recruitment advertising, layoff or termination, rates of pay
or other forms of compensation and selection for training.
SECTION 10. REPRESENTATIVES
A. City's representative for this Contract is Kevin Steele, telephone number (530) 245-
7147, email address ksteele@cityofredding.org. All of Contractor's questions
pertaining to this Contract shall be referred to the above-named person, or to the
representative's designee.
Consulting and Professional Services Agreement Page 10
Rev. 8/23
B. Contractor's representative for this Contract is Terry Tuttle, telephone number(530)
222-6369, email address peerlessnorth@yahoo.com. All of City's questions
pertaining to this Contract shall be referred to the above-named person.
C. The representatives set forth herein shall have authority to give all notices required
herein.
SECTION 11. NOTICES
A. All notices,requests, demands and other communications hereunder shall be deemed
given only if in writing signed by an authorized representative of the sender(may be
other than the representatives referred to in Section 10) and delivered by e-mail,with
a hard copy mailed first class,postage prepaid;or when sent by a courier or an express
service guaranteeing overnight delivery to the receiving party, addressed to the
respective parties as follows:
To City: To Contractor:
Building Maintenance Peerless Building Maintenance
777 Cypress Ave. 4665 Mountain Lakes Blvd
Redding, CA 96001 Redding, CA 96003
B. Either party may change its address for the purposes of this paragraph by giving
written notice of such change to the other party in the manner provided in this Section.
C. Notice shall be deemed effective upon: 1)personal service; 2)two calendar days after
mailing or transmission by facsimile, whichever is earlier.
SECTION 12. AUTHORITY TO CONTRACT
A. Each of the undersigned signatories hereby represents and warrants that they are
authorized to execute this Contract on behalf of the respective parties to this Contract;
that they have full right, power and lawful authority to undertake all obligations as
provided in this Contract; and that the execution, performance and delivery of this
Contract by said signatories has been fully authorized by all requisite actions on the
part of the respective parties to this Contract.
B. When the Mayor is signatory to this Contract, the City Manager and/or the
Department Director having direct responsibility for managing the services provided
herein shall have authority to execute any amendment to this Contract which does
Consulting and Professional Services Agreement Page 11
Rev. 8/23
not increase the amount of compensation allowable to Contractor or otherwise
substantially change the scope of the services provided herein.
SECTION 13. EFFECTIVE DATE OF CONTRACT
The effective date of this Contract ("Effective Date") shall be the date it is signed by City.
Consulting and Professional Services Agreement Page 12
Rev. 8/23
IN'�ITNESS WHE C)F, Cityand Cc�ntractar hav��xecuted this Contract on the days and year
set forth below:
CQNT T
' f'
Dat+ed; � �� ,2�-`J r✓ ..,.. m�s����
__ _�Terry ut�le
Tax ID Nc�,;26-20483I1
CITY OF REDDING,
A Municipal Corporatic�n
Dated: , 2d'
�y.
ATTEST: APPRCI►VED A.S TO FORM.
Sharlene Tipton, City Clerk Christian M. Curtis, City Attarney
Consulting and 1'rafessional Services Agreement, Page 14
Rev. 8/23
�- fi�
�� �3 �„ � �
v v . �' ea "�-+R
6+sildin��Vtatntenance��s:
�:.i+,}�ofI't4cic',iii�-Scltecll7le��5�'? �Itfl'B' 1 �
�+Ct'1�£'O��t7i'�i
(p[t ELIT'3'C'i�i4'I`ttClL,,��ill Sl'!'Lit1'15lt3;\
C'�eriess 331<!g.i�iaitit.Company a�rees to exercise cJue ciilig�uce iii t(ie sui�ei�visipu aiid ee�iilae inspectio�l of tlte�remises�ncl tl7att`:iis
S��pervisiorl�vill inc(ude in�at•t:
A: 5upervisQrs to owe�•see all ['cei-less �[aiiitenance personfle[,a��iil �1��, sciieciule. pr�anize, pre:}aare wt�ck scheclule, 1nd pei'form all
dutie��secessai�y t���econxplis!5 s�ec�fiecl 4vark 4vith anaxii�iuu�eFficieatcy�,
E3. 1aniCor's k�-ritEen�vork assi�nrneiit s!}eetsshc3lf be posted at each ioc<<ti�n:
t`-. Peri6�tic g���tie repotts af each assigrretl jainitoe to sttii�rulate his intcr�st anci pr•id�:in his i�ock.
D: Ploor wvaxiisg',vilf be�lone l�y em�loyees of Peerl�ss�vho h���e no otliet�cluties but chvse w�4eing services ta perfortu,a�ici�F=ho thez•eb�%
ele��ate tl�e�p�rearatice af Cl�e flaors Co d}�tilnuiti quality and ena#�le the�t7 t�t b�ke�rt i�1 this co�t�iti�n by regtilar�na�nt€tiance.
E. tk 24-l�aur�er c!ay,an-call teleptione servic�s�aEi be t�e�at,�nci a s�:rpervist�r shall be�vailabl�aiiy ti�i�e�lay ar ni�(�t t�ccme t� the
sGrt�i�ec��cetnises.as is nee�i::d.
F. C�ur field su�ervist���s, a. oFten a� unce P�r�ive�k duri�rg t�ie l�aur� the j3nitors a:e ae'tivork, shall ��is�ke'u�taim�au;tcet{,unsi:iieci�t{i�
ii�spectit�n coui•s.
G. linannouttced,unscheduled ins�ect�on toiirs shall be made by Peerless n�aa��e�y�ent at in�etdals sufficiently fre�uent ro mai:�ta1.^, tlie
quality af a[1 tasks p�cf'�.mecl l3j>'their etnplc�yees.This is da�ie cturit�g Yhe c(aytime ltoi�rs and if{�ossiate;�vith�re�+r�s,.ntattivg c,f thc
City oCRetltii���.
r��sc���v�z cfee����.�ric�
A(t persnnnei assigned by P�ertess Building �Iauitenance Comp�ny far the perfortnance af cantract requirerr��nts s;ia([be screerted fo[-
aUitit��ae�d reliabiCity in this tvpe af cvc�rk..
.tAN[T(312S'. Will p�rfortn ali'cleairin�duties associatecC tivith narmal affice�uilctin�ctcatting in
accarciance�vitl�contractual ob(igations ancl speciFrcaticrns.
t'ERS4Pr`EL CEIANGEfi; F'eetless Supe�v�sor tivilS ca�ttact City of Reddi7g tc�intorm uf'any pecsonnei changzs as neeciett:
['FLC7POSEb.IA�+(T�R►AL
STAFF ML�v[BL"CtS: !5 Ei;sptoyees,To be dcterm;ne�l:
YEARS I�i BUSfNESS; Peerl�:ss has op�rat�d in the Rec3dtng area since 19$�.
Peertess$(dg: Maint. Cnmpany emptoyees shall be required to corFrpty ���idi all instructic�n �Se�taining ta Uuilding regw3ations`vhicli
are noc in eff`ect ar�vhich agay l�e issued in khe Future by the City oE Redding„ Peerless shal!be responsibie to see thak ail of their
personnel con�iuct tl�etnse(ves in a mannec�vl�ieli will reflect tl�e�lignity, the secc�rity and the l�est interest of the City af Itc�icliflg,
Peerless,and titemsetves:
a �
�'.. .._.,. :, :�:: .�ar-.�`,�. . ...
���-;,�,���,�,L��gn���¶��� BuiLdin�Maintenance Ca.
Exhibit B-Itemized Price List
Pro�3osal Grou�i l -Various Locations
# Location
Monthly Rate Effective Annuat Rate
07/01/2Q25 Q7/01/2025 to 06/30/2027
1 MartinLutherKingJrCenter/DayCare $ 1,425.00 $ 17,100.OQ
2 Teen Center $ 371.OQ $ 4,452.00
3 Caldwell Recreation Center $ 566.25 $ 6,795.00
4 Enterprise Community Room $ 654.00 $ 7,848.00
5 Old CityHall $ 1,281.Q0 $ 15,372.00
6 Clear Creek Wastewater Plant $ 1,068.00 $ 12,816.OQ
' 7 Stillwaterwastewater Plant $ 965.00 $ 11,580.40
8 foothill Water Treatment Plant $ 380.00 $ 4,560.00
9 Buckeye Water Treatment Pla nt $ 435.00 $ 5,220.00
1Q Redding Power Plant $ 2,247.00 $ 26,964.00
11 West Gentral Landfill $ 275.00 $ 3,300.00
12 REU-Avkech Facility $ 3,890.00 ; $ 46,68Q.00
13 The Carter House, NVAL $ 22Q.Q0 $ 2,640.00
Total $ 13,777.25 $ 165,327.00
4665 JV�ountain Lakes Blvd. • Redding�CA 96003
(530) zzz-6369 • Fax �S3o) zzz-6393
Buildin�Maintenance Co.
Exhibit B—Itemized Price List
Pro�t��al Grou� II -Cflr��rate Yard and Transfer Station
# Location
Monthly Rate Effective Annual Rate
07/01/2025 07/U1/2Q25to 06/30/2027 '
1 Fleet Ma i ntena nce $ 527.30 $ 6,327.60 `
2 Reding Electric Utility $ 688.16 $ 8,257.92 -
3 Industrial Waste $ 191.84 $ 2,302.08
4 ElectricalTechArea $ 383.33 $ 4,599.96 '
5 Redding Manicupal Utilities $ 1,154.91 $ 13,858.92 >
6 RMU West Wing $ 438.24 $, 5,25$.88
J South Restroom $ 170.50 $ 2,046.00 ;
8 Training Room $ 206.98 $ 2,483.76
9 Parks $ 434.02 $ 5,208.24
Solid WasteTransfer/Recycle FaclityAdministration/Staff
10 Bu i ld i ng $ 1,643.44 $ 19,721.28
Solid Waste Transfer/Recycle Faclity Line Worker
11 Breakroom $ 887.00 $ 10,644.00
o ta l $ 6,725.72 $ 80,708.64
Building Maintenance Co.
Exh�bit B-ltemized Price List
Proposal Grou� III -City of Reddin�Civic Center 777 C� ress Avenue
# Location Monthly Rate Effective Annual Rate
07/01/2025 07/01/2025 to 06/30/2027
1 Council Chambers/Communi Room $ 663.38 $ 7,960.56
2 Trash Compactor $ 140.00 $ 1,680.00
3 All Stairwells-Main, East,West $ 145.50 $ 1,746.00
4 Second Floor Patiu $ 140.00 $ - 1,680.00
5 FirstFloor $ 3,364.06 $ 40,368.72
6 Second Floor $ 1,272.54 $ 15,270.48
7 Third Floor $ 2,363.11 $ 28,357.32 `
8 All Conference Rooms $ 329.12 $ 3,949.44
Tatal $ 8,417.71 $ 101,012.52
GRANDTOTAL $ 347,048.16 '
Peerless Building Maintenance Inc.agrees to furnish to the City of Redding,California, at the prices quoted in Exhibit B=
Itemized Price List; pages 1-3, in accordance with the specifications and general conditions on file in the office of the
Purchasing Division of the City of Redding, reference Janitorial Services—Schedule 5589
The prices quoted herein are firm, and are not subject to change.The City reserves the right to reject any or all
proposals.
4665 Mountain Lakes BLVD PePrless B�!ilding Maintenance lnc.
Mailing Address Corporate Name of Proposer
Redding, Ca 96003 Terry Tuttle CFO
City,State &Zip Print Name and Title
530-222-6369 530-222-6393 peerlessnorth@yahoo.com
.�
Telephone / Fax Email Address
City of Redding Business License Number: 7560