HomeMy WebLinkAboutLMUU Inc dba Sparkle Freshness; 2020-12-30; PSA21-1359FACDocuSign Envelope ID: BDE84DA3-D85F-480C-8822-870C24254254
PSA21-1359FAC
AGREEMENT FOR FARMERS CLAIMS BUILDING DEEP CLEANING CUSTODIAL
SERVICES (2351 FARADAY AVE)
LMUU, INC. DBA SPARKLE FRESHNESS
THIS AGREEMENT is made and entered into as of the 30th day of
December , 2020 , by and between the CITY OF CARLSBAD, a
municipal corporation, ("City"), and LMUU INC., a California corporation dba Sparkle
Freshness, ("Contractor").
RECITALS
City requires the services of a cleaning contractor that is experienced in deep cleaning
including striping and sealing of vinyl flooring. Contractor has the necessary experience in
providing these professional services, has submitted a proposal to City 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 Exhibit "A", attached and incorporated by this reference in
accordance with the terms and conditions set forth in this Agreement.
2. TERM
This Agreement will be effective for a period of sixty (60) calendar days from the date first above
written .
3. COM ENSATION
The total fee payable for the Services to be performed will be three thousand one hundred twenty-
five dollars ($3,125). No other compensation for the Services will be allowed except for items
covered by subsequent amendments to this Agreement. City reserves the right to withhold a ten
percent ( 10%) retention until City has accepted the work and/or the Services specified in Exhibit
"A."
4. STATUS OF CONTRACTOR
Contractor will perform the Services as an independent contractor and in pursuit of Contractor's
independent calling, and not as an employee of City. Contractor will be under the control of City
only as to the results to be accomplished.
5. 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 attorneys
fees arising out of the performance of the work described herein 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.
City Attorney Approved Version 6/12/18
DocuSign Envelope ID: BDE84DA3-D85F-480C-8822-870C24254254
PSA21-1359FAC
6. INSURANCE
Contractor will obtain and maintain policies of commercial general liability insurance, automobile
liability insurance, a combined policy of workers' compensation, employers liability insurance, and
professional liability insurance from an insurance company authorized to transact the business of
insurance in the State of California which has a current Best's Key Rating of not less than "A-:VII";
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, in an amount of not less than one million dollars ($1,000,000) each,
unless otherwise authorized and approved by the Risk Manager or the City Manager. Contractor
will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-
made coverage. The insurance will be in force during the life of this Agreement and will not be
canceled without thirty (30) days prior written notice to the City by certified mail. City will be named
as an additional insured on General Liability which shall provide primary coverage to the City. The
full limits available to the named insured shall also be available and applicable to the City as an
additional insured. Contractor will furnish certificates of insurance to the Contract Department,
with endorsements to City prior to City's execution of this Agreement.
7. 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 Barney Dresman
Title Public Works Supervisor
Department Public Works
City of Carlsbad
Address 405 Oak Ave
Carlsbad CA 920089
Phone No. 760-434-2980
For Contractor
Name Stephanie Barneburg
Title CEO / Managing Partner
Address 3129 Tiger Run Court, Ste. 217
Carlsbad, CA 92010
Phone No. 858-352-9860
Email info@sparklefreshness.com
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.
8. 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.
YesD No 0
9. COMPLIANCE WITH LAWS
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment and will obtain and maintain a City of Carlsbad Business License
for the term of this Agreement.
City Attorney Approved Version 6/12/18
2
DocuSign Envelope ID: BDE84DA3-D85F-480C-8822-870C24254254
PSA21-1359FAC
10. TERMINATION
City or Contractor may terminate this Agreement at any time after a discussion, and written notice
to the other party. City will pay Contractor's costs for services delivered up to the time of
termination, if the services have been delivered in accordance with the Agreement.
10-A FEMA REQUIRED PROVISIONS
The City and Contractor shall comply with all applicable requirements of the Federal Emergency
Management Agency (FEMA) which are outlined in Exhibit "B", which is attached and
incorporated by this reference.
11. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees it may be subject to civil penalties for the filing of
false claims as set forth in the California False Claims Act, Government Code sections 12650, et
seq., and Carlsbad Municipal Code Sections 3.32.025, et seq. Contractor further acknowledges
that debarment by another jurisdiction is grounds for the City of Carlsbad to terminate this
Agreement.
12. JURISDICTIONS AND VENUE
Contractor agrees and stipulates that the proper venue and jurisdiction for resolution of any disputes
between the parties arising out of this Agreement is the State Superior Court, San Diego County,
California.
13. ASSIGNMENT
Contractor may assign neither this Agreement nor any part of it, nor any monies due or to become
due under it, without the prior written consent of City.
14. AMENDMENTS
This Agreement may be amended by mutual consent of City and Contractor. Any amendment will
be in writing, signed by both parties, with a statement of estimated changes in charges or time
schedule.
Ill
Ill
Ill
Ill
Ill
Ill
City Attorney Approved Version 6/12/18
3
DocuSign Envelope ID: BDE84DA3-D85F-480C-8822-870C24254254
PSA21-1359FAC
15. 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, LMUU INC., a California
corporation dba Sparkle Freshness
By:
By:
(sign here)
Stephanie Denise Barneburg,
President, CEO, Secretary
(print name/title)
(sign here)
(print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
Paz Gomez, Deputy City Manager, Public
Works, as authorized by the City Manager
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.
Chairman,
President, or
Vice-President
Group B.
Secretary,
Assistant Secretary,
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~~
AS6istam: City Attorney
City Attorney Approved Version 6/12/18
4
DocuSign Envelope ID: BDE84DA3-D85F-480C-8822-870C24254254
PSA21-1359FAC
EXHIBIT "A"
FARMERS CLAIMS BUILDING DEEP CLEANING (2351 FARADAY AVE)
SCOPE OF SERVICES
Contractor shall provide all labor, equipment and materials necessary to deep clean the building
located at 2351 Faraday Avenue, Carlsbad, CA 92008.
Contractor will furnish all necessary tile maintenance supplies inclusive of but not limited to:
baseboard cleaners, strippers, sealers, finishes, disinfectants, degreasers & neutralizers.
Contractor will furnish all the necessary tile maintenance equipment inclusive of but not limited to:
floor machines, buffers, auto scrubbers, wet vacuums, back vacs, mop buckets, wringers,
applications, micro fiber dusting clothes and/or materials, mops and brooms.
Strip & Refinish -One-time
• Area will be cleared of chairs, floor mats, trash containers and cardboard boxes.
• Items stuck to the floor will be carefully removed using a putty knife or scraper.
• Floor will be dust mopped or swept to remove surface dirt and debris.
• Finish will be removed using floor machine and/or auto scrubber and appropriately diluted
chemical stripper solution.
• Careful attention will be given to thoroughly stripping of edges.
• Baseboards will be cleaned as possible using edge machine, handheld pad or brush along
with baseboard cleaner.
• Dirty stripper solution will be picked up using wet-vac or squeegee and mop.
• Floor will be rinsed several times with clean water, followed by a neutralizer solution, then
allowed to completely dry before finish is applied.
• Four (4) coats of sealer and/or finish will be applied using flat microfiber applicator or 100%
rayon finish mop head to achieve hi-solid content and desired appearance.
Deep Cleaning -One-time
• Removal of all cobwebs. Highs and lows, corners and baseboards cleaned.
• Interior and exterior windows cleaned.
• Disinfect Restrooms. Clean walls, stall doors and all fixtures.
• Clean inside all cabinets and drawers.
• Shampoo carpet using encapsulation method.
Standard Procedures
Complete machine stripping and refinishing of the tile, deep cleaning and window cleaning:
Total not to exceed $3,125.
City Attorney Approved Version 6/12/18
5
DocuSign Envelope ID: BDE84DA3-D85F-480C-8822-870C24254254
PSA21-1359FAC
Exhibit B
Additional Terms and Conditions for FEMA Funded Agreements
The following provisions are incorporated into the Agreement:
1. The contractor acknowledges Federal Emergency Management Agency (FEMA) financial
assistance will be used to fund the contract only. The contractor will comply will all
applicable federal law, regulations, executive orders, FEMA policies, procedures, and
directives.
2. The contractor shall not use the Department of Homeland Security (OHS) seal(s), logos,
crests, or reproductions of flags or likenesses of OHS agency officials without specific
FEMA pre-approval.
3. The Federal Government is not a party to this contract and is not subject to any obligations
or liabilities to the City of Carlsbad, contractor, or any other party pertaining to any matter
resulting from the contract.
4. The contractor acknowledges that 31 U.S.C. Sections 3801-3812 (Administrative
Remedies for False Claims and Statements) applies to the contractor's actions pertaining
to this contract.
5. Access to Records. The following access to records requirements apply to this contract:
(A) The contractor agrees to provide the City of Carlsbad, the FEMA Administrator, the
Comptroller General of the United States, or any of their authorized representatives
access to any books, documents, papers, and records of the contractor which are directly
pertinent to this contract for the purposes of making audits, examinations, excerpts, and
transcriptions.
(B) The contractor agrees to permit any of the foregoing parties to reproduce by any
means whatsoever or to copy excerpts and transcriptions as reasonably needed.
(C) The contractor agrees to provide the FEMA Administrator or authorized
representatives access to construction or other work sites pertaining to the work being
completed under the contract.
(D) In compliance with the Disaster Recovery Act of 2018 (Pub. L. No. 115-254, §§ 1201-
1246 (2018)), the City of Carlsbad and the contractor acknowledge and agree that no
language in this contract is intended to prohibit audits or internal reviews by the FEMA
Administrator or the Comptroller General of the United States.
6. Suspension and Debarment
(A) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R.
pt. 3000. As such the contractor is required to verify that neither the contractor nor its
principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905)
are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. §
180.935).
(B) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000,
subpart C and must include a requirement to comply with these regulations in any lower
tier covered transaction it enters into.
City Attorney Approved Version 6/12/18
6
DocuSign Envelope ID: BDE84DA3-D85F-480C-8822-870C24254254
PSA21-1359FAC
(C) This certification is a material representation of fact relied upon by the City of Carlsbad.
If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C
and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State of California
or the City of Carlsbad, the Federal Government may pursue available remedies, including
but not limited to suspension and/or debarment.
(D) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180,
subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the
period of any contract that may arise from this offer. The bidder or proposer further agrees
to include a provision requiring such compliance in its lower tier covered transactions.
7. To the extent any Federally mandated provisions incorporated by Exhibit B conflict with
other terms and provisions of this Agreement, the Federally mandated provision(s) shall
prevail.
City Attorney Approved Version 6/12/18
7
ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY)
~ OR/31/2070
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 CONTACT Scott Clayton Summer Agency Insurance Brokers, Inc. NAME:
PHONE ( 562)690-9770 I FAX 1530 W Whittier Blvd 'Air-t.l ... C..,♦\, IA/C Nol: (562)690-9771
E-MAIL scottclayton@lsummergroup.net La Habra, CA 90631 ADDRESS:
License #: 0664578 INSURER(Sl AFFORDING COVERAGE NAIC#
INSURER A: C?--••-'1ale ln~•Jrance Comoanv
INSURED INSURER B : LMUU, Inc.
DBA Sparkle Freshness INSURER C:
3129 Tiger Run Court Suite 217 INSURER D :
Carlsbad, CA 92009 INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: 00044297-240949 REVISION NUMBER: 25
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 ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE ,.,on ""'n POLICY NUMBER IMM/DD/YYYY\ IMMIDD/YYYY\ LIMITS
A ~ COMMERCIAL GENERAL LIABILITY y CPS7226986 08/17/2020 08/17/2021 EACH OCCURRENCE $ 1 000 000 D CLAIMS-MADE [x] OCCUR DAMAGE TO RENTED
,--PREMISES /Ea occurrence\ $ 100 000
,--MED EXP (Any one person) $ 5 000
PERSONAL & ADV INJURY $ 1 000 000 ,--
GEN"L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2 000 000 ~ □ PRO-DLoc PRODUCTS -COMP/OP AGG $ 2 000 000 POLICY JECT
OTHER: $
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ /Ea accident) ,--
ANY AUTO BODILY INJURY (Per person) $ ,--OWNED -SCHEDULED
AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ ,--HIRED ,--NON-OWNED PROPERTY DAMAGE
AUTOS ONLY AUTOS ONLY {Per accident) $ ,--,--
$
UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ ,--
EXCESS LIAB CLAIMS-MADE AGGREGATE $
OED I I RETENTION $ $
WORKERS COMPENSATION I s¥trnTE I I OTH-
AND EMPLOYERS' LIABILITY ER Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE □ E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A
(Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $
If yes, describe under
E.L. DISEASE· POLICY LIMIT $ DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
CERTIFICATE HOLDER
City of Carlsbad/CMWD
c/o EXIGIS Insurance Compliance Services
P.O. Box 947
Murrieta, CA 92564
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
(SFC)
All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
Printed by SFC on August 31, 2020 at 08:49AM
STATE
COMPENSATION
INSURANCE
FUND
ISSUE DATE: 12-29-2020
CITY OF CARLSBAD
1635 FARADAY AVE
CARLSBAD CA 92008-7314
POLICYHOLDER COPY
P.O. BOX 8192, PLEASANTON, CA 94588
CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
GROUP:
POLICY NUMBER: 9242438-2020
CERTIFICATE ID: 17
CERTIFICATE EXPIRES: 12-07-2021
12-07-2020/12-07-2021
THIS CERTIFICATE SUPERSEDES AND CORRECTS
CERTIFICATE# 16 DATED 12-07-2020
SP
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the
California Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon 10 days advance written notice to the employer.
We will also give you 10 days advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded
by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document
with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance
afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy.
~ti ,6:/ d---x:11~~
Authorized Representative President and CEO
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE.
ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 2020-12-29 IS
ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME:
CITY OF CARLSBAD
ENDORSEMENT #1651 -STEPHANIE BARNEBURG P,S,T -EXCLUDED.
EMPLOYER
LMUU INC.
3129 TIGER RUN CT STE 217
CARLSBAD CA 92010
(REV.7-2014)
SP
PRINTED
[P10,HO]
12-29-2020
SP
WAIVER OF SUBROGATION NOTICE
Enclosed is your copy of a certificate of insurance on which the certificate holder
required a waiver of subrogation:
1. Please be advised that a waiver of subrogation requires that a 3% surcharge
will be applied by State Fund ONLY to the premium assessed on the payroll
of your employees earned while engaged in work for that certificate holder
who requested the waiver. (Note: if you have no employee payroll on that job,
then there is no charge.)
2. To apply the 3% surcharge, you must also agree to maintain accurately
segregated payroll records for employees engaged in work on job/s for the
certificate holder who has the waiver. The payroll records are subject to
verification by an auditor.
Example:
Payroll for job:
Sample Rate:
Regular Premium equals:
Surcharge:
$5,000.00
13.30 %
$ 665.00
3.00 %
Additional Waiver charge: $ 19.95
Total premium equals $ 684.95 (665.00 + 19.95)