Loading...
CONTRACT 7521 Maintenance and Repair AgreementAgreement No. 7521 05/2025 MAINTENANCE AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND J & L BUILDING MAINTENANCE SERVICES, LLC GM 26-01: TEMPORARY JANITORIAL SERVICES This MAINTENANCE AGREEMENT is entered into this 1st day of January, 2026, by and between the CITY OF EL SEGUNDO, a municipal corporation and general law city ("CITY") and J & L BUILDING MAINTENANCE SERVICES, LLC, a limited liability company ("CONSULTANT"). The Parties agree as follows: 1. CONSIDERATION. A. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below; B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; C. As additional consideration, CITY agrees to pay CONTRACTOR for CONTRACTOR's services an amount not to exceed $50,000.00, pursuant to the rates set forth in the attached Exhibit 'A," which is incorporated by reference. CITY will remit payment promptly, but not later than 30 days after receiving any CONTRACTOR invoice. 2. TERM. The term of this Agreement will be January 1, 2026, to April 30, 2026. The Agreement may be renewed upon mutual consent of the parties. 3. SCOPE OF SERVICES, A. CONTRACTOR will perform services listed in the attached Exhibit A. B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement. 4. PREVAILING WAGES, Page 1 of 8 Rev 7/30/24 Agreement No. 7521 05/2025 A. Pursuant to Labor Code § 1720, and as specified in 8 California Code of Regulations § 16000, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. B. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY's Engineering Division or the website for State of California Prevailing wage determination at http://www.dir.ca.gov/DLSR/PWD. CONTRACTOR must post a copy of the prevailing rate of per diem wages at the job site. C. CITY directs CONTRACTOR's attention to Labor Code §§ 1777.5, 1777.6 and 3098 concerning the employment of apprentices by CONTRACTOR or any subcontractor. D, Labor Code § 1777.5 requires CONTRACTOR or subcontractor employing tradesmen in any apprenticeship occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate must also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases will not be less than one to five except: When employment in the area of coverage by the joint appren- ticeship committee has exceeded an average of 15 percent in the 90 days before the request for certificate, or ii. When the number of apprentices in training in the area exceeds a ratio of one to five, or iii. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis state-wide or locally, or iv. When CONTRACTOR provides evidence that CONTRACTOR employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. V. CONTRACTOR is required to make contributions to funds estab- lished for the administration of apprenticeship programs if CONTRACTOR employs registered apprentices or journeymen in Page 2 of 8 Rev 7/30/24 Agreement No. 7521 05/2025 any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions. vi. CONTRACTOR and any subcontractor must comply with Labor Code §§ 1777.5 and 1777.6 in the employment of apprentices. vii. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. E, CONTRACTOR and its subcontractors must keep an accurate certified payroll records showing the name, occupation, and the actual per diem wages paid to each worker employed in connection with this Agreement. The record will be kept open at all reasonable hours to the inspection of the body awarding the contract and to the Division of Labor Law Enforcement. If requested by CITY, CONTRACTOR must provide copies of the records at its cost. 5. FAMILIARITY WITH WORK. A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has i. Thoroughly investigated and considered the scope of services to be performed; ii. Carefully considered how the services should be performed; and iii. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR's own risk until written instructions are received from CITY. 6. INSURANCE. A. Before commencing performance under this Agreement, and at all other Page 3 of 8 Rev 7/30/24 Agreement No. 7521 05/2025 times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of • iw ',:sin_qle Commercial general liability $1,000,000 Business automobile liability Proof of Insurance Workers compensation Statutory requirement. A. Commercial general liability ("CGL") insurance must meet or exceed the requirements of ISO-CGL Form No. CG 00 01 04 13, or equivalent, covering CGL on an "occurrence" basis, including property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit. B. For automobiles, the insurance must meet or exceed the requirements of Insurance Services Office Form Number CA 0001 covering Code 1 (any auto), or, if CONTRACTOR provides proof of a personal automobile policy, such personal policy must include and indicate business venture coverage with limits no less than $1,000,000 per accident for bodily injury and property damage. If CONTRACTOR has no owned autos, Code 8 (hired) and 9 (non -owned), with limits no less than $1,000,000 per accident for bodily injury and property damage must be included in coverage. C. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by CITY will be excess thereto. CITY's additional insured status will apply with respect to liability and defense of suits arising out of CONTRACTOR's acts or omissions. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to CITY, and the notice must include any necessary endorsement to facilitate such notice to CITY. D. CONTRACTOR will furnish to CITY valid Certificates of Insurance Page 4 of 8 Rev 7/30/24 Agreement No. 7521 05/2025 evidencing maintenance of the insurance required under this Agreement, a copy of an Additional Insured endorsement confirming CITY has been given Additional Insured status under the CONTRACTOR's General Liability policy, and such other evidence of insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII." E. Required insurance endorsement language is as follows: i. Additional Insured Endorsement with this language: "The City of El Segundo, its elected and appointed officials, employees, and volunteers as additional insureds." ii. Cancellation Endorsement with this language: "The City of El Segundo will receive thirty (30) days written notice in the event of cancellation, nonrenewed or reduction." iii. Primary and Non -Contributory Endorsement with this language: "Coverage is primary and non-contributory such that any other insurance that may be carried by the City will be excess thereto." 7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: A. CONTRACTOR furnishes proof of insurance as required under Section 6 of this Agreement; and B. CITY gives CONTRACTOR a written Notice to Proceed. C, Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR's own risk. 8. TERMINATION, A. Except as otherwise provided, CITY may terminate this Agreement at any time with or without cause. Notice of termination will be in writing. B. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. C. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. D. By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CITY's termination under this Page 5 of 8 Rev 7/30/24 Agreement No. 7521 05/2025 Section. INDEMNIFICATION. A. CONTRACTOR indemnifies and holds CITY harmless from and against any claim, action, damages, costs (including, without limitation, reasonable attorney's fees and penalties), injuries, or liability, arising out of this Agreement, or its performance including, without limitation, damages or penalties arising from CONTRACTOR's removal, remediation, response or other plan concerning any Hazardous Waste resulting in the release of any hazardous substance into the environment. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of this Agreement, or its performance, CONTRACTOR will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or otherwise. B. For purposes of this section "CITY" includes CITY's officers, officials, employees, agents, representatives, and volunteers. C. CONTRACTOR expressly agrees that this release, waiver, and indemnity agreement is intended to be as broad and inclusive as is permitted by the law of the State of California and that if any portion is held invalid, it is agreed that the balance will, notwithstanding, continue in full legal force and effect. D. It is expressly understood and agreed that the foregoing provisions will survive termination of this Agreement. E. The requirements as to the types and limits of insurance coverage to be maintained by CONTRACTOR as required by this Agreement, and any approval of said insurance by CITY, are not intended to and will not in any manner limit or qualify the liabilities and obligations otherwise assumed by CONTRACTOR pursuant to this Agreement, including, without limitation, to the provisions concerning indemnification. 9. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as an independent contractor and will have control of all work and the manner in which is it performed. CONTRACTOR will be free to contract for similar service to be performed for other employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of control Page 6 of 8 Rev 7/30/24 Agreement No. 7521 05/2025 over the work means that CONTRACTOR will follow the direction of the CITY as to end results of the work only. 10. NOTICES. All notices given or required to be given pursuant to this Agreement will be in writing and may be given by personal delivery or by mail. Notice sent by mail will be addressed as follows: If to CONTRACTOR: Attention: Lori Reyes J & L Building Maintenance Services, 6635 E. Florence Avenue, Suite 337 Bell Gardens, CA 90201 (323) 839-8046 Itovar@jlbmco.com If to CITY: Attention: Jorge Prado LLC City of El Segundo 350 Main Street El Segundo, CA 90245 (310) 524-2715 jprado@elsegundo.org Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States Mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 11. PROHIBITED USE OF ARTIFICIAL INTELLIGENCE. A. Restriction on Artificial Intelligence Usage. CONTRACTOR must not utilize, employ, or incorporate any form artificial intelligence, machine learning, or other similar technologies (collectively, "Al") in the provision of professional services in this Agreement without CITY's express written consent. B. Exclusions. The Al prohibition set forth directly above will not apply to general business tools and software that may have Al components but are not directly involved in the execution or delivery of professional services that this Agreement covers, provided that such tools and software do not significantly impact the quality or nature of such services. C. Notification. CONTRACTOR must promptly notify CITY, in writing, of any proposal to employ Al in connection its provision of services to the CITY under this Agreement. CITY will have the sole discretion to grant or deny Page 7 of 8 Rev 7/30/24 Agreement No. 7521 05/2025 such proposal. 12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. 13. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character. 14. CONSTRUCTION. The language of each part of this Agreement will be construed simply and according to its fair meaning, and this Agreement will never be construed either for or against either party. 15. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any other provision, nor will such waiver constitute a continuing waiver. 18. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. 19.AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon approval and ratification by the El Segundo City Council. This Agreement is not binding upon CITY until executed by the City Manager. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written agreement. CITY's city manager may execute any such amendment on behalf of CITY. 20. ELECTRONIC SIGNATURES. This Agreement may be executed by the Parties on any number of separate counterparts, and all such counterparts so executed constitute one Agreement binding on all the Parties notwithstanding that all the Parties are not signatories to the same counterpart. In accordance with Government Code § 16.5, the Parties agree that this Agreement, Agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered Page 8 of 8 Rev 7/30/24 Agreement No. 7521 05/2025 signed when the signature of a party is delivered by electronic transmission. Such electronic signature will be treated in all respects as having the same effect as an original signature. CONSULTANT warrants that its signatory (or signatories, as applicable) to this Agreement has the legal authority to enter this Agreement and bind CONSULTANT accordingly. 21. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions of this Agreement will govern and control. 22. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 23. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion, war, terrorist act, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties' control, then the Agreement will immediately terminate without obligation of either party to the other. 24. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole agreement between CONTRACTOR and CITY respecting lead based stabilization. To the extent that there are additional terms and conditions contained in Exhibit "A" that are not in conflict with this Agreement, those terms are incorporated as if fully set forth above. There are no other understandings, terms or other agreements expressed or implied, oral or written. [SIGNATURES ON FOLLOWING PAGE] Page 9 of 8 Rev 7/30/24 Agreement No. 7521 05/2025 IN WITNESS WHEREOF the parties hereto have executed this contract the day and year first hereinabove written. CITY OF EL SEGUNDO a g 6e I law city. Eyarrell George City Manager ATTEST: APPROVED AS TO FORM: MARK D. HENSLEY, CITY ATTORNEY By: QDavidKing, Assist n City Attorney INSURANCE REVIEW: Page 10 of 8 J & L BUILDING MAINTENANCE M C Name 6wv- � Title Taxpayer ID No. Y� " yz 4 753e- Rev 7/30/24 Agreement No._7521 EXHIBIT A J & L Building Maintenance Services 6635 E Florence Ave Suite 337 Bell Gardens, CA 90201 Tel: 323.839.8046 Fax: 323.430.8078 Attention: City of El Segundo Attn: Jorge Prado 350 Main St. El Segundo, CA 90245 Agreement No. 7521 December 19, 2025 City of El Segundo Attn: Jorge Prado 350 Main St. El Segundo, CA 90245 Dear Mr. Prado: We certainly appreciate this opportunity to offer our proposal for your janitorial service needs. We at J & L feel that we are uniquely qualified to deliver superior cleaning and related service quality to the facility and staff of City of El Segundo And here is why.. J & L is... A good cleaning service experience starts with a good cleaning service proposal. That's why we have taken note of the unique service needs of your facility, and have used time -tested work -loading methods to calculate the man-hours required, in reality, to deliver everything that we are promising in our Service Specifications. We will equip our well -trained workers to be successful in their duties, ensuring that they have the proper cleaning arsenal to completely fulfill everything promised in our Specifications. Furthermore, our Healthy BuildingCleaning Program does a betterjob of dust removal, detail cleaning, and overall building sanitation than the outdated methods still used by the majority of cleaning companies today. We are superbly staffed in the areas of supervision, management, and quality control, ensuring that our cleaning staff is well trained, and never "abandoned" in their efforts. Our proactive team members will be physically present and active in your facility on a regular basis, training, inspecting, and overseeing the work to ensure the results meet your expectations. lif you have any questions or comments, or if there is anything we need to add -to or alter in our proposal to better meet your needs, please don't hesitate to call. We stand ready to serve and look forward to working with you. Very Sincerely, LoYt RtUeS President/CEO Cell: 323.839.8046 E-M: Ltovar@jlbmco.com Agreement No. 7521 ✓ Commercial Real Estate ✓ Construction Cleanup ✓ Industrial Manufacturing ✓ Healthcare Facilities ✓ Schools ✓ Religious Centers ✓ Financial Institutions ✓ Retail Centers ✓ Residential Communities ✓ ... And More v ,r Financial Insti tUti ons ✓ Complete Janitorial Services (Healthy Building Cleaning Program) ✓ Day Porters, Matrons, & Standby (Special Event) Labor ✓ Specialty Hard Floor Care ✓ Specialty Carpet & Upholstery Cleaning ✓ Specialty Glass Care (Window Washing) ✓ High Pressure Steam Cleaning ✓ Parking Lot Sweeping ✓ Construction Clean-up ✓ Restroom & Kitchen Supply ✓ Integrated Facility Services ✓ ...and more! Agreement No. 7521 iVIP �. �i w, ¢+r.a.4) a ",PO4w � Itl H�17yp R9riipM`grvnno-em CawpsE R�IsY�'�.Q f� Cm $'i * Foo, Cpaa. IV—M,,, y Yro J & L is a financially sound company, always striving to run our operations as efficiently as possible. We have an excellent banking relationship, allowing us to manage our accounts effectively. We can easily provide any equipment and labor needed as well as supporting any additional growth. Our employees and clients alike can feel secure with our financial stability and management, Additionally, through effective management„ training„ and supervision, we have kept our insurance premiums low and are able to turn those savings back over to our clients in the form of very competitive pricing. J & L will maintain public liability and property damage insurance fully insuring our company against liability imposed by the law or assumed under this agreement for injury to or death of any person or loss of or damage to property arising directly out of the work performedby our company here under with limits of. Also contained is insurance against liability incurred by our company to all employees of our company and their dependents, heirs and assigns for injury to or death of any of our employees arising under workers' compensation laws, employer's liability, industrial insurance or other law or similar general character now or hereinafter applicable. Certificates of insurance naming the client as "Additionally Insured" can be provided upon request. Any claim against J & L BUILDING MAINTENANCE arising out of any conduct or omission giving rise to the claim must be made immediately after knowledge of the events leading to the claim is received, and in no case more than one (1) week after the events should reasonably have come to the attention of the client. Client waives and releases all claims against contractor which are not presented in a reasonably timely manner. All new hires are subject to a thorough hiring processes, verifying identity and legal status to work in the United States. Other reports can include criminal records checks, DMV checks, etc. Additional reports are available at the request of the client. Although the work of cleaning is generally non -technical, in nature, the level of service quality is greatly enhanced when the people performing the work are properly trained, thoroughly equipped, and are brought into the team -like vision of how success in their individual roles is defined and how it plays into the overall success of the company. Training at J & L is both initial and ongoing. Safety, security, ergonomics, conduct, and communication are essential points. Next come procedures, equipment, chemicals, supplies, and reporting. This information is passed throughout, both in our office and in the field, in our client's facilities, by our Management Team Agreement No. 7521 SeamlessIII nspII[tion We want to make this transition and easy and seamless as possible. The process will be accomplished without any disruptions to your company. We will create a specific plan for your facility. Our teams will work together and assist you in any way possible to make the transition a smooth one. Our goal is to have this transition done in as little time possible. Normally it takes up to four weeks to successfully transition. J & L will conduct meetings to ensure that the startup plan meets with your approval. We will discuss all the phases of the transition with you and our team. Our team will be dedicated to provide you with a seamless transition. *Initial Meeting -Finalize Contract -Transition Plan -Key Startup Activities *Discuss Expectations *Equipment and Supplies *Biting and Accounting •Quality Control Program Agreement No. 7521 Our field staff consists of the President of the Company, Vice President of Operations, Quality Manager, Operations Managers, Operations Assistants / Utility (specialty) Techs, and many full and part-time custodians working throughout our coverage area. We compensate our employees fairly and, thereby, enjoy an extremely low turnover of personnel. All employees are screened carefully and applications are available to you at all times. Our employees are appropriately instructed in the areas of safety, building security, conduct, communications, and on-the-job ergonomics. Work on your premises will be performed by permanently assigned employees. Regular day and night inspections of our client's facilities are performed by our management and supervisors in order to ensure consistently high levels of workmanship. Our service department is available 24 hours daily to handle any emergencies or special requests. Operationsr Responsible for the services performed within a specific District(s), our Operations Managers are generally our swing -shift liaisons between the client, the service staff, and J & L's upper management. They report directly to the President of J & L and / or Vice President of Janitorial Operations. Operations i / Utility (Specialty) Techs Operations Assistants generally assist the Operations Managers in a territory within a District. They can act as the evening's direct link between the Operations Managers and the cleaning staff„ perform various specialty services work (such as hard floor care, carpet care, etc.), and may also, depending on the circumstances, interact with the client representative. Working Foremen & On -site Project Managers For facilities large enough to warrant and support on -site management, these individuals are the day to day coordinators and liaisons for the rest of the custodial staff. They communicate directly with our Operations Managers and / or Operations Assistants and may also communicate regularly with the client representative. Agreement No. 7521 Environmental "Goreein" Services Through our recently implemented Healthy Building("Green") Cleaning Program,we take advantage of the latest in cleaning industry technology to clean for the health of the occupants and workers in our clients' facilities, but in a way that lessens the negative impact of that cleaning on the outdoor environment that sustains us all. Additionally, we are aware of the Occupational Safety and Health Act (OSHA) rules and will follow all applicable safety measures. We will notify you, the client, of any discrepancies which may violate these rules. ➢ We use 4-level micro -filtration vacuums in both backpack & upright vacuuming for enhanced fine particle removal and thorough detail vacuuming capability... HEPA filtration and / or Quiet -Pro ® vacuums are available for more sensitive areas. M w` ➢ Our standard cleaning arsenal now includes micro -fiber cloths and mops to actually get the dust and dirt OUT of the facility — and not just push it around... r ➢Sanitary color -coding is our way of separating the restroom cleaning supplies from those used other areas. Dual -compartment mop buckets prevent potentially damaging splashes while further isolating contaminants through separating the clean solution from the dirty. Color -coded buckets are available for large facilities. Agreement No. 7521 J & L, unless arranged otherwise, generally furnishes all cleaning equipment, chemicals, and supplies necessary to perform the work listed in our proposal. All supplies will be of recognized quality and all equipment will be regularly maintained and upgraded as required. The client will generally provide all restroom and kitchen supplies, trash liners, light bulbs, and other such items as used / consumed by the client's staff and visitors. J & L can provide these items as well, and a price list for these items is normally included with our proposal. J & L provides quality service which includes the equipment. We have standardized equipment and employees. • Quality Products • Access to Innovative Products • Quality Control • Prompt Deliveries supply and have fully trained Sanitary-coloir-coding is our way of separating the restroom cleaning supplies from those used other areas. Dual -compartment mop buckets prevent potentially damaging splashes while further isolating contaminants through separating the clean solution from the dirty. Color -coded buckets are available for large facilities. Our standard cleaning arsenal now includes micro -fiber cloths and mops to actually get the dust and dirt OUT of the facility - and not just push it around Agreement No. 7521 Service Specifications Location, Days, and Times of Service Client: City of El Segundo Location: Various Facilities 350 Main St. El Segundo, CA 90245 Contact: Jorge Prado Facilities Supervisor Phone: 310.524.2713 Email: jprado@elsgundo.com Frequency of Service: Various Days of Service: Sunday through Monday as Stated on Schedule Hours of Service: After normal business hours. Access I equl iced; Any Key and < or Alarm Code Access to All Cleanable Spaces Serviceable Areas Included See Attached Agreement No. 7521 JANITORIAL CONTRACT SCOPE OF SERVICES FOR CITY OF EL SEGUNDO BUILDING FACILITIES PROJECT LOCATION: The project consists of providing janitorial services at sixteen (16) locations throughout the City of El Segundo, which include the Library, City Mall, Police, Recreation Park facilities, Wiseburn Aquatic Facility and the El Segundo Lifeguard Station as described in detail on the following pages. SCOPE OF SERVICES It is the intent of these specifications to provide for the inclusion of all labor, materials, equipment, protective measures, tools, transportation means and supervision necessary for the janitorial services described in the following Scope of Work. I. SCOPE OF WORK Contractor shall supply all labor, material, equipment and supervision of reliable crews experienced to provide janitorial services described herein. The locations, areas to be cleaned and hours of access for each location vary according to Table 1. The City reserves the right to add or remove locations and to change the work hours and shift schedule. The contractor shall be notified at least one (1) full week prior to any such changes. Agreement No. 7521 Regular Daily Service Includes but is not limited to.: • Empty and clean all wastebaskets and other waste containers and insert new appropriate plastic liners in all wastebaskets and containers on a daily basis. Clean all floors by sweeping and/or dust mopping, including halls and interview rooms. Damp mop all spots/stains as needed. Move and return furniture, chairs, etc. to their appropriate location as needed for cleaning. • Vacuum all carpeted areas. Spot clean or damp mop all spots/stains as needed. Move and return furniture, chairs, etc. to their appropriate location as needed for cleaning. • Clean all counters and display cases. • Clean and disinfect the drinking fountain and all kitchen and bathroom sinks (dispose of all items left in the sink). • Clean all marks, and smudges from the reception windows, counters, chairs, and other furniture in lobby areas. • Thoroughly clean all urinals, toilets and lavatories with a solution containing a commercial grade, approved disinfectant. • Damp mop lavatory floor areas with a germicidal solution. • Spot clean walls around sinks, urinals and toilet bowls. • Clean restroom mirrors and bright metal. Refill all soap, towel, air freshener, and paper product dispensers nightly. Dust the tops of the lavatory partitions. • Wash entrance door glass and frames to remove hand marks and smudges. • Remove and deposit trash in the designated containers daily. Empty recycle bins and shredders at each workstation daily. Place all trash from buildings into designated areas outside of building for municipal collection. • Remove all identified recyclable materials to the recycle bins. • Leave written notice of any irregularities noted during servicing, i.e. defective plumbing fixtures, electrical problems, burned -out lights, and breakage or damage to bulbs for the City's Building Maintenance Supervisor. • Turn off all lights except those required and designated to be left on. Set automated alarm system upon completion of janitorial service where appropriate. • Wash, dry, and store dishes, pots, pans, and kitchen utensils in designated cabinets after these evening meetings have ended: o City Council meetings (1st and 3rd Tuesday of the month) o Planning Commission (2"d and 4tn Thursday of the month) o Recreation Park Commission meetings (3rd Wednesday of the month) • Any questionable items left near trash cans are not to be removed unless clearly marked. • Clean company logos and signs throughout all areas • In the Young People's Library area, dust and polish with non -toxic cleaners (soapy water on Plexiglas on Living Coral Reef) to ensure safety of fish and longevity of the Plexiglas • Clean and remove building graffiti • Polish all brass/stainless handrails, doors and trim surfaces with approved polish • Empty exterior ash urns from all buildings where present; replace sand as needed • For Restrooms and Locker Rooms, additionally, o Restock all soap, toilet paper and paper towel supplies o Clean toilets including exterior surfaces o Clean all mirrors o Clean and refill dispensers o Clean sinks, faucets, chrome fittings, and toilets o Empty Sanitary Napkin containers and replace Liners as needed. o Spot wash walls and dispensers o Spray odor control o Sweep, wet mop and sanitize floors o Ensure air fresheners are available in all restroom stalls For Restrooms and Locker Rooms in the Joslyn Center, and the Clubhouse, additionally, o Mop locker room floors Agreement No. 7521 o Restock all soap, toilet paper and paper towel supplies • For all public restrooms in Recreation Park, Campus El Segundo, and Hilltop Park, additionally, o Ensure that all the restrooms are completely cleaned as described above o Restock all soap, toilet paper and paper towel supplies • For Lunchrooms, additionally, o Clean all tables and chairs and counter tops o Clean appliances — stovetops, refrigerators, coffee machine and microwaves • For City Manager/City Council Kitchen o Clean appliances including stovetops, refrigerators, coffee machines, microwave oven, and toaster oven o Wash and put away dishes o Clean kitchen counter o Mop and sanitize floor • For City Manager's Office and waiting area o For City Manager's office, clean, wipe off, dust the City Manager's desk, bookcase, conference table, windowsill, computer, printer, TV, coat rack, chairs o For City Manager' office, clean floor mat o For City Manager/City Council waiting area, clean, wipe off, dust waiting area tables and chairs daily o Vacuum daily • For Elevators, additionally, o Turn OFF Elevator o Wet mop and sanitize floor o Clean elevator walls and control panel o Wipe down doors inside and out. o Sweep and vacuum door tracks on both levels. o For Library elevator, clean interior and exterior brass doors, panels, and call buttons. o For City Hall elevator, clean interior and exterior stainless steel doors, panels, and call buttons o For Joslyn Center elevator, clean interior and exterior painted doors, wood panels and all buttons o Turn ON Elevator • Secure facility upon completion of work Weekly service includes but is not limited to: • Clean the inside of microwave ovens • Clean and disinfect tables in employee lounge areas • Clean windows/glass in conference rooms • Dust all telephone receivers and office furniture windowsills, low ledges, baseboards, blinds, picture frames, moldings and counters office equipment and furniture • Empty coffee filters / coffee grounds from coffee machines and dispose of them in a trash receptacle • Wash and rinse any coffee pots • Thoroughly clean the entire restroom or restrooms in each facility; sanitize the floor and tile area on the walls; remove any hard watermarks and soap scale from faucets • Systematically clean and dust all library bookshelves on a continuous, rotational basis General Monthly Service includes but is not limited to: All Monthly work shall be done during the week that includes the 1 st business day of the month and shall be ready for inspection on the Monday of the following week. • Perform complete "high" dusting —includes pictures, frames, sills, door jambs, ceiling vents and grilles, fixtures and diffusing lenses, spotlights, baseboards, shades, drapes, blinds and any area Agreement No. 7521 not included in daily cleaning • Dust/wax City Manager's wrap -around desk/file cabinets, bookshelves, coat rack, and conference table • Vacuum upholstered furniture — vacuum under cushions • Clean soil spots from chairs • Clean and high-speed buff all tile floors, hallways and restroom floor tiles • Carpet cleaning as needed or requested • Pressure wash front entrance, stairs, sidewalk, entryways, and north restroom ramp of the Library • Spot clean carpeted areas of the Library as requested Quarterly Service includes but is not limited to: N/A All quarterly work shall be done during the first two weeks of the quarter (in the months of January, April, July and October) and shall be ready for inspection the third week. • Dust/wax each desk top • Dust/wax tops of all filing cabinets • Wipe down/disinfect chairs in lobby areas • Clean all trash containers with detergent • Wipe/clean/remove any visible dust from heating/air conditioning vents • Strip and wax (three coats) all tile/linoleum surfaces • Machine scrub tile floors in restrooms, showers and locker rooms; sanitize all floor and wall surfaces • At Library, clean interior windows Bi-Annual Service (January and June) N/A • Steam clean or shampoo all carpeted library areas using approved cleaning methods and equipment • At Library, clean all exterior library windows • Shampoo the Joslyn Center, Teen Center, Clubhouse and Checkout carpet using approved cleaning methods and equipment • Wax and polish floors in the following Recreation Park areas: o Teen Center o Joslyn Center o Clubhouse Annual Service (June) N/A • Strip and wax floors • Steam clean or shampoo all carpeted areas using industry approved cleaning methods and equipment • Clean all windows in building • Remove all cobwebs from corners, ceilings and window frames Additional Service (Varies) N/A • The City may, at its discretion, direct the Contractor to perform additional work for special City events • Up to (12) events per year, full day • Pricing for this additional service shall be included in:the Proposal as a flat rate of $10,000/year Agreement No. BUILDING MAINTENANCE Defined list of each P&G item to be used. All products are part of a Closed Loop, this defines that the product must be used with a dispensing system. • PGC30250 — Comet Closed Loop Disinfecting Cleaner w/Bleach — Application: All - Purpose Cleaner, Applicable Material: Ceramic, Fiberglass, Plastic, Porcelain, Stainless Steel, Tile, Chemical Compound: Bleach, Dirt Types: Grease, Grime, Soap Scum, Stain. 5:1 Dilution • PGC20542 — Comet Closed Loop Disinfectant Sanitizing Cleaner — Application: Restroom Cleaner for sinks, toilets, and urinals. No rinsing required and deodorizes in one step. Non -Abrasive cleaner that cleans soap scum with little effort. 5:1 Dilution • PGC31569 — Spic N Span Closed Loop Floor Cleaner — Application: Floor Degreaser for all types of floors without floor finish. Dual -surfactant system emulsifies greasy soils and suspends them for easy removal. Delivers excellent cleaning in hard water and is non -corrosive. 42:1 Dilution • PGC32535 — Spic N Span Closed Loop Disinfecting All Purpose Cleaner —Application: Multi Surface, Disinfectant, Deodorant all in one product. 15:1 Dilution makes it economical and can be used on all types of hard surfaces including glass. • PGC39949 — Mr Clean Closed Loop Floor Cleaner— Application: Floor Cleaner that will not damage floor finishes. 128:1 Dilution 309525154 — Febreze Closed Loop Sanitizing Fabric Refresher — Application: Any soft surface such as upholstered furniture, window treatments, carpets, mattresses, duvets, lamp shades. Always test first on hidden areas of fabric. Kills 99.9% of bacteria on soft surfaces. Prevents the growth of mold and mildew. Eliminates odors wit; 14 Agreement No. BUILDING MAINTENANCE J & L Building Maintenance is a true facility care partner with our clients. With our depth of service offerings, we are capable of meeting many of your facility care needs. Here are some janitorial related services that you will surely need from time to time and that are available through us at competitive rates. Specialtyr outside of an included hard floor, care nrogram can performed upon request by the client for the following additional billing rate(s): Machine strip, clean, and refinish reasonably accessible composition tile floors. $.52 (fifty two cents) per square foot, with a minimum charge of $250 for small areas only. Hard surface stairs can be stripped and refinished for $6.00 per stair step. Specialtycarpet care can performed upon request by the client as follows: Clean, deodorize, and brighten reasonably accessible carpeting. $.42 (forty two cents) per square foot, with a minimum charge of $250 for small areas only.. Carpeted stairs can be cleaned for $3.00 per stair step. * Specialty glass care can be performed upon request from the client as follows: Wash perimeter windows using a combination of direct access, ladder access, and / or "Tucker Pole" D.I. water cleaning as necessitated by the job. Requires a separate estimate by our glass care professionals. If the service is to include the removal of hard water / mineral deposits, etc., please tell your service representative prior to our site inspection so this can be factored in our pricing. 15 11010009 Agreement NO. BUILDING MAINTENANCE TERMS OF AGREEMENT I. J & L BUILDING MAINTENANCE ("J & L") agrees to perform the services as outlined in this contract for payment by City of El Segundo The fees charged for this program, based on regular service provided 3 "days" per week, shall be: See Attached Pricing Sheet ......»..,.,,..... »......... ...... $15,005.00 Monthly The listed charges are a total figure including wages, payroll taxes, insurance, any company provided benefits, all equipment and chemicals required in the performance of listed services, supervision, as well as other standard company operating costs and profit. These fees are based on present labor costs, related fringe costs, and current operating costs. If additional federal, state, or municipal taxes are levied which affect payrolls, or if insurance charges or operating costs are increased substantially, J & L BUILDING MAINTENANCE will request that our charges be adjusted accordingly. Services will not be performed on the six (6) nationally recognized holidays except at a separately negotiated fee for special holiday services: (1) New Years Day, (2) Memorial Day, (3) Independence Day, (4) Labor Day, (5) Thanksgiving Day, and (6) Christmas Day. II. Credit terms are 30 days from date of invoice. Outstanding balances are subject to 1.5% per month interest. The undersigned agrees to pay all collection costs, court costs and legal fees incurred to collect delinquent balances. III. It is agreed that personnel employed by J & L BUILDING MAINTENANCE during any period of this agreement will not be hired by the client, either directly or indirectly, for a period of one (1) year following the termination of this agreement. IV. This agreement becomes effective and may be terminated by either party upon thirty (30) days written notice. V. If the services of an attorney are required to enforce any provision of this agreement, the defaulting party agrees to pay the prevailing party's reasonable attorney's fees for any such services, including court action. APPROVED AND ACCEPTED: J & L Building Maintenance Authorized Signature J & L Building Maintenance Lori Reyes Date Signed: City of El Segundo Authorized Signature City of El Segundo Authorized Signature Date Signed: 16 JERIN ERE Agreement No. 7521 CITY OF EL SEGUNDO PRICING SHEET FOR TEMPORARY CUSTODIAL/JANITORIAL SERVICES Urho Saari Swim Stadium, 3 days weekly 1 EFF .APRIL 1 2.25 $309.50 $0.00 $0.00 2 El Segundo Cy Library, 3 days weekly 1 6 $727.50 $2,417.00 $29,004.00 3 weekly CityHall, 3 days wee 1 6 $727.50 $2,417.00 $29,004.00 4 Police Dept., 3 days weekly 1 4 $390.00 $1,560.00, $18,720.00 Rec Park Restrooms, 3 days weekly y y 1 1.5 $225.00 $900.00 $10,800.00 6 Gordon Clubhouse, 3 days weekly y 1 3.25 $521.00 $2,084.00 $25,008.00 7 Checkout Building, 3 days weekly 1 1.5 $311.50 $1,246.00 $14,952.00 8 Joslyn Center, 3 days weekly 1 1.5 $125.00 $500.00 $6,000.00 9 Joslyn Elevator, 3 days weekly 1 0.5 $92.00 $368.00 $4,416.00 Teen Center, 3 days weekly 10 1 2.25 $225.00 $900.00 $10,800.00 11 Camp Eucalyptus, 3 days weekly 1 3 $97.50 $390.00 $4,680.00 12 Campus El Segundo, 3 days weekly 1 1 $150.00 $600.00 $7,200.00 13 Water Yard $0.00 $0.00 $0.00 14 Fire Dept. $0.00 $0.00 $0.00 14 Wiseburn, 3 days weekly 1 3.25 $405.75 $1,623.00 $19,476.00 MAINTENANCE YARD $0.00 $0.00 1 $0.00 BASE BID ANNUAL TOTAL $15,005.00 $180,060.00 In order to fully evaluate service levels for each location against pricing quoted above, please provide in writing staffing levels for each site and cumulative hours per day that you plan to dedicate to the services needed at each location. I, the undersigned, have read and understand the attached specifications for Janitorial Services.I agree to perform the work in accordance with the terms and conditions of the contract. J & L Building Maintenance Services, LL (323)839- 8046 Company Name and Telephone Number Lori Reyes Printed name of Authorized Agent 12/19/2025 Signature of Authorized Agent Date