HomeMy WebLinkAboutUniversal Building Maintenance LLC; 2021-04-20; PSA21-1447FACDocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
AGREEMENT FOR CITYWIDE FACILITY CUSTODIAL MAINTENANCE SERVICES
UNIVERSAL BUILDING MAINTENANCE, DBA ALLIED UNIVERSAL JANITORIAL
SERVICES
THIS AGREEMENT is made and entered into as of the 20th day of
April , 2021 but effective July 1, 2021, by and between the City of
Carlsbad, a municipal corporation, ("City"), and Universal Building Maintenance, LLC, a California
limited liability company, d.b.a Allied Universal Janitorial Services, ("Contractor").
RECITALS
A.City requires the professional services of a consultant that is experienced in
custodial services.
B.Contractor has the necessary experience in providing professional services and
advice related to custodial services.
C.Contractor has submitted a proposal to City under RFP2171378FAC and has
affirmed its willingness and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1.SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", Exhibit "B" and Exhibit "C", which is
incorporated by this reference in accordance with this Agreement's terms and conditions.
2.STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment while
exercising its professional skill and expertise.
3.TERM
The term of this Agreement will be effective for a period of two (2) years beginning July 1, 2021.
The City Manager may amend the Agreement to extend it for two (2) additional two (2) year
periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's
performance, City needs, and appropriation of funds by the City Council. The parties will prepare
a written amendment indicating the effective date and length of the extended Agreement.
4.TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
6. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term will not
exceed six hundred eleven thousand one hundred thirteen dollars and fifty-six cents
($611,113.56) per Agreement year. Compensation during the second Agreement term may be
adjusted by amending the Agreement for an amount equal to the San Diego Consumer Price
Index (CPI) but shall not to exceed 2% per Agreement year. If the City elects to extend the
Agreement beyond the initial two-year term, the total fee payable for services during any
subsequent Agreement year shall not exceed the compensation established during the previous
Agreement year plus a CPI increase not to exceed 2%.
City Attorney Approved Version 6/12118
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
6.STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be
under control of City only as to the result to be accomplished but will consult with City as
necessary. The persons used by Contractor to provide services under this Agreement will not be
considered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. City will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be
required to pay any workers' compensation insurance or unemployment contributions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty
(30) days for any tax, retirement contribution, social security, overtime payment, unemployment
payment or workers' compensation payment which City may be required to make on behalf of
Contractor or any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election, City may deduct the indemnification amount from any balance
owing to Contractor.
7.SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically
noted to the contrary in the subcontract and approved in writing by City.
8.OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
9.INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorney's
fees arising out of the performance of the work described herein to the extent caused by any
negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone
directly or indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes of this section, and that this
section will survive the expiration or early termination of this Agreement.
10.INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property which may
arise out of or in connection with performance of the services by Contractor or Contractor's
agents, representatives, employees or subcontractors. The insurance will be obtained from an
insurance carrier admitted and authorized to do business in the State of California. The insurance
City Attorney Approved Version 6/12/18
2
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
carrier is required to have a current Best's Key Rating of not less than "A-:VI I"; OR with a surplus
line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating
in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by
the National Association of Insurance Commissioners (NAIC) latest quarterly listings report.
10.1 Coverage and Limits.
Contractor will maintain the types of coverage and minimum limits indicated below, unless the
Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage
will not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits of the
insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate,
Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense. The full limits available to the named insured shall also be available
and applicable to the City as an additional insured.
10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an
"occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per
occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply
separately to this project/location or the general aggregate limit shall be twice the required
occurrence limit.
10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work
for City). $2,000,000 combined single-limit per accident for bodily injury and property damage.
10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as
required by the California Labor Code. Workers' Compensation will not be required if Contractor
has no employees and provides, to City's satisfaction, a declaration stating this.
10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's
profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a
period of five years following the date of completion of the work.
10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
10.2.1 The City will be included as an additional insured to the extent of the Contractor's
indemnification obligations under Section 9 above and up to the required insurance coverage
amount on Commercial General Liability which shall provide primary coverage to the City.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which
will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and any extensions
of it and will not be canceled without thirty (30) days prior written notice to City sent by certified
mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach or may purchase
City Attorney Approved Version 6/12/18
3
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
replacement insurance or pay the premiums that are due on existing policies in order to maintain
the required coverages. Contractor is responsible for any payments made by City to obtain or
maintain insurance and City may collect these payments from Contractor or deduct the amount
paid from any sums due Contractor under this Agreement.
10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete
and certified copies of any or all required insurance policies and endorsements.
11.BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12.ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will 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.
13.OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14.COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
15.NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on
behalf of City and on behalf of Contractor under this Agreement.
For City
Name Brian Bacardi
Title Public Works Superintendent
For Contractor
Name Shawn DeYoung
Title Project Manager
Department Public Works Address 10680 Treena Street
City of Carlsbad
Address 405 Oak Ave.
San Diego, CA 92131
Phone No. 619-275-7000
Carlsbad, CA 92008 Email Shawn.DeYoung@aus.com
Phone No. 760-434-2944
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
City Attorney Approved Version 6/12/18
4
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC •
16.CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report
investments or interests in all categories.
YesE No Ei
17.GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations
which in any manner affect those employed by Contractor, or in any way affect the performance
of the Services by Contractor. Contractor will at all times observe and comply with these laws,
ordinances, and regulations and will be responsible for the compliance of Contractor's services
with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are
required by this Agreement.
18.DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
19.DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not otherwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be forwarded to both parties
involved along with recommended methods of resolution, which would be of benefit to both
parties. The representative receiving the letter will reply to the letter along with a recommended
method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The
City Manager will consider the facts and solutions recommended by each party and may then opt
to direct a solution to the problem. In such cases, the action of the City Manager will be binding
upon the parties involved, although nothing in this procedure will prohibit the parties from seeking
remedies available to them at law.
20.TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the work or services contemplated
by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon
notification of termination, Contractor has five (5) business days to deliver any documents owned
by City and all work in progress to City address contained in this Agreement. City will make a
determination of fact based upon the work product delivered to City and of the percentage of work
that Contractor has performed which is usable and of worth to City in having the Agreement
completed. Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering ninety (90) days written notice to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will assemble the work product and
put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work
performed to the termination date; however, the total will not exceed the lump sum fee payable
City Attorney Approved Version 6/12/18
5
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
under this Agreement. City will make the final determination as to the portions of tasks completed
and the compensation to be made.
21.COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or violation
of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion,
to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the
fee, commission, percentage, brokerage fees, gift, or contingent fee.
22.CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation
of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is
submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.,
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement for
a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is
grounds for City to terminate this Agreement.
23.JURISDICTION AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
24.SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor
and their respective successors. Neither this Agreement nor any part of it nor any monies due or
to become due under it may be assigned by Contractor without the prior consent of City, which
shall not be unreasonably withheld.
25.ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along
with the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms
of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions
may be amended, modified, waived or discharged except in a writing signed by both parties.
III
III
City Attorney Approved Version 6/12/18
6
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
26.LIMITATION OF LIABILITY
Anything to the contrary notwithstanding, under no circumstances will either party be liable to the
other party for consequential, incidental, indirect or punitive damages, or for lost profits.
27.FORCE MAJEURE
No failure or omission by either party in the performance of any obligation under this contract
(except for payment obligations) will be deemed a breach of this contract by such party or create
any liability on the part of such party for damages or otherwise, if the same shall arise from any
cause or causes beyond the control of such party, including but not limited to the following: acts
of God, war, riot, insurrection, rebellion, fire, earthquake, flood, storm, disease, epidemic,
pandemic, quarantine or governmental orders, acts or restrictions. The afflicted party shall notify
the other party of such force majeure circumstances as soon as reasonably practical and shall
promptly undertake all commercially reasonable efforts necessary to cure such force majeure
circumstances.
City Attorney Approved Version 6/12/18
7
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
28. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority
to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR CITY OF CARLSBAD, a municipal
Universal Building Maintenance, LLC, a corporation of the State of California
California limited liability company, d.b.a
Allied Universal Janitorial Services
By: By: Au& "Lim
(sign here)
Mark Olivas, President
Matt Hall, Mayor
(print name/title)
ATTEST:
By:
(sign here)
(print name/title)
for Barbara Engleson, City Clerk
If required by City, proper notarial acknowledgment of execution by contractor must be attached.
If a corporation, Agreement must be signed by one corporate officer from each of the following
two groups.
Group A Group B
Chairman, Secretary,
President, or Assistant Secretary,
Vice-President CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY:
Assistant City Attorney
City Attorney Approved Version 6/12/18
8
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
EXHIBIT "A"
TERMS OF SERVICES AND FEES
Buildings
Location Approx. Days of Service Service Minimum Monthly
Sq. Ft. service window
hours per
day*
Cost ($)
Alga Norte Community 14,078 Su-Sa (7) 7pm-5am Cleaning 5 $3,714.45
Center
6565 Alicante Rd.
(See special
instructions)
(snack bar and equipment
rooms not included)
2pm-3pm Maintenance 1 $742.89
Communications Office 1,843 Mo-Fr (5) 6pm-6am Cleaning 1 $536.36
2955 Elmwood Ave
Calavera Community 19,471 Su-Sa (7) 9pm-7am Cleaning 3 $2,480.41
Center
2pm-3pm Maintenance 0.75 $620.10
2997 Glasgow Dr.
Cole Library 25,033 Sa (1) 5prn-9.am Weekend 3.5 $484.12
Service
12pm Maintenance 0.5 $69.16
2:30pm Maintenance 0.5 $69.16
Su (1) 5pm-9am Weekend 3.5 $484.12
Service
2:30pm Maintenance 0.5 $69.16
Mo-Fr (5) 5pm Maintenance 0.5 $345.80
7pm Maintenance 0.5 $345.80
Dove Library 73,537 Sa (1) 5pm-9am Weekend 6 $719.92
Service
11am Maintenance 1.5 $269.97
2:30pm Maintenance 1.5 $269.97
Su (1) 5pm-9am Weekend 6 $719.92
Service
2:30pm Maintenance 1.5 $269.97
Mo-Fr (5) 3:30pm-
7:30pm
4 hour
maintenance
shift
4 $3,599.99
Faraday Center 68,000 Sat/Sun No
restriction
Weekend
Service
16 total $3,110.08
Fleet Maintenance 1,000 Mo-Fr (5) 8am-4pm Cleaning 1.5 $759.67
2480 Impala Dr (est)
Break room, restrooms,
offices. Hand wash station
Harding Community
Center
7,739 Mo-Fr (5)
Sa/Su (2)
9pm-7am
lam-8am
Cleaning 3 $2,216.98
Auditorium and Rec Hall
3096 Harding Street
City Attorney Approved Version 6/12/18
9
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
Harding Community 2,669 Mo-Fr (5) . 6pm-6am Cleaning 1.5 $797.15
Center
Sa/Su (2) 6pm-6am Maintenance 1 $212.57
Office and Reception
3096 Harding Street .
Holiday Park -Holiday 822 Mo-Fr (5) 6pm-6am Cleaning 1 $513.44
House
3235 Eureka Place
Seasonal — Est. 5 mo/year
Holiday Park 1,226 Mo-Fr (5) 6pm-6am Cleaning 1 $522.21
Kruger House
3215 Eureka Place
Holiday Park 2,144 Mo-Fr (5) 9pm-6am Cleaning 1 $543.12
Scout House
3225 Eureka Place
Leo Carrillo Ranch 3,286 Fri (1) 9am-2pm Cleaning 2 $280.87
Hacienda/Diedies House
6200 Flying LC Lane
(see special
instructions)
Leo Carrillo Ranch
Su-Sa 6am-9am Clean patios 1 $983.06
Patios at Hacienda
Courtyard & side yard.
(7)
Sweep and
mop
Caretakers — front porch &
rear courtyard.
Leo Carrillo Ranch 1,200 Mo-Fr 9am-4pm Cleaning 1.5 $715.01
Visitors Center,
6200 Flying LC Lane
(5)
(see special
instructions)
Leo Carrillo Ranch 4,474 Fri (1) 6am- Cleaning 1 $837.68
Stables, Carriage House
6200 Flying LC Lane
8:30am (see special
instructions)
Leo Carrillo Ranch 1,660 Fri (1) 9am-4pm Cleaning 1
Caretakers House
6200 Flying LC Lane
(see special
instructions)
$144.72
Leo Carrillo Ranch 683 Su-Sa 6am-9am Cleaning 2.5 $124.13
Restrooms (est) (7)
Caretakers House (2)
Chicken Coop (6)
Hacienda (2)
Library Learning Center 11,393 Mo- 9pm-6am Cleaning 2.5 $1,718.88
3368 Eureka Place
Sa(6)
Magee Park 2,416 Th, Mo (2) 8pm-6am Cleaning 2 $454.43
Magee House
258 Beech Ave
Magee Park 1,442 Mo-Fr (5) 9pm-7am Cleaning 1.5 $2,075.59
Heritage Hall
Sa/Su (2) lam-8am Cleaning 1.5
2650 Garfield Street
Magee Park 572 Mo-Fr (5) 9pm-7am Cleaning 0.75 $386.70
Granary
2659 Garfield Street
(see special
instructions)
Monroe Pool 2,665 Su-Sa (7) 9pm-6arri Cleaning 3 $2,103.05
3401 Monroe St
12pm-lpm Maintenance 0.75 $525.76
City Attorney Approved Version 6/12/18
10
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
Municipal Water District
5950 El Camino Real
14,000
(est)
Mo-Fr (5) 6pm-6am Cleaning 3 $1,778.29
Parks Administration 3,292 Mo-Fr (5) 6pm-6am Cleaning 2 $1,053.37
1166 Carlsbad Village Drive
Pine Community Center 18,000 Mo-Fr (5) 6pm Maintenance 0.75 $467.03
3209 Harding St
Sa-Su (2) 9pm-7am Weekend
service
3 $1,868.10
10:30am Maintenance 0.75 $560.43
1pm Maintenance 0.75
3:30pm Maintenance 0.75
Railroad Depot 1,566 Su-Sa 6pm-6am Cleaning 2 $1,400.80
400 Carlsbad Village Drive
(7)
Senior Center 31,895 Mo-Fr (5) 6pm Maintenance 0.75 $819.49
799 Pine Ave
Sa-Su (2) 9pm-7am Weekend
service
3 $1,311.18
10:30am Maintenance 0.75 $983.39
1pm Maintenance 0.75
3:30pm Maintenance 0.75
Stagecoach Community 18,268 Su-Sa (7) 9pm-7am Cleaning 3 $2,961.57
Center
Holidays 2pm Maintenance 0.75
3420 Camino de los
Coches
Streets and Facilities 7,668 Mo-Fr 6pm-6am Cleaning 3 $1,636.11
Admin
(5)
405 Oak Ave
Estimated Cost per Monthly
Extra work as needed hours per
month
hour cost ($)
Extra Clean Up - If restroom requires full cleaning during 20 $25.00 $500.00
maintenance call. Contractor to advise Contract Administrator
of details and hours on the next business day.
Emergency Call Out — minimum 2 hours on site. Must be 10 $25.00 $250.00
coordinated with City representative.
Special Events - Location and scope as directed. 20 $25.00 $500.00
Administrator to provide 2 weeks' notice
Total Monthly Rate $50,926.13
Total Annual Rate $611,113.56
Cleaning service must take place during the specified shift before each day of operation. For
example, service for Monday should take place on Sunday night/Monday morning.
* Minimum labor hours at each building is for the daily service only. Hours specified is
the minimum required, but in order to meet specified standards more time may be
needed. Maintenance and periodic service is not factored into these estimates.
Maintenance service time is approximate, but service must occur 30 minutes either side
of the specified time.
City Attorney Approved Version 6/12/18
11
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
GENERAL SPECIFICATIONS
1. DEFINITIONS
Whenever the following terms are used in this agreement, they shall have the following
meaning:
a.AGREEMENT ITEM — Individual items of work in the CONTRACTOR'S Proposed Cost
of Service Chart at an agreed price for the work.
b.CITY - The CITY of Carlsbad.
c.CITY MANAGER - The fully appointed CITY MANAGER of the CITY or his authorized
representative.
d.CONTRACT ADMINISTRATOR — The Deputy City Manager of Public Works' designee
for awarding and administering the CONTRACTOR'S work under this agreement.
e.CONTRACTOR - The managing individual of the contracting entity or his authorized
employees or representatives.
f.PERIODIC INSPECTION — Routinely scheduled or randomly noticed inspection or audit
conducted by CITY.
9. PUBLIC WORKS MANAGER - The CITY official designated as the Public Works Manager,
or any of their authorized representatives.
2. STANDARDS OF WORK AND CONTRACTOR RESPONSIBILITY
a.All city facilities shall be serviced in a professional, workmanlike manner using quality
equipment and materials
b.CONTRACTOR shall provide at its expense all labor, materials, equipment, tools,
services and special skills necessary for the provision of custodial maintenance
services, except as otherwise specified hereinafter. The premises shall be maintained
to the standards specified in Exhibit B at no less than the frequencies set forth herein.
c.CONTRACTOR is hereby required to render and provide custodial maintenance
services including, but not limited to; dusting, wiping, polishing, mopping, buffing,
vacuuming, sweeping, strip & waxing and cleaning offices, removing trash and
recycling, cleaning hallways, meeting rooms, building restrooms and all other
maintenance required to maintain the areas included in this CONTRACT in
accordance with specified schedules and standards.
d.CONTRACTOR shall be available for On Call / Emergency Call Back for any cleanings
needs at any CITY owned facilities. Response time shall be no more than two (2) hours
and paid at the rate listed in the CONTRACTOR'S Bid Proposal.
e.CONTRACTOR shall report to the CONTRACT ADMINISTRATOR all observations of:
graffiti and other vandalism; illegal activities; transients; missing or damaged
equipment or signs; hazards or potential hazards, including burnt out light fixtures
City Attorney Approved Version 6/12/18
12
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
within twenty-four (24) hours. Failure to report these issues will be treated as a
complaint (see section 5c).
f.The following is an excerpt from Senate Bill 20, Displaced Janitor Opportunity Act.
Labor Code Section 1060-1065
"1061.(b) (1) A successor contractor or successor subcontractor shall retain, for a
60-day transition employment period, employees who have been employed by the
terminated contractor or its subcontractors, if any, for the preceding four months
or longer at the site or sites covered by the successor service contract unless the
successor contractor or successor subcontractor has reasonable and
substantiated cause not to hire a particular employee based on that employee's
performance or conduct while working under the terminated contract..."
g.By signing and/or authorizing this bid submittal, the CONTRACTOR acknowledges
that they have read and understood the meaning, intent and requirements of said Act;
and acknowledges said Act is included as part of this bid and the CONTRACTOR will
be required to abide by the terms of said Act.
Specifications showing general outline and details necessary for a comprehensive
understanding of the work, form a part of the Contract Documents. All work under the
Contract Documents shall be performed in all respects in strict compliance with the
requirements of the specifications set forth. The specifications and all other provisions of
the Contract Documents are essential parts of the CONTRACT and a requirement
occurring in one is binding as though occurring in all.
3. FACILITIES TO BE MAINTAINED
The facilities to be maintained under the provisions of this CONTRACT are as follows:
Buildings
Location Est. Sq. Ft
Alga Norte Community Center
6565 Alicante Rd.
(snack bar and equipment rooms not included)
14,078
Communications Office
2955 Elmwood Ave
1,843
Calavera Community Center
2997 Glasgow Dr. 19,471
Cole Library
1250 Carlsbad Village Dr. 25,033
Dove Library
1775 Dove Ln. 73,537
City Attorney Approved Version 6/12/18
13
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
Faraday Center
1635 Faraday Ave 68,000
Fleet Maintenance
2480 Impala Dr
Break room, restrooms, offices. Hand wash station
1,000
(es t)
Harding Community Center
Auditorium and Rec Hall
3096 Harding Street
7,739
Harding Community Center
Office and Reception
3096 Harding Street
2,669
Holiday Park
Holiday House
3235 Eureka Place
822
Holiday Park
Kruger House
3215 Eureka Place
1,226
Holiday Park
Scout House
3225 Eureka Place
2,144
Leo Carrillo Ranch
Hacienda/Diedies House
6200 Flying LC Lane
3,286
Buildings +
patios
Leo Carrillo Ranch
Visitors Center
6200 Flying LC Lane
1,200
Leo Carrillo Ranch
Stables, Carriage House
6200 Flying LC Lane
4,474
Leo Carrillo Ranch
Caretakers House
6200 Flying LC Lane
1,660
+ Patio and
porch
Leo Carrillo Ranch
Restrooms
6200 Flying LC Lane
Caretakers House (2)
Chicken Coop (6)
Hacienda (2)
683 (est)
Library Learning Center
3368 Eureka PI 16,193
City Attorney Approved Version 6/12/18
14
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
Magee Park
Magee House
258 Beech Ave
2,416
Magee Park
Heritage Hall
2650 Garfield Street
1,442
Magee Park
Granary
2659 Garfield Street
572
Monroe Pool
3401 Monroe St 2,665
Municipal Water District
5950 El Camino Real 14,000 (est)
Parks Administration
1166 Carlsbad Village Drive 3,292
Pine Community Center
3209 Harding St 18,000
Railroad Depot
400 Carlsbad Village Drive 1,566
Senior Center
799 Pine Ave
31,895
Stagecoach Community Center
3420 Camino de los Coches 18,268
Streets and Facilities Admin
405 Oak Ave 7,668
a. CONTRACTOR acknowledges personal inspection of the sites and the surrounding
areas and has evaluated the extent to which the physical condition thereof will affect
the services to be provided. CONTRACTOR accepts the premises in their present
physical condition and agrees to make no demands upon CITY for any improvements
or alterations thereof.
City Attorney Approved Version 6/12/18
15
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
4. PAYMENT AND INVOICES
a.The CONTRACTOR shall present monthly invoices for all work performed during the
preceding month. Said invoice shall include all required reports and line item invoicing
for products used to service this Contract as specified hereinafter. The invoice shall
be submitted on or before the fifth (5th) day of each month in the amount of the
compensation to be paid by the CITY for all services rendered by the CONTRACTOR
under the terms and conditions of this Contract. Said payment shall be made within
thirty (30) days upon receiving the invoices, providing that all work performed during
the preceding month has been inspected and accepted by the CONTRACT
ADMINISTRATOR, and that all applicable reports and attachments have been
submitted in accordance with the provisions of this Contract.
b.Monthly invoices shall be prepared with an itemized cost per location and the total
deduction (if applicable).
c.Invoices for approved On Call / Emergency Call Back and Extra Work shall be in a
format acceptable to the CONTRACT ADMINISTRATOR, including attachments, such
as copies of suppliers' invoices, which the CONTRACT ADMINISTRATOR may
require to verify CONTRACTOR'S billing. Invoices for Extra Work shall be submitted
on separate invoices. Unless otherwise requested by the CONTRACT
ADMINISTRATOR, one invoice shall be submitted for each discrete and complete item
of Extra Work.
d.In the event the CITY transfers title or maintenance responsibility of a facility, or a
portion thereof, this Contract shall continue in full force and effect. The CONTRACT
ADMINISTRATOR may delete facilities, or portions thereof, from the contract, the
Contract sum shall be reduced accordingly.
e.The CONTRACT ADMINISTRATOR may, at their discretion, add new facilities to be
maintained and/or require additional services. The CONTRACTOR shall be
compensated for the additional facilities or services that are designated after the date
of the commencement of this Contract based on the submission of an approved
maintenance bid, consistent in all respects with this Contract, and shall contain all
information as required in the Request for Bids. The bid cost shall not exceed the cost
to provide maintenance for similar facilities being maintained under this Contract.
f.The CONTRACT ADMINISTRATOR may cancel or postpone itemized services at any
location. Sixty days' notice shall be provided prior to the cancellation of services, and
thirty days' notice provided to the postponement of services. The itemized cost of the
services not rendered shall be removed from subsequent invoices.
g.This Agreement's annual compensation terms may be adjusted by a mutually
agreeable amount and in consideration of the San Diego Consumer Price Index
changes over the previous year. Requests for price changes must be made by the
CONTRACTOR in writing sixty (60) days before the end of the then-current Agreement
year and is subject to negotiation or rejection by the CITY. Compensation increases
will not be authorized prior to the end of each contract period.
City Attorney Approved Version 6/12/18
16
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
5. ENFORCEMENT, DEDUCTIONS AND LIQUIDATED DAMAGES
a. The CONTRACT ADMINISTRATOR shall be responsible for the enforcement of this
Contract on behalf of CITY.
b. The CONTRACT ADMINISTRATOR shall prepare and implement an Inspection Rating
System to be used to verify monthly payments and deductions from payments (see sample
rating system in Appendix A). This form and system may be modified at the discretion of
the CONTRACT ADMINISTRATOR. The CONTRACTOR agrees to be evaluated by said
system and bound by the ratings and/or deductions from payments indicated in the monthly
Inspection Rating System report. Each location specific Inspection Rating System has a
maximum point score of 100. To avoid deductions from payment, CONTRACTOR must
receive a rating of 95 or higher per facility-A score of 94 will result in 6% deduction. Each
additional point deduction after 94 will result in an additional 1% deduction per point from
payment. The monthly Inspection Rating System report shall constitute reason for any
deductions so imposed.
c. The CONTRACT ADMINISTRATOR shall maintain a record of complaints filed by CITY
staff, members of the public or deficiencies directly observed by the CONTRACT
ADMINISTRATOR. Each complaint will be forwarded to the CONTRACTOR, and a
deduction of $25 will be added to the inspection deductions for each verifiable complaint.
Complaints include, but are not limited, to:
i.The work task in an area was not performed in strict accordance with the
performance standards.
ii.Work tasks were not performed in their entiretjf.
iii.The specified equipment, tools and chemicals were not used or were not in good
operating condition.
iv.The tasks were not performed within the scheduled work shift or within the
specified timeframe.
v.Failure to respond to a call back within 2-hour time frame.
d. In the event of non-performance of work by the CONTRACTOR, the CONTRACT
ADMINISTRATOR shall have the right to exercise one of the following options:
If the CONTRACTOR'S staff fail to show up for service the CONTACT ADMINISTRATOR
may request that the service is completed within 2 hours of notification; or
The Contract Administrator may allow the non-performance to remain uncorrected and
make a deduction from the monthly payment, in direct proportion to the monthly service fee
and frequency of monthly service.
For any Failure to adequately comply in meeting the requirements of providing adequate
and competent management or supervision, the Contractor shall be liable for a deduction
of $250.00 for each and every deficiency deducted from the total charge for that month
during which the deficiency occurred. Examples of such failure include but are not limited
to:
i. Failure to make adequate corrections to an inspection report.
City Attorney Approved Version 6/12/18
17
DocuSign Envelope ID: EE3C4863-0288-4061-80A2-23671AF545EA
PSA21-1447FAC
ii.Repeating deficiencies highlighted in inspection reports.
iii.Receiving repeated complaints about the same service.
iv.Not maintaining equipment in a safe of sanitary manner.
v.Not maintaining adequate supplies of cleaning products and consumables.
vi.Failure to maintain and provide service records.
The action above shall not be construed as a penalty but as adjustment of payment to
CONTRACTOR to recover cost or loss due to the failure of the Contractor to complete or
comply with the provisions of this Contract.
e. Failure of the CONTRACT ADMINISTRATOR to discover or reject unacceptable work, or
work not in accordance with the Agreement, shall not be deemed an acceptance thereof
nor a waiver of the CITY's right to a proper execution of the Agreement or any part of it by
the CONTRACTOR.
6. INSPECTIONS, MEETINGS, & REPORTS
a.CITY reserves the right to perform inspections, including inspection of CONTRACTOR'S
equipment, at any time for the purpose of verifying CONTRACTOR'S performance of
Contract requirements and identifying deficiencies.
b.The CONTRACTOR or their authorized representative shall meet with the CONTRACT
ADMINISTRATOR or their representative on each site monthly for the initial year of the
Contract then thereafter at the discretion and convenience of the CONTRACT
ADMINISTRATOR
c.At the request of the CONTRACTOR ADMINISTRATOR, the CONTRACTOR, or their
appropriate representative, shall attend meetings and/or training sessions, as determined
by the CONTRACT ADMINISTRATOR for purposes of orientation, information sharing,
Contract revision, description of CITY policies, procedures, standards, and the like.
d.CONTRACTOR, or their appropriate representative, shall make sufficient daily inspections
to ensure the work is performed as specified. The CONTRACTOR shall inspect all tools,
equipment and chemicals to ensure they are clean, in good working order and meet the
specifications of this Contract. If they do not meet the specifications the CONTRACTOR
shall replace them with new or workable tools, equipment and chemicals. CONTRACTOR
shall maintain written record of tools, equipment and chemicals discrepancies, and upon
request, provide written records to the CONTRACT ADMINISTRATOR.
e.CONTRACTOR shall provide to the CONTRACT ADMINISTRATOR such written
documentation and/or regular reports as the CONTRACT ADMINISTRATOR deems
necessary to verify and review CONTRACTOR'S performance. This information shall be
pertinent and relative to the maintenance, operation, and safety of the sites and may
include:
i.Monthly periodic service (to be provided on the 15th of the month prior to month
of service)
ii.Staff names and service location/s
iii.Site cleaning inspections
iv.Building and maintenance issues reported
v.Safety training schedule and completion logs
vi.Equipment list and locations
City Attorney Approved Version 6/12/18
18
DocuSign Envelope ID: EE3C4863-0288-4061-80A2-23671AF545EA
PSA21-1447FAC
7. CONTRACTOR'S DAMAGES
All damages incurred to existing facilities by the CONTRACTOR'S operation shall be
repaired or replaced, by the CONTRACTOR or by other forces, all at the discretion of the
CONTRACT ADMINISTRATOR, and all at the CONTRACTOR'S expense.
8. EXTRA WORK
The CITY may award Extra Work to the CONTRACTOR at the discretion of the CONTRACT
ADMINISTRATOR. New or unforeseen work will be classified as "Extra Work" when the
CONTRACT ADMINISTRATOR determines that it is not covered by the existing contract.
Extra work will be one of the following:
a)Additional work during a shift that falls outside of the regular scope of work such as
emergency clean up. This will be verbally approved by the CONTRACT
ADMINISTRATOR.
b)Additional service for special events. An estimated cost for the extra work must be
approved by the CONTRACT ADMINISTRATOR in writing.
Cost of extra work will be billed in accordance with the rate schedule for emergency work.
Additional supplies and other associated costs will be billed at cost plus 15%.
9. SAFETY
a.CONTRACTOR agrees to perform all work outlined in this CONTRACT in such a manner
as to meet all accepted standards for safe practices during the performance of his duties
and to safely maintain stored equipment, machines, and materials or other hazards
consequential or related to the work; and agrees additionally to accept the sole
responsibility for complying with all CITY, County, State or Federal requirements at all
times so as to protect all persons, including CONTRACTOR'S employees, agents of the
CITY, vendors, members of the public or others from foreseeable injury, or damage to
their property. CONTRACTOR shall make at a minimum, annual inspections for any
potential hazards at said sites and keep a log indicating date inspected and action taken.
b.CONTRACTOR shall notify the CONTRACT ADMINISTRATOR immediately of any
occurrence of accident, injury, or persons requiring emergency services and, if so
requested, shall prepare a written report thereof to the CONTRACT ADMINISTRATOR
within three (3) calendar days following the occurrence. CONTRACTOR shall cooperate
fully with the CITY in the investigation of any such occurrence.
10. HOURS AND DAYS OF SERVICES
a.Janitorial service shall only take place during the specified hours and days of service.
b.CONTRACTOR shall provide staffing to perform the required maintenance services during
the prescribed hours. Any changes in the days and hours of operation heretofore
prescribed shall be subject to approval by the CONTRACT ADMINISTRATOR.
City Attorney Approved Version 6/12/18
19
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
c. Service is not required at the following locations on the following days.
Alga Norte Aquatics Center
Calavera Community Center
Granary
Harding
Heritage Hall
New Year's Day
Thanksgiving Day and the day after
Christmas Day
Leo Carrillo
Monroe Pool Aquatics Center
Pine Community Center
Senior Center
Stagecoach Community Center
Arts Office
Cole Library
Dove Library
Faraday
Fleet Maintenance
Holiday House
Kruger House
Library Learning
Magee House
Water District
Parks Admin
Christmas Day
New Year's Day
Martin Luther King Day
Presidents Day
Memorial Day
July 40
Labor Day
Columbus Day
Veterans day
Thanksgiving Day and the day after
Railroad Depot
Safety Training Center
Scout House
Streets & Facilities
When a holiday falls on a Saturday the observed closure will be the Friday before.
When a holiday falls on a Sunday the observed closure will be the Monday after.
SECURITY
a.The CONTRACTOR shall be responsible for unlocking, locking and securing the buildings,
including alarm systems, before and after performing services. The CONTRACTOR shall
be responsible for disabling alarm systems before performing services, and responsible
for re-arming alarm systems upon completion of work if no CITY employees are on-site.
b.The CONTRACTOR shall not duplicate keys to buildings and park restrooms; additional
keys, as needed, shall be provided by the CONTRACT ADMINISTRATOR. The
CONTACTOR shall be required to perform an annual key audit with the CONTRACT
ADMINISTRATOR or designee.
c.CONTRACTOR employees shall not use CITY phones, computers, copiers, fax machines,
custodial equipment or other such equipment.
d.All lights are to be turned off when leaving unoccupied buildings
City Attorney Approved Version 6/12/18
20
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
11. PERFORMANCE MANAGEMENT PLAN
a.CONTRACTOR'S Performance Management Procedures must be detailed and samples
of reports, logs, tools, etc., of said performance management should be included in the
Proposal. Shift reports, sign-off sheets or the like, documenting specific work performed
during that period and detailing any required reporting and/or problems encountered shall
be made available to the CONTRACT ADMINISTRATOR upon request.
b.In addition to the above reports, the Performance Management Procedures Program shall
be capable of generating monthly Inspection Summary Reports. The inspection summary
report(s) shall provide a summary of all inspections for the locations serviced in the CITY
and shall include the total number of inspections performed during any given month, the
frequencies if discrepancies by type and associated correction timeframes, number and
types of maintenance observations reported during said period and all other relevant
summary data.
c.CONTRACTOR'S authorized Manager and designated Supervisory Staff shall meet
quarterly with the CONTRACT ADMINISTRATOR and/or designee to review Contract
Performance. CONTRACTOR'S equipment and chemicals may be reviewed by the
CONTRACT ADMINISTRATOR or designee upon request to assure compliance and
proper function. The CONTRACTOR will be required to modify, change and improve
equipment and supplies as indicated by these inspections.
d.The CONTRACTOR shall conduct performance evaluations on the contracted staff and
be available for review by the CONTRACT ADMINISTRATOR after the first 30 days, 60
days, 90 days and 120 days of the initial contract year. Further evaluations shall be
requested at the discretion of the CONTRACT ADMINISTRATOR for the life on the
Contract.
e.Service Verification:
i.The City of Carlsbad shall provide a GPS based Janitorial management system.
This system will provide geofence based tracking of staff at each location serviced,
and service verification.
ii.The system will identify each staff member by name.
iii.Staff will verify completion service in real time.
iv.Staff will report maintenance issues in real time.
v.CONTRACTOR will ensure staff have active smartphones. The application shall
be installed in each phone and be active during times of service.
vi.Failure to report completed service and/or keep the phone active during service,
will be treated as a complaint as detailed in Section Sc.
12. CONTRACTOR'S DAMAGES
All damages or losses incurred or breach of security to existing facilities by the
CONTRACTOR'S operation due to errors, mistakes, malfeasance or misfeasance or any
other reason by the CONTRACTOR'S employees shall be repaired or replaced, by the
CONTRACTOR or by other forces, all at the discretion of the CONTRACT ADMINISTRATOR,
all at the CONTRACTOR'S expense.
City Attorney Approved Version 6/12/18
21
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
13. COMMUNICATIONS AND EMERGENCY RESPONSE
a.Report any emergency of a safety, security or health problem to the CITY Police
Dispatcher (760-931-2197) immediately for reasons including, but not limited to, an un-
lockable exterior door, broken ground floor window, plumbing stops or leaks, electrical
power outage, cooling or heating malfunction, any security violations, vandalism or other
similar problem that cannot wait to be repaired until the next work day. Contracted staff
will also report these issues to the CONTRACT ADMINISTRATOR with in twenty-four (24)
hours of detection or observation. Emergency problems reported to the Dispatcher and
non-emergency items that require attention shall be expeditiously submitted in writing to
the CONTRACT ADMINISTRATOR on the next workday.
b.The CONTRACTOR and designated supervisor shall carry either a cellular phone capable
of receiving text messages and phone calls on them during their schedule shift so that
CITY staff may reach them for required services. The CONTRACTOR shall provide the
CONTRACT ADMINISTRATOR said phone numbers. All pager or cellular expenses shall
be paid for by the CONTRACTOR and payment for such cost shall be in the bid pricing
provide. No additional compensation will be paid.
c.Whenever immediate action is required to prevent possible injury, death, or property
damage, CITY may, after reasonable attempt to notify the CONTRACTOR, cause such
action to be taken by alternate work forces and, as determined by the CONTRACT
ADMINISTRATOR, charge the cost thereof to the CONTRACTOR, or deduct such cost
from any amount due to the CONTRACTOR.
d.All complaints shall be abated as soon as possible after notification; but in all cases within
24 hours, to the satisfaction of the CONTRACT ADMINISTRATOR. If any complaint is
not abated within 24 hours, the CONTRACT ADMINISTRATOR shall be notified
immediately of the reason for not abating the complaint followed by a written report to the
CONTRACT ADMINISTRATOR within five (5) working days. If the complaints are not
abated within the time specified or to the satisfaction of the CONTRACT
ADMINISTRATOR, the CONTRACT ADMINISTRATOR may correct the specific
complaint and the total cost incurred by the CITY will be deducted and forfeit from
payments owing to the CONTRACTOR from the CITY.
e.The CONTRACTOR shall maintain a written log of all call back / complaint
communications, the date and the time thereof and the action taken pursuant thereto or
the reason for non-action. Said log of complaints shall be open to the inspection of the
CONTRACT ADMINISTRATOR via a shared electronic drive.
f.CONTRACTOR'S supervisor shall carry a cellular phone with local San Diego region area
code. Supervisor shall be expected to respond or coordinate responses to requests from
the CITY within thirty minutes.
City Attorney Approved Version 6/12/18
22
DocuSign Envelope ID: EE3C4863-02884061-8DA2-23671AF545EA
PSA21-1447FAC
14. CONTRACTOR'S STAFF AND TRAINING
a.The CONTRACTOR shall provide sufficient personnel to perform all work in
accordance with the specification set forth herein so that is does not disrupt the
functions and normal day-to-day operations, public meetings, classes or events of
CITY Facilities. The CITY will not provide any supervision to Contracted employees.
CONTRACTOR must have sufficient staffing to oversee all staff, to include training,
supervision and the resolution of issues or problems that may arise.
b.The CONTRACTOR shall consider and plan for appropriate labor resources for illness,
vacation and other loss time events so services shall continue uninterrupted.
c.CONTRACTOR shall not hire temporary type employee hired on the spot through an
employment agency that have not been disclosed in the bid docs, successfully passed
a fingerprinting and background screening and have been properly trained. In no case
shall any hires be made without proper background and finger printing checks
d.CONTRACTOR shall make available an updated list of all staff and supervisors, and
include work locations.
e.Contracted staff is expected to handle any necessary communication and actions with
CITY staff and the public in a professional manner.
f.All CONTRACTED staff must pass a Livescan background check prior to being issued
access or keys to CITY buildings. Throughout the life of the CONTRACT, the CITY
reserves the right to require the CONTRACTOR to have fingerprinting and background
checks updated or completed upon request. There will be no exceptions and no
substitutions of personnel without prior fingerprinting and background clearance
checks.
g.Contracted staff shall not engage in and shall prohibit the moving and reading of
papers on desks, the opening of desk drawers and cabinets, the using of CITY
telephones and office equipment.
h.Contracted staff shall not remove or consume anything belonging to the CITY or CITY
employees, including removal of food and beverages from CITY refrigerators, cabinets
or lockers. This policy includes any articles that may be deposited for disposal in trash
or recycling receptacles.
i.Contracted staff shall not operate or adjust the settings of any of the heating,
ventilating or air conditioning systems in any facilities without written authorization of
the CONTRACT ADMINISTRATOR.
CONTRACTOR shall have an "on-site" representative with authority to contractually
bind CONTRACTOR in matters, which may arise during this Agreement performance
period. CONTRACTOR shall provide, prior to commencement of work under this
Agreement, in writing to the CONTRACT ADMINISTRATOR, a statement indicating
by name the specific authority vested in the "on-site" representative. CONTRACTOR'S
"on-site" representative shall be responsible for instructing and training of
CONTRACTOR's personnel in the proper and specified work method and procedures;
directing, scheduling, and coordinating all custodial services and functions to
completely accomplish the work as required by this Agreement. The "on-site"
City Attorney Approved Version 6/12/18
23
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
representative shall be available for consultation regarding problems on a daily basis
at some time during regular working hours (8:00 a.m. to 5:00 p.m., Monday through
Friday).
k. Each crew of CONTRACTOR's employees shall include at least one individual who
speaks the English language proficiently. For the purposes of this section a crew is
understood to be any individual worker or group of workers who might service any site
without other CONTRACTOR's supervisory personnel present.
I. The CONTRACT ADMINISTRATOR may at any time give CONTRACTOR written
notice to the effect that the conduct or action of a designated employee of
CONTRACTOR is, in the reasonable belief of the CONTRACT ADMINISTRATOR,
detrimental to the interest of the public patronizing the premises. CONTRACTOR shall
meet with representatives of the CONTRACT ADMINISTRATOR to consider the
appropriate course of action with respect to such matter and CONTRACTOR shall
take reasonable measures under the circumstances to assure the CONTRACT
ADMINISTRATOR that the conduct and activities of CONTRACTOR's employees will
not be detrimental to the interest of the public patronizing the premises
m.The CONTRACT ADMINISTRATOR may at any time order any of the
CONTRACTOR's personnel removed from the premises when, in the reasonable
belief of the CONTRACT ADMINISTRATOR, said CONTRACTOR's personnel is
objectionable, unruly, unsafe, or otherwise detrimental to the interest of the CITY or
the public patronizing the premises.
n.The CONTRACTOR shall require personnel to adhere to basic public works standards
of working attire including uniform shirts and/or vests clearly marked with the
CONTRACTOR's company name and employee name badges as approved by the
CONTRACT ADMINISTRATOR. Sufficient changes shall be provided to present a
neat and clean professional appearance of the CONTRACTOR's personnel at all
times. Shirts shall be worn, buttoned and tucked in at all times. CONTRACTOR'S
personnel shall be equipped with proper shoes and other gear required by State Safety
Regulations.
o.CITY facilities are "off limits" to all unauthorized personnel. There will be no
unauthorized visits by friends, family, pets or other people during the work shift.
Authorization must be in writing and come from the CONTRACT ADMINISTRATOR.
p.CONTRACTOR, its employees or representatives shall not represent to anyone that
the CONTRACTOR or its employees or representatives is an employee or
representative of the CITY for any purposes. CONTRACTOR shall be solely
responsible for all acts of its employees or representatives during the performance of
this CONTRACT.
q.The CONTRACTOR shall provide appropriate safety training and associated
documents for all staff in accordance with CALOSHA requirements. Records of such
training and documents shall be provided to CONTRACT ADMINISTRATOR upon
request.
r.The CONTRACTOR shall maintain a training record for each employee, the training
records shall show, as a minimum, the employee's name, date of employment and the
type and date of each training topic. The CONTRACT ADMINISTRATOR or designee
City Attorney Approved Version 6/12/18
24
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
may, from time to time, monitor the conduct of such training classes. Documentation
of all training shall be supplied to the CONTRACT ADMINISTRATOR upon request.
s.Contracted staff shall be assigned to a specific building(s) and shall be exclusive in
that area and will not perform other or additional duties specified herein during that
shift, unless approved by the CONTRACT ADMINISTRATOR. All contracted staff shall
be on a full time, onsite basis unless otherwise approved in writing by the CONTRACT
ADMINSTRATOR.
t.All contracted staff will remain in the assigned building(s) during their work shift, with
the exception of using the restroom or for designated breaks. At those times
employees may be in designated restroom/break areas.
15. NON-INTERFERENCE - NOISE
a.CONTRACTOR shall not interfere with the public use of the premises and shall conduct
its operations as to offer the least possible obstruction and inconvenience to the public or
disruption to the peace and quiet of the area within which the services are performed.
b.In the event that the CONTRACTOR'S operations must be performed when persons of
the public are present, CONTRACTOR shall courteously inform said persons of any
operations that might affect them and, if appropriate, request persons to move out of the
work area.
c.CONTRACTOR shall be subject to local ordinances regarding noise levels with regard to
equipment operations. CONTRACTOR shall not use any power equipment outdoors
prior to 7:00 a.m. or later than 10:00 p.m. Further, any schedule of such operations may
be modified by CONTRACT ADMINISTRATOR in order to ensure that the public is not
unduly impacted by the noise created by such equipment.
16. RECYCLING PROGRAM & COMPLIANCE WITH ENVIRONMENTAL REQUIREMENTS
a.CONTRACTOR shall be responsible for participating in the Solid Waste / Recycling Program
at the CITY as well as the use of green chemicals and products.
The CONTRACTOR will be responsible for placing segregated waste materials into the
proper receptacles. This includes all current and future waste streams and recycling waste
streams. CONTRACTOR will handle segregated materials in a manner to ensure that
recycling receptacles are not used for inappropriate materials.
Recycled material place in dumpster must not be bagged.
b.The CONTRACTOR shall be responsible for supporting any future recycling efforts or
enhancements that the CITY implements during the life of the Contract.
c.The CONTRACTOR shall practice energy conservation by keeping windows and exterior
doors closed (do not prop open). Water from sinks is not allowed to run continuously.
d.The CONTRACTOR shall comply with all Storm Water Best Management Practices
(BMPs). CONTRACTOR will incorporate and comply with all applicable BMPs during the
completion of this Agreement. All work must be in compliance with the San Diego Regional
City Attorney Approved Version 6/12/18
25
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
Water Quality Control Board (RWQCB) permit, Carlsbad Municipal Code and the City of
Carlsbad Jurisdictional Urban Runoff Management Plan (JURMP) incorporated herein by
reference including but not limited to capture and legal disposal of all cleaning compounds,
liquids or other related materials.
In the case of a release, spill or leak as a result of the CONTRACTOR'S activities,
CONTRACTOR shall immediately control and remediate the contaminated media to
applicable federal, state and local standards. The CONTRACTOR agrees that in such
event it will immediately clean up all spills and the cleanup material shall be disposed of
offsite at the CONTRACTOR'S sole expense. The CONTRACTOR agrees that it shall
reimburse the CITY for any penalties and all costs and expenses, including without
limitation attorney's fees, incurred by the CITY as a result of the release or disposal by the
CONTRACTOR.
17. EQUIPMENT
a.The CONTRACTOR shall furnish all equipment, accessories and tools necesssary to
perform the work properly as defined in this Contract. Contracted staff shall insure prior to
the beginning of each work shift that each janitorial closet and each janitorial cart is provided
with the appropriate equipment, chemicals and supplies.
The CONTRACTOR shall clearly label all equipment with their company name. An
inventory will be conducted thirty (30) days after the start of the CONTRACT and may be
conducted at the discreation of the CONTRACT ADMINISTRATOR through the life of the
Contract to verify that the CONTRACTOR has the sufficient tools and equipment to perform
all services.
b.All equipment required for the performance of work under this Contract shall be
functioning, clean and well maintained. Equipment shall be designed to perform the kind
of work prescribed in the specifications at the time services begin at the CITY, whether
leased or purchased. Said equipment shall be used exclusively for the performance of
work defined herein. Examples include but are not limited to vacuums, scrubbing
machines, rotary machines, carpet extractors, restroom cleaning systems, brooms,
brushes, mops, mop buckets, cleaning towels and dust wands.
c.The Contractor shall provide, maintain, repair and/or replace monthly or as needed, all
necessary custodial tools and equipment including but are not limited to brooms, brushes,
mops, pails, vacuum cleaners, rotary buffers, dust cloths, dust wands, scrubbers, etc. Mop
heads must be a quality brand name microfiber flat mop and shall be laundered every day
and replaced per the manufactures recommendations.
d.The CONTRACTOR shall submit with the Proposal and before the beginning the work to
the CONTRACT ADMINISTRATOR a list of each type of equipment and tools to be used
over $1,000.00 in cost, showing all the required capable items, the manufacturer's
specifications and photocopies of each type of equipment and tool.
e.The CONTRACTOR shall not use alternate equipment or tools without prior written
permission from the CONTRACT ADMINISTRATOR.
City Attorney Approved Version 6/12/18
26
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
f. If requested by the CONTRACT ADMINISTRATOR, the CONTRACTOR shall make the
equipment and/ or tools available for performance evaluation by the CONTRACT
ADMINISTRATOR. Any costs associated with the evaluation shall be the sole
responsibility of the CONTRACTOR.
9. The CONTRACTOR shall maintain on file a complete set of operating and maintenance
instructions for all types, brands and models or powered equipment used in the
performance of the work required herein.
h.All equipment shall have adequate bumpers and guards to prevent marking or scratching
of fixtures, furnishings and/or building surfaces.
i.All electrical equipment used by the CONTRACTOR shall meet all applicable safety
requirements. This shall include either the use of ground fault interrupters or a wiring
inspection program to assure the integrity of ground pins, grounding continuity, strain relief
and insulation quality of plugs and cords. This equipment must operate at full rated
performance levels using existing building circuits. It shall be the responsibility of the
CONTRACTOR to prevent the operation or the attempted operation of electrical
equipment or combinations of equipment that requires power exceeding the capacity of
the existing building circuits.
18.CHEMICALS, CLEANING PRODUCTS & MATERIALS
a.All work involving the use of chemicals shall be in compliance with all Federal, State
and local laws. CONTRACTOR must demonstrate safety procedures for use of
chemicals.
b.The CONTRACTOR may use the installed Waxie Dilution Control Solution Systems
and the appropriate chemicals, but may not use CITY owned chemicals.
c.Records of all operations, including applicators names stating dates, times, methods
of application, chemical formulations, and weather conditions shall be made and
retained according to governing regulations.
d.Safety Data Sheets (SDS) and sample labels shall be provided to the CONTRACT
ADMINISTRATOR for all products and chemicals used within the CITY, and shall be
on site during any application, mixing or transporting of these products and chemicals.
All chemical bottles shall have approved labels affixed. Hand written labels are not
acceptable.
e.No chemicals or cleaning agents shall be stored at any facility without the express
written permission of the CONTRACT ADMINISTRATOR. CONTRACTOR shall carry
chemicals and cleaning agents to and from the job site daily.
f.Materials used by CONTRACTOR in the performance of this Agreement, including but
not limited to cleaning supplies and paper products, shall consist only of those specific
types and brands list in the the Request for Proposals, of this contract or approved in
writing by the CONTRACT ADMINISTRATOR.
City Attorney Approved Version 6/12/18
27
DocuSign Envelope ID: EE3C4863-0288-4061-80A2-23671AF545EA
PSA21-1447FAC
9. The CONTRACTOR shall supply and maintain adequate supplies in all custodian
closets listed under at all times:
i.Toilet paper
ii.Paper towels
iii.Seat liners
iv.Hand soap
v.Shower soap/bodywash
vi.Hand sanitizer
vii.Wastebasket liners
h.The CITY currently utilizes Waxie Sanitary Supply as our contracted Custodial Supply
vendor. Waxie has agreed to provide the Custodial Services Contractor with the listed
materials at the current CITY contract price, subject to annual adjustment limited to
the Consumer Price Index increase for San Diego County. The Custodial Service
Contractor is not mandated to utilize Waxie Sanitary Supply as the vendor for supplies,
however any products proposed for use must meet all the specifications of the listed
products and shall be "Equal" in quality. The CONTRACT ADMINISTRATOR shall be
the sole judge of suitability of any submitted "Equal" product. The CITY may at any
time, at its option, replace the current Custodial Supply Vendor and cannot guarantee
that the costs of materials from alternate Custodial Supply vendors will not change.
i.The CONTRACTOR may contact the CITY's custodial supply representative with any
questions regarding Waxie products.
19. DRUG AND ALCOHOL FREE WORKPLACE
a.The CITY is committed to maintaining a work environment free from the effects of
drugs and alcohol consistent with the directives of the Drug Free Workplace Act.
b.CONTRACTOR agrees that CONTRACTOR and CONTRACTOR'S employees,
while performing services for the CITY, on CITY property, or while using CITY
equipment will not be in possession of, use, or be under the influence of drugs or
alcohol.
c.CONTRACTOR has the duty to inform all employees or agents of CONTRACTOR
that are performing service for CITY on CITY property or using CITY equipment of
the CITY'S objective of a safe, healthful and productive workplace and the prohibition
of drug or alcohol possession, use or impairment from same while performing such
service for CITY.
d.CITY has the right to terminate or declare this or any other agreement
CONTRACTOR has with the CITY in DEFAULT if CONTRACTOR'S employees are
determined by the CONTRACT ADMINISTRATOR to have breached any of the
provisions noted above.
20. ASSIGNMENT OF CONTRACT
a. CONTRACTOR shall not assign this contract or any part thereof and or
monies due there under without the prior written consent of the CONTRACT
ADMINISTRATOR.
City Attorney Approved Version 6/12/18
28
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
EXHIBIT "B"
SCOPE OF SERVICES
When contracted work begins the CONTRACTOR shall clean all buildings service to APPA
Cleaning Level 2 within 3 months of receiving the notice to proceed. When this has been
completed the CONTRACTOR and CONTRACT ADMINISTRATOR will inspect the buildings to
confirm and agree that this requirement has been met.
Cleaning Scope of Services
Cleaning Products and Consumables
All cleaning products, soap, hand sanitizer, toilet paper and paper towels to be provided by
CONTRACTOR (see product list in appendix). The CONTRACTOR may use alternative
equivalent products with written approval from the CONTRACT ADMINISTRATOR.
Daily Activities
A.Empty trash, recycling containers and paper shredders; re-line as needed with properly
sized clear bags; wipe containers clean, as necessary. All trash and recycling to be
disposed of in City provided dumpster.
B.Hand dust and/or damp wipe, without streaking, all common area flat surfaces, including
but not limited to, counters, receptionist counters/desks and common office furnishings
such as file cabinets, desk chairs, tables and bookcases.
C.Remove all finger marks, smudges, and other marks around light switches, doorknobs,
entry doors, metal partitions, interior glass panels and corridor walls.
D.Hand dust and/or damp wipe all ledges and flat surfaces below 72" from the floor.
E.Wipe clean with disinfectant all chrome, aluminum, stainless steel and other metal trims,
such as, but not limited to, push plates, push button, kick plates, door handles, counters
and railings. All metal fixtures must be free of grime, rust, scale, oxidation, tape residue
etc. Use stainless steel cleaner and metal polish as needed.
F.Clean marker boards with appropriate cleaning solutions, as needed, when board contains
no writing/drawings.
G.Dust mop all hard surface / tile floor surfaces; sweep all stairways. Damp mop all hard
surface / tile, wood and linoleum floors, including stairs, spray buff all hard surface / tile
areas.
H.Dust mop all wood floors. Floor mops must be rotated weekly to prevent slippery floors.
Maintain separate dust mops for use only on gymnasium and activity room floors.
I.Damp mop Harding Community Center auditorium floor to eliminate slippery conditions.
J.Thoroughly vacuum high traffic areas of all carpets and rugs, including entrance rugs: spot
clean carpets and rugs as needed.
K.Clean restrooms and showers: use germicidal detergent to clean all toilets and urinals,
inside and outside including seats; clean and polish all flush valves, faucets and exposed
piping;
a.Clean all wash basins/sinks and wipe dry;
b.Clean all mirrors, shelves under mirrors, and other shelves or brackets.
City Attorney Approved Version 6/12/18
29
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
c. Wipe down walls as needed.
d. Fill all paper and fill or replace soap dispensers; wipe clean all dispensers and
trash receptacles (no refill supplies shall be stocked in vicinity of dispenser). The
CONTRACTOR shall not cut the top of soap refill and fill disposable containers
that are designed to be thrown away once the product has exhausted.
e. Check/refill shower body wash dispensers.
f. Mop floors with disinfecting cleaner and rinse
i.Damp mop resilient floor
ii.Wet mop ceramic tile and concrete
g. Clean with disinfecting cleaner:
i. Restroom surfaces
1.Floors
2.Wall surfaces (tile, FRP etc.)
3.Partitions
4.Doors
Touchpoints
1.Light switches
2.Dispensers
3.Valves
4.Faucets
5.Sinks
6.Grab bars
iii. Shower floors and walls at all facilities.
h. Waterless urinal maintenance - to be done strictly in accordance with attached
instructions EXHIBIT "D" (which can be modified by CONTRACT
ADMINISTRATOR).
L.Kitchens/Coffee stations. Clean counters with disinfecting cleaner: sinks, faucets,
dispensers, fridge handles, tabletops and cabinet doors. Wipe down appliance surfaces
as needed. Refill all dispensers as needed.
M.Sanitize all door handles, grab bars, push plates, public computer stations (including
keyboards), kitchen counters, fridge handles, coffee station counters.
N.Notify CITY staff of any needed repairs.
Twice Weekly
A. Clean all commodes with approved bowl cleaner, cleaning shall be separated by 3 days.
Weekly Activities
Shall be performed on the first day of the week and in addition to all items required under Daily
Activities:
A.Vacuum all carpeted areas completely, including areas behind lobby and office furniture.
B.Vacuum all upholstered furniture (including office chairs) and fabric partitions; spot clean
as needed.
C.Clean all inside glass partitions.
D.Clean and polish all entrance doors and jambs, inside and out up to 8 feet from floor
surface. Remove any spots or tape residue.
City Attorney Approved Version 6/12/18
30
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
E. Dust all baseboards, picture frames and other vertical surfaces of all office furniture; dust
all molding, ledges, and windowsills, tops of partitions, trim ventilators, louvers and air
•registers regardless of height above floor. Remove all spider webs from ceilings and
corners.
F.Hand dust and/or damp wipe without streaking all personal area flat surfaces, including
offices, cubicles, office furnishings such as file cabinets, desk chairs, tables, bookcases;
hand dust and/or damp wipe without streaking all other types of office furnishings such as
telephones, lamps, pictures, thermostats, fire extinguishers; personal desk tops shall be
excluded unless the employee has cleared the desk top.
G.Pour %gallon water containing two ounces of drain treatment down all floor drains, mops
sinks, showers and kitchen drains. Scrub and clean the custodian's deep sink.
H.Sweep and mop janitorial closets. Restock all supplies. Closets and sink must remain
clean and organized at all times.
I.Hand scrub all hard surface / tile floors and stairs.
J.Damp mop all wood floors, with Waxie Balance Floor Cleaner (or approved equal).
Gymnasium floor mops must be laundered/replaced weekly to prevent slippery floors.
K.Replace urinal screens (flushing urinals only).
L.Restroom floor scrubbing with disinfecting cleaner — machine scrub with extraction. Use
deck and crevice brushes to clean hard to reach areas, cove and base. Grout shall be
clean and free from grime and build up.
M.Check hand sanitizer stations and top up as needed.
N.Restroom cleaning with touchless system (Waxie Versa or equivalent).
a. Spray down walls, floors, fixtures, partitions, counters, toilets, urinals and sinks
with disinfectant solution. Allow solution to sit for 10 minutes.
b. Pressure wash all surfaces (appropriate pressure must be used to eliminate the
risk of damage to surfaces and caulking). Notify CONTRACT ADMINISTRATOR
about cracks and holes in grout and surfaces that may cause water damage over
time:
i.Sinks
ii.Faucets
iii.Counters (do not pressure wash counters with wood or wood composite
core such as Formica) Contact the CONTRACT ADMINISTRATOR if
clarification is required.
iv.Walls (if tile, epoxy paint over concrete or FRP)
v.Partitions
vi.Toilets
vii.Urinals
viii.Squeegee, vacuum and wipe wet surfaces down as needed
c. Clean and polish all basin fixtures and exposed pipes underneath;
0. Waterless urinal maintenance - to be done strictly in accordance with attached
instructions (which can be modified by the CONTRACT ADMINISTRATOR as needed).
Replacement cartridges and domes will be provided to the CONTRACTOR as needed.
City Attorney Approved Version 6/12/18
31
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
Monthly Activities
Shall be performed in addition to all items required under Daily and Weekly Activities.
The CONTRACTOR shall advise, via email, the CONTRACT ADMINISTRATOR of the periodic
service schedule prior to the first of the month of service.
A. Machine scrub all stone, concrete and tile floors, and hard surface stairs. All floor surfaces
and grout must be free from build-up, gum and grime. Crevice and wall/base transition
must be clean.
B. Buff all hard surface and wood floors (Spotlight or approved equal).
C. Dust all ceiling fans.
D. Dust all partition tops, door tops, cabinets and light fixtures.
E. Dust exposed pipes and overhead exposed mechanical equipment, such as HVAC supply
and return registers. CONTRACTOR must not dust or make contact with fire sprinkler
heads.
F. Clean and polish all kitchen appliances.
G. Clean and polish all metal surfaces.
H. Kitchen and coffee stations:
a.Clear and clean all counters and surfaces.
b.Clean exterior of all cabinets.
c.Clean trash cans.
d.Clean all appliances inside and out.
I. Clean and disinfect all lockers.
J. Refillable soap dispensers:
a.Remove cartridge.
b.Pour soap into spare clean cartridge.
c.Rinse and flush old cartridge, and keep for next use.
d.Clean inside of soap dispenser with disinfectant and detail brush.
e.Replace newly refilled cartridge.
K. Refillable hand sanitizer dispensers:
a.Remove cartridge.
b.Clean inside of dispenser and cartridge nozzle with disinfectant and detail brush.
c.Replace cartridge.
L. Sealed cartridge soap and hand sanitizer dispensers:
a.Remove cartridge.
b.Clean inside of dispenser with disinfectant and detail brush.
c.Replace cartridge.
M. Empty, clean and restock all refrigerators. Do not dispose of anything, but inform
CONTRACT ADMINISTRATOR of items that should be disposed of.
Quarterly Activities
Shall be performed during the month of January, April, July and October and in addition to all
items required under Daily, Weekly and Monthly Activities.
The CONTRACTOR shall advise, via email, the CONTRACT ADMINISTRATOR of the periodic
service schedule prior to the first of the month of service.
A. Clean all windows and glass panels (interior only).
City Attorney Approved Version 6/12/18
32
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
B.Clean all window blinds such that there is no dust or build up present.
C.Clean walls and ceilings (including partitions).
D.Removal all cobwebs.
E.Vacuum and damp wipe HVAC vents.
F.Walls and paneling - clean, scrub and polish tile, wood, FRP etc.
G.Strip, re-seal Harding Center's Auditorium floor.
H.Clean carpets (extraction method) at:
a.Calavera and Stagecoach — entrance, main corridor.
b.Faraday - Public area at planning counters, conference rooms 173 A and B,
adjoining corridors, rear entrances, 2 stairwells and upper landing, main entrance
staircase.
Semi-Annual Activities
Shall be performed during the month of January and July and in addition to all items required
under Daily, Weekly, The CONTRACTOR shall advise, via email, the CONTRACT
ADMINISTRATOR of the periodic service schedule prior to the first of the month of service.
A.Vacuum, spot clean, and shampoo all carpet areas using a soil extraction method
approved by the CONTRACT ADMINISTRATOR. Proper shampooing shall result in a
carpet free from all types of airborne soil, dry dirt, water-soluble soils, and petroleum
soluble soils. A clean carpet shall be uniform in appearance when dry and vacuumed.
B.Resilient flooring - strip old coating, re-seal all sealed resilient flooring. Upon completion
of this task, floor shall be free of all scuff marks, dirt, dust, soil, spots, stains, yellowing,
deposits and film (dirt, oil, grease, etc.). Stripped finish must be completely removed from
flooring, baseboard and floor transition strips.
C.Vacuum all heating and air return vents.
D.Clean all baseboards.
Maintenance
Maintenance service is for public restrooms and locker rooms only.
Contractor staff may use City cleaning supplies and equipment for this service.
A.Check all sinks, stalls and urinals.
B.Restock paper products as needed such that paper will not run out until next service.
C.Check/replenish soap dispensers.
D.Mop/clean anything in need of immediate attention.
E.Wipe down mirrors.
F.Disinfect counters, sinks, toilets, urinals, faucets, valves, grab bars, dispensers, partition
touch points and door handles.
G.If service requires additional time beyond quoted estimate, the CONTRACTOR must
inform the CONTRACT ADMINISTRATOR no later than the next working day, providing
details and additional time. Additional cost will be itemized on next invoice. If restroom
needs to be shut down for cleaning please coordinate with city staff operating the building.
Weekend Service
Weekend service is specific to the buildings serviced.
See special instructions below.
City Attorney Approved Version 6/12/18
33
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
Special Instructions
All cleaning service to take place before the building opens (meaning Saturday service must be
perform during the service window before the Saturday opening, etc.).
Shower/Locker Rooms - Oak, Parks Administration, Water District, Calavera, Stagecoach
A.Perform all items listed in Scope of Services.
B.Weekly - Clean locker rooms including floors, walls, stalls, urinals, sinks and showers
with touchless cleaning system (Waxie Versa or equivalent). No grime, gum, build up,
scale, soap scum or mold will be present on floors and walls, counters, fixtures, seats
or partitions.
C.Weekly — Clean lockers outside using disinfecting cleaner.
D.Semi-annually — deep clean floors, tile and frp walls, and shower pan/walls with steam
cleaning system or approved equivalent.
Shower/Locker Rooms - Alga Norte and Monroe
A.Perform all items listed in Scope of Services.
B.Weekly- Clean locker rooms and Alga Norte south building restrooms including floors,
walls, stalls, urinals, sinks and showers with touchless cleaning system (Waxie Versa
or equivalent) using disinfecting cleaner. No grime, gum, build up, scale, soap scum
or mold will be present on tile floors and walls, counters, fixtures, seats or partitions.
C.Weekly — Clean lockers inside and out using disinfecting cleaner.
Quarterly — public restrooms and locker rooms. Deep clean tile floors, tile and frp walls, and
shower pan/walls with steam cleaning system or approved equivalent. All grout and tile to be free
of grime, build up, soap scum etc. Concrete surfaces to cleaned with rotary scrubbing machines.
Cole Library (weekend service)
A. Clean all restrooms (using daily service procedure above)
a. Daily
i.2 public.
ii.2 staff.
iii.Wipe touchpoints with disinfecting cleaner.
iv.Empty trash (public area and offices).
b. Once per weekend
i.Vacuum all carpet (once per weekend).
ii.Mop all hard floors (once per weekend).
Dove Library — Mon-Fri — 4-hour evening shift
A.Hourly maintenance checks on public restrooms.
B.Empty public trash cans.
C.Disinfect public area touch points
D.Empty trash in offices
City Attorney Approved Version 6/12/18
34
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
Dove Library (weekend service)
A. Clean all restrooms (using daily service procedure above)
a. Daily
i.2 public downstairs.
ii.2 public upstairs.
iii.2 auditoriums.
iv.2 Individual in children's area.
v.3 staff downstairs.
vi.2 staff upstairs.
vii.Empty trash (public area and offices).
b. Once per weekend
i.Vacuum all carpet (library, auditorium, offices).
ii.Mop all hard floors (excluding Gallery)
Leo Carrillo
This is a collection of historic buildings. The CONTRCTOR shall use extreme care to avoid
damaging surfaces with excess water or harsh chemicals.
Hoses may not be used on, near or around the building:
A. Hacienda/Diedie's House — exceptions from cleaning scope.
i.Use vacuum with no moving brush. Suction head must have soft bristle. Do not
sweep due to dust.
ii.Floors do not need scrubbing. Just vacuum, sweep and mop (use mild neutral
cleaner — Waxie 243 or approved equivalent).
iii.Avoid wet mop contact with furniture. Solution contacting furniture will cause
permanent damage.
iv.Kitchen and Restrooms do not need scrubbing or pressure washing.
v.Restroom sinks — damp wipe with neutral cleaner, do not put solution down the
drains
vi.Sweep/mop center courtyard and side patio daily.
vii.Vacuum, dust and wipe down surfaces in "lean to" porch next to Hacienda kitchen
— weekly
B. Visitors Center — use alternative scope, as follows:
i.Vacuum — daily. Do not sweep due to dust.
ii.Mop floors — daily.
iii.Machine scrub hard floors, extract excess water with wet vac - weekly.
iv.Dust and remove cobwebs — weekly.
v.Clean reception desk if cleared — weekly.
vi.Wipe down handles, rails, surfaces with disinfectant — weekly.
vii.Service restroom in accordance with regular daily/weekly schedule.
viii.Do not dust/clean merchandise shelves, cabinets.
C. Stables/Carriage House
i.Sweep and mop floors (use mild neutral cleaner — Waxie 243 or approved
equivalent)
ii.Dust and remove cobwebs
City Attorney Approved Version 6/12/18
35
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
D. Caretakers House — exceptions from cleaning scope:
i.Use brushless vacuum. Do not sweep due to dust.
ii.Floors do not need scrubbing. Just vacuum, sweep and mop. (use mild neutral
cleaner — Waxie 243 or approved equivalent)
iii.No service in archives room.
iv.Sweep/mop front porch and back patio daily.
E. Restrooms (pool and chicken coop)— exceptions from cleaning scope:
i.Hand scrub and mop instead of pressure wash.
ii.Clean/polish outside sink at chicken coop. Top up soap and towel dispensers.
Remove grime and scale as needed.
F. Building Exterior — all buildings (Monthly)
i. Remove cobwebs/leaves/debris on all building windows, trims, fixtures and eves
with dry duster brush.
G. Windows — all buildings (Quarterly)
i. Clean all windows inside only with mild window cleaning solution and microfiber
towel. Do not use hoses.
Granary
Daily
A.Sweep floors
B.Wipe down tables and surfaces
C.Empty trash
Weekly
A. Dust and remove all cobwebs
Monthly
A. Clean all windows, inside and outside.
Faraday (weekend)
A.Vacuum all carpet
B.Empty all trash and clean trash cans. Install new can liners.
C.Clean all touchpoints with disinfecting cleaner.
D.Wipe/dust all horizonal surfaces, window trims, counters, fixtures, cabinets pictures etc.
Senior Center and Pine Community Center (weekends)
City staff service this building during the week.
A. Clean all restrooms (using daily service procedure above)
a.4 public — Senior Center
b.4 public — Pine
c.3 staff — Senior Center 2 upstairs, 1 downstairs
B. Vacuum all carpet (once per weekend)
C. Mop all resilient, tile, terrazzo, vinyl tile (once per weekend)
D. Dry mop wood floors
Railroad Depot
A.Vacuum/sweep wood floors (mopping not required)
B.Do not use pressure cleaning system in inside restroom.
City Attorney Approved Version 6/12/18
36
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
EXHIBIT "C"
CITY OF CARLSBAD
CUSTODIAL SERVICES
EXPECTATIONS, STANDARDS, DESCRIPTION OF TASKS
1. EXPECTATION OF SERVICE
The CITY of Carlsbad has set minimum standards for the cleanliness of the facilities, this
CONTRACT refers to Association of Physical Plant Administrators (APPA) standards
(Appa.org)
The City of Carlsbad requires buildings to be maintained at APPA Level 2 standards. If a
building is observed to be Level 2 or lower the CONTRACT ADMINISTRATOR will advise
the CONTRACTOR to bring the building to an acceptable standard within 24 hours. The
CONTRACTOR may request additional time, which will be considered and approved on a
case by case basis.
Level 2—Ordinary Tidiness indicators
•Floors and base molding shine and/or are bright and clean. There is no buildup in
corners or along walls, but there can be up to two days worth of dust, dirt, stains,
or streaks.
•All vertical and horizontal surfaces are clean, but marks, dust, smudges, and
fingerprints are noticible upon close observations. Lights all work and fixtures are
clean.
•Washroom and shower fixtures and tile gleam and are odor-free. Supplies are
adequate.
•Trash containers and pencil sharpeners hold only daily waste and are clean and
odor free.
2. DESCRIPTION OF TASKS
Vacuum Carpet All carpet areas of lobbies, hallway corridors, and entrances are to be
thoroughly vacuumed. Portable objects (chair, wastebaskets, etc.) are to
be moved to provide for vacuuming (not to include roll mats or objects
over 50 lbs.).
All furniture and wastebaskets are to be placed back in their appropriate
places.
All interior trash receptacles and recycle bins shall be emptied completely
in the appropriate receptacles, the trash can is cleaned inside and out as
needed, and an appropriately sized liner installed. Co-mingled recycle bins
to maintain separation from trash and be emptied in recycle bins provided.
All paper products shall be restocked as so that they are 50% full at all
times.
City Attorney Approved Version 6/12/18
37
Neatly Arrange
Furniture
Empty Trash &
Recycle Bins
Replace Liners,
Restock Paper
Products
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
Sweep Floors All resilient tile floors (rubber, vinyl, terrazzo) shall be swept with a broom
or dry mopped so as to leave the floor in a dirt/dust/debris free state. Dry
mops should be sprayed with a dust mop treatment prior to use.
Use microfiber flat mop system. All hard floor surfaces shall be damp
mopped with a germicidal detergent solution to remove any and all spills.
Scuffmarks or stains are not expected to be removed with damp mopping.
Trash receptacles, chairs, etc. shall be moved when necessary to mop
underneath and shall be moved back to their proper area in a timely
manner. After mopping, the floor shall have a uniform appearance with no
streaks, swirl marks, detergent residue or any evidence of soil. There
shall be no splash marks or mop streaks on furniture, walls, baseboards
remaining in the area. There shall be no residual surface water or
puddling. Care must be made to prevent build up in corners and at floor
wall transitions.
Use a clean dust mop of the largest suitable size for the area. At the end
of each pass, turn the dust mop without lifting it from the floor, overlapping
the previous pass by one or two inches. Continue this pattern until the
entire area is free of visible soil. To remove the soil which has been
collected, but does not adhere to the mop, carefully lift the mop head off
the floor and lean the mop against the trash collection cart or the janitorial
cart. Be careful not to let the mop head or handle touch building or
furniture surfaces. Pick up the soil with a counter brush and dustpan.
Dump the soil into the trash collection bag.
Exterior doors and partition glass and door/window frames are to be clean
and streak free. Interior glass, mirrors, frames and glass surfaces within
the office spaces shall be cleaned and left streak-free with no building up,
grime, dust, cobwebs, rust etc.
All benches, tables, counter-tops, reception desks, doors, partitions,
mirrors, dispensers, toilets, urinals, window ledges, picture frames,
cabinets, door frames etc. are to be free of dust, grime or any other build
up.
All surfaces to be free of dust, debris, grime, scale and rust. Surfaces
must be clean and streak free.
Daily cleaning with disinfectant and then rinse with water. Stainless steel
fountains are to be cleaned with a stainless cleaner, inside and out, as
well as fixtures. Porcelain fountains are to be cleaned with a mild
abrasive. Fountains are to be free of water spots, stains, grime,
fingerprints and smudges.
All drain boards, counters, tables and appliances (refrigerator, stove,
dishwasher exterior) are to be cleaned so as to remove finger marks,
grime, smudges and left in a dust/dirt free condition.
City Attorney Approved Version 6/12/18
38
Damp Mop Hard
Floors (tile,
concrete, rubber
and resilient)
Dust Mop Floors
Clean Glass and
mirrors
Surfaces
Clean and polish
appliances and
metal surfaces.
Wipe/Clean
Drinking
Fountains
Wipe Counters
and Appliances
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
Disinfecting
surfaces
Spot Clean
Carpet
Trash cans
All surfaces in restrooms, locker rooms, showers, food serving areas,
drinking fountains and touch points must be cleaned with a disinfecting
surface cleaner, and applied in accordance with the product instructions.
All carpet is to be kept in a stain-free condition.
All trash containers be cleaned inside and out so as to remove stains,
smudges and dried refuse.
Resilient floor surfaces shall be spray buffed or burnished so as to
produce a shiny finish.
All resilient floor surfaces shall be top cleaned with an effective detergent
cleaner. Floors neutralized and new wax applied. Floor should be
buffed/burnished.
All resilient floor surfaces are to be stripped with an aggressive pad so as
to remove all finish and sealer. All dirt, dust, grit and hair must be
completely removed before new finish is applied. The floor shall be free of
scuffs and scratches. The floors then shall be re-sealed with three coats
of finish. Finish must be pre-approved as to type by the Contracts
Administrator. The floor then shall be burnished to provide a high gloss.
High Dust: Vents, Lights, High dusting shall be anything over 6' from the
floor. HVAC vents, ceiling fans, light fixtures, tops of doors and
doorframes included.
Paper towels seat covers and tissue dispensers are to be checked and
filled whenever the product remaining is 30% or less. In restrooms of high
usage, new rolls of tissue will be installed and the 30% or partial roll shall
be placed on the dispenser. Soap and hand sanitizer are to be checked
and filled or cartridge replaced when less than 1 /4 of the product
remains.
All sinks, faucets and valves shall be cleaned and free of rust deposits,
scale, stains, soap scum, grime, etc. Toilets and urinals shall be cleaned
and sanitized so as to remove any deposits, scale, stains or odors.
Attention must be paid to areas underneath and behind fixtures.
Tile and concrete floors are to be machine scrubbed with appropriate
brush or pad such that tile surface and grout at complete free of buildup
and grime. There shall be no residual surface water or puddling.
City Attorney Approved Version 6/12/18
39
Spray Buff or
Burnish Hard
Surface Floors
Re-wax/Buff
Hard Surface
Strip, Seal, Buff
Resilient Surface
Floors
High Dust:
Vents, Lights,
Etc.
Restock Paper,
Soap and hand
sanitizer
Clean Fixtures
Machine Scrub
Floors
DocuSign Envelope ID: EE3C4863-0288-4061-8DA2-23671AF545EA
PSA21-1447FAC
EXHIBIT "D"
Waterless Urinal Care and Maintenance for Smarty Bee cartridges
Daily
1.Remove the blue dome.
2.Check for any debris blocking the drain
3.Slowly flush cartridge with 16 oz cold water.
4.Reset blue dome (replace if blue color is not visible)
5.Clean urinal inside, outside and underneath with disinfecting cleaner and wipe with paper
towels
6.Pour 1oz CSL solution
7.Replace the dome when it is no longer blue
Weekly (Friday)
1. Remove blue cartridge dome.
2. Make sure the drain holes are not blocked.
3. Test cartridge - Pour 16oz water into urinal and time how long it takes for the water to
disappear.
a.If the cartridge empties in 8-10 seconds, it is clear, go to step 4.
b.If the water takes longer than 15 seconds go to step 10.
4. Reset blue dome (replace if blue color is not visible)
5. If you see blue "jelly" under the under the dome it has been submerged in water and must
be replaced.
6. Clean urinal inside, outside and underneath with 764 disinfecting cleaner and wipe with
paper towel.
If the cartridge is slow or blocked
a.Remove the cartridge inspect inside the urinal.
b.Flush with 1 gallon of water. If the drain backs up cover the urinal and call
maintenance.
c.If the drain is clear, tap the cartridge. If scale falls out keep tapping until it stops.
d.Flush the scale, clean inside of the urinal and reset the cartridge. Make sure both
gaskets are on.
e.Re-test the cartridge.
f.Remove and replace if it is still slow.
If Urinal is Blocked Beyond the Cartridge
1. Call your supervisor or lead custodian. If they are unavailable call the Public Works front
desk (760 434 2943) and they will pass the message to the appropriate person.
Things you will need
1.Cartridge removal tool
2.Disinfecting cleaner
3.CSL Solution
4.1-quart measuring jug
5.Caution tape, blue tape
6.Cartridges/Domes (min stock)
City Attorney Approved Version 6/12/18
40
CONTACT •NAME:
PHONE
E-MAIL ADDRESS:
FAX
(NC, No):
INSURER(S) AFFORDING COVERAGE
INSURER A Lexington Insurance Company
INSURER B: Greenwich Insurance Company
NAIC #
19437
22322
INSURER C: XL Insurance America
24554
INSURER D: Indian Harbor Insurance Com an
36940
INSURER E: N/A N/A
INSURER F:
City of CarlsbaclICMWD
do EXIGIS Insurance Compliance Services
P.O. Box 4668-ECM # 35050
New York, NY 10163-4668
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
of Marsh USA Inc.
Manashi Mukherjee
ACCPRO CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/TYYY)
04/07/2021
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER MARSH USA INC
1717 Arch Street
Philadelphia, PA 19103
Attn: Philadelphia.certs@marsh.com / Fax: (212) 948-0360
CN118025105-ALL-Prof-21-22
INSURED Allied Universal Topco, LLC
(See Attached for Additional Named Insureds)
161 Washington Street, Suite 600
Conshohocken, PA 19428
COVERAGES CERTIFICATE NUMBER: CLE-006708510-01 REVISION NUMBER: 3
THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR LTR TYPE OF INSURANCE 1-KITDL SUER
INSD WVD
POLICY EFF
POLICY NUMBER (MM/DD/YYTY)
POLICY EXP
(MM/DD/YYTY) LIMITS
A X COMMERCIAL GENERAL LIABILITY
082695264 01/01/2021 01/0112022 EACH OCCURRENCE $ 10,000,000
CLAIMS-MADE X OCCUR
DAMAGE TO RENTED PREMISES (Ea oocurrence) 5 10,000,000
'Professional Liability is included'
MED EXP (Any one person) S
X SIR $1,750,000
'in the General Liability limit.'
PERSONAL & ADV INJURY S 10,000,000
GEN'L
X
AGGREGATE
POLICY
OTHER:
LIMIT APPLIES
PRO-
JECT
PER:
LOC
GENERAL AGGREGATE S 10,000,000
PRODUCTS - COMP/OP AGG S 10,000,000
S
13 AU
X
X
x
°MOBILE LIABILITY
ANY AUTO
OWNED AUTOS ONLY HIRED AUTOS ONLY
—
x
SCHEDULED
AUTOS NON-OWNED AUTOS ONLY
RAD9437818-04 01)01/2021 01/01/2022 COMBINED SINGLE LIMIT (Ea accident) $ 5,000,000
BODILY INJURY (Per person) $
BODILY INJURY (Per accident) $
PROPERTY DAMAGE (Per accident) Si
$
D
—
X
UMBRELLA LIAB
EXCESS LIAR
X _ OCCUR
CLAIMS-MADE
RE8943799401 01/01/2021 01101/2022 EACH OCCURRENCE $ 10,000,000
'EXCESS OF GENERAL LIABILITY'
AGGREGATE $ 10,000,000
DED
RETENTION $
$
C WORKERS COMPENSATION
C ANYPROPRIETORIPARTNER/EXECUTIVE
OFFICERNEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under DESCRIPTION OF OPERATIONS below
YIN
N N /A
AND I EMPLOYERS' LIABILITY
RWD3001203-05(AOS) STATUTE I ER
01/01/2021 01/01/2022 x PER I l 0TH-
RWR3001204-05(WI) 01101/2021 01/101/2022 E.L. EACH ACCIDENT $ 1,000,000
El. DISEASE - EA EMPLOYEE $ 1,000,000
EL. DISEASE - POLICY LIMIT $ 1,000,000
A PROFESSIONAL LIABILITY
082695264 01/01/2021 01/01/2022 LIMIT '
COMBINED WITH GL LIMIT
1
2000,000
DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
City of Carlsbad/CMWD, do EXIGIS Insurance Compliance Services, P.O. Box 4668 - ECM #35050, New York, NY 10163-4668 is inc uded as additional insured where required by written contract with respect to
General Liability and Auto Liability. Liability coverage shall be primary and non-contributory where required by written contract. Waiver of subrogation is applicable where required by written contract.
CERTIFICATE HOLDER CANCELLATION
0 1988-2016 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
Named Insured:
Allied Universal Topco, LLC
Additional Named Insured:
Advent Systems, LLC
Advent Systems, LLC, dba Allied Universal Technology Services
Allied Security Holdings LLC
Allied Universal Executive Protection and Intelligence Services, Inc.
Allied Universal Holdco LLC
Allied Universal Risk Advisory and Consulting Services, Inc.
AlliedBarton (NC) LLC
AlliedBarton (NC) LLC, dba Allied Universal Security Services
AlliedBarton Security Services LLC
AlliedBarton Security Services LLC, dba Allied Universal Security Services
Apollo Security International, Inc.
First Alarm Security & Patrol, Inc.
First Alarm Security & Patrol, Inc., dba First Alarm
First Alarm Security & Patrol, Inc., dba First Security
First Alarm Security & Patrol, Inc., dba First Security Services
FJC Security Services, Inc.
FJC Security Services, Inc., dba Allied Universal Security Services
Guardsmark (Puerto Rico), LLC
Guardsmark (Puerto Rico), LLC, dba Allied Universal Security Services, LLC
Guardsmark (Puerto Rico), LLC, dba Universal Protection Service, LLC
Intelligent Access Systems of North Carolina, LLC
Intelligent Access Systems of North Carolina, LLC, dba Allied Universal Technology Services
Intelligent Access Systems of North Carolina, LLC, dba Securadyne Systems Mid-Atlantic
Peoplemark, Inc.
Securadyne Systems Intermediate LLC
Securadyne Systems Intermediate LLC, dba Allied Universal Technology Services
Securadyne Systems Texas LLC
Securadyne Systems Texas LLC, dba Allied Universal Technology Services
SFI Electronics, LLC
SFI Electronics, LLC, dba Allied Universal Security Systems
SFI Electronics, LLC, dba Allied Universal Technology Services
SFI Electronics, LLC, dba Universal Protection Security Systems
SOS Security LLC
SOS Security LLC, dba Allied Universal Risk Advisory and Consulting Services
SOS Security LLC, dba Allied Universal Security Services
SOS Security LP
SOS Security LP, dba Allied Universal Security Services
Spectaguard Acquisition LLC
Staff Pro Inc.
Staff Pro Inc., dba Allied Universal Event Services
TS! Security LLC
U.S. Security Associates, Inc.
U.S. Security Associates, Inc., dba Allied Universal Risk Advisory and Consulting Services
Universal Building Maintenance, LLC
Universal Building Maintenance, LLC, dba Allied Universal Janitorial Services
Universal Building Maintenance, LLC, dba Allied Universal Landscaping Services
Universal Protection Security Systems, LP
Universal Protection Security Systems, LP, dba Allied Universal Security Systems
Universal Protection Security Systems, LP, dba Allied Universal Technology Services
Universal Protection Service of Canada Corporation
Universal Protection Service of Canada Corporation., dba Allied Universal Security Services of Canada
Universal Protection Service of Seattle, LLC
Universal Protection Service of Seattle, LLC, dba Allied Universal Security Services
Universal Protection Service, LLC
Universal Protection Service, LLC, dba Allied Universal Risk Advisory and Consulting Services
Universal Protection Service, LLC, dba Allied Universal Security Services
Universal Protection Service, LLC, dba Allied Universal Security Services, LLC
Universal Protection Service, LP
Universal Protection Service, LP, dba Allied Universal Risk Advisory and Consulting Services
Universal Protection Service, LP, dba Allied Universal Security Services
Universal Protection Service, LP, dba Allied Universal Security Services, LP
Universal Services of America, LP
Universal Thrive Technologies, LLC
Universal Thrive Technologies, LLC, dba Allied Universal Monitoring and Response Center
Universal Thrive Technologies, LLC, dba Allied Universal Technology Services
Universal Thrive Technologies, LLC, dba Thrive Intelligence
The below entities are induded as insureds effective 01/16/2021:
American Security Programs, Inc.
SecurAmerica Corporation
SecurAmerica, LLC
ERMC, LLC
ERMC of America, LLC
Central Defense Services, LLC
Champion National Security, Inc.
Northwest Security Services, Inc.
Mastermind I nc.
POLICY NUMBER: RAD9437811304 )3C 414 1013
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
AUTO DEALERS COVERAGE FORM
With respect to cckerage provided by this endorsement, the prokisions of the Coverage Form apply unless modified by
the endorsement.
Schedule
Additional Insured(s) Work
Any person or organization you have agreed to
include as an additional insured under written contract, provided
such contract was executed prior to the date of loss.
All Operations
COVERED AUTOS LIABILITY COVERAGE, Who Is An Insured, is amended to include as an 'insured' the person or
organization listed in the Schedule abme, but only with respect to liability for bodily injury' or "property damage"
otherwise cmered under this policy caused, in whole or in part, by the negligent acts or omissions of:
1.You, while using a covered "auto"; or
2.Any other person, except the additional insured or any employee or agent of the additional insured, operating
a cokered "auto" with your permission;
in the performance of your work as described in the Schedule aboke.
In no silent shall any person or organization listed in the Schedule become an "Insured" pursuant to this Endorsement
if such person or organization is solely negligent
IT IS FURTHER AGREED THAT IN NO EVENT SHALL ANY CONTRACT OR AGREEMENT ALTER TI-IE
CONDMONS, COVERAGES OR EXCLUSIONS SET FORTH IN THIS POLICY.
All other terms and conditions of this policy remain unchanged.
MC 414 1013 2013 XL. America, Inc. All Rights Resemed_ Page 1 of 1
May not be copied without permission.
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
POLICY NUMBER: RAD943781804 COMMERCIAL AUTO
CA 04 44 10 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION)
This endorsement modifies insurance prolAded under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to anerage provided by this endorsement, the provisions of the Gosierage Form apply unless modified by the
endorsement.
This endorsement changes the policy effectil.e on the inception date of the policy unless another date is indicated below.
Named Insured: AWED UNIVERSAL TOPCO, LLG
Endorsement Effective Date: January 1, 2021
SCHEDULE
Name(s) Of Person(s) Or Organization(s):
Any person or organization where waiver of our right to recover is required by written contract with such person
or organization provided such contract was executed prior to the date of loss.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The Transfer Of Rights Of Recovery Against Others
To Us condition does not apply to the person(s) or
organization(s) shown in the Schedule, but only to the
extent that subrogation is waKed prior to the "accident"
or the "loss" under a contract with that person or
organization.
CA 04 44 10 13 Insurance Services Office, Inc., 2011 Page 1
ENDORSEMENT #050
This endorsement, effective 12:01 AM 01/01/2021
Forms part of policy number: 082695264
Issued to: ALLIED UNIVERSAL TOPCO, LLC
By: LEXINGTON INSURANCE COMPANY
ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION
This endorsement modifies insurance provided by the following:
GUARDSECURE GENERAL AND PROFESSIONAL LIABILITY COVERAGE FORM
A. SECTION II - Who Is An Insured is amended to include as an additional insured a person(s) or
organization(s) who is required to be added by written contract or written agreement which does not
require that a specific form number be used.
B. The insurance provided to additional insureds applies only to "bodily injury", "property damage",
"professional liability" 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; or your work" performed for that
additional insured and included in the "products-completed operations hazard"
However:
1.The insurance afforded to such additional insured only applies to the extent permitted by law;
and
2.If coverage provided to the additional insured is required by a contract or agreement, the
insurance afforded to such additional insured will not be broader than that which you are required by the
contract or agreement to provide for such additional insured.
C. With respect to the insurance afforded to these additional insureds, the following is added to
Section III — Limits of Insurance:
If coverage provided to the additional insured is required by a contract or agreement, the most we will pay
on behalf of the additional insured is the amount of insurance:
1.Required by the contract or agreement; or
2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This
endorsement shall not increase the applicable Limits of Insurance shown in the Declarations.
D. The additional insured must see to it that:
1.We are notified as soon as practicable of an "occurrence" or offense that may result in a
claim.
2.We receive written notice of a claim or "suit" as soon as practicable; and
3.A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy
issued by another insurer under which the additional insured also has rights an insured or additional
insured.
E. This insurance is primary to and will not seek contribution from any other insurance available to an
additional insured under your policy provided that:
1.The additional insured is a Named Insured under such other insurance; and
2.You have agreed in writing in a contract or agreement that this insurance would be primary and would
not seek contribution from any other insurance available to the additional insured.
All other terms and conditions remain as written.
e
A Li theifizts.ri Reptesentativ OR cdunto,ognatige 01. 4tAtimwilete
LEXD00O21
LX0404
ENDORSEMENT #24
This endorsement, effective 12:01 AM 01/01/2021
Forms part of policy number: 082695264
Issued to: ALLIED UNIVERSAL TOPCO, LLC
By: LEXINGTON INSURANCE COMPANY
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
SECURITY GUARD GENERAL AND PROFESSIONAL LIABILITY COVERAGE PART
SCHEDULE
Name of person or Organization:
Where required by written contract.
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement)
The TRANSFER OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — CONDITIONS) is
amended by the addition of the following:
We waive any right of recovery we may have 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 waived applies only to the person or organization shown in the Schedule above.
All other terms and conditions remain as written.
LEXD00O21
LX0404
Authorized Reprtesehtative OR, Countersignature lin state-sr:Admit opplicoblel
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13
(Ed. 4-84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce
our right against the person or organization named in the Schedule. (This agreement applies only to the extent that
you perform work under a written contract that requires you to obtain this agreement from us.)
This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule.
Schedule
Any person or organization where waiver of our right to recover is required by written contract with such person or
organization provided such contract was executed prior to the date of loss.
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated_
(The information below is required only when this endorsement is issued subsequent to preparation of the policy.)
Endorsement Effective 01-01-2021 Policy No. RWD3001203-05 Endorsement No.
Insured ALLIED UNIVERSAL TOPCO, LLC
Insurance Company
XL Insurance America, Inc.
WC 00 03 13
(Ed. 4-84)
Countersigned by
1983 National Council on Compensation insurance.