Loading...
Item 6 - Approval of Agreement with Nova Commercial Co., Inc. for Janitorial Services, RFP 21-003September 15, 2020, Item #6DATE: TO: FROM: CONTACT: SUBJECT: Summary: AGENDA REPORT CityofPoway CITY COUNCIL September 15, 2020 Honorable Mayor and Members of the City Cou'\cil Eric Heidemann, Director of Public Works 4~ ~ Will Wiley, Assistant Director of Public Works for Maintenance Operations (858) 668-4705 or wwiley@poway.org Approval of Agreement with Nova Commercial Co., Inc. for Janitorial Services, RFP No. 21-003 A notice inviting proposals for janitorial services was duly advertised on July 9 and July 16, 2020. Eight proposals were received on August 17, 2020. Nova Commercial Co., Inc. was selected as the firm providing the best value for the City to provide comprehensive janitorial services. The first term of the Agreement is for one year beginning October 1, 2020, through September 30, 2021. The Agreement may be extended through a total of four (4) separate one-year extensions. The maximum length of the Agreement would be up to five years. Recommended Action: It is recommended that the City Council award the Agreement for Janitorial Services, RFP No. 21-003, to Nova Commercial Co., Inc. and authorize the City Manager to execute the necessary documents. Discussion: The City contracts for daily cleaning and custodial services for 28 City facilities and park restrooms covering approximately 151,000 square feet. Among the 28 City facilities serviced are: City Hall, Public Works Administration, Library, Poway Center for Performing Arts, Water Treatment Plant, three fire stations, and park restrooms. Janitorial services are currently being provided under a limited scope and on an interim basis, as a result of the termination of the City's most recent janitorial services agreement, which occurred on April 23, 2020. The limited janitorial services under the current interim based agreement is valid through September 30, 2020, while City staff prepared a new request for proposal (RFP) for a long-term agreement. On July 9 and July 16, 2020, the City advertised the RFP for janitorial services. The RFP was posted on the City's website and advertised in the local newspaper. In addition, staff contacted several vendors 1 of 55 September 15, 2020, Item #6who are currently providing service to neighboring cities regarding the bid opportunity. On July 22, 2020, a voluntary pre-proposal meeting and site walk was held and was attended by nine interested companies. On August 17, 2020, the City received eight proposals. Six proposals were complete and met the RFP requirements and two proposals did not include pricing for three bid alternate items, and therefore staff could not determine a complete comparative cost for these firms. An evaluation panel reviewed the proposals based on criteria specified in the RFP, which included responsiveness to the RFP, cost, qualifications, and experience. Included below is a summary of all proposals received, in order by their overall evaluation ranking. Table 1:Janitorial Services Proposal Summary Company Base Bid Base Bid + Alternates Nova Commercial Co., Inc. $271,273.36 $276,101.50 NMS Management, Inc. $565,419.67 $574,225.94 CCS Facility Services $206,413.47 $214,030.71 Base Hill, Inc. dba Jan Point $286,882.44 $297,407.44 Allied Universal $317,367.32 Unknown California Office Cleaning $311,791.00 $321,444.00 Blue Moon Cleaning & Restoration $587,588.00 $602, 11 8.00 Forte Commercial Cleaning $549,878.52 Unknown The costs included in the "Base Bid" include the proposer's submitted yearly costs to service 28 City facilities. The Base Bid did not include the new Mickey Cafagna Community Center as it's currently under construction. Staff will be including the facility to the scope of the Agreement at a later date, when operational. In addition to the Base Bid, the RFP included three alternate bid items: A) Additional cleanings and event set ups for the Council Chamber (Qty. 24) and PCPA (Qty. 4); B) As-needed acid washes for five facilities; and C) As-needed services for the City's Household Hazardous Waste facility. In addition, the RFP included as-needed COVID-19 Extra Cleanings and COVID-19 Emergency Response Cleanings as additive, alternate bids; meaning the City could choose to award these services under one or separate agreements. These cleanings are for the disinfecting of high touch surface areas and the disinfecting of areas when there is a confirmed or suspected COVID-19 case. Following the evaluation and cost analysis, the panel determined Nova Commercial Co., Inc. ("Nova") offered the best overall value to provide the comprehensive janitorial services the City is seeking. Over the past several months, Nova has provided janitorial services to the City on an interim basis and has demonstrated a commitment to continuous improvement and quality control. Moreover, Nova has been integral in providing janitorial services in light of COVID-19 with attention given to preventing the potential spread of infection and meeting the specific needs of the City. Under the Agreement, Nova will be providing daily and weekly deep cleaning services in accordance with industry standards. Nova was founded in 1966 and has been providing janitorial services for over 50 years, cleaning over 3.8 million square feet daily throughout San Diego County, the Bay Area and Sacramento. Nova has a number of public sector customers, including San Diego Courthouse-downtown, South Bay Regional Center, Seneca Centers, various city facilities, public health offices, libraries, and community centers, and understands the importance of customer service and impact cleanliness has on City staff, residents, and the City's assets. It is important to note the Agreement allows City staff the flexibility to add or subtract cleanings based on the staffing and operational needs of each facility. For example, if a facility is closed to the public, a level of cleaning and sanitation is still required for the health and safety of City staff. In addition, 2 of 55 September 15, 2020, Item #6the length of the Agreement is for one year beginning October 1, 2020 through September 30, 2021, with an option to extend the Agreement for four (4) separate one-year terms. Extensions are subject to Council appropriation of funds and mutual agreement by both parties. The maximum length of the Agreement would be up to five (5) years. Environmental Review: This action is not subject to review under the California Environmental Quality Act (CEQA). Fiscal Impact: There are sufficient funds currently available in Fiscal Year 2020-21 Budget (204020-41400, 206020-41400 and 415010-41400) to approve the Agreement with Nova, which begins October 1, 2020. Funds for subsequent fiscal years will be included in the annual budget process for Council consideration. Public Notification: None. Attachments: A. Agreement with Nova Commercial Co., Inc. Reviewed/ Approved By: Assistant City Manager 3 of 55 Reviewed By: Alan Fenstermacher City Attorney Approved By: Ch~ City Manager September 15, 2020, Item #6City of Poway STANDARD AGREEMENT FOR SERVICES This Agreement, entered into this First day of October, 2020, by and between the CITY OF POWAY (hereinafter referred to as "City") and Nova Commercial Co., Inc. (hereinafter referred to as "Contractor"). RECITALS WHEREAS, City desires to obtain the services of a private Contractor to perform janitorial services for various City facilities (Project); and WHEREAS, Contractor has special knowledge, experience, facilities and Contractor has represented that Contractor possesses the necessary qualifications to provide such services; and WHEREAS, City has authorized the preparation of an agreement to retain the services of Contractor as hereinafter set forth. NOW, THEREFORE, IT IS MUTUALLY AGREED THAT CITY DOES HEREBY RETAIN CONTRACTOR ON THE FOLLOWING TERMS AND CONDITIONS: 1. Scope of Services. Contractor shall provide services as described in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 2. Compensation and Reimbursement. City shall compensate and reimburse Contractor as provided in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 3. Term of Agreement. The term of this Agreement shall be as described on Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 4. Termination. This Agreement may be terminated with or without cause by City. Termination without cause shall be effective only upon 60-day written notice to Contractor. During said 60-day period Contractor shall perform all consulting services in accordance with this Agreement. This Agreement may be terminated by City for cause in the event of a material breach of this Agreement, misrepresentation by Contractor in connection with the formation of this Agreement or the performance of services, or the failure to perform services as directed by City. Termination for cause shall be effected by delivery of written notice of termination to Contractor. Such termination shall be effective upon delivery of said notice. 4 ofSS ATTACHMENT A September 15, 2020, Item #65. Confidential Relationship. City may from time to time communicate to Contractor certain information to enable Contractor to effectively perform the services. Contractor shall treat all such information as confidential, whether or not so identified, and shall not disclose any part thereof without the prior written consent of the City. Contractor shall limit the use and circulation of such information, even within its own organization, to the extent necessary to perform the services. The foregoing obligation of this Paragraph 5, however, shall not apply to any part of the information that (i) has been disclosed in publicly available sources of information; (ii) is, through no fault of Contractor, hereafter disclosed in publicly available sources of information; (iii) is now in the possession of Contractor without any obligation of confidentiality; or (iv) has been or is hereafter rightfully disclosed to Contractor by a third party, but only to the extent that the use or disclosure thereof has been or is rightfully authorized by that third party. Contractor shall not disclose any reports, recommendations, conclusions or other results of the services or the existence of the subject matter of this contract without the prior written consent of the City. In its performance hereunder, Contractor shall comply with all legal obligations it may now or hereafter have respecting the information or other property of any other person, firm or corporation. 6. Office Space and Clerical Support. Contractor shall provide its own office space and clerical support at its sole cost and expense. 7. Covenant Against Contingent Fees. Contractor declares that it has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, that it 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 the Agreement. For breach of violation of this warranty, City shall have the right to annul this Agreement without liability, or, at its sole discretion, to deduct from the Agreement price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. 8. Ownership of Documents. All memoranda, reports, plans, specifications, maps and other documents prepared or obtained under the terms of this Agreement shall be the property of City and shall be delivered to City by Contractor upon demand. 9. Conflict of Interest and Political Reform Act Obligations. During the term of this Agreement Contractor shall not act as Contractor or perform services of any kind for any person or entity whose interests conflict in any way with those of the City of Poway. Contractor shall at all times comply with the terms of the Political Reform Act and the local conflict of interest code. Contractor shall immediately disqualify itself and shall not use its official position to influence in any way any matter coming before the City in which the Contractor has a financial interest as defined in Government Code Section 87103. Contractor represents that it has no knowledge of any financial interests which would require it to disqualify itself from any matter on which it might perform services for the City. 5 ofSS September 15, 2020, Item #6"Contractor" means an individual who, pursuant to a contract with a state or local agency: (A) Makes a governmental decision whether to: 1. Approve a rate, rule or regulation; 2. Adopt or enforce a law; 3. Issue, deny, suspend, or revoke any permit, license, application, certificate, approval, order, or similar authorization or entitlement; 4. Authorize the City to enter into, modify, or renew a contract provided it is the type of contract that requires City approval; 5. Grant City approval to a contract that requires City approval and to which the City is a party, or to the specifications for such a contract; 6. Grant City approval to a plan, design, report, study, or similar item; 7. Adopt, or grant City approval of, policies, standards, or guidelines for the City, or for any subdivision thereof; or (8) Serves in a staff capacity with the City and in that capacity participates in making a governmental decision as defined in the Political Reform Act and/or implementing regulations promulgated by the Fair Political Practices Commission, or performs the same or substantially all the same duties for the City that would otherwise be performed by an individual holding a position specified in the City's Conflict of Interest Code. DISCLOSURE DETERMINATION: [8J 1. Contractor/Contractor will not be "making a government decision" or "serving in a staff capacity" as defined in Sections A and B above. No disclosure required. D 2. Contractor/Contractor will be "making a government decision" or "serving in a staff capacity" as defined in Sections A and B above. As a result, Contractor/Contractor shall be required to file a Statement of Economic Interest with the City Clerk of the City of Poway in a timely manner as required by law. Department Director 10. No Assignments. Neither any part nor all of this Agreement may be assigned or subcontracted, except as otherwise specifically provided herein, or to which City, in its sole discretion, consents to in advance thereof in writing. Any assignment or subcontracting in violation of this provision shall be void. 11. Maintenance of Records. Contractor shall maintain all books, documents, papers, employee time sheets, accounting records, and other evidence pertaining to costs incurred and shall make such materials available at its office at all reasonable times during the contract period and for three (3) 6 ofSS September 15, 2020, Item #6years from the date of final payment under this Agreement, for inspection by City and copies thereof shall be furnished, if requested. 12. Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and shall not be an employee of the City of Poway. City shall have the right to control Contractor only insofar as the results of Contractor's services rendered pursuant to this Agreement; however, City shall not have the right to control the means by which Contractor accomplishes such services. 13. Licenses. Permits. Etc. Contractor represents and declares to City that it has all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, or approval which is legally required for Contractor to practice its profession. 14. Contractor's Insurance. Contractor shall provide insurance as set forth in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 15. Indemnification. (a) For Claims (as defined herein) other than those alleged to arise from Contractor's negligent performance of professional services, City and its respective elected and appointed boards, officials, officers, agents, employees and volunteers (individually and collectively, "lndemnitees") shall have no liability to Contractor or any other person for, and Contractor shall indemnify, protect and hold harmless lndemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs and expenses, including reasonable attorneys' fees and disbursements (collectively "Claims"), which lndemnitees may suffer or incur or to which lndemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss or otherwise occurring as a result of Contractor's negligent performance under this Agreement, or by the negligent or willful acts or omissions of Contractor, its agents, officers, directors, sub-Contractors or employees. (b) For Claims alleged to arise from Contractor's negligent performance of professional services, lndemnitees shall have no liability to Contractor or any other person for, and Contractor shall indemnify and hold harmless lndemnitees from and against, any and all Claims that lndemnitees may suffer or incur or to which lndemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss or otherwise to the extent occurring as a result of Contractor's negligent performance of any professional services under this Agreement, or by the negligent or willful acts or omissions of Contractor, its agents, officers, directors, sub-Contractors or employees, committed in performing any of professional services under this Agreement. For Claims alleged to arise from Contractor's professional services, Contractor's defense obligation to lndemnitees shall include only the reimbursement of reasonable defense costs and attorneys' fees to the extent caused by Contractor's negligence. 7 of 55 September 15, 2020, Item #6(c) The foregoing obligations of Contractor shall not apply to the extent that the Claims arise from the sole negligence or willful misconduct of City or its elected and appointed boards, officials, officers, agents, employees and volunteers. (d) In any and all Claims against City by any employees of the Contractor, anyone directly or indirectly employed by it or anyone for whose acts it may be liable, the indemnification obligation under this Section 15 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor under worker's compensation acts, disability benefit acts or other employee benefit acts. (e) Contractor shall, upon receipt of written notice of any Claim, promptly take all action necessary to make a claim under any applicable insurance policy or policies Contractor is carrying and maintaining; however, if Contractor fails to take such action as is necessary to make a claim under any such insurance policy, Contractor shall reimburse City for any and all costs, charges, expenses, damages and liabilities incurred by City in making any claim on behalf of Contractor under any insurance policy or policies required pursuant to this Agreement. (f) The obligations described in Section 15(a) through (e) above shall not be construed to negate, abridge or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person indemnified pursuant to this Section 15. (g) The rights and obligations of the parties described in this Section 15 shall survive the termination of this Agreement. 16. Assumption of Risk. Except for injuries to persons caused by the willful misconduct of any lndemnitee and not covered by insurance maintained, or required by this Agreement to be maintained, by Contractor: (a) Contractor hereby assumes the risk of any and all injury and damage to the personnel (including death) and property of Contractor that occurs in the course of, or in connection with, the performance of Contractor's obligations under this Agreement, including but not limited to Contractor's Scope of Services; and (b) it is hereby agreed that the lndemnitees are not to be liable for injury or damage which may be sustained by the person, goods or property of Contractor or its employees in connection with Contractor's performance its obligations under this Agreement, including but not limited to Contractor's Scope of Services. 17. Contractor Not an Agent. Except as City may specify in writing, Contractor shall have no authority, expressed or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, expressed or implied, pursuant to this Agreement to bind City to any obligation whatsoever. 18. Personnel. Contractor shall assign qualified and certified personnel to perform requested services. The City shall have the right to review and disapprove personnel for assignment to Poway projects. City shall have the unrestricted right to order the removal of any person(s) assigned by Contractor by giving oral or written notice to Contractor to such effect. 8 ofSS September 15, 2020, Item #6Contractor's personnel shall at all times comply with City's drug and alcohol policies then in effect. 19. Notices. Notices shall be given as described on Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 20. Governing Law, Forum Selection and Attorneys' Fees. This Agreement shall be governed by, and construed in accordance with, the laws of the State of California. Each party to this Agreement consents to personal jurisdiction in San Diego County, California, and hereby authorizes and accepts service of process sufficient for personal jurisdiction by first class mail, registered or certified, postage prepaid, to its address for giving notice as set forth in Exhibit "A" hereto. Any action to enforce or interpret the terms or conditions of this Agreement shall be brought in the Superior Court in San Diego County, Central Division, unless the parties mutually agree to submit their dispute to arbitration. Contractor hereby waives any right to remove any such action from San Diego County as is otherwise permitted by California Code of Civil Procedure section 394. The prevailing party in any such action or proceeding shall be entitled to recover all of its reasonable litigation expenses, including its expert fees, attorneys' fees, courts costs, arbitration costs, and any other fees. Notwithstanding the foregoing, in the event that the subject of such an action is compensation claimed by Contractor in the event of termination, Contractor's damages shall be limited to compensation for the 60-day period for which Contractor would have been entitled to receive compensation if terminated without cause, and neither party shall be entitled to recover their litigation expenses. 21. Gender. Whether referred to in the masculine, feminine, or as "it," "Contractor" shall mean the individual or corporate Contractor and any and all employees of Contractor providing services hereunder. 22. Counterparts. This Agreement (and any amendments) may be executed in multiple counterparts, each of which shall be deemed an original, but all of which, together, shall constitute one and the same instrument. Documents delivered by telephonic facsimile transmission shall be valid and binding. 23. Entire Agreement. This Agreement shall constitute the entire understanding between Contractor and City relating to the terms and conditions of the services to be performed by Contractor. No agreements, representations or promises made by either party, whether oral or in writing, shall be of any force or effect unless it is in writing and executed by the party to be bound thereby. 24. Certification and Indemnification Regarding Public Employees' Retirement Law/Pension Reform Act of 2013. Contractor hereby certifies that all persons providing services to City by Contractor are not current members of the California Public Employees' Retirement System (Cal PERS) and shall not become members of Cal PERS while providing services to City. 9 ofSS September 15, 2020, Item #6Contractor further provides that in the event Contractor assigns a retired annuitant receiving a pension benefit from CalPERS to perform services for City, the retired annuitant is in full compliance with Government Code section 7522.56. A copy of Government Code section 7522.56 is attached hereto as Exhibit "B." Further, Contractor hereby fully and unconditionally indemnifies City from all penalties, fees, employer and employee contributions, or any other assessments imposed by CalPERS in the event CalPERS determines the person assigned by Contractor to provide services to City has been misclassified. 25. Severability. If any provision of this Agreement is determined by any court of competent jurisdiction or arbitrator to be invalid, illegal, or unenforceable to any extent, that provision shall, if possible, be construed as though more narrowly drawn, if a narrower construction would avoid such invalidity, illegality, or unenforceability or, if that is not possible, such provision shall, to the extent of such invalidity, illegality, or unenforceability, be severed, and the remaining provisions of this Agreement shall remain in effect. (Remainder of page intentionally left blank) 10 of 55 September 15, 2020, Item #6IN WITNESS WHEREOF, the parties hereto have duly executed this Agreement on the date first above written. CITY OF POWAY By:-----------Chris Hazeltine, City Manager Date: -----------ATTEST: Carrie Gallagher, Interim City Clerk APPROVED AS TO FORM: By:(Jk. ~ Alan Fenstermacher, City Attorney 11 of 55 NOVA Commercial Co., Inc. By:------------Name, Title Date: ------------ September 15, 2020, Item #6"SPECIAL PROVISIONS" EXHIBIT "A" A. Scope of Services. Contractor agrees to perform contractual services as required by City, which shall consist of the janitorial services further described in the Scope of Services submitted with the proposals dated August 17, 2020, which is included in this document as Attachment 2, and incorporated by reference, as if its contents were fully set forth herein. Contractor shall provide the necessary qualified personnel to perform the services. 8. Compensation and Reimbursement. City shall pay Contractor a fee in accordance with the Fee Proposals submitted with the proposals dated August 17, 2020, which are included in this document as Attachment 1. Total fee is not to exceed $276,101.50 per year plus amounts designated for as-needed services, not to exceed the City's adopted fiscal year operating budget for Janitorial Services and subject to adjustment of rates as set forth in Attachment. After the first year's fixed term, the rate may be adjusted by the City as provided herein solely on the basis of the change in the Consumer Price Index for All Urban Consumers (CPI-U) for the San Diego-Carlsbad area, provided, however, that those adjustments in rates based solely on the change in CPI-U will not exceed five (5) percent per annum. Contractor's fee shall include and Contractor shall be responsible for the payment of all federal, state, and local taxes of any kind which are attributable to the compensation received. C. Term of Agreement. This Agreement shall be effective from the period commencing October 1, 2020 and ending September 30, 2021, unless sooner terminated by City as provided in the section of this Agreement entitled "Termination." This Agreement may be extended for up to four (4) additional one-year periods upon approval in writing of the City Manager and Contractor. Upon expiration or termination of this Agreement, Contractor shall return to City any and all equipment, documents or materials and all copies made thereof which Contractor received from City or produced for City for the purposes of this Agreement. D. Contractor's Insurance. 1. Coverages: Contractor shall obtain and maintain during the life of this Agreement all of the following insurance coverages: (a) Comprehensive General Liability, including premises-operations, products/completed, broad form property damage, and blanket contractual liability with the following coverages: General Liability $1,000,000 Bodily Injury and Property Damage combined each occurrence and $2,000,000 aggregate. (b) Automobile Liability, including owned, hired, and non-owned vehicles: $1,000,000 combined single limit. 12 of 55 September 15, 2020, Item #6( d) Workers' Compensation insurance in statutory amount. All of the endorsements which are required above shall be obtained for the policy of Workers' Compensation insurance. 2. Endorsements: Endorsements shall be obtained so that each policy contains the following three provisions: (a) Additional Insured. (Not required for Professional Errors and Omissions Liability Insurance or Workers' Compensation.) "City of Poway and its elected and appointed boards, officers, agents, and employees are additional insureds with respect to this subject project and contract with City." (b) Notice. "Said policy shall not terminate, nor shall it be canceled, until thirty (30) days after written notice is given to City." (c) Primary Coverage. "The policy provides primary coverage to City and its elected and appointed boards, officers, agents, and employees. It is not secondary or in any way subordinate to any other insurance or coverage maintained by City." 3. Insurance Certificates: Contractor shall provide City certificates of insurance showing the insurance coverages described in the paragraphs above, in a form and content approved by City, prior to beginning work under this Agreement. E. Notices. All notices, billings and payments hereunder shall be in writing and sent to the following addresses: To City: To Contractor: 13 of 55 City of Poway P.O. Box 789 Poway, CA 9207 4 Nova Commercial Co., Inc. 2573 Market Street San Diego, CA 92102 September 15, 2020, Item #6GUARANTY To the City of Poway, City Council, for: JANITORIAL SERVICES The undersigned guarantees the work included in this project(s). Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty workmanship, material furnished or methods of installation, or should the work or any part thereof fail to operate properly as originally intended and in accordance with the Specifications, due to any of the above causes, all within the number of months the site is to be maintained after date on which this Contract is accepted by the City, or the date of recordation of Notice of Completion, whichever is the later, the undersigned agrees to reimburse the City upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, or upon demand by the City, to replace any such material and to repair said work completely without cost to the City so that said work will function successfully as originally contemplated. The City shall have the unqualified option to make any needed replacements or repairs itself or to have such replacements or repairs done by the undersigned. In the event the City elects to have said work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the City. If the undersigned shall fail or refuse to comply with his obligations under this guaranty, the City shall be entitled to all cost and expenses, including attorney's fees, reasonably incurred by reason of the said failure or refusal. Contractor Date **TO BE SUBMITTED WITH EXECUTED CONTRACT** 14 of 55 September 15, 2020, Item #6WORKERS' COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works Contract has been awarded shall sign the following certificate and shall submit same to the City of Poway prior to performing any work on the Contract: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this Contract." Contractor By: Title Date Section 3700 of the State Labor Code reads in part as follows: "Every employer except the State shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this state. (b) By securing from the Director of Industrial Relations a certificate of consent to self-insure, either as an individual employer, or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his employees." **TO BE SUBMITTED WITH EXECUTED CONTRACT** 15 of 55 September 15, 2020, Item #6EXHIBIT "B" Cal Gov Code§ 7522.56 Deering's California Codes are current through all 1016 chapters of the 2018 Regular Session and the November 6, 2018 Ballot Measures. Deering's California Codes Annotated> GOVERNMENT CODE> Title 1 General> Division 7 Miscellaneous > Chapter 21 Public Pension and Retirement Plans > Article 4 California Public Employees' Pension Reform Act of 2013 § 7522.56. Provisions applicable to person receiving pension benefit from public retirement system; Section supersedes conflicting provisions (a)This section shall apply to any person who is receiving a pension benefit from a public retirement system and shall supersede any other provision in conflict with this section. (b) A retired person shall not serve, be employed by, or be employed through a contract directly by, a public employer in the same public retirement system from which the retiree receives the benefit without reinstatement from retirement, except as permitted by this section. (c) A person who retires from a public employer may serve without reinstatement from retirement or loss or interruption of benefits provided by the retirement system upon appointment by the appointing power of a public employer either during an emergency to prevent stoppage of public business or because the retired person has skills needed to perform work of limited duration. ( d)Appointments of the person authorized under this section shall not exceed a total for all employers in that public retirement system of 960 hours or other equivalent limit, in a calendar or fiscal year, depending on the administrator of the system. The rate of pay for the employment shall not be less than the minimum, nor exceed the maximum, paid by the employer to other employees performing comparable duties, divided by 173.333 to equal an hourly rate. A retired person whose employment without reinstatement is authorized by this section shall acquire no service credit or retirement rights under this section with respect to the employment unless he or she reinstates from retirement. (e) 16 of 55 (l)Notwithstanding subdivision (c), any retired person shall not be eligible to serve or be employed by a public employer if, during the 12-month period prior to an appointment described in this section, the retired person received any unemployment insurance compensation arising out of prior employment subject to this section with September 15, 2020, Item #6a public employer. A retiree shall certify in writing to the employer upon accepting an offer of employment that he or she is in compliance with this requirement. (2)A retired person who accepts an appointment after receiving unemployment insurance compensation as described in this subdivision shall terminate that employment on the last day of the current pay period and shall not be eligible for reappointment subject to this section for a period of 12 months following the last day of employment. (f)A retired person shall not be eligible to be employed pursuant to this section for a period of 180 days following the date of retirement unless he or she meets one of the following conditions: 17 of 55 (1 )The employer certifies the nature of the employment and that the appointment is necessary to fill a critically needed position before 180 days have passed and the appointment has been approved by the governing body of the employer in a public meeting. The appointment may not be placed on a consent calendar. (2) (A)Except as otherwise provided in this paragraph, for state employees, the state employer certifies the nature of the employment and that the appointment is necessary to fill a critically needed state employment position before 180 days have passed and the appointment has been approved by the Department of Human Resources. The department may establish a process to delegate appointing authority to individual state agencies, but shall audit the process to determine if abuses of the system occur. If necessary, the department may assume an agency's appointing authority for retired workers and may charge the department an appropriate amount for administering that authority. (B)For legislative employees, the Senate Committee on Rules or the Assembly Rules Committee certifies the nature of the employment and that the appointment is necessary to fill a critically needed position before 180 qays have passed and approves the appointment in a public meeting. The appointment may not be placed on a consent calendar. (C)For employees of the California State University, the Trustees of the California State University certifies the nature of the employment and that the appointment is necessary to fill a critically needed position before 180 days have passed and approves the appointment in a public meeting. The appointment may not be placed on a consent calendar. (3)The retiree is eligible to participate in the Faculty Early Retirement Program pursuant to a collective bargaining agreement with the California State University that existed prior to January 1, 2013, or has been included in subsequent agreements. ( 4)The retiree is a public safety officer or firefighter hired to perform a function or functions regularly performed by a public safety officer or firefighter. September 15, 2020, Item #6(g)A retired person who accepted a retirement incentive upon retirement shall not be eligible to be employed pursuant to this section for a period of 180 days following the date of retirement and subdivision (t) shall not apply. (h)This section shall not apply to a person who is retired from the State Teachers' Retirement System, and who is subject to Section 24214. 24214.5 or 26812 of the Education Code. (i)This section shall not apply to (1) a subordinate judicial officer whose position, upon retirement, is converted to a judgeship pursuant to Section 6 9615, and he or she returns to work in the converted position, and the employer is a trial court, or (2) a retiree of the Judges' Retirement System or the Judges' Retirement System II who is assigned to serve in a court pursuant to Section 68543.5. History Added Stats 2012 ch 296 § 15 (AB 340). effective January 1, 2013. Amended Stats 2013 ch 528 § 11 (SB 13). effective October 4, 2013 (ch 528 prevails); ch 76 § 75 (AB 383), effective January 1, 2013; Stats 2014 ch 238 § 1 (AB 2476). effective January 1, 2015. Annotations Notes Amendments: Note--Amendments: 2013 Amendment: Substituted (1) "have passed" for "has passed" in the first sentence of subds (f)(l) and (t)(2); (2) "or firefighter hired to perform a function or functions regularly performed by a public safety officer or firefighter" for "of firefighter" in subd (t)( 4); and (3) "Judges' Retirement System" for "Judges' Retirement System I" in subd (i). 18 of 55 September 15, 2020, Item #6ATTACHMENT 1 PROPOSAL TABLES BID ITEM A FACILITY GENERAL SPECIAL EVENT ACID WASH SERVICES ASSISTANCE TILE (per (Yearly) (Yearly) Buildingt 1 City Hall 13325 Civic Center Dr. I 1$ 58,940.52 2 Council Chambers 13325 Civic Center Dr. I 1$ 7,635.44 $ 2,153.76 3 Fire Station 1 Administration 13050 Community Rd. I~ 721.82 Downstairs/Classroom/Restrooms/Hall I 4 Fire Station 1 Administration 13050 Community Rd. Upstairs I IS 1,728.92 I 5 Fire Station 3 14322 Pomerado Rd ~ 1964.96 I. 6 Community Park Ball Field Restrooms 13094 Civic Center Dr. .IS 909.12 7 Community Park Pool {Lockers, Showers) 13094 Civic ~ $ Center Dr. I 11,401.10 225.00 I 8 ~ 2,735.04 Community Park Pool Admin 13094 Civic Center Dr. I I 9 Community Skateboard Park Restrooms 13100 Civic Center Dr. ~ I 5,060.16 I I 1( Library 13137 Poway Rd. I j$ 44,197.80 $ 139.50 11 Old Poway Park -Includes the following facilities: I $ 240.00 ~ 25,522.24 Train Depot Restrooms 14154 Midland Rd I Porter House 14134 Midland Rd. Templar's Hall 14132 Midland Rd. Park Restrooms 14114 Midland Rd. (include Acid Wash) I I 1~ i Aubrey Park Restrooms 13544 Aubrey St. ~ 1,249.24 ! ~ Vehicle Maintenance Facility 14415 Lake Poway Rd. I ~ 2,512.72 I 4 Operations Center 14445 Lake Poway Rd. ~ 5,337.76 1 $147.00 I 15 Public Works Administration 14467 Lake Poway Rd. ' I ~ 7,382.80 I 16 Filtration/Water Treatment 14521 Lake Poway Rd. I I ~ 7,639.22 I IS I 17 Community Services Lake Administration 14644 Lake Poway Rd. I 4,007.14 I 18 Parks & Landscape Shop 14644 Lake Poway Rd. I 1$ 717.80 Lake Poway Restrooms 14644 Lake Poway Rd. (Excluding I IS 3,330.60 f 19 Concession Restrooms) 20 Lake Poway Concession Restrooms 14644 Lake Poway Rd. I 1$ 3,676.44 I 21 Lake Poway Pavilion 14644 Lake Poway Rd. I IS 3,173.96 I I 22 Lake Poway Entrance Booth 14644 Lake Poway Rd. 704.06 I 23 Twin Peaks Gymnasium 14640 Tierra Bonita Rd. 1 IS 12,165.16 I 24 Meadowbrook Gymnasium 12320 Meadowbrook Ln. I j$ 12,195.56 I 25 Materials Handling Yard 12325 Crosthwaite Circle. I~ I 674.36 I 26 Iron Mountain Restrooms Poway Rd. & Highway 67 1 IS 5,751.96 i, I 27 Poway Center for Performing Arts 15498 Espola Rd. $ I $ $33,931.46 1,256.88 525.00 I Total l 1211,273.36 $3,410.64 51,276.50 19 of 55 September 15, 2020, Item #6FACILITY + KYmeyaa,i ~ W8$i:etjve Ge~ ~ ~R8am 3 Household Hazardous Waste Building 20 of 55 ATTACHMENT 1 PROPOSAL TABLE ~-NEEDED BID ITEM A GENERAL SERVICES $.-~--$-$ 141 00 Qtr_grvi :e SPECIAL EVENT ACID WASH ASSISTANCE Tlr (per Building) I ' September 15, 2020, Item #6PROPOSAL TABLE Page2 Please write your calculated total price (including labor materials, overhead and profi~) for each line of the 27 building services frequency matrixes contained within the Proposal Table~ The sum of the totals on the Frequency Matrixes must match the Total Cost for Schedule Work as entered in the two columns above. The Poway Center for the Performing Arts (PCPA) must be entered separately in the space provided below and on its own matrix. The Proposal Table does not include the total from the matrixes for the Kumeyaay lpa~, and Train Barn. These two matrixes are to be used for as-needed pricing only. To facilitate poss ble future negotiations, the line items from all matrixes will serve as a schedule of values for eac facility in the event the City requires future adjustments to frequencies or services. No lines ar , to be left blank on the proposal form or frequency matrixes. Total for General seryjces <Yearly): TOTAL AMOUNT IN WORDS: Two Hundred Thirty Seven Thousand Three Hundred and F9urty _O_n_e ___________ DOLLARSand __ N_in_et_y ________ CfNTS Total for Special Event Assistance <Yearly): TOTAL AMOUNT IN WORDS: Two Thousand One Hundred and Fifty Three _____________ DOLLARSand __ Se_v_e_nt_y_S_ix _______ C$NTS Total for Acid Wash Iile tper Building): TOTAL AMOUNT IN WORDS: One Thousand Two Hundred and Seventy Six DOLLARS and Fifty CENTS -----------------------------**************************************************************************************************~***** Poway Center for the Performing Arts (PCPA) Total tor General services <Yearly): TOTAL AMOUNT IN WORDS: Thirty Three Thousand Nine Hundred and Thirty One DOLLARS and Fourty Six CEE, NTS -----------------------------Total for Special Eyent Assistance: (maximum 4 events Yearly) TOTAL AMOUNT IN WORDS: One Thousan Two Hundred and Fifty Six ____________ DOLLARS and_E_ig_h_ty_E_ig_h_t _______ C~NTS **************************************************************************************************** City-wjde: 4.50 Upholstery Steam Cleaning Chairs: $ _________ _,...er Chair ***************************************************************************************************t Carpet Cleaning Services: $ 0·09 er sq./ft. **************************************************************************************************** Strip and Waxing of Floors:$ 0·25 er sq./ft. **************************************************************************************************** 10.00 Window Cleaning Services: $ ____________ -i-er window pane 21 of 55 September 15, 2020, Item #6Unscheduled and unquantified work, such as for cleanup of spills and other emergences will be billed on a time and materials basis using a standard hourly rate (which shall inch.lJde labor, materials, overhead and profit). For the purpose of bid evaluation, bidders shall enter below a standard hourly rate: Standard Hourly Rate: $ 28 0_0 _____ _ Work requested for power washing at any facility will be billed on a time and materials b~sis using a standard hourly rate (which shall include labor, materials, overhead and profit). For th~ purpose of bid evaluation, bidders shall enter below a standard hourly rate for this service: Power Washing Hourly Rate: $_3_6·_0_0 ____ _ ACKNOWLEDGEMENT The City reserves the right to make necessary changes to the services and frequencies. c;;i;/ 0 8/14/20 Prop~ature -D-a-te ___________ _ Executive Operations Manager Proposing Contractor's Title: __________________ _ Requests for additional information, notice of award and Contracts will be addressed to proposing Contractor with the provided information below. Please note all Contract documents will be handled through the email address listed here. Nova Commercial Co., Inc. Business Name/Proposing Contractor Please Print: ______ _ Authorized Agent or Officer: Eleanor Anglin Title: Executive Operations Manager Address: 2573 Market Street San Diego, CA 92102 Service Address: Telephone No. 619-336-1207 Email: eleanor@novagbc.com Business License No. New bus lie Expiration Date: 12131120 22 of 55 Fax No. 619-336-1288 Issuing City/County: g_ty of Poway September 15, 2020, Item #6PROPOSAL TABLE COVID-19 EXTRA CLEANINGS BID ITEM B The following item is an "Additive Alternate Bid Item". To bid on this Additive Alternate Bid ltem "B", a .Contractor must also bid on the City's janitorial services base bid, Bid Item "A", The COVl~-19 Extra Cleanings are optional specialty services that will occur based on the needs of the City afild are not guaranteed for any period of time or for a minimum dollar amount. · Please give a square foot price for considering all the above. $_0_·2_3 ___ /square toot! For the purpose of bid evaluation, bidders shall enter below a standard hourly rate: Standard Hourly Rate: $_3_8·_5_0 _______ _ List any additional charges that may apply that are not mentioned above. (Ex. Mobilization/Demobilization, Fee for weekends or holidays, etc.) H 1.d 01 ay $ 7.00 I addition31 per hour -----------------23 of 55 September 15, 2020, Item #6PROPOSAL TABLE COVID-19 EMERGENCY RESPONSE BID ITEM C The following item is an "Additive Alternate Bid Item." A Contractor can bid on this Additive Alternate Bid Item as a separate line item, e.g., a Contractor is not required to bid on the base bid and cov1D-19 Extra Cleanings Additive Alterative Bid Item. The COVID-19 Emergency Cleanings are optional specialty services that will occur based on the needs of the City and are not guaranteed for any period of time or for a minimum dollar amount. The City reserves the right to award a separate contract for thts Additive Alternate Bid Item. Please give a square foot price for considering all the above. $_0_·4_8 ___ /square foot For the purpose of bid evaluation, bidders shall enter below a standard hourly rate: Standard Hourly Rate: $ __ 49_·_50 _______ _ List any additional charges that may apply that are not mentioned above. (Ex. Mobilization/Demobilization, Fee for weekends or holidays, etc.) I'd Ho t ays $ 7 .0 O /_addition alper hour 24 of 55 September 15, 2020, Item #6N U'I 0 -+t U'I U'I City Hall -Administration 13325 Civic Center Drive A. General Cleanlng All 8. Deep Cleaning All C. Special Services 1. Deep Cleaning/Surface Preservation (All other flooring except ~rpets) 2. Deep Cleaning/Surface Preservation • Carpets 3. Interior/Exterior All Windows/Glass and Mirrors 4. Patio Cleaning & Tables and Chairs Cleaning Dally On: ... (11 J:. ~a :g t u.. > • Ul > I .., .... "'C 0. > C: QJ Ill 0 ~ :g )( > 111 "C C: ::, 1/) Semi- Weekly On: iv' "0 ·;:: u.. all ~ ~ u.. all X Weekly On: > ~ ~ "0 IU City Hall Contractor Submits Schedule for Approval: e E ~ e e ~ 1111~ ~ iii al~ ::, -IU C: > "'C C: = Al er: ~ l 'i= X I X )( )( ATTACHMENT 1 Totals: i Z! ~ j I 44,140.68 I 672.64 j 717.46 September 15, 2020, Item #6N O'\ 0 -ti u, u, Fire Station 1 Administration 13050 Community Road Downstairs Classroom/Restrooms/Hall A. General Cleaning All B. Deep Cleaning All C. Special Services 1. Deep Cleaning/Surface Preservation (All other flooring e)(cept carpets) 2. 0 3. Interior/Exterior All Windows/Glass and Mirrors Semi- Daily On: I Weekly On: Weekly On: I Contractor Submits Schedule for Appr 1 oval: 1 I > I ~ > > "' ra ra "O :g "C :g § ·;:: U,.. u. LI,. Lil ~ ~ >I> n:i ra "O "C C: C: 0 0 > I I I ~ ra > ni "0 > £ :::, l(l re > .?: > C i C: .?: r:: "C > -£ C: er: "C ~ ti) .:,,/. 0 t: IQ QJ ;a :2 t C ~ ·e ::) 0 ~ C QJ C: X I I I I I I I I I X I X I I I I I x I I Fire Station 1 Admln-Oownstalrs I Totals: ;; ~ ~I .s: ~ 0 ~ "C QJ QJ z ~63.28 f 14.12 I 10.56 September 15, 2020, Item #6N ..... 0 -1' u, u, Community Park Ballfield Restrooms 13094 Civic Center Drive A. General Cleaning All B. Deep Cleaning All Daily On: > I ib "' "t:l :g § U.. Vl Semi- Weekly On: > > "' "' "t:l :g ·.::: u. u. ca ca Weekly On: )C Contractor Submits Schedule for Approval: ~ £ C 0 ~ .!. .:!:-iv ::s C: C: <If. ·e 1\1 Comm Park Ballfield Restrooms "t:l QJ -c QJ QJ z Totals: 1 z. ~ 0 ~ ~ September 15, 2020, Item #6Community Park Semi-Contractor Submits Schedule for Daily On: Weekly Weekly On: Totals: Pool -Showers/Lockers On: Approval: 13094 Civic Center Drive > ! ! .. i > .., ! > ,. 1 I-,. . ., :, ! > 1 .s; .., f=. ! I i ... > > ] oil oil .. i .., ~ > z i > > i > > > ~ > >-·.:: > ., ,. "' ,. ,g ~ ~ ~ ~ 1 I ..., ·o .., ..., .., ,. :ic i l ~ C C ; C C ., ~ I e ~ ~ i ~ t .., ~ a ! C. C. t iii j( .,i :l .;: A. GeMRIOeifflinc All I I XI I I LJ I I I I I I I I I llz 161..a> B. Dttp Clellnin1 All I I I I I I I I I Lil XI I I [_Ll...5.3.MU C. Specilll Services 1. Deep Cleaning/Surfllce Preservation 102.50 (All other flooring 6Cept urpet5) X 2. Interior/Exterior All Windows/Glass and MirrOfl X R400 Total-General Services>» l/.4Ut.10 28 of 55 Comm Park Pool September 15, 2020, Item #6N \0 0 -1' u, u, Library 13137 Poway Road A. General Cleaning All B. Deep Cleaning All C. Special Services 1. Deep Cleaning/Surface Preservation (All other flooring e)(cept carpets) 2. Deep Cleaning/Surface Preservation -Carpets 4. t>ower wasning or t>at10/1nc1uam~ t>at10 oetween Parking Lot and Building Daily On: >I~ cu "0 :g 5 U... VI X Semi- Weekly On: > > ra ra :g -0 ·.:: u... u.. oil >I> ra I'll -c -c C: C: 0 0 Weekly On: > I'll ~ QJ C -c QJ Library Contractor Submits Schedule for Approval: 1 I Totals: E ! E VI ~ ~ E e ~ E J!:-E i:i ~ m C ~ ~ ~ ::, ~ -0 0 > -5 ~ C: > (11 :i C -c > £ C ~ er-m (11 32 0 (11 4J C: ~ ·e ::, QJ 0 ~ C z 4J C I 38,960.041 X I X I I I I I I 362.Go I X I I I I I I 6s.12 September 15, 2020, Item #6w 0 0 ..... u, u, Old Poway Park Porter House 14134 Midland Road A. General Cleaning All B. Deep Cleaning All C. Special Services 1. Deep Cleaning/Surface Preservation (All other flooring except carpets) 2. Deep Cleaning/Surface Preservation• Carpets 3. Interior/Exterior All Windows/Glass and Mirrors I I Semi-Daily On: Weekly On: I> I ~I~ I ~ l'0 -a -0 "C -0 C: ·;:: ·;:: •;:: ::J LL LL ~ ~ ca ca X Weekly On: > l'0 ~ cu C: -0 cu OPP Porter House Contractor Submits Schedule for Approval: ~ iv :J T .:: C: QJ 4: t:'. . .!. l'0 E :,_ cu X I X X I - -X I Totals: ] 0 .... ~I s:. t: 0 ~ -a 41 41 z 1,,~nr.;~ I 21.6~ ·1 I I 18.38 September 15, 2020, Item #6I I Semi-Old Poway Park Daily On: Weekly I Weekly On: w Restrooms On: .... 0 14114 Midland Road .... 1 ►1~1~1~ u, n:, "'O ,:, "'O u, I~: :1 ►1 ►1i n:, n:, QJ "'O "O C: C: "' "'O 0 !!! QJ A. General Cleaning All ITx a. Deep Cleaning All OPP Restrooms Contractor Submits Schedule for Approval: e ~ > :iii QJ QJ "' E ~ > £ C: 0 E ~ ..., E ~ Ill E ~ 2::-ni ::, C: C: ~ ·e QJ e ~ "O QJ "O t z Totals: ii ~ i :I 7,481.52 September 15, 2020, Item #6w N 0 ..... U'I U'I Operations Center 14445 Lake Poway Road A. General Cleaning All 8. Deep Cleaning All c. Special Services 1. Deep Cleaning/Surface Preservation (All other flooring except carpets) 2. Deep Cleaning/Surface Preservation -Carpets 3. Interior/Exterior All Windows/Glass and Mirrors Daily On: i > ... ra o ~ ~ ~~ ra.., "0 Q. C C1I a '-' X ~ -g ::, V') Semi- Weekly On: > ra :g u.. o1I > ra "0 ·~ u. o1I Weekly On: I Contractor Submits Schedule for Approval: I I Totals: e 1 E e "' ~ ... ~ I I I ' ~ E > e z. QI i'ii -~ > ~ ~ C "0 > ~ ::, 0 £ ~ C "0 ~ i >-i > C C1I :I! :c C: C1I <f "0 "0 .... r'O C1I c 0 t:: al C1I ;:! ~ C1I 0 :; ra ·e C ·-:, C1I "' 4,923.36 X I X I I I I I I 39.72 I I I I X I I I 136.98 Operations Center September 15, 2020, Item #6Semi-w Daily On: Weekly I Weekly On: I Contractor Submits Schedule for w Filtration/Water Treatment Approval: I I Totals: 0 On: ..... 14521 Lake Poway Road u, e ii u, > > ~ > II\ ~ ! r1I r1I E t'II "'C "C '0 e :g c:: ·;:: ~ e e ~ ~ e -5 ::, I.I. > ~ iv C: IJ... VI ocl ocl r1I ~ ~ :, ~ "C j ~ c:: QJ C: ~ "C QJ > ~ ,ii QJ C 3;1 QJ "'C QJ .E ::I QJ QJ C z QJ A. General Cleaning All I X I I I I I I I I I I I I I I I ( 7,135.68 B. Deep Cleaning All I I I I I I I I I I X I X I I I I I ( 45.76 C. Speclal Services 1. Deep Cleaning/Surface Preservation I (All other flooring except carpets) X I I I 85.92 2. Deep Cleaning/Surface Preservation -Carpets 1 X 3. Interior/Exterior All Windows/Glass and Mirrors I X filtration Water Treatment September 15, 2020, Item #6w .1:1,, 0 ~ U'I U'I Parks & Landscape Shop 14644 Lake Poway Road A. General Cleaning All B. Deep Cleaning All C. Special Services 1. Deep Cleaning/Surface Preservation -Carpets 2, Interior/Exterior All Windows/Glass and Mirrors Daily On: > Iii U. VI Semi- Weekly Weekly On: On: >I> Ill Ill :-g :g u. u. ~ ~ X Parks & Landscape Shop Contractor Submits Schedule for Approval: e I . 11'1 :! e •1e1!11 i l :! Qj E Qj ~ > C ~ t OJ !: ..C -C ... ~ . < -·e ~ 2 X X ii ~ i 0 ~ 568.20 8.88 Totals: September 15, 2020, Item #6w Semi- U"I 0 Lake Poway Pavilion Daily On: Weekly I Weekly On: icontractor Submits Schedule for On: Approval: I I Totals: -ti U"I 14644 Lake Poway Road U"I > > > > e ii 11) 11) 11) 11) "O "O > E ~ ! "O C: "O ·c: ::, ·.: ... 11) e "' I.I. 11'1 u.. I.I. "'C E ~ E e ca ca > C: ~ = ,!!! ::i cu -Vl QJ .::: ~ C ~ "C 0 ca ..... ~ .:?-cu ~ cl -g ::, QJ C z A. I I I I I I I I I X I I I I I I I 1 2,984.64 B. Deep Cleaning All I I I I I I I I I I X I X I I I I I I 16.68 C. Special Services 1. Deep Cleaning/Surface Preservation (All other floors, except carpets} X I I I 67.64 2. Interior/Exterior All Windows/Glass and Mirrors I I X Lake Poway Pavilion September 15, 2020, Item #6w °' 0 -ti U"I U"I Lake Poway Entry Booth 14644 Lake Poway Road 8. Deep Cleaning Deep Cleaning C. All All eservat,on (All other floors, except carpets) 3. Interior/Exterior All Windows/Glass and Mirrors I I Semi- Daily On: I Weekly On: > ~ 'i: I.I. I I > n, "'O C :::, Ill I I I I > n, "'O 'i:: u.. clJ Weekly On: I I I I I I I I X I I Contractor Submits Schedule for Approval: j e ~ Ill E ~ Ill E ~ Ill E ~ I X I X I I I I I I I I I I X Totals: ii ~ -5 C j ~ I I 2.s2 I I I ----I September 15, 2020, Item #6~ ~ Ill a. 0 f I H CT 0 0 'If/!" ti\ < 3 SS JO L'i. !I' '!> I :: G) ~ ~ S).> II .,.a Q. ~ ~ 0 !:2 N ~ ~ 0 C" :!. ~ .., c; : 0 H aturday -Sunday UNE & JULY Only onday -Sunday uesday & Friday __ onday & Friday ursday eekly Items onthly Items i-Monthly Items . uarterly Items Q. 0 0 ::s;-" t c:"l la ,... ::, IU S).> :::, Cl) fl) -· = a 0 ~-< 0 ?. :E V, O tD tD ?. ~ ~-<' :E tD tD -;,;;-< 0 ?. n 0 ~ t» n ~ > V, ,:, C ,:, CT 0 2. < ,... QI .... -:-:--V, n -::r mi-Annually Items tD a. C iii" nnually Items g Needed welve Month Total i .. Pr September 15, 2020, Item #6w Semi- 00 0 Materials Handling Yard Daily On: Weekly I Weekly On: I Contractor Submits Schedule for """ On: Approval: I I I.II 12325 Crosthwaite Circle Totals: I.II > e > m > > 'E "' ~ "' "' E ~ C: :g "C Ill ~ ~ :, it ... Ill u. VI I.I. e E ~ E .?: E -s ~ ~ > ~ .!!l ~ ~ > iii ~ C :E ::, ~ 0 -.?: C: :E C .?: "C ~ ro Cll .E ::, Cll C 2 :., :., ices A. General Cleaning All I I I I I I I I I X I I I I I I I 1 s63.2s 8. Deep Cleaning All I I I I I I I I I I X I X I I I I I 1 1?.s4 C. Special Services 1. Deep Cleaning/Surface Preservation (All other floors, except carpets) X I I I 51.24 2. Interior/Exterior All Windows/Glass and Mirrors X Materials Handling Vard September 15, 2020, Item #6w Poway Center for the I I Approximate Number of I Contractor Submits \0 • S · R · d s h d I f A I I I Totals: O Performing Arts erv1ce equ,re : c e u e or pprova: -ti ~ 15498 Espola Road I I I ~ ~ 11'1 ~ ... "" E > "" 'fi ~ Approximate Number of ~ ~ iv ~ c :::, .... -0 -:::, .... -0 0 ~ Service Required -;. QJ ~ c: -;. QJ ::E .c --0 ... C: --0 u .c QJ QJ <t ni QJ Vl ~ ~ t ,..!. :::, QJ ai O t1i S:: c: z rvices A. General Cleaning All I X I 17S I I I I j j I 28373.28 B. Deep Cleaning All rm 12 1 x 1 , , , 1 , 359.76 c. Special Services 1. Deep Cleaning/Surface Preservation (All otherfloors, except carpets) x z I I I I I I I 613.16 2. Deep Cleaning/Surface Preservation -Carpets X z 3. Interior/Exterior All Windows/Glass and Mirrors X 4 A. General Assistance 1. After Event General Clean-up B. Custodial Response to Spills/ Accidents 1. Basic Mop-up/Clean-up 2. Deep Cleaning X I 879.20 PCPA September 15, 2020, Item #6"' ~ 0 I-... .£ CIJ =i -0 CIJ -5 Vl "ia .,, > .E 0 ..0 5. ::, a. Vl < ~ t! c 0 u c 0 > 32 CIJ CIJ ~ > .E 32 c CIJ CIJ CIJ 0 Vl ~ c 0 ~ ·;;; 0 (I) s 0 0 s.. .., (I) QJ a: = ·-~ .., = ::s 0 :;: = 0 s.. -a, "'D "iii ... .,, ftl a, " u::, > ftl 3 .s: WI x "'D C ftl "'D ftl 0 a:: > ftl 3 0 A. 40 of 55 "' E 0 g "' ., a: i C 0 -= September 15, 2020, Item #6Attachment 2 TECHNICAL SPECIFICATIONS: 1. Time Restraints: Work described as being performed daily shall be performed Monday through Friday, with the exception of the Old Poway Park Porter House, Templars Hall, Old Poway Park Restrooms, Community Park Pool, and the Poway Public Library, which shall be Monday through Sunday and the two multi-purpose Gymnasiums, which shall be Friday and Saturday. Work shall be done to allow for the least disturbance to any City facility (entering facilities once City staff has vacated the facility(s), except where special services are required to support a City function). a. The Community Park Pool shall be serviced after 9:00 PM. b. The two multi-purpose Gymnasiums shall be serviced after 10:00 PM. 2. Exceptjons; In lieu of the normal, evening routine cleaning, the Contractor shall provide all scheduled services for the Water Treatment Plant as described herein, between the hours of 5:00 PM and 8:00 PM, Monday through Friday, excluding holidays. 3. The determination of the total daily productive man-hour requirements for the performance of all services herein is the sole responsibility of the successful Contractor. It is of the utmost importance that the Contractor utilizes skilled and productive manpower in order to satisfactorily furnish the required level of service specified in this solicitation. Failure on the part of the Contractor to utilize skilled and productive manpower may produce unsatisfactory results that may cause the Director of Public Works to make adjustments to the Contractor's monthly invoice(s) for unsatisfactory or omitted work. 4. The Contractor shall comply with applicable OSHA and Federal regulations under CFR 29 Section 1910.12 for proper training and by providing Material Safety Data Sheets with a list of Contractor recommended chemicals proposed for use within ten (10) days of award of Contract. 5. The Contractor shall comply with all County Health Regulations when applicable to any public facility (e.g., Operations Lounge, Pavilion) where food is served, and the Community Pool and public restrooms where the public frequents. 6. All areas left wet shall be so marked so as to notice persons of hazardous conditions. 7. Extraction: Cleaning of carpets shall be done using an extraction method, or as recommended by the manufacturer. Carpets shall be dried by the next business day. 8. The Contractor is responsible for securing all doors and windows within all facilities upon exiting each facility. Any emergencies shall be reported to the City's after-hours phone number at (858) 668-4751. 9. The Contractor shall report any unsecured doors or windows upon entering each facility, leaking faucets, clogged toilets and other plumbing problems, broken or worn out dispensers, or any problems/concerns affecting the cleaning process to the Contract SpecialisUlnspector by 8:00 AM the following work day. 10. The Library has a 24-hour-a-day video monitoring system. These systems are not to be cleaned or interfered with in any way because of the system's sensitivity. Computer/Keyboards are not to be cleaned or interfered with in any way. 41 of 55 September 15, 2020, Item #6Attachment 2 A. GENERAL SERVICES: All work is to be completed each time the facility is scheduled to be cleaned -All Facilities, All Visits. 1. The contents of each wastepaper basket (small black cans) shall be emptied in a mobile trash container of a type approved by the Director of Public Works. The mobile container shall be brought into each room and each wastebasket shall be dumped directly into it, not transported across the room to it. 2. Large trash containers shall be removed and transported in a manner as to not have their contents leak on the floor and shall be disposed of in a designated trash dumpster. Each wastebaskeUtrash can, shall be damp wiped clean, lined with a suitable sized plastic bag of sufficient durability and thickness to prevent liquids from leaking through the bag, and replaced in its original position. Collected trash shall be disposed of in designated trash dumpsters. 3. Empty trash can in shop area behind Stage. (Performing Arts Center) No other work to be done in shop area. 4. Commingled recycled bins, located at individual workstations and near large shredder machines, shall be lined with an appropriate liner. Contents only (not liner) shall be dumped into a separate mobile trash container (NOT TO BE MIXED WITH TRASH). Whenever a liner is determined to be dirty, it shall be replaced, with the old liner being put in the TRASH container. ALL RECYCLED MATERIALS ARE TO BE PLACED IN THE DESIGNATED RECYCLING CONTAINER LOCATED OUTSIDE EACH FACILITY. 5. The City shall provide trash and recycling containers and shall be responsible for the maintenance and regular emptying under a separate franchise. The janitorial Contractor shall be responsible for ensuring that any spillage shall be cleaned up immediately. The Contractor shall keep the area around the container clean and sanitary at all times. Meadowbrook Gym. Twjn Peaks Gym. Aubrey Park. Jemplars Hall, Porter House. Old Poway Park Restrooms and the Jrajn Depot do not have a dumpster area for Cjty use to dump trash, Trash must be hauled to either the Lake Poway or Community Park dumpsters. 6. Building occupants are notified by the Director of Public Works that anything placed in the wastebasket or recycling bins are considered disposable and will be removed as such. It shall not be the responsibility of the Contractor to retrieve any items mistakenly placed in these receptacles. 7. All drinking fountains shall be thoroughly washed with a germicidal solution, removing all lime deposits, rust, and debris (No scouring powder or abrasive shall be used). 8. Clean all elevator doors metal trim, thresholds, walls. Vacuum all elevator carpets and spot clean, if needed. Vacuum and clean floor channels on all elevator doors (Performing Arts Center and City Hall). 9. Interior stairwells, landings, and lower and upper lobbies shall be swept clean of all dust, dirt, and debris and wet mopped with an approved neutral cleaner. Each handrail, rail base, and fixtures shall be dusted and all walls and doors spot cleaned. Foreign matter, such as gum, shall be removed. 10. All lobbies shall be swept clean of dust, dirt, and debris and wet mopped with an approved neutral cleaner (if tile or vinyl) or vacuumed. 11. Handrails, rail bases, and fixtures, shall be dusted and all walls, doors, jambs, door frames, and kick plates, windowsills, ledges and light switches, shall be spot cleaned to remove smudges and stains, taking care to use an appropriate cleaner on all wall surfaces so as not to remove or discolor paint, and cause holes in wall coverings. All foreign matter shall be removed. 12. Clean and polish all hardware, metal fixtures, bright work, hand plates, door knobs, walls, door facings, light switches, receptacle covers. 13. Wipe clean all countertops. 14. Damp clean conference tables at all Facilities. 15. All surfaces and objects in the building(s) shall be cleaned by dusting and/or vacuuming. This includes table tops, wooden chairs, counters, wood shelving including all exposed book shelving, all wood sides and tops of bookshelves, carousel cases, the flat surface around fish tank (Library) not the tank itself, vertical surfaces (knee wells, chair rungs, table legs, etc.), all rails, cabinets. 16. All cobwebs shall be removed. 17. All carpeting shall be cleaned using the manufacturer's recommendation or by extraction if no 42 of 55 September 15, 2020, Item #6Attachment 2 manufacturer's recommendation has been provided, following a schedule approved by the Director of Public Works as to not interfere with daily or evening activities. Carpet traffic lanes and soiled areas shall be pre-treated to loosen soil build-up to assist in the overall cleaning to bring carpets back to a clean, uniform appearance. The pre-treatment used shall not leave a sticky residue or attract new soil. 18. Clean and disinfect all desk telephones. 19. Doors and windows shall be secured and alarmed. Any doors or windows not found secured shall be reported to the Contractor Specialist/Inspector by 8:00 AM the following work day, noting location. Report plumbing leaks or clogs, and/or any other unusual problems found in or outside the buildings. 20. Turn off all lights and set all alarms prior to exiting each facility. B. RESTROOMS AND LOCKER ROOMS: All Facilities, All Visits (other than flooring, unless specified). 1. Wash and disinfect all basins, urinals, lavatories (toilets), counter tops, faucets, showers, partitions, soap dispensers, and bowls nightly, with approved cleaning/disinfectant/germicidal solution, removing scale, lime deposits, and stains, from all fixtures -cleaning underside of rims of urinals and toilets; toilet bowls, sides, toilet seats, toilet bottoms, and piping. All areas shall be wiped dry and spotless. An approved scouring powder may be used on porcelain fixtures to remove stubborn stains and shall not be used on chromium and stainless-steel fixtures. 2. Wipe clean all restroom fixtures. 3. Chromium and stainless-steel fixtures, faucets, sinks, towel and/or soap dispensers, and shower stems shall be polished and dried with a wiping cloth leaving the fixtures free of stains and streaks. 4. Locker room ceramic tile floor and walls, enamel surfaces, toilet and shower compartment partitions shall be washed and scrubbed with disinfectant/germicidal solution removing all grime, graffiti, algae and/or mold and wiped dry (Pool, Operations, City Hall, & Iron Mt. Restrooms). 5. Restrooms at Lake Poway/Concession will be hosed and squeegeed out once a week on Monday evenings. Restrooms at Community Park Ballfield will be hosed and squeegeed each time of service. 6. Spot clean (including the removal of all foreign substances, such as gum or tar), dust or sweep, and wet mop with disinfectant/germicidal, all partitions, tile walls, ledges and baseboards to eliminate stains, odor, encrustation, alkaline deposits, and soap spills. 7. Sweep and mop all restroom flooring (All Facilities). At the Performing Arts Center when the facility has double performances, as time permits, sweep and mop restroom flooring ensuring that the floor must be dry by next performance. 8. Traps, drains, and fixtures shall be wiped clean and maintained free from foreign substances, hair and odors, at all times. 9. Clean and polish all restroom/locker room mirrors free of streaks and smudges. 10. Empty, wipe clean, sanitize, and reline all trash containers and sanitary containers. 11. Restock all toilet tissue, soaps, towels, toilet bowl seat covers, and sanitary napkin dispensers. C. KITCHENS/BREAK ROOMS: All Facilities, All Visits (including specific flooring). 1. Kitchen areas (break rooms) having resilient or vinyl tilefloors, inclusive of eating/dining areas, shall be swept and damp mopped with a disinfectant, including under counters, tables, moveable appliances, and work areas. All areas are to be free of smudges, stains, and streaks. 2. CITY HALL BAMBOO WOOD FLOORS: Wood floors shall be cleaned according to manufacturer's recommendations contained herein. 3. CITY HALL LINOLEUM FLOORS: Linoleum floors shall be cleaned according to manufacturer's recommendations contained herein. 4. Wipe down all accessible horizontal surfaces, including but not limited to, tables and countertops. 5. Stock paper towel and soap dispensers. 43 of 55 September 15, 2020, Item #6Attachment 2 D. FLOOR AND FLOOR COVERINGS: All Facilities, All Visits. 1. Non-carpeted and non-wood floors are to be cleaned in their entirety each evening the building is scheduled for cleaning: All resilient tile flooring, ceramic, quarry, and stone tiles, are to be cleaned of dirt and foreign materials. Sweep or dust mop all flooring, wet mop only those floors approved according to manufacturer's specifications (disinfectants/germicides are to be used only with prior City approval) to ensure all dirt, stains, black heel marks, and foreign matter (e.g., gum, tar, mud) are removed from the floor. Spot clean prior to general cleaning as necessary to keep carpets free of stains, spots, or marks of any kind that can be removed through spot cleaning. Floors shall be free of streaks and mop strand marks. Walls, baseboards, and other surfaces shall be free of all residues and marks from equipment use. 2. All carpeted floors shall be vacuum-cleaned in their entirety each evening the building is scheduled for cleaning. The Contractor shall use such equipment as is necessary to vacuum clean carpet that is in corners and underneath low furniture and equipment. Carpets are to be spot cleaned as necessary to keep carpets free of stains, spots, or marks of any kind that can be removed through spot cleaning (includes theater at Performing Arts Center). 3. Spots, such as dried liquid, and any foreign matter, such as tar, chewing gum, paper clips, staples, pencil sharpening's, paper pieces or clippings, etc., shall be removed from all flooring. 4. Any furniture necessary to be moved during the process of cleaning floors/carpeting shall be the responsibility of the Contractor and shall be replaced in its original position. 5. All wood floors, EXCEPTING CITY HALL WOOD FLOORS, shall be dust mopped and damp mopped removing all dirt and debris, unless otherwise directed by the City, by location, using manufacturer's specifications; where there are no manufacturer's specifications, Contractor shall clean with a method approved by the City. CITY HALL wood floors shall be cleaned ONLY according to manufacturer's specifications. All work shall be streak free. 6. CITY HALL Carpets shall be cleaned ONLY according to manufacturer's specifications. All work shall be streak free. 7. CITY HALL: Excelon Tile flooring shall be cleaned according to manufacturer's recommendations contained herein. 8. CITY HALL "Linoleum" floors shall be cleaned according to manufacturer's specifications contained herein. 9. CITY HALL Resilient "Rubber" and "Tile" floors shall be cleaned according to manufacturer's specifications contained herein. 10. CITY HALL Dimension "Stone Tile" floors shall be cleaned according to manufacturer's specifications contained herein. 11. All, other than CITY HALL, wood floors shall be cleaned and polished. E. WINDOWS. GLASS SURFACES. AND MIRRORS: All Facilities, All Visits. 1. Clean entry/lobby doors and adjoining entry glass panels, glass in cabinets, table tops, directory boards, partitions, and glass doors within common areas, corridors and lobbies shall be cleaned free of smudges, stains, and streaks. Glass partitions shall be spot cleaned. 2. Clean all glass on staircase and mezzanine during scheduled visits as indicated in event calendar, as provided monthly by the City (Performing Arts Center). 3. Vacuum window sills for dead moths/spiderwebs on a bi-monthly basis. F. CONCESSION: Performing Arts Center, All Visits 1. Restock paper towels and hand soap dispensers, floors shall be swept and damp mopped with a disinfectant, and wipe down all countertops. All areas are to be free of smudges, strains, and streaks. 2. All stainless-steel surfaces, ice bins, and sinks, shall be washed clean with a sponge using an approved germicidal solution. An approved cleaner for stainless steel be used to remove all stains and smudges. Metal surfaces and counters shall be wiped dry. 44 of 55 September 15, 2020, Item #6G. DEEP CLEANING: All Facilities 1. WEEKLY Attachment 2 a. Detail and edge vacuum carpeted areas (Weekly). b. Ashtrays, located at designated smoking sites outside the facilities, shall be sifted and topped with new sand as needed. If ashtray sand is found dirty or filled with debris, the Contractor shall empty and wipe clean the ashtray before refilling with sand (Weekly). c. Outside patio at City Hall shall be hosed cleaned each Monday. Tables and chairs are to be wiped down (Weekly). d. Run water down floor drains to prevent sewer gases (Weekly each Friday). e. Dust all accessible and exposed surfaces on desks, credenzas, overhead storage bins, cabinets, and windowsills unless otherwise directed without disturbing computers, papers, files, etc. (Weekly, each Monday). f. Sinks, outsides of microwaves, stoves (including grills and burners), and refrigerators shall be washed clean with a sponge using a germicidal solution. An approved cleaner for stainless steel sinks, stoves, and refrigerators shall be used to remove all stains and smudges. Metal surfaces and counters shall be wiped dry. 2. QUARTERLY a. Overhead light diffuser panels shall be removed, cleaned, and replaced (Monthly). b. All heating, ventilation, and air conditioning grills shall be removed, brushed, washed clean, dried, and replaced. All vents will be kept clean and free of dust. Clean walls and ceiling areas adjacent to ventilating, air conditioning outlets (Monthly). c. Clean inside of refrigerator units (removing and replacing staple goods) -Last Friday of each month (Monthly). d. All exposed beams and pipes shall be dusted and washed clean, with special care being given not to interfere with safety monitoring equipment (Monthly). H. SPECIAL SERVICES: All Facilities, Per Matrixes. 1. All resilient tile, vinyl, and concrete floors shall be cleaned of dirt and foreign materials, stripped of old finish, machine/and or hand scrubbed and two (3) coats of sealant/finish applied. The Contractor shall use a skid free buffable floor finish that has been approved by the Director of Public Works to be applied evenly and sufficiently to withstand normal day-to-day traffic. Ceramic and quarry tile floors shall be cleaned, stripped and two (2) coats of sealer/finish applied (Per Matrix). 2. All carpeted floors will be professionally cleaned semi-annually or per matrix. All carpeted areas shall be deep extracted using a final clear water rinse. ALL CARPETS MUST BE CLEANED WITH A TRUCK MOUNTED CLEANER "ONLY". WORK CANNOT BE PERFORMED WITH A MOBILE/MANUAL CLEANER (Per Matrix). 3. All interior and exterior surfaces of the windows shall be cleaned and left without streaks and spotless. (Per Matrix) All semi-annual work is to be cleaned "professionally," i.e. "Wash and squeegee all windows," wipe down any and all extra water drippings. (Including large plate glass windows at the Performing Arts Center (Per Matrix). 4. Dust and wash all window blinds (removing and replacing) (Per Matrix). 5. Ceramic restroom, kitchen, and hallway tiles shall be acid washed with a City approved chemical and two (2) coats of sealant applied (Upon request, Pricing Quote Required). 6. Patio between Library and Meeting Room including patio between parking lot and buildings: Pressure power-wash patio, including benches (Library, Per Matrix). 7. Pressure/power-wash entire Carriage turn and walkway around Gazebo at Old Poway Park (Per Matrix). 8. Vacuum/steam clean all fabric furniture (Steam clean 7 upholstered benches in lobby, 30 black usher chairs, and 800 seats in the theater at Performing Arts Center (Upon request, Pricing Quote Required). 9. Vacuum/steam clean all fabric furniture (buildings other than Performing Arts Center) (Upon request, Pricing Quote Required). 45 of 55 September 15, 2020, Item #6I. SPECIAL EVENTS ASSISTANCE: 1. General Assistance: Attachment 2 a. Furniture/Equipment Set-up/teardown (Per Matrixes) b. Equipment (e.g., tables and chairs) shall be set up as required and on specific designated days (prior to) for Council meetings (maximum of 24 times per year), committee meetings, recreational activities, and other work as directed by the Director of Public Works. Diagrams of setup shall be provided by the City. c. The Contractor shall check with a specified event person prior to each event for any changes in equipment placement as this may vary per event location. 2. After Event General Clean Up: a. All trash shall be removed and disposed of according to General Cleaning standards noted above. b. All areas shall be left in a neat appearance with floors vacuumed and/or mopped according to the General Cleaning basic standards noted above. J. CUSTODIAL RESPONSE TO SPILLS, ACCIDENTS 1. Basjc Mop Clean Up; a. The Contractor shall provide basic janitorial services to clean up minor spills and/or accidents within 24 hours of notification. b. All spills and accidents requiring basic mop clean up shall be done using a disinfectanUgermicide to eliminate health concerns. c. All areas shall be posted to denote work in progress and hazardous conditions. 2. peep c1eanjnq; a. The Contractor shall provide emergency services within 24 hours of notification. b. All spills and/or accidents involving extreme flooding shall be pumped free of excess fluids (Should any hazardous materials be involved, the Director of Public Works is to be contacted immediately prior to commencement of work.) c. All areas (restrooms, kitchens, floors) involved shall be deep cleaned according to the specific General Cleaning Deep Cleaning Standards as noted above. d. All areas shall be posted to denote work in progress and hazardous conditions Dark Fridays -(Schedule will be provided) Cleaning at the following facilities will be completed "only" every other Friday and not every Friday: • City Hall -13325 Civic Center Drive • Public Works Administration -14467 Lake Poway Rd. Operations Building -14445 Lake Poway Rd. • Vehicle Maintenance -14415 Lake Poway Rd. K. OTHER 1. Hoy riv cost for Power washjnq; a. Work requested for Power washing at any facility will be billed on a time and materials basis using a standard hourly rate (which shall include labor, materials, overhead and profit). 46 of 55 September 15, 2020, Item #6Attachment 2 MANUFACTURER'S SPECIFICATIONS FOR CITY HALL FLOOR MAINTENANCE Armstrong® Premium and Standard Excelon Vinyl Composition Tile . . Basic Standard: o Do not wash, scrub, or strip the floor for at least four (4) to five (5) days after installation. o Sweep, dust mop, or vacuum frequently and thoroughly. o Damp mop with a diluted neutral detergent solution such as Armstrong S-485 floor cleaner -carefully wiping up black marks and excessive soil. A "light" scrubbing with an automatic floor machine may also be performed. o After damp-mopping or light scrubbing, the floor may be sorey-buffed or burnished (dry-buffed) to restore gloss. Deep Cleaning: o Use of good quality maintenance products and conscientious regular adherence to a quality maintenance program will greatly reduce the need for stripping. Stripping should be done only when necessary. Do not use no-rinse strippers (solvent-based} within the first two years of the installation. This type of stripper may cause adhesive failure. o If the floor is badly scratched, strip the floor using a stripping detergent and a floor machine of 10-250 rpm capability equipped with a scrub brush or scrubbing pad (3M blue or equal). o Thoroughly rinse and allow to dry (do not flood the floor with rinse water, scrubbing or stripping solutions). o After the floor has been thoroughly stripped, rinsed and dried, apply 3-5 coats of high-quality acrylic polish. The use of sealers is optional but may be recommended by the manufacturer of the polish. Allow at least 30 minutes drying time between applications. Do not allow traffic on the floor for the length of time specified by the polish manufacturer. Rubber (Resilient) Floor Tiles -Johnsonite® • Basic Standard: o Do not perform any maintenance on the products for 72 hours after installation is completed. o Thoroughly sweep or vacuum the entire surface area to remove all loose dirt and grit. o Prepare a cleaning solution by mixing 1 oz. to 4 oz. of neutral detergent (pH of 7-8) per gallon of warm water. The dilution depends on light to heavy soil conditions. o Apply the solution with a clean "nylon" or "rayon" mop, and let stand for 5-15 minutes. IMPORTANT: DO NOT LET THE SOLUTION DRY. o Agitate the solution on the area with the mop, then wet vacuum or mop up the cleaning solution. o Rinse with CLEAN COLD WATER and then remove all the water by vacuum or mop. o Allow the product to thoroughly dry. • Deep Cleaning: o If desired, one or two coats of a liquid, acrylic floor finish may be applied to improve gloss level and ease cleaning. Follow the manufacturer's directions for applications and drying times. Linoleum Floors -Marmoleum® Real/Fresco/Dual Forbo's modern linoleum flooring (MARMOLEUM®) is coated at the factory with a clear acrylic coating known as E.T.C. Finish. It is designed for excellent protection during installation, and if kept 47 of 55 September 15, 2020, Item #6Attachment 2 clean, needs little if any additional finishes applied. The E.T.C. Finish will easily work in combination with any other finishes. It should not be removed. Therefore, traditional wet stripping methods must not be used on linoleum. If the factory coating is mistakenly damaged by traditional wet stripping methods, the linoleum itself will absorb the stripping solutions. The caustic nature of most strippers will also cause a color change in linoleum, normally yellowing any of the lighter shades of color. If it absorbs the solution, the linoleum will expand and become softer. In this softened state, it is easily damaged with the heavy-duty stripping pads normally used in the traditional wet stripping method. Linoleum should not be subjected to the traditional aggressive wet stripping process. Linoleum should be cared for by staff trained to understand the following: An initial stripping procedure commonly recommended to remove the factory or "mill" finish from many types of resilient floors to promote better adhesion of floor finish, is not necessary or recommended with linoleum. A regular floor maintenance program as described below should be followed closely. If there are any questions, Forbo Industries will be glad to arrange a maintenance seminar prior to the initial maintenance. A well-trained staff using a schedule of regular maintenance will virtually eliminate the need for stripping and is the recommended approach to linoleum care. Minimizing the amount of chemicals used to maintain the floors will not only lower maintenance cost, but is safer for both indoor air quality and the environment. • Basic Standard (Daily/Regular Maintenance): o Remove all surface soil, debris, sand, and grit by sweeping or dust mopping. + Option 1 -"Dry maintenance method" (preferred method): Spray and b..Jffusing a rotary buffing machine (175-1500 rpm) with a nylon buffing pad and spray buff solution such as Butcher Over Drive, Taski P-44, Johnson Trailblazer, or equivalent. + Option 2 -"Wet maintenance method": Use neutral pH (7.85) cleaner su::nas Butcher Sundance, Taski R-50, Johnson Stride, or equivalent. • When using automatic scrubber, use scrubbing pad. • When using mop and bucket, use clean mop and change solution regularly. • TAKE CARE NOT TO SATURATE THE FLOOR, USE AS LITTLE WATER AS POSSIBLE. • If gloss needs to be restored, or for severe scuff marks, buff a fine mist of a buffing solution such as Butcher Over, Drive, Taski P-44, Johnson Trailblazer, or equivalent. • Deep Cleaning (Scrub and Recoat) o Dust mop to remove loose soil. o Heavy scrub using rotary scrubber, or automatic scrubber with scrubbing pad and double strength of neutral pH (7-8.5 detergent such as Butcher Sundance, Taski R-50, Johnson Reveal, or equivalent. o Pick up solution with a wet vac. o Rinse with clean water and allow floor to thoroughly dry. o Apply 1 to 2 thin coats of floor finish following initial application procedure. • Enhanced/Surface Preservation [Restorative Maintenance (Strip and re-coat: use only if scrub and recoat is not effective)]: 48 of 55 September 15, 2020, Item #6Attachment 2 o Dust mop to remove loose soil. o Use rotary scrubber or automatic scrubber with scrubbing pad and stripper solution such as Taski Linostrip, Butcher Clean Break, or equivalent, following instructions on the container carefully. o Pick up solution with wet vac. o Rinse with clean water and wet vac. o Apply 1 to 3 coats of floor finish following initial application procedures. Bamboo Wood floorjng tGAO FENG co" lac, Mount Bamboo, ceramjc Eioisb • Basic Standard (Routine Cleaning) o Do not wet a bamboo floor with water. When using any floor cleaner that requires mixing with water, follow mixing directions precisely. Heel or scuff marks and stubborn stains may be removed by lightly rubbing with a cloth and wood floor cleaner. o Floor must be dust mopped, vacuumed or swept with a soft bristle broom daily, or as often as necessary to remove grit and dust from the surface. o Area rugs located in areas where wear is most likely to happen, shall be shook out or vacuumed and replaced in original locations. • Enhanced/Surface Preservation (Long Term Maintenance): 49 of 55 o Urethane finishes eventually will show wear patterns from surface scratching. When high traffic areas begin to look dull, it is time to recoat, or restore the finish. Always from the manufacturer's recommendations. [Remainder of Page Left Blank Intentionally] September 15, 2020, Item #6Attachment 2 LIMESTONE MAINTENANCE Protection: Limestone is porous by nature. It will absorb stains from any things including dye in many grouts. To insure the best possible installation, as well as construction site selection, 511 lmpregnator should be applied as a grout release prior to grouting the stone. Application of 511 lmpregnator will resist grout dye absorption, facilitate grout residue -removal (up to 45% faster), and offer stain resistant protection during construction. 511 lmpregnator will not change the natural look of the stone. Clean the surface using Miraclean #1 or Liquid Poultice. These cleaners are safe for all types of stone and tile. Use a Marble Master Floor Machine, brush and wet vacuum. In small areas, a hand brush may be used. In large areas, an auto-scrubber may be used. Apply 511 lmpregnator to a clean, dry and dirt-free surface. Apply using a soft cloth, clean mop or pump sprayer. Apply only enough to wet the surface to the eye. Allow to stand 5 minutes and remove the excess with dry towels where necessary (Porous stones will have no residue problem due to high absorption). Although the 511 lmpregnator requires a 24-hour cure time before grouting, typically it will be dry to the touch in 30-45 minutes. Removing grout will usually require a sponge and water. In areas that will be exposed to oils and greases, or any areas that require added protection, apply 511 Pre-Treat after grout removal. 511 Pre-Treat used prior to 511 lmpregnator makes porous surfaces more resistant to staining materials, especially oils. Apply 511 Pre-Treat using a soft cloth, clean mop or pump sprayer. Apply only enough to wet the surface to the eye. Allow to stand 5 minutes and remove any excess with dry towels where necessary (Porous stones will have no residue problem due to high absorption). 511 Pre-Treat will typically be dry to the touch in 30-45 minutes. Allow the surface to cure for 12 hours before applying 511 lmpregnator as directed above and in the product data sheet. This will allow the grout to be protected as well as the stone. In areas where oils and greases will not be a problem, (building facades and walls, etc.) after grout removal, apply 511 lmpregnator as directed above and in the product data sheet. This will allow the grout to be protected as well as the stone. Color enhancement for flamed, bush hammered, andtexturized limestone Mira Matte is a unique blend designed to enhance the natural color and texture of flamed, bush hammered, split face, and other textured limestone. Mira Matte leaves a beautiful matte finish. Mira Matte can be used after 511 Pre-Treat and 511 lmpregnator. In areas where oils and greases are not a problem, Mira Matte may be used by itself. Apply Mira Matte with a natural fiber brush, stiff paint brush or pump sprayer. Apply as evenly as possible. Two applications are necessary. Proceed with the second application when the first is dry to the touch. Be sure to even out the chemical and do not allow it to puddle on the surface. Mira Matte can be walked off over time and will need to be stripped and re-applied on an as needed basis. Maintenance Daily dry dust mopping will keep dust, grit, and sand off the stone. Although limestone will not wear as rapidly as polished stone, it is still wise to keep it as clean as possible. Mira Soap is a natural, concentrated cleanser and protector. Mira Soap cleans and protects all in one step. Add Mira Soap to your mop water and damp mop the stone. NO RINSING IS NECESSARY. Mira Soap can be used as often as desired with no harm to the stone. 50 of 55 September 15, 2020, Item #6Attachment 2 Period deep cleaning (monthly/quarterly) may be necessary. Use Liquid Poultice or Miraclean #1 as directed with HOTwater. After deep cleaning, go back to Mira Soap for daily maintenance cleaning. Stain Removal Liquid Poultice will remove most stains from limestone without marring the surface. Apply as directed for typical stains. If a stain is unable to be removed with the standard method, prepare a poultice by mixing Liquid Poultice with whiting, white flour or paper towel. Apply to the stain, cover with plastic wrap, and tape down surrounding edges. Allow the mixture to dry completely. Remove with a wooden paddle or putty knife and rinse well. Multiple applications may be necessary. [Remainder of Page Left Blank Intentionally] 51 of 55 September 15, 2020, Item #6Attachment 2 SLATE MAINTENANCE, CARE AND REPAIR Slate is a quarried stone used for fireplaces, hearths, and floors in the home. As slate is a porous stone material, it should be sealed. Get a special slate floor sealer from the flooring dealer or home center. The sealer penetrates the upper surface of the slate, and protects it from soil and scratches, and from grease. To clean slate, brush wall surfaces occasionally to remove dust and "freshen" or dust with dusting attachment of a vacuum cleaner. Wash slate floors with detergent and water. Slate is not damaged by alkali cleaners, but strong solutions are not needed for cleaning. Rinse well and wipe dry. A water based, self-polishing wax can be applied over a clean, dry, sealed floor for extra protection and shine. Weekly damp mopping with a barely damp mop on a waxed floor will keep it clean for quite a while before the washing with detergent is needed. If you an electric polish, solvent based polishing wax may be used to clean and wax. This must be buffed. Do not use wax around fireplaces. [Remainder of Page Left Blank Intentionally] 52 of 55 September 15, 2020, Item #6Attachment 2 MANUFACTURER'S SPECIFICATIONS FOR POOL FLOOR MAINTENANCE sateGuard Hydro SHp-Retardant Sheet floorjnq This material is designed for slip retardance, so floor polish is not recommended as they will adversely affect the slip-retardant properties of these floors. They should not be buffed or burnished. • Daily Maintenance 53 of 55 o Sweep or vacuum thoroughly. o Damp-mop or lightly scrub the floor with the appropriate brushes. Use a neutral detergent solution such as Armstrong S-485 Floor Cleaner at 3 to 4 ounces per gallon. o DO NOT USE A FLOOR POLISH. [Remainder of Page Left Blank Intentionally] September 15, 2020, Item #6Attachment 2 COVID-19 EXTRA CLEANINGS 1. Overview: The following item is an "Additive Alternate Bid Item". To bid on this Additive Alternate Bid Item, a Contractor must also bid on the City's janitorial services base bid. The COVID-19 Extra Cleanings are optional specialty services that will occur based on the needs of the City and are not guaranteed for any period of time or for a minimum dollar amount. 2. Scope of Services: A. The contractor shall wear disposable non-fabric gloves (e.g., latex, nitrile, etc) and be responsible for providing all personal protective equipment used in cleaning and disinfecting. B. The contractor shall clean (the word clean here means to wipe down in order to disinfect an area, space or surface. This does not mean take out trash, vacuum, etc.) the area(s) with a general detergent or soap and water, appropriate for the office surfaces and finishes. C. Surfaces shall be cleaned prior to disinfection, as instructed on the disinfectant manufacturer's label. The Contractor shall ensure adequate contact time for effective disinfection. D. Following cleaning, the contractor shall wipe disinfect all touch point areas and surfaces including, but not limited to: handrails, door handles, counters, tables, chairs and arm chairs, desk or work surfaces, keyboards, computer mice, phones, copier buttons, light switches, elevator buttons, microwave doors, refrigerator handles, kitchenette countertops, sinks, toilets, door handles to toilets, etc. (complete facility). i. The contractor shall use an EPA-registered disinfectant in accordance with the manufacturer's directions, and wear whatever additional protective equipment is suggested by the manufacturer. A list of EPA approved products is available at https://www.americanchemistry.com/Novel-Coronavirus-Fighting-Products-List.pdf. E. The contractor shall allow disinfectant to remain on surfaces until air dry. F. Cleaning and disinfection services shall comply with the Centers for Disease Control and Prevention (CDC) recommendations in place during the time of known exposure. CDC recommendations are available at: https://www.cdc.gov/coronavirus/2019-ncov/community/organizations/cleaning-disinfection.html. [Remainder of Page Left Blank Intentionally] 54 of 55 September 15, 2020, Item #6Attachment 2 COVID-19 EMERGENCY RESPONSE 1. Overview: The following item is an "Additive Alternate Bid Item." A Contractor can bid on this Additive Alternate Bid Item as a separate line item, e.g., a Contractor is not required to bid on the base bid and COVID-19 Extra Cleanings Additive Alterative Bid Item. The COVID-19 Emergency Cleanings are optional specialty services that will occur based on the needs of the City and are not guaranteed for any period of time or for a minimum dollar amount. The City reserves the right to award a separate contract for this Additive Alternate Bid Item. 2. Definition: These services will be as-needed, when there is a confirmed or suspected COVID-19 event. A COVI D-19 event is defined as an instance when someone who is confirmed or suspected to have COVID-19 enters or occupies a City facility. 3. Scope of Services: A. City will notify ("call out") Contractor of a COVI D-19 event. Contractor shall provide acknowledgement to the City it has received notification of COVID-19 event within 12-hours. B. Contractor must be able to mobilize within 24 hours of call out and be able to handle multiple offices at one time. C. Furnish a team to clean (the word clean here means to wipe down in order to disinfect an area, space or surface. This does not mean take out trash, vacuum, etc.) and apply an appropriate EPA registered COVID-19 disinfecting product and procedure for all touchpoints 6 to 8 feet down within an identified space, room and/or facility, including the floors & walls in the potentially affected area or space, which include, but are not limited to, door knobs & locks, door push bars, door edges and jambs, stair and ramp handrails, cabinet handles and drawer pulls, appliance handles, light switches, chairs, partitions, mirrors, table and desktops, telephones, toilet seats and flush handles, faucet handles, soap pumps, keyboards & mice, elevator buttons, credit card keypads, vendor machine buttons, equipment controls, television remotes, chair armrests, bedrails and countertops. Work is to be completed according to CDC standards. D. Contractor is responsible for providing all PPE's and disposing of PPEs used in the cleanup. [Remainder of Page Left Blank Intentionally] 55 of 55