Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
93-038 Contractual Janitorial Serv. Project 94-101
93-038 CONTRACTUAL JANITORIAL SERV. 1 of 9 PROJECT 94-101 D. AGROHMM THIS AGREEMEMr, made and entered into this day of see• 299 , by and between the CITY OF CUPFFUM, a municipal corporation of California, hereinafter referred to as "CITE", and , a Contractor with offices at. 356 HAMM a, SARM CIARR, CA, hereinafter referred to as 11CONTRACIOR"; W I T N E S S E T H: WHEREAS, CITY desires to retain the CCUTRACTOR for L SEMCBS, and WHETS, CITY desires to engage CMInWIOR to prav1de these services by reason of its qualifications and experience for perfar ming such services, and RACXR has offered to provide the required services on the terms and in the mannex set fort2: herein; NOW, T UEFCM, in consideration of their mutual covenants, the parties hereto agree as follows: i. DEEZNITICNS. (a) The ward "City1° as used in this agreement shall mean and include all the territory lying within the municipal bcundaries of the City of Cupertino, California, as presently existing, plus all territory which may be added thereto during the term of this agreement by annexation or otherwise. (b) The texm "City Manager" shall mean the duly appointed City Manager of the City of Cupertino, California, or his designate: representative. 2. PRC►Ik]CT ODORDINATION. (a) City. The City Manager shall be representative of CITY for all purposes under this agreement. The Public Works Superintendent hereby is designated as the PRCITDCT MANAGER for the City Manager, and he shall supervise the progress and execution of this agreement. (b) Contractor. CONPRACICIR shall assign a single PRO;TE7CT DIRECTOR to have overall responsibility for *he progress and execution of this agreement for CWMCIOR. hereby is designated as the PRCJ"ACT DIREMOR FOR CON RACIOF.. Should circumstances or conditions subsequent to the execution of this agreement require a substitute PRO= DIRECTOR for any reason, the PRWBCr DIRBCICR designee shall be subject to the prior written acceptance and approval of the PMJu; Nam. -1- 3. DUTIES OF awrRAcTuR. Services to be furnished in accordance with EXHIBIT "A" BID PROPOSAL and contract specifications. (a) Laws to be Observed. CDMIRAACTOR shall: (1) Procure all permits and lids, pay all ctarges and fees, and give all notices which may be necessary and incident to the due and lawful prosecution of the services to be performed by COMRAcTm under this agreement.; (2) Keep itself fully informed of all existing and future federal, state, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or eMl%,ed under this agreement, any materials used in CQmmr-TOR's performance under this agreement, or the conduct of the services under this agreement; (3) At all times observe and comply with, and cause all of its subcontractors and employees, if any, to observe and comply with, all of said laws, ordinances, regulations, orders, and decrees mentioned above; (4) Immediately report to the PRC.ITPJCT MMjAM in writing any discrepancy or inComistexcy it disarmers in said laws, ordinances, regulations, orders, and decrees mentioned above in relation to any plans, drawing, specifications, or provisions of this agreement. 4. C VMSATICK. For the performance of the services described herein by COM A0'1M, CITY shall pay 00Nf1VJkCIC R the sum of CUE ffi8M R4�`ITi'SE EIS Ski AND S AMSAY EIGHT CMM ( IM,717.88) P!ER MA less any dedut tions for work not performed and or liquidated damages, payable upon sib mission scion by CO TRACTM Of itemized billings in triplicate; provided, however, that the total sum payable to CONTRACTOR shall not P.xoeed CNE EEMM TwSM TWUMOL SKM Mal= Alm sMUTM DauAR,S Am IKEGMy MMr CMM ( 128 a 717.88) Put YM. 5. LIQUIDATFJ) DAMAMS. The Contractor shall diligently Prosecute the work to eonpletion as Wiled. The Contractor further understands that he shall pay to the City of CLV etino the unit cost per service for any and all services not performed as scheduled and one hundred fifty dollars ($150.00) per day, for each and every occurrence services are not eonpleted within the required times. :his does not relieve the Contractor from his responsibility of completing the required services that were not completed as scheduled. Any services not coWleted as scheduled shall be completed as soon as possible and at the Contractor's expense. 6. TERK. The term of this agreement :. -all be one (1) year fran the date of execution of this agreement by the parties, hereto, prwided, however, the CITY retains the option to extend the term of the contact an a year to year basis not exceeding two years from the expiration of the original term. Any such re mml shall be acocuplished by the City providing a written notice of renewal to OM'RACIOR at least 30 days prior to expiration of the term. Any such renewal shall contain the same provisions as the original contract, provided however that the parties may agree to an increase or decrease in compensation paid to the CCMACZCR. -2- 6. TERC (continued) Any increases or decreases in the previous contract p ve shall be based on the Consumer Price Index (CPI) . The CPI shall be the San Francisco/Oakland Griner Price Index for all urban wage earners. The adjusted (whether increased or decreased) unit prices shall be cited as follows: Divide the differences between the CPI on the anniversary date of the agreement and the CPI on the date of the agreement by the CPI on the date of the agreement and multiply by the unit prices specified in the agreement. 7. TEmpopuam SUSPIIdsim. ibe City Manager shall have the authority to suspend this agreement, wholly or in pant, fcw such period as he deems neceG y due to unfavorable conditions or to the failure on the part of the coNTRACIl7R to perform any provision of this agreement. 8. SUSPENSION; TERKWAMON- (a) Riot to SUsperd or Terminate. The City may suspend or terminate this agreement for any reason by giving thirty (30) days written notice. Upon receipt of such notice, CMMACIM shall immediately discontinue his performance under this agreement. (b) Upon such suspension or termination, OMTM CrCR shall be paid for all services actually rerxlered to CITY to the date of such suspension or termination; provided, however, if this agreement is suspended or terminated for fault of CONIRACICR, CITY shall be obligated to compensate oOmnRAC'.im only for that portion of CONIIBACIC R I S services which are of benefit to CTrY. 9. INSPEIL oN. owig2ACIC)R shall furnish CITY with every reasonable opportunity for CITY to ascertain that the services of CONTRACICR are being performed in accordance with the requirements and intentions of this agreement. All work done and all materials furnished, if any, shall be subject to the PF2o7E)CT MA1GFR's inspection and approval. The inspection of such work shall not relieve CO nML'1M of any of its obligations to fulfill its agreement as prescribed. 10. .ASSIGN; EMPLOYEES. (a) Assigrmwit. Both parties shall give their personal attention to the faithful performance of this agreement and shall not assign, transfer, convey, or otherwise dispose of this aft or any right, title, or intermit in or to the same or any part thereof without the prior written consent of the other party, and then only subject to such terns and conditiom as the other party may require. A consent to one assignment shall not. be deemed to be a consent to any subsequent assignment.. Any assiTmient without such approval shall be void and, at the option of the other party, sha . terminate this agreement and anY license or privilege granted herein. This agreement and anY intermit herein shall not be assignable by operation of law without the prior written consent of the other party. -3- ., 4 F - •:J. +1 I.I. •- •. -.�•1 ��II'-- ;• � ••.' M •1- •1 •'J- •: •.=.I'. 'LE •'I .I I' i ITT im*MAW 011, ej qw-71"no •�JII:=•. •J•"- '•.- •+S ■ •1 -•. '.• •J •.I ill-.• • _- • •� •.. •:^ ..•'•_ •1 III� • -- '• - _.•;. • 1 • •1-� - ••; It •i' •t r. _• • •r •it - . _• •r r •r • • •li iP' al' •I - • •::M •1 1 •..- � .,•1 =-u.� •1. • ••i Y' •:' • lid- '• •,�:11 :'. •?_ V 11. •;- 'll.1•- ..•. � •Z. •{ • ::J ^_:•. 01' _:� •' Ali'• •' _' •1 ..•'J • 40,=4 lag 61 �11 • __ _•_.•. '..�`.::I I'- • +.. �. til -zz •1 III ✓ _• -•1 _ _• • D r.. (e) Any and all penalties imposed or damages sought on account of the violation of any law or regulation or of any term or condition of any permit. C WrPACMR, at its own cost, expense, and risk, shall defend any and all suits, actions, or other legal proceedings that may be brought or in--tituted by third persons against CrrY, its officers, agents, or employees on any of the above claims or demands of such 'third persons, or to enforce any of the above penalties, and pay and satisfy any judgment or decree that may be rendered against cm, its officers, agents, or employees in any such suit, action, or other legal proceedings. 14. woRKERs, CwFNSATION. COidrRAC°ICR certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers' camQensation or to undertake self-insurance in accordance with the provisions of that cods, and it certifies that it will comply with such provisions before commencing the perfcmnance of the work of this agreement. 15. INSURANCE. cwn ukcim, at its sole oust and expense, shall obtain arm ma min in full force and effect tlsxut the entire term of this agreement the insurance coverage having a Best's G1hide- rating of A, Class VII or better, insuring not only CMflNACICR, but also the CIW, its officers, agents, and employees, and each of them with respect to activities and services performed by CCNACICR for or on behalf of CITY under the provisions of this agreement. Certificates of such insurance, on the farms provided by CITY, shall. be filed with CITY cm= rently with the owcation of this agent or, with CITY's approval, within ten (10) days thereafter. Said certificates shall be subject to the approval of the City Attorney and shall contain an ethdorsemertt stating that said insurance is primary coverage and will not be cancelled or altered by the insurer except after filing with the City Clerk thirty (30) days' written notice of such cancellation or alteration, and that the City of Cupertino is named as an additional insured. Current certificates of such insurance shall be kept on file at all tines during the term of this agreement with the City Clerk. 16. CONTRACT SECURITY. The CONTRA= shall furnish a Faithful performance band in an amount equal to three months of the contract price as security for the faithful performance of this Contract and a Fidelity Bond equal to $5,000.00 on every employee performing work on City owned FY' y 17. ACC BINDING. The terms, covenant, and conditions of this agreement shall apply to, and shall bind, the heirs, successors, executors, admtinistrat3m, assigns, and subcontractors of both parties. 18. WAIVES. Th+e waiver by either party of any breach or violation of any term, covenant, or condition of this agreement or any provision, ordinance, or law shall not be deemed to be a waiver of any other term, covenant, condition, ordinan e, or law or of any subsequent breach or violation of the same or of any other tern, covenant, condition, ordinance, or law. -5- 18. WAIVERS (continued) The subsequent acceptance by either party of any fee or other money which may bey due htaxw der shall not be deemed to be a waiver of any priming breach or violation by the other party of any term, covenant, or condition of this agreement or of any applicable law or ortlinan..e. 19. COSTS AND ATDOR MS FEES. The prevailing party in any action brought to enforce the terms of this agreement or arising out of this agreteat t may recover its reasonable costs and attorneys' fees expended in connection with such an action from the other party. 20. NONAISCRDMUMCN. No discrimination shall be made in the employment of persons under this agreement because of the race, color, national origin, ancestry, religion or sex of such person. If the value of this agreement is, or may be, Five Thousand Dollars ($5,000) or more, CCNI°RACICR agrees to meet all requirements of the Cupertino Municipal Code pertaining to n m Uscrimi nation in employment and to submit the "Cotpliarhee Report - Nondiscrimination Provisions of City of Cupertino Contracts'0. If CONMCICR is found in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Act or similar provisions of federal law or executive order in the performs of this agreement, it shall thereby be famrhd in material breach of this agreement. 'Thereupon, c'ITY shall have the power to cancel or suspend this aunt, in whole or in part, or to deduct from the amount payable to CONTRACICR the sum of Wvnty--five Dollars ($25) :far each person for each calendar day during which said person wart, discriminated against, as damages for said breach of contract, or bath. C3nly a finding of the State of California Fair Employment Practices commission or the equivalent federal agency or officer shall cmistitute evidence of a violation of contract under this paragraph. If CONTRAMR is found in violation of the nondiscrimination provisions of this agreement or the applicable affirmative action guidelines pertaining to this aunt, cNIRACIM shall be found in material breach of this agreement. Thereupon, CITY shall have the power to cancel or suspend this ate, in whole or in part, or to deduct from the amount payable to CORMCIM the sum of Tiro a xked Fifty Dollars ($250) for each calendar day during which OMTRACMR is found to have been in sixth noncompliance as damages for said breach of contract, or both. 21. VMGE RATES. Pursuant to the Tabor Code of the State of California, or local law thereto applicable, the CM has ascertained the general prevailing rate of per then wages and rags for holidays and overtime in the locality in which this work is to be performed, for each craft, classification, or type of laborer, workman, or mechanic needed to execute this Contract. The prevailing wages so determined are set forth in the Specifications and made a part hereof. Neither the notice uTviting bids nor this Contract shall constitute a representation of fact as to the prevailing wage rates upon which the C0YJT4WrM or any subcontractor under him may base any claim against the CITY. -6- 1776. (a) Each COMMACIC R and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentices, worker, or other employee employed by him or her connection with the public work. (b) Tthe payroll records enumerated under subdivision (a) shall be certified and shall be available for izugx?cticn at all reasonable hours at the principal office of the (XMMkMM on the following basis: (1) A certified copy of an employee's payroll record shall be made available for inspection or furnished to suct, employee or his or her authorized representative on request. (2) A certit ed copy of all payroll records Mu erated in subdivision (a) shall be made available for inspection or furnished upon request to a -*esentative of the body awarding the contract, the Division of labor Standards Enforcement and the Division of Apprenticeship standards of the Department of Industrial Relations. (3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request to the public for inspection or copies thereof made, provided, however, that a request by the public shall be made throxjh either the body awarding the co-htract, the Division of Apprenticeship Standards, or the Division of Labor Standards E?hfarent. Mhe public shall not be given access to such records at the principal office of the C WMACMR. (c) Each CORMCM shall file a certified copy of the records enumerated in subdivision (a) with the entity tak`hat requested such records within ten (10) days after receipt of a written request. (d) Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the awarding bids, the Division of Apprenticeship Standards or the Division of Labor Standards Ehforoeroeit shall be marked or obliterated in such a manner as to prevent disclosure of an individuals name, adds and social security number. The name and address of the CXRRACTOR awarded the contract or jerforming the contract shall not be marked or obliterated. (e) The C)CNTPAC1C R shall inform the body awarding the contract of the location of the records enumerated under subdivision (a) , including the Street address, MY and country and shall, within five working days, provide a notice of a charge of location and address. (f) In the event of rhonhcoupliance with the requirements is of this section, the CWMP t shall have ten (10) days in which to couply subsequent to receipt of written notice specifying in what respects such ooN RAcxR must cowly with this section. 7 Should rKnc-,c plianoe still be evident after such+. ten (10) day perm, the Contractor shall, as a penalty to the state of political subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25.00) for each calendar day or portion thereof, for each worker, until strict 00IMPlianee is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Mforaement, such penalties shall be withheld from progress payments then due. (g) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. Such stipulations shall fix the responsibility for compliance with this section on the prime caMACMR. (h) The Director shall adapt rules consistent with the California Public Records Act, (Ch. 3.5 (ooamneneing with Section 6250) of Div. 7, Title 1. Gov. Ch.) and the Information Practices Act of 1977, (Title 1.8 (commencing with Sec. 1798) Pt. 4, Div. 3, Civ. C.) governing the release of such records, including the establishment of reasonable fees to be charged to reproducing copies of record.-, acquired by this section. (Added by Stats. 1978, Ch. 1249) . 1775.5 Nothing in this chapter shall prevent the employment of properly registered apprentices upon public work. Every such apprentice shall be paid the standard wage paid to apprentices under the regulation of the craft or trade at which he is employed, and shall be Toyed only at the work of the craft or trade to which he is registered. Only apprentices, as defined in Section 3077, who are in training under apprenticeship standards and written apprentice agreements under Chaprtrr 4 (commencing with Section 3070) , Division 3, of the Labor Cade, are eligible to be Toyed on public works. The employ-ent. and training of each apprentice shall be in accordance with the provisions of the apprenticeship standards and apprentice agrnents under which he is training. When the ODNTRACIOR to whom the contract is awarded by the State or any political subdivision, or any subcontractor under him, in performing any of the work under the contract or subcontract, employs workmen in any apprenticed craft or trade, the C0NiI2A= amp svbc=tractor shall apply to the joint apprenticeship committee administering the apprenticeship standards of the craft or trade in the area of the site or the public work fcr certificate approving the CORM CMR or subcontractor under the apprenticeship standards for the employment and training of apprenticeships in the area or -11:..-dustry affected; provided, however, that the approval as established by the joint apprenticeship committee or committees shall be subject to the approval of the Administrator of Apprenticeship. The joint apprenticeship or camnittees, subsequent to approving the subject COMRACIOR or subcontractor, shall arrange for the dispatch of apprentices to the ODNTRAC OR or subcontractor in order to c®ply with this section. 8 There shall be an affirmative duty upon the joint apprenticeship cvaaittee or committees administering the apprenticeship standards of the craft or trade in the area of the site of the public work to ensure equal employment and affirmative action in apprenticeship for women and minorities. COMMAC MS or subcontractors :ball not be required to submit individual applications for approval to local joint apprenticeship committees provided they are already covered by the local apprenticeship standards. The ratio of apprentices to journeymen who shall be employed in the draft or trade on the public work may be the ratio stipulated in the apprenticeship standards under which the joint apprenticeship committee operates but in no case shall the ratio be less than one apprentice for each five journeymen, e=ept as otherwise provided in this section. The Contractor or subcontractor, if he is covered by this section, upon the issuance of the approval certificate, or if he has been previously approved in such craft or trade, shall employ the number of apprentices or the ratio of apprentices to journeymen stipulated in the apprenticeship standards. Upon proper showing by the tractor that he enploys apprentices in such craft or trade in the state on all of this contract on ar. annual average of not less than one apprentice to each five journeymen, the 0ivision of Apprenticeship Standards may grant a certificate emoting the CONMCIOR for the 1-to-5 ratio as set forth in this section. This sect`_on shall not apply to contracts of general CFII?ACICM involving less than thirty thousand ($30,000.00) or twenty (2) working days or to contracts of, specialty CONMCMRS not bidding for work through a general or prime CONI'RACICR, involving less than two thousand dollars ($2,000.00) or fewer than five (5) working days. "Apprenticed craft or trade," as used in this section, shall mean a craft or trade determined as an apprenticed oocu Ucn in a000rdance with rules and regulations prescribed by the Apprenticeship Council. The joint apprenticeship committee shall have the discretion to grant a certificate, which shall be vzject to the approval of the Administrator of Apprenticeship, exempting a C ACMR Lrcm the 1-to-5 ratio set forth in this section when it finds that any one of the follofing conditions are met: (a) In the event unemployment for the previous three month period in such area ends an average of 15 percent, or (b) In the event 'the number of apprentices in training in such ar a exceeds a ratio of 1-to-5, or (c) If there is a showing that the apprenticed craft or trade is replacing at least one-thirtieth of its journeymen annually through apprenticeship training, either (1) on a statewide basis, or (2) on a local basis. (d) If assig►mnent of an apprentice to any work perfcxmed under a public works contract would create a condition which would jeopardize his life or the life, safety, or property of fellow employees of the public at large if the specific task to which the apprentice is to be assigned is of such a nature that training c.r be provided by a jo u°neymaon. 9 When such exemptions are granted to an organization which rerresents 00MIRAMM in a specific trade from the 1 to 5 ratio on a local or� statewide basis the member CMRACIMS will not be required to submit individual applications for approval to local joint apprenticeship co�•nittres, provided they are already covered by the local apprrentiaeship standards. A QOMIRACIM to whom the contract is awarded, or any subom*ractar under him who, in performing any of the work, under the contract, employs journeymen or apprentices in any apprenticed craft or trade and who is not contributing to a fund or funds to administer and co axt the apprenticeship program in any such craft or trade in the area of the site of the public work, to whidi fund or funds other CORMACIMS in the area of the site of the public work are contributing, shall ooniixibute to the furxl or funds in each craft or trade in which he employs jeuxneymen or apprentices on the public work in the same amount or upon the same basis and in the seams manner as the other C MARACIORS do, but where the trust fund administrators are unable to accept such funds, CORMCMM rwt signatory to the trust agreement shall pay a like amount nt to the California Apprenticeship Council. I he CWIRAC M or may add the arD nt of such contributions in ccaaputiw his bid for the contract. The Division of Labor standards Enfoorceoen�, is author-.zed to enforce the payment of such contributions to the fund or funds as set forth in Section 227. The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. Such stipulations shall fix the responsibility of compliance with this section for all apprenticed occupations with the prime OaWn rM. All decisions of the joint apprenticeship committee under this section are subject to the provisions of Section 3081. (Amended by Stats. 1976, Ch. 1179) 1777.6 it shall be unlawful for an employer of a 1=bor union to refuse to accept otherwise qualified employees as registered apprentice on any public woks, on the ground of the race, religions creed, color, national origin, ancestry, sex, or age, exoept as provided in Section 3077, of such employee. (Amended by Stat. 1976, Ch. 1179) 1777.7 (a) In the event a COgd!'RAC.'I10!!t willfully fails to comply with the provisions of section 1777.5, such CON RACXR shall: (1) Be denied the right to bid on any public works contract for a period of one year from the date the determination of nonoamplian;e is made by the Administrator of Apprenticeship; and (2) Forfeit as a civil penalty in the sure of fifty dollars ($50.00) for each calendar day of nonoomplianoe. Notwithstanding the provisions of Section 1727, upon receipt of such a motion the awarding body shall withhold from contract Progress payments then due or to become dune such sum. 10 (b) Any such determination shall be issued after a full investigation, a fair and impartial hearing, and reasionable notice thereof in accordance with reasonable rules and proo�res prescribed by the California Apprenticeship Council. (c) Any funds withheld by the awarding body pursuant to this section shall be deposited in the general fund if the awarding body is a state entity, or in the equivalent fund of an awarding body if such awarding body is in entity other than the state. The interpretation and enforcement of Sections 177.5 and 1777.7 shall be in aeoordarice with the rules and procedLares, of the California Apprenticeship Council. (AMMVIed by Stats. 1978, Ch. 1249) . It shall be mandatory upon the CMMACI•OR, and any subcontractor under him, to pay not. less than the said specified rates to all laborers, workmen, and mectanics employed in the execution of the Contract. It is further expressly stipulated that the oWIlWIOdt shall, as a penalty to the City, forfeit twenty-five ($25.00) for each calendar, day, or portion thereof, for each laborer, worm, or mechanic paid less than this stipulated prevailing rates for any work dome under this Contract by h.m or any subcontractor under work done under this Contract by him or zxny subcontractor under him; and OMMACI'CR agrees to eattply with all provisions of Section 1775 of the Labor Code. In case it becomes rvxx sary for the CCKAC.'IM or any subcontractor -0 employ an the project under this cmitract, any person in a trade or occupation (except executives, supervisory► administrative, clerical, or other no— man ual workers as such) for which no minimna wage rate is herein specified, the CONIRACIM shall immediately notify the City, who will Mmmptly thereafter determine the prevailing rate for such additional trade or occupation and small furnish the CMnRACIC R with the mirni a m rate based thereon. The minimum rate thus furnished shall be applicable as a minimum for such trade or o=43ation from the time of the initial employment of the person affected and during the continuance of such employment. 22. xmmaw coNnUNS ALL MERSTATIDDM- This document represents the entire and integrated agreement between CITY and CCRI'l2ACICR and supersedes all prior negotiations, representations, or agreements, either written or oral. It is document may be awed only by written instrument, signed by both CITY and CoNTRAmm All provisions of this agreement are expressly made oornditiorns. This agreement shall be governed by the laws of the State of California. 11 GENERAL ACKNOWLEDGMENT CAI.-23 •eeoeoa0000••eoo•ose.eeeoee eoeeosseeee oo oeeoeee ooe eoa e•eeee•eeoeo••soee•e••.•s.•soeooee•oeo........................•....uo '• State of California On this the 27th ,fay of December _ 1993 before me, SANTA CLARA SS. JACOL'ELYN L. ALDERETE County of_—.._. „ft the undersigned Notary Public, personally appeared LEONARD A. VALENTT : Y personally known to me ° proved to me on the basis of satisfactory evidence : GFF7CJAt•SEAL 'Pcquely' ' , Atderpt to be the person(s) whose name(s) _ _subscribed to the NOT PY0'FL.--;�.AUFORN1 within instrument, and acknowledged that _. h Pxecuted it. ot.;'11TA Ct.;R,A COUNTY WITNESS my hand and official seal R9 COM. E(P. ::i f 22,1994 ,(.Fill � =C�f �' • ary's gnature ss••e•••e.••ee•eos•eoee eooeneoe000eeeseoeso•eeoeoeeeeseoeo••oos sooeoeoe•o•e.eeooeeoeeeoo oe000eo oeeoeeesoeee ooe ooeoeoeee IN WITNESS WHEREOF, CITY AND CONTRACTOR have executed this agreement the day and year first above written. CITY OF CUPERTINO ATTEST Ma or City Clerk APPR9VED�S TO FORM: 1,X City Attorney CONTRACTOR: LEONARD A. VALENTI, INC. dba Central Maintenance Company 356 Mathew St. Santa Clara, CA. 95050 By: LEONARD A. VALEN'fl, President Notary acknowledgment is required. If a corporation, corporate seal and corporate notary acknowledgment and Federal Tax I.D. are required. If not a corporation a Social Security No. is required. 94-2832718 Social Security # Federal Tax I.D. # PROJECT NAME & NUMBER: Contractual Janitorial Services, Project 94-101 CONTRACTOR'S NAME/ADDRESS: Central Maintenance Co. 356 Mathew Street Santa Clara, CA 95050 CONTRACT AMOUNT:$ 128,717.88 ACCOUNT NUMBER: FILE NUMBER: 50,200.01 INSURANCE A A. Contractor is aware of the provision of section 3700 of the TAbor Code, which requires every employer to be insured agaiLst liability for workers' ration or undertake self-insurance in as vgdaruct with the provision of that Code, and will comply with such provisions before cawe=ing the performance of the work of this Contract. B. Contractor and all subcontractors will carry workers' compensation insurance for the protection of its eu ployees during the progress of the work. The insurer shall waive its rights of subrogation against the City, the City's officers, agents and employees and shall issue an endorsement to the policy evidencing same. C. Contractor shall carry at all times, on all operation tm-e<uder, commercial or comprehensive general liability insurance, autc=bile liability insurance and builder's all risk insurance. All insurance coverage shall be in amounts required by the City and shall be evidenced by the issuance of a certificate in a form prescribed by the City and shall be underwritten by insurance coupanies satisfactory to the City for all operations, suboontx'act work, contractual obligations, product or completed operations, all owned vehicles and non-awned vehicles. Said insurance coverage obtained by the Contractor, emoeptiing workers' compensation coverage, shall name the City, its engineer, and each of its Directors, Officers,Agents and Employees, as determined by the City, as additional insureds on said policies. Usurers must be lid to do business in the state of California. The Insurers must also have an two policyholder's rating and a financial rating of at least Class VII in accordance with the current Best's Guide Rating. D. Before Contractor performs any work at, or prepares or delivers materials to, the site of oonstruction, Contractor shall furnish certificates of insurance evidencing the foregoing insurance coverages and such certificates shall provide the name and policy number ber of each carrier and policy and that the insurance is in force and will not be canceled or modified without thirty(30) days written notice to ttft City. Contractor shall maintain all of the foregoing insurance coverages in force Mtil the work under this Contract is fully completed. The requirement for carrying the foregoing insurance shall not derogate from the provisions for indemnification of the City by Contractor under this Contract and for the duration of the warranty period. Notwithstanding nor the obligations of Contractor with respect to the foregoing, Contractor shall maintain in full force and effect during the life of this Contract, the following insurance in aunts not less than the amounts specified and issued by a company admitted in California and having a Best's Guide Rating of A, Class VII or better. Worker's Compensation Liability. in accordance with the Worker's Compensation Act of the State of California - $1,000,000 per occurrence. Insurance Agreement Page 1 of 2 CWMACT FUR FUMUC WMW (contimied) Public Liability - either Combined single limit of 1.0 million oomer+cial general liability per occurrence; $2.0 million in the ar conFrehensive qeneral liability; aggregate. including provisions for ooatractual liability, petsainal injury, �1e1 t contractors and property dwmge ooverages- Automobile Liability - ccufrehensive Combined single limit of $500,000.00 cornering owned, non-owned and hired per oocurrenm. automobiles. 11 4By BY:-(Contractor s Name) � r Qat d: I ' -1 �'( - �f.3 19� Page 2 of 2 RM ISSUE DATE(MM/DD/YY) 12-29-93 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DEMPSEY INSURANCE SERVICES DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 2185 The .Alameda COMPANIES AFFORDING COVERAGE P.O. Box 361295 COMPAN Milpitas, CA. 95036 LFTTER Y T.I.G. Insurance Company COMPANY (formerly Transamerica Insurance Co.) INSURED LETTER LEONARD A. VALENTI, INC. dba Central Maintenance Co. LETTERCOMPANY i P.O. Box 2025 COMPANY San Jose, CA. 95109-2025 LETTER COMPANY LETTER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BE""+4 ISSUEn TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF A,vi CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE PO'_IGIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Co TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS i.R DATE(MM/DD/VY) DATE(MM/DDIYY) GENERAL LIABILITY ~� GENER,�L AGGREGATE $ 2,000 A xXXCOMMERCiAL GENERAL LIABILITY T7G - 3502556 12-21-93 12-21-94 PRODUCTS-COMPIOP AGG. S Inc CLAIMS MADE OCCUR. PERSONAL&ADV.INJURY $ 1,000 OWNER'S&CONTRACTOR'S PROT. EACH OCCURRENCE S 1,000 FIRE DAMAGE(Any one tire) S 50 MED.EXPENSE(Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE $ ANY AUTO LIMIT ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) GARAGE.LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY �EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM - .__,_. WORKER'S COMPENSATION STATUTORY LIMITS A AND TWC - 3502556 12-21-93 12-21-94 EACH ACCIDENT $ 1,000 DISEASE—POLICY LIMIT $ EMPLOYERS'LIABILITY 1,000 __ DISEASE—EACH EMPLOYEE $ OTHER _. _.� �_�_ ___ A EMPLOYEE DISHONESTY COVERAGE 12-21-93 12-21-94 Limit 50 DeductableQ1--- DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS ^�Y —~� UluI`R ALL CALIFORNIA OPERATIONS 94-101 jAN 0 3 m4 Waiver of Subrogation applies for Worker's Comp. CANCELLATION CITY OF CUPERTINO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE office Of City Clerk EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL �fflftff 10300 Torre Avenue MAIL.30,_DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Cupertino, CA. 95014 LEFT. s. AUTHORIZED ES A ,,. COMFICATE OF RGU This certifies that STATE FARM FIRE AND CASUALTY COMPANY,Bloomington,Illinois ❑STATE FARM GENERAL INSURANCE COMPANY.BftmW gton, Illinois insures the following policyholder for the coverages indicated below: Name of policyholder Valenti, Leonard A. DBA Central Maintenance Omipany -- Address of poliocytolde► _P.O. Box 2025— -- San Jose, CA 95109 Location of operations -VARIOUS _ POLICY NUMBER I TYPE OF INSURANCE POLICY PERIOD LIMITS OF LIABILITY Effecfive Date ; Expiration Date (� Comprehensive BODILY INJURY ------ ---- ------ - ❑ Manufacturers and Each Occurrence $ Contractors Liability -----! Aggregate $— ❑ Owners, Landlords, -------------- and Tenants LiabilityPROPERTY DAMAGE ----------------__-----_-•---• .-- ------- -------•-•---------- ------�_--------- ------------:---------_.------- Each Occurrence $ _ This insurance inciuo": ❑ Products-Completed Operations Aggregate* — ❑ Owners or Contractors Protective Liability BODILY INJURY AND ❑ Contractual Liability PROPERTY DAMAGE ❑ Professional Errors and Omissions aCombined Single Limit for. ❑ Broad Form Property Damage Each Occurrence ❑ Broad Form Comprehensive General Liability Aggregate 1 nn nnn POLICY PERIOD jq,;*55eRbdil-LIABILITY LIMITS(if different from above) POLICY NUMBER TYPE OF INSURANCE Effective Date Expiration Date VEHICLE BODILY INJURY Each Occurrence 100,000/300,000 05-E1-5736-3 F Liability 9/26/93 ; 9/26/94 ---1 PPOPERTY DAMAGE D31-4273 A17-05B Vehicle Liability 1/17/93 i 1/17/95 Each Occurrence _SgTggg__ Aggregate 50 000 EXCESS LIABILITY BODILY INJURY AND PROPERTY DAMAGE (Combined Single Limit) ❑ Umbrella Each Occurrence $ ❑ Other_ Aggregate $ Part 1 STATUTORY ❑ Workers'Compensation Part 2 BODILY INJURY and Employers Liability Each Accident $ Disease Each Employee $ Disease-Policy Limit $— •Agpegale nrn appfiCSW if Ownsm Lanolorea,arm Te is LWAfty tmoa m mckd a snWufW asarslbro,we oo uVWion.m Osm Won. THIS CERTIFICATE OF INSURANCE IS NOT A CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS,EXTENDS,OR ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN. Name and Address of Certificate Holder ADDITIONAL INSURED, THIRTY DAY NOTICE OF CANCELLATION swoh"of City Of QVertino — Office Of City Clerk 10300 Terre Avenue 12127191 -- Cuperti.rio, CA 95014 I IM WIMM AMM100 SAN JOSIZ CA 05124 OFFICE: (408)371-M F603a.10 Rev.&�T Pras00 inU.8 A. CONTRACT FICR PUW.,TC WCFM (ca*timed) CRULFTCATE OF INSURANCE M THE CITY OF CUPERTnM This certifies to the City of C Lgxwtino that the following described policies have been issued to the insured named below and are in force at this tree. Insured: T_YINART) A_ VALLNTT . Tom_ dba Central `taintenance Compan•. Address: P_n_ Rnx ?0?5 350 Mathew S t . San Jose, CA. 95109 Santa Clara, CA. 95050 Description of operat ons/locat ons/pro&=ts lr>ssmed (show contract name aryl/ar ,nunter, if any) : all City of Ciipert;nn n'r.,mi c i Q & ni1Prnt inn C pc.,r inn rant fi94-1 n1 WCOKERS CCMPENSATION *Statutory Min. T.I.G. Insurance *EVloyer's Liability (name of ixuawe.r) L,L)LL,LIIItI_— $ t ,nnn,ann $ 1 ,000.000 Insurance Urpany's State License No. Check Policy Type: Each Occurzience $ 1pnnn_ono C 3KPRERENSM G33MAL LIABIL'LTY [xx] Premises/Ope 'aticns General Aggregate $ 2,n n n_n n n (if applicable) [xx] Oars & Cm-Axactors ?,00n,n 0 n Protective Aggregate $ _ [ ] Comitractual for Specific Coat tact Personal Injury $ T ,nnn nn [`x] Prcxtjcts Liability [xx] XCEJ Hazards [xx] Broad Form P.D. Fire Damage (any 1,0n0,000 [ ] Severability of Interest one fire) $ Clause �xx] Personal injury with Medical Eqpense 5,000 Eheployee Elusion Remived (any one person) $ or Self-Insured r1/A COMMERCIAL IAL GENERAL LIABTI.T*PV Retenticn $ T.I.G. Insurance Company (ranee of max) T7G -350255G Policy No. E,gpiration Date Certificate of Insurance Page 1 of 2 AuItNMI-YVE/vuuaz L.SA84Zum OILY nCMM VOMEM n COMW=ial Fi=u Ehch Perem Za ch Accident Liah4lity ^tate farm Insurancc $ B&Ch Aoc (n� o ) mac'. single Limit s Poo �5E15636 9/26/94 � No. Fwiratiaoa Date A Copy of all EndorsemenI to the policy(ies) which in any way 049AL6's t) limit the: above-listed types of omvrage ash attached to this Ca titica of Iasranc e. Usis CW ificate of canoe is not an insurance policy arms does not 'PlI md, 0rtwld car alter the coverage affarded by the policisso listed h+amin. t�ad,rit3astatt�tirg away require am*, to=, or comiditim of any oambact ar wW othM Est with respect to which this c=tific ate of Inawance may be isstyeci Cr may pwtain, the ixaarar=e affardled by the policies herein i® MWei t to all the texva, mclaajmw and ocsWi.ticm of aids policies. rr is Hauay cnwnmm that the above policy(ien) pr=d a liability isa mw= as reWired by the begs the City and the ice. By.- MUM Attach O of irate of inm arse axial Additicnail Ins ad a on caqpuW fosMs. STATE FARM TNSURANCE Rod Hil1 1876 Curtner Ave. San Jose, CA. 95124 408-371-5971 408-371-5973 FAX C"tifimt® of Trouraws Page 2 of 2 zoo 9b:TT 26/zzizT CONg' M FM PUBLIC 6 (eont3raufti) ENDMSEMENT OF PPJIGM MAUVWCE In consideration of the policy premium and notwithstanding any incon- sistent statement in the policy to which this mlcrse ryt is attached ar any other went attached moo, it is agreed as follows: z Zhe insurance afforded by this policy is primary insurance, and no additional insuranos held or owned by the designated additional insured(s) shall be called upon to cover a loss under said additional policy. POLICY INFUMMCK 1. Insurance yy: T.I.G. Insurance Company 2. Irmwarce Policy Mmber: T 7G - 3502 556 3. Effective Date of this Fh December. 21, 19 9 3 , 19 4. Ir6 . LEONARD A. VALENTI, INC. dba Central Maintenance Companv All notioes herein provided to be given by the Insurance Ompany to the City in ommmation with this policy and this Additional Insured E3lI sement, shall be mailed to or delivered to the City at 10300 Tbrre Avenue, Cupertino, California, 95014. I, Frank Amdur (prim/ name) warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Cmgnny. Signature of Authcra zed Repmesentativ+e: ' (Original signature required en all fort to the District) Names of Frank Amdur Broker Agent/Agwyay: Dempsey Insurance Title: 21.85 e ATameda ,ems; � : 408 999-8410 . ox 3 Milpitas, CA. 95036 Facsimile: 408- 247-9699 Primary Ev ant Page 1 of 1 AMMOML MUM ENDORSENEW in consideraticn of the policy premium and notwithstar>dir-7 any incon- sistent statement in the policy to uftjch this FhI seme* is attached or any other ct attached thereto, it is agreed as follows: The City of 04=tino ("City") and its Directc rs, officers, engineers, agents and eMloyees, and all public agencies from whom permits will ire obtained and their Directors, officers, engineers, agents and esPloyees are hereby declared to be additional insureds under the terms of this policy, but only with rat to the operations of the 0o ntracter at or upon any of the premises of the City in omwwction with the Contract with the City, or acts or omissions of the additional insureds in omwacticn with, but limited to its general supervision or inspection of said operations. POLICY INFCRMMCK T.I.G. INSURANCE COMPANY 1. Insurance oaqpany: 2. Insurance Policy Nvber: T7G - 3502556/TWC - 3502556 3. Effective Date of this I 3e ent: DECEMBER 21, 1993 , 19 4. Insured: LEONARD A. VALENTI, INC. dba Central Maintenance Company All notices herein provided to be given by the Ins zw= Company to time city In connection with this policy and this Additional Inmwed $]dCs3emerft, shall be mailed to or delivered to the City at 10300 ports Av+ealue, Cupertirio, California, 95014. I, Frank Amdur (print/type name) warrant that I have authority to bind the below lister Insurar=e CmgmW and by my signature hereon do so bind this ocngnnyy.. Signature of Authorized Representative: ;-A,,. (original signature required on all fumished�to the Die fct) Names of Frank Amdur Agent/Agerfay: Dempsey Insurance Title: Broker 2 is5 Tile neds------ Addre�9g. �—hex-361-z� Tel 408 999-8410 Milpitas, CA. 95036 Fmmimile: 408 247-9699 Additional Insured Endorsement Page 1 of 1 COMMACr FM PUBLIC WMWS (continued) `$ GENERAL LIAB EXrY/ d� QMML LIABILM 9F * # ti4 tk ENDMIM1����nOF AGUE LI OF INSURANCE PER FFWBCr In consideration of the policy premium -and nxrtwithstandingg any imon- sistent statement in the policy to which this II, i�- sement is attached or any other Endorsement attached thereto, it is agreed as follows: M-dz End or serneatt modifies the insurance provided ender the General Liability Coverage part of the bealaw-referenced policy of insurance. The general agate limit under LIMIT'S OF 3NISCIRANCE applies separately to the project described as All rn"fnrnio nQQr2tiQQ-; Rr-Eaq@@6-94 191 POLICY INFCPMAZ'ION 1. Insurance y: T.I.G. INSURANCE T7G 350'556 2. Insurance policy Wmber: 3. Effective Date of this F_ _..r ,eetlent: December 21, 1993 , 19 4. Insured: LEONARD A V LENTI, INC dba Central Maintenance Company 5. Additional. Insured: City of Cortina, its Directom, Officers, agents and a ployees. All notices herein provided to be given by the Insurance- Ccupany to the City in connection with this policy and this Additional Insured Emkrsemertt, shall be mailed to or delivered to the City at 10300 Tcrre Avenue, Q4ertim, California, 95014. I, _ Frank Amr]tlr (print/type name) warrant that I have authority to bind the below listed Insurance many and by my signature hem= do so bind this Ocupany. Signature of Authorized Representative: t /�_I. . (Original signature required on all fexrnTshed to the District) MUMS of Frank Frank Amdur Broker Agent/Agency: nejg GPy TncciranrP_.,,. Title: 2185 The Alameda Address: Telephone: 409 999-841 P.O. Box 361295 .Z4I i taa, CA 9_M 6Facsimile: 40R 247-9699 Aggregate Limits Endcase rt Page 1 of 1 =-- CWMACr FOR PUBLIC WCM (coca inued) WMVER OF SUBROGATICH ENDCF6I30M WCEMMIS CCHMSATION INSURANCE In consideration of the policy premium and notwithstanding any .incon- sistent statement in the policy to which this Endarsenent is attached or any other Endorsement attached thereto, it is agreed as follows: It is agreed that with respect to such insurance as is afforded by the policy, the Insurance Company waives any right of subrogation it may acquire against the City of o4mt1no, and each of its Directors, Officers, agents, consultants and employees by reason of any payment made on account of injury, including death resulting therefrom, sustained by any employee of the irk, arising out of the performance of the above-referenced Contract. POLICY INFORMATION 1. Insurance Company: T.I.G. INSURANCE COMPANY 2. Insurance Policy Number: T7G - 3502556 3. Effective Date of this E ndarsemmtt: December 21 , 1993 19 4. Timwed• LEONARD A. VALENTI, INC. dba Central 'Maintenance Co. All notices herein prro ed to be given by the Insurance Company to :he City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino, California, 95014. I Frank P.mdur (print/typename)warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Company. Signature of Authori.-ad Representative: A'4 (Original signature required on all rdAALAL=eaents famished to the District) Names of crank Amdur Agent/Agency: Dempsey Insurance Servi.cgitie: Broker. Address: 2185 The Alameda Tel :408-999-8410 P.O. Box 361295 Facsimile:408 247-9699 Milpitas, CA. 95036 Subrogation EtidcrQemxMt Page 1 of 1 11= 'tea '1 �.�- - ♦. =• - ::•. '.�-_ - :i. - • • i'•"� :• .. . t �- ••:Ira.. ' \ :l t • s. I I .tTt� • h IState of_ CALIFORNIA CAPACITY CLAIMED BY SIGNER i ❑ INDIVIDUALS ry Coun of SAN MATZO ❑ CORPORATE On DEC 131993 before me, _Rachel. Szabo OFFICER(S) (lItLE(S)) (DATE) (NAME,TITLE OF OFFICER I E.-JANE DOE.NOTARY PUBLIC-) ❑ PARTNERS personally appeared RHONDA A. S*tITH — KI ATTORNEY IN FACT (NAME(S)OF SIGNER(S)) 1 ❑ TRUSTEE(S) — ❑ SUBSCRIBING WITNESS ❑ GUARDIAN/CONSERV.ATOR M personally known to me-OR - ❑ proved to me on the basis of satisfactory evidence to be ❑ OTHER: the person( whose name(g) is/Xrk subscribed to the within instrument and acknowledged to me that ht4/she/thbf executed the same in)fT`F39 her/ hem authorized capacity(m), and that by r) 13ACNFL SZ.Ar30 SIGNER IS REPRESENTING: r:oTARYPV t,c•c�>;.I=onN,A Sher/ttic�s signatures) on the instrument the ' S:.�NMA ILO COUNTY' QfSOn(g or the entit�l u on behalf of which the (NAME OFPEcF?SON(S)ORENTITY(IES)) My COnm Lxr,10S D(IC.5,1994 p )` p person(s) acted, executed the instrument. Witness my hand and official seal. AMER LCAN MOTORISTS INSURANCE COMPANY i. �^- (SEAL) i (SIGNATUR"O NOTARY) ATTENTION NOTARY:The information requested below is OPTIONAL.It could,however,prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE BOND Title or Type of Document___.___— MUST BE ATTACHED TO THE DOCUMENT Number of Pages Date of Document DESCRIBED AT RIGHT: Signer(s) Other Than Named Above _ WOLCOTTS FORK239—ALL PURPOSE ACKNOWLEDGMENT—Rev.9.92 twice class 8.21 4 FAITHFM PERF014WCE BOND Bond No. 3SM 800 069 00 Premium: $1609.00/1 year. IC40W ALL MEN BY THESE PR NUM: TILT WE, Leonard A. Valenti, Inc. dba Central Maintenance Co. as Principal, (contractor's name) and AMERICAN MOTORISTS INSURANCE COMPANY as Surety, (bonding zany's naive) are held and firmly hound unto the City of Cupertino, State of California, in the sum of THIRTY TWO THOUSAND ONE HUNDRED SEVENTY NINE 5 47/100******* lawful money of the United States, for the payment of which will and truly to be made, we bind ourselves, our heirs, executors, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION of the foregoing obligation is such that, WHEREAS, the Principal has entered into a contract with the City dated ,19 with the obligee to do and perform the following work to-wit: Contractual Janitorial Service Project 94-101 NOW, THEREFORE, if the said principal shall well and truly perform the work contracted to be performed under said contract, then this obligation shall be void; otherwise to remain in full force and effect. IN WITNESS WHEREOF, this instrument has been duly executed by Principal and Surety this 13th day of _ December 19 93. BOND EFFECTIVE DATE: JANUARY 1, 1994 (To be signed by Principal and Surety. Notary acknowledgments required) CORIPACIORJeonard A. Valenti, Inc. dba Central. Maintenance Co. v s Principal AMERICAN MOTORISTS INSURANCE COMPANY Surety Attorney-In-Fact Rhonda A. Smith The above bond is accepted and approved this day of ,19_ Faithful Performance Page 1 of 1 a • AMERiCAN MOTORISTS INSURANCE COMPANY Noma. dffice: Long Grove, IL 60049 3L POWER. OF ATTORNEY Know All Men By These Presents: That the American Motorists Insurance company, a corporation organized and existing under the laws of the State of Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint Rhonda A. Smith of San Mateo, California Its true and lawful agent(s) and atturneyts)-in-fmct, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending Decembor 31, 1994, unless sooner revoked for and an its behalf as surety, and as its act and deed: Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds TWO HUNDRED FIFTY THOUSAND DOLLARS ($250,000.00) EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American Motorists Insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American Motorists Insurance Company as fully and apply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1994. This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of Directors of said American Motorists Insurance Company on February 23, 1988 at Long Grove, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizences, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting duly called and hold on the 23rd day of February, 1988: -VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so executed, sea_ed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company." In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its core--)rate seal to be affixed by its authorized officers, this 31 day of Augusi , 1992 . Attested and Certifiod: AMERICAN MOTORISTS INSURANCE COMPANY F.C.NeCullough, Secretary by J.S.Keeper,III,Senior Vice President (OVER) STATE OF ILLINOIS SS COUNTY OF LAKE I, Marilyn L. !Riley, a ary Public, do hereby certify that J. S. Kasper, III and F. C. McCullough personally known to as to be the razz persons whose names are respectively as Senior Vicar President and Secretary of the American Katori.sts Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in parson and severally acknowledged that they being thersunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes therein set forth. My comiaaian expires: 4-4-96 A.A,e e®A� Her L. Riley, Notary Pub o / "OFFICIAL SEAL" i Marilyn L. Riley Notary Public, State of Illinois My Commission Expires 419196 10 v-svvvv®vvvvv CERTIFICATION I, N. J. Zereds, Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power of Attorney dated August 31, 1992 on behalf of the person(s) as listed on the reverse side is a true and correct copy and that the some has been in full force and effect since the date thereof and is in full force and affect on the date of this certificate; and I do further certify that the said J. S. Kemper, III and F. C. McCullough who executed the Power of Attorney as Senior Vice President and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Senior Vice President and Secretary of the American Motorists Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the cojm% to seal of the American Motorists Insurance Company on this day of DEC 1 lb +, 19 .ram_••. N.J.Zerada, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind the Company except in the manner and to the extant herein stated. FM 836-S 6-92 1N PRINTED IN U.S.A. Power of Attorney - Term ' • Jar' 1 =• - -'•� V •1. - .1 '�J •1:. '._• „�...�. .•1 •.-�`� • •• ' 1 =• • ...'�. - - • _•..-. i-vim • M - L-+1•al .7:' 1'�� .. i . t A , The bid prices for this pvojea- still be as caitlined below: SAM BID: 1. City Hall administmtion Building: Unit Price Bid: '1 5.42 per mmth x 12 _ O.S•6per yew 2. ortina may: UfZit Price Bid: Sa'180.D2 per month x 12 = $Aq,77,2.;y per year 3. Portal Park Recreatican Buildi : Unit Price Bid: $ :3 N ft per month x 12 = per year 4. Senior Citizens Cater: of ,. uhit Price Bid: $ ®0 per month x 12 = $ a88• per year 5. McClellan Panch lain Building a=nd : Unit Price Bid: $ 540 ® per month x 12 = S V 0�4.•p per year 6. Service Center: as a Unit Price Aid: $ `T 5 0 per month x 12 = S c®� per year 7. Moxta Vista Park Building Unit Price Bid: $ li 00. �- per month x 12 = 5(3.7.00 w. per year 8. Bladdmr y Farms Pest 11mm & office Building Facilities: s Unit Price Bid: $ 3 N 0 - per month x 12 = S 4 0�'D per yew 9. guinlasm Comity Center Build$ng .o Unit Price Bid: $ 1'700 per month x 12 = $3 NO 0 per year TOML BAM BM: $128 ' ,It' er Year Bird P=pmal Page 2 of 32 tom. .i" tr_ - •__ •,_ � .'�. •. gym•' • -- .•t ♦. '.+1, - - � - �. _ .III �• I. ,�. _ •[ _ - _ •:i _ ' i 12. All interior doors stall be closed and locked as required, and lights turned off upon leaving offices after cleaning. -$ .50 /per day 13. Wash main lobby and loweer le ).nd emlayee':� doors ( $ 2.50 /per day 14. Site Supervisor must speak and read English and beat site at all times. $ I D.0 0 /per day 15. Secureall exit doors and set marl system when leaving building. $ ra .00 /per day B. WEEKLY SERVICES 1. Wet mop, wax all tile floors. $ Z5.00 /per week 2. Clean door kick plates and hardware with brass cleaner. $ A.50 /per week 3. Vacuum all cloth chairs throughout wilding $ 10.00 /per week 4. Clean and malt in the janitorial r+r mn including sink, walls, and floor. $ a•50 /per week 5. Janitorial service must meet with a facility reps native during city work tuours once a week. $ 15.00 /per week 6. Clean c�Cut on all bathroom ceramic tile. (Flows, walls, counters and stints, etc.) $ 10.00 /per week C. SEMI-mcmnw SEL MES 1. Wash all walls, floors, stall partitions and doors in rest rows using a distinf®cta»t gall.. S 5•00 /semi-so. 2. Clean all rubber base molding of dirt and wax. $_ /semi-no. 3. Wash main lobby windows. $ 5 .00 /semi-moo. D. MM?IHLY SM@VICF.'S: 1. Spat clean all doors, framm, and malls (only washable walls) on boM levels. S 10.00 /per no. 2. Strip and ram all batftcom tle flo=, not the edging or stairs. $ 5 0.00 /per m®. 3. Clean tole of all Ir MC dusts and ljjght fixbxm on lower lev el. $ 10 . 00 /=w Mo. 4. Out tact regiztws and aft Vw is and door louvers in all areas. $ to Oa /per Mo. Did Proposal Page 4 of 32 E. Il ,Y SERVICES 1. Wash all interior and extericr windcws inside and a o out, vacuum mi and clean venetian blinds. $ /Per qtr. F. ANNUAL SERVICES 1. In December, remove or open all plastic light covers (not plastic lens) and daramerefractors and clean fly of bugs and dirt. $ �0 __ /anntual 00 2. In December, vas all cloth partitions. $ so. /annual 3. Dry clean all carpets (slate to be determined by ®o city.) $ 150 /annual G. SUPPLIES 1. Paper towels equal to 389-H James Rives Miltifold. $ 2.00 /per mo. 2� Paper towels equal to 951 Crown Chiffon, 2-ply roll. $ 2.00 /per mo. 3. Toilet paper equal to Crown-Soft Plus roll tissues. $ Z•00 /per mo. 4. Disposable toilet seat --flat gads 250 count, equal to 46-W James River. $ .1.0c) /per mo. 5. Pink liquid sue. (Mild Abrasive) $ 1.06 /per mo. 6. Head and body shampoo $ 1.0® /per no. 7. 4" Sanitary Napkins $ 1,00 /per M. 8. Tampom $ 1&U /per mo. 9. Urinal Screens $ 1.00 /per mo. 10. Plastic Trashliners $ 1.0 0 /per mo. H. HUILDIM SIZE 1. City Hall (main float) 11,520 Spy.Ft. 2. City Hall_ (terrace level) 8,300 Sq.Ft. aid Proposal Page 5 of 32 '4 �. - I./.•:• '•' - 11•• �^. ..111 •. 44 M • � • i - i•rlll}• w '• Al • �,�.r.1.1r •ii • 1� .•4:. .... A. DAILY SERVICES (CortAi led) 11. Clean all doors of firgerprints and suzIgm. - - $ 10 C /per day 12. SweM arauad outside of building, including porch, stairs and patio and clean handmils. $i o•00 /per dale 13. Site Supervisor must speak and rid English and be at the site at all t=s. The Supervisor must carry a beeper paging system. $ 10 400 /per day 14. All doors shall be closed, locdcad, licjnts bz-.Ied off and dhecked goon leaving offices that have been cleaned, especially two (2) fine dog at bottom of each stairway and the coumnity room doom at terrace level hallway must be kapt closed and locked for security reasons. .00 /per day 15. Before leaving building secure all e2dt doors, and set alarm. $ 5.00 /per dale B. WEEKLY SERVICES 1. Dust all ftaniture (owept desks) including file cabi-iets, microfilm reams, periodic&I racks, work tables, Countars, chairs, window sills, door .mane. I telephone, etc., using treated dust cloths. Work Maces shall be thoroughly cleaned of all musks, fingerpriaits, etc., when required. $ 10.00_/per week 2. Clean door kick plates and hardware with brass cleaner. $ 2.56 !/per week 3. Vacuum all cloth chairs thrmowut building. $ 20 _/per week 4. Clean all metal and wood railings and rmove graffiti, especially btu floor in public areas. .60 /per week 5. Dust heat registers and door lauvers in all areas. S a•60 /per week 6. Clean and maintain the janitorial rem inelud ng sink, walls, and floors. $ A„50 /per week 7. Wet mop cauxets stairs. $ 5.00 /per week S. Clean grout bebmw all Ceramic the (wall, ceilings, floors & counter tqw). $ 6.06 /per week 9. Janitorial Service nut mart with a facility r%ztiv® during City wcwk hams awn a week. $ 10•o a /per week. Bid Proposal Pangs 7 of 32 r SEMI-M3frHU SERVICES •-1 3. Wash all • •1 _ts. .ill II"• D. MMMU y.: E 1. Wash main - • . 2. Wash all interior and acterior windows imide and out, and clean Venetim blinds. $ ZOO-pO •=1 n: 3. Spot clean all dams, F, and walls. $ 10-Ot /per mo. E. SEMI-ANNUAL SERViLSS G.IIi - and cleanregistercovers and vent •• s ./semi-annual F. ANNUAL SERVICES 1. In Decefter, remove or open all VLaStiC light covers (not plastic lens) and c1hrom reft-actcrs and clean thoroughlyof bugs and dirt. 6I I• /arrmal2. Dry clean all carpets (date to be determined by 00 /annual H.G. SEWLIES: Supplied by Oounty and stored on site. BUILDnZ SIZE Bid l ftvposal Page 9 •1 32 .i. 'Ita �. *'• iJ ..f • � l�=.J � -.•I f 1.._ _..,•::� _�: '7. - • •r_.J-•r _il. 1 nl Y' D. ggmo Y SFIti CW 1. Wash all windows inside and out. $ ' 0. —/Per qtr E. ANNUM SE VIA 1. In December, reeve all plastic light covers and clean U=oxffily of bugs and dirt. $ a5•®® /aruaaal 2. Wash thcroughly and disinfect all table tops, G, legs and dtaairs. $ 15. /annual F. SUPPLIES 1. Paper t gels 389-H Jams River mitifold in kid. $ 1.00 /per mo. 2. Plastic trashl.nexs. $ ,0 S /per no. G. BUILDING SIZE 1. Portal Park Recreation Building. 1,308 Sq.Ft. Bid Pnpoal Pa" 10 of 32 .a� IWAM • i.- • • a o •.••1 �Ij• . • �.= 1.1 •1. - - _ •: 11 l' .mil =••;�I. 00 nil r. •.'J •.1 �, - �1. � - •.• •. -� ! - mil �• \ 1 9 .. B. WEEKLY SERVICES 1. and .Spot clears all walls and doors for firgerpriitts- S a?•b 0 /per week 2- Move furniture and wet mop and buff all the and linoletmm floors. S •5 b /pest week 3. Janitorial Service mist met with a facility representatve during City wank hours once a week• $ I Oho as /per week 4. Clean all the grtxzt in rest rooms. $ 5.00 /per week C. MMMY SERVICES 1. Wet mop all file floors. $ 10.00 /per mo. 2. Use grant cleanser on kitchen tile. $ 5.00 /per mo. 3. Vacuum all cloth chairs. $ 5.00 /per mo. 4. Clean all air vents. $ S.p0 /per mo. D. ML,Y SERVICES (dates determined by City) 1. Wash all wirhdews inside and cut. $ 75.°° /per quarter 2. Clean and wax wood kitchens cabinets, desks, lobby coffee table and all wooden doors. $ 50so /per quarter E. SEMY ANNUAL SERVICES 1. Strip and rewax all file and linoleum. $ 75.00 /seni-annual 2. Wash tholy and disinfect all tables and 00 chairs. $ 615• / i-annual 3, Wet mop, strip and rewax all tile floors (move fu niture) . $ ,5•°" /semi-arawal F. ANNUAL SERVICES 1. In Jar&ary, eve all light covers and clears. $ ��•'° /annual 2. � ) all carpets. (Date to be determined by $ 1 �5 °® /aruuaal 3. One general daily cleanir>g performed during the daytime hours. (Date to be determined by the City.) $ 50"A /annual G. SUPPLIES 1. Paper towels equal to 389-H James River Iftltifold. $ ( •Do /per mo. Bid Prcposal Page 12 of 32 G. SUPPLTES ( 2. Toilet paw equal to Soft Plus roll- tissues. $ MO. 3. Di--q=&le toilet seat cis—flat pact 250 0oMt, 46-C JaMes River. $ 1 /per wo• 4. Fink liquid soap. (Mild Abrasive) 1 ,06 /1er m. 5. Plastic trashliners. $ 6. 911.2 Derma Fro 10ti M soap $ 1.0 o /per no. 7. Urinal Screens $ L ,00 /per m. H. BE)UDM SIZE 5,963 Sq. Ft. 1. senicr Citizen's Centex. Bid Prapoeal Page 13 of 32 . ^12•. il: i Ito ifs d�' •a• I•]:'J�' al `.. J ;11.=t ••� -•. Ir• •1` •:.'• � - -- £. • _ •a.. a-�. 1j) _ -•1. - -:..• [ - _>'i f'••r _ � I •1 .. - 1 1� • -- G. Hown LY SEMCES 1. Spot clean all walls, doors and dow frames for_ fingga wints and $_ ( 0 b !1 mo, 2. dip and rewax all tale flows. S ZG-06 /per mo. D. ggggM SEMC3S $ Z5.OQ/per quarter 1. Wash all wires iam3ide and coat. E. ANNUAL SEMC.ES 1. In Deoeaber, remove all light covers on both levels and clean. $ 10•Co /per areal 2. Dry clean all carpets (date to be deteMined by S L •� /per annual. F. SUPPLIES 1. Paper towels equal to 389-H James River Multifold. $ I .oO /per mo. 2. Toilet paper equal to Crcwn-Soft Plus roll tism S 1.00 /per mo. 3. Plastic traShlirMS. S 1 .0 0 /per mo. G. BUnDnc SIZE i. Administraticn Buildim 2,124 Sq.F't. gid Prgeal Page 15 of 32 :�7�. •.. „fit. '4•i :}. . :�.: .�, a i� E. ARIIU%L SERyICES 1. In Deoe remove all plastic light cowers and clean. $ 2 A•o O /annual F. B(=IM SIZE 1. /S'tatrage. 945 Sq. Ft. s Bid Prapml Page 17 of 32 y•- •• it. - ._ - - - 1....• 1: • vi 1 �.'_.• _. •i: - •: �. ••�_�_ • i •_ >1+ wf• — � 1•=1' •1• it — � — • — �?�� _ olo t .. •.�I 51• , as1 j • B. WEEKLY SERVICES (continued) S L 5 2. Spot clean all walls, doors and door frames fob O /per Lek fingerprints and mmx2ges. 3. Clean janitorial roe including walls and floor. $ 2 e 5O /pet week 4. Janitorial Service mast meet with a facility :rapt -s H*ative during City work hours once a $ 10.0 ® /per week week. 5. Clean shower oerdMic tale in bathroos. $ 5.00 /per week C. MOtRMY SERVICES 1. Clean door kick and hand plates with brass cleaner. $ 5.0 0 /per mo. 2. Vacuum all cloth chairs. $ •0® /per mo. D. gGUUWW SERVICES 1. Wash all windows, ride and outside. '-/fir der E. SM-ANNUAL SERVICES 1. Strip and rewwc all the floors. All are to be flee of wax. Nam furniture ;.Am oampletinq this service. S /semi-�ruaal F. A.NNURLAL SERVICES 1. In Mares, remove all light coves and clean, o n including light fixtures. � $ /arnual G. SWPLIES 1. Paper ta-als equal to 369-H James River Multifold. $ /.0 0 /per ffi. 2. lbilet paper equal to Crawn-eft Plus roll tissues. $ 1 .00 /per no. 3. Disposable toilet sent covers—flat pack-250 count, 46-W James Rider. $ ) .00 /per Mo. 4. Paper towels equal to 951 Cram Chiffon 12-ply roll. S 1 .0® /per mo. 5. Pink hand soap. S I .O O /par mo. 6. 9112 Derma Pro lotion scup. $ 1 00 /per no. 7. Head and body dump3c. 51.00 a -/par no. Bid P=P=l Pap 19 of 32 G. = ...: S. 4" sanitary rapkins. .00 „. 9. x_ H. BUIEDIM SIZE c Bid Mposal Page 20 of 32 1, - ,:r y• v� -i -l��l-1y • its �- . F Wv oft — • •) ••: 1 �l • • •• I •J • ti z. _ r _.P 1 -1 V ry - - I 1 Al• C. MMILr SEA CM (CMItinued) 2. Strip and rewax all till flows. _ $ 15 eo /Per m . D. t W SERVICES s• 1. wash all windows, inside and outside. $ 5 00— /per E. ANNUN. SERVICES 1. in Doi, remove U1 light coyxws and clean. $ L J /annual 2. Dry clean all carpets. (date to be deterMined by $ gO •' /annual F. SUPPZZES 1. Paper towels equal to 389-H James River Miltifold. $ 1 .00 /per mo. 2. Tbilet paper equal to Clvdn-Soft Plus roll tissues. $ l•00 /per mo. 3. Pink liquid Soap. (mild akwa $ 1,o 0 /per mo. 4. Disposable toilet :,eat covets - flat pads - 250 carat, 46-SC ,Tames River. $ I.DO /per no. 5. 4" Sanitary Napkins. $ 1.00 /per no. 6. Tampons $ 1.00 /per m®. 7. Plastic trash liners $ 1.00 /Per mo. EK=I M SIZE 10,354 Sq.Ft. 1. MQnta vista Park motion om*A3r 2. Mwita vista Paris Building 2,970 Sq.Ft. Sid prop®eal Fagg 22 of 32 4m « -i •.- it •r - �: _�-� � =••.•i � `` 1�: • •_�: • • •r �• •1 fill ' ..r .1 .Ili ✓. •_ ..• _ � �•-• - • 1 � •_! •.. :.r I..il'1 • 1 41 • 1 p• 1 • Axwday S. Dist iall office eqdpnmt and wirdow sills, etc. •. r ;w togn. $ 1 i B. a L.0 SUM - M? .� MnSIZE: office1. size 275 Sq. Ft. J. q ,t •J 32 o° a e • '57:.._. w� �a�. .-3-. •s' 4'iG��.fit` �. �._ .. .. .� .t "..a it a.: _ el I I rr . •:+ - •• -�.' ._.- _ f .a'� •'mil-� •.�.� 1' �.►�= t5 - - .. • 1 _G -.i-f �" ll=lam ..R. I ?1 _. ZA •1 t - _ t .a. - _ _ - i. • ZJ _ u + / •.:J' - QYJIHI.AN CCKV2 M C]WM (continued) B. WEEKLY NICE - 1. Spot clean all walls and doors for fingerprints and snztjes. $ Z •0 6 /pet' wk. 2. Thous furniture and wet map and buff all tile flows. $ Z•00 /per wk. 3. Use grout cleaner on bathroom tiles. $ 2.0 0 /per wk. 4. Janitorial Service must meet with a facility L etz the during city hours once a week. $ l 0.0 4 /p x wk. 5. Sweep, damp mop and polish all hardwood floors (not ) • $ Z-00 /per wk. C. HCMINLY SERVICES 1. Wet mop, strip and rewax all vinyl floors. $ 1 00.0® /per mo. 2. clean all air vents. $ ZO,00 /per mo, D. QURRrMy SMyICES (3anuary/April/JLnly/ ') 1. Wash all windows inside and out 8 ft. and under. $ol50.o a /per qtr. 2. Wet map, strip and reseal all file floors. $ Ago-*® /per qqr. E. SEMI AMCAL SEWICES (January/june) 1. Wash thoroughly and disinfect all tables and chairs (upholstery and pUstic.) $ 5.00 /semi-an. 2. Waste windows 8 ft. anxt above. $ A50.00 /semi-an. 3. Clean all hanging light fixtures. $ 1a,5.00 /semi-an. 4. Dave all light covers throghout building and clean. $ q�/seai-en. 3. Dry clew all carpets. (Dates to be .o by the city.) $ (a5 /semi-an. 6. Sweep, daW mop and polish hazt2 ood floors in o0 museum. $ 5�/semi-an. F. SLVF= 1. Paper towels equal to 389-H .tames River Multifold. $ t-00_/per mo. 2. Tbilet paper equal to Crown-Soft Plus roll tissues. $ /per mo. Bid Proposal Page 26 of 32 F. SUPPLXES (court smled) 3. Disposable toilet seat covers--flat ®250 $ ,00 /per m®. cautt, 46-SC James Rim. 4. Pink liquid soap (mild wive) . $ � ,Ob ./per m. 5. 4" Sanitary napkins $ 1 l00 _/Per mo. 6. TWWCTS $ 1,0 D _/per mo. 7. Urinal screens $_... ) _/Per mo. S. Plastic trask l rs S ( /Per mo. G. MAIM SIZE 1. Quinlan Cmasity Centex'. 27,335 Sq. Ft. Bits Proposal Page 27 of 32 93-038 CONTRACTUAL JANITORIAL SERV. 2 of 9 PROJECT 94-101 I, the undersigned agree that if this proposal is accepted, I will enter into a contract with the City of Cupertino to provide all nec*.=;sorry machinery, tools, apparatus, and other services to do all the work specified in -he contract in the manner and tim specified. i, the undersigned declare that this bid is made without aonnection with any person, firm, or corporation making a bid for the same work, and is in all respects fair, and without collusion or fraud. I, the undersigned reoize that the Director of Public Works of the City of Cupertino will reserve the right to establish the priority of one job over another and each suarting date where conflict of samce schedules ooct Attached hereto is the required certified check or bid bond in the amount Of $ as r e uired by law and the Notice to Bidders. (10% of bid amount) Bid Proposal Page 28 of 32 BIDER g1hLMCATICK Fed In further ompliance with the specifications furnished, the undersigned subaits the following statements as to his experience aryd to his qualifications as a part of thds proposal, and the truthfulness and utterance of the information is hereby guaranteed. (1) How many years has your organization been in business utal r its present name? 15 yrs (2) How many years experience in work ao -arable with that required under the proposed contract has your Organization had by this or any other name? 15 yrs v (3) Contractor's License No. 22 A4%0&1 R-612754 G State of California, Classification r.-27 ,c R 4�el�1��� Expiration nate2 1 J94 & 12/Q4 (4) List work Similar in Character to that required in the proposed contract which your organization Or personnel in your organization has cmWleted within the past three (3) years. Year Class, Location of Work and for Whom Performed Contract Aaxxmt PLEASE SEE ATTACHED LIST Bid PrCPosal Page 29 of 32 s • central malt 1tenanCe co. "For tip lust to javuwrmi wmwe" PAST AND PRESENT C031PARABLE CONTRRCTS EPSON PORTLAND Since 1987 2500 Agnew Ave. Electronics Santa Clara, Ca. 95054 Cathy Bonganis $60,000/ysar 408-986-0115 90,000 sq. ft. SPRINT Since 1992 1850 Gateway Drive Telecommunications San Mateo, Ca. 94044 Jane Simone $80,000/year 415-513-2114 96,000 sq. ft. ROTANSRY DEVELOPMENT Since 1982 2680 North First St. Ste. 280 Multi-tenant Buildings San Jose, CA. 95134 408-428-0628 $150,000/year 155,000 sq. ft. CITY OF PALO ALTO Since 1989 3201 E. Bayshore City Buildings Palo Alto, CA. 94303 Thom MacWay $225,000/year 415-496-6989 270,000 sq. ft. CITY OF FREMONT Since 1990 37350 Sequoia Rd. City Buildings Fremont, CA. 94536 Gerry Lindamen $2.75,000/year 510-791-4250 300,000 FMC CORPOdiATION Since 1993 1125 Coleman Ave. Industrial/Office Complex San Jose, Ca. 95103 Joseph Hughes $425,000/year 408-289-2555 670,000 sq. ft. Bid Proposal Page 29 of 32 P.O. Box 2025, San Jose, California w6/09.2026 406/902.9123 FAX (409) 992-9126 356 Mathew Street, Santa Clara, CA 96050 Name of Proposed Sub-omitractots, if any (Section 4104, CMerrmient Oode) 1. 2. 3. 4. 5. 6. Access if Shop or Office of Sub- actors (Section 4104, Govetroant Code) 1. 2. 3. 4. 5. 6. Work to be Performed by (Section 4104, Govexrment Oode) 1. 2. 3. 4. 5. 6. Bid Pt posal Page 30 of 32 NM ES OF PRESIDERr, `B •1.3/w••M Y• 7!+.. 7- .. AM F r•GE IY R COIUMAn SEAL 'M.1 iv BE AFFIXED. ME lNFM9CICN CORENINED IN MUS BM IS BEING MADE UNDER E_A. .y., W TYPE OF BUSINESS: IndivicIt2al : r=. LEO. ^ 1 —ti Joint Verftwe Other ._ M •_ P. Name • '•1 b. .• of Bidder LEONARD A. VALENTI d 0 O1007MAILING: P.O. Box Address (Both mailing and location addresses) : 1 - 1 U5U 0• -9123 Date: . Addendas Received: Attendance Pre-Bid Meeting: XXX Yes NO ' WNCOLU SION AFFMAVrr To BE May= BY BIMER AND SLMMTrrM WrTH BID State of California ss. CMrty of SANTA CLARA LEONARD A. VALENTI being first chily sworn, d and says that he or she is PRESIDENT of LEONARD A. VALE NT I, I NC. dba the patty making the foregoing bard that the bad is not made an the antereF Central of, or on b&°alf of, any undisclosed person, partnership, cagany, Maintenat ag5ociation, organization, or cox =aticn; that the bid is genuine and not Comp any collusive or seam; that tha bidder has not directly of indirectly irxbxmd or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly clouded, conspired, oannived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain fray bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, caamnication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cart element of the bid price, or of that of any other bidder, or to sere any advantage against the public body awarding the contract of anyone interest in the proposed contract.; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdam thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, whip, many associatica4, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name and Signature of Bidder: LEONARD A. VALENTI (Pr Date: 11-09-93 Bid Proposal Page 32 of 32 CBt4 of Cuperti"o 10300 Torte Avenue Cttpt•rtino,CA 95014-5255 L•Ie ph(me: {40IJ; 252-450`: IAX: ;4081-52-0951 DWARrwNI of It If CI('YCLERK December 10, 1993 Pedro Miqueo Peninsula Janitorial Service Company 104 Constitution Drive 141 Menlo Park, California 94025 CITY COUNCIL ACTION- AWARD OF BIB The City Council has asked that I convey to you their apnreciation for your efforts in assisting the City of Cupertino by submitting a bid for Contractual 'anitorial Service, Project 94-101. Council Awarded this contract to Central Maintenance Company on December 6, 1993, for their lox.:! bid of$128,717.88. Sincerely, if Cs KIM SMITH CITY CLERK KS/cs PAY TO THE ORDER OF PENINSULA cc(� to •assa+ " 1 JANITORIAL SERVICE CO. S� Lr) 1.ly Cn ZZ � BLAINE SNYDERr DIRECTOR OF FINANCE CITY OF CUPER NO PA 4FF'S F_ 0 fAFNT 00 g ; g y j 4 ®r, O T C2 y 'z O cc 141 wcr O ° & rM t c.s Cz W e s cc L&L q O 0 .a v�i ► nJ '-or information about this instrument contact Pank of America NTRSA ru #1397 U PO Box 37G48 ,gyp u j .a San Francisco. CA 94131 U S.A. `r Ld tit Telex: 34346 ACC?Y T��IephonN_ (aW,) F%'7-tC�Zn * 0 NOTICE Cashier'- check, $10,0(rn anc+ undN+ arw Cc . 4li;iwn on BankAm#A)ica Cs�,potation and are not Cori. r — sid-�red FDIC insured de,osils.mT� Ca=hiHr'S checks above$10,000 are drawn on Rank of A,nerice NT&SA and are considered dervsits for FDIC insurance pur-posees. The void date will be enforced if this instru ds ,,. ment has beprt reported ios!, stolen, or destroyed Citil of cuperti"o 103W Imic Acvfme (up—runt,.(A 95014-1255 h,•1cph,me. (41if(115'-4A)5 1 A\ (4081:,2-0;i1 Di PATNU Nir Of 1111 ( I Y( I 1 f<K December 8, 199 Service by Medalliol: 711 Cane Artis San Jose. C.alilorma 95131 CITY COUNCIL ACTION- AWARD OF BID 'file City Council has asked that I convey to you their appreciation l:or your cllforts in assisting the City of Cupertino by submitting a bid tor Contractual Janitorial Service, Project 94-101. Council awarded this contract to Central Maintenance Company on December 6, 1993, for their low bid ol'$1 28,717.88. Sincerely. l JJt ✓)�Zc��L. IC1M SMITH CITY CLERK KS/cs City of cups rti"o 10100 1::1:: nu", t AX: t4O81 252-0711 [)IP,%KIMfNI Uf IIIf !lilt 11RK December 8, f 99 Dcnnra .lanitorial Scry ices, Inc. 3031 Tisch Way San .lose, California 9-.•r8 CITY COUNCIL_: ACTION- AWARD OF BID The City Council has asked that 1 convey to ycnl their appreciation liar your efforts in �,ssist1110 the City 01' Cupertino by subrilitting a bid for Contractual Janitorial Service, Pr(Vct 94-101. Council awarded this contract to Central Maintenance Company on December 6, 1993, for their low bid of$1 28,717.88. Sincerely, KInil SMITII CITY CL I"R K KS/cs Citi, of cuper ivio 101M Lar ,Awntiv Clip'•flim,.CA 9',014 12S i IcIrld,mv. (4(k1)252-41,US 1AX: (MM) 252-0751 DIPARIMENI Of liftCItYC1ERK December 8, 1993 Leonard A. Valenti C cntral Maintenance Company P. 0. Box 2025 San .lose, California 95109-2025 CITY COUNCIL ACTION - AWARD OF 1111) This will confirm the award of contract to you for Contractual Janitorial Service, Project 94-101. Council awarded this contract to you on December 6, 1993, for your low bid of $128.717.88. Inn lrmation may be received from the Department of Public Works Ii1r the signing of the appropriate documents and for the answering ofany questions. Sinccrely,� KIM SMITI I C'I'I'Y C 1,1:RK cc: Department of'Public Works Tegan McLane 13usincss .lournal 152 N. ;rd Street San .lose. CA 95112 1W Cittl of Cuperv"o 10300 Torre Avenue Cupertino,CA 95014-1255 fcicphone: (408)252.4505 FAX, (408)252-0753 7WARTNIFNI OF Ifif CffYCIIkK January 10, 1994 DeAnza Janitorial Services. Inc. 3031 Tisch Way San .lose. California 95128 CITY COUNCIL ACTION- AWARD OF BID The City Council has asked that I convey to you their appreciation for your efforts in assisting the City of Cupertino by submitting a bid for Contractual Janitorial Service, Project 94-101. This contract was awarded to Central :Maintenance Company. Your cashier's clTeck is criclosed. Sincerely. �s KIM MARIE SMITH CITY CLERK 1 110 Citm of Cupe P'v,40 10300 Torre Avenue Cut'uvtino,CA 9S014-3255 Tolephon(-: (4081 252-4505 FAX: 1408)252-0753 DIPARINI Ni Of flit (MI(RK January 1.0, 1994 Leonard A. Valenti Central Maintenance Company P. O. Box 2025 San Jose, California 95 109-2025 CONTRACTUAL JANITORIAL SERVICE,, PRO.IECT 94-101 Enclosed for your files is one (1) copy of the Agreement by and between the City of Cupertino and Central Maintenance Company, which has been hilly executed by City officials. Also enclosed is your bid bond. If you have any questions, please contact the Department of Public Works. Sincerely, /` . es KIM MARIE SMI ITI CITY CLERK KS/cs Encl. cc: Department ol'Public Works o� CUP F •P A A o 10300 Torre Avenue Cupertino, CA 95014 (408) 2524505 Summa AGENDA ITEM su AGENDA DATE December 6 1993 SUBJECT AND ISSUE BID OPENING--CONTRAcniAI.JANITORIAL SERVICE, PROJECT 94-101 BACKGROUND The following is a summary of bids received for the subject project: Bidder Total Bid Bid Bond Central Maintenance Co. $ 128,717.88 Yes Service by Medallion 142,068.00 Yes De Anza Service, Inc. 156,000.00 Yes Peninsula Janitorial * 215,879.28 Yes * Computation corrected by staff; original submittal, $215,880.72.. Incomplete bid proposal. This contract is to provide janitorial services for city facilities. It is customary to bid this work out approximately eve y three years. The lowest bidder is Central Maintenance Co. in the amount of$128,717.88. The current amount is $177,325.44. Therefore a savings of$48,607.36 will be achieved by awarding the contract to the lowest bidder. STAFF RECOMMENDATION That the city council award the janitorial contract to Central Maintenance Co. for the amount of$128,717.88 based on the lowest bid received. BJV:sm Sub fitted y: Attest as to Appro d for Sub{nission: Bids Received: / Bert J. i ko c, Kim Smith p d . Brown Director f Public Works City Clerk City Manager PHONE CONVERSATION DATE: J T!ME: NAME OF PERSON CONTACTED: re.ol � Y-1 ADDRESS: PHONE NUMBER: CONVERSATION: f, 1 Aw- � kc4 SIGNATURE: i� DEPATaMERr OF P UBUC UXM ® CXTY OF CUPER17M CALL, FOR BIDS CJORMCrUAL JANITORIAL SERVICE PRa7B= 94-101 BID OPENING TUESDAY NOVEMBER 9, 1993 2:00 P.M. Bert J. Vi.skoviic h Director of Public Works City Hall 10300 Ttm-re Avenue Clipertino, CA 95014 File: 50,200.01 I TABIZE OF C0 T EN1`S CONTRACT' DOC-TWENTS A. BID EDCL14ENI S 1. Notice to Contractors 2. Peal B. GENERAL PFOVISIONS 1. Adoption of Standard Specifications 2. Headings and citations 3. Definitions 4. Prosecution and Progress 5. Control of Work 6. Legal Relations and Responsibilities to the Public 7, Proposal and Award of Contract C. SPDCIAL PROVISIONS 1. Location 2. Scope of Work 3. Estimated Quantities 4. Explanation of Bid Item 5. Time of 0oupletion 6. Liquidated Damages 7. Pre-Bid Meeting 8. Responsibility of Contractor 9. Bond ReTi cements 10. Payment 11. General Requirements 12. Personnel 13. Option to Extend the Term of the Contract 14. Minority Elffployment 15. Non-Performance D. AGREEMENT E SIGNATURE SHEET NOTICE TO OONMC''IORS City of Cupertino 10300 Torre Avenue Cupertino, California 95014 C)DNIFiACTtP1L JANITORIAL SERVICE, PFaTBCT 94-101 The City of Cupertino, Santa Clara County, California, invites sealed proposals for the construction of the work as delineated on the Plans and/or in the Specifications, entitled SERVICE, PFDJB= 94-101. Contract Documents, consisting of Notice to Contractors, Proposal, Estimated Quantities, Noneollusion Affidavit, Bidder Qualification Form, Subcontractors Form, Signature Form, Standard Specifications, General Provisions, Special Provisions and Plans, Faithful Performance Bond, Insurance Forms and Agreement for Public Works, may be reviewed and copies of same may be obtained at the office of the City Engineer, City of Cupertino, 10300 Torre Avenue, Cupertino, CA 95014, for a non refundable deposit of $8.00 each. Special attention of bidders is directed to Section 7, Proposal and Award of Contract, of the General Provisions for full directions as to bidding. Sealed proposals will be received at the office of the City Clerk, City Hall, City of Cupertino, 10300 Torre Avenue, Cupertino, CA 95014, until 2:00 P.M. on Novas 9, 1993, at which time they will be publicly opened and the comparative totals read. A mandatary pre-bid meeting is scheduled for November 2, 1993 at 8:30 a.m. in the City Council Chambers, City Hall, City of Cupertino, 10300 Torre Avenue, Cupertino, CA 95014. The contractor must attend this meeting to be allowed to bid on this project, ar?d acknowledgment of this attendance is required on page 32 of 33 Bid Proposal section All proposals or bids shall be accompanied by cash, a cashier's check or certified check payable to the order of the City of Cupertino, in the amount of ten percent (10%) of the bid, or by a bond in said amount payable to the City of Cupertino. Said bond shall be signed by the bidder and a corporate surety, or by the bidder and two (2) sureties who shall justify before any officer oampetent to administer an oath, in double said amount and over and above all statutory exemptions. Said cash or check shall be forfeited or said bond shall become payable to the City in case the bidder depositing the same does not enter into a contract with the City within ten (10) days after written notice that the Contractor has been awarded the contract. All bids .;hall be compared using the estimated quantities prepared by the Engineer and the Unit Prices submitted. No incomplete nor interlineated pr'oposzl or bid will be aeoepted. Bidders are required to bid on all items cf the proposal. No federal funs are involved In this project, therefore, bids submitted shall be invalidated by the failure of the bidder to be licensed in accordance with the laws of the State of California. 1 Page 1 of 2 M- -- mTxcE 10 caRmcmRs ( D No bids will be awarded to a Contractor who is not licensed in accordance with the provisions of Division 3 of Chapter 9, "Contracts" of the Business and Professions Code of the State of California. All bids received will be reported to the City Council of C%4:)ertino within thirty (30) days of receipt, at which time the City Council will review and act upon the bids submitted. Award, if any, will be made to the responsible bidder whose proposal is most advantageous to the City. The City of Cupertino reserves the right to award the contract to any qualified bidder based on the proposal that is most advantageous to the City. The City also reserves the right to reject any or all bids or to waive any irregularities in the bidding procedures, provided the variance cannot have affected the amount of the bid or cannot have given a bidder an advantage or benefit not allowed other bidders. The Contractor shall furnish to the City a Faithful Performance Bond and a Fidelity Bond as required in the specifications. It shall be mandatory upon the Contractor to whom the contract is awarded, and upon all subcontractors, to pay no less tha^: the general prevailing wage rates to all workers employed in the execution of the contract as provided for in Section 7-1.O1A of the Standard Specifications. Payments to the Contractor will be made in cash by said City upon submission by the Contractor and approval by the Engineer of a progress billing which reflects the value of the work completed. The progress payments made as work progresses will be payments on account and will not be considered as an aceeptanm of any part of the material or workmanship required bry the Contract. Pursuant to Section 4590 of the California Government Code, the Contractor will be permitted, upon request and its .mole expense, to substitute securities for any moneys withheld by the City to ensure performance under the Contract. Said securities will be deposited either ® with the City or with a state or federally chartered bank as escrow agent. ® Securities, eligible for this substitution are those listed in Section 16430 of the California gave n ment Code or bank or savings and loan uestificates of deposit, interest bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the Contractor and the City. The Contractor shall be the beneficial owner of any securities substituted for moneys withheld and shall receive any interest thereon. CITY OF CUPERrM By: Date: 10-6 -9 3 City Clerk Published: October 28, 1993 Page 2 of 2 BID PR POSAL Qwn2AGZmL JANrraRIAL SERVICE PRWI T 94-101 TO: THE DIF.BCX R OF PUBLIC SXGS, CITY OF CUPERTIM, STATE OF C ALIFM IA Dear Sir: In compliance with the plans and Specifications for the work of the Contractual Janitorial Service in the City of Cupertino, Project 94-101, the undersigned, hereby declare that I have read the proposal requires, visited the sites, attended the mandatory pre-bid meting and emmined the specifications. I, the undersigned., hereby propose to do all work required to complete the work in accordance with the Plans and Specifications for the prices set forte in the following schedule. I further understand that said prices include all costs including, but not limited to, local state and federal taxes, and transportation costs. I, the undersigned, also understand that the quantities shown below are estimates only, being given as a basis for ccaparison of bids. The City 1 of Cupertino does not state that the actual amount of work will eorrespar:d but reserves the right to ire or decrease the mount of any class or portion of the work or to omit items or portions of the work deemed unroxessary by the Engineer. The City of Cupertino reserves the riot to unilaterally determine and award the contract to any qualified bidder based on the most advantageous proposal, to reject any or all bids or to waive any irregularities in the procedures. The work to be done consists of furnishing all labor, methods of process, tools, machinery and material required to oogplete the Contractual Janitorial Service Project 94-101 as described in the Special Provisions. i, the undersigned, shall diligently prosecute the work to completion as scheduled. I further understand that I shall pay to the City of Cupertino the unit cost per service for any and all services not performed as scheduled and one hundred fifty dollars ($150.00) per day, for each and every time services are not coupleted within the required times as specified. Bid Proposal Page 1 of 32 The bid prices for this projact shall be as outlined below: BASE BIG• I. City Hall administration Building: Unit Price Bid: $ 1,685.00 per month x 12 = $20,220.00 per year 2. amino Library' 2.728.00 32,736.00 736.00 Unit Price Bid: $ per month x 12 = $ per year 3. Portal Park motion Buildinq: Unit Price Bid: S 279.00 per month x 12 = $ 3,348.00 per year 4. Senior Citizens Center: 915.00 10,980.00 Unit Price Bid: $ per mmith x 12 = $ per year 5. McClellan Ranch Main Building and : Unit Price Bid: $ 253.00 per month x 12 = $ 3,036.00 per year 6. Service Center: 844.00 10,128.00 per year Price Bid: $� per month x 12 = $ 7. Monte Vista Park Building Unit Price Bid: $ 1,083.00 per month x 12 = $ 12,996.00 per year S. Blackberry Farm Rest Rom & Office Building racilities: Unit Price Bid: $ 505.00 per myth x 12 = $ 6,060.00 per year 9. Quinlan Coetmunity Center Building Unit Prig Bid: $ 3,547.00 per month x 12 = $ 42,564.00 per year TOTAL BASE BID: $ 142,068.0$w year Bid Proposal Page 2 of 32 smr-cE um cosr PER OcaRUMCE FUR CITY SU L AMIIfflS'1giAT IM BUILDIIlG 10300 IUFM AVENL E The following services are to be performed after 12:00 a.m. and before 7:00 a.m., five (5) days a week, Varday through Friday. For the P=Pose of deducting cost for services not rerdered, the following is a list of services and the unit cost per 00aUrrel-Ce. A. DAILY SERVICES: 1. Dust mop all tile floors and stairs to lower 2.50 level. $ /per day 2. Sweep all door mats, both inside and Outside. $ 1.50 /per day 3. Vacuum all carpeted -areas upper and lower levels. Spot clean daily. $ 2.50 /per day 4. Fill all soap, towel and paper dispensers using materials furnished by the contractor. Emergency supplies of soap, towels and toilet tissues shall 1.50 be stored at this location. $ /per day 5. &pty and clean thoroughly all ash trays directly outside building doors. Fhpty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 1.00 /-per day 6. Scrub and disinfect all sinks, cc mrodes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers, and clean mirr^rs. Replace urinal deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. $ 2.00 /per day 7. Clean counter top, stove, outside of refrigerator, microwave (inside & out) , coffee area, tables and sink in employees lunch area. $ 50 /per day 8. Dust all furniture (except desks) including file cabinets, work tables, upper binder bin_- in cubicles, counters, window sills, telephones, and etc. $ 3.00 /e'er day 9. Clean main lobby and oauncil &amber including podium, counters, wood dooms and glass doors and wood trim of fingerprints and $ 1.50 /per day 10. Clean and polish drinking fountains thoroughly. $ .50 /per day 11. Clean floor, metal walls and railings in elevator. $ .50 /per day Bid Proposal Page 3 of 32 12. All interior doors shall be closed and locked as required, and lights turned off upon leaving offices after cleaning. $ .5I /per day 13. wash main lobby and employee's doors (upper 1.00 and lower levels). $ /per day 14. Site Supervisor Wrist speak and read English $ 1.00 /per day and be at site at all times. 15. Secure all exit doors and set alarm system I .OQ when leaving building. $ /per day S. WEEKLY SERVICES 1. wet map, wax all file floors. $ .101.00 /per week 2. Clean door kick plates and hardraare with brass cleaner. $ 1.00 /per week 3. Vacuum all cloth chairs throughout building $ 10.00 /per week 4. Clean and maintain the janitorial roan including sink, walls, and floor. $ 2.00 /per week 5. Janitorial service must meet with a facility representative during city work hours once a week. $ 3.00 /per week 6. Clean grout on all bathroom ceramic tile. (Floors, walls, counters and sinks, etc.) $ 7.00 /per week C. SEMI-MORMY SERVICES 1. Wash all walls, floors, stall partitions and doors in rest roams using a disinfectant detergent. $ 3.00 /semi mo. 2. Clean all rubber base molding of dirt and wax. $ 1.00 /semi-mo. 3. Wash main lobby windows. $ 2.00 /semi-no. D. MIMY SERVICES: 1. Spot clean all doors, frames, and walls (only washable walls) on both le vls. $ 10.00 /per mo. 2. Strip and rewax all bathroom the floors, not the edging or stairs. $ 40.00 /per mo. 3. Clean top of all MAC ducts and light fixtures an lower level. $ 35.00 /per mo. 4. Dust heat registexs and air vents and door louvers in all areas. $ 20.00 /per mo. Sid Proposal Page 4 of 32 E. quyamm Y SERVICES 1. Wash all interior and exterior windows inside and $ 100.00 /per • out, vacuum drapes and clean venetian blinds. F. ANNUAL SERVICES 1. In December, remove or %pen all plastic light covers (Trot plastic lens) and chzame refractors and clean thoroughly of bugs and dirt. $ 20.00 /annual 2. In Der, vacuum all cloth partitions. $ 20.00 /annual 3. Dry clean all carpets (date to be determined by city.) S240.00 /arnlual G. SUPPUES 1. Paper towels equal to 389-H James River 124.00 M ltifold. $ /per mo. 2. Paper towels equal to 951 Crown Chiffon, 2-ply 21.00 roll. $ /per mo. 3. Toilet paper equal to Crown-Soft Plus roll 53.00 tissues. $ /per M. 4. Disposable toilet seat covers---flat pack--250 24.00 count, equal to 46-SC James River. $ /per mo. 5. Pink liquid soap. (Mild Abrasive) $ 9.00 /per mo. 6. Head and body W=poo $ 3.00 /per IMO• 7. 4" Sanitary Napkins $ 1.00 /per mo. 8. T $ 1.00 /per mo. 9. Urinal Screens $ 4.00 /per mo. 10. Plastic Trashliners $ 76.00 /Per MO. 1 H. BUIIAING SIZE 1. City Hall (main floor) 11,520 Sq.Ft. 2. City Hall (terrace level) 8,300 Sq.Ft. Hid Proposal Page 5 of 32 SERVICE UNTT MST PER OC CUR11 NCE FOR CLTEFUM40 LIBRARY BUILDING--10400 IUME AVENUE The following services are to be performed after 10:00 p.m. and before 6:00 a.m., six (6) days a week on TUesday, Wednesday, Thursday, Friday, Saturday and Sunday. For the purpose of deducting cast for services not rendered., the following is a list of service and the unit cost per occurrence. No work will be required in the main muter roam. A. DAILY SERVICES 1. Oust nap and wet map all ceramic, tile and 5.00 concrete stairs. $ /per day ® 2. Sweep all door mats, both inside and outside, 2.00 ® when needed. $ /pe' day 3. Vacuum all carpeted areas on all levels. Spot 25.00 clean daily (except main x room) . $ /per day 4. Fill all soap, tarwel, and paper dispensers using materials furnished by the contractor (except for soap and paper products supplied by library) . Emergency supplies of soap, towels and toilet 2.00 tissues shall be stored at this location. $ /per day 5. E2[pty and clean thoroughly all ash trays directly outside building doors. Empty and clean all other waste and recyclable receptacles. 'Dash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. Put plastic liner in the trash receptacle in the staff 2.00 lunchroom. $ /per day 6. Scrub and disinfect all sinks, co wdes and 1 urinals. Neap floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinal deodorant screens, when needed. Remove graffiti from walls. $ 6.00 /per day 7. Clean vaunter top, stove and sink in employees lunch area. $ 1.00 /per day 8. Clean main lobby including glass doors, wood trim, o=*.er of fingerprints and smxkjes. $ 3.00 /per day 9. Clean and disinfect drinking fountains thy. $ 1.00 /per day 10. Vacuum floor and clean walls and railings in 4.00 elevators. $ /per day eBid Proposal Page 6 of 32 A. DAY SERVICES (oCint3Y ued) 11. Clean all doors of fingerprints and des. $ 6.00 /per day 12. Sweep arcz d outside of building, including parch, stairs and patio and clean handrails. $ 1.00 /per day 13. Site Supervisor must sic and read English and ® be at the site at all times. The Supervisor ® must carry paging system. $ 8.00 /per day 14. All doors shall be closed, locked, lights turned off and checked upon leaving offices that have been cleaned, especially two (2) fire doors at bottom of each stairway and the amity roan door at terrace level hallway must be kept closed and locked for security reasons. $ 2.00 /per day 15. Before leaving building sere all exit doors, and set alarm. $ 2.00 /per day B. WEEKLY SEMMES 1. Dust all furniture (except desks) including file cabinets, microfilm readers, periodical racks, work tables, counters, chairs, window sills, door frames, telephone, etc., using treated dust cloths. Work surfaces shall be thoroughly cleaned of all marks, fingerprints, etc., when 25.00 required. $ /Per week 2. Clean Moor kick plates and hardware with brass cleaner. $ 5.00 /per week 3. vacuum all cloth chairs throughout building. $ 4.00 /per week 4. Clean all metal and wood railings and remove graffiti, especially between floor in public 5.00 areas. $ /per week 5. Dust heat registers and door louvers in all areas. $ 5.00 /per week 6. Clean and maintain the janitorial roam including sink, walls, and floors. $ 10.00 /per week 7. Wet mop oonccete stairs. $ 12.00 /per week S. Clean grout between all ceramic tile (wall, 20.00 ceilings, floors & counter tops). $ /per week 9. Janitorial Service must most with a facility representative during City work hones once a week. $ 12' -/per week. Bid P-roposal Page 7 of 32 i C. SEMI-VON'Ig11,Y SERVICES 1. Wash all walls, floors, stall partitions and doors in rest rocans using a disinfectant detergent. $ 9.00 /semi mo. 2. Clean all rubber base molding of dirt and wax. $ 22.00 /Semi mo. 3. Wash all door mats. $ 6.00 /semi mo. D. ,MDMELY SERyIcEs I. Wash main lobby windows. $ 16.00 /per mo. 2. Wash all interior and exterior windows inside and $ 120.00 /per mo.out, and clean Venetian blinds. 3. Spot clean all doors, frames, and walls. $ 4.00 /per MO. E. SEMI ANNL%LAL SERVICEc 1. Remove and clean all register covers and vent grills. $ 64.00 /semi-annual F. ANNL AL SERVICES 1. In December, remove or open all plastic light covers (not plastic lens) and chrome refractors and clean thoroughly of bugs and dirt. $ 160.00 /annual 2. Dry clean all carpets (date to be determined by the City) . $1080.00 /annual G. SUPPLIES; Supplied by City and stored on site. $ H. &JADING SIZE I. Cupertino Library 37,000 Sq. Ft. 8 Bid Proposal Page of 32 SERVICE UNIT t WAr PER OOCLAWWCE FM FOAL PARK YMMMON B.'I nc The following services are to be performed after 11:00 p.m. and before 6:00 a.m., three (3) days a week, Lin Tuesday, Thursday, and Sunday. For the purpose of deducting oast for services riot rendered, the following is a list of services and the unit cost per occurrence. A. DAILY SERVICES 1. vacuum entrance mats. $ 1.00 /per day ® 2. Dust mop and wet map all tile floors. $ 2.00 /per day 3. Empty and clean all waste and recyclable receptacles. Trash recptacles at desks are split into recyclable and ronrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for ® disposal. $ 1.00 /per day i 4. Dust all furniture including counter tops, window sills, wooden benchies, baseboards, etc. $ 2.00 /per day 5. Scrub sink, clean outside of refrigerator, counter tops, and stove top. $ 2.O0 /per day A 6. Clean play tables, sides and top of dirt and fingerprints. $ 2.00 /per day 7. Site Supervisor must speak and read English and be at the site at all times. $ .50 /pe, day 8. Secure all exit doors when leaving building. $ 1.00 /per day B. WEEDY SERVICES 1. Spot clean all walls, doors and door frames for fingerprints and smnzdges. $ 2.00 /per week 2. Buff all tile floors. $ 10.00 /per week 3. Janitorial Servire must meet with a facility representative during City work hours once a 12.00 r $ /per week C. NAY SERVICES 1. Wet map, wax and huff all tile floors. $ 15.00 /per mo. 2. Strip and rewax all file floors. $ 15.00 /per no. Bid Proposal Page 9 of 32 f � D. gMKMM SwaC S 1. Wash all windows inside and out. $ 18.00 /Per qtr E. ANNUAL SUMCES 1. In Oder, remmm all plastic licit covers and clean Uwroughly of bxp and dirt. $ 10.00 /aramal 2. � thy and disinfect all table tarps, 10.00 /annual F. SOPPLTES 1. Paper 389-H Jam River Multifold in 31.00 $ /per Mo. 2. Plastic trashliners. 1.00 /Per MO. G. BUIMING SIZE 1. Partal Park Recreation Building. 1,308 Sq.Ft. Bid Proposal Page 10 of 32 SERVICE UNIT COST PER OOCLWII3'.M FOR SENIOR CITIZENS CENTER ON STEVENS CREEK BOUIZVARD eie following services shall be performed after 1:00 a.m. and More 7:00 a.m., six (6) days a week, on Monday through Friday and Sunday. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. A. DAILY SERVICES 1. Clean brass, windows and door knobs on all entrance doors. $ 2'OQ /per day 2. Dust map then wet mop all tile & linoleum floors. $ 1.00 /per day 3. Dust and clean all furniture including counter taps, tables and window sills, etc.cabinets, $ 1'QO _/per day 4. Dvty and clean thoroughly all ash trays directly outside building doors. Flq)ty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. • Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 1.00 /per day 5. Scrub and disinfect all sinks, cc modes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace rim hugger deodorant in toilet bowls and urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towel in dispensers. $ 2.00 /per day 6. Scrub kitchen sink and clean outside of refrigerator, freezer, stove top, dishwasher, ice machine, kitchen appliances and all tile 2.00 counters.. $ /per day 7. Vacuum and spot clean carpets. $ 1.00 /per day 8. Drergency supplies of soaps, towels, trash liners and toilet tissue shall be stored at this location. In addition, fill all soap and paper towel dispensers. $ `.00 /per day 9. Site Supervisor must speak and read English and be at the site at all times. $ 2.00 ./per day 10. Before leaving building secure all exit doors and $ 1.00 /per day set alarm. Bid Proposal Page 11 of 32 H. WEEKLY SE WICE"S 1. Spot clean all galls and doors for fingerprints aryl • $ 2.00 /per week 2. stove furniture and wet mop and buff all tile and linoleum floors. $ 1.00 /per week 3. Janitorial Service must meet with a facility representative during City work hours once a week. $ 9.00 /per week 4. Clean all the grout in rest roans. $ 12.00 /per week C. WMMY SERVICES 1. Wet map all file floe. $ 9.00 /per mo. 2. Use grout cleaner on kitchen tile. $ 20.00 /per mo. 3. vacuum all cloth chairs. $ 30.00 /per mo. 4. Clean all air vents. $ 12.00 /per no. D. QthRTII2LY SERVICES (dates determined by City) 1. Wash all windows inside and out. $ 30.00 /per quarter 2. Clean and wax wood kitchen cabinets, desks, lobby coffee table and all wooden doors. $ 20.00 /per quarter E. SEMI ANNUAL SERVICES 1. Strip and rewax all file and linoleum. $ 40.00 /semi-annual 2. Wash thoroughly and disinfect all tables and chairs. $ 10.00 /semi-annual 3, Wet map, strip and rewax all tile floors (move furniture) . $ 60.00 /semi-annual F. ANNUAL SERVICES 1. In January, remove all light cowers and clean. $ 20.00 /annual 2. Dry clean all carpets. (Date to be determined by 40.00 the City) $ /annual 3. One general daily cleaning performed during the daytime hours. (Late to be determined by the 65.00 City.) $ /annual G. SUPPMES 1. Paper towels equal to 389-H James River MUltifold. $ 62.00 /per. mo.Bid Proposal Page 12 of 32 G. SUPPLTES ( 2. Ibilet paper equal to Crown-Soft Plus roll tissues. $ 27.00 /per mo. 3. Disposable toilet seat oaveas--flat puck 250James $ 12.00 / ate. count, 46-W James Rivets. 4. Pink liquid soma. (mild Abrasive) $ 1.00 /per MO. 5. Plastic ft-drhlirms. $ 30.00 /per mo. 6. 9112 Derma Pro lotion soap $ 1.00 /per no. 7. Urinal Screens $ 2.00 /per mo. H. BUIMING SIZE 1. Senior Citizen's tenter. 5,963 Sq. Ft. Bid ftq=al Fage 13 of 32 SERVICE UNIT Cow PER OCCURRENCE FCR MOCLIIIT RANCH MAIN 8Z7I MG AND NUSELIM The following services are to be performed after 1:00 a.m. and before 6:00 a.m., three (3) days a week, on Tuesday, Thursday and Sunday. Farr the purpose of deducting oust for services not rendered, the following is a list of services and the unit cost per occurrence. A. DAILY SERVICES 1. Dust map all tile floors (both levels) . $ 2.00 /per day 2. E q ty and clean all other waste and recyclable receptacles. Ttash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for mil• $ 1.00 /per day 3. Dust all furniture including cou:ter tops, file cabinets, window sills, stair railings, etc. (except desks) . $ 1.00 /per day 4. Scrub and disinfect all sinks, commodes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. $ 2.00 /per day 5. Scrub kitchen sink, clean counter, outside of 1.00 refrigerator and stove top. $ /per day 6. Vacuum and spot clean carpets. $ 1.00 /pe day 7. Emergency supply of soap, toilet tissue and paper 1.00 products will be stored at this location. $ /per day 8. Site Supervisor must speak and read English and must be at the site at all times. $ 1.00 /per day 9. Before leaving building secure all exit doors and set alarm. $ 1 .00 /per, day B. WEEMY SERVICES 1. Wet mop and buff all tile floors on boti-i levels. $ 10.Q0 /per week e 2. Janitorial servioe must meet with a facility :representative during City work hours once a week. $ 9'QQ /per week Bid Proposal Page 14 of 32 C. MMMY SEVICES 1. Spot clean all walls, doers and door frames for fingerprints and awdges. $ _W_nn /pe mo. 2. Strip and rewax all the floors. $ 20.00 /per no. D. QUAMMY SW7ICES 25.00 1. Wash all windows inside and out. E. ANNUAL SERVICES 1. In December, ruwve all light covers on both levels and clean. $ 10.00 /per annual 2. Dry clean all carpets (date to be determined by 15.00 City) . $ /per annual F. SUMISES 1. Paper towels equal to 389 H James River Multifold. $ 16.00 /per mo. 2. Toilet paper equal to Crown-Soft Plus roll 5.00 tissue. $ /per mo. 3. Plastic trashliners. $ 7.00 /per mo. G. BUILDING SIZE 1. Ackninistration Building 2,124 Sq.Ft. Bid Proposal Page 15 of 32 SF. aCE UNIT' OWT PER DO iCE FM MIJ.Sm/.Smm= •- ma-'IM.UW Mai PARK 'nm foliow'!tg services are to be pefarm®d after 1:00 a.m. and before 6:00 a.iu., three (3) days a meek, on Tuesday, Thursday and Sunday. F+or the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. A. DAMY SERVICE'S 1. Dust mop all tile floors without disturbing animal cages. $ 3.00 /per day 2. F2q:)ty and clean all, waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nxwecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 2.00 /per day 3. Scrub both sinks, clean counters and outside of refrigerator. $ 4.50 /per day 4. Supply of soap and paper products stored at McClellan ruin Building. $ 3.00 /per day 5. Site Supervisor must speak and read Ehglish and be at the site at all times. $ 1.00 /per day 6. Before leaving building secure all exit doors. $ 1.00 /per day B. WEEKLY SERVICES 1. Wet ucp and buff all the floors. $ 10.00 /per week 2. Janitorial Service must meet with a facility representative during City work hours once a $ 9.00 /per week week. C. MONTHLY SERVICES 1. Spot clean all walls, doors and door frame for fingerprints and smudges. $ 10.00 /per mo. D. Q-UMERLY SERVICES 1. Wash all windows inside and outside. $ 24.00 /per quarter 2. Strip and rewax all tile floors. $ 10.00 /per quarter Bid Proposal Page 16 of 32 E. 1. In Deoembear,, rive all plastic light covers and clean. $ 20.00 /argu al F. BUIMING SIZE 1. Mmaim/Storage. 945 Sq. Ft. Bid Pr x sal Page 17 of 32 SERVICE UNIT CIOS!r PER OOGURRFNCE FUR SERVICE CQNM--F+IF►RY AVENUE Mie following services are to be performed after 10:00 p.m. and before 6:00 a.m., five (5) days a week, Sunday through TtA sday. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. A. DAILY SERVICES 1. Wet mop all tile floors. $ 1 .00 /per day 2. Clean and buff to a high shine ceramic tile in 2.00 /per day entry way $ 3. Dust all furniture including counter tops, table e�, cabinets, window sills, venetian blinds, $ 2.00 /per dray 4. Scrub kitchen sink, clean outside of refrigerator, counters, stove top and tables. $ 1.00 /per day 5. Scrub and disinfect sinks, COHMOdes, and urinals. Reap floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. Wash rubber mats in men°s rest roam. $ 2.00 /per day 6. Clean sliding glass windows in lobby office area and front and rear of entrance doors. $ 2.00 /per day 7. Supplies of soap, towels and toilet tissues to be stored at this location. $ 2.00 /per day 8. Site Supervisor must speak and read English and be at the site at all times. $ 1.00 /per day 9. Before leaving building secure all exit doors and set alarm. $ 1.00 /per day 10. Ehpty and clean thoroughly all ash trays directly outside building doors. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. 7herefcree, waste and recyclables are to be kept separate and placed in the p+r+oper location for disposal. $ 1.00 /per day B. WEEKLY SERVICES 1. Buff all tile floors, monre furniture while $ 12.00 /per week to clean under furniture. Hid Proposal Page 18 of 32 B. WMaY SEWICES omt.inued ( ) $ 2.00 /per week 2. Spot clean all walls, doors and door frames for fingerprints and mwdges. 3. Clean janitorial roan including walls and floor. $ 2.00 /per week 4. Janitorial service mast meet with a facility representative during City work hours one a $ 9.00 /per week week. 5. Clean shower ceramic tile in bathroom. $ 12.00 /per week C. MI'I MY SERVICES 1. Clean door kick and hared plates with brass cleaner. $ 5.00 /per mo. 2. Vacuum all cloth chairs. $ 5.00 /per mo. D. QtLY SERVICES 1. Wash all windows, inside and outside. $ 50.00yper quarter E. SEMI-ANNUAL SERVICES 1. Strip and rewax all tile floors. All baseboards are to be free of wax. Move furniture when Meting this service. $ 50.00/seam.-annual F. ANNLML SERVICES 1. In March, remove all light covers and clean, including light fixtures. $ 10.00 /annual G. S[JPPLIES 1. Paper towels equal to 389 H James River 78.00 miltifold. $ /per mo. 2. Toilet paper equal to Crown-Soft Plus roll 27.00 tissues. $ /per MO. 3. Disposable toilet seat covers--flat pack--250 cat, 46-SC James River. $ 3.00 /1er mo. 4. Paper towels equal to 951 Crown Chiffon 12 ply 23.00 roll. $ /per mo. 5. Pink hand soap. $ 9.00 /per no. O 6. 9112 Derma Pro lotion soap. $ 2.0 /per no. 7. Head and body shoo. $ 2.Q0 /per no. Bid Proposal. Page 19 of 32 G. s ppLIES (ccntimied)S. 4" sanitary na*ins. $ 2.00 /per mo. 9. 'ems. $ 2.06 _/per aac. 10. Plastic trashlirmws. $ 16.00 /per MD. H. BUILDING SIZE 1. Servioe Oenter 7,500 Sq.F't. i ■ Bid Prapasal Page 20 of 32 SERVICE UNIT COST PER CCCMUNCE FUR MOM VISTA PARK Rf OOkTION CMER The following services are to be performed after 1:00 a.m. and before 6:00 a.m., five (5) days a week, on Monday, Tuesday, Thursday, Friday and Sunday. Far the purpose of deducting cost for services oat rendered, the following is a list of services and the unit cost per occurrence. A. DATE[ SERVICE'S ® 1. Du,,t mop tile floor in kitchen and hallway. $ 1.00 /per day ■ 2. Vacanim and spot clean carpets. $ 2.00 /per day 3. EgPty aim, clean all waste and recyclable receptacles. Itash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, wasste and recyclables are to be kept separate and placed in the proper location for 2.00 disposal. $ /per day 4. Scrub kitchen sink, clean outside of refrigerator, counter tops and stove top. $ 1.00 /per day 5. Scrub and disinfect all sinks, ocmwdes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors and mirrored wall. Replace urinals deodorant sins, when needed. Replenish soap toilet paper and paper towels in dispensers. $ 2.50 _/Per day 6. Emergency supplies of soap, towels and toilet tissues will be stored at this location. $ 1.00 /per day 7. Site Supervisor must speak and read English acid be at the site at all times. $ 1 .00 /Per day 8. Before leaving building, secure all exit doors. $ 1.00 /per day B. WEEKLY SERVICES 1. Wet mop and, buff all tile floors. $ 2.00 /per week 2. Dust window sills and counters. $ 2.00 /per week 3. Janitorial Service must meet with a facility representative during City work hours once a 9.00 week. $ _/per week C. =YniLY SERVICES 1. Spot clean all walls for fingerprints and smudges. Bid 5.00 /per MO, Bid Proposal Page 21 of 32 C. I4MW SMaCES (contimxed) 2. Strip and rep= all tile floors. $ 20.00 _/per mo. 1. Wash all wins, inside ared outside. $ 25.00 /per quarter E. ANNLML SEWICES 1. In December, remove all licit covers and clean. $ 10.00 /annual 2. Dry clean all carpets. (date to be determined by city) $ 100.00 /annual ® F. SUPPLIES 1. Paper towels equal -to 389-H James River 78.00 Multifold. $ /per mo. 2. Zbilet paper equal to Crown-Soft Plus roll 27.00 tissues. $ /Per no. 3. Pink liquid Soap. (mild abrasive) $ 9.00 /per W. 4. Disposable toilet seat covers - flat pack - 250 count, 46-SC James River. $ 3.00 /per mo. 5. 401 Sanitary Napkins. $ 2.00 /per mo. 6. Tanpons $ 2.00 /per mo. ® 7. Plastic trashliners $ 16.00 /per mo. ® BUDDING SIZE I. Monta Vista Park Recreation center 10,354 Sq.Ft. 2. Monta Vista Park Building 2,970 Sq.Ft. Bid Proposal Page 22 of 32 SERVICE COST PER OCCURRENCE FOR BURY FARM REST ROCKS AM OFFICE BUILDING The following services are to be performed at the restroo s in the recreation and pool area 110 days between the months of May to September. The dates will be determined by the City. The following services are to be performed at the Golf Course Pro Shop restrocms three (3) days a week on Wednesday, Friday and Sunday, all year. The following services are to be performed at the Office Building at the entrance to Blackberry Farm recreation area one (1) day a week on Wednesday, all year. All services are to be performed after 10:00 p.m. and before 6:00 a.m. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. ® A. DAILY SERVICES 1. Scrub and disinfect all sinks, commodes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinal deodorant screens, when needed. Remove graffiti from $ 5'00 /per day walls. 2. Empty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are be kept separate and placed in the proper location for disposal. $ 5.00 /per day B. SUPPLIES - Provided by City and stored on site. OMCB BUI DIM A. DAILY SERVICES 1. Vacuum all carpeted areas. Spot clean daily. $ 3.00 /per day 2. Empty and clean all ether waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 5.00 /per day 3. Vacuum all cloth chairs throughout building. $ 7.00 /per day 4. Secure all exit doors when leaving building. $ 1.00 /per day Bid Proposal Page 23 of 32 i i Q OF7r'SCE EUIDIM (frmBNja d) A. DAILY SEMCES (cmtbuied) 7.00 da $ Y 5. fDust all office equfnt and window sills, eta. /per day 6. clean all ooUr*Jer taps- B. NAY SERVICES: mo 1. Wash all win inside and out. $ 7.00 P . ce C. BUIMING SIZE: 1. Office size 275 Sq. Ft. Bid P gx)sal Page 24 of 32 SERVICE UM OOSr PER OCCLWENCE EAR Q[T.ZNIAN f7CrfiMITk' CERTFR ON S'TIIUSNG LOAD The following services shall be performed after 11:00 p.m. and before 7:00 a.m., seven (7) days a week, on A"day Uu-ough Sunday. Far the PUrP se of deducting cost for services not rendered, the following is a list of all services and the unit cast per occurrence. A. DAILY SERVICES 1. Clean brass, windows and doorknobe an all entrance doors. $ 55.00 /pe day 2. Dust Mop then wet mop all tile floors. $ 5.00 /per day 3. Dust Mop all hardwood floors gout. $ 5.00 /per day 4. Dust all furniture including cabinets, counter tops and window sills, etc. $ 1.50 /per day 5. &Vty and clean thoroughly all ashtrays directly outside building doors. E[gty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper 2.5 ' location for disposal. $ ,/per day 6. Scrub sinks, and clean outside of refrigerators, freezer, stove tops, dishwasher, ice machine, all counters. Sweep, mop and scrub floors and polish all chrome in all three (3) kitchens. $ 2.00 /per day 7. Vacuum and spot clean carpets and vouches. $ 2.00 /per day s. scrub and disinfect sinks, camodes and urinals. viop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. Polish all throve dispensers. $ 5.00 /per day 9. Emergency supplies of soaps, towels, tyrosi*+ases and toilet tissue shall be stored in this location. $ 5.00 /Per day 10. Clean all tables, counter tops and Chairs. $ 3.00 /per day 11. site Supervisor must speak and read English and be at the site at all times. $ 2.00 /per day 12. Before leaving building secure all exit doors and set alarm. $ 1.00 /pe' day Bid Proposal Page 25 of 32 Qumm Cwmny mirm (continued) B. WEEKLY SEWICES 1. Spot clean all walls and doors for fingerprints and mnudges. $ 1.00 /per wk. 2. Move furniture and wet map and buff all the floors. $ 2.00 /per wk. 3. Use groat cleaner on bathroom tiles. $ 9.00 /per wk. 4. Janitorial Service must meet with a facility 9.00 representative during City hours once c; k. $ /per wk- 5. sweep, damga mop and polish all hardwor-J. =.;o®rs $ /10.00 (not m seum) . wk. C. MORMLY SERVICES 1. Wat mop, strip and rewax all vinyl floors. $ 10.00 /per mo. 2. Clean all air vents. $ 6.00 /per mo, D. QiARTERLY SERVICES (January/April/July/october) 1. Wash all windows inside and out 8 ft. and under. $300.00 /Per q:r. 2. Wet mop, strip and reseal all tile floors. $ 75.00 /per. qtr. E. SEMI AMLIAL, SERVICES (January/June) 1. Wash thoroughly and disinfect all tables and chairs (upholstery and plastic.) $ 5.00 /semi-an. 2. Wash windows 8 ft. and above. $300.00 /semi-an. 3. Clean all hanging light fixtu~es. $ 80.00 /semi-an- 4. Remove all light covers throughout building 100.00 and clean. $ /semi.-an. 5. Dry clean all carpets. (Dates to be determined by the City.) $ 250.00 /semi-an. 6. Sweep, damp mW and polish hardwood floors in 60.00 museum. $ /semi-an. F. SUPPLIES 1. Paper towels equal to 389 H James River 140.00 Multifold. $ /Per mo. 2. Zbilet paper equal to Crown-Soft Plus roll 53.00 tissues. Bid Proposal Page 26 of 32 F. SUPP= (coaratimed) 3. DisPosable toilet Seatcovers—flat pack--250 $ 30.00 /per mo. count, 46-SC JaMes River. 9.00 4. Pink liquid soap (wild abrasive) . $ /per mo. 2.00 5. 4" Sanitary napkins $ /per no. 6. Tampons $ 2.00 / MO. 7. Urinal sins $ 4.00 /per me-. S. Plastic tra.shl.iness $ 61.00 /per ma. G. BUILDING SIZE 1. Quinlan Ommunity Center. 27,135 Sq. Ft. i Bid Proposal Page 27 of 32 I, the undersigned agree that if this proposal is accepted, I will enter tools, a au�tracyt. with the City of C� y,a dino o provide all necessary_` machinery, 6�ols, apparatus, � other �lcu 6 o do all � specified in the contract in the manner and time specified. I, the undersigned declare that this bid is made without motion with any person, firm, or corporation making a bid for the same work, and is in all respects fair, and without collusion or fraud. I, the undersigned reocize that the Director of Public baar)t: of the City of Cupertino will reserve the right to establish the priority of one job over another and each starting date where conflict of service schedules occur. Attached hereto is the required certified check or bid band in the amount of $ as required by law and the Notice to Bidders. (10% of bid amount) `� Bid Proposal Page 28 of 32 BIDER QJMZFICPMON FiDM In further cxuplianoe with the specifications furnished, the undersigned sutmits the following statements as to his experierm and to his qualifications as a part of this proposal, and the trutlAVIness and utterance of the information is hereby guaranteed. (1) How many years has your organization been in kvsi,ness under its present name? 15 YEARS (2) Hoer many years experience in work canparable with that required under the proposed contract has your organization had by this or any other name? 15 YEARS (3) Contractor's License No. n/a State of California, Classification Expiration Data: (4) List work similar in character to that required in the proposed contract which your organization or personnel :U) your organization has ccupleted within the past three (3) years. Year Class, Location of Work and for Whom Performed Contract Amaunt SEE ATTACHED REFERENCE SHEET Bid Proposal Page 29 of 32 Business References There is one thing synonymous with the success of all the references listed below. They all use Service by Medallion's janitorial service. '1• h William Wilson & Associates, Centrum Plaza.: These award winning buildings are (3) three of a (4) four building (1) million 1,000,000 sq. ft. complex towering over the heart of San Francisco Bays most desired ground space. Its beautiful view & modern campus type facilities are setting the pace for others to follow. This entire facility is the home of Oracle Corporation, one of the valleys most prestigious computer software programers. Mary Wyrsch (415) 594-1941 $90,000.00 Monthly • Kaiser Aerospu,e: This 300,000 sq. ft. facility has been a world leader in R & D for aircraft guidance systems. We have serviced this facility for over 12 years and have watched it double in size during that same period. Kaiser is a very respected government contractor and has been awarded some of our country's most advanced contracts for its innovat-ion in military as well as commercial system. Bob Willou`hby (408) 432-3000 X1512 $24,000.00 Monthly • Addison Wesley Publishing Company: This West Coast Regional office headquarters is a very prestigious publishing company that has a land mark campus facility on Sand Hill Road. It consist of executive office space, general offices and a dining facility. Service By Medallion has serviced this complex for thirteen years. Mr. Jim Scott (415) 854-0300 $5,000.00 Monthly i 1 Name of Proms , if any (Section 4104, Goverim� Code) 1. NONE 2. 3. 4. 5. 6. Address if Shop or Office of Sub-Contractors (Section 4104, Goverrmkent Code) 2. NONE a. 3. 4. 5. 6. Work to be Performed by Sub-Oontracto s (Section 4104, Goverrm ent Code) 1. NONE 2. 3. 4. 5. 6. Bid Proposal Page 30 of 32 IF YOU ARE AN INDIVMCAL, So STATE. IF YOU ARE A FIM OR OD-P , STATE 7w FIRM NAME AND = um u*m OF ALL IlNDIVIDuAL w-PARnaps CCHPDSING THE F . IF A OORPORATICI, STATE ILL NAME OF CC ATICK, ALSO NAMES OF PRESIDENT, 30MEIARY-MEP AND MN GER. nM OC CRATE SEAL MUST BE AFF C D. 7M INFUR0TION WaRINED IN TMS BID IS BEING MADE UNDER PENALTY OF PEPJURY. TYPE OF BUSINESS: Individual: Co-Partnership Corporation CORPORATION Joint Venture Other (Describe) Name and Signature of Bidder ROLAND PHILLIPS Pr (Signature Address (Both mailing and location addresses) : 711 CALLE ARTIS SAN JOSE, CA 95131 Telephone Number: (408- ) 433-5963 Date: 11-5-93 Addendas Received: 1 2 3 4 5 Attendance at Pre-Bid Meeting. X Yes No Bid Proposal Page 31 of 32 NONCOUXISION AFr-MhVIT 70 BE ExEmnID BY BIDER AND SUBMIT111) WITH BID State of California ss. sty of SANTA CLARA SERVICE BY MEDALLION beingfirst duly sworn and says that he or she of SERVICE BY MEDALLION the party making the f areg—oUij bid that the bad is nor made in the interest of, or on behalf of, any dosed person, whip, cmgmny, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly clouded, conspired, connived, or aged with any, bidder cr anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any mm-mr, directly or indirectly, sought by agreement, eommmication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awagddiig the contract of anyone interest in the proposed contract; that all status contained in the bid are true; and, further, that the bidder has not, directly or indirectly, sutmitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, ompany association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name and Signabire of Bidders ROLAND PHILLIPS SERVICE BY MEDALLION Date: Bid Proposal Page 32 of 32 B. GENERAL: PRMISIONS 1. ADOPTION OF STANDARD SPBCIFIC'A77CNS By this reference, the Staff d Specifications of the State of California, Department, of Transportation dated July, 1992 (herein refer to as "Standard Specifications") is incorporated and adopted as the Standard Specifications and shall apply together with the modifications contained herein. 2. DOINGS AND CTIATICNS The section and other headings and citations to the State Standard Specifications are inserted solely as a matter of convenience and are not a part of the City's Standard Specifications. 3. DEFIIJMCNS OF TERMS The definitions and terms outlined in Section 1 of the State Standard Specifications shall apply with the following modifications: 1-1.10 "Contractor" means any person or persons, firm, partnership, corporation, or combination thereof as defined in the Standard Specifications and in Section 7026 of the California Business and Professions code. The term contractcr includes subcontractor and specialty contractor. 1-1.13: "Department" means the City of Cupertino (hereinafter referred to as "City") . 1-1.15: "Director" means the Director of Public Works or City Engineer, City of Cupertino (hereinafter referred to as "Engineer"). 1-1.18: "Ehgineer" means the Director of Public Works or City Engineer, City of Cupertino, or appointed agent(s) (hereinafter referred to as "Engineer") . 1-1.25: "Laboratory" means the City's approved testing laboratory. 1-1.32: "Proposal Form" means the form(s) provided by the City and provided in the Special Provisions of the Pro-ject Specifications and upon which the City requires formal bids be prepared and submitted for the work. 1-1.39: "State" means the City of Cupertino. 4. PROSE CrMCN AND PFDMUW OF THE WORK a. Hazardous Materials If the presence of asbestos or hazardous substances is disclosed in the Bid or contract Documents, the Contractor, or the contractor's designated Suboantractcuc, shall be registered pursuant to Section 6501.5 of the Labor Cade and certified in acoardanoe with subdivision (a) of Section 7058.5 of the Business and Professions (bde. General Provisions page 1 of 15 a. Hazardous Materials c� In the event the Contractor encounters on the site asbestos or a hazardous substance that has not been disclosed in the Bid or Contract Documents, and the asbestos or hazardous substance has not been rendered harmless, the Contractor may continue work in unaffected arms reasonably believed to be safe, and shall nwediately cease work an the area affected aril report the condition to the owner, or the owner's reps sentative, or architect in writing. b. Noise Control Grading, construction and demolition activities shall be allowed to end the noise limits of Section 10.48.040 of the Cupertino Municipal Code during daytime hours provided that the equipment utilized has high quality noise muffler and abatement devices installed and in good condition and the activity meets one of the following criteria: 1) No individual device produces a noise level more than eighty- ' nine(89) dBA at a distance of twenty-five(25) feet from said device. 2) Noise levels created do not exceed seventy(70) dBA on any nearby Property It is a violation of this chapter :o ergage in any grading, street construction or underground utility work within seven hundred fifty(750) feet of a residential area an Saturdays, Sundays, Holidays and during the nighttime pp iod except as provided in Section 10.48.030, emergency exception. Grading, construction or demolition occurring during nighttime periods shall not be allowed unless they meet the nighttime standards of Section 10.48.040, daytime and nighttime maximum noise levels. c. Progress of the Work The contractor shall begin work within fifteen(15) days after receiving native that the contract has been approved, or upon receipt of notice to proceed, and shall diligently and continuously prosecute the same to voupletion within the number of wm:king or calendar days as shown in the Special Provisions. d. Record Drawings The Contractor, upon eoWletion of this project, shall furnish and submit a set of accurate 'Record Drawing" plans to the Department of Public Works. Five(5) sets of "Electrical Schemtics,, of the traffic signal cabinet and service equipment enclosure shall be provided by the Contractor on projects where traffic signals are cmwtructed or modified in any way. These planets shall show all contract charge order work and all variations in the construction from the plans provided to the Contractor by the City. e. Rigbt of Way The right of way for the work to be ootrstzucted will be provided by the City. The Cantrac'tor shall make arrangements and pay all expenses for additional area required Outside of the limits of right of way. General Provisions page 2 of 15 f. al.spension of the Contract If, at any tiiti-3, the City determines that the Contractor has failed to supply an adequate working force or material of proper quality, has failed in any other respect to prosecute the work with the diligence and force specified and interned in and by the texve of the contract, or has failed to amply with any of tlue- terms of the State Public Contract Code, written notice to correct any such deficiencies shall be served to the Om*xactor. Should the Contractor neglect ur refuse to provide means for a satisfactory compliance with the contract as directed by the Engineer, within the time specified in such notice, the City shall.. have the power to suspend the operation of the Contractor Upon receiving notice of such suspension, the Contractor shall discontinue said work, or such harts of it as the City may designate. Upon such suspension, the Oontractor°s omitrol shall terminate, and thereupon the City of its duly authorized representative may take possession of all or any part of the Contractor's materials, tools, equipment and appliances upon the premises, arn3 use the same for the purpose of completing said contract. The City may employ other parties to carry the contract to oompletion►, employ the necessary works, hire equipment, substitute other machinery and materials, purchase the materials for, and buy such additional materials and supplies at the Contractor's expense as may be necessary for the proper conduct of the work and for the caupletion of the contract. The City may annul and cancel the contract and relet the work or any part thereof. Any excess of oast arising therefrom over and above the contract price will be charmed against the Contractor and the Contractor's sureties, who will be liable therefore. In the event of such suspension, all money due the Contractor or retained under terms of this contract shall be forfeited to the City. Such forfeiture will riot release the Contractor or sureties from liability for failure to fulfill the contract. The Contractor and the Contractor's sureties will be credited with the amount of money so forfeited toward any excess of cost over and above the contract price, arising frcan the suspension of the operations of the contract and the completion of the work by the City as above provided, and the Contractor will be so credited with any surplus remaining after all just claims for such completion have been paid. In the determination of the question whether there has been any such non-compliance with the contract as to warrant suspension or annulment thereof, the decision of the City Council of the City of Cupertino shall be binding on all parties to the contract. g. Time of Ompletion and Liquidated Damages The work to be performed under this contract shall be cmpleted in accordance with Section B, paragraph 4c, above. It is agreed by the parties to the contract that in case all the work called for under the contract, in all parts and requirements, is not finished or completed within the number of days as set forth in the Special provisions, damage will be sustained by the City. It is further agreed that it is and will be irpracticable and fly diffiLult to ascertain and determine the actual damage which the City will sustain in the event of or by reason of such delay. It is therefore agreed that the Contractor will pay to the City, the sum set forth in the Special Provisions, per day for each and every day of delay in finishing the work in excess of the number of days prescribed. General Provisions page 3 of 15 93-038 CONTRACTUAL JANITORIAL SERV. 3 of 9 PROJECT 94-101 . Time of lotion and Li 'dated es continued g` � 1 The Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may deduct the amount thereof from any monies due or that may become due to the Contractor under the contract. It is further aged that in case the work called for wader the contract is not finished and completed in all parts and requirements within the number cf days specified, the Engineer shall have the right to increase the number of days or not, as may be deemed in the best interest of the City. If the Engineer decides to increase the said number of days, the City shall further have the right to charge to the ConatraclUx, the Contrac,-ter's, heirs, assiq: or sureties the actual cost of engineering, inspection, superintendence, and other overhead expenses which are directly chargeable to the contract, and which accrue during the pericd of such extension. The cost of final surveys and preparation of final estimate shall not be included in such charges. The contractor will be granted an extension of time and will not be ' assessed with liquidated damages or the cost of engineering and inspection for any portion of the delay in completion of the work beyond the time named in the Special Provisions for the completion of the work caused by acts of God or of the public enemy, fire, floods, tidal waves, earthquakes, epidemics, quarantine restrictions, strikes, labor disputes, shortages of materials and freight embargoes, provided, that the Contractor shall notify the Engineer in writing of the causes of delay within fifteen(15) days from the beginning of any such delay. The Engineer shall ascertain the facts and the extent of the delay. The Engineer's findings thereon shall be final and conclusive. No extension of time will be granted for a delay caused by a shortage of materials unless the Contractor furnishes to the Engineer documentary proof that every effort has been made to obtain such materials from all known sources within reasonable reach of the work in a diligent and timely manner. Further proof in the form of supplementary progress schedules, as required in Section 8-1.04 of the State Standard Specifications ("Progress Schedule") , that the inability to obtain such materials when originally planned did in fact cause a delay in the final completion of the entire work, which could not be compensated for by revising the sequence of the Contractor's operations, shall be _reT—,;red. The term "shortage of materials," as used in this section; shall apply only to materials, articles, parts or equipment which are ,tandard items and are to be incorporated in the work. The term "shortage of materials," shall not apply to materials, parts, articles or equipment which are processed, me?de, oonstomted, fabricated or manufactured to meet the specific requirements of the contract. Only the physical shortage of material will be considered under these provisions as a cause for extension of time. Delays in obta!ning materials due to priority in filling orders will not constitute a shortage of materials. If the contractor is delved in completion of the work by reason of changes made under Section :-1.03 of the State Standard Specifications ("Changes"), or by failure of the City to acquire or clear right of way, or by any act of the City, not eonteoplated by the contract, an extension of time eammensurate with the delay in oompletion of the work thus caused will be granted and the Contractor shall be relieved from any claim for liquidated damages, or engineering and inspection charges or other penalties for the period covered by such extension of time. General Provisions page 4 of 15 Q. 1- Tine of Conpletion and Liquidated Dams es contimled ® The contractor shall notify the Engineer in writing of the causes of ® delay within fifteen(15) days from the beginning of any such delay in order to be relieved of said liquidated damages or other penalties. The Engineer shall ascertain the facts and make findings regarding the extent of delay. The Engineer's findings shall be final and conclusive. Emept for additional compensation provided for in Sectioaa 8-1.09 of the State Standard P Specifications ("Right of Way Delays") , and except as provided in ublic Oontract code Section 7102, the Contractor shall have no claim for damage or conqrnsation for any delay or hindrance. It is the intention of the above provisions that the Contractor shall not be relieved of liability for liquidated damages or engineering and iropec-tion charges for any period of delay in ompletion of the work in iexcess of that expressly provided for in this section. [See Section 8-1.07.] 5. CORML OF THE WORK a. Authority to Deviate from the Approved Plans In addition to the provisions of Section 5-1.03 of the State Standard Specifications, deviations from the approved plans or specifications for the project must be authorized in writing by the Engineer. b. Dust Control The Contractor shall, at all times during construction and until final aaupletion and acceptance, prevent the foannation of an air-borne nuisance by oiling, watering with non-potable waiver, or by other satisfactory method, as required by the Engineer. The Contractor shall treat the site of the work in such a marwer that will confine dust particles to the immediate surface of the work. The Contractor shall perform such dust control measure within two(2) hours after notification that the Engineer has determined that an air-borne dust nuisance exists. If the Contractor fails to abate the nuisance within two(2) hours, the City of 443ertino may order that dust control measures at the site be done by City personnel and equipment or by others, and all expenses incurred in the perforaiarxoe of this work shall be charged to the Contractor and paid for by the Contractor. c. IrL�tion In addition to the provisions of Section 5-1.08 of the State Standard specifications, the Contractor shall provide, to the Engineer, all information respecting the progress of the project. The Contractor shall also furnish telephone service at all facilities servicing the project. All work done by the Contractor shall be aeompli.shed between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday, or as specified in the special Provisions, unless authorized in writing by the Engineer. Whenever the contractor varies the period within the authorized hates during which work is carried on each day, the Contractor shall give due notice to the Engineer, so that pamper inspection may be provided. Any work done in the absence of the Engineer will be subject to rejection. General Provisions page 5 of 15 c. .inspection (continued) Inspz�ction oasts for any work done before 8:00 a.m. or after 5:00 p.m. on a regular work day or on Saturdays, Sundays, or Holidays, shall be paid for by the Contractor at a rate of thirty-five dollars($35.00) per hour, or latest rate approved by the City Council, except where such work is & specifically required by the Special Provisions. r3. Projects financed in whole or in part with state funds shall be subject to inspection at all times by the State Director of Public Works or the State Agency involved. [See State Standard Specifications Section 5-1.08.J d. Mumerit.ation Tha Contractor shall properly guard, protect and preserve all street and highway monuments, all property corner and property line monuments and all U.S.C. & G. S. monuments in their proper places until their removal is authorized by the Engineer. Any monuments that have been removed without proper authority shall be replaced at the Contractor's expense. e_ Samples and Tests The source of supply of each of the materials to be used on the project shall be approved by the Engineer before delivery is started and before such material is used in the work. Representative preliminary samples of the character and quality prescribed shall to submitted by the Contractor or producer of all materials to be used in the work for testing or examination as desired by the Engineer. The Contractor shall furnish such samples of materials as are rued by the Engineer, without charge. No materials shall be used until it has been approved by the Engineer. Additional samples may be severed and tested whenever necessary to determine quality of materials. All tests of the materials furnished by the Contractor shall be made in accordance with commonly recognized standards of national organizations, and such special methods and tests as are prescribed in the Special Provisions. f. Utilities It is the Oontractor's responsibility to verify the location of all existing utilities. The Contractor shall have all of the utilities, ® underground mains, and services that may conflict with the project field ® located. The Contractor shall contact Underground Services Alert (USA) forty- eight(48) hours in advance of any work at (800) 642-2444. Due caution shall be exercised to insure that underground irrigation systems, electrical systems, and other utilities on private property are not damaged during construction of the project. Ma ng excavation, appropriate techniques shall be employed which safeguard all Nesting utilities and underground facilities. Damage to such utilities and underground facilities shall be repaired at the Contractor's expense if located by U.S.A. or shorn ® on the plan or notified by project manager. General Provisions page 6 of 15 g. Water for Construction Water used in any way for the comstruction of the project shall be inported by the Contractor and shall be non-potable water in tanks clearly marked as such unless specific authorization to deviate has been granted by the Engineer. If authorized by the Engineer, the Cmitractor may extract construction water from fire hydrants provided that the Contractor obtains a meter from and purchases the water from the water utility that services the area in which the construction work is located. 6. LEGAL P12A IONS AND RESPONSIBILITIES TO THE PUBLIC a_ contractor's Payments Upon request by the City, the contractor shall suhnit reasonable evidence that all payrolls, materials, bills and other indebtedness connected with the work have been paid. If any liens against the Contractor for labor or materials furnished hereunder remain unsatisfied after final payment by the City, the Contractor agrees to pay the City all monies that the City may be compelled to pay in discharging such lien, including all costs and a reasonable attorney's fee. b. Indemnity Contractor shall indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its officers, employees, agents, and elective and appointive boards, from all claims, losses, damage, including property damage, personal injury, including death, and liability of every kind, nature and description, arising out of or in any way connected with the negli-ent acts, e��z�,rs or omissions, or the willful misconduct of the Contractor or any person directly or indirectly employed by, or acting as agent for, Contractor, directly or indirectly related to the provision of any professional services provided hereunder, but not including the sole or active negligence, or the willful misconduct of the City. This indemnification shall extend to claims, losses, damage, injury and liability for injuries occurring after the completion of the aforesaid operations, arising from Contractor's work. Sutmi.ssion of insurance certificates or sulanission of other proof of compliance with the insurance requirements does not relieve the Contractor from liability under this indemnification and hold harmless clause. The obligations of this indemnity clause shall apply whether or not such insurance policies have been determined to be applicable to any of such damages or claims for damages. The City does not authorize the impermissible use of any patent or the reproduction of any copyrighted material by the Contractor which exceeds "fair use" in the performance of this contract. The Contractor is solely responsible for any such infringement. The Contractor shall indemnify the City against and hold it harmless from any and all losses, damage, costs, expenses, and attorney's fees suffered or incurred as a result of or in connection with and claims or actions based upon infringement or alleged infringement of any patent, copyright, or trade secret, and arising out of the use of the equipment or materials utilized to perform under this Contract or specified by or procured by the contractor, or out of the processes or actions employed by, or on behalf of, the Contractor in connection with the performance of this Contract. General Provisions page 7 of 15 b. Indwni aantin ued The Contractor shall also indemnify the City against and hold it harmless from any and all loss, damage, costs, expenses, and attorney's fees suffered or incurred on accent of any Leach by the Contractor, or its employees, agents, cr sutmiltractors, of the aforesaid obV gations and covenants, and any other provisions air covenant of this Contract. 1 c. InsuzuMe Before Contractor performs any work at, or prepares or delivers materials to, the site of construction, Contractor shall furnish certificates of insurance evidencing the foregoing insurance coverages anti such certificates shall provide the name and policy number of each carrier and policy and that the insurance is in forme and will not be zanceled or modified without thirty(30) days wAtten notice to the City. Contractor shall maintain all of the foregoing insurance coverages in forte until the work under this .'mtract is fully eaoapleted. The requirement for carrying the foregoing insurance shall Tr)t derogate from the provisions for indenmif ication of the City by Contractor under this Contract and for the duration of the warranty period. Notwithstanding nor d;min;chirbr the obligations of Contractor with respect to the foregoing, Contractor shall maintain in full force and ef'fnct during the life of this Contract, the following in awanx:e in amounts not less than the amounts specified and issued by a coanpany admitted in California and having a Best's Oxide Bating of A-Class VII or better. Worker's C .nsation Liability. In accordance with the Worker's Cessation Act of the State of California - $1,000,000 per occurrence. Public Liability - either Oombined single limit of $1.0 million canwrcial general liability per occurrence; 2.0 million in the or ccuprehensive general liability; aggregate. including provisions for contractual liability, personal injury, indepen- dent contractors and prcper-ty damage coverages. Builder's all Risk. Mount equal to 100% of the contract price bid; $25,000 deductible is allowed. Automobile Liability - couprehensive Combined single limit of $500,000.00 covering owned, non-owned and hired per occurrence. automobiles. d. Labor Nondiscrimination Attention is directed to the provisions of Section 7-1.OIA(4) of the State Standard Specifications, which apply. In addition, the Omitractcr shall Comply with the minority and female employment practices of the office r f Federal Contract Ompliance of the United States Department of Labor as established for Santa Clara County. General Provisions Page 8 of 15 e. Prevailing Wages The Contractor shall keen fully informed of all existing and future State and Federal laws and City ordinances and regulations which in any manner affect those engaged or Toyed in the work. The Contractor shall conform to the provisions of Sections 7-1.01A and 7-1.01B of the Standard Specifications. Copies of the prevailing rate of per diem wages are on file at the office of the Director of Public Works, City of Cupertino. f. Resoly*Cion of Construction Claims This section applies to all public works claims of three hundred seventy- five thousand dollars($375,000.00) or less which arise between a contractor and the City. This section shall not apply to any claims resulting from a contract between a eontractot and the City when the City has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2 of the Public Contract Code. 'This section applies only to contracts entered into on or after January 1, 1991. As stated in subdivision (c) of Section 20104 of the Public Contract Code, any contract entered into between January 1, 1991 and January 1, 1994, which is subject to this section shall incorporate this section. To that end, these contracts shall be subject to this section even if this section is repealed. The term "Public Work" has the same meaning as in Section 3100 and 3106 of the Civil Code. The term "Claim" means a separate demand by the contractor for (1) a time extension, (2) payment of money or damages arising from work done by or on behalf of the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not Otherwise entitled to, or (3) an amount the payment of which is disputed by the City. ® For any claim subject to this section, the following requirements apply: ® I. The claim shall be made in writing and shall include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this section is intended to extend the time limit or supersede notice requirements otherwise pr Aded by contract for the filing of claims. 2. (a) For claims of less than fifty thousand dollars($50,000.00) , the City shall respond in writing to any written claim within forty-five(45) days of receipt of the claim, or may request, in writing, Within thirty(30) days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the City may have against the claimant. (b) If additional information is thereafter required, it shall be requested and provided pursuant to this section, upon mutual aunt of the City and the claimant. (c) The City's written response to the claim, as further documented, shall be submitted to the claimant within fifteen(15) days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. General Provisions page 9 of 15 0 f. Resolution of Construction Claim (continued) 3. (a) For claims of over fifty thousand dollars($50,000.00) and less than or equal to three hundred seventy-five thousand dollars($375,000.00) ,the City shall respond in writing to all written claims within sixty(60) days of receipt of the claim, or may request, in writing, within thirty(30) days of receipt of the claim, any additional dog ient-ation supporting the claim relating to defenses to the claim the City may have against the claimant.. (b) If additional information is thereafter required, it shall be requested and provided pursuant to this section, upon mutual agreerent of the ® City and the claimant. ® (c) They City's written response to the cl�}elm, as further documented, shall be submitted to the claimant within thirty(30) days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation,on, whichever is greater. 4. If the claimant disputes the City's written response, or the City fails to respond within the time prescribed, the claimant may so notify the City, in writing, either within fifteen(15) days of reoeig.; of the City's response or within fifteen(15) days of the City's failure to respond within the time prescribed, respectively and dew an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the City shhall schedule a meet and confer conference within thirty(30) days for settlement of the dispute. 5. Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (com encing with Sec li a 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Goverim+gnt Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits the written claim pursuant to paragraph 1, above, until the time that claim is denied, as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 6. This, article doe; not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specIfied by Chapter 1 (commencing with Section 900) and Chapter 2 (wing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Goverrment Code. The following procedures are established for all civil actions filed to resolve claims subject to this sections 1. Within sixty(60) days, but no earlier than thirty(30) days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both paxtaes. The mediation process shall provide for the selection within fifteen(15) days by both parties of a disinterested third person as mediates, shall be cw nenoed within thirty(30) days of the submittal, and shall be concluded within fifteen(15) days frexm the of the mediation unless a time reTairement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the fifteen(15) day period, any party may petition the court to appoint the mediator. Gsr*ral Provisions page 10 of 15 M-- i -- 1- M f. Resolution of Construction Claims continued 2. (a) If the matter rains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (ocumencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (co mnencinq with Section 201r- of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this section consistent with the rules pertaining to judicial arbitration. (b) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid nary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and P.xpenses shall be paid equally by the parties, exoept in the case of arbitration where the arbitrator, For good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (c) In addition to Chapter 2.5 (ocm timing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgement shall, in addition to pwnnent of costs and fees under that chapter, pay the attorney's fees of the other party arising out of trial de novo. 3. The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. g. Responsibility for Damages `Ihe City of 04)ertino, the City Council, the Engineer or the Engineer's agents shall not be answerable or aoco0.ntable in any manner for any loss or damage that may happen to the work, or any part thereof, any material or equipment used in performing the work, or for injury or damage to any person or persons, either workers or the public, or for damage to adjoining property from any cause whatsoever during the progress of the work or at any time before final acceptance. The Contractor shall be responsible for any liability imposed by any law and for injuries to or death of any person including but not limited to workers and the public, or damage to property resulting from defects or obstructions or from any cause whatsoever during the progress of the work or at any time before its completion and final acceptance. In addition to any remedy autho-ized by law, so much of the money due the Contractor under and by virtue of the contract as shall be considered necessary by the City may be retained by the City unt'1 disposition has been made of such suits or claims for damages as aforesaid. The retention of money due the Contractor shall be subject to the following: 1. The City will give the Contractor thircy(30) days notice of its intention to retain funds from any partial payment which may become due to the Contractor prior to acceptance of the contract. Retention of funds from any payment made after acceptance of the contract may be made without such prior notice to the Contractor. General Provisions Page 11 of 15 Responsibility for Damages continued 2. No retention of additional amounts out of partial payments will be made if the amount to be retained does not exceed the amount being withheld from partial payments pursuant to Section 9-1.06 of the State Standard Specifications ("Partial Payments") . 3. If the City has retained funds and ?.t is subsequently determined that the City is not entitled to he indemnified and saved harmless by the Contractor in connection with the matter for which such retention was made, the City shall be liable for interest on the amount retained at the legal rate of interest for the period of such retention. The City will consider proposals by the Contractor to enter into special arrangements, such as posting securities or bonds acceptable to the City, in lieu of the retention of funds. Such special arrangements shall be in writing, and approved by the surety on the performance bond and by the surety on the payment bond. No funds shall be retained where the Contractor establishes, to the satisfaction of the City that at the time of the accident or occurrence giving rise to a claim or lawsuit against the City or its officers or employees, that the Contractor had in effect public liability and property damage insurance of the type, form, and amount as provided in Section B, paragraph 6c, above (1-Insurance) . [See state Standard Specifications Section 7-1.12.) h. Workers Q�ati,an and Unemployment Insurance Prior to entering into the contract respecting this project, the bidder to wham the contract is awarded shall furnish to the City satisfactory proof that the bidder has a policy of workers, compensation and unemployment insurance for its employees, that conforms to the provisions of Division 4, commencing with Section 3200, of the Labur Code or of the Unemployment Insurance Code, in effect for the entire period covered by the proposed contract. 7. PPDPOSAL AND AWAM OF CONIRACT a. Competency of Bidders All bidders are required to cramplete the "Bidder Qualification Form" as provided in the proposal. Incomplete forms or lack of experience in the field of work being bid may be cause for rejection of the proposal. b. Contract Bonds The Contractor shall furnish two(2) good and sufficient bonds. Each of the Bonds shall be executed in a stmt equal to the contract price. The first bond shall guarantee the faithful performance of the contract by the Contractor. The second band shall be furnished as acquired by the terms of Sections 3247 to 3252, inclusive, of the Civil Code of the state of California. The Labor and materials bond will be released six(6) months after the Notice of Completion, and the Faithful Performance shall be reduced by ninety pereent(90%) at the Notice of Colpletion. The remaining ten percent(10%) will be released at the end of one(1) year from acceptance of the project provided any deficiencies in the work have b3en corrected. [See state Standard Specifications Section 3-1.02.1 General Pmvisions page 12 of 15 c. Eaxm&ion of contract The sucoessful bidder, as contractor, shall execute the contract set forth in the contract documents and provide the contract bonds and insurance certificates required therein within eight(8) days, not including Saturdays, Sundays and legal Holidays, after the bidder has received the contract for execution. Failure to do so may result in annulment of award and forfeiture of the proposal guarantee. d. Payment The City will make partial payments to the Contractor on the basis of a duly certified estimate of the work performed and the materials incorporated in the project during the preceding reporting period. The City utilizes a bi- weekly accounts payable cycle and issues checks on Fridays. The actual dates of the payment schedule are available at the City's Accounting went. The City will retain- ten pereent(10%) of the amount of each of said estimates until the expiration of thirty-five(35) days from the date of recording by the City of the Notice of Completion. At this time, and not before, the City shall pay the Contractor the whole of the remaining ten pear.ent(10%) of said contract price. The payment of progress payments by the City shall not be construed as an absolute acceptance of the work done up to the time of such payments, but the entire work is to be subjected to the inspection and approval of the City, and subject to whatever inspection and approval may be required by law. Pursuant to Section 4590 of the California Government Code, the Contractor will be permitted, upon request and its sole expense, to substitute securities for any moneys withheld by the City to ensure performance under the Contract. Said securities will be deposited either with the City or with a state or federally chartered bank as escrow agent. Securities eligible for this substitution are those listed in Section 16430 of the California Government Cade, bank. or savings and loan certificates of deposit, interest bearing demkvid deposit accounts, standby letters of credit, or any other security mutually agreed to by the Contractor and the City. A sample escrow agreement is included in Section 22300 of the Public Contracts Code. The Contractor shall be the beneficial owner of any securities substituted for moneys withheld and shall receive any interest thereon. e. Proposal Forms The City will furnish to each bidder a standard proposal form, which, when filled out and executed may be submitted as the Contractor's bid. Bids not presented on forms so furnished will be disregarded. The proposal form is bound together with the Notice to contractors, General Provisions, Special Provisions, Bidder Qualification Farm, Sub- Contractors Form and Signature Form. The contractor shall submit as a minim ►, the Notice to Contractors, Proposal, Bidder Qualification Farm, Sub- Contractors Farm and Signature Farm. Bids containing less than this or bids containing inoomplete forms will be disregarded. General Provisions page 13 of 15 fi. e. Proposal Farms (continued) All proposals shall. state the dates for co pletion, if required, the Prices Proposed, both in writing and in figures and shall show a total, and shall be signed by the bidder, with the bidders address. If proposals are made by an individual, name and post office address shall be sham. If made by a firm or partnership, the name and post office address of each member of the firm or partnership shall be shown. If made by a corporation, the proposal shall show the names, titles and business address of the president, secretary and treasurer and the proposal shall show the corporate seal. The proposal shall be submitted as directed in the "Notice to Contractors" under sealed cover plainly marked as a proposal, and identifying the project to which the proposal relates and the date of the bid opening therefor. Proposals not properly submitted may be disregarded. Proposal forms may be obtained tram the Office of the City Clerk, City of Cupertino, 10300 Torre Avenue, 04?ertino, CA, 95014-3255 or by calling (408) 252-4505. f. Prvpos.i Guaranty All proposals or bids shall be aanied by cash, a cashier's check or certified check payable to the order of the City of Cupertino, in the amount of ten percent(10%) of the bid, or by a bond in said amount payable to the City of Cupertino. Said bond shall be signed by the bidder and a corporate surety, or by the bidder and two sureties who shall justify before any officer occWtent to administer an oath, in double said amount and over and above all statutory exeuptions. Said cash or check shall be forfeited or said bond shall become payable to the City in case the bidder depositing the same does not enter into a contract with the City within ten(10) days after written notice that the Contractor has been awarded the contraact-. g. Rejection of Proposals Prowls may be rejected if they show any alterations of form, additions not called for, conditional -w alternative bids not called for, incomplete bids or erasures, or for irregularities of any kind. only the proposal forms prepared by the City shall be used. (See State Standard Specifications Section 2-1.06.] h. Subcontractors The proposal shall contain the name and location of the place of business of any person or persons, firm, partnership, corporation, or combination thereof who will perform work or labor or render service to the prime contractor, except for those providing work or labor or rendering service for wades only, in or about the construction of the work or iag�rvvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or according to detailed drawings contained in the plans and Specifications, in an amount in excess of one--half of one peroent(0.5%) of the Prime contractor's bid or, in ease of bids or offers for the cozstnzati.on of streets or highways, including brides, in exmes s of one-half of one percent (0.5%) of the prime contractor's total bid or ten thousand dollars($10,000.00) whichever is the greater. Zhe proposal shall list the portion of the work which will be done by each subcontractor for this project. The prim contractor shall list only one(1) subcontractor for each portion as is defined by the prim oantractor in the prime cm1tractar's bid. General Provisions page 14 of 15 r INDE}C DESQtIF'TIOQ�i PAGE(S) rADOPTICN OF STANDARD SPEICIFICATIONS 1 APPRENTICES(Prevailing Wages) 8 ALTniORITY TO D::VIATE FROM ME APVED PLANS 5 OODWETENCY OF BIDDERS 12 CONSTRUCTION CLkW 8-10 CXX?TRACT BONDS 12 CONTRACTOR'S PANTS 7 CONTROL OF 7tlE WCR]C 5,6 DE3: NMCNS OF TERMS 1 DUST CONIDOL 5 RCN OF CONTRACT 13 HAZARDOUS MATERIALS 1,2 HEADINGS AND CITATIONS 1 INDEMNITY 7 INSPECTION 5,6 INSURANCE - PUBLIC LIABILITY AND PROPERTY DAMAGE 8 INSURANCE - WAS COMPENSATION AND UNEMPLOYMENT 12 LABOR NONDISCRIMMQTICN 8 LEGAI. RELATIONS AND RESPCNSIB31=ES TO THE M3LIC(Labor Code 6d) 7-12 M 34LMl]=C I 6 NOISE CONTROL 2 PAYMENT' 13 PREVAILING WAGES 8 PFOGRFSS OF THE WORK 2 PROPOSAL AM AWARD OF CONTRACT 12-14 PROPOSAL FORM 13,14 PROPOSAL GUARANTY 14 PROSBC4rTION AND PF4XWZSS OF THE WORK 1-5 RDOORD DRAWINGS 2 RF3'E MON OF PROPOSALS 14 RESOI.UTICK OF OONSTRL MON CLAIMS 9-11 RESFONSIBI7.TY FloR DAMAGES 11,12 RIGHT OF WAY 2 SAMPLES AND TESTS 6 SUBCOTII2ACIDRS 14 SUSPENSION OF WE CONTRACT 3 TIME OF OOlMPLETlCN AND LIQUIDATED DAMAGES 3-5 UI'ILI'TIES 6 WATER FUR 6 WAS OOMPENSATICN AND UNEMPLOYMENT INSURANCE 12 r Oral Provisions page 15 of 15 r 1. IACATION: C. SPDC?AI. PROViSICNS This work is locatad at various facilities awned by the City of Oftino, in the County of Santa Clara. 2. SCDPE OF WOW: The work shall consist of providing janitorial services to maintained City owned facilities in a clean and healthy manner, as specified herein, or as directed by the Engineer. 3. QUANI'ITIES: It is specifically pointed out that the quantities listed in the proposal and specifications are estimates only and being given on a basis of comparison of bids and the City of Q.4)ertino does not agree that the ® actual amount of work will correspond, but reserves the right to increase ® or decrease the amount of any class or portion of the work, or to omit items or portions of the work that may be deemed necessary by the Engineer. THE QtAN.'rIT'Y LSSTID FOR EACH ITEM MAY BE INCREASED OR DECREASED UP TO TWEIM-FIVE (2 5) PERCENT' OF THE CIONII2ACr QUANTITIES WITH NO CHANGE IN UNIT PRICE BID. BASE BID: ITE11 DESCRIPTION QTY UNIT 1. City Hall Administration Building 12 months 2. Cupertino Library 12 months 3. Portal Park Recreation Building 12 months 4. Senior Citizens Center 12 months 5. McClellan Ranch Main Building and Museum 12 months 6. Service Center 12 months 7. Monta Vista Park Building 12 months 8. Blackberry Farm Rest Roca[► & Office Bldg. Facilities 12 months 9. Quinlan Community Center Building 12 months 4. EXPLANATION OF BID ITEMS: The price bid per unit measure of work shall include all costs of labor, equipment and materials necessary for completing janitorial services in accordance with these specifications. Any item described in the Special Provisions not specifically listed as a bid item shall be considered as included in the various bid items and no special compensation will be allowed. Special Provisions Page 1 of 21 Special Provisions (Continued) BID ITEM NO. 1 - CITY HAIL ADPI�IISMTIC N wnDING (Month) This item is bid per month and shall include all costs for the following service to be performed after 12:00 A.M., and before 7:00 A.M. five (5) days a week, Monday t mxigh Friday. Security system to be keyed to these times. The following is a list of services with their required frequencies of completion. A. DAILY SERVICES: 1. Dust map all the floors and stairs to lager level. 2. Sweep all door mats, troth inside and outside. 3. Vacuum all carpeted areas upper and lower levels. Spot clean daily. 4. Fill all soap, towel and paper dispensers using materials furnished by the contractor. Emergency supplies of soap, towels and toilet tissues shall be stored at this location. 5. Empty and clean thoroughly all ashtrays located directly outside building doors, Eq:)ty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. 6. Scrub and disinfect all sinks, commodes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers, and clean mirrors. Replace urinal deodorant screens, when needed. Replenish soap, toilet paper and paper towel dispensers. 7. Clean counter top, stove, outside of refrigerator, tables and sink in employees lunch area. 8. Dust all furniture (except desks) including file cabinets, work tables, upper binder bins in cubicles, counters, window sills, telephones, and etc. 9. Clean main lobby and eounci_ ember including podium, wood doors and glass doors and wood trim of fingerprints and smudges. 10. Clean and polish drinking fountains thoroughly. 11. Clean floor, metal walls and railin gs in elevator. 12. All interior doors shall be closed and locked as required, and lights turned off upon leaving offices after cleaning. 13. Wash main lobby and employee's (upper and lower levels) doors. 14. Site Supervisor must speak and read English and be at site at all times. Special Provisions Page 2 of 21 Special Provisions (Continued) 15. Sec=e all exit doors and set alarm system when leaving building. WEEKLY SERVICES 1. Wet mop, wax all tile floors. 2. Clean door kick plates and hardware with brass cleaner. 3. Vacuum all cloth chairs throughout building. 4. Clean and maintain the janitorial room including sink, walls, and floor. 5. > Janitorial services must meet with a facility representative during City work hours once a week. 6. Clean grout on all bathroom ceramic tile. (floors, walls, caters and sinks, etc.) C. SEMI-MMMY SERVICES 1. Wash all walls, floors, stall partitions and doors in rest roams using a disinfectant detergent. 2. Clean all rubber base molding of dirt and wax. 3. Wash main lobby windows. D. NORMY SUM'MCES 1. Spot clean all doors, frames, and walls (only washable walls) on both levels. 2. Strip and rewax all bathroom the floors, riot the edging or stairs. 3. Clean top of all HVAC ducts and light fixtures on lower level. 4. Dust heat registers and air vests and door louvers in all areas. E. QCAMMY SERVICES: 1. Wash all interior and exterior windows inside and out, vacs drapes and clean venetian blinds. F. ANNUAL SERVICES: 1. In member, rove or open all plastic light covers (not plastic lens) and chrome refracctccrs and clean thoroughly of bugs and dirt. 2. In December, vacuum all cloth partitions. 3. Dry clean all carpets (date to be by City.) Special Provisions Page 3 of 21 Special Provisions (Continued) G. SUPPLIES: 1. Paper towels equal tc. 369-H James River Multifold. 2. Paper towels equal to 951 Crown Chiffon, 2-ply roll. 3. Toilet paper equal to �+a�►n-Soft Plus roll tissues. 4. Disposable toilet seat corers--flat pack--250 count, 46-SC James River. 5. Pink liquid soap. (mild abrasive) 6. Head and body sham. 7. 4" sanitary napkins. 8. Tarpons. 9. Urinal screens. 10. Plastic trashliners. H. BUIIDIM SIZE: 1. City Hall (Main Floor) 11,520 Sq. Ft. 2. City Hall (Terrace Level) 8,300 Sq. Ft. BID ITEM NO. 2 - CUPEK MM IXMWY —) : This item is bid per month and shall include all cost for the following services to be performed after 10:00 P.M. and before 6:00 A.M., six (6) days a week on Tuesday, Wednesday, 'Thursday, Friday, Saturday and Sunday. The following is a list of services with their required frequencies of completion. No work will be required in the main computer roan. A. DAILY SERVICES: 1. Dust mop and wet mop all ceramic, the and concrete stairs. ® 2. Sweep all door mats, both inside and outside, when needed. ® 3. Vacuum all carpeted areas on all levels. Spot clean daily. (Except main cmgxiter room.) 4. Fill all soap, towel, and paper dispensers using materials furnished by the contractor (eaaoept. for soap and paper Products supplies by library) . Ems: gency supplies of soap, towels and toilet tissues shall be stored at this location. Special Provisions Page 4 of 21 Special Provisions (Oontinued) A. DAILY SERVICES: (continued) 5. Et%*j, and clean tharoxjhly all ashtrays directly outside wilding doors. Rq:ty and clean all other waste asd recyclable receptacles. Trash receptacles at dew are split into recyclable and nmwecyclable trash. More, waste and recyclables are to be kept separate and placed in the proper location for disposal. Put plastic liner in the trash receptacle yn the staff lunchroom. 6. Scrub and disinfect all sinks, com uxles and urinals. Asap floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinal deodorant screens, when needed. Remove graffiti from walls. 7. Clean a•.xmter toga, stove and sink in employees lunch arcaa. x' 8. Clean main lobby including glass doors, wood trim, dater of f i.nger prints and s mx1ges. 9. Clean and disinfect drinking fountains thoroughly. 10. Vacuum floor and clean Walls and railings in elevators. 11. Clean all doors of fingerprints and smmdges. 12. Sweep around outside of building, including porch, stairs and patio and clean handrails. 13. Site Supervisor must speak and read English and be at the site at all times. 14. All doors shall be closed, locked, lights turned off and c3hacked upor, leaving offices that have been cleaned, especially two (2) fire doors at bottom of each stairway and the aaumuzuty roan door at terrace level hallway must be kept closed and locked for ser--xirity reasons. 15. Before leaving building secure all exit doors and set alarm. B. WEEKLY SERVICES 1. Dust all furniture (except desks) including file cabinets, microfilm readers, periodical racks, work tables, counters, chairs, window sills, door frames, telephone, etc., using treated dust cloths. Work surfaces shall be thor=Phly cleaned of all marks, fingerprints, etc., when required. 2. Clean door kick plates and hardware with brass cleaner. 3. Vacuum all cloth chair throughout building. 4. Clean all metal and wood railings and remove graffiti, especially between floor in public areas. Special Provisions Page 5 of 21 Spacial Provisionn3 (Continued) B. WEEKLY SERVICES: (oontinued) 5. Dust heat registers and doer louvers in all areas. 6. Clean and maintain the janitorial room including sink, walls, and floors. 7. Wet mop concrete stairs. 8. Clean grout between all ceramic tile (wall, ceilings, floors and counter tops) C. SEMI-NDN HLY SERVICES 1. Wash all walls, floors, stall partitions and doors in rest roans using a disinfectant detergent. ® 2. Clean all rubber base molding of dirt and wax. !� 3. Wash all door mats. D. MONTHLY SERVICES: 1. Wash main lobby windows. 2. Wash all interior and exterior windows inside and out, and clean venetian blinds. 3. Spot clean all doors, frames, and walls. F. SEMI-ANNUAL SERVICE: I. Remove and clean all register covers and vent grills. F. ANNUAL SERVICES. 1. In December, remove or open all plastic light covers (not plastic lens) and gene refractors and clean thoroughly of bugs and dirt. 2. Dry clean all carpets (date to be determined by the City.) G. SUPPLIES: Supplied by County and stored on site. H. BUILDING SIZE• 1. Cupertino Library 37,000 Sq Ft. BID ITEM NO. 3 - PDFAL, PARK RBCREhTTCN BUILDING This item is bid per month and shall include all costs for the following services to be performed after 11:00 P.M. and before 6:00 A.M., 'three (3) days a week on Tuesday, Tnursday and Sunday. Tire following is a list of services with their required frequencies of completion. Special Provisions Page 6 of 21 Special Provisions (amtinued) A. DAILY SERVICES: 1. Vacuum entrance mats. 2. Dust cop and wet map all tile floors. 3. Ehrty and clew all waste and recyclable receptacies. Trash receptacles at desks are split into recyclable and nonreoyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. 4. Dust all furniture including counter taps, window sills, wooden berms, baseboards, etc. 5. Scrub sink, clean outside of refrigerator, c=*Gr tops, and stove top- , 6. Clean play tables, sides and top of dirt and fingerprints. 7. Site SIapervisor must speak and read English and be at the site at all times. 8. Secure all exit doors when leaving building. B. WE.'EMY SERVICES: 1. Spot clean all walls, doors and door frames for fingerprints and 2. Buff all tile floors. 3. Janitorial Service must meet with a facility representative during City work hours once a week. C. NAY SERVICES: 1. Wet map, wax and buff all tile floors. 2. Strip and rewax all the floors. D. QUATUMLY SERVICES: 1. Wash all windows inside and out. E. ANNUAL SERVICES: 1 In December, remove all plastic light covers and clean thoroughly of bugs and dirt. 2. Wash thmulghly, and disinfect all table tops, legs and chairs. F. SUPPLIES: 1. Paper towels 389-H James River Multifold in Kitdjen. 2. Plastic trashlirms. Special Provisions Page 7 of 21 Special Provision. (continued) G. BtTIMING SIZE: 1. Portal Park Recreation Building 1,308 Sq. Ft. BID ITEM NO. 4 - SENICR CMZEN CETM (MOMH) : This item is bid per month and shall include all costs for the following services to be performed after 1:00 A.M. and before 7:00 six (6) days a week, Monday through Friday and Sunday. ® The following is a list of services with thaLr required frequencies of �j completion. A. DAnN SERVICES: 1. Clean brass, windows and door knobs on all entrance doors. 2. Dust mop than wet mop all tile and linoleum floors. 3. Dust and clean all furniture including cabinets, vaunter tops and window sills, etc. 4. Eupty and clean thoroughly all ashtrays directly outside building doors. Effpty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept sg aarate and placed in the proper location for disposal. S. Scrub and disinfect all sinks, omm-odes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towel in dispensers. 6. Scrub kitchen sink E-d clean outside of refrigerator, freezer, stove top, dishwasher, ioe macd--ine, kitchen appliances and all tile counters. 7. Vacuum and spat clean carpets. 8. Emergency supplies of soaps, towels, trash liners and toilet tissue shall be stared at this location. In addition, fill all soap and paper towel dispensers. 9. Site S pervisor must speak and read English and be at the site at all times. 10. Before leaving building secure all exit doors, set alarm. B. WEEKLY SERVICES: 1. Spot clean all walls and doors for fingerprints and des. 2. Move furniture and wet inop and buff all tile and linoleum floors. Special Provisions Page 8 of 21 Specif ical Provisions (cxx x irm ed) B. WEEKLY SERVICES., (continued) 3. Janitorial service must met with a facility representative ding City work hours owe a week. 4. Clean all tile grout in rest rooms. C. MkYIMY SERVICES: 1. Wet map all the floors. 2. Use grout cleaner on kitchen tile. 3. Vacuum all cloth chairs. 4. Clean all air vents. D. QUAR17EPJY SERVICE'S: (Dates determined by City) 1. Wash all windows inside and out. 2. Clean and wax good kitchen cabinets, desks, lobby coffee tables and all wooden doors. E. SEMI ANNUAL SERVICES: 1. Strip and rewax all file and linoleum. 2. Wash thoroughly and disinfect all tables and Chairs. 3. Wet map, strip and rewax all tile floors (move. furniture) . F. ANNUAL SERVICES: 1. In January, remove all light covers and clean. 2. Dry clean all carpets. (Date to be determined by the City.) 3. One general daily cleaning performed during the daytime hours (date to be determined by the City) . G. SUPPEZES: 1. Paper towels equal to 389-H James River Multifold. 2. Zbilet paper equal to Crown-Soft Plus roll tissues. 3. Disposable toilet seat covers—flat pack-250 count, 46-SC James River. 4. Pink liquid soap (mild abrasive) . 5. Plastic trashliners (40 x 48) . Special Provisions Page 9 of 21 Special Provisions (Q�ntinued) G. SUPPLIES: (continued) 6. 9112 Desna Pro lotion soap. 7. Urinal screens. H* K=ING SIZE: 1. Senior Citizen's O rater. 5,963 Sq. Ft. BID ITEM NO. 5 - ?M E TM RANCH MAIN BUTIDING AND MUSELIM: (PENT i) This item is bid per month and shall include all costs for the following services to be performed after 1:00 A.M. and before 6:00 A.M., three (3) days a wwk, on Tuesday, Thursday and Sunday. The following is a list of services with their required frequencies of coapletion. MAIN BUIIDIM: A. DAILY SERVICES: 1. Dust mop all tile floors (both levels) . 2. Empty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. 3. Dust all furniture including counter tops, file cabinets, window sills, stair railings, etc. (except desks) . 4. Scrub and disinfect all sinks, des and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dim and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. S. Scrub kitchen sink, clean counter, outside of refrigerator and stove top. 6. Vacuum and spot clean carpets. 7. Emergency supply of soap, toilet tissue and paper products will be ® stored at this location. ® 8. Site Supervisor must speak and read English and mast be at the site at all times. 9. Before leaving building secure all exit doors and set alarm. B. WEEKLY SERVICES- 1. Wet map and buff all the Floors on both levels. Special Provisions Page 10 of 21 Special Prc.,visicns (continued) B. WEEKLY S RVICES: (continued) 2. Janitorial service test meet with a facility representative during City work hours once a week. C. MDRINLY SERVICES: 1. Spot clean all walls, doors and door frames for fingerprints and smudges. 2. Strip and rewax all tile floors. D. QIATUERLY SERVICES: 1. Wash all windows inside and out. E. ANNUAL SERVICES: 1. In December, remove all light covers on both levels and clean. 2. Dry clean all carpets (date to be determined by City) . F. SUPPLIES: 1. Paper t njels equal to 389-H James River. 2. Toilet paper equal to Crown-Soft Plus rcll tissue. 3. Plastic trashliners G. BUILDING SIZE: 1. Administration Building 2,124 Sq. Ft. ® MUSEUM SMRAGE BUILDING: A. DAILY SERVICES: 1. Wet mop all tile floors without disturbing animal cages. 2. Egjty and clean all wash and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. `therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. 3. Scrub bath sinks, clean counters and outside of refrigerator. 4. Supply ly of soap and paper products stored at McClellan Ranch Main 5. Site Supervisor mast speak and read English and be at the site at all times. The Supervisor mast carry a beeper paging system. 6. Before leaving building secure all exit doors. Special Provisions Page 11 of 21 Special Provisions (continued) B. wEEKLY SERVICES: 1. wet mop and buff all tile floors. 2. Janitorial Service must meet with a facility representative during City work hours once a week. ® C. MONIMY SERVICE: 1� 1. Spot clean all walls, doors and door frame for fingerprints and smudges. D. QLIlI'ERI,Y SERVICES: 1. wash all windows inside and outside. 2. Strip and rewax all tile floors. 1 E. ANNUAL SERVICES: 1 1. In Der, remove all plastic light covers and clean. F. BUIMING SIZE: 1 1. Museum/Storage 945 Sq. Ft. _BID ITEM NO. 6 - SERVICE CENTER (MONTH) : This item is bid per month and shall include all costs for the following services to be performed after 10:00 P.M. and before 6:00 A.M. five (5) days a week, Sunday through Thursday. The following is a list of services with their required frequencies of ccMletion. A. DAILY SERVICES: 1. wet map all tile floors. 2. Clean and buff to a high shine ceramic tile in entry way. 3. Dust all furniture including O=Tt r tops, table tops, cabinets, Venetian blinds and window sills, etc. 4. scrub Y.itchen sink, clean outside of refrigerator, counters, stove top and tables. 5. Scrub and disinfect sinks, ccmwdes, and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. mash rubber mats in men's rest roan. 6. Clean sliding glass windows in lobby office area and front and rear of entrance doors. Special Provisions Page 12 of 21 Special Provisions (omtinued) A. DAILY SERVICES: (continued) 7. Supplies of soap, towels and toilet tissues to be stored at this location. 8. Empty and clean thoroughly all ashtrays directly outside building doors. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. ! 9. site Supervisor must speak and read English and be at the site at all times. ! 10. Before leaving building secure all exit doors and set alarm. B. WEEKLY SERVICES: 1. Buff all tile floors, move furniture while buffing to clean under furniture. 2. Spot clean all walls, doors and door frames for fingerprints and smudges. 3. Clean janitorial roam including walls and floor. 4. Janitorial service must meet with a facility representative during City work hours once a week. 5. Clean shower oeramic tile in bathrooms. C. MONMY SERVICES: 1. Clean door kick and hand plates with brass cleaner. 2. Vacuum all cloth chairs. D. QLATa'ERLY SERVICES: 1. Wash all windows, inside and outside. E. SEMI-ANNUAL SERVICES: 1. Strip and rewax all tile floors. All baseboards are to be free of wax. Move furniture when oopleting this service. F. MNUAL SERVICES: 1. In March, remove all light covers and clean, including light fixtures. G. SUPPLIES 1. Paper towels equal to 389 H James Ri:—' Multifold. ! Special Provisions Page 13 of 21 Special Provisions (continued) G. SUPPLIES: (continued) 2. Toilet pager equal to Cam-Soft Plus roll tissues. 3. Disposable toilet seat covers--flat pack--250 count, 46-SC James River. 4. Paper towels equal to 951 Cram Chiffon 12-ply roll. 5. Pink hand soap.6. 9112 Derma Pro lotion soap- 7. Head and body shaRPOO. 8. 4" sanitary napkins. 9. Tanpons. 10. Plastic trashliners. H. BUIMING SIZE 1. Service Center 7,500 Sq.Ft. BID r M NO. 7 - MONTH VISTA PARK BUIMDC (MONTHS) : This item is bid per month and shall include all costs for the following services to be performed after 1:00 A.M. and before 6:00 A.M., five (5) days a week on Monday, Tuesday, Thursday, Friday and Sunday. The following is a list of services with their required frequencies of completion. A. DAILY SERVICES: 1. Dust mop tile floor in kitchen and hallway. 2. Vacuum mn and spot clean carpets. 3. E1tq:)ty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. 4. Scrub kitchen sink, clean outside of refrigerator, counter tops and stove top. S. Scrub and disinfect all sinks, commodes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors and mirrored walls. Replace urinals deodorant screens, when needed. Replenish soap toilet paper and paper towels in dispensers. Special Provisions Page 14 of 21 special Provisions (oontlnied) A. MMY SEWICES: (00ntiraled) 6. DwmVency sallies of soap, towels and toilet tissues will be stored at this location. 7. site supervisor must speak and react English and be at the site at all tines. a. Before leaving building secure all exit doors. B. WEEKLY SERVICES: 1. Wet nop and buff all the floors. 2. Dust window sills and counters. 3. Janitorial service mist meet with a facility representative during City work hours once a week. C. MONTHLY SERVICES` 1. Spot clean all walls for fingerprints and sedges. 2. strip and rewax all tile floors. D. AcT2TF.'RLY SERVICES: 1. Wash all windows, inside and outside. E. ANNUAL SERVICE'S: 1. In December, remove all light covers and clean. 2. Dry clean all carpets. (date to be determined by City.) F. SUPPLIES: 1. Paper towels equal to 389 H James River Multifold. 2. Thilet paper equal to Crown-Soft Plus roll tissues. 3. Pink liquid soap. !Mild Abrasive) 4. Disposable toilet seat covers -- flat pack - 250 count, 46-SC James ® Rivet. ■ 5. 411 sanitary napkins. 6. 'des. 7. Plastic trashliners. G. BUILDING SIZE: 1. iOi Vista Park Recreation Om*et 10,354 Sq. Ft. 2. Monta Vista Park Bulldrng 2,970 Sq. FT. Special Provisions Page 15 of 21 Special provisions (continued) B. SUPPLIES: Provided by City and stored on site. BID ITEK NO. 8 - BLACF30W FAM REST i -_m OFFICE BUILD= FAcnZTIES The following services are to be perfonred at the restrocus in the recreation and pool area 110 days between the months of May to Septenb r. The dates will be determined by the City. 7he following services are to be performed at the Golf Course Pro Sty restroams three (3) days a week on Why, Friday and Sunday, all year. The following services are to be performed at the Office Building at the entranoe to Blackberry Farm recreation area one (1) day a week on Wednesday, all year. All services are to be performed after 10:00 p.m. and before 6:00 a.m. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. raw ROBS A. DAILY SERVICES: 1. Scrub and disinfect all sinks, cmumodes and urinals. Pop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinal deodorant screens, when needed. Five graffiti from walls. 2. Effpty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. B. SUPPLIES: Provided by City and stared on site. OFFICE BUUMM A. DAILY SERVICES 1. Vacuum all carpeted areas. Spot Clean daily. 2. Etpty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Zherefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. 3. Vacuum all cloth chairs throughout building. 4. Dust all office equipment and window sills, etc. 5. Clean all counter taps. 5. Secure all exit doors when leaving building. B. N .Y SERVICES: 1. Wash all windows inside and out. Special provision Page 16 of 21 C. BUIMIING SIZE: 1. office size. 275 Sq. Ft. BID ITEM NO 9 - QU3XM MMUNM MOM WING (MD M) : This item is bid per mm*h and shall include all costs for the following services to be performed after 11:00 P.M. and before 7:00 A.M., seven (7) days a week, on Monday through Sunday. The following is a list of services with their required frequencies of congPleticn. A. DAILY SERVICES: 1. Clean brass, windows and door knobs on all entrance doors. 2. Dust mop then wet mop all the floors. 3. Dust mop all hardwood floors throughout. 4. Dust all furniture including cabinets, counter tops and window sills, etc. 5. Empty and clean thoroughly all ashtrays directly outside building 1 doors. Empty and clean all other waste and recycle receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclW es are to be kept separate and placed in the proper location for disposal. 6. Scrub sinks, and clean outside of refrigerators, freezer, stove tops, dishwasher, ice machine, all counters, sweep, mop and scrub floor and polish all chrome in all three (3) kitchens. 7. Vac:uum and spot clean carpets and couches. 8. Scrub and disinfect sinks, commodes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper tc- is in dispensers. Polish all chrcre dispensers. 9. Emergency supplies of soaps, towels, trr inases and toilet tissue shall be stored at this location. 10. Clean all tables, counter tops and chairs. 11. Site Supervisor must speak and read English and be at the site at all times. 12. Before leaving building secure all exit doors and set alarm. B. WEEW SERVICES 1. Spot clean all walls and doors for fingerprints and smudges. 2. Move furniture and wet mop and buff all file floors. Special Provisions Page 17 of 21 special Provisions (continued) B. WEEKLY SWaCFS (ca ttinued) 3. Janitorial service mist mneet with a facility representative during City hours once a week. 4. Sweep, damp map and polish all hardwood floes (not nisetw) . 5. Use grout cleaner on bathroom tiles. C. MOMIMLY SERVICES 1. Wet mop, strip and rewax all vinyl floors. 2. Clean all air vents. D. QUMUERLY SERVICES (January/April/July/October) 1. Wash all windows inside and out 8 ft. and under. 2. Wet map, strip and reseal all the floors. E. SEMI ANNUAL SERVICES (January/June) 1. Wash thoroughly and disinfect all tables and chairs (upholstered and plastic) . 2. Wash windows 8 ft. and abor✓e. 3. Clean all hanging light fixtures. 4. Remove all light covers throughout buildings and clean. 5. Dry clean all carpets. (Dates to be determined by the City.) 6. Sweep, damp mop and polish hardwood floors in museum. F. SUPPLIES: 1. Paper towels equal to 389-H James River Multifold. 2. Zbilet paper equal to Crown-Soft Plus roll tissues. 3. Disposable toilet seat cowers—flat pack-250 count, 46-SC James River. 4. Pink liquid soap (mild abrasive) 5. 4" sanitary napkins 6. Tampons 7. Urinal screens S. Plastic trashliners Special Provisions Page 18 of 21 Special Provisicm (continued) G. BUILDING SIZE: 1. Quinlan unity Center. 27,135 Sq. Ft. 5. TIME OF COMPt IC N: The contractor shall diligently prosecute the work and said work shall be ocipleted as frequently as specified and within the time restrictions in these specifications. All work shall begin on December 1, 1993 for the contract and continue for one (1) year. ® 6. LIQITZDATED DAMAGES: ® The Contractor shall diligently prosecute the work to completion as scheduled. The Contractor further understands that he shall pay to the City of Cupertino the unit cost per service for any and all services not performed as scheduled and one hundred fifty dollars ($150.00) per day, for each and every occurrence services are not completed within the ® required times. This does riot relieve the Contractor from his ® responsibility of caWleting the required services that were not Meted as scheduled. Any services not completed as scheduled shall be Meted as soon as possible and at the Contractor's expense. 7. MANDATORY PRE-BID MEET1 M: All Contractors are required to attend the mandatory pre-bid meeting to walk through each facility included in these specifications. Bids will ® not be accepted from Contractors who do not attend this meeting. ® The mandatory pyre-bid meeting is scheduled for November 2, 1993 at 8:30 a.m. in the City Council Chambers at City of Cupertino, City Hall, 10300 Torre Avenue, Cupertino. Any and all questions pertaining to these specifications shill be addressed to Ken McKee, Public Works Superintendent. R? can be readied at (408)252-5757, City of Cupertino Service Center, 10555 Mary Ave, Cupertino. 8. RESPONSIBIL rY OF CONTRACTOR: The City assumes no responsibility whatsoever for loss or damage of equipment awned by the contractor, his agents or caaployees. The entire responsibility for any and all injury to the public, to individuals, and to property resulting directly or indirectly from the performaruoe of the work hereunder shall rest upon the Contractor, and he agrees to indemnify and hold the city free and harmless from and against any and all liability, expense, clams, casts, suits and damages arising out of the negligence on the part of the Contractor. All safety orders, rules and reo ar mendations of the Division of Industrial Safety of the Department of Industrial Relations of the State of California applicable to the work to be done under this contract shall be obeyed and enforced by the Contractor. The Contractor shall comply with all applicable State and local laws, ordinances, codes and regulations. Special Previsions Page 19 of 21 CCffrRACT FUR PUBUC GCS (continued) CFUTFICATE OF INSURANCE TO 7W CITY OF CUPEIUM40 This certifies to the City of 04ertino that the following described policies. have been issued to the insured named below and are in ford at-t his-t-uW Insured: Address: SEE ATTACHED SHEETS j Description of operataonisJlocations/productsi'— (show contract name' and/or number, if any) : WORKERS' CCMPENSATICN *Statutory Min. *Ekrployer's Liability (name of rrs3rer) S $ $ Insurance Cmpany's State License No. Check Policy Type: Each Occurrence $ OOMP'RE F04SIVIE GENERAL LIABILITY [ ] Premises/Operations General Aggregate $ (if appli ble) [ ] Owners & Dontractors Protective Aggregate $ [ ] Contractual for Specific Clontract Personal Injury $ [ ] Products Liability [ ] XCU Hazards [ ] Etroad Farm P.D. Fire Damage (arty [ ] Severability of Interest one fire) $ Clause [ ] Personal Injury with Medical Egwise Employee Elusion Remavad � ) $ or C1344ERCIAL GENFRXL LIABIEXrY Retention $ (name of ) Policy No. Expiration Date Clertificate of IrSUranCe Page 1 of 2 M . AC®RD CERTIFICATE ®F INSURANCE csR ar ���T19a/0'/93' ►aoDVCZA Tllla CERTIFICATE IS ISSUED AS A HATTER OF INFOIL%IATION ONLY ART) Jardine Insurance Brokers CO%FERS NO RIGIITS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE Jose Inc. DOES%OT A.MEND.EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 2 H. Third St., Suite 800 POLICIES BELOW. Jose CA 95112-5560 COMPANIES AFFORDING COVERAGE •288.8000 COMPANY LE".EA A Insurance Company of the West COMPANY URED LETTER B Republic Indemnity Ins. Co. COMPw+Y C LETTER By Medallion, Inc. LITTER COMPANY I Cat Celle Antis n Jose CA 95131.0000 COMrwNY LETTER E i OVERAGES THUS IS TO CERTIFY THAT THE POLICIES OF INSURANCE USTED BELOW HAVE BEEy ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OP.MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED 1AZ-0N IS SUEIIWr TO ALL THE TERMS. EXCLUSIONS.AND CONDITIONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CL,,'AS. 0 TYPE Of INSURANCE POLICY Nt'MBER fl POLICY EFFECTIVE POLICY EXPIRATION LIM9 R DATE(MM/DD/YY1 DATE(MM/DDNYI GENERAL LIABILITY GENERAL AGGREGATE 1 2,000,000 i X COMMERCIAL GENERAL LIABILITY CSJ556493 02/01/93 02/01/94 PRODUCTS-COMPIOPAGO. 1 2,000,000 CLAIMS MADE X OCCUR. PERSONAL A ADV.INJURY 1 1,000,000 OWNER1&CONTRACTOR'S PROT. EACH OCCURRENCE 1 1,000,000 FIRE DAMAGE(A/0'cm fin) s 50,000 MED.EXPENSE(AxW cm P•r.m1 1 $ 000 AUTOMOBILE LIABILITY COMBINED SINGLE X ANY AUTO CSJ5!6493 02/01/93 02/01/94 LIMIT 1 1,000,000 ALL OWNED AUTOS BODILY INJURY 1 SCHEDULED AUTOS (Por penml HIRED AUTOS BODILY INJURY 1 NON-0WNED AUTOS (A°*8*CWM) GARAGE LIABILITY PROPERTY DAMAGE 1 EXCESS LIABILITY EACH OCCURRENCE S UMBRELLA FORM AGGREGATE 1 OTHER THAN UMBRELLA FORM NORICBR'S COMPENSATION X STATUTORY LD/TTS AND EACH ACCIDENT a 1,000,000 DUL"E—POLICY LIMIT 1 1,000,000 B EMPLOYERS'LIABILITY PC944770 02!01/93 02/01/94 DISEASE—EACH EMPLOYEE 1 1,000,000 OTHER 1 E SCRIPTION Of OPERATLOh9/LOCATIONSNEHICLESBPECIAL ITEMS All California Operations for Lark performed by Service By Medallion on behalf of the Certificate Holder. ERTFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCE-1—BEFORE THE EXPIRATION DATE THEREOF.THE ISSUING COMPANY WILL ElNDEAVOR TO "1 30 DAYS wwwm NOTTCE To THE CEnRcATE xo DER NAmw TD TxE LEFT.BUT FAILURE TO MAIL SUCH NOTICE SMALL DAME NO OBLIGATION OR LIABILITY OF ANY IOND UPON THE COMPANY.ITS AGENTS OR REPRESENTATIVES. Avrl`®IEPRc911NTATivs � CORD ES-S(1/90) / �. j �'�CRFORATION 1990 aaRACr MR CSC WORMS cm*Anxed ® t ) i AcnaNlo►=/VEHIC ,E WAB31M BODILY num Pit DAM.GE 0mu mercial Fbrm Each Person Each Accident Liability Coverage $ $ Each Acc dent (name of ) $ or Combined Single Limit $ Policy No. EgDiraticn Date _ ® A of all F�adersE�nents to the li ies which in way t(agents Is uu ) lithe above-listed types of coverage are attached to this C ert.mate of Insurance. This Certificate of Imirance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any , gran, or condition of any contract or any other document with respect to which this certificate of Insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and oonditiors of such policies. IT IS HEREBY CERTIFIED that the above policy(ies) provide liability insurance as required by the Agreement between the City and the ice. By: Dated: 19 Attach certificate of Insurance and additional Insured Endorsement on =pany farms. Certificate of Inairanoe page 2 of 2 O�+PmACI' FCC PUBIC tics (continued) E1V�RSEt+�3+TI OF PRDOW INSE RAdNCE In amisideration of the policy parmium and notwithstanding thstaading any incon- sistent statement in the policy to which '01" is attached oar any other Ddat attached thereto, it is agreed as follows: Tore insurance afforded by this policy is primary ire, and no additional insurance held or owner by the designated additional insureds) shall be called upon to cover a lass under said additional policy. POLICY n xFnmcN 1. Insurance Company: 2. Insurance Policy Number: 3. Effective Date of this DIdorswent: 19 4. Insured: All notices herein pravid d to be given by the Insurance Ompany to the City in connection with this policy and this Additional Insured Endorsement# shall be mailed to or delivered to the City at 10300 Torre Avenue, CUpartino, California, 95014. OI, (print/type name) warrant that I have authority to band the below listed Insurance CmVany and by my signature hereon do so bind this Ctupany. signature of Authorized Representative: (Original signature required on all Erdorsenents furnished to the Distract) Names of Agent/Agency: Title: Address: Telephone: Facsimile: Primary 1 of 1 AMYT MAL INSURED ENDORSEMERr In consideration of the policy premium and notwithstanding any incon- sistent statement in the policy to which this is attached or any other odor maent attar thereto, it is agreed as follows: The City of 04a tim V@City") and its Directors, officem, engineers, agents and enployees, and all public agencies from wt= permits will be obtaia-sed and their Directors, officers, engineers, agents and euployees are hereby declared to be a 1ditional insureds under the texas of this policy, rut only with respect to the operations of the Oontra r at or upon any of the premises of the City in cmv eeticn with the Contract with the City, or acts or omissions of the additional ids in co nec-tion with, but limited to its general supervision or inspection of said operations. POUCY INKROMON 1. Insurance! Co pany: 2. Insurance Policy Number: 3. Effective Date of this 19 4. Insured: All notices herein provided to be given by the Insurance Coupany to the City in connection with this policy and this Additional Insured Erdcrsemant, a`!all be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino, California, 95014. I, (Print/ rkame) warrant that I have authority to brand the below listed TYts wance Company and by my signature hereon do so bind this Company. Signature of Authorized Representative: (original signature required on all Endorsements furnished to the DlstrlCt) Nags of Agent/Agency: Title: A Tell. Facsimile: Additional Insured axk sememt Page 1 of 1 CmfmaC'P FcR PUBLIC wm6S (continued) I� GENEPAL Y TABI TY J CCMMERaLAL GENERM ?IABI TTV it t 14 • A ENDORSENERr OF AGMarUM Y.U41iS OF MURANCE PER PItO= In consideration of the policy premium and notwithstanding any inoon- sistent statement in the policy to which this is attached or any other E7dorseumeryt attached thereto, it is agreed as follows: This modifies the insurance provided under the General Liability Coverage part of the below-referenced policy of insurance. The general aggregate limit xmder IDUTS OF INSURANCE applies separately to the project described as POLICY INF TZCN 1. Insurance Cmgmny: 2. Insurance Policy Number: 3. Effective Date of this 19 4. Insured: 5. Additional Insured: City of C4apextino, its Directors, Officers, agents and employees. All notices herein provided to be given by the Insurance Coapany to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino, California, 95014. I, (print/type ) warrant that I have authority to bind the below listed Insurance Cm qwV and by my signature hers do so bird this Company. Signature of Authorized Rapresentative: (Original signature required on all Endorsements furnished to the District) Names of Agent/Agency: Title: Address: Telepharmn Facsimile: Aerate Limits Eft Page 1 of 1 aVIRACT FOR RMMC WORKS (continued) WAIM OF SUBROGATION ENDOMMM WORM'S HSATION INSURANCE In consideration of the policy preauum and notwithstanding any incon- sistent statement in the policy to which this dorsement is attached or any other Endorsement attached thereto, it is agreed as follows: it is agreed that with respect to such ranee as is afforded by the policy, the Insurance Conpany waives any right of subrogation it may acquire against the City of 04ertino, and each of its Directors, Officers, agents, consultants and employees by reason of any payment wade on acommt of injury, ng including death resulti therefrom, sustained by any erployee of the insured, arising out of the performance of the above-referenced Contract. POLICY INFOMTION 1. Insurance Con any: 2. Insurance Policy Number: 3. Effective Date of this Endorsement: 19 4. Insured: All notices herein provided to be given by the Insurance Company to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino, California, 95014. I' (print/type ) warrant that I have authority to bind the belay listed insurance 03q=y and by my signature hereon do so bind this Ccapany. Signature of Authorized Representative: (Original signature required on all &K rsements to the District) Names of Age/may: Title: Address: Telephone: Facsimile: _ biffiogation Endorsement Page 1 of 1 OMnR►Cr FM POSLYC WO10M (continued) NOTICE OF FMICY RCN ENDOR.SEKE"dT In consideration of the policy premium andd nobarithstandi,ng any incon- sistent statement in the policy to Chic h this Ettidflrsement is attached or ar y other Endorsement attached thereto, it is agreed as follows: Cancellation Notice. Tlhe insurance affcr+ded by this policy shall not be �, voided, cancelled, reduced in coverage cr in limits, or materially altered, except after thirty(30) days, prior written notice by certified mail, return receipt requested, has been given to the City of Cupertino ® (10C:ity'1) . Such notice shall be addressed to the City as indicated below. ® POLICY IIJFUMT M 1. Insurance Company: 2. Insurance Policy Number: 3. Effective Date of this Endorsement: , 19 _. 4. Insured: All natives herein provided to be given by the Insurance C mVany to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino, California, 95014. I, (print/type name) warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Company. Signature of Authorized Representative: (original signature required on all Endorsements furnished to the District) Names of Anent/Agency: -- Title: Address: Telephone: 1 Facsimile: Cancellation Dtidorsement Page 1 of 1 FAMIR L PII3IOROOM BOND IOM ALL NM BY TBME PRESSU: TBAT WE, as Principal, (contractor°s name) and as (banding ccupany's name)_ are held and firmly bound unto the City of C tino, State of California, in the sun of lawful money of the United States, for the pay=* of Ulh will and truly to be made, we bind ourselves, ow heirs, executors, and assigns, jointly and severally, firmly by these its. Tim GNOMON of the foregoing obligation is such that, WHEREAS, the Principal has entered into a contract with the City dated ,19 with the Obligee to do and perform the following work to-wit: Now, TARE, if the said principal shall well and truly perform the work contracted to be perfcrMed under said eorntract, then this obligation shall be void; otherwise to remain in full farce and effect. IN WITNESS WHEI2DDF, this instrument has been duly executed by Principal and Surety this day of , 19 (To be signed by Principal and Surety. Notary aclmowl -its required) MNTRACZOR Principal Surety By: Attorney-In-Fact The above bond is accepted and approved this � day of ,19 Faithful Perf ormanoa Page 1 of 1 Special Provisions (continued) 9. BOW RB¢UIREK NTS: A. Faithful Performance Bond: It will be necessary for the successful Contractor to furnish a Faithful Performance Bond in the amount equal to three months of the contract price. B. Fideli Bond: The sinful Contractor will be required to furnish a $5,000.00 band on every employee perfc miang work on City awned property. 10. PAYMENT: The Contractor shall bill the City at the end of each completed month. 11. GENERAL REQUI:REMEWS: All cleaning sullies, equipment and material shall be provided by the Contractor. The Contractor will also furnish towels, toilet tissue, soap and disinfectant to be used in the rest roams. The various dispensers shall be maintained by the Contractor and emergency supplies of towels, toilet tissue, soap and disinfectant shall be stoned at each location. A Material Safety Sheet shall be provided for all cleaning solutions and a copy shall be posted in eat janitorial room. Once a month the Contrac:tior shall tour all buildings with the Public Works Director or his designated representative. The purpose of this tour is for a visual inspection of work dame by the Contractor's staff. 12. PERSONNEL: The successful bidder will supply a list of all names and addresses of all employees who will be performing the work. The list will be updated to changes in personnel. :�3. OPTION TO EXTEND THE TERM OF THE CQNMCT: This contract is renewable at the option of the City of Cupertino by the Director of Public Works giving written notice of renewal to the Contractors within the period of performance ;provided the Director of Public Works shall have given preliminary notice of the City's intention to renew at least thirty (30) days prior to expiration of this contract. (Such a preliminary notice will not be deed to commit the City to renewal.) If the City exercises this option for renewal, the contract as renewed shall be deuced to include this option provision. However, the total duration of this contract including the exercise of any options under this clause shall not e=bed three (3) years and shall be made for durations not to exoeed one (1) year each. gut payments set forth in this omAract are subject to increase or decrease during the option period as agreed upon between the City of Cupertino and the Qontrac.°tror i prior to the final notice of renewal being given. Any increases or decreases in the previous contract price shall. be based an the 0mum er Price index (CPI) . The CPI shall be the Sao Francisco/Oakland 001m aer Price index for all urban wage earners. The adjusted (whether increased or decreased) unit prices shall be ocqxuted as follows: Special Provisions Page 20 of 21 - �1 .- �.•`. III it ►wiG• - C.�•IUI[�:':•.._'•. ❑. w'7. .=�-I I!• •': 11'U ' y tP t D. AGREDUM 7WS RGREEIM P, made and entered into this day of 1993, by and between the CITY OF CLWMM, a municipal eorporatien of California, hereinafter referred to as "CITY", and , a Contractor with offices at here referred to as "OOMRACLtt"; W I T N E S S E T H: MMUAS, CITY desires to retain the OOUNIRACMR for CMWiACMhL JNU7OFaAL S UCES, and VOOREAs, CITY desires to engage CMfnP OR to provide these services by reason of its qualifications-and experience for performing such services, and OORMCIM has offered to provide the required services on the terms and in the manner set forth herein; NoW, THEREFORE, in consideration of their mutual covenants, the parties hereto agree as follows: 1. DEF INrrIC NS. (a) the ward "City" as used in this agreement shall mean and include all the territory lying within the municipal boundaries of the City of c4*xtino, California, as presently existing, plus all territory which may be added thereto during the term of this aunt by annexation or otherwise. (b) The term "City Manager" shall mean the duly appointed City Manager of the City of Cupertino, California, or his designated representative. 2. PRWECT ODORDINATICN. (a) City. The City Manager shall be representative of CITY for all purposes under this agreement. The Public Works Superintendent hereby is designated as the PRWBCT MANAGER for the City Manager, and he shall supervise the progress and execution of this agreement. (b) OontractAr. CMMtkCIOR shall assign a single PRW= DIRECTOR to have overall risibility for the progress and execution of this agreement for OMn?ACrCR. hereby is designated as the PRE►B= DII2DCIOR FOR OONIRAC'IOR. Should circumstances or cot-ditions subsequent to the exertion of this agreement require a substitute PRO►7= DIRDCTM for any reason, the PROJEr-T DIRBCICR designee shall be subject to the prior written acceptance and approval of the PinTFX.T MANAGER. -1- M - 3. DUTIES OF CommacR. services to be furnished in accordance with EXHIBTr "A" BID PROPOSAL and contract specifications. (a) Laws to be Observed. CCUMCM shall: (1) Procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawful prosecution of the services to be performed by OMURAMM under this agreement; (2) Keep itself fully informed of all existing and future federal, state, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this agreement, any materials used in OWIRAACMR's performance under this agreement, or the conduct of the services under this agreement; i (3) At all times observe and comply with, and cause all of its suboontractors and employees, if any, to observe and comply with, all of said laws, ordinances, regulations, orders, and des mentioned above; (4) Immediately report to the P12QTDCT NANAGM in writing any discrepancy or inconsistency it discovers in said laws, orrlrnanoes, regulations, orders, and decrees mentioned above in relation to any plans, drawing, specifications, or provisions of this agreement. 4. coMPFIdSATION. For the performance of the services described herein by CONTRACTOR, CITY shall pay ODNTRAC`MR the sutra of per , less any deductions for work not performed and or liquidated damages, payable upon submission by CONTRACrIOR of itemized billings in triplicate; provided, however, that the total sum payable to COVMCTOR shall not exceed per i year. 5. LIQUIDATED DANK M. The Contractor shall diligently prosecute the work to completion as scheduled. The Contractor further understands that he shall pay to the City of Qtpertino the unit cost per service for any and all services not performed as scheduled and one hundred fifty dollars ($150.00) per day, for each and every occurrence services are not completed within the required times. This does not relieve the Contractor from his responsibility of completing the required services that were not completed as scheduled. Any services not completed as scheduled shall be completed as soon as possible and at the Contractor's expense. 6. TERM. The term of this agreement shall be one (1) year from the date of execution of this agreement by the parties, hereto, provided, however, the CITY retains the option to extend the term of the contract on a year to year basis riot exceeding two years from the expiration of the original term. Any such renewal shall be acomplished by the City providing a written notice of renewal to Coda at least 30 days prior to expiration of the term. Any such renewal shall contain the same provisions as the original contract, provided however that the parties may agree to an increase or decrease in compensation paid to the CONTRACXR. -2- 6. TERM. (continued) Any increases or decreases in the previous contract price shall be based on the Consumer Price Index (CPI) . The CPI =all be the San Francisco/Oakland Consumer Price Indent for all u tan wage earnea.. The adjusted (whether increased or decreased) unit prices shall be computed. as follows: Divide the d-_erences between the CFI on the anniversary date of the agreement and the CPI on the plate of the agreement by the CPI on the date Of the agreement and mltiply by the unit prices specified in the agreement. 7. MgURARY SOSPENSICN. She City Manager shall have the authority to suspend this agreement, wholly or in part, for such period as he dew necessary due to unfavorable conditions or to the failur, on the part of the CflNTRAC'IIOR to perform any provision of this agreement. 8. SUSPENSICN; TERMINATICN. (a) Riot to Suslaerd ar Termite. The City may suspend or terminate this agreement for any reason by giving thirty (30) days written notice. Upon receipt of such notice, CM?MCIOR shall immediately discontinue his performance under this agreement. (b) Pa meat• Upon such suspension or termination, CDTTRACIOR shall be paid for all services actually rendered to CITY to the date of such suspension or termination; provided, however, if this agreement is suspended or terminated for fault of o0NI7?ACTOR, CITY shall be obligated to compensate OMMACIOR only for that portion of C1OMRAC MR'S services which are of benefit to CITY. 9. INSPBMCN. CONMCTDR shall furnish CITY with every reasonable opportunity for CITY to ascertain that the services of CONTRACIOR are being performed in acoordanoe with the requirements and intentions of this agreement. All work done and all materials furnished, if any, shall be subject to the PFD= N1AMGER's inspection and approval. The inspection of such work shall not relieve cWnIACTOR of any of its obligations to fulfill its agreement as prescribed. 10. ASSIGNMENT; EMPIJDYEES. (a) Ass . Both parties shall give their personal attention to the faithful performance of this agreement and shall not assign, transfer, convey, or otherwise dispose of this agreement or any right, title, or interest in or to the same or any part thereof without the prior written oonsent of the other party, and then only subject to such terns and eoaditions as the other patty may require. A consent to one assignment shall not be deemed to be a consent to any subsequent assignment. Any assignment without such approval shall be void and, at the option of the other party, shall terminate this agreement and any license or privilege granted herein. This aWeement and any interest herein shall not be assignable by operation of law without the prior written consent of the other party. e t -3- 11. NOTICES. All notices hereunder shall be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: 70 CITY: Office of t?,r-- City Clerk 10300 Torre Avenue Cupertino, CA 95014 To c0untwi D3t: Attention of the FF►7FX,T DIF43=M at the address of CONIRACIQR recited above. 12. DITEREST OF COE MC OR. OMMACTOR covenants that it presently has no interest, and shall not acquire any interest, direct or indirect, financial or otherwise, which would om-iflict in any manner or degree with the performance of the services hereunder. CONTRACTOR father covenants that, in the performance of tress agreement, nc subcontractor or person having such an interest shall be employed. CONIRACIoR certifies that no one who has or will have any financial interest under this agreement is an officer or employee of CITY. It is expressly agreed that, in the performance of the services hereunder, CONIRAMOR shall at all times be deemed an independent contractor and not an agent or employee of CITY. 13. INDEMATI'I'Y. CONTRACTOR herekry agrees to indemnify and save harmless �is officers, agents, and employees of and from: (a) Any and all claims and demands which may be made against CITY, its officers, agents, or employees by reason of any injury to or death of any person or damage suffered or sustained by any person or corporation caused by, or alleged to have been caused by, any act or oartissicn, negligent or otherwise, of CMMACIM or any subcontractor under this agreement or of C0NTRACTOR'S or any subcantractor's employees or agents; (b) Any and all damage to or destruction of the property of CITY, its officers, agents, or employees occupied or used by or in the care custody, or control of CONTRACTOR, or in proximity to the site of CONTRACTOR'S work, caused by any act or omission, negligent or otherwise, of CONTRACTOR or any suboontractor under this agreement or of COYMCI OR'S or any subcontractor's employees or agents. (c) Any and all claim, and demands which may be made against CITY, its officers, agents, or employees by reason of any injury to or death of or damage suffered or sustained by any employee or agent of CONIRACIOR or any subcontractor under this agreement, however caused, excepting, however, any such claims and demands which are the result of the sole negligence or willful misconduct of CT'I'Y, its officers, agents, or employees; (d) Any and all claims and demands which may be made against CITY, its officers, agents, or employees by reason of any infringement or alleged infrirxt of any patent rights or claims caused or alleged to have been caused by the use of any apparatus, appliance, or materials furnished by CONTRACTOR or any subcontractor under this agreement; and -4- (e) Any and all penalties inqx)sed or damages sought on account of the violation of any law or regulation or of any term or condition of any permit. CO TTRACMR, at its own cost, expense, and risk, shall defend any and all suits, actions, or other legal proceedings that may be brought or instituted by third perms against CITY, its officers, agents, or employees on any of the above claims or demands of such third persons, or to enforce any of the above penalties, and pay and satisfy any judgment or decree that may be rendered against CITY, its officers, agents, or employees in any such suit, action, or other legal proceedings. 14. WORDS' COMPENSATION. CONTRACTOR certifies that it is aware of the provisions of the labor Code of the State of California 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 it certifies that it will comply with such provisions before commeming the performance of the work of this agreement. 15. INSURANCE. CCNrRACMR, at its sole cost and else, shall obtain and maintain in full force and effect throughout the entire term of this agreement the insurance coverage having a Best's Guide rating of A, Class VII or better, insuring not only COMMCMR, but also the CITY, its officers, agents, and employees, and each of them with respect to activities and services performed by CONTRACIM for or on behalf of CITY under the provisions of this agreement. Certificates of such insurance, on the forms provided by CITY, shall be filed with CITY concurrently with the execution of this agreement or, with CITY's approval, within ten (IA) days thereafter. Said certificates shall be subject to the approval of the City Attorney and shall contain an endorsement stating that said insurance is primary coverage and will not be cancelled or altered by the insurer except after filing with the City Clerk thirty (30) days' written notice of such cancellation or alteration, and that the City of Cupertino is named as an additional insured. Current certificates of such insurance shall be kept on file at all times during the term of this agreement with the City Clerk. 16. CONI'RACr SBCUkL T Y. The CONTRACIOR shall furnish a Faithful Performance bond in an air.-ant equal to three months of the contract price as security for the faithful performance of this Contract and a Fidelity Bond equal to $5,000.00 on every employee performing work on City owned property. . 17. AGREE{ U BIMING. The terms, covenant, and conditions of this agreement shall apply to, and mall bind, the heirs, successors, executors, administrators, assigns, and subcontractors of both parties. 18. WAIVERS. The waiver by either pa,_ty of any breach or violation of any term, ayvenant, or condition o:° finis agreement or any provision, ordinance, or law shall not be demned i.o be a waiver of any other term, ® covenant, condition, ordinance, or law or of any subsequent breach or violation of the same or of any other team, cavpnant, condition, ordirkVioe, or law. -5- 18. WhIVERS (continued) The subsequent acceptance by either party of any fee or other money which may become due hexer shall not be deemed to be a waiver of airy preceding breach or violation by the other party of any germ, covenant, or canditicn of this agreement or of any applicable law or ordinance. 19. c-wm AND ATIoNEys FEEss. The prevailing party in any action brow ht to enforce the terms of this agent or arising out of this agreement may recover its reasonable costs and attorneys' fees end in connection with such an action from the other party. 20. DISC RIKMMCN. No discrimination shall be made in the employment of persons under this agreement because of the race, color, national origin, ancestry, religion or :sex of such person. If the value of this agreement is, or may be, Five Thousand Dollars ($5,000) or more, CDMRACLOR agrees to meet all requirements of the Cvpericim Municipal Code pertai,iing to nondiscrimination in employment and to submit the "Ompliance Repot - Nondiscrimination Provisions of City of Cupertino Contracts". If OONTRACMR is found in violation of the nondiscrimination provisions of the State of California Fair Elrployrent Practices Act or similar provisions of federal law or executive :,rder in the performance of this agreement, it shall thereby be found in material breach of this agreement. Thereupon, CI'3'Y shall have the power to cancel or suspend this agreement, in whole or in part, or to de&r-t from the amount payable to ODNIRACIM the slam of Twenty-five Dollars ($25) for each person for each calendar day during which said person was discriminated against, as damages for said breach of contract, or both. Only a finding of the State of California Fair EVloyment Practices Cmmnission or the equivalent federal agency or officer shall constitute evidence of a violation of contract under this paragraph. if eoNTRACIOR is found in violation of the nondiscrimination provisions of this agreement or the applicable affirmative action guidelines per-raining to this agreement, MNMCMR shall be found in material breach of this agreement. Thereupon, CITY shall have the power to cancel or susper+d this aunt, in whole or in part, or to deduct from the amount payable to OWIRACTUR the sum of TWo Hundred Fifty Dollars ($250) for each calendar day during which CC?E1MCIOR is found to have been in such norKxopliance as damages for said breach of contract, or both. 21. 6+1 W RATES. Pursuant to the Labor Code of the State of California, or local law thereto applicable, the CITY has ascertained the general prevailing rate of per diem wages and rates for holidays and overtime in the locality in which this work is to be performed, for each craft, classification, or type of laborer, workman, or mechanic needed to execute this Contract. The prevailing wages so determined are set forth in the specifications and made a part hereof. Neither the notice inviting bids nor this Contract shall constitute a representation of fact as to the prevailing wage rates upon which the CMTl.9',A-M or any subcontractor under ® him may base any claim against the CITY. r ctor shall an agate 17.6. (a) Each CMnRACTCR and � payroll reoarci, showing the name, ads, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each four aytman, apprentice, worker, or other employee Toyed by rum or her =mection with the public work. (b) The payroll records enumerated urr2er subdivision (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the OmmAcitR an the following basis: (1) A certified copy of an employee°s payroll record shall be made available for inspection or furnished to such employee or his or her authorized representative on request- (2) A certified copy of all payroll rewrds enumerated in subdivision (a) shall be made available for inspection Or furnished upon 1equest to a representative of the body awarding the contract, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the Department of dial Relations. (3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request to the public for inspection or copies thereof mace, provided, however, that a request by the public shall be made tIu xP either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of labor Standards Enforcement. The public shall not be given access to such records at the principal office of the DONTRAC CR. (c) Each cDNTRACIOR shall file a certified copy of the records emm-erated in subdivision (a) with the entity that requested such records within ten (lo) days after receipt of a written request. (d) Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the awarding bids, the Division of APprenticeship Standards or the Division of labor Standards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individuals name, address and social security number. The name and address of the CMR?ACIC7t7R awarded the contract or performing the contract shall not be marked or obliterated. (e) The CM?MACIOR shall inform the body awarding the contract of the location of tlw records enumerated under subdivision (a) , including the street address, cm and country and shall, within five working days, provide a notice of a change of location and address. (f) In the event of noncompliance with the requirements of this section, the OOMMACIOR shall have ten (10) days in which to Comply subsequent to receipt of written notice specifying in what respects such ewTRAc.TOQ2 must or:nply with this section. 7 Should noncompliance still be evident after such ten (10) day period the Contractor shall, as a penalty to the state of political subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25.00) for each calendar day or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Iabor Standards Enforcement, such penalties shall be withheld from progress payments then due. (g) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. Such stipulations shall fix the responsibility for compliance with this section on the prime C7oNM=. (h) The Director shall adopt rules consistent with the California Public Records Act, (Ch. 3.5 (awing with Section 6250) of Div. 7, Title 1. Gov. Ch.) and the Information Practices Act of 1977, (Title 1.8 (commencing with -Sec. 1798) Pt. 4, Div. 3, Civ. C.) governing the release of such records including the establishment of reasonable fees to be charged to r+epr"cing copies of records required by this section. (Added by Stats. 1978, Ch. 1249) . 1775.5 Nothing in this chapter shall prevent the employment of properly registered apprentices upon public work. ,Very such apprentice shall be paid the standard wage paid to apprentices under the regulations of the daft or trade at which he is employed, and shall be employed only at the work of the craft or trade to which he is registered. Only apprentices, as defined in Section 3077, who are in training under apprenticeship standards and written apprentice agreements under Cdlapter 4 (commencing with Section 3070) , Division 3, of the labor Code, are eligible to be employed on public works. The employment and training of each apprentice shall be in accordance with the provisions of the apprenticeship standards and apprentice agreements under which he is training. When the CONTRACTOR to whom the contract is awarded by the State or any political subdivision, or any suboontractor under him, in performing any of the work under the contract or subcontract, employs workmen in any apprenticed craft or trade, the C[)NTRACIM and suboontractcw shall apply to the joint apprenticeship committee admainistrirg the apprenticeship standards of the craft or trade in the area of the site or the public work for certificate approving the CONTRACZ R or subcontractor under the apprenticeship standards for the employment and training of apprenticeships in the area or industry affected; provided, however, that the approval as established by the joint appr-.ntieeship co aittee or committees shall be subject to the approval of the Administrator of Apprenticeship. The joint apprenticeship or committees, subsequent to approving the subject CDNTRALIM or , shall arrange for the dispatch of apprentices to the C ONtRACM or subcontractor in order to comply with this section. 8 There shall be an affirmative duty upon the joint apprenticeship oainnittee or committees administering the apprenticeship standards of the craft or trade in the area of the site of the public vmrk to ensure equal employment and affirmative action in apprenticeship for women and minorities. OMPACIM.S or suboorntrac+tors shall not be required to a* nit individual applications for approval to local joint apprenticeship ommnittees provided they are already covered by the local apprenticeship standards. The ratio of apprentice to join who shall be euployed in the draft or trade on the public work may be the ratio stipulated in the apprenticeship standards under which the joint apprenticeship ommuttee operates but in no case shall the ratio be less than one apprentice for each five journeymen, emcept as otherwise provided in this section. The Contractor or subcontractor, if he is covered by this sect.4.an, upon the issuance of the approval certificate, or if he has been previously approved in such craft or trade, shall employ the nuaber of apprentices or the ratio of apprentices to journeymen stipulated in the apprenticeship standards. Upon proper showing by the Oontract-or that he eWloys apprentices in such craft or trade in the state on all of this contract on an annual average of rot less than one apprentice to each five journeymen, the Division of Apprenticeship Standards may grant a certificate exempting the OONIRACIOR for the 1-to-5 ratio as set forth in this section. This section shall not apply to contracts of general LUIMACIMS involving less than thirty thousand ($30,000.00) or twenty (2) working days or to contracts of specialty CMTRACMRS not bidding for work through a general or prime OOdnRACPOR, involving less than two thousand dollars ($2,000.00) or fewer than five (5) working days. "Apprenticed craft or trade,01 as used in this section, shall mean a craft or trade determined as an apprenticed occupation in accordance with rules and regulations prescribed by the Apprenticeship Council. The joint apprenticeship ocuouttee shall have the discretion to grant a certificate, which shall be subject to the approval of the Administrator of Apprenticeship, exempting a C®N RACPOR from the 1-to-5 ratio set forth in this section when it finds that any one of the following conditions are met. (a) In the event uneoployment for the previous three month period in such area exceeds an average of 15 percent, or (b) In the event the number of apprentices in training in such area exceeds a ratio of 1-to-5, or (c) If there is a sluing that the apprenticed daft or trade is replacing at least one-thirtieth of its journeymen annually through apprenticeship training, either (1) on a statewide basis, or (2) on a local basis. (d) If assignment of an apprentice to any work performed under a public works contract would crate a omxUtion which would jeopardize his life or the life, safety, or property of fellow employees of the public at large if the specific task to which the apprentice is to be assignees is of such a nature that training cannot be provided by a journeyman. 9 Mien such options are granted to an organization which mats COMMAM )RS in a specific trade from the 1 to 5 ratio on a local or statewide basis the member flO1JnRACIWS will not be required to submit individual applications for approval to local joint apprenticeship committees, provided thLy are already cowered by the local appranti09ship standards. A CORMCIM to whom the contract is awarded, or any subcontractor under him who, in performing any of the work, under the contract, ploys journeymen or apprentices in any apprenticed craft or trade and who is not contributing to a fund or funds to administer and conduct the apprenticeship program in any such craft or trade in the area of the site of tbe public work, to which fund or funds other CMnPACIORS in the area of tine site of the public work are contributing, shall contribute to the fund or funds in each craft or trade in which he ploys journeymen or apprentices on the public work in the same amount or upon the same basis and in the same manner as the other OMnRACIORS do, but where the trust fund a&xinistratcrs are unable to accept such funds, OMRRkCICRS not signatory to the trust agreement shall pay a like amioaant to the California Apprenticeship Om=il. The C M RAMM or subcontractor may add the amount of such contributions in c m;puting his bid for the contract. The Division of Labor Standards Fhforcement is authorized to enforce the Payment of such contributions to the fund or funds as set forth in Section 227. The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. Such stipulations shall fix the responsibility of compliance with this section for all apprenticed occupations with the prime CACIOR. All decisions of U e joint apprenticeship committee under this section are subject to the provisions of Section 3081. (Amended by Stats. 1976, Ch. 1179) 1777.6 It shall be unlawful for an employer of a labor union to refuse to accept otherwise qualified Enployees as registered apprentices on any public works, on the ground of the race, religious creed, color, national origin, ancestry, sex, or age, except as provided in Section 3077, of such employee. (Amended by Stat. 1976, Ch. 1179) 1777.7 (a) In the event a OONTRACMR willfully fails to comply with the provisions of section 1777.5, such CORMCM shall: (1) Be denied the right to bid on any public works contract for a period of one year Troia the date the determination of reliance is made by the Administrator of Apprenticeship; and (2) &brfeit as a civil penalty in the sum of fifty dollars ($50.00) for each calendar day of nmxxmpliance. Notwithstanduq the provisions of Section 1727, upon receipt of such a determination the awarding body shall withhold from cxxatract progress payments than due or to become due such sm. 10 (b) Any such determination shall be issued after a full investigation, a fair and impartial hearing, and rile notioe thereof in accordance with reasonable rules and procedures prescribed by the California Apprenticeship Council. (c) Any funds withheld by the awarding body pursuant to this section shall be deposited in the general fund if the awarding body is a state entity, or in the equivalent fund of an awarding body if such awarding ■ body is in entity other than the state. ® The interpretation and enforcenent of Sections 177.5 and 1777.7 shall be in accordance with the rules and procedures of the California Apprenticeship Council. (Amended by Stats. 1978, Ch. 1249) . It shall be mandatory upon the CDRIRACIOR, and any subcontractor under him, to pay not less than the said specified rates to all laborers, workmen, and mechanics employed in the execution of the Contract. It is further expressly stipulated that the COMPT ACM shall, as a penalty to the City, forfeit twenty-five ($25.00) for each calendar day, or portion thereof, for each laborer, workman, or mechanic paid less than the stipulated prevailing rates for any work done under this Contract by him or any subcontractor under work done under this Contract by him or any subcontractor under him; and CORMCPOR agrees to comply with all provisions of Section 1775 of the Labor Code. In case it becomes necessary for the 03NIRACI1OR or any subcontractor to employ on the project under this Contract, any person in a trade or occupation (except executives, supervisory, administrative, clerical, or other non-manual workers as such) for which no minimum wage rate is herein specified, the CONTRACMR shall immediately notify the City, who will prcuptly thereafter determine the prevailing rate for such additional trade or occupation and shall furnish the COMRACIIMR with the minimum rate based thereon. The miruminn rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 22. AGREEIETT CJORMINS ALL UNDEPSrANDI%S. This document represents the entire and integrated agreement between CITY and CONTRACTOR and supersedes all prior negotiations, representations, or agreements, either written or oral. This document may be amended only by written instrument, signed by both CITY and C OMRACMR. All provisions of this agreement are expressly made conditions. This agreement shall be governed by the laws of the State of California. 11 INSURMCE AGREEMERI' A. Contractor is aware of the provisions of Section 3700 of the Labor Code, which requires every eMloyer to be insured against liability for workers' motion or undertake self-insurance in accordance with the provisions of that Code, and will coagnly with such provisions before cotmwncing the per fo a of the work of this Contract. B. Corntractor and all suboontractors will carry workers' caopensaticn insurance for the protection of its euployees during the progress of the work. The insurer shall waive its rights of subrogation against the City, the City's officers, agents and euployees and shall issue an endorsement to the policy evidencing same. C. Contractor shall carry at all times, on all operations hereunder, commercial or eo;gav1wnsive general liability insurance, automobile liability insurance and builder's all risk insurance. All insurance coverage shall be in amounts required by the City and shall be evidenced by the issuance of a certificate in a form prescribed by the City and shall be underwritten by insurance emgmnies satisfactory to the City for all operations, subcontract work, contractual obligations, product or ompleted operaticros, all owned vehicles and non-owned vehicles. Said insurance coverage obtained by the Contractor, excepting workers' eampensation coverage, shall name the City, its engineer, and each of its Directors, Officers,Agents and Employees, as deterW ned by the City, as additional insureds on said policies. Insurers nest be licensed to do business in the State of California. The Insurers must also have an "An policyholder's rating and a financial rating of at least Class VII in accordance with the current Best's Guide Rating. D. Before Contractor performs any work at, or prepares or delivers materials to, the site of construction, Contractor shall furnish certificates of insurance evidencing the foregoing insurance coverages and such certificates shall provide the name and policy number of each carrier and policy and that the insurance is in force and will not be canceled or modified without thirty(30) clays written notice to the City. Contractor shall maintain all of the foregoing insuram3e coverages in force until the work under this Contract is fully completed. The requiranent for carrying the foregoing insurance shall not derorate from the provisions for indemnification of the City by Contractor under this Contract and for the duration of the warranty period. Notwit2-,standing nor diminishing the obligations of Contractor with respect to the foregoing, Contractor shall maintain in full force and effect during the life of this Om tract, the following insurance in amounts not less than the amounts specified and issued by a omWany admitted in California and having a Best's (snide Rating of A, Class VII or better. Worker's Compensation Liability. In accordance with the Worker's Oo%pensation Act of the State of California $1,000,000 per tee. Insurance Agreement Rage 1 of 2 ti WZRACT FOR PUBLIC WOM (omtinued) Public Liability - either Combined single limit of 1.0 million vial general liability per ; $2.0 million in the or omqprehensive general including wovisi r 0o ..r1actual te. liability, pal injury, ® i cm7tractors and ® pr xwty damage coverages. At bile Liability e ccaprehensive Owbined single limit of $500,000.00 coverfng o%AW no -grad and hired per ooanonoe. automobiles. SERVICE BY MEDALLION By: CCU (Contractor's Name) Dated: ley � i 1 1 1 1 1 � 1 Insuranoe Ag ewm* Page 2 of 2 93-038 CONTRACTUAL JANITORIAL SERV. 4 of 9 PROJECT 94-101 . . n.. ': ._ .. ..- .. � �' .-- - �.. • •�• �_?: J�. . M • • (' �'� 1 '•. Br ...0 i.-.'�... •1 � - a •:� ?i .. • — •,- Q o '. � •: • ' t v 1` ', _� v is @. Ai 1i � � ���. n u., ESTIMATE OF QUANTITIES OF SUPPLIES USED AT VARIOUS LOCATIONS PER YEAR OFSUPPLIES CITY QUINLAN SERVICE MONTH PORTAL MCCLEL AN SENIOR HALL CENTER CENTER VISTA PK. PARK RANCH CENTER CASES PER YEAR % 108 72 60 24 12 48 2 CROWN-SOFT PLUS ROLL TISSUES CASES PER YEAR 24 24 12 12 2 12 3 46-SC JAMES RIVER DISPOSABLE TOILET SEAT COVERS 250-PACKS CASES PER YEAR 8 10 4 1 4 4 951 CROWN CHIFFON 12-PLY PAPER TOWELS CASES PER YEAR 12 12 5 5048 JAMES RIVER ROLL HAND TOWELS CASES PER YEAR 12 " 6 PINK HAND SOAP GALLONS PER YEAR 24 24 24 12 2 7 9112 DERMA PRO LOTION SOAP CASES PER YEAR X X 8 HEAD AND BODY SHAMPOO 2 CASES TOTAL PER YEAR FOR X X 9 4'SANITARY NAPKINS _ l CASES TOTAL PER YEAR FOR X X X X 10 TAMPONS 1 CASE TOTAL PER YEAR FOR X X X X 11 URINAL SCREENS WITH BLOCK DOZEN PER YEAR 24 24 24 12 12 PLASTIC TRASH LINERS 4OX48 CASES PER YEAR 1 36 36 121 121 121 2OX24 CASES PER YEAR 241 24 12 1 1 I2 3OX37 CASES PER YEAR 12 i :i 1 r - t t, r SEaVICE CANT 11� fl SCA Ill G q � C O tC.X= +t� o • central S�sOC'q T mai to a ce c®• �cM IntTt=r "For the two in joni«ntn!Vrvwe" COMPANY HISTORY When Leonard Valenti began Central Maintenance Company in 1979, he handled small accounts in the San Jose area while working from his home. After the firm was incorporated in 1981, it began a growth trend that still continues today. The Central Maintenance Company of the present has become a three million dollar corporation that services large commercial accounts over the entire Bay Area. Besides +'_-,e necessary increases in custodians, the staff also has grown to accommodate the many new needs of the firm. Along with these changes, has come a move from general maintenance service to more specialized work to accommodate a wide range of technology - oriented firms. Central Maintenance over the years, has developed its clean-room detail, window cleaning, floor care and carpet services to attune itself to the specific needs of its customers. The corporation over the past twelve years, has grown not only within itself, but along with its customers as well. It is this unification that the firm wants to carry into the future years of expansion. P.O. Box 2025, San Jose, California 95109-2025 408/982 +123 FAX (408) 982-9126 356 Mathew Street, Santa Clara, CA 95050 central maintenance co. "Fin ihr brat to lanitar"al wTatir" We have kept a majority of our customers from two to five years and have re-acquired companies for whom we had previously worked. We offer raises on the basis of performance, not seniority. We are a non-union firm with no collective bargaining agreement. PERSONNEL 1992 & 1993 3 - Management Personnel 6 - Supervisors 1 - Operations Manager 50 - Janitors Employee turnover rate is Our janitors are absent from work approximately three days per year. The paid holidays observed by our company are: 1. New Years Day 3. Thanksgiving Day 2. Labor Day 4. Christmas Day PERSONNEL SECURITY Since many corporations we service require the utmost safety, Central Maintenance Company performs security checks on its personnel. Through the use of investigative services, Cyte-M, we are able to insure that our employees meet the necessary standards required by security intensive firms. CYTE-M P.O. Box 2073 Santa Clara, CA. 95055-2073 408-554-9798 Kevin Fairchild P.O. Box 2025, San Jose, California 95109.2025 408/982-9123 FAX (408) 982-9126 356 Mathew Street, Santa Clara, CA 95050 =-- -- E-- - 0 - - central maintenance co. "Fur the Treat in juntruruil x•rate" ORGANIZATIONAL PLAN President, Account Administrator Leonard A. Valenti, CBSE Customer Service Manager Tom Mullins Operations Manager Shaun Taylor Night Operation Supervisor Jesus Rodriquez P.O. Box 2025, San Jose, California 95109-2025 408/982-9123 FAX (408) 982-9126 356 Mathew Street, Santa Clara, CA 95050 %k central maintenance co. "For the htst in janitorial rnut" There are three lines of authority handling your account directly. The first direct authority is the CUSTOMER SERVICE MANAGER, Tom Mullins. Tom will work directly with your office to make sure that everything is done to your satisfaction. He will conduct inspections, spot checks and routine monitoring of your site. He is available by pager, radio and telephone to make sure that you can have answers to questions or concerns immediately. Another direct authority is our OPERATIONS SUPERVISOR. He works directly with the Customer Service Manager and keeps him informed of all progress. The Operations Manager has the ability to make any decision regarding the control of work on the job. He is the overseer of all operation process and has direct access to the main office seven days a week, twenty-four hours a day. The president of our company, LEONARD A. VALENTI, is constantly involved with the Customer Service Manager, the Operations Manager and Supervisor, and receives information concerning all accounts and operations. Every authority listed above can be reached by car phone, pager or Motorola radio system. P.O. Box 2025, San Jose, California 95109-2025 408/982-9123 FAX (408) 982.9126 356 1 athew Street, Santa Clara, CA 95050 central maintenance co. "Frn the hest in ranttortaf serswe" A. MANAGEMENT PHILOSOPHY We are committed to long term goals, not quick profits. When we submit proposals, we do so with the knowledge that we can honor the contract for the amount stated., for the .full length of the contract. We do not want a client simply for a year, but want to build a lasting working relationship for years to come. B. OPERATIONS We think Operations is the most critical area of the cleaning business, so we have made the decision to spend a greater share of the budget on Operations. We hired an experienced, qualified person to work full time in the capacity as Cusstomer Service Manager who has full knowledge of operations in the janitorial service area. Our client's opinions matter to us. If there exists any questions concerning our service, we want to deal with it immediately, not when the supervisor comes in at. 4:00 p.m. C. TRAINING It surprises us how many neglect this most vital area. Today the buildings have many extremely expensive surfaces, creating a need for trained individuals to properly clean them. Often this happens without proper training. It is not fair to the client nor is it fair to the employee. Training also helps in the area of safety to help lower insurance rates. So, while others may not agree, we feel proper training is worth the extra expense. Certainly there exists some added expense, but it reflects itself in the quality service we consistently provide. D. EXPERIENCE We have on our management staff proven veterans in the cleaning industry. They are people who not only know their job well, but who whole-heartedly subscribe to our high standards of quality workmanship. It especially pays to have an experienced staff during periods of growth, with all of the accompanying details, in order to be able to insure quality control. As in all professions, experience costs more, but it is worth it. P.O. Box 2025, San Jose. California 95109-2025 408/932-9123 FAX (40f') 982-9126 356 Mathew Street, Santa Clara, CA 95050 1W central maintenance co. "F,the best in janttorwi wrawc" D. EXPERIENCE (cont'd) In addition to the above, our president, Leonard A. Valenti is a Certified Building Service Executives or CBSE. This means he has participated in a rigorous certification process demonstrating his knowledge and skills in the cleaning industry as well as his business and management expertise. To maintain the CBSE status, he must participate in on-going education in the field. The certification process :is administered by the Building Service Contractors Association International, which is dedicated to furthering the professionalism of the industry and whose membership is comprised of building service companies worldwide. For you, CBSE means state of the art cleaning technology, maintenance needs met smoothly and cost-effectively and the latest industry developments utilized to keep your building at a peak level of appearance and cleanliness. P.O Box 2025, San Jose, Catitornia 95109-2025 4081982-9123 FAX (408) 982-9126 356 Mathew Street, Santa Clara, CA 95050 central maintenance co,, "Fin the belt to)anitertal ser44Ct" QUALITY CONTROL PROGRAM When we started our business about twelve ( 12) years ago, we did not just want to be another cleaning company. While we knew we had to be competitive in our pricing, we also believed it was necessary to expend enough money to insure good training and supervision. We made a tough decision for a new company; we decided to budget more than our competitors in both training and supervision. This decision proved correct. With better trained and supervised personnel, we consistently created a highe: cleaning itandard than most of the competitors, both large and small. We will provide the following Quality Control Program. 1. New equipment 2. Trained custodians 3. Area supervisor who will make regular written inspections and who will be on-call 24 hours a day 4 . Operations Manager who regularly, on a scheduled basis, meets with both client and the area supervisor. 5. Cusstomer Service Manager who is available to assist whenever necessary with any question or problem. 6. Weekly TQM meetings. Each janitor on the job site is told of their duties before they begin the job. A copy of the daily cleaning duties is posted inside the janitorial closet in every building. The janitors are asked to go through a check list of all the duties every time they clean. The operations manager will do a walk-through inspection of the facility weekly with the janitors. After this time, the supervisor will file an inspection report. Any areas that do not comply with the cleaning standards agreed upon will be handled immediately. A copy of the inspection report will be given to the facilities manager or contact person for your firm. If necessary, a complaint form will be given to the janitor. If there are more than three complaints in a one-month period, the janitor will be removed from the building. A copy of the complaints are given to both the Customer Service Manager and President for management follow-up. This also assures the complaint is handled quickly. P.O. Box 2025 San Jose, Calitornia 95109.2025 4081982-9123 FAX (408) 982-9126 356 Mathew Street, Santa Clara. CA 95050 central maintenance co. "For 0w hest to)anitortal smut" In case of emergencies, there is a crew consisting of three employees available on-call. In addition, there are six to twelve part-time employees who can increase their work-load whenever needed. If a problem occurs after office hours, an answering service will receive your calls and will contact the Operations Manager or Customer Service Manager for you. Our day office hours are 8:00 am to 5:00pm, Monday through Friday. IY the person you need to reach is not in the office, state the emergency and the receptionist will contact them by car phone, pager, or Motorola radio system. In the case of sudden absentee janitors, notify us and a crew will be obtained quickly. Central Maintenance is available anytime, twenty-four hours a day! A janitorial log book will be installed on the site. The location will be determined by the facilities manager of the building. Any communication will be done on a daily basis between the lead foreman and the facilities contact. .Any minor problems or problem areas should be written on the log. The log will be reviewed by the Customer Service Manager or President regularly. Every Thursday, a management meeting is held. During this meeting, all contracts, complaints, work orders, inspection sheets and janitorial logs are addressed. PHASE-IN PLANT Janitors learn the cleaning business at our company by on-the-job training. They work on new construction :lean-up work and smaller accounts at first. At all times, they work with experienced supervisors and other personnel. After a period of time, each janitor's work is evaluated by their supervisor and the Operations Manager. If they work at a quality level, they are approved and are allowed to work at larger sites. P.O. Box 2025, San Jose, California 95109-2025 408/982-9123 FAX (408) 982-9126 356 Mathew Street, Santa Clara, CA 95050 AMP ww"M Now central main tenance co. "For the best in lunitorud senue" EQUIPMENT AND SUPPLIES Since we own a janitorial supply company (Val-Co Janitorial Supply) , we can provide the very best in equipment and supplies. The equipment we use at the work sites is listed below. We have the equipment stocked in our company's own warehouse. 1 . The vacuum cleaners we use are: a. Eureka b. Sanitaire C. Power Flite All vacuums have at least 5.5 amps. 2 . We use Rubber Maid products for trash cans. 3. We use the following chemical companies: a. Johnson & Johnson b. Klix C. Mission Kleen-Sweep d. EXSL e. SurTec 4 . We use the following floor machines: a. Clarke b. Pacific C. General d. SurTec We use both conventional and high-speed floor machines. We demand that all our equipment be clean and in good operating condition at all times We demand that the janitorial closet be kept both orderly and clean at all times also. We also have our personnel wear uniforms - mainta:i. ed on a regular and clean basis. We feel that quality in equipment, supplies and personnel reinforces our commitment to maintain the highest standard of cleaning. 9 P.O. Box 2025, C-an Jose, Cahtornia 95109-2025 408/982-9123 FAX (408) 982.912E 356 Mathew Street, Santa Clara, CA 95050 ANVIL MAOF ® ce l maintenance co. "Fcw the hest to janitorial service" SUPPLY LIST PER CUSTODIAN 1 . Vacuum and extension cord 2. Mop, bucket and wringer 3. 44 gallon trash can 4. Dust-mop (24 in or 36 in) complete 5. Counter brush 6. Feather duster 7 . Bathroom kit 8. 1 gallon of All Purpose Cleaner 9. 1 gallon of Glass Cleaner 10. 1 gallon of Lemon Polish 11. 1 gallon of Bowl Cleaner 12. 3 spray bottles 13. Plunger 14. Stainless Steel Polish 15. Dust Mop Treatment 16. Cleanser 17 . 2 doz. cotton cleaning cloths. P.Q. Box 2025, San Jose, California 95109-2025 408j982-9123 FAX (408) 982-9126 356 Mathew Street, Santa Clara, CA 9505E Willing service contractors Association Internationai 10201 LEE HIGHWAY •SUITE 225 a FAIRFAX,VA 22030•703-359-7090•800-368-3414• FAX 703-352-0493 CONTACT: Craig G. Thi.baudeau Certification and Registration Manager FOR RELEASE LMMEDIATELY VALENTI HONORED BY BUILDING SERVICE 03NTRACT0RS ASSOCIATION IlN7M; IATIONAL Fairfax, VA -- March 15, 1992 -- Leonard A. Valenti of Central MaintenanC,c Coutpany, San Jose, California, was recently awarded the designation of Certified Building Service Fmcutive (CBSE) by the Building Service Contractors Association International. The designation was conferred by Joseph C. Cicero, CBSE, president of BSCAI, and James W. Matthews, CBSE, chairman of BSCAI's Certification Board. The CBSE program aids the public by designating those in the building service contracting industry who have applied for and met BSCA International's high standards of competence and qualifications. Currently the Association has 220 Certified Building Service Executives, all of whom have satisfied stringent criteria and have passed a rigorous examination. BSCA International has a special Certification Board which aciministers the program. This Certification Board currently is chaired by James W. Matthews, CBSE, United States Service Industries, Washington, D.C. Certification examinations are generally given several times a year in connection with BSCA International meetings and seminars. Applications for certification are available from BSCA International Headquarters, 10201 Lee Highway, Suite 225, Fairfax, VA 22030. The Building Service Contractors Association International is a trade association comprised of companies performing a wide variety of building maintenance services on a contract basis. The Association was formed in 1965 and has grown to include across-section of firms from small, closely-held family firms to large corporations with numerous branches. today the Association over 2500 members from 37 countries in a $13.5 billion industry. 1 t THE `s MARK OF our company has the executive leader- EXCE E ship you expect in a building service contractor—leadership exemplified by the Certified Building Service Executive (CBSE)--leadership that delivers profes- sional, quality service. What does a CBSE mean toYou? The Certified Building Service Executive is an expert building service executive. A minimum of five years in in the management of contract cleaning. He or she is the industry and three years in an executive policy- a professional executive with demonstrated knowl- making position is mandatory for consideration of edge and skill widely recognized in the building the CBSE designation. In order to maintain their service industry—the same knowledge and skill that designation, CBSEs must participate in ongoing, can assure you a properly maintained building. educational activities. These activities keep them apprised of the latest industry developments with For the CBSE, state-of-the-art cleaning technology is respect to management techniques, financial and the key to maintaining your building at a peak level of strategic planning, risk management, and legal issues. appearance and cleanliness. And yet, an understand- The Certification Program is administered by the ing of cleaning technology is just one facet of the Building Service Contractors,Association Interna- CBSE's credentials. The CBSE is an executive with tional IBSCAi), a non-profit organization which is broad business and management expertise—an dedicated to furthering the professionalism of the executive who ensures that your building's mainte- industry and whose membership is comprised of nance needs are met smoothly and cost-effective],,: building service companies worldwide. In short, placing your building in the hands of a CBSE means having the technical cleaning knowledge and CBSEs are professional executives who actively seek executive experience you expect. to further the image of the building service industry. These executives strive to provide your building with To achieve the CBSE designation, building service well-trained cleaning personnel and to use effective contractors must participate in a Certification Pro- techniques for estimating your building's supplies gram which requires their successful completion of and labor needs. CBSEs adhere to the BSCAI Code a rigorous, full day examination. Additionally, they of Ethics, which advocates professionalism and fair must document their experience and tenure as a business practice among cleaning contractors. Professional, quality service with assurance. it's what you've been looking for And you'll find it by hiring the company led by a Certified Building Service Executive. BSCAi's Certification Program is strictly voluntary That a person is not Building Service Contractors certified does not indicate that he or she is unqualified as a building service contract executive,only that the individual has not fulfilled the Association International requirements for the CBSE designation or has not applied for the 10201 LEE HIGHWAY•SUITE 225 program BSCAI specifically disclaims any attempt to interfere with or FAIRFAX,VA 22030 limit in any way.the professional activities of anyone in the practice 703-359-7090.800.368-3414 of building service management FAX 703-352-0493 1988 Buildins Service Contractors Association International BID PROPOSAL C?OETTRAC UAL JANP MI, SERVICE PFa7►7IICI' 94-101 TO: TIC DIRE= OF PUBLIC WORKS, CITY OF CUPERTINJ, ;3I'ATE OF CALIFORNIA Dear Sir: In cculplianoe with the plans and Specifications for the work of the Contractual Janitorial Service in the City of Cupertino, Project 94-101, the undersigned, hereby declare that I have read the proposal requ=ements, visited the sites, attended the mandatory pre--bid meeting and examined the specifications. I, the undersigned, hereby propose to do all work required to ccup1ete the work in accordance with the Plans and Specifications for the prices set forth in the following schedule. I further understand that said prices include all costs including, but not lim_ :ed to, local state and federal taxes, and transportation costs. I, the undersigned, also understand that the quantities shown below are estimates only, being given as a basis for cxmparison of bids. The City of Cuper-Lino does not state that the actual amount of work will correspond but reserves the right to increase or decrease the amount of any class or portion of the work or to amit items or portions of the work deemed unnecessary by the Ehgirvaer. The City of Cupertino reserves the right to unilaterally determine and award the contract to any qualified bidder based on the most advantageous proposal, to reject any or all bids or to waive any irregularities in the procedures. The work to be done consists of furnishing all labor, methods of process, tools, machinery and material required to cxmplet a the Contractual Janitorial Service Project 94-101 as described in the Special Provisions. I, the undersigned, shall diligently prosecute the work to aapletion as scheduled. I further *z%derstand that I shall pay to the City of Cupertino the unit cost per se.-vice for any and all services not performed as scheduled and one hundred fifty dollars ($150.00) per day, for each and every time services are not ccmpleted within the required times as specified. Bid Proposal Page 1 of 32 Z€ 3o Z abrd Temdo.M pT8 ai8 3sw Tam xQaA xad Q $ = ZT x gZUCM .gad d o o L z$ :PTO aoTJd 4TUa &4 na xe:VM A4Tu J ueTuTTS •6 xaaA xad O,a 0 h S = ZT x W4U= xad 0IN F S :PT8 aoTad 4TM :saT7ZTTTap3 ftrTPTTM 9OT;;O -3 umH Ism w-w3 LzraPPeTS -8 zeaA xad O— Ot rre IS = ZT x tPU0M Md '0011 S :PTO 8OTad -4TM "' arrpTTm xaQd ETA v*m •L. xaaA xad O C O S = ZT x tpum xad i Q gL $ :pTO aOTad 4TM o. :av4u"eo 80TAMIS, •9 amaA maxi Og 0 h S = ZT x tpuoui aad 0 fi9 S :PT8 aoT.M -4Tutl :umasm pue &nPTTM uTQN uPueH uETTaT--)DFnt •9 xvaA xad 00 $ = ZT x upuom zed .00 S :PT8 80Tad -4TM s r :xa4wao sue'l2TaT.7 apTtl3$ •tt xe—.0 xad O 0 h s = ZT x imam xad ice$ :PTO 80Tad 4TUn ;��TPTTnO uo p *zed Te4a0d •s aveA xad LL b$ = ZZ x tpucom aad Z—0 6 eS :PTB��.M �4 mdro •z xaaA . �'�o t, = ZT x t -wd :PTO eoTJd :ITUn :&rrpTTng tmorpampTupkwTT�a •T :mS am :MoTBQ PBuTTWV s2 84 TTMP ImCald sm M,7 2d m em SERVICE UM COST PER OCCUR1U 10E FM CITY HALL A34IKSrRATICN B[JIL = _ 10300 70M AVENUE The following services are to be performed after 12:00 a.m. and before 7:00 a.m., five (5) days a week, Monday through Friday. For the purpose of deducting cost for se vices not rendered, the following is a list of services and the unit cost per occurrence. A. DAILY SERVICES: 1. Gust mop all the floors and stairs to lower level. $ IG. °—° /per day 2. Sweep all door mats, both inside and outside. $ /per day 3. Vacuum all carpeted areas upper and lower levels. Spot clean daily. $ ZO. °, /per day 4. Fill all soap, towel and paper dispensers using materials furnished by the contractor. Emergency supplies of soap, towels and toilet tissues shall 00 be stored at this ration. $ 5 _/per day 5. Empty and clean thoroughly all ash trays directly outside building doors. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and xecyclables are to be kept separate and placed " in the proper location for disposal. $ lb. /per day 6. Scrub and disinfect a.11 sinks, camnodes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers, and clean mirrors. Replace urinal deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. $ 1D'oo /per day 7. Clean counter top, stove, outside of refrigerator, microwave (inside & out) , coffee .o area, tables and sink in employees lunch area. $ 10% /per day 8. Dust all furniture (except desks) including file cabinets, wok tables, upper binder bins in cubicles, counters, window sills, telephones, and . 00 etc. $ 110 /per day 9. Clean main lobby and council chamber including podium, counters, wood doors and glass doors and wood trim of fingerprints and $ 10, 0' /per day 10. Clean and polish drinking fountains tho ly. $ I . /per day ll. Clean floor, metal walls and railings in elevator. $ Z /per day Bid Primal. Page 3 of 32 12. All interior doors shall be closeu and locked as required, and lights turned off upon leaving offices after cleaning. _S �.50 /per day 13. Wash main lobby and enmployee's doors (upper and lower levels). $ .5?� /per day 14. Site Supervisor must speak and read English and be at site at all times. $ 10.0 0 /per day 15. Secure all exit doors arxi set alarm system when leaving building. $ YJ .a O /per day B. WEEKLY SEWI^ES 1. Wet mop, wax all tile floors. $ 2 5.00 /per week 2. Clean door kick plates and hardware with brass cleaner. $ ,:L .5G /per week 3. Vacuum all cloth chairs throughout building $ 1p.00 /par week 4. Clean and maintain the janitorial room including sink, walls, and floor. $ ,aW /per week 5. Janitorial service must meet with a facility representative during city work hours once a week. $ 15.00 /per week 5. Clean grout on all bathrowm ceramic tile. (Floors, walls, counters and sinks, etc.) $ 10•UO /per week C. SEMI- MY SERVICES 1. Wash all walls, floors, stall partitions and doors in rest roams using a disinfectant detergent. $ 5•oO /semi-mo. 2. Clean all rubber base molding of dirt and wax. $ A,50 /semi-mo. 3. Wash amain lobby windows. $ 5 .DO /sea►i-mo. D. M3?MY SERVICES: 1. Spat clean all doors, frames, and walls (only washable walls) on both levels. $ t©.00 /per mo. 2. Strip and rewax all bathroom tile floors, not file edging or stairs. $ 5 0.00 /}max- mo. 3. Clean top of all WAC ducts and light fixtures an lower level. $ to . 0 0 /per mo. 4. Dust heat registers and air vents and door louvers in all areas. $ t /per mo. Bid Proposal Page 4 of 32 E. QUMUMMY SERVICES 1. cash all interior and anterior windows inside and �o out, vacuum drapes and clean venetian blinds. $ /per qtr.. F. ANNUAL SEVICES 1. In December, reawve or open all plastic light coves (root plastic le:-r.) area chrome refractor and clean t uxvighly of bugs and dirt. $ 5G c� /annual 2. In December, vas all cloth partitions. $ f b.Oc /annual 3. Dry clean all carpets (date to be determined by cc City.) $ 1 50 /annual G. SUPPMES 1. Paper towels equal to 389-H James River Multifold. $ Z•0t _/per mo. 2. Paper towels equal to 951 Crown Chiffon, 2-ply roll. $ 2-.CG /per mo. 3. Tnilet gaper equal to Crown-Soft Plus roll tissues. $ Z•GG /per m. 4. Disposable toilet seat covers--flat pack--250 count, equal to 46-SC James River. $ ,A.ob /per mo. 5. Pink liquid soap. (Mild Abrasive) $,.0 /Per mo. 6. Head and body shah $ 1.0 0 /per mo. 7. 4" Sanitary Napkins $ t,0 U /per mo. 8. Tampons $ ►,OC /per mo. 9. Urinal Screens $ (.ob /Per mo. 10. Plastic Trashliners $ { .G /per mo. H. BUILDING SIZE 1. City Hall (main floor) 11,52o Sq.Ft. 2. City Hall (terrace level) 8,300 Sq.Ft. Bid Proposal Page 5 of 32 SERVICE UNIT C WT PER COIXMIM FOR CUPERrM LIBRARY Bd=MG-20400 TC}RRE AVEM7, The following services are to be performed after 10:00 p.m. and before 6:00 a.m., six (6) days a week on Tuesday, Wednesday, Thursday, Friday, Saturday and Sunday. For the purpose of deductiM cost for services not rendered, the following is a list of service and the unit cost per occurrence. No work will be required in the main c m xzter room. A. DAILY SERVICES 1. Dust mop and wet mop all ceramic, tile and concrete stairs. $ 2. Sweep all door mats, both inside and outside, when needed. $ a,5L /per day 3. Vacuum all carpeted areas on all levels. spot clean daily (except main meter room) . $ ^I G G b /per day 4. Fill all soap, towel, and gaper dispensers using materials furnished by the contractor (Except for soap and paper products supplied by library) . Emergency supplies of soap, towels and toilet tissues shall be stored at this location. $ 5-VO /per day 5. Empty and clean fly all ash trays directly outside building doors. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into re-,v;laL-'3 and nonreyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. Put plastic liner in the gash receptacle in the staff lunchroom. $ E 0 P' /per day 6. Scrub and disinfect all sinks, modes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinal deodorant screens, when needed. Remove graffiti from walls. $ 10 .00 /per day 7. Clean counter top, stove and sink in employees lunch area. $ 10.06 /per day 8. Clean main lobby including glass doors, wood trim, counter of fingerprints and mudges. tb•bb /per day 9. .lean and disinfect drinking fountains thcroughlY• $ 10 .0 C /per day 10. Vacuum floor and clean walls and railings in elevators. $ l o'G& /per day Bid Proposal Page 6 of 32 A. DAILY SE MACES (om*lnued) 11. Clean all dro= of fingerprints and smudges. $ ID •b b /per day 12. Sweep around outside of building, including porch, stairs and patio and clean handrails. $ 1 0.00 /per day 13. Site Supmvisor must speak and read English and be at the site at all times. The Supervisor must carry a bees Paging system. $ 10.00 /per day 14. All doors shall be closed, locked, lioTts turned off and diked upon leaving offices that have been cleaned, especially two (2) fire doors at bottom of each stairway and the comumity room door at terrace level hallway must be kept closed and locked for security reasons. S g,C)0 /Per day 15. Before leaving buildu,3 secure all exit doors, and set alarm. $ 5-tom ./per day B. WEEDY SERVICES 1. Dust all furniture (except desks) including file cabinets, microfilm readers, periodical racks, work tables, counters, chairs, window sills, door frames, tell, etc., using treated dust cloths. Work surfaces shall be thoroughly cleaned of all marks, fingerprints, etc., when required. $ 10.06 /per week 2. Clean door kick plates and hardware with brass cleaner. $ ,5 b /per week 3. Vacuum all cloth chairs thrcAighout building. $ a .60 /per week 4. Clean all metal and wood railings and remove graffiti, especially between floor in public arm. $ a •b O /per week 5. Dust heat registers and door louvers in all areas. $ �-6 b /per week 6. Clean and maintain the janitorial room including sink, walls, and floors. $ a,50 /per week 7. Wet mop concrete stairs. $ 5-co /per week S. Clean grout between all ceramic file (wall, ceiling, floors & counter togs). $ 6.06 /per week 9. Janitorial Service must meet With a facility representative during City work hours once a week. $ ip oa /per week. Bid Proposal Page 7 of 32 C. SEMI-MCOMY SERVICES 1. Wash all walls, floors, stall partitions and doors in rest roays using a disinfectant ate• $ a 6•oo /semi mo. 2. Clean all rubber base molding of dirt and wax. $ 1t.00 /sezmi mo. 3. mash all door mats. $ 15.W /semi mo. D. MMMY SERVICES 1. Wash main lobby windows. $ Zc,•ao /per mo. 2. Wash all interior and exterior windows inside and out, and clean Venetian blinds. $ ZOO.oc /per Tn. 3. Spot clean all doors, frames, and walls. $ (U.O /per moo. E. SEMI-AWRIAL SERVICES 1. Remove and clean all register covers and vent grills. $ IG.00 /semi-annual F. ANNLTAL SERVICES 1. In December, remove or open all plastic light covers (not plastic lens) and ahromoe refractors and clean thoroughly of bugs and dirt. $ 50•0b /annual 2. Dry clean all carpets (date to be determined by the City) . $ 2--2,5 yo /annual G. SUPPLIES: Supplied by County and stored on site. $ H. BUILDING SIZE 1• Cupertino Library 37,000 Sq. Ft. Bid Proposal Page 8 of 32 SERVICE UNIT COST PER OCCURRENCE FOR - PORPAL PARK ROMWGION B=ING The following services are to be perfcraed after 11:00 p.m. and before 6:00 a.m., three (3) days a week, on Tuesday, may, and Sunday. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cast per . A. DAILY SERVICES 1. VacL= entrance mats. $ ! 0 0 /per day 2. Dust mop arxi wet mcp all tile floors. $ ! 0•nb /per day 3. Ehpty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ c5Z.5p /per day 4. Dust all furniture including counter tops, window sills, wooden bends, baseboards, etc. $ 50 /per day 5. Scrub sink, clean outside of refrigerator, counter tops, and stove top. $ 1.5r5 /per day 6. Clean play tables, sides and top of dirt and fingerprints. $ �Q .5D /per day 7. Site 9.4pervisor must speak and read English and be at the site at all times. $ /per day 8. Secure all exit doors when leaving building. $ a 50 /per day B. WEEKLY;Y SERVICES 1. Spot clean all walls, doors and door frames for fingerprints and so.ndges. $ 5 0 /per week 2. Buff all tile floors. $ 1 D 0 0 /per week 3. Janitorial Service Waist meet with a facility representative during City work hours once a week. $ 1b•oG /per week C. MONTHLY SERVICES 1. Wet map, wax and buff all the floors. $ 15.0 0 /per mo. 2. Strip and rewax all the floors. $ 50-00 /per mo. Bid ftRxsal Page 9 of 32 D. gamammy S ams I. Wash all windows inside and out. $ !j p.°O /per qtr E. ARRAAL SERVICES I. In December, remove all plastic light cogs and clean thoroughly of bugs and dirt. $ 2 5•' /annual 2. Wash thormfilly and disinfect all table tom, o legs and chairs. $ I5. /annual F. SUPPLMM I. Paper towels 389-H James River m1tifold in kitchen. $ .0 0 /per mo. 2. Plastic trashli ners. $ ,0 D /per mo. G. MIMING SIZE 1. Portal Park Recreation Building. 1,308 Sq.Ft. Bid Prapoeal Page 10 of 32 SERVICE tNrT a)sr P'FR OCC12 RE NC E SENIOR CITIZENS CF WER ON SEVENS CRYK BOULEVARD The following services shall be performed after 1:00 a.m. and before 7:00 a.m., six (6) days a wwk, on Monday through Friday and Sunday. For the purpose of deducting cost for serices not rendp�, the following is a list of Services and the unit Comet per occurrence. A. DAILY SERVICES 1. Clean brass, windows and door knobs on all entrance doors. $ I.Ct /per day 2. Dust map then wet map all tile & linoleum floors. $ 0 o fl /per day 3. Dust and clean all furniture including cabinets, counter tops, tables and window sills, etc. $ 5•C%d /Per day 4. Ehp y and clean thoroughly all ash trays directly outside building doors. kqpty &-d clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nc nrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 5 •pG /per day S. Scrub and disinfect all sinks, ecmnodes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace rim hugger deodorant in toilet bowls and urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towel in dispensers. $ 5 0 /per day 6. Scrub kitchen sink and clean (xatside of refrigerator, freezer, stove top, dishwasher, ice machine, kitchen appliances and all tile counters. $ /per day 7. vacuum and spat clean carpets. $ 5 D C' /per day S. E wxgerx'v supplies of soaps, towels, trash liners and toilet tissue shall be stored at this location. In addition, fill all soap and paper towel dispensers. $ Z X e' f per day 9. Site Supervisor must speak and read English and be at the site at all times. $ 50 /per day 10. Before leaving building secure all exit doors and $ •50 /Per day set alarm. Bid Proposal Page 11 of 32 S. WEEKLY SERVICES 1. Spot clew all galls and doors for fingerprints- end b $ /per week 2. Move furniture and wet mop and buff all tile and linoleum flow. $ •5 b /per week 3. Janitorial Service must meet with a facility reps wAmtatve during City work hours once a week. $ 1 0•G a /per week 4. Clean all file grout in rest rocos. $ 5.00 /per week C. MONTHLY SERVICES 1. Wet map all tile floors. $ I U•0 0 /per mo. 2. Use grout cleaner on kitchen tile. $ 5.00 /per mo. 3. Vacuum all cloth chairs. $ 5•n o /per mo. 4. Clean all air vents. $ 5 .00 /per mo. D. QtLY SE;RVICFS (dates determined by City) 1. Wash all windows inside and out. $ 75.°-° /per Quarter 2. Clean and wax wood kitchen cabinets, desks, lobby coffee table and all wooden doors. $ 50 /per quarter E. SEMI ANNUAL SERVICES 1. Strip and rewax all tile and linoleum. $ 75•0 0 /seam.-annual 2. Wash thoroughly and disinfect all tables and ,o chains. $ a5 /semi-annual 3, Wet mop, strip and rewax all tile floors (moke furniture) . $ '75.0 /semi-annual F. ANNUAL SERVICES 1. In January, remove all light covers and clean. $ �5 °o /annual 2. Dry clean all carpets. (Date to be determined by the City) $ 1 �.5 °o /annual 3. One general daily cleaning performed during the daytime hours. (Date to be determined by the City.) $ 50 ao /annual G. SUPPLIES 1. Paper towels equal to 389 H James River Multifold. $ I .00 /per mo. Rid Proposal Page 12 of 32 G. SUPPLEES (cantir and 2. Toilet paper equal to crown-Soft Plus roll- S ��p0 /psr �. tiffs. 3. Disposable toilet scat covers—flat paLk 250 Count, 46-W JAMS River. $ t•00 /per mo- 4. Pink liquid soap. (Mild Abrasive) $ 1 .06 /per m. 5. Plastic trashliners. $ O6 /per mD. 6. 9112 Derma Pro lotion soap $ I.0 0 /per mo 7. Urinal Sc $ .M /per mo. H. B=ING SIZE 5,963 Sq. Ft. 1. Senior Citizen's Center. Bid Prgmsal Page 13 of 32 SERVICE UNIT FIST PER OCCLTGMCE Eft _ MCCLELLM RANCH MAIN BUIMING AND MUSEUM The following services are to be performed after 1:00 a.m. and before 6:00 a.m., three (3) days a week, on Tuesday, Thursday and Sunday. Far the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. NAM : A. DAILY SERVICES 1. Dust glop all tile floors (both levels) . $ 5•G b /per day 2. sty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the pamper location for disposal. $ .G, 0 /per day 3. Dust all furniture including counter tops, file cabinets, window sills, stair railings, etc. (except desks) . $ 1 53 /per day 4. Scrub and disinfect all sinks, commodes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. $ S.Ga /per day 5. scrub kitchen sink, clean c0unter, outside of refrigerator and stove top. $ /per day 6. Vacuum and spat clean carpets. $ a -KJ /per day 7. Emergency supply of soap, toilet tissue and paper products will be stored at this location. $ (.00 /per day S. Site supervisor avast speak and read English and must be at the site at all banes. $ .0 0 /per day 9. Before leaving building secure all exit doors and set alarm. $ 1.00 /per day B. WEEKLY SERVICES 1. Wet mop and buff all the floors on bath levels. $ (0•GC /per week 2. Janitorial service must meet with a facility representative during City work hours once a week. $ 10 ,00 /per week Bid Proposal Page 14 of 32 C. NCNTMZ SERMES 1. Spot clean all oalls, doors and door frame for_ fingeryrints and mLxkjas. $ /per mo. 2. Strip and rewax all tile floors. $ Z 0.06 /per no. D. gTg� SERVICES $ 7,5.Oa /Per quarter 1. Wash all windows inside and out. E. Ai NUhL SERVICES 1. In Der, remove all light covers on both levels and clean. S 10-a /Per annual 2. Dry clean all carpets (date to be determined by city) . $ L 5.00 /per amoral F. SUPPLIES 1. Paper towels equal to 389-H James River Multifold. $ I .00 /per mo. 2. Toilet paper equal to Cram-Soft Plus roll tissue. $ 1•00 /per mo. 3. Plastic trashliners. $ 1 ,G a /per mo. G. B=ING SIZE 1. Administration Building 2,124 Sq.Ft. Bid Proposal Pace 15 of 32 SERVICE um COST PER OdCE EC - P I/5,TM = - MCC LE3L1 RANCH PARK The following services are to be performed after 1:00 a.m. and before 6:00 a.m., three (3) days a week, on Tuesday, Thursday and Sunday. For the Purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence,, )KIEWSIUVAM BUIIDM: A. DAILY SERVICES I. Dust mop all tile floors without disturbing animal cages. $ Z •D O /per day 2. E23ty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and ncnrecyclazle trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 2.D O /Per day 3. Scrub both sinks, clean counters and outside of refrigerator. $ Z .o t /per day 4. Supply of soap and paper products stored at McClellan Main Building. $ Z-00 /per day 5. Site Supervisor must speak and read English and be at the site at all times. $ Z-00 /per day 6. Before leaving building secure all exit doors. $ Z .aO /per day B. WEEKLY SERVICES 1. Wet mop and buff all tile floors. $ Z.00 /per week 2. Janitorial Service must meet with a facility representative during City work hours once a week. $ 10 •D D /per week C. MOM MY SERVICES 1. Spot clean all walls, doors and door frame for fingerprints and sedges. $ Z .DO /per e. D. qPIUMLY SERVICES 1. Wash all windows inside and outside. $ )4 0.00 /per quaff 2. Strip and rewax all tile floors. /per quarter Bid Proposal Page 16 of 32 E. ANNUAL SERVICES 1. In December, remove all plastic light covers and _ clean. $ Q G /annual F. BUI DIM SIZE 1. I /Stcrage. 945 Sq. rt. Bid Praposal Page 17 of 32 SERVICE UNrr COST PER OCCURRENCE F SERVICE R--PPM AVENUE The following services are to be performed after 10:00 p.m. and before 6:00 a.m., five (5) days a week, Sunday through Thursday. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. A. DAILY SERVICES 1. Wet mop all tile floors. $ 10,00 /per day 2. Clean and buff to a high shine ceramic tile in entry way. $ c L 5-o O /per day 3. Dust all furniture including counter tops, table taps, cabinets, window sills, Venetian blinds, etc. $ 5.0 /1e• day 4. Scrub kitchen sink, clean outside of refrigerator, counters, stave top and tables. $ cod• 5 T-1 _/per day 5. Scrub and disinfect sinks, ecmwdes, and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. replace urinals deodorant screens, when riled. Replenish soap, toilet paper and paper towels in dispensers. Wash rubber mats in men°s rest roan. $ 5 ,00 /Per day 6. Clean sliding glass windaur- in lobby office area and front and rear of entrance doors. $ 0 /pe' day 7. Supplies of soap, towels and toilet tissues to be stored at this location. $ 2•C)C) /per day S. Site Supervisor must speak and read English and be at the site at all times. $ Z 0 O /per day 9. Before leaving building secure all exit dooms and set alarm. $ 5( .0 ^ /per day 10. &Vty and clean thoroug1ily all ash trays directly outside building doors. Ehgpty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyelables are to be kept separate and placed in the proper location for disposal. $ aZ ,0 G /per day B. WEEDY SERVICES 1. Buff all tile floors, move furniture while a buffing to clean under furniture. $ n T. /per week Bid Prowl Page 18 of 32 B. WEMY SE MCES (conttrttied) $ Z 5 D /per week 2. Spot clew all galls, doors and door frames for fingerprints and smudges. 3. Clem janitorial room including wal:cs and floor. $ 2,50 /per week 4. Janitcwial Servisie must meet with a facility representative daring City work hours cnoe a $ t G, D 0 /per week week. 5. Clean shower ceramic the ix: bathroom. $_5 .00 /per week C. M3N iLY SERVICES 1. Clean door kick and hand plates with brass cleaner. $ Cj .0 p /per mo. 2. Vacuum all cloth chairs. $ Z,O I!) /per mo. D. QtMKI'Ei Y SERVICES 1. Wash all windows, inside and outside. _ _/per quarter E. SEMIAIN(7AL SEI ACES 1. Strip and rewax all tile floors. All baseboards are to be free of wax. Move furniture when _ Ob co pleting this service. $_7ka_/seam-annual F. ANNUAL SERVICES 1. In March, rvmove all light covers and clean, 00 including light fixtures. $ 125. 'annual G. SUPPISFS 1. Paper towels equal to 389-H James River Multifold. $ f.G 0 /per mo. 2. lbilet paper equal to Crown-Soft Plus roll tissues. $ .00 /per mo. 3. Disposable toilet seat covers--flat pack--250 wurat, 46-SC James River. $ ) .00 /per mo. 4. Paper tcxaels equal to 951 Crown Chiffon 12-ply roll. $ ( •p 0 /per mo. 5. Pink hand soap. $ 1 .0 0 /per mo. 6. 9112 Derma Pro lotion soap. $ i D 0 /per ro. 7. Head and body dunwo. $1. 00 /per mo. Bid Proposal page 19 of 32 G. SUPP IES ( ) a. 4" sanitary rkVkins. S. Taqocm. $ 1 ,00 /per nmo 10. Plastic trashliners. $ (,00 /per mo. H. BUIMn G SIZE 1. Service flamer 7,500 Sq.Ft. Sid Proposal Page 20 of 32 SERVICE UNIT COST PER OCCURRENCE FUR MCHM VISTA PARK M RPAT M CENTER The following services are to be performed after 1:00 a.m. and before 6:00 a.m., five (5) days a week, on may, may, may, Friday and Sunday. For the purpose of deducting oast for services not rendered, the following is a list of services and the unit cost per occurrence. A. DAILY SERVICES 1. Dust mop file floor in kitchen and hallway. $ 5 .OG /per day 2. Vacuum and spot clean carpets. $ 5 .ao /per day 3. Empty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 5 .00 •0 ° /per day 4. Scrub kitchen sink, clean outside of refrigerator, counter tops and stove top. $ a.°5 /per day 5. Scrub and disinfect all sinks, codes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors and mirrored wall. Replace urinals deodorant screens, when needed. Replenish soap toilet paper and paper towels in dispensers. $ �� e 5 per day 6. Emergency supplies of soap, towels and toilet tissues will be stored at this location. $ Z..00 /per day 7. Site Supervisor must speak and read English and be at the site at all times. $ Z,0 G /per day 8. Before leaving building, secure all exit doors. $ Z -0 G /per day B. WEEKLY SERVICES 1. Wet mop and buff all file floors. $ 5.p /per week 2. Dust window sills and counters. $ 2 0 0 /per week 3. Janitorial Se vioe must mEet with a facility representative during City work hours once a week• $ I D •0 0 /per week C. N .Y SERVICES 1. Spot clean all walls for fingerprints and smudges. $ 1. 5 0 /per mc. Bid Proposal Page 21 of 32 C. MWnIL.Y S aC ES (contimied) oe 2. Strip and rem tile le floors. _ $ � /per mop. D. Swags Or 1. Wash all windows, inside and outside. $ 5 0— quArter E. ANNUAL SERVICES 1. In Dix, remove all light covers and clean. $ Z 5• _ /arunual 2. Dry clean all carts. (date to be determined by City) $ 5 0• /annual F. SUPPLIES 1. Paper towels equal to 389-H James River Multifold. $ 1 •0Ib /per mo. 2. 7bilet paper equal to Crown-Soft Plus roll tissues. $ 1.Oo /per mo. 3. Pink liquid Soap. (mild abrasive) $ 1 .0 @ /per mo. 4. Disposable toilet seat covers - flat pack - 250 count, 46-SC James River. $ 1. Do /per mo. 5. 4" Sanitary Napkins. $ 1.00 /per mo. 6. Tmqxms $ (•00 /per no. 7. Plastic trashliners $ 1C)0 /per mo. BLTIIDING SIZE 10,354 Sq.Ft. 1. Manta Vista Park Recreation Center 2. Monta Vista Park Building 2,970 Sq.Ft. Bid Proposal Paste 22 of 32 SERVICE COST PER OCCLMNCE FOR - BLACM EMY FARM REST ROCS AND OFFICE SING The following services are to be performed at the restrocrs in the rp=eation and pool area 110 days between the mmnths of May to September. The dates will be determined by the City. The following services are to be performed at the Golf Cbu se Pro Shop restrooms three (3) days a week on Wednesday, Friday and Sunday, all year. The following services are to be performed at the Office Building at the entrance to Blackberry Farm recreation area one (1) day a week on may, all year. All services are to be performed after 10:00 p.m. and before 6:00 a.m. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. law IIDCMS A. DAILY SERVICES 1. Scrub and disinfect all sinks, rxzoodes and urinals. Mop floors using di.s:.nfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinal deodorant screens, when named. Remove graffiti from $ t 0.00 /per day walls. 2. Empty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and =umcyclable trash. Therefore, waste and recyclables are be kept separate and placed in the proper location for disposal. $ 5.0 /per day B. SUPPLIES - Provided by City and stored on site. OFFICE BUIEDING A. DAILY SERVICES 1. Vacuum all carpeted areas. Swot clean daily. $ 1.00 /per day 2. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ t 00 /per day 3. Vacuum all cloth chairs throughout building. $ 1.06 /per day 4. Secure all exit doors when leaving building. $ 1 .0U /per day Bid Proposal Page 23 of 32 M ACKA3W Fri+! RMTROM & OFFICE 8[T MG (aNtj mod) A. DAILY SM710ES (cont need) $5. Dust all office equipment and window sills, etc. ( •0 0 /�' day 6. Clean all tom. $ day B. MM11 l( SERVICES: 1. %3sh all windows inside and out. $ a 5• Q /Per mo. C. BLTJMDIIG SIZE: 1. Office size 275 Sq. Ft. Bid P=posal Fie 24 of 32 SERVICE UNIT CD.ST PER OOCURRENCE FMt QLMUAAN CaM=Y C'EIfMR CIN STELTING.RKM The following Services shall be performed after 11:00 p.m. and before 7:00 a.m., seven (7) dam a week, an Monty tluxugh Sunday. For the purpose of dedwctirg cost for services not rendered, the following is a list of all services and the unit cost per occurrence. A. DAILY SERVICES 1. Clean brass, windows and doorknobs on all entrance doe's. $ z,Ob /per day 2. Dust Map then wet map all tile floors. $ 1 p•0 t /per day 3. Dust Map all hardwood floors throughout. $ 5.06 _/per day 4. Dust all furniture including cabinets, oar tops and window sills, etc. $ 5.06 /per day 5. EgYLy and clean thoroughly all ashtrays directly outside building doors. &Tpty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. 'Therefore, waste and recyclables are to be kept separate and placed in the pamper location for disposal. $ 5 •Od /per day 6. Scrub sinks, and cleats outside of refrigerators, freezer, stove tops, dishwasher, ice machine, all counters. Sweep, mop and scrub floors and polish all chrome in all three (3) kitdmns. $ 6.00 /per day 7. Vacuunn and spot clean carpets and couches. $ 5 ,00 /per day 8. Scrub and disinfect sinks, des and Finals. Mop floors using disinfectant solution. Clean and polish fires, da��erusers and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. Polish all chrome dispensers. $ 6 .00 /per day 9. D=Vwjcy supplies of soaps, towels, tyrosinases and toilet tissue shall be stored in this location. $ Z•oO /per day 10. Clean all tables, counter tope and chairs. $ Z.o o /per day 11. Site Supervisor must speak and read Dglish and be at the site at all times. $ Z.00 /per day 12. Before leaving building secure all exit doors and set alarm. $ '.•o a /per day Sid Proposal Page 25 of 32 Quaax c3aamm c (continued) H. WEEKLY SERVICES 1. Spot clean all walls and doors for fbxjerprints and mmxkjw. Z •C /per wk. 2. Move furniture and wet map and buff all tile floors. $ Z•DD /per wk. 3. Use grout clearer on bathroom tiles. $ Z-O c, /per wk. 4. Janitorial Service must meet with a facility representative during Croy hours once a week. $ (C-C 0 /per wk. 5. Sweep, damp mop and polish all hardwood floors (not Miseum) . $ Z•C)0 /per wk. C. MCNT iLY SERVICES 1. Wet mop, strip and rewrax all vinyl floors. $ ( ()0,00 /per mo. 2. Clean all air vents. $ /per mo. D. QIPJZrERLY SERVICES (January/April/July/October) 1. Wash all windows inside and out 8 ft. and oa under. S a50. /per qtr. 0a 2. Wet map, strip and reseal all tile floors. $ a-5 /Per qt E. SEMI ANNUAL SERVICES (January/June) 1. Wash thoroughly and disinfect all tables and chairs (upholstery and plastic.) $ �.oO /semi-an. 2. Wash windows 8 ft. and above. $ /semi-an. 3. Clean all hanging light fixtures. $ I a.5.o O /semi-an• 4. Remove all light covers throughout building o0 and clean. $ 1l0• _/semi-an. 5. Dry clean all carpets. (Dates to be ,o detenaaned by the City.) $ 13-5 /semi-an. 6. Sweep, danp mop and polish hardwood floors in ,o nuseum. g 5 0 /semi-an. F. SUPPZTES 1. Paper towels equal to 389-H James River MItifold. $ ,00—/per mo. 2. Toilet paper equal to Crown-Soft Plus roll trues. $ t .D /Per no. Hid Proposal Page 26 of 32 F. SMPLM ( ) 3. Disposable toilet seat covers—flat pack 250 - $ ,00 /fir mo. cowIxt, 46-W James River. 4. Pink ligaiid soap (mild ahrasive). $ b Ipw Mo. S. 4" Sanitary napkins $ /per mo. 6. 'I is $ t.06 /per mo. 7. Urinal screens $ 1,00 /Per mo. 8. Plastic trashliners $ 1,00 /per mo. G. BUILDING SIZE I. QaWan Cwmz ity Oenter. 27,135 Sq. Ft. Rid Ptposal. Page 27 of 32 I, the undersigned agree that if this proposal is accepted, I will enter into a contract with the City of 04x--ftino to provide all necessary machinPsy, tools, apparatus, and other services to do all the work specified in the contract in the manner and time specified. I, the undersigned declare that this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair, and without collusion or fraud. I, the undersigned recognize that the Director of Public Works of the City of Cupertino will reserve the right to establish the priority of one job over another and each starting date where conflict of service schedules occur. Attached hereto is the required certified check or bid bond in the amount Of $—i3,QQQ go , as required by law and the Notice to Bidders. (10% of bid amount) Bid Proposal Page 28 of 32 BIDDER Qi AIMCATICN FOM _ In further compliance with the specifications furnished, the undersigned sukoits the following stag as to his experience and to his qualifications as a part of this peal, and the truthfulness and utterance of the information is hey guaranteed. (1) How many years has your organization been in business under its present name? 15 yrs (2) How many years experience in work comparable with that required under the proposed contract has your organization had by this or any other name? 15 yrs (3) Contractor's License No. C-27 645041 R-63 754 G� State of California, Classification C-2 7 & R 0 v EViration Date: 12194 & 12/94 �1 (4) List work similar in character to that reT red in the proposed contract which your organization or Personnel in your organization has completed within the past three (3) years. Year Class, Location of Work and for Whom Performed Contract Amount PLEASE SEE ATTACHED LIST Bid Proposal Page 29 of 32 Nk* central maintenance co,. "For the best in janitorial service" PAST AND PRESENT COMPARABLE CONTRACTS EPSON PORTLAND Since 1987 2500 Agnew Ave. Electronics Santa Clara, Ca, 95054 Cathy Bonganis $60,000/year 408-986-0115 90,000 sq. ft. SPRINT Since 1992 1850 Gateway Drive Telecommunications San Mateo, Ca. 94044 Jane Simone $80,000/year 415-513-2114 96,000 sq. ft. KOTANSKY DEVELOPMENT Since 1982 2680 North First St. Ste. 280 Multi-tenant Buildings San Jose, CA. 95134 408-428-0628 $150,000/year 155,000 sq. ft. CITY OF PALO ALTO Since 1989 3201 E. Bayshore City Buildings Palo Alto, CA. 94303 Thom MacWay $225,000/year 415-496-69S9 270,000 sq. ft. CITY OF FREMONT Since 1990 37350 Sequoia Rd. City Buildings Fremont, CA. 94536 Gerry Lindamen $275,000/yeas 510-791-4250 300,000 FMC CORPORATION Since 1993 1125 Coleman Ave. Industrial/Office Complex San Jose, Ca. 95103 Joseph Hughes $425,000/year 408-289-2555 670,000 sq. ft. Bid Proposal Page 29 of 32 P.O. Box 2025, San Jose, California 95109-2025 408/982-9123 FAX (408) 982-9126 356 Mathew Strop(, Santa Clara, CA 95050 Name of Proposed , if any (Section 4104, GoVer.Ment Code) 1. 2. 3. 4. 5. 6. Address if Shop or Office (if sab-Contractors (Section 4104, Government C73e) 1. 2. 3. 4. 5. 6. Work to be Performed by Sub-Contractors (Section 4104, Government Code) 1. 2. 3. 4. 5. 6. Bid Proposal Page 30 of 32 IF YOU ARE AN INDIVIDUAL, SO STATE. IF Y0U ARE A FIRM OR C0-PAR WEFt%13 P, STATE THE FIM NAME AND LIST 7M NAMES OF AIL INDIVIDUAL OCR-PARMJFRS CM60SING THE F W. IF A CORPORATICN, STATE IMAL NAME OF CORPORA CN`, ALSO NAMES OF PRESIDENT, SB02EmRY-TRFAS1X4M AND MAt9GER. THE CORPORATE SEAL MUST BE AFF=. n1E INKRMATION CONTAINED IN THIS BID IS BEING MADE UNDER PENMM OF PERJEI tY. TYPE OF BUSINESS: Individual: Co-Partnership LEONARD A. VALENTI, INC. Corporation dha C9NTRAL MA►INTENANrE rnr*, p an=v Joint Venture Other (Describe) Name and Signature of Bidder LEONAPD A. VALENTI ✓� (Sigm le) Address (Both mailing and location addresses) : MAILING: P.O. Box 2025, San Jose, CA. 9510 9-2025 LOCATION: 356 Mathew St. , Santa Clara, Telephone Number: ( 408 } 982-9123 Date: 11-09-93 Addendas Received: 61 2 3 4 5 Attendance at Pre-Bid Meeting: xxx Yes No Bid Proposal Page 31 of 32 NCNCOLd.JSICN AFFMAVITi M BE EXECUrED BY BIMER AND SMR4r= WITH BID _ State of California SS. CMn-yty of SANTA CLARA LEONARD A. VALENTI being first duly sworn, deposes and says that he or she is PRESIDENT of LEONARD A. VALE NT I, I NC. dba the party mWUM the foregoing bid that the bid is not made in the interest Central Of, or on behalf of, any undisclosed person, partnership, any, Maintenanc association, organization, or corporation; that the bid is genuine and not Comp any collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly clouded, conspired, connived, or agreed with any bidder or anyone else to put in a shag bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, eceMunication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to serge any advantage against the public body awarding the contract of anyone interest in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, campany association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name and Signature of Bidder: LEONARD A. VALENTI (Print) Date: 11-09-93 Bid Proposal page 32 of 32 the bid prices for this project shall be as outlined below: BASE BID: ® 1. City Hall acbdnistration Building: 32,040.00 ® Uhit Price Bid: $ 2670.00 per month x 12 = $ per year 2. oapertinoUh t price Bid: $ 2700.00 per mmft x 12 = $32,400.00 per year 3. Portal Park Pacreatior_ Bui1d�g : Unit Price Bid: $ 390.00 per month x 12 = $ 4,6$0.00 per year 4. Senior Citizens Center: unit Price Bid: $ 890.00 per month x 12 = $10,680.00 p� y 5. MoClellan Ranch Main Building and MUsewm: Unit Price Bid: $ 600.00 per month x 12 = $ 7,200.00 per year 6. Service Center: Unit Price Bid: $ 1100.00 per month x 12 = $13,200.00 per year 7. Monta Vista Park Buildir+.g Unit Price Bid: $ 1060.00 per month x 12 = $ 12,720.00 per year 8. Blackberry Farm Rest Rosen & Office Building Facilities: Unit Price Bid: $ 320.00 per month x 12 = S 3,840.00 per year 9. Quinlan Co:mwmty Centex Building Unit Price Bid: $ 3270.00 per month x 12 = $ 39,240.00 per year TOTAL BASE BID: $156,000.00 per year Bid Proposal Paige 2 of 32 SERVICE MM CCiGr PER ONCE FUR CITY NAIL ACKWISTRATIM BUILDING 10300 TCRRE AVENUE The following services are to be performed after 12:00 a.m. and before 7:00 a.m., five (5) days a week, Monday through Friday. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. A. DAILY SERVICES: 1. Dust mop all tile floors and stairs to lower level. $ 2.45 /per day 2. Sweep all door mats, both inside and outside. $ .45 /per day 3. Vacuum all carpeted -areas upper and lower levels. Spot clean daily. $ 6.15 /per day 4. Fill all soap, towel and paper dispensers using materials furnished by the contractor. Emergency supplies of soap, towels and toilet tissues shall be stored at this location. $ .35 /per day 5. Empty and clean thoroughly all ash trays directly outside building doors. & ty and clear. all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 18.75 /per day 6. Scrub and disinfect all sinks, commodes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers, and clean mirrors. Replace urinal deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. $ 9.35 /per day 7. Clean counter top, stove, outside of refrigerator, microwave (inside & out) , coffee area, tables and sink in employees lunch area. $ 1.45 /per day 8. Dust all furniture (except desks) including file cabinets, work tables, upper binder bins in cubicles, counters, window sills, telephones, and etc• $ d.85 /Per day 9. Clean main lobby and council cumber including podium, vaunters, wood doors and glass doors and wood trim of fingerprints and smudges. $ 14.35 /Pet day 10. Clean and polish drinking fountains thoroughly. $ 4.84 /Per day 11. Clean floor, metal walls and railings in elevator. $ 3.15 /Per day Bid Proposal Page 3 of 32 A,' 12. All interior doors shall be closes and locked as requ=W, and lights turned off upwa leaving offices after cleaning. $ 2.35 /per 'day 13. Wash maim lobby and eaployee's doors (upper ana lower l:s*vels) . $ 3.6 5 _/peg' day 14. Site SupPXVisOr must speak and read English and be at site at all times. $ 5____�75 /per day 15. Secure all exit doors and set alarm system when leaving budding. $ 4.21 /per day iB. WEEKLY SERVICES 1. Wet mop, wax all file floors. $ 6.05 /Peg' week 2. Clean door kick plates and hardware with brass cleaner. $ 15.00 /Per week 3. Vacuum all cloth chairs throughout building $ 48.00 /Per week 4. Clean and maintain the janitorial room including sink, walls, and floor. $ 15.00 /Per week 5. Janitorial servioe must meet with a facility representative during city work hours once a week. $ 10.00 _/per week 6. Clean grout on all bathroom ceramic tile. (Floors, walls, counters and sinks, etc.) $ 4.65 /peg' week C. SEMI-MONTHLY SERVICES 1. Wash all walls, floors, stall partitions and doors in revert rooms using a disinfectant detergent. $ 23.00 /semi mo. 2. Clean all rubber base molding of dirt and wax. $ Z&JW __/semi-mo. 3. Wash main lobby windows. $ 10.00 / ..m. D. MONTHLY SERVICES: 1. Spot clean all doors, frames, and walls (only washable walls) on both levels. $ 35.00 _ /per mo. 2. Strip and rewax all bathroom the flours, not file edging or stairs. $ 1 q_50 _ /Peg' no. 3. Clean top of all AVAC ducts and light fixtures on lams level. $ 13 7.fi D —/per mD• 4. Dust heat registers and air vents and door louvers in all arms. $ Rl _70 /Per MD- Bid Proposal Page 4 of 32 E. QUAMMMY SERVICES 1. Wash all interior and exterior windows inside and 162.00 out, vacate and clean venetian blinds. $ /per qtr. F. AIMAL, SERVICE 1. In December, remove or open all plastic light covers (not plastic lens) and chrome refractors and clean thoroughly of bugs and dirt. $ 45.00 /mil 2. In December, vacuum all cloth partitions. $ 30.00 /mil 3. Dry clean all carpets (date to be deternz ed by city.) $ 156.00 /mil G. SUPPLIES 1. Paper towels equal to 389-H James River Mltifold. $ 62.72 /per mo. 2. Paper towels equal. to 951 Crown Chiffon, 2-ply roll. $ 21.63 /per mo. 3. Zbilet paper equal to Crown--Soft. Plus roll $ 54 10 /�. tissues. mo. 4. Disposable toilet seat covers--flat pack--250 count, equal to 46-SC James River. $ 18-39 /per mo. 5. Pink liquid soap. (Mild Abrasive) $ 4.86 /per Mo. 6. Head and body shampoo $ 1.43 /per mo. 7. 411 Sanitary Napkins $ 4.50 /per mo. 8. Z`ampons $ 7.94 /per mo. 9. Urinal Screens $ 20.13 /per no. 10. Plastic Washliners $ 24. 11 /per Mo. H. BUILDING SIZE 1. city Hall (main floor) 11,520 Sq.Ft. 2. Cit•1y Hail (terrace level) 8,300 Sq.Ft. Bid Proposal Page 5 of 32 SERVICE LWIT COST PER OCCURRENCE RM CUPER 7M LIBRARY M -10400 TORRE AVENUE The following services are to be performed after 10:00 p.m. and before 6:00 a.m., six (6) days a week can Tuesday, Wednesday, Thursday, Friday, Saturday and Stay. For the purpose of de&icting cast for services not rendered, the following is a list of service and the unit cost per occurrence. No work will be required in the main conputer room. A. DAILY SERVICES 1 1. Dust map and wet mop all ceramic, tile and 1.95 Crete stairs. $ /per day 2. Sweep all door mats, both inside and outside, 35 when ram. $ /per day 3. Vacuum all carpeted areas on all levels. spot 17.00 clean daily (except main oagpiter roam) . $ /per day 4. Fill all soap, towel, and paper dispensers using materials furnished by the contractor (except for soap and paper products supplied by library) . Emex,gency supplies of soap, towels and toilet tissues shall be stored at this location. $ 1 Z� /per day 5. Eq:)ty and clean thoroughly all ash trays directly outside building doors. Egpty and clean all other waste and recyclable zeoeptacles. Trash receptacles at desks are split into recyclable 1 and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. Put plastic liner in the trash receptacle in the staff lunchrom. $ 2.25 /per day 6. Scrub and disinfect all sinks, commodes and urinals. mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinal deodorant screens, when needed. Remove graffiti from 8.25 walls. $ _/per day 7. Clean counter top, stove and sink in euployees 3.25 lunch area. $ /per day 8. Clean main lobby including glass doors, wood 10.25 trim, saunter of fingerprints and mm�dges. $ /pe' day 9. Clean and disinfect drinking fountains 1.35 thoroughly. $ /per day 10. Vacuum floor and clean walls and railings in 4.`35 elevators. $ /per day Bid Proposal Page 6 of 32 A. MMY SERVICES (omi inued) 11. Clean all doors of fingerprints and snxIgas. $ 8.75 /per day 12. Swap around outside of building, including porch, stairs and patio and clean handrails. $ 3.45 /per day 13. Site 94ervisor mast speak and read English and be at the site at all tinges. The Supervisor mist carry a paging system. $ 5.7 5 /per day 14. All doors shall be closed, looked, lights turned off and checked upon leaving offices that have been cleaned, especially two ;2) fire doors at bottom of each stairway and the unity room door at terrace level hallway must be kept closed and locked for security reasons. $ 3.45 /per day 15. Before leaving building secure all exit doors, 4.00 and set alarm. $ /per day B. WEEKLY SERIICEs 1. Dust all furniture (except desks) including file cabinets, microfilm readers, periodical racks, work tables, ocunters, chairs, window sills, door frames, telephone, etc., using treated dust cloths. Work surfaoes shall be thoroughly cleaned of all :narks, fingerprints, etc., when 9.15 required. $ /Per week 2. Clean door kick plates and hardware with brass cleaner. $ 10.00 /per week 3. Vacuum all cloth chairs throughout building. $ 35.00 per week 4. Clean all metal and wood railings and remove graffiti, especially between floor in public areas. $ 13.00 /Per week 5. Dust heat registers and door lagers in all areas. $ '_9.00 /per week 6. Clean ark.,! maintain the janitorial mom including sink, wall€., and floors. $ 13.00 /per week 7. Wet mop concrete stairs. $ 15.00 /per week S. Clean grout between all ceramic tile (wall, ceilings, floors & counter tops) . $ 4.65 /per week 9. Janitorial Service must meet with a facility representative during City work hours once a $ 10�00 /per. . week. wee Bid ftvposal Page 7 of 32 C. SEMI-+ENTHLY SEWICES 1. Wash all walls, floors, stall partitions and doors in rest rocms using a disinfectant merit. $ 25.00 /semi mo. 2. clean all rubber base molding of dirt and wax. $ 13.00 /semi mo. 3. Wash all door mats. $ 18.00 /semi Imo. D. MMMY SF. UCES 1. Wash main lobby windows. $ 15.00 /per mo. 2. Wash all interior and exterior windows inside and out, and clean Venetian blinds. $ 160.00 /per mo. 3. Spot clean all doors, frames, and walls. $ 35.00 /per mo. E. SAKI-AWJAL SERVICES 1. Remove and clean all register covers and vent grills. $ 25.00 /semi-annual F. ANNUAL SERVICES 1. In December, remove or open all plastic light covers (not plastic lens) and chrcme refractors and clean thoroughly of bugs and dirt. $ 95.00 /annual 2. Dry clean all carpets (date to be determined by the City) . $ 292.40 /annual G. SUPPLIES: Supplied by County and stored on site. $ H. BUIIDIM SIZE 1. 04r_rtino Library 37,000 Sq. Ft. Bid Proposal Page 8 of 32 93-038 CONTRACTUAL JANITORIAL SERV. 5 of 9 PROJECT 94-101 SERVICE MTrT CffiT PER OCCURRENCE dCE FCR PC Fa2%L PARR IUXIMMON BE DING The folly services are to be performed after 11:00 p.m. and before 6:00 a.m., three (3) days a week, on Tuesday, Thursday, and Sunday. For the Purpose of deducting cast for services not rendered, the following is a list of services and the unit cost per occuxTence. A. DAILY SERVICES 1. Vacuum entrance mats. $ .25 /per day 2. Dust mop and wet map all the floors. $ 4.15 /per day 3. R pty and clean all waste and recyclable receptacles. Trash, receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper locution for mil. $ .50 /Per day 4. Dust all furniture including county tops, window sills, woolen benches, baseboards, etc. $ :35 /per. day 5. Scrub sink, clean outside of refrigerator, counter taps, and stove tap. $ 1.35 /per day 6. Clean play tables, sides and top of dirt and fingerprints. $ .95 /per day 7. Site -gWexvisor mast speak and read English and be at the site at all times. $ 5.75 —/Per. day 8. secure all exit doors when leaving building. $ .35 /Per day B. WEEKLY SERVICES 1. Spot clean all galls, doors and door frames for fingerprints and smulges. $ 3 95 /per week 2. Boff all tile floors. r 20.00 /per week 3. Janitorial Sarvice must meet with a facility representative :luring City work hours onoe a week. $ 10.00 /Per. week C. MN MY SERVICES 1. Wet map, wax and buff all tile floors. $ 30.00 /per mo. 2. Strip and rewax all the floors. $ 52.00 /per mo. Bid Proposal Page 9 of 32 D. QLMRTEFILY SERVICE'S 1. Wash all windows inside and out. $ 14.61 /per qtr E. ANNUM SERVICES 1. In Deoember, remove all plastic light oovers and clean Uw rajhly of bugs and dirt. $ 45.00 /annual 2. Wash thormxghly and disinfect all table taps, legs and chairs. $ 35.00 /annual F. SUPPIZES 1. Paper towels 389-H Jams River Multifold in kitchen. $ 15.68 /per gym. 2. Plastic trashliners. $ .05 /per mo. G. BUILDING SIZE 1. Portal Park Recreation Building. 1,308 Sq.Ft. Bid Proposal PaW 10 of 32 SE1'YtTICE UNIT ODSr PER OCCURRENCE FOR SENIOR CITIZENS C321M ON STEVENS CREEK BOULEVARD The following services shall be performed after 1:00 a.m. and before 7:00 a.m., six (6) days a week, on Monday through Friday and Sunday. For the pinTiase of deduct' cost for services not rendered, the following is a list of services � owing w' and the unit cost per occurrence. A. DAILY SERVICES 1. Clean brass, windows and door knobs on all entrance doors. $ .78 /per day 2. Dust mop then wet mop all tale & linoleum floors. $ 1.75 /per day 3. Dust and clean all furniture including cabinets, counter tops, tables and window sills, etc. $ .85 /per day 4. Empty and clean thoroughly all ash trays directly outside building doors. Elq:)ty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 2.35 /per day 5. Scrub and disinfect all sinks, coarmdes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace rim hugger deodorant in toilet bowls and urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towel in dispensers. $ 3.45 /per day 6. Scrub kitchen sink and clean outside of refrigerator, freezer, stove top, dishwasher, ice machine, kitchen appliances and all tile counters. $ 2.78 /per day 7. Vacuum and spot clean carpets. $ 1.89 /per day 8. Emergency supplies of soaps, towels, trash liners and toilet tissue shall be stored at this location. In addition, fill all soap and paper towel dispensers. $ 2.15 /per day 9. Site Supervisor must speak and read English and be at the site at all times. $ 5.75 /per day 10. Before leaving building sect all exit doors and $ 1. 15 /per day set alarm. Bid Proposal Page 11 of 32 i ® B. WEEKLY SERVICES 1. Spot clean all walls and doors for fingerprints 6.15 and =x3ges. $ _/per week 2. Above furniture and wet mop and buff all the and 3.02 linoleum floors. $ /per week 3. Janitorial Service must meet with a facility x epr is mtative during City work hours oar a 10.00 week. $ /P� week 4. Clean all the gout in nest rooms. $ 50 /per week C. NAY SERVICES 1. Wet mop all tile floors. $ 25.00 y =s MO, 2. Use gnat cleaner on kitchen tile. $ 35.0G /per Mo. 3. Vacuum all cl&-h chairs. $ 26.00 /per. Mo. 4. Clean all air vents. $ 4.00 /per. Mo. D. QLARI'ERLY SERVICES (dates dew by City) 1. Wash all windows inside and out. $ 60.00/per quarter 2. Clean and wax wou; ; itchen cabinets, desks, lobby 12.00 coffee table and all wooden doors. $ /per quarter E. SEMI AMUAL SERVICES 1. Strip and rewax all tile and linoleum. $ 78.00/semi-annual 2. Wash thoroughly and disinfect all tables and chairs. $ 48.00/semi-annual 3, Wet mop, strip and rewax all the floors (move $ 12.00/ i-anrnaal furniture) . F. ANNUAL SERVICES 1. In January, remove all light covers and clean. $ 38.00 /annual 2. Dry clean all carpets. (Date to be determined by 19.50 the City) $ /annul 3. one general daily cleanirg performed during the daytime hours. (Date to be determined by the City.) $ 100.00 /annual G. SUPPUES 1. Paper towels equal to 389 H James River Multifold. $ 47.04 /per riko. Bid Proposal Page 12 of 32 G. SUPP.GIFS (cwtinued 2. Toilet pepper equal to Crown-Soft Plus roll $ 27.05 /per mo, tissues. 3. Disposable toilet seat cis--flat pack 250 count, 46-SC James River. $ 18.39 /per mo. ® 4. Pink liquid soap. (mild Abrasive) $ 0.0 /per mo. ® 5. Plastic trasbliners. $ 13.44 /per mo. ® 6. 9112 Derma Prn lotion. soap $ 9.19 /per mo. ® :. Urinal Screens $ 20.13 /per mo. H. BITIMIIdG SIZE 5,963 Sq. Ft. ® 1. Senior Citizen's Center. Bid Proposal Page 13 of 32 SERVICE UNIT CWT PER OMMRMCE FUR MCSCLEUM RANCH MAIN BUILDING AND MUSELM The following services are to be performed after 1:00 a.m. and before 6:00 a.m., three (3) days a week, on Tuesday, Thursday and Sunday. For the purpose of deducting Cost for services not rendered, the following is a list of services and the unit Cost per occurrence. PMM : A. DAILY SERVICES 1. Dust mop all tile floors (bath levels) . $ .75 /per day 2. Empty and clean all other waste and recyclable receptacles. Trash reoeprtaclev at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 1.95 /per day 3. Dust all furniture including counter tops, file cabinets, window sills, stair railings, etc. (except desks) . $ 2.13 /per day 4. Scrub and disinfect all sinks, cmmixies and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dim and wipe mirrors. Replace urinals deodorant screens, Wien needed. Replenish soap, toilet paper and paper towels in dispensers. $ 2.85 /per day 5. Scrub kitchen sink, clean counter, outsiae of refrigerator and stave top. $ 1.15 /per day 6. Vacuum and spat clean carpets. $ 1.28 /per day 7. Emergency supply of soap, toilet tissue and paper products will be stored at this location. $ 1.17 /per day 8. Site Supervisor must speak and read English and must be at the site at all times. $ 5.75 /per day 9. Before leaving building secure all exit doors and set alarm. $ .75 /per day B. WEEKLY SERVICES 1. Wet mop and buff all tile floors on both levels. $ 5.45 /per week 2. Janitorial service must meet with a facility representative during City work hours once a $ 10.00 /per week Bid Proposal Page 14 of 32 C. MORMY SERVICES 1. Spot clean all Malls, doors and door frame for fingerprints and mAges. $ 8.15 /per mo. 2. Strip and riewax all file floors. $ 26.00 /per mo. D. SLY SEWICES $ IA.3� /Per quarter 1. Wash all wigs inside and out. E. ANNUAL SERVICES 1. In Deownber, remove all light covers or. both levels and clean. $ 45=00 her annual 2. Dry clean all carpets (date to be determined by $ /P� anrn�al. a F. SUPPLIES 1. Paper towels equal to 389-H James River Multifold. $ 15.69 /Per mo. 2. 4bilet paper equal to Gown-Soft Plus roll tissue. $ 6.76 /Per mo. 3. Plastic trashliners. $ 4.14 _/P� mo. G. BUILDING SIZE 1. Administration Building 2,124 Sq.Ft. Bid Proposal -,age 15 of 32 r SERVICE UNIT COST PER OOCLFUMCE FOR MUSEUM/STAGE AcCLEuAN RANCH PARK The following services are to be performed after 1:00 a.m. and before 6:00 a.m., three (3) days a Vic, cn Tuesday, Thursday and Sunday. For the purpose of deducting oast for services not rendered, the following is a list of services and the unit cost per occurrence. /STCAPLM BUILDIM: A. DAILY SERVICES 1. Dust map all tile floors without disturbing ® animal cages. $ 3.75 /per day ® 2. Etqpty and clean all- waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nxwecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 2.25 /per day 3. Scrub both sinks, clean counters and outside of refrigerator. $ .85 /per day 4. Supply of soap and paper products stored at McClellan Main Building. $ 1.25 /per day 5. Site Svpexvisor Waist speak and read English and be at the site at all times. $ 5.75 /per day 6. Before leaving building secure all exit doors. $ 8J /per day B. WEEKLY SERVICES I. Wet mop and buff all tile floors. $ 4.85 /per week 2. Janitorial Service must met with a facility representative during City work hours once a week. $ 10.00 /per week C. MONTHLY SERVICES 1. Spot clean all walls, doors and door frame for fingerprints and smudges. $ 11.75 /per mo, D. QLWRrERLY SERVICES 1. Wash all windows inside and outside. $ 29.25 /per quarter 2. Strip and rewax all the floors. $ 78.00 /per quarter Bid Proposal Page 16 of 32 E. ANNUAL SEIMCES 1. In Der, ire all plastic light covers and clean. $ 35.00 /aruuml F. BUIMIM SIZE 1. Mike mt/Stcrage. 945 Sq. Ft. Sid Proposal Page 17 of 32 Smim UNIT cost PER OCmMMCE iFOR SEFt im ---MM AVM The following services are to be performed after 10:00 p.m. and before 6:00 a.m., five (5) days a week, Sunday through Thursday. For the purpose of deducting cost for services not •-enkered, the following is a list of services and the unit cast per occurrence. A. DAILY SERVICES 1. Wet mop all tile floors. $ 1 .35 /per day 2. Clean and buff to a high shine ceramic tile in entry way. $ 6.35 /per day 3. Dust all furniture including counter taps, table tops, cabinets, window sills, Venetian blinds, 1.25 /P� daY etc. 4. Seib kitchen sink, clean outside of refrigerator, counters, stove top and tables. $ 2.02 /per day 5. Scrub and disinfect sinks, cc:a Wdes, and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. Wash rubber mats in men's rest room. $ 3. 15 /per day 6. Clean sliding glass windows in lobby office area and front and rear of entrance doors. $ .75 iper day 7. Supplies of soap, towels and toilet tissues to be stored at this location. $ .83 /Per day 8. site Supervisor rcmist speak and read English and be at the site at all times. $ 5.75 /Per day 9. Before leaving building secure all exit doors and set alarm. S 35 /Per day 10. Ehpty and clean thoroughly all ash trays directly outside building doors. Dipty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. T9ierefore, waste and ® recyclables are to be kept separate and placed in ® the proper location for disposal. $ 3.00 /per L I B. WEEKLY SERVICES 1. Buff all tile floors, mv- furniture while buffing to clean under furniture. $ 42.32 /pe' week Bid Proposal Page 18 of 32 B. WEEKLY SMVIaM (continued) $ 7.15 /per week 2. Spot clean all walls, doors and door frames for fingerprints and saudges. 3. Clean janitorial room including walls and floor. $ 4.65 /I r week 4. Janitorial Service must meet with a facility representative during City work hours once a $ 10.00 /per week 5. Clean shower ceramic tile in bathrooms. $ 3.07 /per week C. MONMY SERVICES 1. Clean door kick and hand plates with bass cleaner. $ 6.30 /per mo. 2. Vacuum all cloth chairs. $ 7.30 /per ro, D. QUARrEFtLY SERVICES I1. Wash all windows, inside and outside. $ 60.00 /per quarter E. SEMI AWIAL SERVICES 1. Strip and rewax all the floors. All baseboards are to be free of wax. Move furniture when ca»pleting this service. $ 117.00/semi-annual F. A OX%L SERVICES 1. In March, remove all light covers and clean, including light fixtures. $ 65.00 /annual G. SUPPISES 1. Paper towels equal to 389 H James River Multifold. $ 62.72 /per ro, 2. Toilet paper equal to Grown-Soft Plus roll tissues. $ 27.05 /ppr mo. 3. Disposable toilet seat covers-flat pack--250 oount, 46-SC James River. $ 12.26 /per mo. 4. Paper towels equal to 951 Crown Chiffon 12 ply roll. $ 2.1 .63 /per ro, 5. Pink hand soap. $ 4.86 /per ro. 6. 9112 Derma Pro lotion soap. $ 3.06 /per no. 7. Head and body shanoo. $ 1.43 /per mo. Bid Proposal Page 19 of 32 1 G. SUPPLIES (oontinued) S. 4" sanitary napkins. $ 1.07 /per mo. 9. Twqxm. $ 1.07 /per mo. 10. Plastic traftlir ers. $ 10.16 /per mo, H. M=ING SIZE 1. Service Center 7,500 ScI.Ft. Bid PtWosal Page 20 of 32 SERVICE tNIT COST PER OCCUMUNCE FOR MWA VISTA PARK RE aMTIC N CENTER The follm ing services are to be perfcrmed after 1:00 a.m. and before 6:00 a.m., five (5) days a week, on Monday, Tuesday, Thursday, Friday and Sunday. Far the purpose of deducting oast for services not rendered, the following is a list of services and the unit cost per occurrence. A. DAILY SERVICES 1. Dust mop tile floor in kitchen and hallway. $ 1.35 /per day 2. Vacuum and spot clean carpets. $ 5.35 /per day 3. Empty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separatie and placed in the proper location for disposal. $ 1.95 /per day 4. Scrub kitchen sink, clean outside of refrigerator, counter tops and stove top. $ 1.25 /Per day 5. Scrub and disinfect all sinks, camcdes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors and mirrored wall. Replace urinals deodorant screens, when needed. P.eplenish soap toilet paper and paper towels in 2 15 dispensers. $ /per day 6. Emergency supplies of soap, towels and toilet tissues will be stored at this location. $ 1.15 /per day 7. Site Supervisor must speak and read English and be at the site at all times. $ 5.75 /per day 8. Before leaving building, secure all exit doors. $ .56 /per day B. WEEKLY SERVICES 1. Wet mop and buff all the floors. $ 5.25 /per week 2. Dust window sills and counters. $ 9.15 /per week 3. Janitorial Service must meet with a facility representative during City work hours once a week, $ 10.00 /per week C. NOPtMY SERVICES 1. Spot clean all walls for fingerprints and smudges. $ 20. 15 /per MO.Bid Proposal Page 21 of 32 C. MMMMY SERVICES (continued) 2. Strip and rewax all the floors. $ 78.00 /per mo. D. q Y SMnCES 1. Wash all wives, inside and outside. $ 29.25 /per quarter E. ANNLMI, SERVICES 1. In December, remove all light covers and clean. $ 4;.00 /annual 2. Dry clean all carts. (date to be determined by City) $ 136.44 /mil F. SUPPLIES 1. Paper towels equal -to 389-H James River Multifold. $ 31.36 /Pe' mo. 2. Toilet paper equal to Craven-Soft Plus roll tissues. $ 2Lj05 /Per mo. 3. Pink liquid Soap. (mild abrasive) $ 4.86 /per mo. 4. Disposable toilet seat covers - flat pack - 250 count, 46-SC James River. $_3�00 /Pe` Mo• 5. 4" Sanitary Napkins. $ 1.07 /Per mo- 6. Tampons $ 1.07 /P3r MO. 7. Plastic trashiiners $ 6.03 /per mo. BUILDING SIZE 10,354 Sq.Ft. I. Monta Vista Park Recreation Center 2. Monta Vista Park Builduig 2,970 Sq.Ft. i 1 Bid Prapwal Page 22 of 32 SERVICE COST PER OOCLMMCE FUR BLACIMMrL FARM REST ROCHS AND OFFICE BEING The following service`s are to he perfonm✓d at the restrooms in the recreation and pool area 110 days between the r_nnths of May to September. The dates will be determined by the City. The following services are to be performed at the Golf Course Pro Shag restrocuts ttxee (3) days a week on Wednesday, Friday and Sunday, all year. The following services are to be performed at the Office Building at the entrance to Blackberry Farm recreation area one (1) day a week on Wednesday, all year. All services are to be performed after 10:00 p.m. and before 6:00 a.m. E'or the purpose of deducting cost for services not rendered, the following is a list of servioess and the unit cost per occurrence. Fmr MC S A. DAILY SERVICES 1. Scrub and disinfect all sinks, des and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinal deodorant screens, when needed. Remove graffiti from $ 15.00 /per day walls. 2. Empty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are be kept separate and placed in the proper location for disposal. $ 2.00 /per day B. SUPPLIES - Provided by City and stored on site. OFFICE EUIEDIlG A. DAILY SERVICES 1. Vacuum all carpeted areas. Spot clean daily. $ 3.00 /per day 2. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 50 /per day 3. Vacuum all cloth chairs Uumughout building. $ .75 /per day 4. Secure all exit doors when leaving building. $ .50 /per day Bid Proposal Page 23 of 32 FAM REgrFDM & OFFICE BUIIDING contimied A. DAMY SEWICES (cmltinued) $ 3.75 /per day 5. bast all office equipoent and window sills, etc. 6. Clean all comer taps. $ 1.60 /per day B. MOMMY SERVICES: 1. Wash all windows inside and. out. $ 13.65 /per mo. 1 C. BUIMING SIZE: 1. Office size 275 Sq. Ft. Bid Propel Page 24 of 32 SERVICE UNIT CIOSr PER OCGURRFrtCE FOR QUINLAN C FICNITY CERM Cad S ELL.IM ROAD The following services shall be performed after 11:00 p.m. and before 7:00 a.m., seven (7) days a week, on Monday through Sunday. F'or the purpose of sing c oabt for services not rerdered, the following is a list of all services and the unit cost per occurrence. A. DAILY SERVICES 1. Clean brass, windows and doorknobs on all entrance doors. $ 3.25 /Per day 2. Dust Mop then wet mop all tile floors. $ 15.15 /per day 3. Dust. Mop all hardwood floors throughout. $ 4.25 /Per day 4. Dust all furniture including cabinets, counter tops and window sills, etc. $ 3. 10 /Per day 5. Empty and clean thoroughly all ashtrays directly outside building doors. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 2.25 /per day 6. Scrub sinks, and clean outside of refrigerators, freezer, stove taps, dishwasher, ice machine, all counters. Sweep, mop and scrub floors and polish all chrome in all three (3) kitchens. $ 9.00 /per day 7. Vacuun and spot clean carpets and couches. $ 7.95 /per day 8. Scrub and disinfect sinks, commodes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. Polish all chrome dispensers. $ 6. 15 /per day 9. Emerrgency supplies of soaps, towels, tyrosinases and toilet tissue shall be stored in this location. $ I .7 5 /per day 10. Clean all tables, counter tops and chairs. $ 8.89 /per day 11. Site &4=visor must speak and read English and be at the site at all times. $ 5.75 /per day 12. Before leaving building secure all exit doors and set alarm. $ 1_ 10 /pe' day Bid Proposal Page 25 of 32 QUIIM CIM*U4M C RM-0 (continue) B. WEMY SERVICES 1. Spot clean all walls and doors for fingerprints and smudges. $ 7.95 /per wk. 2. Move furniture and wet map and buff all tile floors. $ 35.00 /per wk. 3. Use grout cleaner on bathroom tiles. $ 8.32 /per wk. 4. Janitorial Service must meet with a facility representative during City hours once a week. $ 10.00 /per wk. 5. Sweep, damp mop and polish all hardwood flours (not museum) . $ 12.O0 /per wk. C. MONTHLY SERVICES 1. Wet mop, strip and rewax all vinyl floors. $ 91.00 /per mo. 2. Clean all air vents. $ 42_00 /per mo. D. Ql,%RIIMY SERVICES (January/April/July/October) 1. Wash all windows inside and out 8 ft. and under. $ 351.00 /per qtr. 2. Wet mop, strip and reseal all tile floors. $ 22.75 /per qtr. E. SEMI ARRIAL SERVICES (January/June) I. Wash thoroughly and disinfect all tables and chairs (upholstery and plastic.) $ 37.00 /semi-an. 2. Wash windows 8 ft. and above. $ 351.00 /semi-an. 3. Clean all hanging light fixtures. $ 48.00 /semi.-an. 4. eve all light covers throughout building and clean. $ 24.00 /semi-an. 5. Dry clean all carpets. (Dates to be determined by the City.) $ 195.00 /semi-an. 6. Sweep, damp mop and polish hurt.-Ood floors in aarseXMI. $ 37.00 /semi-an. F. SUPPLIES 1. Paper towels equal to 389-H James River Multifold. $_ 94.0d /per mo. 2. Toilet paper equal to Crown-Soft Plus roll tissues. S 54. 10 /Per nro. Bid Proposal Page 26 of 32 F. SUPi�LM (cm*Jn ed) 3. Disposable toilet seat covers—flat pt&-250 $ 18.33 /per mo. wont, 46-SD James River. 4. Pink liquid soap (mild abrasive) . $ 9.72 /per mc. S. 40 Sanitary napkins $ 1.07 /per fro. 6. Twqxns $ 1.07 /per mo. 7. Urinal s $ 20.13 /per no. 8. Plastic trashi;ne*s $ 20.33 /per mD. G. BUILDING SIZE 1. Quinlan Cmammity Center. 27,135 Sq. Ft. Bid Proposal Page 27 of 32 I, the undersigned agree that if this proposal is accepted, I will enter into a contract with the City of Cupertino to provide all rosary machinery, tools, apparatus, and other services to do all the work specified in the contract in the manner and time specified. I, the undersigned declare that this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair, and without collusion or fraud. I, the undersignsd reccgnize that the Director of Public Works of the City of oreertinc will reserve the right to establish the priority of one job over another and each starting date where conflict of service schedules occur. Attached heretf is the required certified check or bid bond in the amount Of $ , as required by law and the Notice to Bidders. (10% of bid amount) Bid Proposal Pace 28 of 32 r INSURANCE A1fREEMEPT A. Contractr is aware of the provisions of Section 3700 of the Labor Code, which requires every euployer to be inured against liability for workers' ration or undertake self-insurance in accordance ce with the provisions of that Code, and will comply with such provisions before ccume ring the performance of the work of this Contract. B. Contractr and all subcontractors will carry workers' eoupensation insurance for the protection of its employees during the progress of the work. The bm er shall waive its rights of subrogation against the City, the City's officers, agents and eaployees and shall issue an endorsement to the policy evidencing same. C. Contractor shall carry at all times, on all operations hereunder, commercial or eonprehensive general liability insurance, automobile liability insurance and builder's all risk insurance. All insurance coverage shall be in amounts required by the Cib,, and shall be evidenced by the issuance of a certificate in a form prescribed by the City and shall be underwritten by insurance ompanies satisfactory to the City for all operations, subcontract work, contractual obligations, product or ecpleted operations, all owned vehicles and non-owned vehicles. Said insurance ar✓erage obtained by the Contractor, excepting workers' eonpesLsation coverage, shall name the City, its engineer, and each of its Directors, Officers,Agents and Employees, as determined by the City, as additional insureds on said policies. Insurers must be licensed to do business in the State of California. The Insurers must also have an "A° policyholder's rating and a financial rating of at least Class VII in accordance with the current Best's Guide Rating. D. Before Contractor performs any work at, or prepares or delivers materials to, the site of construction, Contractor shall furnish certificates of insurance evidencing the foregoing) insurance coverages and such certificates shall provide the name and policy number of each carrier and policy and that the insurance is in force and will not be canceled or modified without thirty(30) days written notice to the City. Contractor shall maintain all of the foregoing insurance coverages in force until the work under this Contract is fully omipleted. The requirement for carrying the foregoing insurance shall not derogate from the provisions for indemnification of the City by Contractor under this Contract and for the duration of the warranty period. Notwithstanding nor the obligations of Contractor with respect to the foregoing, Contractor shall maintain in full force and effect during the life of this Contract, the following insurance in amounts not less than the amm mts specified and iasued by a company admitted in California and having a Best's Guide Rating of A, Class VII or better. Worker's Co®pensation Liability. In accordance with the Worker's Compensation Act of the State of California $1,000,000 per oc . Insurance Agreainent Page 1 of 2 OOMACT FC2R PUBLIC WaS (coat nue d) Rublic Liability - either Opined single limit of 1.0 million aaunercial general liability Per ; $2.0 million in the or caq=mhensive general liability; mate. including provisions for contractual liability, personal injury, independent contractors and property damage vwerages, Autamobile. Liability - canprehensive Oambinsd single limit of $500,99P.00 Cot7ering owned, nw-owred and hired per automobiles. 7 " , De Anza Services Inc. By. a A. Castaneda (Contractor's Name) ,----- ©ate: Nov. 9th 19 93 . Insurance Agreement Page 2 of 2 BIDDER QLTUFICATiION FORM In further compliance with the specific&:.<-Ans furnished, the undersigned submits the following statements as to iris experience and to his qualifications as a part of this proposal, and the truthfulness and utterance of the information is hereby guaranteed. (1) How many years has your organization been in business undex. its name? 8.5 Years (2) How many years experience in work caaparable with that required under the proposed contract has your organization had by this or any other name: 13 Years (3) Contractor's License No. State of California, Classa.f ication Expiration Date: (4) List work similar in character to that required in the proposed contract which your organization or per-sonnel in your organization has oomleted within the past three (3) years. Year Class, Location of Work and for Whom performed Contract Amount 1985 Zilog Inc. , Campbell 80,000 sq.ft. $ 99,000.00 1990 South Bay Office Tower, San Jose 150,000sq.ft. $102,000.00 1991 Mountain Bay Office, Mt. View 150,000sq.ft. $ 90,000.00 1992 De Anza Properties, Sunnyvale 40,0OOsq.ft. $ 40,800.00 1985 Electroglas, Santa Clara 270,OOOsq.ft. $15)0,000.00 1987 City Of Cupertino, Cupertino 115,OOOsq.ft. $180,000.00 Bid Proposal Page 29 of 32 Name of Proposed Stab-C ractcrs, if any (Section 4104, Govexrcment Oode) 1. NONE 2. 3. 4. 5. 6. Address if Shop or Offioe of Sub-Cmitractors (Section 4104, Gt�� Code) 1. NONE 2. 3. 4. 5, 6'— Work to be Performed by Sub-COntractors (Section 4104, GovernMent Code) 1. NONE 2. 3. 4. 5. 6. Bid Proposal Page 30 of 32 IF YOU ARE AN INDIVMUAL, SO STATE. IF YOU ARE A FIRM OR OQ-PAS, STATE THE F M NAM AND LIST MM A*AMS OF ALL INDIVIDEMI, OD-PAR3NERS CCMPOSING 7HE Fes. IF A CORER MCN, STATE LEGAL NAME OF 40MVMATTON, ALSD MM S OF PHMMENr, SBUMM-MREMM AND MUN ZM. TM CM;CP M SEAL MUST' BE AFFDW. THE INFMCOMM COMMINM IN THIS BID IS BEING MADE LMER PE NAM OF PFPJURY. TYPE OF BUSINESS: Individual: �-P��tnerst�ip Corporation CAL I FORA IA 1991 Joint Venture Other (Describe) Name and, ' t of Bidder J0 �� CASTANEDV f ( ' (Signature) tea.a� Address (Both mailing and location addresses) : 3031 TISCH WAY # 1008 SAN JOSE CA 95128 Telephone Number: ( 408 ) 246-7172 Date: NOV. 9. 1993 Addei"das Received: 1@ 2 3 4 5 Attendance at Pre-Bid Meeting: X Yes No Bid Proposal Page 31 of 32 NC NC DLU)SSIC H AFFMh%rST TO BE E3{BCUr D BY BIMM AND SUMMED Ie rM HID State of California ss. County of SANTA CLARA JOE A. CASTANEDA being first duly morn, deposes and Says that he or she is PRFSIDFNT Off AN A SFRVI • s_ INC. the party making the foregoing bid that the bid is not made in the interest of, cam- on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or shwa bid, and has not directly or indirectly clouded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, cmam ucation, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interest in the proposed contract; that all statements contained in the bid are true; and, further, that the i Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member Or agent thereof to effectuate a collusive or sham bid. Name and Signature of Bidder: JOf-,A.;rkASTANEDA ' Pr nt) -- Date: November 9, 1993 Bid Proposal Page 32 of 32 � t ✓ 4 DEPAMMERr OF PUBLIC UVM Crry OF a PEM"IW CAI,L FOR BIDS p,CjyjAL jANrr0RIAL SERVICE pRWMCT 94-101 BID CPENIM WESDAY NovEM ER 9, 1993 2:00 P.M. Bert J. Viskavich D Of Public Works City Hall 10300 Tbrre Avenue Clapextim CA 95014 PENINSULA JANITORIAL SERVICE CO. Complete Janitorial Specialists PEDRO MIQUEO t:ENENAI,MANAGER File: 50,200.01 1114 t:t►�ti'PITI'TI()V DH.. #D • 1MENI.tt PAHK • CA 9402r, (dl:il 325-7396 • FAX (415) 325-7398 TAME OF WfnF TS CQM42 = DOCUKEWS A. BID DOCUMENM 1. Notice to Contractors 2. Proposal B. GENERAL PROVISIONS 1. Adoption of Statuiard Specifications 2. Headings and Citations ® 3. Definitions ® 4. Prosecution and Progress 5. Control of Work 6. Legal Relations and Responsibilities to the Public 7. Proposal and Award of Contract C. SPECIAL PROVISIONS 1. Location 2. Scope of Work 3. Estimated Quantities 4. Explanation of Bid Items 5. Time of Coupleticn 6. Liquidated Damages 7. Pre-Bid Feting 8. Responsibility of Contractor 9. Bond Requirements 10. Payment 11. General Requirements 12. Personnel 13. Option to Extend the Term of the Contract 14. Minority Employment 15. Non-Performance D. AGPIMMENT E SIGNATURE SHEET NdrICE M CONTRACDORS City of Cupertino 10300 Torre Avenue Cupertino, California 95014 OWrRA.CpJAL JM=RIAL SERVICE, PRW= 94-101 The City of Cupertino, Santa Clara County, California, invites wale-d proposals for the construction of the work as delineated on the Plans and/or in the Specifications, entitled CORnMCIUAL IANrIURIAL SERVICE,_ FRWWr 94-101. Contract Documents, consisting of Notice to Contractors, Proposal, Estimated Quantities, Noncollusion Affidavit, Bidder Qualification Form, Subcontractors Form, Signature Farm, Standard Specifications, General Provisions, Special Provisions and Plans, Faithful Performance Bond, Insurance Forms and Agreement for Public Works, may be reviewed and copies of same may be obtained at the office of the City Engineer, City of Cupertino, 10300 Torre Avenue, Cupertino, CA 95014, for a non refundable deposit of $8.00 each. Special attention of bidders is directed to Section 7, Proposal and Award of Contract, of the General Provisions for 1 full directions as to bidding. Sealed proposals will be received at the office of the City Clerk, City Hall, City of Cupertino, 10300 Torre Avenue, Cupertino, CA 95014, until 2:00 P.M. on November 9, 1993, at which time they will be publicly opened and the comparative totals read. A mandatary pre-bid meeting is scheduled for November 2, 1993 at 8:30 a.m. in the City Council Chambers, City Hall, City of Cupertino, 10300 Torre Avenue, Cupertino, CA 95014. The contractor must attend this meeting to be allowed to bid on thi%project, and acknowledgment of this attendance is requlrr-d on pageL32 of 31 Bid Proposal section All proposals or bids shall be aecagDanied by cash, a cashier's check or certified check payable to the order of the City of Cupertino, in the amount of ten percent (10%) of the bid, or by a bond in said amount payable to the City of Cupertino. Said bond shall be signed by the bidder and a corporate suLety, or by the bidder and two (2) sureties who shall justify before any officer ccnpetent to administer an oath, in double said amount and over and above all statutory exemptions. Said cash or check shall be forfeited or said bond shall become payable to the City in case the bidder depositing the same does not enter into a contract with. the City within ten (10) days after written notice that the Contractor has been awarded the contract. All bids shall be cured using the estimated quantities prepared by the Engineer and the Unit Prices submitted. No inocaplete nor interlineated proposal or bid will be accepted. Bidders are required to bid on all items of the propel. No federal funds are involved in this project, therefore, bids submitted shall be invalidated by the failure of the bidder to be licensed in accordance with the laws, of the State of California. Page 1 of 2 I mcE 1® catdnVrZCR4 coati No bids will be awarded to a Contractor who is not licensed in accordance with the provisions of Division 3 of Chapter 9, "Contracts" of the Business and Professions Code of the State of California. All bids received will be reported to the City Council of Cupertino within thirty (30) days of receipt, at which time the City Council will review and act upon the bids submitted. Award, if any, will be made to the responsible bidder whose proposal is most advantageous to the City. The City of Cupertino reserves the right to award the contract to any qualified bidder based on the proposal that is most advantageous to the City. The City also reserves the right to reject any or all bids or to waive any irregularities in the bidding procedures, provided the variance cannot have affected the amount of the bid or cannot have given a bidder an advantage or benefit not allowed ether bidders. ,Ihe Contractor shall furnish to the City a Faithful Performance Bond and a Fidelity Bond as required in the specifications. It shall be mandatory upon the Contractor to whcan the contract is awarded, and upon all subcontractors, to pay no less than the general prevailing wage rates to all workers employed in the execution of the contract as provided for in Section 7-1.01A of the Standard Specifications. Payments to the Contractor will be made in cash by said City upon submission by the Contractor and approval by the "ineer of a progress billing which reflects the value of the work completed. The progress payments n ade as work progresses will be payments on account and will not be considered as an acceptance of any part of the material or workmanship required by the Contract. Pursuant to Section 4590 of the California Government Code, the Contractor will be permitted, upon request and its sole expense, to subs,:itute securities for any moneys withheld by the City to ensure performance under the Contract. Said securities will be deposited either with the City or with a state or federally chartered bank as escrow agent. Securities, eligible for this substitution are those listed in Section 16430 of the California government Code or bank or savings and loan certificates of deposit, interest wring demand deposit accounts, standby letters of credit, or any other security rutually agreed to by the Contractor and the City. The Contractor shall be the beneficial owner of any securities substituted for moneys withheld and shall receive any interest thereon. CITY OF CUPMM40 o- - 3 By: mc�K Date: (� 9 City Clerk Published: October 28, 1993 Page 2 of 2 BID PROPOSAL QUI`fiAC'MAL JANMORIAL SERVICE PROJDI''r 94-101 TD: Tim DIRECIfOR OF PUBLIC WMM, CITY OF CUPERTIM, STATE OF CALIFuwIA Dear Sir: In ocupliance with the plans and Specifications for the work of the Contractual Janitorial Service in the City of Cupertino, Project 94-101, the undersigned, hereby declare that I have read the proposal requirements, visited the sites, attended the mandatory pre-bid meeting and examined the Specifications. I, the undersigned, hereby propose to do all work required to ccuplete the work in acoordance with the Plans and Specifications for the pricers set forth in the following schedule. I further understand that said prices include all costs including, but not limited to, local state and federal taxes, and transportation cats. I, the undersigned, also understand that the quantities shown below are estimates only, being given as a basis for comparison of bids. Zhe City Of Cupertino does not state that the actual amount of work will cctrespond but reserves the right to increase or decrease the amount of any class or Portion of the work or to omit items or portions of the work deemed unnecessary by the Engineer. The City of Cupertino reserves the right to unilaterally determi-te and award the contract to any qualified bidder based on the most advantageous proposal, to reject any or all bids or to waive any irregularities in the procedures. The work to be done consists of furnishing all labor, methods of process, tools, machinery and material required to omplete the Contractual Janitorial Service Project 94-101 as des,=ibed in the Special Provisions. I, the undersigned, shall diligently prosecute the work to ccupletion as scheduled. I further understand that I shall pay to the City of Cupertino the unit cost per service for any and all services not performed as scheduled and one hundred fifty dollars ($150.00) per day, for each and every time services are not ccupleted within the required times as specif ied. Bid Proposal Page 1 of 32 The bid prices for this project shall be as oitl.ined below: BASE BID: i. City Hall administration Building: unit Prime Bid: $ 2 L. 1 per aroaYt'.t1 x 12 = $ Ger year 2. t1pertino Library: Unit Price Bid: $ ``; ,.7 per month x 12 = $ q per year 3. Portal Park Recreation Building: Unit Price Bid: $ i r �l.'`� per month x 12 = per Year 4. Senior Citizens Center: _ Unit Price Bid: $;, `I per month x 12 = $17.%l;, per year 5. McClellan Ranch Main Building and Museum: Unit Price Bid: $ u, ;; per month x 12 = $ % ` �.!� .�`, �` per year 6. Service Center: Unit Price Bid: $ J. per month x 12 = per year 7. Monta Vista Park Building Unit price Bid: $: ? _, per month x 12 = $ f!� .?` -�per Year 8. Blackberry Farm Rest Room & Office Building Facilities: Unit Price Bid: $ `7 ) .�, r�per month x 12 = $_L,_Z M per year 9. Quinlan Ccmmuiity Center Building Unit Price Bid: $ per month x 12 = $ r ,CO�er year TOTAL BASE BID: per year Bid Proposal Page 2 of 32 SERVICE UNIT OOSr PER OCCLWM4CE FUR CITY HAIL AEFUN19MTION BUIMD4G 10300 TORRE AVENUE The following services are to be performed after 12:00 a.m. and before 7:00 a.m., five (5) days a week, Monday through Friday. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per o==vnce. A. DAILY SERVICES: 1. Dust mop all tile floors and stairs to lower level. $ /per day 2. Sweep all door gnats, both inside and ouside. $ 4 /per day 3. Vacuum all carpeted areas upper and lower levels. Spot clean daily. $ /per day 4. Fill all soap, towel and paper dispensers using materials furnished by the contractor. Emergency supplies of soap, towels and toilet tissues shall be stored at this location. $ ' _:�, /per day 5. Empty and clean thoroughly all ash trays directly outside building doors. Eb -.l and clean all other waste and recyclable receptacles. Trash receptacles at desks are split uTto recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 7 /per day 6. Scrub and disinfect all sinks, commodes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers, and clean mirrors. Replace urinal deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. $ ,1 4 /per day 7. Clean counter top, stave, outside of refrigerator, microwave (inside & out) , coffee area, tables and sink in employees lunch area. $ /per day 8. Dust all furniture (except desks) including file cabinets, work tables, upper binder bins in cubicles, counters, window sills, telephones, and etc. $ C C" /Per clay 9. Clean main lobby and council chamber including podium, counters, wood doors and glass doors and wood trim of fingerprints and sedges. $ :r t '' /per day 10. Clean and polish drinking fountains thoroughly. $ ,7. C'C' /per day 11. Clean floor, metal walls and railings in elevator. $ �. c" �' /P� day Proposal Page 3 of 32 12. All interior doors shall be closed and locked as required, And lights tarred off upon leaving offices after cleaning. $ /per day i 13. Wash main lobby and aWloyeeIs doors (upper and laver levels) . $ /per day 14. Site Supervisor must speak and read English and be at site at all. times. $ ` .4 �' /per day 15. Secure all exit doors and set alarm system _ when leaving building. $ try /per day B. WEEKLY SERVICES 1. Wet mop, wax all tile floors. S_ C /For useelc 2. Clean door kick plates and hardware with brass cleaner. $ Y} �,?� c /per week 3. Vacuum all cloth chairs throughout building $ f /per week 4. Clean and maintain the janitorial roan including sink, walls, and floor. $ `,a � (' /per week 5. Janitorial service mist meet with a facility representative during city work hours once a week. $ I -� �' /per week 6. Clean grout on all bathroom ceramic tile. (Floors, walls, counters and sinks, etc.) $ c r /per week C. SEMI--MrMY SERVICES 1. Wash all walls, floors, stall partitions and doors in rest rooms using a disinfectant detergent. $ }: c /semi-irro. 2. Clean all rubber base molding of dirt aryl wax. 3. Wash main lobby windows. $ c C /semi mo. D. MOMILY SERVICES: 1. Spot clean all doors, frames, and walls (only washable walls) on both levels. $ , � j,L Cr' /per mo. 2. Strip and rewax all bathroom the floors, not the edging or stairs. $ /per mo. 3. Clean top of all HVAC ducts and light fixtures on lower level. $ C' C r /per mo. 4. Dust heat registers and air vents and door louvers in all areas. $ , ` CC, /per mo. Bid Proposal Page 4 of 32 E. SLY SERVICES 1. Nash all interior and exterior wi.rdows inside and out, vacuL= drapes and clean venetian blinds. $ /per qtr. F. ANNUAL SERVICES 1. In December, remove or open all plastic light covers (not plastic lens) and chrome refractors and clean thoroughly of bugs and dirk. $ ; r` . /annual 2. In Deoember, vacuum all cloth partitions. $ c /annual 3. Dry clean all carpets (date to be determined by City.) $ T"L ,`e x /annual G. SUPPLIES I. Paper towels equal to 389-H James River ry Multifold. $ £� c /per mo. 2. Paper towels equal to 951 Crown Chiffon, 2-ply roll. $ .i �` /Per mo. 3. Toilet paper equal to Crown-Soft Plus roll tissues. $ ; �. ''" /per mo. 4. Disposable toilet seat covers—flat pack-250 count, equal to 46-SC James River. $ ,� -(` /per mo. 5. Pink liquid soap. (Mild Ai alive) $ /pPX mo. 6. Head and body shampoo $ S > tc /per mo. 7. 410 Sanitary Napkins $ c` /per mo. 8. Tampons $ a. ; /per mo. 9. Urinal Screens $_ . , i° /per mo. 10. Plastic Trashliners $ ,',-? c'r /per mo. H. BUIIDING SIZE 1. City Hall (main floor) 11,520 Sq.Ft. 2. City Rall (terrace level) 8,300 Sq.Ft. Bid Proposal Page 5 of 32 SERVICE UNIT COST PER 00CYJRRENCE FilR CUPERTII10 MERARY BUIMING-10400 ZXARE AVENUE The following services are to be performed after 10:00 p.m. and before 6:00 a.m., six (6) days a week on Today, Wednesday, They, Friday, Saturday and Sunday. Floor the purpose of deducting cost for services not rendered, the following is a list of service and the unit cost per occurrence. No work will be required in the main c .,er roam. A. DAILY SERVICES I. Dust map and wet mop all ceramic, tile and concrete stays. $ /per day I � 2. Sweep all door mats, both inside and outside, when needed. $ /per day 3. Vacuum all carpeted areas on all levels. Spot clean daily (except main ate' roam) • $ /per day 4. Fill all soap, towel, and paper dispensers using materials furnished by the contractor (except for soap and paper products supplied by library) . Emergency supplies of soap, towels and toilet tissues shall be stored at this location. $ /per day 5. Empty airs clean thoroughly all ash trays directly outside building doors. EgPty and clean all other waste and recyclable receptacles. Trash receptacles at desks axe split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. Put plastic liner in the trash receptacle in the staff lunchrom. $ 7 /P day6. Scrub and disinfect all sinks, commodes and urinals. Pcp floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinal deodorant screens, when needed. Remove graffiti from walls. $ ,' /per day 7. Clean counter top, stove and sink in employees lunch area. $ , ;__/per day S. Clean main lobby including glass doors, wood trim, counter of fingerprints and smudges. $ i /per day 9. Clean and disinfect driNdM, fountains thoroughly. $ `; t" /per day 10. Vacuum floor and clean walls and railings in elevators. $ l > /per day Bid Proposal Page 6 of 32 A. DAILY SERVICES (continued) 11. Clean all doors of fingerprints and smudges. $ /Per day 12. Sweep around outside of building, including porch, stairs and patio and clean handrails. $ ,'. /per day 13. Site Supervisor must speak and read English and be at the site at all times. the Supervisor must carry a beeper paging system. $ `: % - Jper day 14. All doors shall be closed, locked, lights turned off and decked upon leaving offices that have been cleaned, especially two (2) fire doors at bottom of each stairway and the comauiity room door at terrace; level hallway must be kept closed and locked for security reasons. $ /per day 15. Before leaving building secure all exit doors, and set alarm. $ /per day B. WEEKLY SERVICES 1. Dust all furniture (except desks) including file cabinets, microfilm readers, periodical racks, work tables, counters, chairs, window sills, door frames, telephone, etc., using treated dust cloths. Work surfaces shall be thoroughly cleaned of all marks, fingerprints, etc., when _ required. $ 2 ', . f` /per week 2. Clean door kick plates and hardware with brass cleaner. $ /per week 3. Vacuum all cloth chairs throughout building. $ > . %,� /per week 4. Clean all metal and wood railings and remove graffiti, especially between floor in public areas. $ .u_ .f :; /per week 5. Dust heat registers and door louvers in all _ areas. $ , £t /per week 6. Clean and maintain the janitorial room including sink, walls, and floors. $ l ; t' /per week 7. Wet mop concrete stairs. $ r; 5 ,�- Jper week 8. Clean grout between all ceramic tile (wall, ceilings, floors & counter tops). $ — /per week 9. Janitorial Service must meet with a facility representative during City work hours once a week. $ l . : i` /per week. Bid Proposal Page 7 of 32 C. SEM- iLY SERVICE 1. Wash all walls, floors, stall partition's and doors in rest rooms using a disinfectant detergent. $ C C /semi mo. 2. Clean all rubber base molding of dirt and wax. $ ;, t' i /seni no. 3. Wash all door mats. $ r �,1cL_/semi mo- D. N ,Y SERVICES 1. Wash main lobby windows. $ l .`� t_ /per mo. 2. Wash all interior and exterior windows inside and out, and clean Venetian blinds. $ 2 C-37 /Per mo. 3. Spot clean all doors, frames, and walls. $ `� . % /Per mo. E. SEMI-ARIUAL SERVICES 1. Renxwe and clean all register covers and vent _ grills. $ `.� /semi-annual F. ANNUAL SERVICES 1. In Deoember, rive or open all plastic light covers (not plastic lens) and chrceoe refractors and clean thoroughly of bugs and dirt. $ l /' "`,i" C C' /annual 2. Dry clean all carpets (date to be determined by 1 the City) . $�;;J c 1�,t t /annual G. SUPPLIES: Supplied by County and stored on site. $ H. BUILDING SIZE 1. Cupertino Library 37,000 Sq. Ft. Bid Proposal Page 8 of 32 SERVICE UNrr OOST PER 00CLUUMCE FOR PCO'AL PAM JUMMAM 3 EIIIIDI NG The following services are to be performed after 11:oo p.m. and before 6:00 a.m., three (3) days a week, on Tuesday, Thursday, and Sunday. For the purpose of deducting cost for services not rendered., the following is a list of services and the unit cost per occurrence. A. DAILY SERVICES 1. Vacuum► entrance mats. $ n, t" /per day 2. Dust mop and wet map all tile floors. $ �_ ,. ) ,: /pFs day 3. Empty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ C /per day I ' 4. Dust all furniture including _counter tops, window sills, wooden bwxdles, baseboards, etc. $ ;- -? /per day 5. Scrub sink, clean outside of refrigerator, a mntPr tops, and stove top. $ ; C /per day 6. Clean play tables, sides and top of dirt and fingerprints. $ C `' /per day 7. Site Supervisor must speak and read English and be at the site at all times. $ -7� �' CJper day 8. Secure all exit doors when leaving building. $ � . > C /per day B. WEEKLY SERVICES 1. Spot clean all walls, doors and door frames for fingerprints and smudges. $ `, :,.- /per wok 2. Buff all the floors. $ J G` �- /per week 3. Janitorial Service must meet with a facility representative during City work hours once a week. $ r. ? , /per week C. MMHLY SERVICES 1. Wet mop, wax and buff all file floors. $ / /per no. 2. Strip and rewax all file floors. $, jf;C S-/per mo. Bid Proposal Page 9 of 32 i D. Y SERVICES 1. Wash all windows inside and out. $_3 /per qtr E. ANNUAL, SERVICES 1. In December, remove all plastic light covers and clean thoroughly of bugs and dirt. $ 1 y `i ,-/annual 2. Wash thoroughly and disinfect all table tops, ilegs and d k-tirs. $ �� `t I .�/annual F. SUPPMES 1. Paper towels 389 H James River Multifold in kitchen. $ L'C" /per im. 2. Plastic trashliners. $ `�, C(" /per mo. G. BUILDING SIZE 1. Portal Park Recreation Building. 1,308 Sq.Ft. Bid Proposal page 10 of 32 SEWICE Q= CIOS'T PER OCC.i]HFWCE FUR SENIOR CITIZENS GERM ON STEVENS CREW BOEMEVARD The following services shall be performed after 1:00 a.m. and before 7:00 a.m., six (6) days a week, on Monday through F-riday and Sunday. Fbr the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrerx3e. A. DAILY SERVICES 1. Clean brass, windows and door knobs on all entrance doors. $ /per day 2. Dust map then wet mop all tile & linoleum floors. $ ; . /per day 3. Dust and clean all furniture including cabinets, counter taps, tables and window sills, etc. $ ' r /per day 4. Ehpty and clean thoroughly all ash trays directly outside building doors. Ehpty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyciables are to be kept separate and placed in the proper location for disposal. $ j:_ /per day 5. Scrub and disinfect all sinks, ccmrcdes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace rim hugger deodorant in toilet bowls and urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towel in dispensers. $ /per day 6. Scnib kitchen sink and clean outside of refrigerator, freezer, stove top, dishwasher, ice machine, kitchen appliances and all tile counters. $ /per day 7. Vacuum and spot clean carpets. S '- `� /per day 8. Eh exgency supplies of soaps, towels, trash liners and toilet tissue shall be stored at this location. In addition, fill all soap and paper cr towel dispensers. $ . �C /per day 9. Site Supervisor must speak and read English and be at the site at all times. $ 5 . ic' /per day 10. Before leaving building segue all exit doors and L ( /per day set alarm. Bid Proposal Page 11 of 32 B. WEEKLY SERVICES 1. Spat clean all walls and doors for fingerprints and saeudges. $_ . .1 -'? /per Lek 2. Move furniture and wet map and buff all tile and linoleum floors. t /per week 3. Janitorial Service must meet with a facility representative during City work hours once a week. $ _ _ (- /per week 4. Clean all tile grout in rest ram. $ i.2 . J /per wax C. MORMY SERVICES 1. Wet map all tile floors. $ ? � , t �' /Per mo. 2. Use grout cleaner an kitchen tile. /pep m0. 3. Vacuum all cloth chairs. $ /per mo. 4. Clean all air vents. $ 7• t` l /Per mo.. D. WARITFLY SERVICES (dates determined by City) 1. Wash all windows inside and out. $ •�.r /per quarter 2. Clean and wax wood kitchen cabinets, desks, lobby coffee table and all wooden doors. $ per quarter E. SEMI AN[3CTAL SERVICES 1. Strip and rewax all tile and linoleum. S. : t /semi-annual 2. Wash thoroughly and disinfect all tables and 1 chairs. $ 2_�/semi-annual 3, wet map, strip and rewax all tile floors (move furniture) . $ ? , C( /semi-annual F. ANNUAL SERVICES 1. In January, remove all light covers and clean. $ ? -'*_'_,CC /annual 2. Dry clean all carpets. (Date to be determined by the City) $ a ( CC /annual 3. One general daily cleaning performed during the daytime hours. (Date to be determined by the City.) $ , {< /annual G. SUPPLIES 1. Paper towels equal to 389-H James River Multifeld. $ .`' t' /per mo. Bid Proposal Page 12 of 32 G. SUPPLIES continued 2. Toilet paper equal to Chan-Soft Plus roll tip. $ rl i . r' r /per mo. 3. Disposable toilet seat anmrs—flat pack 250 mart, 46-SC Janes River. $ ) C c /Per too. 4. Pink liquid soap. (Auld Abrasive) $ , C , C C /per mo. 5. Plastic trashliners. $ I _7 t i /P8r mo. 6. 9112 Ida Pro lotion soap $ . 0 C /per mo. 7. Urinal Screens $ f y /per mo. H. BUIMING SIZE 5,963 Sq. Ft. 1. Senior Citizen's Oenter. Bid Proposal Page 13 of 32 SERVICE iWI'T OD6T PER OCCUMU24CE FCR 14CMELIAN RAN4i MAIN BUILDING AND MUSELIM The following services are to be performed after 1:00 a.m. and before 6:00 a.m., three (3) days a week, an Tuesday, nun-sday and Sunday. For the purpose of deducting cast for services not rendered, the following is a list of services and the unit cost per occurrence. A. DAILY SERVICES 1. Dust mop all the floors (both levels) . $ /per day 2. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal' $ ' /per day 3. Dust all furniture including counter tops, file cabinets, window sills, stair railings, etc. (except desks) . $ /Per day 4. Scrub and disinfect all sinks, cc ummdes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinals deodorant screens, when no-leded. Replenish soap, toilet paper and paper towels in dispensers. $ ./per day 5. Scrub kitchen sink, clean counter, outside of refrigerator and stove top. $ - /per day 6. Vacuum and spot clean carpets. $ `I /per day 7. Emergency supply of soap, toilet tissue and paper Products will be stored at this location. $ ; /per day 8. Site Supervisor must speak and read English and must be at the site at all times. $ /per day 9. Before leaving building secure all exit doors and set alarm. $ /per. day B. WEEKLY SERVICES 1. Wet mop and buff all tile floors on both levels. $_ '--/per week 2. Janitorial service must meet with a facility representative during City work hours once a week. $ �' /per week Bid Proposal Page 14 of 32 C. N9 WINLY SERVICES 1. Spot clean all walls, doors and door frames for fingerprints and smudges. $ C /per mo. 2. Strip and rewax all file floors. $ ) ,x� . C` /per mo. D. QUiR1EFtLY SERVICES 1. Walsh all windows inside and out. E. ANNLML SERVICES 1. In Deoember, remove all light covers ca. "-ith levels and clean. $ j ,.,r /Per annual 2. Dry clean all carpets (date to be determined by city) . /Per annual F. SUPPLIES 1. Paper towels equal to 389 H James River Pfultifold. $ i /Per mo. 2. Zbilet paper equal to Crown-Soft Plus roll tissue. $ /per mo. 3. Plastic trashliners. $ 5 . �> . /Per mo. G. BUILDING SIZE 1. Administratian Building 2,124 Sq.Ft. Bid Proposal Page 15 of 32 1 SE WICE W_rT COST PER CXnWG FNCE 1FCR MUSEJ14/STORAGE - MOC,EL1AAi RANCH PARK The following services are to be performed after 1:00 a.m. and before 6:00 a.m., three (3) days a week, on Tuesday, Thursday and Sunday. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per �. r : rA. DAILY SERVICES 1. Dust map all tile floors without disturbing animal cages. $ r' /Per day 2. Empty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for rdisposal. $ ./per day 3. Scrub both sinks, clean counters and outside of refrigerator. $ }.�, ` /per day r4. Supply of soap and paper products stored at McClellan Main Building. $ ;,/, C C /per day 5. Site Supervisor must sTeak and read English and be at the site at all tines. $ > c /per day 6. Before leaving building s xmre all exit doors. $ ,� , t /per day B. WM<LY SERVICES r1. Wet mop and buff all tile floors. /per week 2. Janitorial Service mast meet with a facility representative during City work hours once a week. $ /per week C. NON'IMY SERVICES 1. Spot clean all walls, doors and door frame for rfingerprints and saaxiges. $ /per no. D. QUA ZETMY SERVICES r1. Wash all windows inside and outside. $ /per quarter 2. Strip and rewax all tile floors. $ I.i Cam' /per quarter 1 Bid. Proposal Page 16 of 32 r E. ANNUAL SERVICES 1. In Deceider, remove all plastic lid Ouvers and clean. $ F. MIMING SIZE 1. Pam►/Stage. 945 Sq. Ft. Bid Proposal Page 17 of 32 SERVICE UNIT OAST PER OCC1U1U NCE FUR SERVICE CEO--M M AVENUE The followi g services are to be performed after 10:00 p.m. and before 6:00 a.m., five (5) days a week, Sunday through Thursday. For the purpose of deducting cast for services not rendered, the following is a list of services and the unit cost per occurrence. A. DAMY SERVICES I. Wet mop all tile floors. $ /per day 2. Clean and buff to a higt, shine ceramic the in entry way. $ 7 /per day 3. Dust all furniture including enter taps, table tops, cabinets, window sills, Venetian blinds, etc. $ ,` � /per day 4. Scrub kitchen sink, clean outside of refrigerator, enters, stove top and tables. $ /per daY. 5. Scrub and disinfect sinks, ccumodes, and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe miners. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. Wash rubber mats in men's rest roan. $ C , /per day 6. Clean sliding glass windows in lobby office area and front and rear of entrance doors. $ /per day 7. Supplies of soap, towels and toilet tissues to be stored at this location. $ .,:' ,�. ;' _ /per clay 8. Site Supervisor must speak and read English and be at the site at all times. $ C /per day 1. Before leaving building secure all exit doors and set alarm. $ /per day 10. ftpty and clean thoroughly all ash trays directly outside building doors. IIt3ty and clean all other waste and recyclable reoeptaclas. Wash rtacepiCacles at desks are split into recyclable and nwvvcyclable trash. Therefore, waste and recyclables are to be kept: separate and placed in the proper location for disposal. $ � ( /per day B. WEEKLY SERVICES 1. Buff all tile floors, move furniture while buffing to clean under furniture. $ /per week Bid Proposal Page 18 of 32 B. WEEKLY SERVICES (contimied) $ /per meek 2. Spot clean all walls, doors and door frames for fingerprints and mudges. 3. Clean janitorial rem including walls and floor. S cc -/Per week 4. Janitorial Service must meet with a facility r amsentative during City work hours once a /per week week. 5. Clean shower ceramic tile in bathrmcm. $ � /per week C. MOMMY SERVICES 1. Clean door kick and hand plates with brass cleaner. $ r c /per mo. 2. Vacuum all cloth chairs. $ 7 ' [ /per no. D. QLg1R!'F32LY SEWICES 1. Wash all windows, inside and outside. Sli -4per quarter E. SEMI-ANNUAL SERVICES 1. Strip and rewax all the floors. All baseboards are to be free of wax. Move furniture when Meting this service. $, /semi-annual F. ANNUAL SERVICES 1. In March, remove all light covers and clean, including light fixtures. /annual G. SLSPMES 1. Paper towels equal to 389-H James River Multifold. $ .'�!% /per ro- 2. Zbiettissues. paper equal to Crown-Soft Plus roll $ [" -/Per mo. 3. Disposable toilet seat covers—flat pack--250 vaunt, 46-SC James River. $ C C /per mo. 4. Paper towels equal to 951 Crown Chiffon 12 ply roll. $ /per mo. 5. Pink hw d soap. $CC_/pe no. 1 6. 9112 Derma Pro lotion soap. $ S,S" ( C /per mo. 7. Head and body shampoo. $ SL-, C�,, /per mo. Bid Proposal Page 19 of 32 G. SUPKZES (o ntimied) iS. 4" sa nitarY napkins- S � C� /per mo. 9. Tampow. c' C /per mo. lo. Plastic trashliners. S f t /Per mo- H. BUIMING SIZE ® 1. Service Oenter 7,500 Sq.Ft.. i 1 t 1 �i 1 1 1 1 ; 1 Hid Proposal page 20 of 32 a SERVICE WIT COST PER SCE FICR NEPTI'A VISTA PARK Rk'XMTIC1 CENTER The following services are to be performed after 1:00 a.m- and before 6:00 a.m., five (5) days a week, on Monday, Tuesday, Thursday, Friday and Sunday. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost Per oco rrennce. A. DAILY SERVICES 1. Dust mop tile floor in kitchen and hallway. $ /per day 2. Vacuum and spot clean carpets. $ f_ /per day 3. Enrpty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and norxecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. S /per day 4. scrub kitchen sink, clean outside of refrigerator, couz-ter tops and stove top. $ `, /per day 5. Scrub and disinfect all sinks, cedes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors and mirrored wall. Replaoe urinals deodorant screens, when needed. Replenish soap toilet paper and paper towels in dispensers. $ /pe day 6. Emergency supplies of soap, towels and toilet tissues will be stored at this location. $ T, ' /per day 7. Site Supervisor must speak and road English and be at the site at all times. $ ` ' r' /per day 8. Before leaving building, secure all exit doors. $ /per day E. WEEKLY SERVICES I. Wet mop and buff all tile floors. $ /per week 2. Dust window sills and counters. $ 1., t. /per week 3. Janitorial Service must meet with a facility representative during City work hours onnoe a week. $ /per week C. NfJMHLY SERVICES 1. Spot clean all walls for fingerprints and Bid Proposal Page 21 of 32 C. MWIMY SMMCLS ( ) 2. Strip and r 4ax a.il the floors. $ ;_ ;' f /per mo. D. ZMjMW SMaCFS 1. Whsh all wirers, inside and outside. /per quarter E. ANNUAL, SERVICES 1. In December, remove all light covers and clean. $ ', . r c /mil rh , 2. Dry clean all Carpets. (date to be determined by City) $ _ /(4 . �' /annual F. SUPPLIES 1. Paper towels equal to 389-H James River Multifold. $ 7 (�.. C' { /per mo. 2. Toilet paper equal to Cram-Soft Plus roll tissues. $ /Per mo. 3. Pink liquid Soap. (mild abrasive) $ , .7 ,`- /per mo. 4. Disposable toilet seat oovers - flat pack - 250 _ count, 46-SC James River. $ ,2 5. ( /per mo. 5. 4" Sanitary Napkins. $ /a �T- /per mo, 6. Tarpons $ /Per mo. 7. Plastic trashlirwxs $ ,� C,. -c. /per mo. BUIIDING SIZE. 10,354 Sq.Ft. 1. Monta Vista Park Recreation Renter 2. Monta Vista Park Building 2,970 Sq.Ft. i f 1 1 Bid Proposal Page 22 of 32 SERVICE aosr PER OCCLM MCE FCR BIAtIMURY FAM4 REST ROOMS AND OFFICE BUILDING The following services are to be performed at the restrtxxm in the recreation and pool area 110 days between the months of May to September. The dates will be determined by the City. The following services are to be performed at the Golf Course Pro Shop restrocus three (3) days a week on Wednesday, Friday and Sunday, all year. The following services are to be performed at the Office Building at the entrance to Blackberry Farm recreation area one (1) day a week on Wednesday, all year. All services are to be performed after 10:00 p.m. and before 6:00 a.m. For the purpose of deducting cost for services rat rendered, the following is a list of services and the unit cost per occurrence. REST ROM A. DAILY SERVICES I. Scrub and disinfect all sinks, com-cdes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinal deodorant screens, when needed. Remove graffiti from $ /per day walls. 2. Enpty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are be kept separate and placed in the proper location for disposal. $ `._ ;. /Per day B. SUPPLIES - Provided by City and stored on site. OFFICE E IIDE G A. DAILY SERVICES 1. Vacuum all carpeted areas. Spot clean daily. $ `, C /per day 2. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split. into recyclable and r=wecyclable trash. Therefore„ waste and recyclables are to be kept separate and placed in the proper location for disposal. $ > ') /Per day3. Vacuum all cloth chairs throughout building. $ 5 �� /per day 4. Secure all exit doors when leaving building. $ ! C c: /Per day Bid Proposal Page 23 of 32 FARMxwmom & OFFICE M=D G (contiraaied) A. DAM SERVICES ( ) �. !rt C 5. Dust all offices and window sills, etc. $ /per day 6. Clean all cmmtnr tops. $ '� , .J. . /per day B. MMUMY SERVICES: 1. waste all windows inside and out. $ l p C C /per mo• C. BLtIIAING SIZE: 1. Office size 275 Sq. Ft. O Bid Proposal Page 24 of 32 SERVICE UNIT COST PER OCG WMXE i FM QUOLAN CCMWJNTTY CRIM Cad STELLI G ROAD The following services shall be performed after 11:00 p.m. and before 7:00 a.m., seven (7) days a week, on Monday thr ou h Sunday. Fbr the purpose of deducting cost for services not rendered, the following is a list of all services and the unit cost per occurrence. A. DAILY SERVICES 1. Clean bass, windows and doorknobs on all entrance doors. $ ' ' " /per day 2. Dust Map then wet mop all tile floors. /per day 3. Dust Mop all hardwood floors throughout. $ r ? 5 /per day 4. Dust all furniture including cabinets, counter taps and window sills, etc. $ �, C /per day S. Ehpty and clean thoroughly all ashtrays directly outside building doors. nrpty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ !. C Jper day C. Scrub sinks, and clean outside of refrigerators, freezer, stove tops, dishwasher, ice machine, all counters. sweep, mop and scrub floors and polish all chrome in all three (3) kitchens. $ /per day 7. Vacuum and spot clean carpets and couches. $ c t /per day 8. Scrub and disinfect sinks, ccumrodes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. Polish all chrc ue dispensers. $ r(. ? ;- /per day 9. Emergency supplies of soaps, towels, tyrosinases and toilet tissue shall be stored in this location. $ ? if, 'c /per day 10. Clean all tables, counter tops and chairs. $ ' CC /per day 11. Site Supervisor must speak and read English and be at the site at all times. $ S, r /per day 12. Before leaving building secure all exit doors _ and set alarm. $ /per day Bid Proposal Page 25 of 32 93-038 CONTRACTUAL JANITORIAL SERV. 6 of 9 PROJECT 94-101 QtTMM =41NM GERM (continued) E. WEEKLY SERVICES 1. Spot clean all walls and doors for fingerprints and $ '- C /per wk. 2. Move furniture and wet map and buff all tile floors. $ /per wk. 3. Use grout cleaner on bathroom tiles. $ c C /per wk, i4. Janitorial Service must meet with a facility representative during City hours once a week. $ > : ' .� r. /fix wk. 5. Sweep, damp map and polish all hardwood floors (not ) • $ ] c� C /per wk. C. MIMMY SERVICES 1. Wet mop, strip and rewax all vinyl floors. $ C I /per mo. 2. Clear, all air vents. $ c C- /per mo. D. "MTRLY SERVICES (January/April/July/October) 1. Wash all windows inside and out 8 ft, and under. $ ? l ,t" C/pe qtr. 2. Wet mop, strip and reseal all tile floors. $ ;`, ` /per qtr. E. SPU ANNUAL SERVICES (January/June) 1. Wash thorcughll and disinfect all tables and chairs (upholstery and plastic.) $ /�/semi-an. 2. Wash windows 8 ft. and above. $ 5 �-" - /semi-an. 3. Clean all hanging light fixtures. $ 't 1' /semi-an. Remove all light covers throughout building _ and clean. $ rl ),L c' /semi-an. 5. Dry clean all carpets. (Dates to be determiTv4 by the City.) $ ;'C'C �'�` /semi-an. 6. Sweep, daup mot-, and polish hardwood floors in M11W.an. $ C'. `' /semi-an. F. SUPPLIES 1. Paper towels equal to 389-H James River ® Mltifold. $ . J . r C /per mo. �I 2. Thilet paper equal to Crown-Soft Plus roll tissues. $���;_/per mo. Bid Proposal Page 26 of 32 F. SUPPLIES (Conlin 3. Digposable toilet seat Cowers—flat pack-250 $,!(.mac (jper no. Count, 46-W Jam River. 4. Pink liquid soap (mild abrasive) . $ `� .Z, L c/per rw- 5. 461 Sanitary napkins $ j ' -C /pp-r no. 7. Urinal screens $ `?L1, c' C /Per no. 8. Plastic trashlaner s $ 5, c' C Jper mo. G. BUIMING SIZE 1. Quinlan C mmnity Center. 27,135 Sq. Ft. i Bid Pr Msal Page 27 of 32 I, the undersigned agree that if this proposal is accepted, I will enter into a contract with the City of C44)ertim to provide allnecessary macunezy, tools, apparatus, and other service to do all the work specified in the contract in the manner and time specified. I, the undersigned declare that this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair, and without collusion or fraud. I, the undersigned recognize that the Director of Public Works of the City of Cupertino will reserve the right to establish the priority of one job over another and each starting date where conflict of service schedules oxur. Attached hereto is the required certified check or bid bond in the amount of $aZ � .�-Z- as required by law and the Notice to Bidders. (10% of bid amount) Bid Prapcsal Page 28 of 32 B-MER QLVUAF'Ic4noN Fri ® In further amplianos with the specifications furnished, the undersigned wl subnits the following €.tans as to his a ienoe and to his qualifications as a part of this peal, and the truthfuilx and utteranoe of the information is hereby guaranteed. (1) Howe mangy- years has your organisation been in business under its present naue? (2) FSow many years experience in work ale with that required under the proposed oantract has your organization had by this or any other name? (3) Contractor's Lim No. !ht 3 a ? State of California, Massification 3L .j q 6 Fbcpiration Date:;it. e 30. /?I IY (4) List work similar in character to that required in 1 the proposed contract which your organization or personnel in your organization has completed within the past three (3) years. Year Class, Location of Work and for Whom Performed Contract Auxxmt 11 s. Sir---- 4a�, L cl Bid Proposal Page 29 of 32 Name of if any (Section 4104, Goverrunent Oode) 1. 2. 3. 4. 5. 6 Adds if Sbap or Office of (Section 4104, Go,� Code) 1. a. 3. 4. 5. 6. Work to be Performed by Sub-CmT ractors (Section 4104, Government Oode) 1. 2. 3. 4. 5. 6. Hid Prqposal Page 30 of 32 F�' r a7t rya • 90300'Torte Ague P:+¢. aKSl �n so,CA 954.14.3255 Cupt tiro,CA�J".�►�3-056b Cu > � P :. . (408)2524505 FAX:(408)252-0353 ADDENDUM NO. 1 F w` CON1RACIUAL JAMTOWAL SERVICE PROJECT 94-101 RID OPENING: NOVOSER 9,1993 fi >;• 2.00 P.M. . r The requirement far the Contractor to pay prevailing rate of per them wage is not required. The State of California, Department of Industrial Relations,. D,,, sion of Labor' Statistics Research does not have a prevailing wage rite for Janitorial service workers. _ fg . F . Please indicate reeei pt of this addendum ore.the_iust page.of the proposal: F lure to tl snay,iraa�se refection`ofyour bid. Y APPROVED BY: City f Cu o ern J. l vt irector of ublic Works L1 c y c Rx" "` aM v � I q,� .+ ,sP��y�ms�� t t s `raJ kr zt• i .y i '�.��44�4t,�� '.ak". S' � %�i S �. Xt4Q cv_ �. y-.•..M� i* L k F yy-. inVx.:' �' r,, rs • ..i.> 1)19 ^1J�:'J91V' '� �,.�y.y r- y• i• r• r eia:• � r •;•r�-•r , ,ry,y, t +. : �ray 1 � � .r •;-• i• �_, •�� �, � r � t : �� _�� r � t Il y' r - I• .1 . .1a _ r � . Y NCHOOLUZION AF FMAVIT TD BE EXBCUr D BY BIDDFIt AND SUMMED WrM BID State of California ss. County of being first duly mworn, deposes and says that he or she rs of the party soaking the forego b that the b d is not maven lthe t of, or on behalf of, any wmdisclosed person, Parb' P► any► association, organization, or corporation; that the bid is genuine and riot collusive or sham; that the bidder has not directly or indirectly induced or solicited arry other bidder to put in a false cr sham bid, and has not directly or indirectly clamed, mired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in a r y mwrer, directly or indirectly, sought by agreement, caeamunicatiem, or conference with anyone to fiat the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interest in the primed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, sukmitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, coupany association, organization, bid depositary, or to any member or agent thereof to effectuate a collusive or sham bid. Name and Signature of Bidder: (Print) Date: i Bid Proposal Page 32 of 32 EWEN- B. GENEPAL PRVISIONS 1. ADOPTICN OF SMMABD SPBCIFICATIONS By this reference, the Standard Specifications of the State of California, Department of Transportation dated July, 1992 (herein referred to as "Standard SPecif ications") is incorporated and adopter as the Standard Specifications and shall apply together with the modifications anntained herein. 2. HEADINGS AND CI=CNS The section and other headings and citations to the State Standard Specifications are inserted solely as a matter of convenience and are not a part of the City's Standard Specifications. 3. DEFINITIC NS OF TERMS The definitions and terms outlined in Section 1 of the State Standard Specifications shall apply with the following modifications: 1-1.10 "Contractor" means any person or persons, firm, partnership, corporation, or combination thereof as defined in the Standard Specifications and in Section 7026 of the California Business and Professions Code. The term contractor includes stl traactcr and specialty contractor. 1-1.13: "Department" mans the City of Cupertino (hereinafter referred to as "City") . 1-1.15: "Director" means the Director of Public Works or City Engineer, City of Cupertim (i:ereina_fter referred to as "Engineer") . 1-1.18: "Engineer" means the Director of Public Works or City Engine, City of Cupertino, or appointed agent(s) (hereinafter referred to as "Engineer") . 1-1.25: "Laboratory" means the City's approved testing laboratory. 1-1.32: "Proposal Farm" means the form(s) provided by the City and provided ki the Special Provisions of the Project Specifications and upon which the City re* res formal bids be prepared and submitted for the work. 1-1.39: "State" mans the City of Cupertino. 4. PFaSBCUrION AND MMESS OF IHE WORK a. Hazardous Materials If the presex:e of asbestos or hazardous stances is disclosed in the Bid or Contract Documents, the OmAractor, or the Om*xactar's designated Subcontractor, shall be regi.s-tered pursuant to Section 6501.5 of the Labor Code arrA certified in acoordanoe with subdivision (a) of Section 7058.5 of the Busimss and Professions Code. General Provisions page 1 of 15 a. Hazardous Materials (oo!itinued) In the event the Contractor en=u raters on the site asbestos or a hazardous substance that has not been disclosed in the Hid or Contract Doameents, and the asbestos or hazardous substance has not been rendered harmless, the Om*xactor may continue work in unaffected areas reasonably believed to be safe, and shall immediately cease work on the area affected and report the condition to the c!-i-,,-r; or the owner's rotative, or architect in writing. b. Noise Control Grading, construction and demolition activities shall be allowed to exceed the noise limits of Section 10.48.040 of the Cupertino Mini.cipal Code during daytime hours provided that the equipment utilized has high quality noise muffler and abatement devices installed and in good condition and the activity meets one of the following criteria: 1) No individual device produces a noise level more than eighty- nine(89) dBA at a distance of twenty-fivek.:5) feet from said device. 2) Noise levels created do not exceed seventy(70) dBA on any nearby ply ® It is a violation of this chapter to engage in any grading, street ® construction Or underground utility work within seven hundred fifty(750) feet of a residential area on Saturdays, Sundays, Holidays and during the nighttime Period except as provided in Section 10.48.030, emergency exception. Grading, construction or demolition occurring during nighttime periods shall not be allowed unless they meet the nighttime standards Of Section 10.48.040, daytime and nighttime maximm noise levels. C. Progress of the Work The contractor shall begin work within fifteen(15) days after reviving notice that the contract has been approved, or upon receipt of notice to proceed, and shall diligently and continuously prosecute the same to completion within the number of working or calendar days as shown in the Special Provisions. d. Record Drawir�s The Contractor, upon 0OWletion of this project, shall furnish and submit a set of accurate 17raowd Drawing" plans to the Department of public Works. Five(5) sets of "Electrical Schematics" of the traffic signal cabinet and service equipment enclosure shall be provided by the Contractor on projects where traffic signals are constructed or modified in any way. These plans shall show all contract mange order work and all variations i the construction from the plans provided to the Contractor by the City. e. Right of Way The right of way for tip wrn-tt to be constructed will be provided by the City. The Contractor shall mare a�:ang ...nts and pay all expenses for additional area reguired out�ide of the limits of right of way. Gerwral Provisions page 2 of 15 f. Suspension of the Contract If, at any time, the City determines that the Contractor has failed to supply an adequate working force or material of proper quality, has failed in any other respect to prosecute the work with the diligence and force specified and intended in and by the terns of the contract, or has failed to couply with any of the terms of the state Public Contract Code, written notice to correct any such deficiencies shall be served to the Contractor. Should the Contractor neglect or refuse to provide means for a satisfactory cczplianoe with the contract as directed by the Engineer, within the time specified in such notice, the City shall have the power to suspend the operation of the Contractor. Upon receiving notice of such suspension, the Contractor shall discontinue said work, or such parts of it as the City may designate. Upon such suspension, the Contractor's control shall terminate, and thereupon the City of its duly authorized representative may take possession of all or any part of the Contractor's materials, tools, equipment and appliances upon the premises, and use the same for the purpose of completing said contract. The City may employ other parties to carry the contract to omnpletion, employ the nay works, hire equipment, substitute other machinery and materials, purchase the materials for, and buy such additional materials and supplies at the Contractor's expense as may be necessary for the proper conduct of the work and for the ccupletion of the contract. The City may annul and cancel the contract and relet the work or any part thereof. Any excess of cost arising therefrom over and above the contract price will be charged against the Contractor and the Contractor's sureties, who will be liable therefore. In the event of such lion, all money due the Contractor or retained under terms of this contract shall be forfeited to the City. Such forfeiture will not release the Contractor or sureties frar. liability for failure to fulfill the contract. Zhe Contractor and the Contractor's sureties will be cited with the amount of money so forfeited t ward any excess of cost over and above the contract price, arising from the suspension of the operations of the contract and the coupletion of the work by the City as above provided, and the Contractor will be so credited with any surplus remaining after all just claims for such cmpletion have been paid. In the determination of the question whether there has been any such non-ocoplianoe with the contract as to warrant suspension or annulment thereof, the decision of the City Council of the City of Cupertino shall be binding on all parties to the contract. g. Time of Ompletion and Liquidated Damages The work to be performed under this contract shall be completed in aecardmv with Section S, paragraph 4c, above. It is agreed by the parties to the contract that in case all the work called for under the contract, in all parts and requirements, is not finished or cmVleted within the rnm*�Px of days as set forth in the special Provisions, damage will be sustained by the City. It is further agreed that it is and will be impracticable and extrennely difficult to ascertain and determine the actual damage which the City will sustain in the event of or by reason of such delay. It is therefore agreed that the Contractor will pay to the City, the sum set forth in the Special Provisions, per day for each and every day of delay in finishing the work in excess of the number of days prescribed. General Provisions page 3 of 15 Time of Conpletion and Liquidated Damao (oorttun�si� The Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may deduct the an aunt thereof from any monies due or that may become due to the Contractor under the contract. It is further agreed that in case the work called for under the contract is not finished and completed in all parts and requirements within the number of clays specified, the Engineer shall have the right to increase the number of days or not, as may be deemed in the best interest of the City. If the Engineer decides to increase the said number of days, the City shall further have the right to charge to the Contractor, the Contractor's heirs, assigns or sureties the actual cost of engineering, inspection, superintendence, and other overhead expenses which are directly chargeable to the contract, and which accrue duriM the period of such extension. The cost of final surveys and preparation of final estimate shall not be included in such charges. The contractor will be granted an extension of time and will not be assessed with liquidated damages or the cost of engineering and inspection for any portion of the delay in completion of the work beyond the time nameoi in the Special Provisions for the completion of the work caused by acts of God or of three public enemy, fire, floods, tidal waves, , epidemics, quarantine restrictions-, strikes, labor disputes, shortages of materials and freight embargoes, provided, that the Contractor sviall notify the Engineer in writing of the causes of delay within fifteen(15) days from the beginning of any such delay. Me Engineer shall ascertain the facts and the extent of the delay. The Engineer's findings thereon shall be final and conclusive. No extension of time will be granted for a delay caused by a shortage of materials unless the Contractor furnishes to the Engineer documentary proof that every effort has been made to obtain such materials from all known sources within reasonable reach of the work in a diligent and timely manner. Eta-ther proof in the form of supplementary progress schedules, as required in Section 8-1.04 of the State standard specifications ("Progress schedule") , that the inability to obtain such materials when originally planed did in fact cause a delay in the final completion of the entire work, which could not be compensated for by revising the sequence of the Cont-ractor's operations, shall be required. Mie term "shortage of materials," as used in this section, shall apply only to materials, articles, carts or equipment which are standard items and are to be incorporated in �rs work. Zhe terns "shortage of materials," shall not apply to materials, parts, articles or equips which are processed, mace, constructed, fabricated or manufactured to meet the specific requirements of the contract. Gnly the physical shortage of material will be considered under these provisions as a cause for extension of time. Delays in obtaining materials due to priority in filling orders will not constitute a shortage of materials. If the contractor is delayed in completion of the work by reason of changes made under Section 4-1.03 of the State Standard Specifications ("Changes") , or by failure of the City to acquire or clear right of way, or by any act of the City, not eontenplated by the contract, an extension of time eomtnenGurate with the delay in completion of the work thus caused will be granted and the Contractor shall be relieved frcmn any claim for liquidated damages, or eng1neeriM and inspection charges or other penalties for the period covered by such extension of time. General Provisions page 4 of 15 . Time of Ompletion and Liquidated Damages (continued) The Contractor shall notify the Engineer in writing of the causes of 'eelay within f ifteen(15) days from the beginning of any such delay in order .w be relieved of said liquidated damages or other penalties. The Engineer shall ascertain the facts and make findings regarding the extent of delay. The Engineer's findings shall be final and conclusive. Ewept for additional ooapensation provided for in Section 8-1.09 of the State Standard Specifications ("Right of Way Delays") , and except as provided in Public Contract Code Section 7102, the Contractor shall have no claim for damage or compensation for any delay or hindrance. It is the intention of the above provisions that the Contractor shall not be relieved of liability for liquidated damages or engineering and inspection charges for any period of delay in canpletion of the work in excess of that expressly provided for in this section. (See Section 8-1.07.J 5. CONTROL OF THE WORK a. Authority to Deviate from the Approved Plans In addition to the provisions of Section 5-1.03 of the State Standard Specifications, deviations from the approved plans or specifications for the project must be authorized in writing by the Engineer. b. Dust Control The Contractor shall, at all times during construction and until final coupletion and aooeptance, prevent the formation of an air-borne nuisance by oiling, watering with non-potable water, or by other satisfactory method, as required by the Engineer. The Contractor shall treat the site of the work in such a manner that will confine dust particles to the immediate surface of the work. The Contractor shall perform such dust control measure within two(2) hours after notification that the Engineer has determiner) that an air-borne dust nuisance exists. If the Contractor fails to abate the nuisance within two(2) hours, the City of Oapertino may order that dust control measures at the site be done by City personnel and equ.ipuent or by others, and all expenses incurred in the performance of this work shall je charged to the Contractor and paid for by the Contractor. c. Inspection In addition to the provisions of Section 5-1.08 of the State Standard Specifications, the Contractor shall provide, to the Engineer, all information respecting the progress of the project. The Contractor shall also furnish telephone service at all facilities servicing the project. All work done by the Contractor shall be accomplished between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday, or as specified in the Special Provisions, unless authorized in writing by the Engineer. Wherever the Contractor varies the period within the authorized hours during which work is carried on each day, the Contractor shall give due notice to tt:e Engineer, so that proper inspection may be provided. Any work done in the absence of the Engineer will be subject to rejection. General Provisions page 5 of 15 c. Inspection continued Inspection costs for any wank done before 8:00 a.m. or after 5:00 p.m. on a regular work day or on Saturdays, Sundays, or Holidays, shall be paid for by the Contractor at a rate of thirty-five dollars($35.00) per hour, or latest rate approved by the City Council, exert where such work is specifically required by the Special Provisions. Projects financed in whole or in part with state furnds shall be subject to inspection at all times by the State Director of Public Works or the State Agency involved. [See State Standard Specifications Section 5-1.08.) d. Mon mmentation The Contractor shall properly guard, protect and preserve all street and highway monuments, all property corner and property line monuments and all U.S.C. & G. S. momnments in their proper places until their removal is authorized by the Engineer. Any monuments that have been removed without proper authority shall be replaced at the Contractor's expense. e. Samples and Tests The source of supply of each of the materials to be used on the project shall be approved by the Engineer before delivery is started and before such material is used in the work. Representative preliminary samples of the character and quality prescribed shall be submitted by the Contractor or producer of all materials to be used in th3 work for testing or examination as desired by the Engineer. The Contractor shall furnish such samples of materials as are requested by the Fx9ineer, without charge. No materials shall be used until it has been approved by the Engineer. Additional samples may be secured and tested whenever necessary to determine quality of materials. All tests of the materials furnished by the Contractor shall be made in accordance with ccumnly recognized standards of national organizations, and such special methods and tests as are prescribed in the Special Provisions. f. Utilities It L. the Contractor's responsibility to verify the location of all existing utilities. The Contractor shall have all of the utilities, underground mains, and services that may conflict with the project field located. The Contractor shall contact Unclergrout d Services Alert (USA.) forty- eight(48) hours in advance of any work at (800) 642-2444. Due caution shall be exercised to insure that underground irrigation system, Electrical systems, and, other utilities on private property are riot damaged during construction of the project. During excavation, appropriate techniques sha:.l be employed which safeguard all existing utilities and underground facilities. Damage to such utilities and w-dergrrA nd facilities shall be repaired at the Contractor's expense if located by U.S.A. or shown on the plan or notified by project manager. General Provisions page 6 of 15 . Water for Construction Water used in any way for the cxrz ruction of the project shall be imported by the Contractor and shall be non-potable water in tanks clearly marked as such unless specific authorization to deviate has been granted by the Engineer. If authorized by the Engineer, the Contractor may Extract cction water from fire hydrants provided that the Contractor obtains a zmetei from and purchases the water from the water utility that services the area in which the constriction work is located. 6. LEGAL RELATIONS AMID RESPONSIBBILIMES TO THE PUBLIC a. Contractor's Payments Upon request by the City, the Contractor shall submit reasonable evidence that all payrolls, materials, bills and other indebtedness connected with the work have been paid. If any liens against the Contractor for labor or materials furnished hereunder remain unsatisfied after final payment by the City, the Contractor agrees to pay the City all monies that the City may be compelled to pay in discharging such lion, including all costs and a reasonable attorney's fee. b. Iz�emnity Contractor shall indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its officer, employees, agents, and elective and appointive boards, from all claims, losses, damage, including property damage, personal injury, including death, and liability of every kind, nature and description, arising out of or in any way connected with the negligent acts, errors or emissions, or the willful misconduct of the Contractor or any person directly on indirectly employed by, or acting as agent for, Contractor, directly or indirectly related to the provision of any professional services provided hereunder, but not including the sole or active negligence, or the willful misconduct of the City. This indemnification shall extend to claims, losses, damage, injury and liability for injuries occurring after the completion of the aforesaid operations, arising from Contractor's work. Suhmission of insurance certificates or subaission of other proof of compliance with the insurance requirements does not relieve the Contractor fran liability under this indemnification and hold harmless clause. The obligations of this indemnity clause shall apply whether or not such insurance policies have been determined to be applicable to any of such damages or claims for damages. The City does not authorize the impermissible use of any patent or the reproduction of any copyrighted material by the Contractor which exceeds "fair use" in the performance of this Contract. The Contractor is solely responsible for any such infringement. The Contractor shall istkanify the City against and hold it harmless from any and all losses, damage, costs, expenses, and attorney's fees suffered or incvrr+ed as a result of or in connection with and claims or actions based upon infringement or alleged infringement of any patent, copyright, or trade secret, and arising out of the use of the equipment or materials utilized to perform under this Contract or specified by or procured by the Contractor, or out of the processes or actions employed by, or on behalf of, the Contractor in connection with the performanee of this Contract. General Provisions page 7 of 15 b. Indemni contiraxod ty ( ) The Cbnttraetor shall also indenaify the City against and hold it har less from any and all logo, dwage, costs, expenses, and attorn ey's fees suffered or irk on account of any breach by the Contractor, or its employees, eats, or submAxactms, of the aforesaid obligations and covenants, and arty other pr+avisions or covenant of this Contract. c. Insuranoe Before Contractor performs any work at, or prepares or delivers materials to, the site of --anstructicn, Contractor shall furnish certificates of insurance evidencing the foregoing irtsuranoe coverages and such certificates shall provide the name and policy number of each carrier and Policy and that the insuranoe is in force and will riot be cantoeled or modified without thirty(30) days written notice to the City. Contractor shall maintain all of the foregoing, insurance coverages in force until the work under this Qmtract is fully completed. The requirement for carrying the foregoing insurance shall not derogate from the provisions for indemnification of the City by Contractor unrnex this Contract and for the duration of the warranty period. Notwithutanding nor the obligations of Contractor with rat to the foregoing, Contractor shall maintain in full force and effect during the life of this Contract, the following insurance in amounts not less than the amounts specified and issued by a omTpany admitted in California and having a Best's hide Rating of A-Class VII or better. Worker's Ctoapensation Liability. In accordance with the Worker's Coupensation Act of the State of California - $1,000,000 pex occurrence. Public Liability - either Combined single limit of $1.0 million connercial general liability per occurrence; 2.0 million in the or couprehensive general liability; aggregate. including provisions for contractual liability, personal injury, indepen- dent contractors and property damage coverages. Builder's all Risk. Amount equal to 100% of the contract price bid; $25,000 deductible is allowed. Automobile Liability - eagxvhensive Ckrnbined single limit of $500,000.00 covering owned, non-awned and hired per occurrence. automobiles. d. labor Nondiscrimination Attention is directed to the provisions of Section 7-1.01A(4) of the State Standard Specifications, which apply. In addition, the Contractor shall comply with the reoam ended minority and female employment practices of the I Office of Federal Contract Compliance of the United States Department of Labor as established for Santa Clara County. General Provisions Page 8 of 15 e. Prevailing Wages T4ie Contractor shall keep fully informed of all existing and future State and Federal laws and City ordinances and regulations which in any manz- r affect those engaged or employed in the work. The contractor shall conform to the provisions of Sections 7-1.01A and 7-1.01B of the Standard specificaticns. copies of the prevailing rate of per them wages are on file at the office of the Director of Public Works, City of Cupertino. f. Resolution of Construction Claims This section applies to all public works claims of three hundred seventy- five thousand dollars($375,000.00) or less which arise between a contractor and the City. This section shall not apply to any claims resulting from a contract between a contractor and the City when the City has elected to resolve any disputes pursuant to Article 7.1 (wing with Section 10240) of Chapter 1 of Part 2 of the Public contract Code. This section applies only to contracts entered into on or after January 1, 1991. As stated in subdivision (c) of Section 20104 of the Public contract Code, any contract entered into between January 1, 1991 and January 1, 1994, which is subject to this section shall mxxnporate this section. Tb that end, these contracts shall be subject to this section even if this section is repealed. The term "Public Work" has the same meaning as in Section 3100 and 3106 of the Civil code. The term "Claim" means a separate demand by the contractor for (1) a time extension, (2) payment of money or damages arising from work done by or on behalf of the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (3) an amount the payment of which is disputed by the City. For any claim subject to this section, the following requirements apply: 1. The claim shall be made in writing and shall include the documents necessary to substantiate the claim. Clam must be filed on or before the date of final payment. Nothing in this section is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. 2. (a) For claims of less than fifty thousand dollars($50,000.00) , the City shall respond in writing to any written claim within forty-five(45) days of receipt of the claim, or may request, in writing, within thirty(30) days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the City may have against the claimant. (b) If additional information is thereafter required, it shall be requested and provided pursuant to this section, upon mutual agreement of the City and the claimant. (c) The City's written response to the claim, as further documented, shall be submitted to the claimant within fifteen(15) days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. General Provisions page 9 of 15 f. Resolution of Constnicticn Claims (oontimied) 3. (a) For claims of over fifty thousand dollars($50,000.00) and less than or equal to three hundred seventy-five thousand dollars($375,000.00) ,the City shall respond in writing to all written claims within sixty(60) days of receipt of the claim, or may request, in writing, within thirty(30) days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the City may have against the claimant. (b) If additional information is thereafter required, it shall be requested and provided pursuant to this section, upon mutual agreement of the City and the claimant. (c) The City's written response to the claim, as further documented, shall be sutmitted to the claimant within thirty(30) days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. 4. If the claimant disputes the City's written response, or the City fails to respond within the time prescribed, the claimant may so notify the City, in writing, either within fifteen(15) days of receipt of the City's response or within fifteen(15) days of the City's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the City shall schedule a meet and confer conference within thirty(30) days for settlement of the dispute. 5. Following the meet and confer conference, if the claim or any portion remains in dispatA_-, the claimant may file a claim as provided in Chapter 1 (ccumtiencing with Section 900) and Chapter 2 (come=ing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits the written claim pursuant to paragraph 1, above, until the time that claim is denied, as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 6. This w-ticle does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (ccmwnci;.g with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Govexrnnent Cod e. The following procedures are established for all civil actions filed to resolve claims subject to this section: 1. Within sixty(60) days, but no earlier than thirty(30) days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within fifteen(15) days by both parties of a disinterested third person as mediator, shall be ccnnenced within thirty(30) days of the submittal, and shall be concluded within fifteen(15) days from the of the mediation unless a time requirement is extended upon a good cause showing to the curt or by stipulation of both parties. If the parties fail to select a mediator within the fifteen(15) day period, any party may petition the court to appoint the mediator. Ge Wal Provisions page 10 of 15 f Resolution of Construction Claims (continued) 2. (a) If the matter remains in dispute, the case mall be submitted to judicial arbitration pursuant to Chapter 2.5 (acannencing with Section 1141.10) of Title 3 of Fart 3 of time Code of Civil Prime, notwithstanding section 1141.11 of that code. The t:ivil Discovery Act of 1986 (Article 3 (wing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brcxvght under this section consistent with the rules pertaining to judicial arbitration. (b) Notwithstanding any other provision of law, upon stipulation of the parties,, arbitrators appointed for purposes of this article shall be experienced in construction 'law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties► except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (c) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgement shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of trial de nave. 3. The court tray, upon request by any party, order any witnesses to participate in the mediation or arbitration process. ® q. Responsibility for Damages i The City of Cupertino, the City Council, the Engineer or the Engineer's agents shall not be answerable or accountable in any manner for any loss or damage that may happen to the work, or any part thereof, any zeaterial or equipment used in performing the work, or for injury or damage to any person or persons, either workers or the public, or for damage to adjoining property from any cause whatsoever during the progress of the wnrk or at any time before final acceptance. The Contractor shall be responsible for any liability impiosed by any law and for injuries to or death of any person including but not limited to workers and the public, or damage to property resulting from defects or obstructions or from any cause whatsoever during the progress of the work or at any time before its ommpletion and final acceptance. In addition to any ray authorized by law, so match of the money due the Contractor under and by virtue of the contract as shall be considered necessary by the City may be retained by the City until disposition has been made of such suits or claims for damages as aforesaid. The retention of money due the Contractor shall be subject to the following: 1. The City will give the Contractor thixty(30) days notice of its intention to retain funds from any partial payment which may became due to the Contractor prior to acceptance of the contract. Retention of funds from any payment made after acceptance of the contract may be made without such prig notice to the Contractor. Cverwral Provisions Page 11 of 15 r r g Responsibility for 22eaM (continued) 2. No retention of additional aunts out of partial payments will be Emde if the amount to be retained does not exceed the amount being withheld from partial payments pursuant to Section 9-1.06 of the State standard Specifications ("Partial Paymentsf0) . 3. If the City has retained funds and it Ln sukasequently determined that the City is not entitled to be indemnified and saved harmless by the Contractor in connection with the matter for which such retention was made, the City shall be liable for interest on the amount retained at the legal rate of interest for the period of such retention. The City will consider pals by the Contractor to enter into special arrangements, such as posting securities or bonds acceptable to the City, in rlieu of the retention of funds. Such special arrangements shall be in writing, and approved by the surety on the performance bond and by the surety on the payment bond. No funds shall be retained where the Contractor establishes, to the satisfaction of the City that at the time of the accident or occurrence giving rise to a claim or lawsuit against the City or its officers or employees, that the Contractor had in effect public liability and property damage insurance of the type, form, and amount as provided in Section B, paragraph 6c, above ("Insurance) . [See State Starxlard Specifications Section 7-1.12.) h. Workers sensation and Unewployment. Insurance Prior to entering into the contract respecting this project, the bidder to whoa the contract is awarded shall furnish to the City satisfactory proof that tie bidder has a policy of workers' compensation and unemployment insurance for its employees, that conforms to the provisions of Division 4, coning with Section 3200, of the labor Code or of the Unemployment Insurance Code, in effect for the entire period covered by the proposed contract. 7. PROPOSAL AND AMM OF CONTRACT ra. Cxapetency of Bidders All bidders are required to coWlete the "Bidder Qualification Form" as provided in the proposal. Inoamplete forms or lack of experience in the field of work being bid may be cause for rejection of the proposal. b. Contract Bonds The Contractor shall furnish two(2) good and sufficient bonds. Each of the Bonds shall be executed in a sum equal to the contract price. The first bond shall guarantee the faithful perfmmanoe of the contract by the Contractor. The seoond band shall be furnished as required by the terms of Sections 3247 to 3252, inclusive, of the Civil Code of the state of California. The Labor and materials bond will be released six(6) months after the Notice of Completion, and the Faithful Performance shall be reduced by ninety pereent(90%) at the Notice of Completion. The remaining ten percent(10%) will be released at the end of one(1) year from acceptance of the project provided any deficiencies in the work have been corrected. [See State Standard Specifications Section 3-1.02.] Co,aral Provisions page 12 of 15 Ic. Execution of Contract The successful bidder, as Contractor, shall execute the Oontract set forth in the contract documents and provide the oontract bonds and insurance certificates required therein within eight(8) days, not including Saturdays, Sundays and legal Holidays, after the bidder has received the contract for- execution. Failure to do so may result in annulment of award and forfeiture of the proposal guarantee. d. Payment The City will make partial payments to the Contractor on the basis of a duly certified estimate of the work performed and the materials incorporated in the Project during the preoeding reporting period. The City utilizes a bi- weekly accounts payable cycle and issues checks on Fridays. Mie actual dates Iof the payment schedule are available at the City's Accounting Department. The City will retain ten peroent(10%) of the amount of each of said estimates until the expiration of thirty-five(35) days from the date of recording by the City of the Notice of Ompletion. At this time, and not before, the City shall pay the Contractor the whole of the remaining ten percent(10%) of said contract price. The payment of progress payments by the City shall not be oonstrued as an absolute acceptance of the work done up to the time of such payments, but the entire work is to be subjected to uu�_, inspection and approval of the City, and subject to whatever inspection and approval may be required by law. Pursuant to Section 4590 of the California Government Code, the Contractor will be permitted, upon request and its sole expense, to I substitute securities for any moneys withheld by the City to ensure performance under the Contract. Said securities will be deposited either with the City or with a state or federally chartered bank as escrow agent. Securities eligible for this substitution are those listed in Section 16430 of the California Government Code, bank or savings and loan I certificates of deposit, interest bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the Contractor and the City. A sample escrow agreement is included in Section 22300 of the Public Contracts Code. The Contractor shall be the beneficial owner of any securities substituted for moneys withheld and shall receive any interest thereon. e. Proposal Forms The City will furnish to each bidder a standard proposal form, which, when filled out and executed may be submitted as the Contractor's bid. Bids not presented on forms so furnished will be disregarded. The proposal form is bound together with the Natioe to Contractors, General Provisions, Special Provisions, Bidder Qualification Form, Sub- Contractors Farm and Signature Form. The Contractor shall submit as a munimucm, the Notice to Contractors, Proposal, Bidder Qualification Farm, Sub- Contractors Form and Signature Form. Bids Containing less than this or bids containing inoaplete form will be disregarded. General Provisions gage 13 of 15 e. Proposal Forms (continued) All proposals shall state the date's for completion, if required, the prices proposed, both in writing and in figures and shall show a total, and shall be signed by the bidder, with the bidders address. If proposals are made by an individual, name and post office address shall be shown. If made by a firm or partnership, the name and post office address of each member of the firm or partnership shall be shown. If made by a corporation, the proposal shall show the names, titles and business address of the president, secretary and treasurer and the proposal shall show the corporate seal. The proposal shall be submitted as directed in the "Notice to Contractors" under sealed cover plainly marked as a proposal, and identifying the project to which the proposal relates and the date of the bid opening therefor. Proposals not properly submitted may be disregarded. Proposal forms may be obtained from the Office of the City Clerk, City of Cupertino, 10300 Torre Avemle, Cupertino, CA, 95014-3255 or by calling (408) 252-4505. f. Proposal Guaranty All proposals or bids shall be acoopanied by cash, a cashier's check or certified check payable to the order of the City of Cupertino, in the amount of ten percent(10%) of the bid, or by a band in said amount payable to the City of Cupertino. Said bond shall be signed by the bidder and a corporate surety, or by the bidder and two sureties who shall justify before any of f icer competent to administer an oath, in double said amount and over and abuve all statutory exergptians. said cash or check shall be forfeited or said bond shall become payable to the City in case the bidder depositing the same does not enter into a contract with the City within ten(10) days after written notice that the Contractor has been awarded the contract. g. Rejection of Proposals iProposals may be rejected if they show any alterations of form, additions not called for, conditional or alternative bids not called for, incomplete bids or erasures, or for irregularities of any kind. Only the proposal fonts prepared by the City shall be used. (See state standard Specifications Section 2-1.06.1 h. Subcontractors Ttie proposal shall contain the name and location of the place of business of any person or persons, firm, partnership, corporation, or c xnbination thereof who will perform work or labor or render service to the prime contractor, except for those providing work or labor or rendering service for wages only, in or about the construction of the work or ing�rovnent, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improve t according to detailed drawings contained in the plans and specifications, in an amount in excess of ore-half of one peeroent(0.5%) of the prime contractor's bid or, in case of bids or offers for the construction of streets or highways, including bridges, in excess of are-half of one percent (0.5%) of the prime contractor's total bid or ten thousand dollars($10,000.00) whichever is the greater. The proposal shall list the portion of the work which will be done by each subcontractor for this project. The prime contractor shall list only one(1) subcontractor for each portion as is defined by the prime contractor in the prime eartractor's bid. General Provisions page 14 of 15 Zvi Zvi oilfj;)i&M 40 I •1•• l I y- , lJ!• • l 1• M v Y� • ii' l '� 1'' .•f I:'1 • n .I• i J i• • I'l;J �.. • 1 I•t1i.. •-;•. art Ir •;•r• �. • f �.1 • I•. Jti .� n a. t o r. • � 7 5 7r r- �� •7 �b C. SPBCIAL PROVISIONS 1 1. LION: This wank is located at various facilities owned by the City of Cupertino, in the County of Santa Clara. 2. SODPE OF WORK: The work shall consist of providing janitorial services to maintained City owned facilities in a clean and healthy manner, as specified herein, or as directed by the Engineer. 3. QUAWITIFS: It is specifically pointed out that the quantities listed in the proposal and specifications are estimates only and being given on a basis of comparison of bids and the City of Cupertino does not agree that the actual amount of work will correspond, but reserves the right to increase or decrease the amount of any class or portion of the work, or to amit items or portions of the work that may be deemed necessary by the Engineer. THE MAN= U= FOR EACH ITEM MAY BE INCREASED OR DECREASED UP TO 7PIEiV'I"1-FIVE (25) PERCENT OF THE OMn?ACr QUANTITIES WITH NO CHANGE IN UNIT PRICE BID. 1 BASE BID: II'NI DFSCtIPTION QTY UNIT 1. City Hall Administration Building 12 months 2. C4ertino Library 12 months 3. Portal Park Recreation Building 12 months 4. , Senior Citizens Center 12 months 5. McClellan Ranch Main Building and Museum 12 months 6. Service Center 12 months 7. Monta Vista Park Building 12 months 8. Blackberry Farm Rest Rom & Office Bldg. Facilities 12 moryths 9. Quinlan Ccmnunity Center Building 12 months 4. EMANATION OF BID ITEKS: The price bid per unit measure of work shall include all casts of labor, equipment and materials necessary for ampleting janitorial services in accordance with these specifications. Any item described in the special Provisions not specifically listed as a bid item shall be considered as included in the various bid items and no special compensation will be allowed. Special Provisions Page 1 of 21 Special Provisions (G1Cl7ItlnLYed) SIB ITEM NO. 1 - CITY KUL AM=SMTION HUI DD (Month) This item is bid per month and shall include all costs for the following serviO2S to be performed after 12:00 A.M., and before 7:00 A.M. five (5) days a week, Monday through Friday. Security system to be keyed to these times. The following is a list of services with their required frequencies of completion. A. DULY SERVICES: 1. Bust mop all the floors and stairs to lower level. 2. Sweep all door mats, both inside and outside. 3. Vacuum all carpeted areas upper and lower levels. Spot clean daily. 4. Fill all soap, towel and paper dispensers using materials furnished by the contractor. Emrgency supplies of soap, towels and toilet tissues shall be stored at this location. 5. Empty and clean thoroughly all ashtrays located directly outside building doors. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and ronrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. 6. Scrub and disinfect all sinks, cm iodes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers, and clean mirrors. Replace urinal deodorant screens, when needed. Replenish soap, toilet paper and paper towel dispensers. 1 7. Clean counter top, stove, outside of refrigerator, tables and sink in enployees lunch area. 8. Dust all furniture (except desks) including file cabinets, work tables, upper binder bins in cubicles, counters, window sills, telephones, and etc. 9. Clean main lobby and council chamber including podium, wood doors and glass doors and wood trim of fingerprints and smudges. 10. Clean and polish drinking fountains thoroughly. 11. Clean floor, metal walls and railings in elevator. 12. All interior doors shall be closed and locked as required, and lights turned off upon leaving offices after cleaning. 13. Wash main lobby and euployee's (upper and lower levels) doors. 14. Site Soxx:rvisor =st speak and read English and be at site at all times. Special Provisions Page 2 of 21 ® Special Provisions (Continued) 15. Secure all exit doors and set alarm system when leaving building. WEEKLY SERVICES 1. Wet mop, wax all tile flows. ® 2. Clean door kick plates and hardware with brass cleaner. ■ 3. Vacuum all cloth chairs throughout building. 4. Clean and maintain the janitorial room including since, walls, and floor. 5. Janitorial services mist meet with a facility representative during City work hours onoe a week. 6. Clean grout on all bathroom ceramic tile. (floors, walls, counters and sinks, etc.) C. SEMI-MMMY SERVICES 1. Wash all walls, Boors, stall partitions and doors in rest rods using a disinfectan', detergent. 2. Clean all rubber base molding of dirt and wax. I3. Wash main lobby windows. D. 1 DMMY SERVICES: 1. Spot clean all doors, frames, and walls (only washable walls) on both levels. I2. Strip and rewax all bathroom tile floors, not tile Aging or stairs. 3. Clean top of all HVAC ducts and light fixtures on lower level. I4. Dust heat registers and air vents and door louvers in all areas. E. QUARTERLY SERVICES: 1. Wash all interior and exterior windows inside and out, vacuum drapes and clean venetian blinds. 1 F. ANNUAL SERVICES: 1. In December, remove or open all plastic light covers (not plastic lens) and chrome refractors and clean thorazjhly of bugs and dirt. 2. In December, vacuum all cloth partitions. 3. Dry clean all carpets (date to be determined by City.) Special Provisions Page 3 of 21 Special Provisions Continued S'1� (Continued) G. SUPPLIES: 1. Paper towels equal to 389-H James River Multifold. i2. Paper towels equal to 951 Crown Chiffon, 2-ply roll. 3. Toilet paper equal to Groan-Soft Plus roll tissues. 4. Disposable toilet seat covers--flat pack--250 count, 46-SC James River. S. Pink liquid soap. (mild abrasive) 6. Head and body shampoo. 7. 4" sanitary napkins. 8. Tampons. 9. Urinal sareens. 10. Plastic trashliners. H. BUILDING SIZE: 1. City Hall (Main Floor) 11,520 Sq. Ft. 2. City Hall (Terrace bevel) 8,300 Sq. Ft. BID ITEM NO. 2 - CUPERIM40 IMffi PRY (PERM) : This item is bid per month and shall include all cost for the following services to be performed after 10:00 P.M. and before 6:00 A.M. , six (6) days a meek on Tuesday, may, Thursday, Friday, Saturday and Sunday. The following is a list of services with their required frequencies of cxaq letion. No work will be required in the main eonpiter room. A. DAILY SERVICES: 1. Dust mop and wet mop all ceramic, the and concrete stairs. 2. Sweep all door mats, both inside and outside, when needed. 3. Vacuum all carpeted areas on all levels. Spot clean daily. (Except main computer roam.) 4. Fill all soap, towel, and paper dispensers using materials furnished by the eoractor (except for soap and paper products supplies by library) . Emergency supplies of soap, towels and toilet tissues shall be stored at this location. Special Provisions Page 4 of 21 Special Provisions Continued A. IA'-'I,Y SEMCES: (continued) 5. Fbpty and clean thcroughly all ashtrays directly outside building doors. IDhipty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. Put plastic liner in the trash receptacle in the staff lunchroom. 6. Scrub and disinfect all sinks, commodes and urinals. Map floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinal deodorant screens, when needed. Remove graffiti from walls. 7. Clean counter top, stove and sink in euployees lunch area. 8. Clean main lobby including glass doors, wood trim, counter of fingerprints and smudges. 9. Clean and disinfect drinking fountains thoroughly. 10. Vacuum floor and clean walls and railings in elevators. 11. Clean all doors of fingerprints and smudges. 12. Sweep around outside of building, including porch, stairs and patio and clean handrails. 13. Site Supervisor must speak and read English and be at the site at all times. 14. All doors shall be closed, locked, lights turned off and checked upon leaving offices that have been cleaned, especially two (2) fire doors at bottoam of each stairway and the community roam door at terrace level hallway must be kept closed and locked for security reasons. 15. Before leaving building secure all exit doors and set alarm. B. WEEKLY SERVICES 1. lust all furniture (exoept desks) including file cabinets, microfilm readers, periodical racks, work tables, counters, chairs, window sills, door frames, telephone, etc., using treated dust cloths. Work surfaces shall be thoroughly cleaned of all marks, fingerprints, etc., when required. 2. Clean door kick plates and hardware with brass cleaner. 3. Vacuum all cloth chair throughout building. 4. Clean all metal and wood railings and remove graffiti, especially between floor in public areas. Special Provisions Page 5 of 21 Special Provisions (Continued) B. WEEKLY SERVICES: (continued) 5. Dust heat registers and door louvers in all areas. 6. Clean and maintain the janitorial room including sink, walls, and floors. ® 7. Wet mop concrete stairs. ® a. Clean grout between all ceramic the (wall, ceilings, floors and courtex tops) . C. SEMI-NII,Y SERVICES 1. Wash all walls, floors, stall partitions and doors in rest rooms using a disinfectant detergent. 2. Clean all ribber base molding of dirt and wax. 3. Wash all door mats. D. IMOMMY SERVICES: 1. Wash main lobby windows. 2. Wash all interior and exterior windows inside and out, and clean venetian blinds. 3. Sport clean all doors, frames, and walls. E. SEMI-ANNUAL SERVICES: 1. Remove and clean all register covers and vent grills. F. ANNUAL SERVICES: 1. In L . , remove or open all plastic light covers (not plastic lens) and chrome refractors and clean thoroughly of bugs and dirt. 2. Dry clean all carpets (date to be determined by the City.) G. SUPPLIES: Supplied by County and stared on site. H. WILDING SIZE: 1. Cupertino Library 37,000 Sq Ft. BID ITEM NO. 3 - PORTAL PARK REG'RFATION BUnDIKG This item is bid per month and shall include all costs for the following services to be performed after 11:00 P.M. and before 6:00 A.M., three (3) days a week on Tuesday, y and Sunday. The following is a list of services with their required frequencies of letion. Special Provisions Page 6 of 21 Spwial Provisions (Oanti,-rued) A. DhMY SERVICES: 1. vacwmt entrance mats. 2. Dust amp and wet mop all the floors. 3. Empty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and norwecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. 4. Dust all furniture including ommter tops, window sills, wooden benches, baseboards, etc. 5. Scrub sink, clean outside of refrigerator, counter tops, and stove UP. 6. Clean play tables, sides and top of dirt and fingerprints. 7. Site Supervisor must speak and read English and be at the site at all times. 8. Secure all exit doors when leaving building. B. WEEKLY SERVICES: 1. Spot clean all walls, doors and door frames for fingerprints and smudges.2. Buff all the floors. 3. Janitorial Service Waist meet with a facility representative during City work hours once a week. C. PZWhIMY SERVICES: 1. Wet map, wax and Duff all tile floors. 2. Strip and rewax all tile floors. D. SERVICES: 1. Wash all windows inside and Out. E. MNUAL SUMCES*- 1. In Deoaober, remove all plastic light oovers and clean thoroughly of bugs and dirt. 2. Wash thoroughly and disinfect all table tops, legs and chairs. F. SUPPIJES: 1. Paper towels 389-H James River Miltfold in Kitchen. 2. Plastic trashliners. Special Provisions Page 7 of 21 Special Provision (continued) G. BUIZDIM SIZE: 1. Portal Park Recreation Building 1,308 Sq. Ft. BID ITEM NO. 4 - SENIOR CITIZEN Cat (NORM) : Th s item is bid per month and shall include all costs for the following services to be performed after 1:00 A.M. and before 7:00 six (6) days a week, Monday through Friday and Sunday. The following is a list of services with their required frequencies of completion. A. DAILY SERVICE'S: 1. Clean brass, windows and door knobs on all entrance doors. 2. Dust mop than wet mop all tile and linoleum floors. 3. Dust and clean all furniture including cabinets, counter tops and window sills, etc. 4. &Pty and clean thoroughly all ashtrays directly outside building doors. Engrty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. 5. Scrub and disinfect all sinks, coa odes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe irtirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towel in dispensers. 6. Scrub kitchen sink and clean outside of refrigerator, freezer, stave top, dishwasher, ice machine, kitchen appliances and all tile counters. 7. Vacuum and spot clean carpets. 8. Emergency supplies of soaps, towels, trash liners and toilet tissue shall be stored at this location. In addition, fill all soap and paper towel dispensers. 9. Site Supervisor must speak and read English and be at the site at all times. 10. Before leaving building secure all exit doors, set alarm. B. WEEKLY SERVICES: 1. Spot clean all walls and doors for fingerprints and smidges. 2. Move furniture and wet mop and buff all tile and linoleum floors. Special Provisions Page 8 of 21 Specificol Provisions (continued) B. WEEKLY SERVICES: (continued) 3. Janitorial service must tit with a facility representative during City work hours once a week. 4. Clean all tile grout in rest rooms. C. MONTHLY SERVICES: 1. Wet mop all tile floors. 2. Use grout cleaner on kitchen tile. 3. Vacuum all cloth chairs. ��. Clean all air vents. D. QUUUERLY SERVICES: (Dates determined by City) 1. Wash all windows inside and out. 2. Clean and wax wood kitchen cabinets, desks, lobby coffee tables and. all wooden doors. E. SEMI ANNUAL SERVICES: 1. Strip and rewax all tile and linoleum. 2. Wash thoroughly and disinfect all tables and chairs. 3. Wet map, strip and rewax all tile floors (move furniture) . F. ANNUAL SERVICE 1. In January, remove all light covers and clean. 2. Dry clean all carpets. (Date to be determined by the City.) 3. One general daily cleaning performed during the daytime hours (date to be determined by the City) . G. SUPPLIES: 1. Paper towels equal to 389-H James River Multifold. 2. Zbilet paper equal to tam-Soft Plus roll tissues. 3. Disposable toilet seat covers—flat pack-250 cunt, 46-SC James River. 4. Pink liquid soap (mild abrasive) . 5. Plastic trashliners (40 x 48). Special Provisions Page 9 of 21 Special Provisions (Continued) G. SUPPLIES: (continued) 6. 9112 Derma Pro lotion soap. 7. Urinal screens. H. BL=ING SIZE: 1. Senior Citizen's Oenter. 5,963 Sq. Ft. BID ITEM NO. 5_- MOCL ELIAM RANCH MAIM BUILDING AND MUSELIM: (MMM) This item is bid per month and shall include all costs for the following services to be performed after 1:00 A.M. and before 6:00 A.M. , three (3) days a week, on Tuesday, Thursday and Sunday. The following is a list of services with their required frequencies of ccupletion. MAIN BUILDING: A. DAILY SERVICES` 1. Dust mop all the floors (both levels) . 2. Empty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. 3. Dust all furniture including vaunter tops, file cabinets, window sills, stair railings, etc. (except desks) . 4. Scrub and disinfect all sinks, econodes and urinals. Mop floors ® using disinfectant solution. Clean and polish fixtures, dispensers i and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. S. Scrub kitchen sink, clean counter, outside of refrigerator and stove top 6. Vacuum and spot clean carpets. 7. Emergency supply of soap, toilet tissue and paper products will be stored at this location. a. Site Supervisor must speak and read English and must be at the site at all times. 9. Before leaving building secure all exit doors and set alarm. B. WEEKLY SERVICES: 1. wet mop and buff all the floors on both levels. Special Provisions Page 10 of 21 Special Provisions (continued) ) B. WEEKLY SERVICES: (contirnjed) 2. Janitorial service must =et with a facility representative during City work hours once a week. C. MOMMY SERVICES: 1. Spot clean all walls, doors and door frames for fingerprints and smudges. 2. Strip and rewax all tile floors. D. QUARTERLY SERVICES: I. Wash all windows inside and out. E. ANNUAL SERVICES: 1. In December, remove all light covers on both levels and clean. 2. Dry clean all carpets (date to be determined by City) . F. SUPPLIES: 1. Paper towels equal to 389-H James River. 2. Toilet paper equal to Crown-Soft Plus roll tissue. 3. Plastic trashliners G. B=ING SIZE: 1. Administration Building 2,124 Sq. Ft. Mt JSELM STORAGE BUIIDIM: A. DAILY SERVICES: I. Wet mop all the floors without disturbing animal cages. 2. Ea ty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. 3. Scrub both sinks, clean counters and outside of refrigerator. 4. Supply of sip and paper products stored at Maclellan Ranch Main Building. 5. Site &4Mvisor must speak and read English and be at the site at all times. The Supervisor must carry a beeper paging system. 6. Before leaving building secure all exit doors. Special Provisions Page 11 of 21 Special Provisions (continued) B. WEEDY SERVICES: 1. Wet mop and buff all the floors. 2. Janitorial Service mist meet with a facility representative during City work hours once a week. C. MONMY SERVICES: 1. Spot clean all walls, doors and door frame for fingerprints and smidges. D. qLY SERVICES: 1. Wash all windows inside and outside. 2. Strip and rewax all tile floors. E. ANNUAL SERVICES: 1. In December, remove all plastic light covers and clean. F. BUILDING SIZE: 1. Museum/Storage 945 Sq. Ft. BID I'I'W NO. 6 - SERVICE CENNR (MONTH) This item is bid per month and shall include all costs for the following services to be performed after 10:00 P.M. and before 6:00 A.M. five (5) days a week, Sunday through Thursday. The following is a list of services with their required frequencies of completion. A. DAILY SERVICES: 1. Wet mop all tile floors. 2. Clean and buff to a high shine ceramic tile in entry way. 3. Dust all furniture including counter tops, table tops, cabinets, Venetian blinds and window sills, etc. 4. Sc -ab kitchen sink, clean outside of refrigerator, counters, stove top and tables. 5. Scrub and disinfect sinks, , and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe h nos. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. Wash dabber mats in men's rest room. 6. Clean sliding glass windows in lobby office area and front and rear of entrance doors. special Provisions Page 12 of 21 Special Provisions (continued) A. DAILY SERVICES: (continued) 7. Supplies of soap, towels and toilet tissues to be stored at this location. 8. ERpty and clean thoroughly all ashtrays directly outside building doors. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. 9. Site Supervisor must speak and read English and be at the site at all times. 10. Before leaving building secure all exit doors and set alarm. B. WEEKLY SERVICES: 1. Buff all tile floors, move furniture while buffing to clean under furniture. 2. Spot clean all walls, doors and doer frames for fingerprints and smudges. 3. Clean janitorial roan including walls and floor. 4. Janitorial service must meet with a facility representative during City work hours once a week. 5. Clean shower ceramic tile in bathroom. C. MONTHLY SERVICES: 1. Clean door kick and hand plates with bass cleaner. 2. Vacuum all cloth chairs. D. QLAWERLY SERVICES: 1. Wash all windows, inside and outside. E. SEMI-ANNUAL SERVICES: 1. Strip and rewax all tile floors. P11 baseboards are to be free of wax. Move furniture when ompleting this service. F. ANNUAL SERVICES: 1. In March, remove all light covers and clean, including light .fixtures. G. SUPPUES 1. Paper towels equal to 389-H James River Multifold. Special Provisions Page 13 of 21 Special Provisions (continued) ® G. SUPPLIES: (continued) ® 2. Toilet paper equal to Crown-Soft Plus roll tip. 3. Disposable toilet seat owers--flat pack--250 court, 46-SC James River. 4. Paper towels equal to 951 Crown Chiffon 12-ply roll. 5. Pink hand soap. 6. 9112 Derma Pro lotion soap. 7. Head and body shampoo. 8. 4" sanitary napkins. 9. Tampons. 10. Plastic trashliners. H. BUZIDING SIZE 1. Service Center 7,500 Sq.Ft. BID ITEM NO. 7 - MONTA VISTA PARK BUILDING (N3NP4S) : ® This item is bid per month and shall include all costs for the following 0� services to be performed after 1:00 A.M. and before 6:00 A.M., five (5) days a week on Monday, Tuesday, Thursday, Friday and Sunday. The following is a list of services with their required frequencies of completion. A. DAILY SERVICES: 1. Dust mop tile floor in kitchen and hallway. 2. Vacuum and spot clean carpets. 3. Empty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. 4. Scrub kitchen sink, clean outside of refrigerator, counter tops and stove top. 5. Scrub and disinfect all sinks, commodes and urinals. Mop floors using disinfectant solution. Clean and polish fixtLums, dispensers and wipe mirrors and mirrored walls. Replace urinals deodorant screens, when heeded. Replenish soap toilet paper and paper towels in dispensers. ASpecial Provisions Page 14 of 21 Special Provisions (om*lnued) A. DAILY SERVICES: (continued) 6. Bmrgency supplies of soap, towels and toilet tissues will be stored. at this locations. 7. Site Supervisor must speak and read English and be at the site at all tires. S. Before leaving building sure all exit doors. B. WEEDY SERVICES: 1. Wet map and buff all tile floors. 2. Dust window sills and counters. 3. Janitorial service mist met with a facility representative during City work hours once a week. C. MORIBLY SERVICES: 1. Spot clean all walls for fingerprints and smudges. 2. Strip and rewax all tile floors. D. QM T MY SERVICES: 1. Wash all windows, inside and outside. E. MNLIAL SERnCES: 1. In December, remove all light covers and clean. 2. Dry clean all carpets. (date to be determined by City.) F. SUPPLIES: 1. Paper towels equal to 389-H ;games River Multifold. 2. Tbilet paper equal to Grown-Soft Plus roll tissues. 3. Pink liquid soap. (Mold Abrasive) 4. Disposable toilet seat covers — flat pack - 250 count, 46-SC James River. 5. 4" sanitary napkins. 6. Tart. 7. Plastic trashliners. G. BUILDING SIZE: 1. Mfenta Vista Park Recreation Omer 10,354 Sq. Ft. 2. Mbnta Vista Park Building 2,970 Sq. FT. Special Provisions Page 15 of 21 Special Provisions (c^.ntinued) B. SUPPLIES: Provided by City and stored on site. BID ITEM NO. S - KAME1t & FARM REST ROB'! AND OFFICE BrMDI MG FACII.S M (MONIM) : The following services are to be performed at the rester in the recreation and pool area 110 days between the months of May to September. Zhe dates will be determined by the City. The following services are to be performed at the Golf Course Pro Shop restrooms three (3) days a week on Wednesday, Friday and Sunday, all year. The following services are to be performed at the Office Building at the entrance to Blackberry Farm recreation area one (1) day a week on Wednesday, all year. All services are to be performed after 10:00 p.m. and before 6:00 a.m. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. REST i A. DAILY SERVICES• 1. Scrub and disinfect all sinks, ocmudes and urinals. leap floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinal deodorant screens, when needed. Remove graffiti froan walls. 2. Doty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. B. SUPPLIES: Provided by City and stored on site. OFFICE B[TIII7I NG A. DAILY SERVICES 1. Vacumn all carpeted areas. Spot Clean daily. 2. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. 3. Vacuum all cloth chairs throughout building. 4. Dust all office equipnent and window sills, etc. 5. Clean all counter tops. 6. Secure all exit doors when leaving building. B. MC MMLY SERVICES: 1. Wash all windows inside and cut. Special Provision Page 16 of 21 C. BLUIDING SIZE: 1. Office size. 275 Sq. Ft. BID ITEM DO 9 v ¢ITnam ommm '!'Y cuum su DIlc This iteM is bid per month and shall include all costs for the following services to be performed after 11:00 P.M. and before 7:00 A.M., seven (7) days a week, on Manday through Sunday. The following is a list of services with their required frequencies of om gDletion. A. DAILY SERVICES: 1. Clean brass, windows and door knobs on all entrance doors. 2. Dust map then wet mop all file floors. 3, Dust mop all hardwood floors throughout. 4. Dust all furniture including cabinets, counter tops and window sills, etc. 5. Empty and clean thmroughly all ashtrays directly Outside building doors. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the prg3w location for disposal. 6. Scrub sinks, and clean Outside of refrigerators, freezer, stave tops, dishwasher, ice machine, all counters, sweep, mop and scrub floor and polish all chrome in all three (3) kitchens. 7. Vacduum and spot clean carpets and couches. ® S. Scrub and disinfect sinks, c=nodes and urinals. Mop floors using i� disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. Palish all chrome dispensers. 9. cY supplies of soaps, towels, tyxosinases and toilet tissue shall be stared at this location. 10. Clean all tables, counter tops and chairs. il. Site Supervisor must speak and read English and be at the site at all times. 12. Before leaving building secure all exit doors and set alarm. B. WEEKLY SERVICE 1. Spot clean all walls and doors for fingerprints and smudges. 2. Move furniture and wet map and buff all the floors. Special Provisions Page 17 of 21 Special Provisions (continued) B. WEEKLY SERVICES (continued) 3. Janitorial service must meet with a facility representative during City hours once a week. 4. Sweep, damp mop and polish all ham floors (not musetnn) . 5. Use grout cleaner on bathrom tiles. C. NI .Y SERVICES 1. Wet mop, strip and rewax all vinyl floors. 2. Clean all air vents. D. QUMZrEPLY SERVICES (January/April/July/October) 1. Wash all windows inside and out 8 ft. and under. 2. Wet mop, strip and reseal all tile floors. E. SEMI AMUAL SONICES (January/June) 1. Wash thoroughly and disinfect all tables and chairs (upholstered and plastic) . 2. Wash windows 8 ft. and above. 3. Clean all hanging light fixtures. 4. Remove all light covers throughout buildings and clean. 5. Dry clean all carpets. (Dates to be determined by the City.) 6. Sweep, damp mop and polish hardwood floors in museum. F. _SUPPLIES: 1. Paper towels equal to 389-H James River Multifold. 2. Toilet paper equal to Crown-Soft Plus roll tissues. 3. Disposable toilet seat covers--flat pack--250 count, 46-SC James River. 4. Pink liquid soap (mild abrasive) . 5. 4-4, sanitary napkins 6. Tampons 7. Urinal screams 8. Plastic trashliners Special Provisions Page 18 of 21 Special Provisions (continued) G. BUILDING SIZE: 1. Quinlan Cmmunity Center. 27,135 Sq. Ft. 5. TIME OF ICI: The contractor shall diligently prosecute the work and said work shall be ccmpleted as frequently as specified and within the time restrictions in these specifications. All work shall begin on Derxmber 1, 1993 for the contract and continue for one (1) year. 6. LIQUIDATED DAMAGES: The Contractor shall diligently prosecute the work to completion as scheduled. The Contractor further understands that he shall pay to the City of Cupertino, the unit cost per service for any and all services not performed as scheduled and one hundred fifty dollars ($150.00) per day, for each and every occurrence services are not completed within the required times. This does not relieve the Contractor from his responsibility of completing the required services that were not completed as scheduled. Any services not completed as scheduled shall be completed as soon as possible and at the Contractor's expense. 7. MANDATORY PRE-BID MEEI'IrtG: All Contractors are required to attend the mandatory pre-bid meeting to walk through each facility included in these specifications. Bids will not be accepted from Contractors who do not attend this meeting. The mandatory pre-bid meeting is scheduled for November 2, 1993 at 8:30 a.m. in the City Council Chambers at City of Cupertino, City Hall, 10300 Torre Avenue, Cupertino. Any and all questions pertaining to these specifications shall be addressed to Ken McKee, Public Works Superintendent. He can be reached at (408)252-5757, City of Cupertino Service Center, 10555 Mary Ave, Qapertino. 8. RESPONSIBILITY OF CONTRACTOR: The City assumes no responsibility whatsoever for loss or damage of equipment awned by the contractor, 'his agents or employees. The entire responsibility for any and all injury to the public, to individuals, and to property resulting directly or indirectly fro n the performance of the work hereunder shall rest upon the Contractor, and he agrees to indemnify and hold the City free and harmless from and against any and all liability, else, claims, costs, suits and damages arising out of the negligence an the part of the Contractor. All safety orders, rules and reoa mnendations of the Division of Irxt astrial Safety of the Department of Industrial Relations of the State of California applicable to the work to be done under this contract shall be obeyed and enforced by the Contractor. The Contractor shall comply with all applicable Stats and local laws, ordinanves, codes and regulations. Special Provisions Page 19 of 21 Special Provisions (continued) 9. BOND REQU 's: A. Faithful Performance Bard: It will be necessary for the successful Contracfiwr to furnish a Faithful Perforce Bond in the amount equal to three months of the contract price. B. Fidelity Bond: The successful Contractor will be required to furnish a $5,000.00 bond on every employee performing work on City owned property. 10. PAY24ERr: The Contractor shall bill the City at the end of each conlleted month. 11. GENERAL REWIREMENTS: All cleaning supplies, equipment and material shall be provided by the Contractor. The Contractor will also furnish towels, toilet tissue, soap and disinfectant to be used in the nest rooms. The various dispensers shall be maintained by the contractor and emergency supplies of towels, toilet tissue, soap and disinfectant shall be stored at each location. A Material Safety Sheet shall be provided for all cleaning solutions and a copy shall be posted in each janitorial roan. Once a month the contractor shall tour all buildings with the Public works Director or his designated representative. The purpose of this tour is for a visual inspection of work done by the Contractor's staff. 12. Pam: The successful bidder will supply a list of all names and addresses of all employees who will be performing the work. The list will be updated to changes in personnel. 13. OPTION TO EXTEND THE TERM OF THE CDNMCT: This contract is renewable at the option of the City of Cupertino by the Director of Public works giving written notice of renewal to the Contractor within the period of performance provided the Director of Public Works shall have given preliminary notice of the City's intention to renew at least thirty (30) days prior to expiration of this contract. (such a preliminary notice will not be deemed to co`mnit the City to renewal.) If the City exercises this option for renewal, the contract as renewed shall be deemed to include this option provision. Hmever, the total duration of this contract including the exercise of any options under this clause shall not exceed three (3) year's and shall be made for durations not to exceed one (1; year each. Zlhe payments set forth in this contract are subject to increase or decrease during the option period as agreed upon between the City of Cupertino and the Contractor prior to the final notice of renewal being given. Any uses or decreases in the previous contract price shall be based an the Consumer Price index (CPI). The CPI shall be the San Francisoo/Oakland Consumer Price index for all urban wage earners. The adjusted (whether increased or ) unit prices shall be imputed as follows: Special Provisions Page 20 of 21 t Special Provisions (continued) 13. OPMON Zy ECMM TM TER4 of TM C)OMRAM (canting) Divide the differ bebmen the CFI an the anniversary date of the and the CPI on the date of the agreement by the CPI on the date of the agreement and multiply by the unit prices specified in the 14. MINORITY EMKDYAIERr: The Contractor shall ootiply with the minority employment practices of the U.S. Department of Housing and Urban Development as established for Santa Clara County. 15. NON-PERFORMANCE: Rr-iy task outlined in Scope of work not performed will be deducted from the monthly bill in accordance with the unit cost schedules as shown in the janitorial specifications. Any work not Meted within the established times will be cause for liquidated damages as specified in these special provisions and will be deducted from the monthly bill. Special Provisions Page 21 of 21 r rD. AGRCSKWr 1-aS AGREDMU, made and entered into this day of 1993, by and between the CM OF CUPEFMM, a municipal corporation of California, hereinafter referred to as °'CITY", and , a Contractor with offices at hereinafter referred to as 01 TRAC1tR"; WITNESSETH: WHEREAS, Cm desires to retain th- =n!RACrQR for OMFUMCKML XMrIURIAL SLICES, and WHEREAS, CITY desires to engage caRipACIm to prc-Ade these services by reason of its qualificaticns.and experience for performing such services, and CaRrRACIOR has offered to provide the required services or the term and in the manner set forth herein; Now, TORE, its consideration of their mutual covenants, the parties hereto agree as follows: 1. DEFINIT'ICNS. (a) Zhe ward "City" as used in this agreement shall mean and include all the territory lying within the municipal boundaries of the City of Cupertino, California, as presently existing, plus all territory which may be added thereto during the term of this agreement by annexation or otherwise. (b) The term "City Manager" shall mean the duly appointed City Manager of the City of Cupertino, California, or his designated representative. 2. PRO= OOORDINATION. r (a) City. The City Manager shall be representative of CZ'I'Y for all purposes under this agreement. The Public Works Superintendent hereby is designated as the PRWECT MANAGER for. the City Manager, and he shall ® supervise the progress and execution of this agreement. (b) Contractor. CONTRACIOR shall assign a single PRIJ►7= DIRD= to have overall responsibility for the progress and execution of this agreement for CONTRACICR. hereby is designated as the PRo1 = DIRDCMR FOR CO3JIRACTOR. Should circum r es or conditions subsequent to the execution of this agreemnt require a substitute PROJESCT DIRF7CIOR for any reason, the PPC= DIRBMICR designee shall be subject to the prior written acceptance and approval of the PROJBCr . r i -1- 1 1 3. DUTIES OF CON1'RACrCR. Services to be furnished in accordance with EXHIBIT W BID PROPOSAL and contract specifications. (a) laws to be Observed. COMMOM shall: (1) Procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawful prosecution of the services to be performed by CMfnMCICR under this agreement (2) Keep itself fully informed of all existing and future federal, state, and local laws, or+dinanoms, regulations, orders, and des which may affect those engaged or employed under this :grit, any materials used in CMMACTOR's performance under this agreement, or the conduct of the services under this agreement; (3) At all times observe and comely with, and cause all of its suboontractcrs and employees, if any, to rbserve and coaply with, all of said laws, ordinances, regulations, or+dws, and decrees mentioned above; (4) Immediately report to the PROJECT MANAGER in writing any discrepancy or inconsistency it discovers in said laws, ordinances, regulations, orders, and decrees mentioned above in relation to any plans, drawing, specifications, or provisions of this aunt. 4. COMPENSATICN. Far the performance of the services described herein by CONPRACTCR, CITY shall pay CONTRACTOR the sum of per , less any deductions for work not perform and or liquidated damages, payable upon submission by CONTRACMR of itemized billings in triplicate; provided, however, that the total sum payable to CCRIRACTOR shall not excee l per year. 5. LIQUIDATED DAMAGES. The Obntractor shall diligently ptte the work to completion as scheduled. The Contractor further understands that he shall pay to the City of Cupertino the unit cost per service for any and all services not performed as scheduled and one hundred fifty dollars ($150.00) per day, for each and every occurrence services are not co pleted within the .cequir+ed times. This does not relieve the Contractor from his responsibility of oompleting the required services that were not cortpleted as scheduled. Any services not c upleted as scheduled shall be oonpleted as soon as possible and at the Contractor's expense. 6. TEAM. jibe term of this agreement shall be one (1) year from the date of execution of this aft by the parties, hereto, provided, however, the CITY r,tains the option to extend the tern of the contract on a year to year basis not exceeding two years from the expiration of the original term. Any such renewal shall be acoanplished by the City providing a written notice of re l to CLVnW Cl£i at least 30 days prior to expiration of the term. Any -Mch rawwal shall contain the same provisions as the original contract, provided however that the parties may agree to an increase or decrease in oompensaticn paid to the CCNTRACIt3R. -2- 6. TERM. (continued) Any increases ar decreases in the Previous contract price small be based on the Consumer Price Index (CPI) . The CPI shall be the San Francisco/Oakland oonsumlex Price Index for all urban wage earners. The adjusted (whether increased or decreased) unit prices shall be coepited as follows: Divide the differences between the CPI on the anniversary date of the agreement and the CPI on the date cf the agreement by the CP1 on the date of the agreement and multiply by the unit prices specified in the agreement. 7. TEMPORARY SUSPENSION. The City Manager shall have the authority to suspend this agreement, wholly or in part, for such period as he dens rosary due to unfavorable conditions or to the failure on the part of the OONMCA)R to perform any provision of this agreement. 8. SUSPENSION; TERMINATION. (a) Riot to Suspend or Terminate. The City may suspend or terminate this agreement for any reason by giving thirty (30) days written notice. Upon receipt of such notice, 0ONIRACIOR shall immediately discontinue his performanoe under this agreement- (b) Upon such suspension or termination, OONTRACrOR shall be paid for all services actually rendered to CITY to the date of such suspension or termination; provided, however, if thi--, agreement is suspended or terminated for fault of CONMCIOR, CITY shall be obligated to cmpa-zate OOVMCrOR only for that portion of CONTRACTOR°S services which are of benefit to CITY. 9. INSPE)CrION. OONTRAcTuR shall furnish CITv. with every reasonable opportunity for CITY to ascertain that the services of CONTRACTOR ar-, being performed in accordance with the requirements and intentions of thi: agreement. All work done and all materials furnished, if any; shall be subject to the pRiA= MANAGER,s inspection and approval. The inspection of such work shall not relieve CONTRACTOR of any of its obligations to fulfill its agreement as prescribed. 10. NSSIG NMERr; EMPLOYEES. (a) Assigrrmvent. Both parties shall give their personal attention to the faithful performance of this agreement and shall not assign, transfer, convey, or otherwise dispose of this agreement or any right, title, or interest in or to the same or any part thereof without the prior written consent of the other party, and then only subject to such terms and conditions as the other party may require. A consent to one assignment shall not be deemed to be a consent to any subsequent a.sigrm ant. Any assignment without such approval shall be void and, at the option of the other party, shall terminate this agreement and any license or privi ,ege granted herein. This agreement and any interest herein shall not be assignable by operation of law without the prior written consent of the other party. -3- 11. NOTICES. All notices hereunder shall be given in writing and mailed, postage prepaid, by certified mail, addressed as follows: TO ay: Office of the City Clerk 10300 7tzre Avenue CtperLino, CA 95014 70 C7OUIRACTCR: Attention of the PRWBCT DIRBCI'0R at the access of C0VTPAC MR recited above. 12. nUSUST OF WaRACMR. OWnW= tenants that it presently has no interest, and shall not acquire any interest, direct or imlLrect, financial or otherwise, which would conflict in any mummer or degree with the performance of the services hex. cMMACMR further covenants that, in the psrformaruae of this agreement, no suboontractor or person having such an ingest shall be employed. OONTRACIOR certifies that no one who has or will have any financial interest under this agreement is an officer or employee of CITY. It is expressly agreed that, in the ® performance of the services herv"-*x, C=RACIM shall at all times be �1 deems an independent contractor and not an agent or employee of CM. . 13. INDEMNITY. 03?IRACTr.,R hereby agrees to indemnify and save harmless CITY, bts officers, agents, and employees of and from: (a) Any and all claims and demands which may be made against CITY, its officers, agents, or emplLvyees by reason of any injury to or death of any person or damage suffered or sustained by any person or oorporaticn caused by, or alleged to have been cz.»sed by, any act or omission, negligent or otherwise, of CMMAL70R or any subcontractor under this agreement or of ooNTRACICRIS or any subco:►tractor's employees or agents; (b) Any and all damage to or destruction of the property of CITY, its officers, agents, or employees occupied or used by or in the care custody, or control of 0ORnMCIOR, or in proximity to the s to of WMRACICR'S work, caused by any act or omission, negligent or otherwise, of C NTRACIUR or any suboontractor under this agreement or of o3MACIORIS or any subcontractor's employees or agents. (c) Any and all clam and demands which may be made against CITY, its officers, agents, or employees by reason of any injury to or death of or damage suffered or mistz.ined by any employee or agent of OC TiRtACrCR or any subcontractor under this aunt, however caused, excepting, however, any such claims and demands which are the result of the sole negligence or willi:ul misomxIuet of CTTY, its officers, agents, or employees; (d) Any and all claims and demands which may be made against CITY, its officers, agents, or employees by reason of any infringement or alleged infringement of arry patent rights or claims caused or alleged to have been caused by the use of any apparatus, appliance, or materials furnished by OONIRAMM or any subcontractor under this agreement; and -4- M- - (e) Any and all penalties inposed or damages sought on account of the violations of any law or regulation or of any term or condition of any permit. C ONIRACIOR, at its own cost, expense, and risk, shall defend any and all suits, actions, or othw legal p ediatigs that may be brarght or instituted by third persons against CITY, its officers, agents, or employees on any of the above claims or demands of such third persons, or to enforce any of the above penalties, and pay and satisfy any judgment or decree that may be rendered against CITY, its officers, agents, or employees in any such suit, action, or other legal proceedings. 14. WomaRS' compENSuiw. WMAMOR certifies that it is aware of the provisacm of the Labor Code of the Sta'..e of California 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 it certifies that it will comply with such provisions before cotmm-cing the performance of the work of this aciree * tt. 15. INSURANCE. CQIdIRAC'TOR, at its sole cost and expense, shall obtain and maintain in full force and effect throw3hout the entire term of thiG agreement the insurance coverage having a Best's Chide rating of A, Class VII or better, insuring not only CMTRACMR, but also the CITY, its officers, agents, and employees, and each of them with respect to activities and services performed by OWMACIOR for or on behalf of CITY under the provisions of this agreement. Certificates of such insurance, on the forms provided by CITY, shall be filed with CTTY co==-ently with the execution of this agrement or, with CITY's approval, within ten (10) days thereafter. Said certificates shall be subject to the approval of the City Attorney and shall contain an endorsement stating that said insurance is primary coverage and will not be cancelled or altered by the insurer except after filing with the City Clerk thirty (30) days' written notice of such cancellation or alteration, and that the City of cupertino is named as an additional insured. Current certificates of such insurance shall be kept on file at all times during the term of this aunt with the City Clerk. 16. C70NTRACT SECURITY. The CONTRACICuR shall furnish a Faithful performartoe bond in an amount equal to three months of the contract price as security for the faithful performance of this Contract and a Fidelity Pond equal to $5,000.00 on every employee performing work on City owned property.. 17. AGPIMMU BINDING. The terms, covenant, and conditions of this agreement shall apply to, and shall bind, the heirs, successors, executors, administrators, assigns, and subom*ractors of both parties. is. WADS. The waiver by either party of any breach or violation of any term, covenant, or condition of this agreement or any provision, m�di nanoe, or law shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, or law or of any subsequent bread. or violation of the same or of any other term, covenant, condition, ordinance, or law. 18. WhIVERS continued The subsequent acceptance by either party of any fee or other Bey which may became due homer shall not be deemed to be a waiver of any preying breach or violation by the other party of any term, covenant, or condition of this agreement or of any applicable law or ordinance. 19. COSM AND ATIMMS FEES. The prevailing party in any action brought to enforce the terms of this agreement or arising out of this ant may recover its reasonable casts and attorneys' fees expended in eannection with such an action from the other party. 20. NONDISC TTON. No discrimination shall be made in the enployment of persons tuns this agreement because of the race, color, national origin, ancestry, religion or sex of such person. If the value Of this agreement is, or may be, Five Thousand Dollars ($5,000) or more, CONTRA= agrees to meet all requirements of the Q4>extino Municipal Code pertaining to nondiscrimination in employment and to submit the "C mTplianee Report - Nondiscrimination Provisions of City of Cupertino Contracts". If CXWMACIOR is found in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Act or similar provisions of federal law or executive order in the performance of this agreement, it shall the eby be found in material breach of this agreement. Thereupon, CITY shall have the power to cancel or suspend this agreement, in whole or in part, or to deduct from the amount payable to CONPRAC'IOR the sum of Wenty-five Dollars ($25) for each person for each calendar day during which said person was discriminated against, as damages for said breach of contract, or both. Only a finding of the State of California Fair E ployment Practices Commission or the equivalent federal agency or officer shall constitute evidence of a violation of contract under this paragraph. If C)ONTRACIUR is found in violation of the nondiscrimination Provisions of this agreement or the applicable affirmative action guidelines pertaining to this agent, C)MMACMR shall be found in material breach of this agreement. Thereupon, My shall have the pcxkx to cancel or suspend this agreement, in whole or in part, or to deduct from the amount payable to CON!'RACTOR the sum of TWO Hundred Fifty Dollars ($250) for each calendar day during which CON RACICIR is found to have been in such norcmplianee as damages for said breach of contract, or both. 21. WAGE RATES. Pursuant to the I Code of the State of California, or local law thereto applicable, the C 'I'Y has ascertained the general prevailing rate of per diem wages and rates for holidays and overtime in the locality in which this work is to be performed, for each craft, classification, or type of laborer, workman, or mechanic needed to execute this Contract. The prevailing wages so determined are sett forth in the Specifications and made a part hereof. Neither the notice inviting bids nor this Contract shall constitute a representation of fact as to the prevailing wage rates upon which the C O? nRACMR or any subcontractor raider him may base any claim against the CITY. -6- 1776. (a) Each OOMRAC M and subcontractor shall keep an accurate payroll rid, showing the name, address, social security number, work classification, straight time and cvertimmy hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other euployee cloyed by him or her connection with the public work. (b) The payroll records enumerated under subdivision (a) shall be certified and shall bp- available for inspection at all reasonable hours at time principal office of the OCNTRACIUR on the following basis: (1) A certified copy of an employee's payroll record shall be made available for inspection or furnished to such employee or his or her authorized representative on request. (2) A certified copy of all payroll records enumerated in subdivision (a) shall be made available for inspection or furnished upon request to a representative of the body awarding the contract, the Division of Labor Standards a- ifrom ent and the Division of Apprenticeship Standards of the Department of Industrial Relations. (3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request to the public for inspection or copies thereof made, provided, however, that a request by the public shall be made through either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of Labor Standards Ehforcement. Zhe public shall not be given acoess to such records at the principal office of the OON1' MOR. (c) Each OONI"RAC'IOR shall file a certified copy of the records enumerated in subdivision (a) with the entity that requested such records within ten (10) days after receipt of a written r-quest. (d) Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the awarding bids, the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement shall ',e marked or obliterated in such a manner as to prevent disclosure of an individuals name, address and social security number. Zhe name and address of the OON RACPOR awarded the contract or performing the contract shall not be marked or obliterated. (e) The OWMACIOR shall inform the body awarding the contract of the location of the records enumerated under subdivision (a) , including the street address, MY and country and shall, within five working days, provide a notice of a change of location and address. (f) In the event of nonooupliance with the requirements of this section, the OMMVkCIM shall have ten (10) days in which to comply e subsequent to receipt of written notice specifying in what respects such CUNTRACIM must Ormply with this section. 7 Should noncooplianee still be evident after such ter, (10) day period, the Contractor shall, as a penalty to the state of political subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25.G0) for each calendar day or potion thereof, for each worker, until strict acupliance is effacbmted. Upon the request of the Division of Apprenticeship Standards or the Division, of Labor Standards Enfomconent, such penalties shall be withheld from progress payments then due. (g) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. Such stipulations shall fix the responsibility for eapliance with this section on the prime CIONTRACIOR. (h) The Director shall adopt rules consistent with the California Public Records Act, (Ch. ?-5 (wing with Section 6250) of Div. 7, Title 1. Gov. Ch.) and the Information Practices Act of 1977, (Title 1.8 (eamnencing with -Sec. 1798) Pt. 4, Div. 3, Civ. C.) governing the release of such records, including the establ isibm ent of reasonable fees to be charged to reproducing copies of records required by this section. (Added by Stats. 1978, Ch. 1249) . 1775.5 Nothing in this chapter shall prevent the employment of properly registered apprentices upon public work. Every such apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade at which he is employed, and shall be employed only at the work of the craft or trade to which he is registered. only apprentices, as defined in Section 3077, who are in training under apprenticeship standards and written apprentice agreements under Chapter 4 (commencing with Section 3070) , Division 3, of the Labor Code, are eligible to be employed on public works. The employment and training of each apprentice shall be in accordance with the previsions of the apprenticeship standards and apprentice agreements under which he is training. When the CQNMCI*OR to whom the contract is awarded by the State or any political subdivision, or any subcontractor under him, in performing any of the work under the contract or subcontract, employs workmen in any apprent-Wed craft or trade, the OWRAC'IM and subcontractor shall apply to the joint apprenticeship camnittee administering the apprenticeship standards of the craft or trade in the area of the site or the public work for certificate approving the CIONTRACMR or subcontractor under the apprenticeship standards for the emp1g.ment and training of ® appienticeships in the area or industry affected; provided, howevyr, that ® the approval as established by the joint apprenticeship coamiittee or committees shall be subject to the approval of the Administrator of Apprenticeship. The joint apprenticeship or committees, subsequent to approving the subject OONTRACTOR or subcontractor, shall arrange for the dispatch of apprentices to the OCUMCIOR or subcontractor in order_ to comply with this section. 8 9 There shall be an affirmative duty upon t`m joint apprenticeship cou nittee or caonsnittees administering the apprenticeship standards of the craft or trade in the area of the site of the public work to ensure equal employment and affirmative action in apprenticeship for women and minorities. CONTRACIRS or shall not be required to submit individual applications for approval to local joint apprenticeship committees provided they are already covered by the local apprenticeship standards. The ratio of apprentices to joy who shall be employed in the draft or trade on the public work may be the ratio stipulated in the apprenticeship standards under which the joint apprenticeship committee operates but in no case shall the ratio be less than one apprentice for each five journeymen, except as otherwise provided in this section. ® The Contractor or subcontractor, if he is covered by this section, upon ® the issuance of the approval certificate, or if he has been pa:evimsly approved in such craft or trade, shall employ the number of apprentices or the ratio of apprentices to journeymen stipulated in the apprenticeship standards. Upon proper showing by the Contractor that he employs apparentioes in such craft or trade in the state on all of this contract on an annual average of not less than one apprentice to each five journeymen, the Division of Apprenticeship Standards may grant a certificate exempting the omMACIOR for the 1-to-5 ratio as set forth in this section. This section shall not apply to contracts of general OOAfI'.IRACInRS involving less than thirty thousand ($30,000.00) or twenty (2) working days or to contracts of specialty CONrRACMRS not bidding for work through a general or prime OON!'RAC CR, involving less than two thousand dollars ($2,000.00) or fewer than five (5) working days. ""Apprenticed craft or trade," as used in this section, shall mean a craft or trade determined as an apprenticed occupation in accordance with rules and regulations prescribed by the Apprenticeship Council. The joint apprenticeship committee shall have the discretion to grant a certificate, which shall be subject to the approval of the Administrator of Apprenticeship, exempting a CONPRACMR from the 1-to-5 ratio set forth in this section when it finds that any one of the following conditions are met: (a) In the event unemployment for the previous three month period in such area exceeds an average of 15 percent, or (b) In the event the number of apprentices in training in such area exceeds a ratio of 1-to-5, or (c) If there is a showing that the apprenticed craft or trade is replacing at least one-thirtieth of its journeymen annually through apprenticeship training, either (1) on a statewide basis, or (2) on a local basis. ! (d) If assignment of an apprentice to any work performed under a public works omitract would create a condition which would jeopardize his life or the life, safety, or property of fellow employees of the public at large if the specific task to which the apprnntioe is to be assigned is of such a nature that training cannot be provided by a journeyman. ! 9 Mwn such dons are granted to an organization which represents C ONMC`.IXS in a specific trade from the 1 to 5 ratio on a local or statewide basis the member C1OMRAC°IMS will not be required to submit individual applications for approval to local joint apprenticeship committees, provided they are already covered by the local apprenticeship standards. A C1WI'ttF►CM to whom the contract is awarded, or any rtt-actcr undec him who, in performing any of the work, curler the contract, emplays joaxTeymen or apprentices in any apprentimd craft or trade and who is not c ontributiM to a fund or funds to administer and conduct the apprenticeship program in any such craft or trade in the area of the site of the public wank, to which fund or funds other COMPACTORS in the area of the site of the public work are contributing, shall contribute to the fund or funds in each craft or trade in which he employs journeymen or apprentices an the public work in the same amount or upon the same basis and in the same mariner as the other CCNTRAC'MRS do, but where the t nLst fund administrators are unable to accept such funds, CONTRACMRS not signatory to the trust agreement shall pay a like amount to the California Apprenticeship Council. The COMMCWR or subcontractor may add the amount of such contributions in camputing his bid for the contract. The Division of Labor Standards Enforcement is authorized to enforce the payment of such contributions to the fund or funds as set forth in Section 227. The body awarding the contract skull rau::e to be inserted in the contract stipulations to effectuate this section. Such stipulations shall fix the responsibility of ocuplianoe with this section for all apprenticed occupations with the prime OOMRACIUR. All decisions of the joint apprenticeship ooimut tee under this section are subject to the provisions of Section 3081. (Amended by Stats. 1976, Ch. 1179) 1777.6 It shall be unlawful for an employer of a labor union to refuse to accept otherwise qualified employees as registered apprentices on any public works, on the cjmmnd of the race, religious creed, color, national origin, ancestry, sex, or age, except as provided in Section 3077, of such employee. (Amended by Stat. 1976, Ch. 1179) 1777.7 (a) In the event a CMMRAC M willfully fail s to cot ly with the provisions of section 1777.5, s�.xh CONI'RACTCR shall: (1) Be denied the right to bid on any public works contract for a period of one year from the date the determination of noncompliance is made by the Administrator of Apprenticeship, and (2) Forfeit as a civil penalty in the sum of fifty dollars ($50.00) for each calendar day of nmiomplianoe. Notwithstanding the provisions of Section 1727, upon receipt of such a determination the awarding body shall withhold from contract progress payments then due or to becaze due such sum. 10 b such ration shall be issued after a full investigation, a fair and impartial hearing, and rile notice thereof in a000rdanoe with reasonable .rules and procedures prescribed by the California Apprenticeship Council. (c) Any funds withheld by the awarding body pursuant to this section shall be deposited in the general fund if the awarding body is a state entity, or in the equivalent fund of an awarding body if such awarding body is in entity other than the state. The interpretation and enforcement or Sections 177.5 and 1777.7 shall be in acoordanoe with the rules and procedures of the California Appr mtioeship Council. (Amended by Stats. 1978, Ch. 1249) . It shall be mandatary upon the CM?M CIM, and any subcontractor under him, to pay not less than the said specified rates to all laborers, workmen, and mechanics employed in the execution of the Contract. It is further expressly stipulated- that the CONTRACICR shall, as a penalty to the City, forfeit twenty-five ($25.00) for each mlendar day, or portion thereof, for each laborer, workman, or mechanic paid less than the stipulated prevailing rates for any work done under this Contract by him or any subcontractor under work done under this Contract by him or any subcontractor under him; and ODNnwm agrees to con ly with all provisions of Section 1775 of the Labor Code. In case it becomes necessary for the ODRMACMR or any subcontractor to employ on the project under this Contract, any person in a trade or occupation (except executives, supervisory, administrative, clerical, or other non-manual workers as such) for which no minimum wage rate is herein specified, the CONTRACTOR shall immediately notify the City, who will promptly thereafter determine the prevailing race for such additional trade or oocupation and shall furnish the CONTRACIM with the minimum rate based thereon. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the oontinuanoe of such employment. 22. AGREEME Rr OONrATNs ALL uNDFRSTANDTNGs. This document represents the entire and integrated agreement between CITY and OONrRAMR and supersedes all prior negotiations, representations, or agreements, either written or oral. This document may be amended only by written instrument, signed by both CITY and OONTRACTDR. All provisions of this agreement are expressly made conditions. This agreement shall be governed by the laws of the State of California. 11 93-038 CONTRACTUAL JANITORIAL SERV. 7 of 9 PROJECT 94-101 WS'[ARAtdCE AST A. Contractor is aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for workers; Ompensaticn or undertake self-insurance in accordance with the provisions of that Code, and will comply with such provisions before counencing the performance of the work of this Contract. B. Contractor and all subcontractors will carry workers' cessation insurance for the protection of its a ployees during the progress of the work. The insurer shall waive its rights of subrogation against the City, the City's officers, agents and employees and shall issue an endorsement to the policy evidencing same. C. Contractor shall carry at all times, on all operations hereunder, omwexrial or comprehensive general liability insurance, automobile liability insurance and builder's all risk insurance. All insurance coverage shall be in amounts required by the City and shall be evidenced by the issuance of a certificate in a form prescribed by the City and shall ba underwritten by insurance co panes satisfactory to the City for all cferations, suboontract work, contractual obligations, product or completed operations, aa1 awned vehicles and non-owned vehicles. Said insurance coverage obtaD.*d by the Contractor, excepting workers' compensation coverage, shall rams the City, its engineer, and each of its Directors, Officers,Agents and B ployees, as determined by the City, as additional insureds on said policies. Insurers must be licensed to do business in the State of California. The Insurers must also have an two policyholder's rating and a financial rating of at least Class VII in accordance with the current Best's Chide Rating. D. Before Contractor performs any work at, or prepares or deliver-- materials to, the site of construction, Contractor shall furr,i�ih certificates of insurance evidencixiy the foregoing insurance coveragr-ts and such certificates shall provide the name and policy mmiber of each carrier and policy and that the insurance is in force and will m-t be canceled or modified without thisty(30) days written notice to the City. Contractor shall raintain all of the foregoing insurance coverages in force until the work under this Contract is fully completed. The requirement for carrying the foregoing insurance shall not derogate from the provisions for indemnification of the City by Contractor under this Contract and for the duration of the warranty period. Notwithstanding nor diir nishing the obligations of Contractor with respect to the foregoing, Contractor sh'ill maintain in nail cu and effect during the life of this Contract, the following insurance in .unounts not less than the amounts specified and issued by a company admitted in California and having a Best's Guide Rating of A, Class VII or lxetter. Worker's Ccv ensaticn LieAlity. In accordance withk the Worker's Oompensation Act of the State of California $1,000,000 per ooalrrerce. 1 Insurance Agreanent Page 1 of 2 .r V �� �f♦ �. • 1.1 _ •. - :ate •4L�7. - � c=" :. U: I,:. s - - •• ):• - __ :r_ +• _•.-'ill"•. _•-.• a• CCEJAC r FC R PUBUC WOWS (om inued) CERTIFICATE OF INSURANCE n T6 THE CITY OF C UPE F dWM ~_ This certifies to the City of 03ertiro that the following described policies have bemi issued to the insured named below and are in force at this time. Insured: Address: Description of pperat ins/locations/products insured (show contract name ard/car number, if any) : WORKERSI CCHMSATION *Statutory Min. *Employer's Liability (name of insurer) $ $ $ Insurance CXvqkany's State License No. Check Policy Type: Eadi Ooc t renoe $ C ffiQSIVE GENERAL LIABILITY [ ] Premises/operations General Aggregate $ (if applicable) [ ] Owners & Contractors Protective Aggregate $ [ ] Contractual for Specific Contract Personal Injury $ [ -Products Liability ] XCL' Hazards [ ] Broad Farm P.D. Fire Damage (any [ ] Severability of Interest one fire) $ Clause [ ] Pexsaml Injury with Medical Eq*xm Employee Exclusion Removed (any one person) $ or Self-Insured COAL GENERAL LIABILITY Iaetention $ (name of insurer) Policy No. Expiration Date Certificate irate of Insawanee T)ag e 1 of 2 OMMRM FM PUBLIC WORKS (Cmtinued) AVIUDXTJ£/VEHICLZ 7 IABn T TY H LUX I K7EW PROPERTY DAMAGE Ommercial Fb m Ldch P mlt c Each Accident Liability Cmmragc- Each Accident (name of ) $ or Combined Single Limit $ Policy No. Expiration Date A copy of all Endorse nertts to the policy(ies) which in any way (agents's ir9t) limit the above-listed types of coverage are attached to this eCertificate of Insurance. This Certificate of Insurance is riot an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requiremert, term, or condition of any contract or any other document °+ith respect to which this Certificate of Insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. IT IS HEREBY CERTIFIED that the above policy(ies) provide liability insurance as required by the Agreement between the City and the insured. By= Dated: 19 Attach Certificate of Insurance and Additional Insured Endorsement on owgany farms. Certificate of Insurance Page 2 of 2 Y: s- comR cr F R PuSLIC wmm ( ) S SEMM OF PRBOM INSURANCE In consideration of the policy premium and n twithstandiM any in cn- sistent statement in the policy to which this ..nt is attached or any other Endorsement attached thereto, it is agreed as follows: The insurance afforded by this policy is primary insurance, and no additional insurance held or owned by the designated additional insureds) shall be called upon to cover a loss under said additional policy. POLICY INFUF49 ICN 1. Insurance Company: 2. Insurance Policy Number: 3. Effective Date of this E ndersement: , 19 4. Insured: All notices herein provided to be given by the Insurance Company to the City in connection with this policy and this Additional Insured Endorsemm*, shall be mailed to or delivered to the City at 10300 Torre Avenue, ClXrtinc, California, 95014. I, (print/type ) warrant that I have authority to band the below listed Insurance Cnupany and by Mr signature hereon do so bind this Company. Signature of Authorized Representative: (Original signature required on all Endorsements furnished to the District) Names of Agent/Agency: Title: Address: _ Telephone: Facsimile: Primary sement Page 1 of 1 AD n7ONAL INSEMM ENDORSIIKENI' In consideration of the policy premium and notwithstanding any sistent stt.tement in the policy to which this Endorse rent is attached Or any other Erdorsegent attached thereto, it is agreed as follows: ■ The City of 04vrtino ("City") and its Directors, officers, engbr a rs, ® agents and euployees, and all public agencies from when permits will be obtained and their Directors, officers, engineers, agents and emPleye2s are hereby declared to be additional ;*LaTMeds under the texms of this policy, but only with respect to the operations of the Contractor at or upon any of the premises of the City in eion with the Contract with the City, or acts of missions of the additional insureds in cmmection with, but limited zo its general supervision or inspection of said operations. POLICY INFOR WICIN i. Insurance Cag3any: 2. Insurance Policy Number: 3. Effective Date of this Er&WsGum*: , 19 4. Insured: All notices herein provided to be given by the Insurance Cwpany to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino, California, 95014. I, (print/type ) warrant th,,t I have authority to bud the below lasted Insuranoe Cm ypany and by my signature hereon do so bind this Cccpany. Signature of Authorized Representative: (original signature required on all Endorsements furnished to the District) Names of Agent/Agency: Title: Address: Telephone: Facsimile: ® Additional Insured Endorsement rage 1 of 1 OWMA("r FOR PUBLIC WMS (contirsied) GENERAL LIABILITY COMMERMAL GENERA6, LIABILXTY EMXMSEMENr OF A Gear% TIE LIIUTS OF INSURANCE PER PRDJEC!r In consideration of the pol icy cy premium and notwithstanding any incon- sistent statement in the policy to which this Erd-clement is attached or arW other attached thereto, it is agreed as follows: This M-1- anent modifies the imxanoee provided under the General Liability Cmerage part of the below-refererxed policy of insurance. The general aggregate limit under IMCM OF INSURANCE applies separately to the project described as POLICY MMUMON 1. Insuranoe Oaq any: 2. Insurance Policy Number: 3. Effective Date of this - -1--scent: 19 4. Insured: 5. Additional Insured: City of Cupertino, its Directors, Officers, agents and employees. All natives herein provided to be given by the Insuranoe Cmgk-my to the City in connection with this policy and this Additional Insured Ehdorsesnent, shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino, California, 95014. I, (print/type row) warrant that I have authority to bind the below listed Insurance many and by my signature hereon do so bind this tiny. Signature of Authorized Representative: (Original signature required on all End___m rtts furnished to the Dlstrlct) Names of Agent/Agency: Title: Address: Tva1 . Facsimile: to Limits Ds®ent a Page 1 of 1 ACT FM c Pt�t cN01cs (continued) WAIVER OF SUBROGATIM ETNDORSEMM WORM'S COMPENSATION INSURANCE In consideration of the policy premium and notwithstanding any incon- sistent statement in the policy to which this E ndorament is attached or any Other Endorsement attached thereto, it is agreed as fdllaws: It is agreed that with respect to such insurance as is afforded by the Policy, the Insurance many waives any right of subrogation it may acquire against the City of clpertino, and each of its Directors, Officers, agents, consultants and enployees by reason of any payment made on account of injury, including death resulting therefrom, sustained by any employee of the insured, arising out of the performanoe of the above-referenced Contract. POLICY INFORMATION I. Insurance Oohpany: 2. Insurance Policy Number: 3. Effective Date of this Endorsement: , 19 4. Insured: All notices herein provided to be given by the insurance Cmqaany to the city in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the city at 10300 Torre Avenue, Qhpeitino, California, 95014. I► (print/type name) warrant that I have authority to bind the below listed Insurance Ccapany and by my signature hereon do so bind this Cmg3any. Signature of Authorized ]Representative: (Original signature required on all Endorsements furnished to the District) ]Names of Age/Agency: Title: Address: Telephone: Facsimile: subrogation Endorsevent Page 1 of 1 1 OWMACT FOR P[JMJC WMWS (continued) NOTICE OF POLICY CANCE't T aTLON &NDORSEMERr 1 In consideration of the policy premium and notwithstanding any irxx,,n- sistent statement in the policy to which this Endorsement is attached or any other R '-, :sit attached thereto, it is agreed as follows: Cancellation Notice. The insurance afforded by this policy shall not be suspended, waded, cancelled, re&xsd in coverage or in limits, or materially altered, except after thirty(30) days' prior written notice by certified mail, return receipt requested, has been given to the City of QlPertino ("City") . Such notice shall be addressed to the City as indicated below. POLICY INFC609MON r1. Insurance Company: 2. Insurance Policy Number: 3. Effective Cate of this Endorsement-. , 19 4. Insured: All notices herein provided to be given by the Insurance Company to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino, California, 95014. rI• (Irk/type name)warrant that I have authority to Bud- the below listed Insurance Company and by my signature hereon do so bud this many. Signature of Authorized Representative: (Original signature required an all Endorsements furnished to the District) 1 Names of Agent/Agency: Title: Address: TP+lepdhone: rFacsimile: 1 r rCancellation DidorsemQrrt Page 1 of 1 r i FAA. PEW MWCE BOND KNCW ALL MW BY Ti= FRFSEKf: TDT WE, as Principal, (contractor Is ate; and ' as Surety, (bonding cmepany's name)_ are held and firmly bound unto tl-,e City of Cupertino, State of California, in the sum of lawful money of the United States, for the payment of whuch will and truly to be made, we bind ourselves, our heirs, ems, successors and assigns, jointly and severally, firmly by these presents. UM OONDITICN of the foregoing obligation is such that, MMM, the Principal has entered into a contract: with the City dated ,19 with the obligee to do and perform the following work to-wit: NOW, THERER)RE, if the said principal shall well and truly pertorm the work contracted to be performed under said contract, then this obligation shall be void; otherwise to remain in full force and effect.. IN Wl*INESS WHEPMF, this instnment has been duly executed by Principal and Surety this day of 19 (To be signed by Principal and Surety. Notary acknowledgments required)'' COJIMM OR Principal Surety By: Attorney-In-Fact 7he above bond is accepted and aprroved this _ day of ,19 Faithful Performance Page 1 of 1 IN WI'INFsS wm=F, CITY and ompAcm have executed this aft the day and year first above written. ATTEST: CrrY OF CUPIId'nM City Clerk Mayan' APPROVED AS TO Fri: City Attorney APPFDVFD: Assistant to the City Manager Director of F.inanoe Z� ~,," yy�d►��MS��,��yS3s�� of ZL / 1t3d�AgdI3S Zt dL ���sist'�� �ynZ S ar� �dwytcs xaoa ��n Zt x o�1d t x x x dry�Q Z IL Z of m t vt 3 a zd ism � ,)Asa s��u�a► ono tva Zt �' d d1�Qw to od �► t`',3i7,w to to to to • .. .. ... _ .r .. _ j `: �(� � � �_ � �1 i S ..'� ,, � S: t •�`� � ' ,• ��:� ��L�1���, �►. w,. .... V'. �. :r P, � ' City Ball 10300'1'nrre Avenue Cupertino,CA 95014-3202 C i I v of Telephone: (408)',77-3223 ° FAX (408)777-3366 OFFICE OF TI{I;CITY Cf.EKk July 5, 1995 DeAnza Service, Inc. 3031 Tisch Way #1008 San Jose, California 95128 AGREEMENT-CONTRACTUAL JANITORIAL SERVICES, PROJECT 94-101 Enclosed fb!• your files is one copy of the agreement between the City of Cupertino and DeAnza Service, Inc. that has been fully executed by City of Cupertino officials. If you have any questions or need any information, please contact the Department of Public Works. Sincerely, es KIMBERLY SMITH, CMC CITY CLERK KS/cs cc: Department of Public Works F'rrntod on Necvch"d limn, D. AGIONMT naS AC TT, made and w tered into this " day of , 199 5 g , by and bean the CITY OF C«TO, a owicipal corporation of Cali orrda- , hereinafter referred to as "C%TYII. and IMMM =MC.E, IW., a Contractor with offices at 3031 TOCE MY 11005, SAN JCSE, CA 951.25 hereinafter referred to as "CWFRACTCR": WITNESSETH: WHEREAS, CITY desires to retrain the cook IOR for QmmamL SEMCM, PM03B= 94-101; and t AS, CM desires to ear C ONrRACZCR to wide these services by reason of its qualifications and experience for performing such services, and CMTI12ACXR has offered" to Provide the required services on the terms and in the moaner set forth herein; WW, 'III, in consideration of their mutual covenants, the parties hereto agree as follows: 1. DEFD=ONS. (a) The word "City" as used in this agreement shall mean and include all the territory lying within the municipal boundaries of the City of 04mrtino, California, as pressenNtly existing, plus all territory which may be added thereto during the term of this agreement by annexation or otherwise. (b) The term "City Manager" shall mean the duly appointed City Manager of the City of Cupertino, California, or his designated representative. 2. PRO= COORDINATION. (a) City. The City Manager shall be representative of CITY for all purposes under this agreement. The public Works Superintendent hereby is designated as the PROJEC°r MANAGER, for the City Tjrager, and he shall supervise the progress and execution of this agreement. (b) Contractor. CONTRACIOR shall assign a single PRA7ECT' DIRECIOR to have overall responsibility for the progress and execution of this agreement for CONTRACTOR. OCE CASUNEDA hereby is designated as the PRWWr DIREX.'POR FOR CONT'RACIOR. Should circumstances or conditions subsequent to the execution of this agreevnt require a substitute ppD= DIRECTOR for any reason, the PRWECT DIRECTOR designee shall be subject to the prior written acceptance and approval of the PMJECT MANAGER. -1- 3. DUrIFS OF CONTRACMR. Services to be furnished in accordance with fDGUBIT "A1l BID PROPOSAL and contract specifications. (a) Laws to be Observed. CORMCTOR shall: (1) Procure all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawful prosecution of the services to be performed by COMRACTOR under this agreement; (2) Keep itself fully informed of all existing and future federal, state, and local laws, ordinances, regulations, orders, and decrees which may affect these engaged or employed under this agreement, any materials used in CORMCMR's performance undex this agreement, or the conduct of the services under this agreement; (3) At all times observe and fly with, and cause all of its subcontractors and employees, if any, to observe and comply with, all of said laws, ordinances, regulations, orders, and decrees mentioned above; (4) Immediately report to the PRO►TE7C.T mNAGER in writing any discrepancy or inconsistency it discovers in said laws, off, regulations, orders, and decrees mentioned above in relation to any plans, drawing, specifications, or provisions of this agreement. 4. COMPENSATION. For the performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR the sum of $14,463.84 (FC9102M TEKXEWM FUM EUNUM SDM TEN= AW EICEEY FUM CENTS per month, less any deductions for work not performed and or liquidated damages, payable upon submission by CONTRACTOR of itemized billings in triplicate; provided, however, that the total sum payable to COr MCMR shall not exceed $173,566.08 (C NE EUNDRED SEVENW TMam TuoUMM FIVE EENEIM SDEY SIX DOLIAR.S AND EICHr C EM per year. 5. L.IQUMATID DAMAGES. The Contractor shall diligently prosecute the work to completion as scheduled. The Contractor further understands that he shall. pay to the City of Cupertino the unit cost per service for any and all services not performed as scheduled and one hundred fifty dollars ($150.00) per day, for each and every occurrence services are not completed within the required times. This does not relieve the Contractor from his responsibility of completing the required services3 that were not completed as scheduled. Any services not completed as scheduled shall be complete., as soon as possible and at the Contractor's expense. 6. TERM. The term of this agreement shall be four(4) months frcan the date of execution of this agreement by the parties, hereto, provided, however, the CITY retains the option to extend the term of the contract on a month to month basis. Any such renewal shall be accomplished by the City providing a written notice of renewal to CONMCIIOR at least 15 days prior to expiration of the term. Any such renewal shall contain the same provisions as the original contract, provided however that the parties may agree to an increase or decrease in compensation paid to the CONmcmR, only after one(l) year of continuous service. -2- 6. TER4. (continued) Any increases or decreases in the previous contract price shall be based on the Consumer Price Index (CPI) . The CPI shall be the San Francisco/Oakland Consumer .Prig Index for all urban wage earners. The adjusted (whether increased or decreased) unit prices shall be computed as follows: Divide the differences between. the CPI on the anniversary elate of the agreement and the CPI on the date of the agreement by the CPI on the date of the agreement and multiply by the unit prices specified in the agreement. 7. TEMPORAR1 SUSPENSION. The City Manager shall have the authority to suspend this agreement, wholly or in part, for such period as he deems necessary due to unfavorable conditions or to the failure on the part of the CONTRACTOR to perform any provision of this agreement. 8. SUSPENSION; T^°70MUMON. (a) Right to Suspend or Terminate. The City may suspend or terminate this agreement for any reason by giving thirty (30) days written notice. Upon receipt of such notice, CONTRACTOR shall immediately discontinue his performance under this agreement. (b) Payment. Upon such suspension or termination, CONTRACTOR shall be paid for all services actually rendered to CITY to the date of such suspension or termination; provided, however, if this agreement is suspended or terminated for fault of CONTRACTOR, CITY shall be obligated to ate CONTRACTOR only for that portion. of CONTRACTOR'S services which are of benefit to CITY. 9. INSPECTION. CONTRACTOR shall furnish CITY with every reasonable opportunity for CITY to ascertain that the services of CONTRACTOR are being performed in accordance with the requirements and intentions of this agreement. All work done and all materials furnished, if any, shall be subject to the PRO= MANAGER's inspection and approval. The inspection of such work shall not relieve CONTRACTOR of any of its obligations to fulfill its agreement as prescribed. 10. ASSICNMENT; EMPLOYEES. (a) Assignment. Both parties shall give their personal attention to the faithful performance of this agreement and shall not assign, transfer, convey, or otherwise dispose of this agreement or any right, title, or interest in or to the same or any part thereof without the prior written consent of the other party, and then only subject to such terms and conditions as the other party may require. A consent to one assignment shall not be deemed to be a consent to any subsequent assignment. Any assignment without such approval shall be void and, at the option of the other party, shall terminate this agreement and any license or privilege granted herein. This agreement and any interest herein shall not be assignable by operation of law without the prior written consent of the other party. 11. N{7Y'ZCES. All notices hereunder shall be given in writing and mailed, page prepaid, by certified mail, addressed as follows: TO CITY: Office of the City Clerk 10300 Torre Avenue CLqXx'tino, CA 9-5014 TO CONTRACTOR: Attention of the PR37F7CT DIRDCIOR at the address of CONTRACTOR recited above. 12. INTEREST OF QONI'RACMR. MNI'RACI0R covenants that it presently has no interest, and shall not acquire any interest, direct or indirect, financial or otherwise, whim would conflict in any rm nner or degree with the performance of the services hereunder. CONTRACTOR further covenants that, in the performance of this agreement, no subcontractor or person having such an interest shall be employed. CONTRACTOR certifies that no one who has or will have any financial' interest under this agreement is an officer or employee of CITY. It .is expressly agreed that, in the Performance of the services herewndtx, CON PACIOR shall at all times be deemed an independent contractor and not an agent or employee of CITY. 13. IMDEMNITY. CONTRACMR hereby agrees to indemnify and save harmless CITY, its officers, agents, and employees of and from: (a) Any and all claims and demands which may be made against CITY, its officers, agents, or 4--Tloyees by reason of any injury to or death of any person or damac{e s:tfered or sustained by any person or corporation caused by, or alleged to have been caused by, any act or omission, -negligent or otheYwi.Ai, of CONTRACTOR or any subcontractor under this agreement or of OONT:'<ACTUR'S or any subcontractor's employees or agents; (b) Any and all dwTage to or destruction of the property of CITY, its officers, agents, or employees occupied or used by or in the care custody, or control of CDNIRACTIOR, or in proximity to the site of CONTRACrOR'S work, caused by any act or amission, negligent or otherwise, Of CONTRACTOR or any subcontractor under this agreement or of CbNIRACIOR's or any subcontractor's employees or agents. (c) Any and all clam and demands which may be made against CITY, its officers, agents, or employees by reason of any injury to or death of or damage suffered or sustained by any employee or agent of CONTRACTOR or any subcontractor under this agreement, however ca -s d, excepting, however, any such claims and demands which are the result of the sole negligence or willful misconduct of CITY, its officers, agents, or employees; (d) Any and all claims and demands which may be made against CITY, its officers, agents, or employes by reason of any infringement or alleged infringement of any patent rights or claims caused or alleged to have been caused by the use of any apparatus, appliance, or materials furnished by CONTRACTOR or any subcontractor under this agreement; and -4- (e) Any and all penalties imposed or damages sought on account of the violation of any law or regulation or of any term or condition of any permit. CONTRACTOR, at its own cost, expense, and risk, shall defend any and all suits, actions, or other legal proceedings that may be brought or instigated by third persons against CITY, its officers, agents, or employees on any or the above claims or demands of such third persons, or to enforLm any of the above penalties, and pay and satisfy any judgment or decree that may be rendered against CITY, its officers, agents, or employees in any such suit, action, or other legal proceedings. 14. WOWMS' CCkTENSATION. CON RACMR certifies that it is aware of the provisions of the Labor Code of the State of California 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 it certifies that it will ccuply with such provisions before commencing the performance of the wark-of this agreement. 15. INSURANCE. CCN RACTOR, at its sole cost and expense, shall obtain and maintain in full, force and effect throughout the entire term of this agreement the insurance coverage having a Best's Guide rating of A, Class VII or better, insuring not only CONTRACTOR, but also the CITY, its officers, agents, and employees, and each of them with respect to activities and services performed by CONTRACIOR for or on behalf of CITY under the provisions of this agreement. Certificates of surti insurance, on the forms provided by CITY, shall be filed with CITY c=cu rently with the execution of this agreement or, with CMIs approval, within tan (10) days thereafter. Said certificates shall be subject to the approval of the City Attorney and shall contain an endorsement stating that said insurance is primary coverage and will not be cancelled or altered by the irs-urer except after filing with the City Clerk thirty (30) days' written notice: of such cancellation or alteration, and that the City of Cupertino is named as an additional insured. Current certificates of such insurance shall be kept on file at all times during the term of this agreement with the City Clerk. 16. CONTRACT SECURITY. The CONTRACTOR shall furnish a Faithful Performance bond -n the amount equal to three months of the contract price as security for the faithful performance of this Contract and a Fidelity Bond equal to $5,000.00 on every employee performing work on City owned property. 17. AGREII+'L IT BINDING. The terms, covenant, and conditions of this agreement shall apply to, and shall bind, the heirs, successors, executors, administrators, assigns, and subcontractors of both parties. 18. WAIVERS. The waiver by either party of any breach or violation of any term, covenant, or condition of this agreement or any provision, ordinance, or law shall not be dew to be a waiver of any other term, covenant, condition, ordinance, or law or of any subsequent breach or violation of the same or of any other term, covenant, condition, ordinance, or law. -5- 18. WAIVERS (continued) The subsequent acceptance by either party of any fee or other money wtUch may become due hereunder shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, covenant, or condition of this agreement or of any applicable law or ordinance. is. COSTS AND AT'IC04EYS FEES. The prevailing party in any action brought to enforce the terms of this agreement or arising out of this agreement may recover its reasonable costs and attorneys' fees expended in connection with such an action f_ram the other party. 20. NONDISCRIM01=0N. No discrimination shall be made in the employment of persons under this agreement because of the race, color, national origin, ancestry, religion or sex of such person. If the value of this agreement is, or may be, Five Thousand Dollars ($5,000) or more, rnNTRACTOR agrees to meet all requirements of the Cupertino Municipal Code pertaining to nondiscriminationr—in employment and to submit the ,,compliance Report - Nondiscrimination Provisions of City of Cupertino Contracts". If CON RAcrm is found in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Act or similar provisions of federal law or executive order in the performance of this agreement, it shall thereby be found in material breach of this agreement. Thereupon, CITY shall have the power to cancel or suspend this agreement, in whole or in part, or to deduct from the amount payable to CLM-TRACIOR the stun of Twenty-five Dollars ($25) for each person for each calendar day during which said person was discriminated against, as damages for said breach of contract, or both. Only a finding of the State of California Fair E2rployment Practices commission or the equivalent federal agency or officer shall constitute evidence of a violation of contract under this paragraph. If CONTRACMR is found in violation of the nondiscrimination provisions of this agreement or the applicable affirmative action guidelines pertaining to this agreement, CtONMCTCR shall be found in material breach of this agreement. Thereupon, CITY shall have the power to cancel of suspend this agreement, in whole or in part, or to deduct from the amount payable to CCNTRACMR the sum: of Two Hundred Fifty Dollars ($250) for each calendar day during which CCN'I'RACMR is found to have been in such noncompliance as damages for said breach of contract, or both. 21. AGREEMENT CONTAINS ALL UNDERSTANDINGS. This document represents the entire and integrated agreement between CITY and CONIRACTOR and supersedes all prior negotiations, representations, or agreements, either written or oral. This document may be amended only by written instrument, signed by both CITY and CCNTRACIOR. All provisions of this agreement are expressly made conditions. This agreement shall be governed by the laws of the State of California. IN WITNESS WHEMF, = and CONTRACTOR have executed this agreement the day and year first above written. ATY'EST: CITY OF CUPERrINO � � F city Clerk- APPROVED AS TO FORM: cClty Attorne C7DNI'RACIOR: 4,&J�:�), SEY`'�/I(t;5 - w,: James R. Norris Comm,#1049953 �C ` l i 5c',l N C�) L l i �> NOTARY PUBLIC CAUFORNI +� \ SANTA CLARA COUNTY C) rcO COMM Expires Jar, 22,1999 ^" Ely: - t ; Notary Ad�i reg►»red. If a corporation, corporate seal and corporate notary acknowledcpnent and Federal Tax I.D. are required. If not a corporation a Social Security No. is required. Social Security # Federal Tax I.D. # PRTELT NAME & : CCHTRACTUAL JANTTC Y14L SMICFS, P1433BCT 94-101 CCNTPACTMIS / 0ENM SFRUCE, 1W. 3031 TI9M My 41008 SAN JOSS, CA 95128 AC0OUNr AST: $173,566.08/yr 110-8501 716 $1685.00/per month 110-6WI--716 357.24 A : MCKnffff AXCUW5 110-8502 716 2728.00 UO-8509-716 508.60 FUZ : 50,200.01 110-8505-716 915.00 w UO-8506-716 253.00 110-6503 716 844.00 a 620-6620--711 3547.00 1.1.0-8504716 2038.00 °0 IIG-8510-716 1083.00 110--8507 716 505.00 Total Due $14,463.84 °0 WS CALIFORNIA .............., ACKNOWLEDGEMENT STAFF OF CALIFORNIA CO( NTY OF On /-//;�/ before me, DATE NAME.TITLE OF OFFICER-E.G., "JANE DOE. NOTARY PUBLIC" personally appeared, 1,4-ef- /�- c?f personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/ they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted, executed the instrument. WITNESS my hand and official seal. James R. Norris 0 Comm.01049953 rtrt NOTARY PUBLIC CALIFOPNIA^ SANTA CLARA COUNTY I ;F0* Comm Expir(isian 22.1999 (SEAL) 1::.2 NOTARY PUBLIC 6IGNATURE OPTIONAL INFORMATION . IIAZ 4W a W-10-177 TITLE ORTYPI:OF DOCUMENT DATE OFDOCUMENT NUMBER OF PAGES SIGNERt S I O'lliFIRTHAN NAMED ABOVE INSURANCE AGR�EIII' A. Contractor is aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for workers' compensation or undertake self-insurance in accordance with the provisions of that Code, and will comply with such provisions before c..onmrencing the pexformannce of the work of this Contract. B. Contractor and all subcontractors will carry workers' compensation insurance for the protection of its employees during the progress of the work. The insurer shall waive its rights of subrogation against the City, the City's officers, agents and employees and shall issue an endorsement to the policy evidencing same. C. Contractor shall carry at all times, on all operations hereunder, commercial or comprehensive general liability insurance, automobile liability insurance and builder's all risk insurance. All insurance coverage shall be in amounts required by the City and shall be evidenced by the issuance of a certificate in a form prescribed by the City and shall be underwritten lrl insurance companies satisfactory to the City for all operations, subcontract work, contractual obligations, product or completed operations, all owned vehicles and non-owned vehicles. said insurance coverage obtained by the Contractor, excepting workers' compensation coverage, shall name the ('icy, its engineer, and each of its Directors, Officers,Agents and Employees, as determined by the City, as additional insureds on said policies. Insurers must be licensed to do business in the State of California. The Insurers must also have an "A" policyholder's rating and a financial rating of at least Class VII in accordance with the current Best's Guide Rating. D. Before Contractor performs any work at, or prepares or delivers materials to, the site of construction, Contractor shall furnish certificates of insurance evidencing the foregoing insurance coverages and such certificates shall provide the name and policy number of each carrier and policy and that the insurance is in force and will not be canceled or modified without thirty(30) days written notice to the City. Contractor shall maintain all of the foregoing insurance coverages in force until the work under this Contract is fully completed. The requirement for carrying the foregoing insurance shall not derogate from the provisions for indemnification of the City by Contractor under this Contract and for the duration of the warranty period. Notwithstanding nor diminishing the obligations of Contractor with respect to the foregoing, Contractor shall maintain in full force and effect during the life of this Contract, the following insurance in amounts not less than the amounts specified and issued by a company admitted in California and having a Best's Guide Rating of A, Class VII or better. Worker's Compensation Liability. In accordance with the Worker's Compensation Act of the State of California - $1,000,000 per occurrence. Insurance Agreement Page 1 of. 2 Public Liability - either Combined single limit of 1.0 million commercial general liability per occurrence; $2.0 million in the or comprehensive general liability; aggregate. including provisions for contractual liability, personal injury, independent contractors and property damage coverages. Automobile Liability - cmprehensive Combined single lirut of $500,000.00 covering owned, non- caned and hired per occurrence. automobiles. By: (Contractor's Name) ry Dated: , r•, 19` Insurance Agreement Page 2 of 2 _.__.�._ Certificate of Insurance j THib t ER Ttf(CATS!S ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON VOLT THE CF;11 IFICATF HOLDER THIS CERTIFICATE IS NOT AN INSURANCE I POLICY AND DOES NOT-AMEND.EXTEND END.OH ALTER rllF COVERAGE A,FORD£D BY THE POLICIES USTED lit I Lrw This is to Certify that '— DE ANZA SERVICES, INC. LIBERTY 3031 TISCH WAY, SUITE 304 Name and a,�a T°rt�n T SAN JOSE, CA 95128 ® address of 11'j 4J 1 AL,� Insured. Is,at the issue date of this certificate,insured by the Company under the policy(ies)listed below. The insurance afforded by the listed poticy(ies)is subject to all their terms,exclusions and conditions and is not altered by any requirement,term or condition of any contract or other document with respect to which this certificate may be issued. EXP.DATE • CONTINUOUS TYPE OF POLICY EXTENDED POLICY NUMBER LIMIT OF LIABILITY POLICY TERM WORKERS COVERAGE AFFORDED UNDER WC EMPLOYERS LIABILITY LAW OF THE FOLLOWING STATES: COMPENSATION Bodily Injury By Accident Each Accident Bodily Injury By Disease Policy Limit Bodily Injury By Disease Each Person GENERAL General Aggregate-Other than Products/Completed Operations LIABILITY $2,000,000 OCCURRENCE 12/31/95 'TB1161035044-024 Products/Completed Operations Aggregate $1,000,000 CLAIMS MADE Bodily lnjury and Propertv Damaqe Liability $1,000,000 Occurrence Personal and Advertising Injury Per Person/ RETRO DATE $1,000,000 Organization Other S50 000 FIRE LEGAL tither $5,000 MEDICAL LIABILTiY PAYMENTS AUTOMOBILE $1,000,000 Each Accident-Single Limit LIABILITY B.I.and P.D.Combined OWNED 12/31/95 AS2 161 035044 074 Each Person NON-OWNED Each Accident or Occurrence HIRED Each Accident or Occurrence !OTHER UMBRELLA EXCESS LIABILITY 12/31/95 TH1 161 035044 044 $1,000,000 ADDITIONAL COMMENTS RE: JANITORIAL SERVICES, PROJECT #94-101 *ADDITIONAL INSURED: SEE ATTACHED ENDORSEMENT It the certificate expiration date is continuous or extended term,you will be notified if coverage is terminated or reduced before the certificate expiration date. SPECIAL NOTICE-OHIO: ANY PERSON WHO,WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER,SUBMITS Mutual AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD. Itltiur.rluc(�rtf1111 NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST 3D DAYS - NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO: CITY OF CUPERTINo � - CEFffCa1f BUILDING DEPT. ANNMARIE T ORIO HOLDEN 10300 TORRE AVE. AUTHORIZED REPRESENTATIVE CUPERTINO, CA 95014 SAN JOSE,CA (408)453-3580 05/19/95 dmm OFFICE PHONE NUMBER DATE ISSUED This cwtifwulto is e-eciaed by I WERT Y MUTUAI INi'UIIAN('[ GHOUP Aw u�sun,i+.r.�s�5,rtf,,r,;;•1 bt 1 i.., -•pay '.'I POLICY NUMBER: TB1-161-035044 DEANZA SERVICES,INC. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ I�T1 CAREFULLY. ADDl['l<'IONAI.INSURED-OWNERS,LESSEES,OR CONTRACTORS(FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART AUTOMOBILE LIABILITY COVERAGE PART SCHEDULE RE: JANITORIAL SERVICES,PROJECT#94-101 Name of Person or Organization: THE CITY OF CUPERTINO&ITS DIRECTORS,OFFICERS,ENGINEERS,AGENTS&EMPLOYEES, &ALL PUBLIC AGENCIES FROM WHO PERMITS WILL BE OBTAINED&THEIR DIRECTORS, OFFICERS,ENGINEERS,AGENTS&EMPLOYEES ARE HEREBY DECLARED TO BE ADDITIONAL INSUREDS UNDER THE TERMS OF THEE POLICY, BUT ONLY WITH RESPECT TO THE OPERATIONS OF THE CONTRATOR AT OR UPON ANY OF THE PREMISES OF THE CITY IN CONNECTION WITH THE CONTRACT I VITH THE CITY,OR ACTS OR OMMISSIONS OF THE ADDITIONAL INSUREDS IN CONNEC'ION WITH,BUT LIMITED TO ITS GENERAL SUPERVISION OR INSPECTION OF SAID OPERATIONS (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. PRIMARY INSURANCE: Such insurance as is afforded by the general liability policy is primary insurance and no other insurance of the additional insured will be called upon to contribute to a loss. SEVERABILITY OF INTEREST: It is agreed that the above policy contains a standard cross liability of severability of interest clause. CANCELLATION CLAUSE: It is understood and agreed that the additional insured(s)will be given (30) days written notice before cancellation, non-renewal or reduction of coverage. Cancellation for non-payment of premium can be (10)ten days prior to the effective date, however, such must be by registered mail. All notices will specifically refer to the above project. fig..- Autho!m* ;r Date CG 20 10 10 93 CONTRACT FOR PUBLIC WORKS (cxont hued) CUMFICATE OF INSURANCE TO THE CTTY OF CUPEI TINO This certifies to the City of Cupertino that the following described policies have been issued to the insured named below and are in force at this time. Insured: BEANZA SERVICES, INC. Address: 3031 TISC$E WAY, ST'E 1008 SAN JOSE, CA 95128 Description of operations/locations/product.._assured (show cx)ntra(-t name anti/or number, if any) : CONTRACTUAL JANITORIAL SERVICES 94-101 WDR1CZRS' 03K1�EPENSATION *Statutory Min. *E1,T1Ployer e S NOT APPLICABLE Liability (name of insurer) Insuranoe Ccupany's State License No. diet ; Policy 1Vpe: Egad i oa_-u-reixx� $ 1,000,000 CX��'nU111TIS1VE GENEWU, 1,1.ADIL.I'17 --- — — [ g J Premises/Ope-ations Ge:zera1 Ag (--_xjate $ 2,000,000 (if applicable) [ % 1 CXxers & Contractors Protective pqg cgato $ 2,000,000 [ X ] Con tractika l for Si:)-c-c i fi_c Contract Persoma1 Injury $ 1,000,000 X ] Products Liability [ X j XCU Hazards [ J Broad Form P.D. Fire Mvvige. (any ( X ] Severability of interest orx, fire) $ 50,000 clause- ] Personal Injury with Medical F��is'- E]Tployee Exclusion RC!1W_)vCY.I (any one person) $ 5,000 or Self-Insured GCHM&RCIAL, GENERAL LIABILITY Retention $ N/A LIBERTY MUTUAL FIRE INSURANCE COMPANY (name of insurer) YY7-151-035044-064 12/31/95 Policy No. E)qDiration Date Ceit.ific.ite of 1zr;urvx.-e Page I of 2 coKII cr FUR PUBLIC WORKS (continued) AUIU7I`IVE/VAi-t=- LIABIL.17( BCkXLY IluuZy PROPERTY DAMAGE Ctuvr.rcial Form Each Person Each Accident Liability Overage -------- LYBERTY MUTUAL. FIRE INSURANCE COMPANY $ $ Each Accld t -(-name of u er) $ ---------- or Ccxnbined Single Limit $1,000,000 AS2-161-035044-074 12/31/95 Policy No. Expiration hate _ A copy of all Endorsements to t:e policy(ies) which in any way (agents's init) limit the above-listed types of coverage are attached to this Certificate of Insurance. This Certificate of Insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by to policies listed herein. Notwithstanding any requirement, term, or condition of any contract or any other document with respect to w:zic-h this Certificate of Insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. Fr IS HI7,,MY CIP%l'IFIED that the above policy(ies) provide liability insurance as required by the Agreement between the City and t-he insured. By: Dated: i `-' 19 ,o y - l Attach Certificate of Insurances and Additional Insured Endorsement on company forte. Certificate of Insurance Page 2 of 2 F+i�)I`i7O1:.�tI., i?J. �J}?i:`• f?a�7.-,r''.. .l. In consideration of the policy prunivm and notwi.ttr_stas d my any inc on sistent gtat M-V nt in the policy to uliich this i r, atlt,,Y'ied or any other D-dorsesli�elit attached thereto, it is agreed as follows: The City of Cupertino ("City") and its Directors, officers, ,engineers, agents and eaTp- lo}!eis, and all public agcu-pCies from tiom pe--mists will Le obtained and their Direc-tors, officers, engineers, agents and enVloy#yes are hereby declared to be additional insureds ui- er the of this policy, but only with re--pect to the operations of the Contractor_ at or upon any of the prm-ises of the City in oonnec-tion with the Contract with the. City, or acts or orn.issions of the additional insureds in connection with, but limited to its gu-) ral supe-r.vision or irt�-•ction of K3id ot�^2-atior . F1?LIC' 1NFJt�_ �+TICS. 1 . LIBERTY MUTUAL FIRE INSURANCE COMPANY _ 2. IIl lrl"]iTY Policy YY7--161-035044-064 3. Ef fo�t.ive Pkite of this nxior '.rl�_'ilt: _-^-^ - -- MAY 18_, 19 95 - 4 . :rtsured: DEANZA SERVICES, INC. All ix tier:-. herein provided to be given LTy t7;e Ii-L=anc:e Ccuipany to the Citev in with this r?01.ic}' �11-0 this Au ;1itiortiA1 L.rzsur_ed IDrclor.'e nt, ty• Iil(ad to Cr t_o tllk, City it 10101) `R) re Avenue, CUpesLino, 1 , ANNMARIE TORIO --- (print/type name,) war--rallt 1jurt I 113ve ai ' 'Iority to bird the belcx.' 11s;txl Irri=,- Crxipany and kh` hereon do so bi.rxl this Crxr�>.irr} (c'�__I s ig .3tkn e I���uire� won all E�r1c�2 :.-ca!Y Its_; �' t> Lure oi. Atftho2 i zrNi R ,re;-I-,tativo: C,t-i( inr] �� fcrrn-i;�ic�_� to t�:c District) i:anti->_a 01 Fvletlt/iulrix=,': ANNMARIE TORIQ I:itle: ACCOUNT SERVICE REPRESENTATIVE Ftikre ,,: 1735 TECHNOLOGY DR. , STE 300 Iel.ef�t�otx>.: 408-4-3-3580 SAN JOSE, CA 95110 Fac im.ilc: 408-453-5754 F,r k3 i t i or.3] insured l�ti]otY� n_nt I'�rgc� 1 of 1 mrilPAC], FOR 0-l"' .lc. sots c {c�ntir,:rc�i} FANDORSDI NT OF F'i21MAR.Y INSU£1ANC'E In consideration of the policy premium, and notwithstanding any ifroon- sisterdt statenvx,t in the policy to which this E ndor-sement is attached or arry other Di3orser- --rt attached thereto, it is agreed as follows: The inssuranc:e afforded by this policy is primary insurary--sa-, and no additional insarance held or owned by the designated additional insured(s) shall Lc called upon to cover a loss urraer said additional policy. I. Iruurai,� Co.tiny: LIBERTY MUTUAL FIRE INSURANCE COMPANY 2. lr,suranw Policy Ntml ar: YY7-16 1-035044-064 3. Effective Bate cf this I-�k;orserrnnt: MAY 18 , 19 95 4. lm:-used: DEANZA SERVICES,_INC. _ All notions hciein provided to be given by the Ins-urajice Ccnpany to the City in corurec.-tior, with this policy and this Additional Insured E7►�oLsennr,t, s11,111 lX-� n:.,iled to or dol ivere d to the City at 10300 'Ibrre Avenue, Cupertino, 1 , ANNMARIE TO_RIO__ __ _ {print/type r,arrr_) warrant tivt I have authority to bij-d the below listed Insurance CcRq-lany zuri by N-y sigi-otu.re he-rcDn do !_,o bind this Corlg:)�,ny. S,dn, tune of Aut oi-.i zoc3 }3c'E r-o, -ntat,_ve: !' r'- f tig, (Crr-i(jinal rmirired on all Fl,dorsements furnished to the District) Narr-:> of Agent/Agex:y: ANNMARIE TORIO Title: ACCOUNT SERVICE REPRESENTATIVE Acilress; 1735 TECHNOLOGY DR.,STE 300 Telephone: 408-453-3580 SAN JOSE, CA 95110 Facsimile: 408-453-5754 I'riirviry Dx or-sen", t Page 1 of 1 aY:M.-W1` FUR PL3T=C WDR S (contur.red) NOTICI. Ui' POLIC 7f CMCFSUXION FNDORSETv'IEYJ'r In consideration of the policy premium and notwithstanding any incon- sistent statement in the policy to which this Endorsement is attached' or any other Endorsement attached thereto, it is agreed as follows: Cancellation Notice. The insurance- afforded by this policy shall not be suspended, voided, canx�lled, reduced in coverage or in limits, or materially altered, except after th_irty(30) days' prior written notice by certified mail, return receipt requested, has been given to the City of CLipertino ("City") . Such notice shall be addr_ess-.cA- to the City as indicated below. POLICY INFU1;!11'1TIO?1 1. Insurance Coapany: LIBERTY MUTUAL FIRE INSURANCE COMP NY 2. Ir:.s-uran ce Policy Number: YY7-161-035044-064 3. Effective Date of this Eix orse-m-ant: MAY 18, 19 4. Insured: DEANZA SERVICES, INC. All notices herein provided to be given by the Insurance Conpany to the City in connection with this policy and this Additional insured Endorsement, s0h01.1 be ruled to or deliverc-1 to the City at 10300 Torre Avenue, Cupertino, California, 95014. 1, ANNMARIE TORIO _ (print/type name) warrant that I have authority to bir-O the below listed Insurc�e CcETTxany and by my sigrkature hereon do so bind this C cxTpany.,, Signature of Authorized Representative: (Original signoture required on all Erdorserptants furnished to the District) Nam.s of Agent/Ageixy: ANNMARIE TORIO Title: ACCOUNT SERVICE REPRESENTATIVE Address: 1735 TECMOLOGY DR. , STE 300 IV-lephone: 408-453-3580 UN JOSE, CA 95110 _ Facsimile: 408-453-5754 Cancellation Endorsement Page 1 of I CUt IMACI' FOR FVBLJC WDR S (continued) 014I E1iENSIVE GENERAL IjABIL rY/ OOMMERCIAL GENERAL LIABILITY FT P_sFMFNl' OF AL;GRB TE LIMTM OF INSURANCE PER PF OJWr In consideration of the policy premium and notwithstanding any incion- sistent statement in the policy to which this Endorsement is attached or any other F2xdorsement attached thereto, it is agreed as follows: This Endorsement modifies the insurance provided under the General Liability Coverage part of the below-referenced policy of insurance. The general aggregate limit under LIMITS OF INSUPANNCE dies separately to the project descri x_d as CONTRACTUAL JANITORIAL SERVICES 94-101 tP-01,1CY DIMM4ATION 1.. Insurance 0a7gx-u7y: LIBERTY MUTUAL FIRE INSURANCE CUMPANY 2. Insurance Policy Thanker: YY7-161-035044-064 3. Effective Date of this Endorsement: — MAY 18 _ , 19 �9 15_ 4. 1 tY1::ured: DEAN7.A SERVICES, INC. 5. Ac3 ti.onal Insured: ty of Cupertino, its Directors, Officers, agents and c!114Dloyees. All notices herein provided to be given by the Insurance Company to the- City in connection with this policy aixl this Additional Insured Endorsement, shall be m3il.ed to or delivered to the City at 10300 Torre Avenue, Cupertino, C'31ifoni_ia, 9501.4. I, ___ANNMARTE TORTn (Print/type name) warrant that I have authority to bind the below listed Insurance Ooupany and by my signature hereon do so bind this Ccari37-1 Signature of Authorized Representative: (Original signature required on all Endor eisi is furnished to the District) Names of Agent/Agency: ANNHARIE TORIO Title: ACCOUNT SERVICE REPRESENTATIVE Address: 1735 TECHNOLOGY DR. _sT 'ann Telephone: 408-453-3580 UK _iM,._CtA 95110 _ Facsimile: 408-453-5754 _ Aggregate Limits E2idorsemnt Page 1. of 1 Aid Ei�"�' FIC41�`E OF LIABILITY.�IVSUIR41E DATEQIM/DONYI 05 31 95 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR FOLK WHITE INSURANCE SERVICES ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 1361 SO. WINCHESTER BLVD. #103 �. COMPANIES AFFORDING COVERAGE SAN JOS E, CA 95128 COMPANY A RANGER INSURANCE COMPANY INSIRiFD COMPANY DE ANZA SERVICES, INC. e 3031 TISCH WAY COMPANY SAN JOSE, CA 95128 C COMPANY D OVERAGES ,.;. , THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN—REDUCED BY PAID CLAIMS. Co POLICY EFFECTIVE 1 POUCY EXPIRATION LTR TYPE OF INSURANCE I POLICY NUMBER DATE(MM/DD/YYI GATE(MM/DD/YYI LIMITS i EAAL LIABILITY I I GENERAL AGGREGATE _ COMMERCIAL.GENERAL LIABILITY � ' I PRODUCTS•COMP/OP AGG S �— CLAIMS MADE ED OCCUR i { I PERSONAL 8 ADV INJURY i$ OWNER'S 3 CONTRACTOR'S PROT I 1 I I I EACH OCCURRENCE _ S p— j FIRE DAMAGE(Any one tire) d I MID EXP(Any one person) , S AUTOMOBILE UABIUTY j ANY AUTO COMBINED SINGLE LIMIT S ALL OWNED AUTOS BODILY INJURY --- SCHEDULED AUTOS { I (Per person) HIRED AUTOS I I ! F---LY INJURY S NON-OWNED AUTOS r eccideno 1 --�--- -----�-- i PROPERTY DAMAGE I S 1 6ARAQE UA&UTV _ AUTO ONLY_E.A ACCIDENT I S —_ -,-._ ANY AUTO OTHER THAN AUTO ONLY: EACH___ACCIDENT S ___.. -_L . I r I AGGREGATE EXCESS UABIUTY EACH OCCURRENCE S UMBRELLA FORM AGGREGATE .____$ OTHER THAN UMBRELLA FORM I I S WORKERS COMPENSATION AND I I QBY_L WC STATU- OTM- -LS f3NPLOYBRB'LIABILITY ima,. — ? ( - --- EL EACH ACCIDENT S THE PROPRIETOR! ) ---- ----- _— PARTNERS/EXECUTIVE INCL�- I i { EL DISEASE-POLICY LIMIT S OFFICERS ARE: I EXCL EL DISEASE-EA EMPLOYEE S OTHER JANOTORIAL jDLP0212515 � 11/08/94111/08/95 $5, 000 A SERVICE BOND I DESCRIPTION OF OPERATIONSA.00ATIONSIVB*CLES/SPECIAL ITEMS ._...a li.,�.M.ai►�. ;'-'.. ........... :�:;: - > ,:'_VP�i7Y,�+Ga.L/A1�IV�t.--': .:.�.;•: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF CUPERTINO EXPIRATION DATE THEREOF, THE ISSUINO COMPANY WILL ENDEAVOR TO MAIL DEPARTMENT OF PUBLIC WORKS 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAME)TO THE LEFT, 10300 TORRE AVE BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OSUGATION OR UABIUTY CUPERTINO, CA 95014 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTOITIVE �w ACORI;I.$iffi i11�i3! �LRD. aORPf7RA{ION.9 FREC#1601 CU1MW7r MR PUBLIC WORKS (continued) CERTIFICATE OF INSURANCE TO THE CM OF cLYPERrujo This certifies to the City of Cupertino that the followiry.) derma ikoxI policies hale been issued to the insured named beloui and are in force all, this time Insured: tin-'a S-.-rvic.-s , Inc. Address: 3031 Tisch Way, 10 0 8 San Jos_-, CA 95:128 Tisured (show contract name of operations/locations/products and/or comber, if any) : Janitorial Ser7ic,2s - All California Ope r it i o n s WOTUUNS I CUTPENSATION *Statutory Min. *Ehployer's Republic Indeminity Liability (name of insurer) $, _cOO, OOO $1 ,000, 000 $1 , 000,000 Insurance C--rpany's State License No. Check Policy Type: Each Occurreixe $ COMZERENISIVE GENERAL LIABILITY Premises/Operations General Aggregate $ (if applicable) Owners & Cc:tractors Protective Aggregate $ Contractual for Specific Contract Parsonal Injury $ Products Liability XCU Hazards Broad Form P.D. Fire Damage (any Severability of Interest one fire) $ Clause Personal. Injury with Medical Dqvnse Employee Exclusion Removed (any one person) $ or Self-Insured CCMMERC1AL GENERAL LJABILXIY Retention $ (name of insurer) Policy No. DgAration Date Certificate of Insurance Page 1 of 2 CONIRACT FOR PUBLIC WOWS (continued) AU`1a4M=/Mf1CLE LZABIIXrY BODILY INJURY PROPERTY DAMAGE CXmmercial Form Each Person Each Accident Liability Coverage S S Each Accident (name of UiLi&er) $ or Combined Single Limit $ Policy No. Expiration Date A copy of all Endorsements to the policy(ies) which in any way (agefitsIs init) limit the above-listed types of coverage are attached to this Certificate of Insurance. This Certificate of Insurance is not an insurance policy and does not amend, extend or alter the coverage afforded 1y the policies listed herein. Notwithstandirvg any requirement, term, or condition of any contract or any other document with respect to which this Certificate of Insurance may issued or may pertain.-, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. Workers ' Compensation IT IS HEREBY CERTIFIED that the above policy(ies) provide 41ab insurance as required by the Agreement between the City and the insured. By: �4 ty ,.�_ Dated: — �v\c3." _ la— 19 Attach Certif irate of Insurance and Additional Insured E X-dorsement or. company forms. Certificate of Insurance Page 2 of 2 CONTRACT FOR RMLIC: WMM (continued) WVER OF SUBROGATION ENDORSE MEN'T WORKER'S COMPENSATION INSURANCE In consideration of the policy premium and notwithstanding any incon- sistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is agreed as follows: It is agreed that with respect to such insurance as is afforded by the policy, the Insurance Cm any waives any riot of subrogation it may acquire against the City of Cupertino, and each of its Directors, Officers, agents, consultants and employees by reason of any payment made on account of injury, including death resulting therefrom, sustained by any employee of the insured, arising out of the performance of the above-referenced Contract. POLICY INFORMATION I. Insurance Company: Republic Indemnity Co. of America 2. Znsurznoe Policy Number: PC 3900161 3. Effective Date of this Endorsement: June 1 19 95 . 4. Insured: De Anza Services Inc. All notices herein provided to be given by the Insurance Ccmypany to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino, California, 95014. G . K . Caldwell I, _ (print/type name) warrant that I have authority to bind the below listed Insurance Om%Dany and by my signature hereon do so bind this Company. Signature of Authorized Representative; ,�, �, _L ` i (Original signature required on all is furnished to the Dist Atlantic-Pacific Insurance Brokers, Inc . Names of Caldwell & Associates Owner n e r Agent/Agency:: Title: 1725 So. Bascom Ave #204 408 369 196E Address: _ Telephone: Campbell , CA 95008 Facsimile: 408 369 1963 Subrogation Endorsement Page 1 of 1 CaM:ZACT FOR PUBLIC WORKS (continued) ENDORSEMENT OF PRI24 RY INSURANCE In consideration of the policy premium and notwithstanding any incon- sistent statement in the policy to which this &dorsement is attached or any other Endorsement attached thereto, it is agreed as follows: The insurance afforded by this policy is primary insurance, and no additional insurance held or owned by the designated additional insured(s) shall be called upon to cover a loss under said additional policy. POLICY INFORMATION 1. Insurance Company: Republic Indemnity CO. of America 2. Insurance Policy Number.. P C 3900161 3. Effective Date of this Endorsement. June 1 , 19 95 4. Insured: De Anza Services Inc. All notioes herein provided to be given by the Insurance C=gDany to the City in connection with this policy and this Additional Insured Elhdorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino, California, 95014. I, G. K. Caldwell (print/type name) warrant that I have authority to bind the below listed Insurance comparny and by my signature hereon do so bind this Company. Signature of Authorized Representatives (Original signature required on all Endor &Tents furnished to the Dis's ict) Atlantic-Pacific Insurnace Brokers, Inc. Names of Caldwell & Associates Owner Agent/Agency: _ Title: Address: 1725 So. BASCOM Ave.#2Q lephone: 408 369 1960 Campbell , CA 95008 Facsimile: 408 369 1963 Primary Endorsement Page 1 of 1 CDMRACr FOR PUBZJC WORKS (continued) 140MCE OF POLICY CANCELLATION ENOORSEVIEUr In consideration of the policy premium and notwithstanding any incon- sistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is agreed as follows: Cancellation Notice. The insurance afforded by this policy shall not be suspended, voided, canoellad, reduced in coverage or in limits, or materially altered, except after thirty(30) days' prior written notice by certified mail, return receipt requested, has been given to the City of Cupertino ("City") . Such notice shall be addressed to the City as indicated below. POLICY INFORMATION I. Insurance Company: Republic Indemnity Co. of America 2. Insurance Policy Nwnber: PC 3900161 3. Effective Date of this Endorsement: June 1 19 95 4. Insured: De An.za Services Inc. All notices herein provided to be given by the Insurance U rpany to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupert.ino, California, 95014. G. K. Caldwell I� (print/type name) warrant that I have authority to bind the below listed Insurance Cwpany and by my signature hereon do so bind this Cutpany. Signature of Authorized Representative.- (original signature required on all Endo is furnished to the District) Nams Atlantic-Pacific Insurance Brokers , Tnc. Agent/Agency: Caldwell & Associat,�stle• ent _ Owner Address: 1725 So. Bascom Av 2D 408 369 1960 Campbell , CA 95008 Facsimile: 408 369 1963 Cancellation Endorsement Page 1 of 1 ADDITIONAL INSUPED ENDORSEMM In consideration of the policy premium and notwithstanding any incon- sistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is agreed as follows: The City of Cupertino ("City") and its Directors, officers, engineers, agents and a ployees, and all public agencies fran whcwn permits will be obtained and their Directors, officers, engineers, agents and employees are hereby declared to be additional insureds under the terms of this policy, but only with respect to the operations of the Contractor at or upon any of the premises of the City in connection with the Contract with the City, or acts or aanissions of the additional insureds in connection with, but limited to its general supervision or inspection of said operations. POLICY INFORMATION Republic Indemnity Co. of America 1. Insurance Coat any: 2. Insurance Policy Number: PC 3900161 3. Effective Date of this Endorsement: J U N E 1 19 95 . De Anza Services Inc. 4. Insured: All notices herein provided to be given by the Insurance Coapany to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino, California, 95014. G. K. Caldwell I, (print/type name) warrant that I have authority to bind the below listed Insurance Company and by my signature hereon do so bind this Ccupany. Signature of Authorized Representative- (original signature required on all Endorsements furnished to the District) Atlantic-Pacific .insurance Brokers, Inc . Names of Caldwell & Associateis Owner. Agent/Agency: Ttle: Address. 1725 So. Bascom Ave #204fe1ephone. 408 369 1960 Campbell , CA 95008 Facsimile: 408 369 1963 Additional Insured Endorsement Page 1 of 1 f BOND NO. : SA1401922 PREMIUM: $2,700.00 FAI'IIUM PERFORMANCE BOND hZM ALI, MEN BY 71IESE PRESE27r: THAT WE, DE ANZA SERVICES, INC. as Principal, (contractor's name) and STAR INSURANCE COMPANY as Surety, (bonding ompany's name)_ are held and firmly bound unto the City of Cupertino, State of California, in the sum of THIRTY SIX THOUSAND AND NO/100 DOLLARS"""""""" lawful money of the United states, for the payment of which will and truly to be made, we bind ourselves, our heirs, executors, successors and assigns, jointly and severally, firmly by these presents. 77HE COMITION of the foregoing obligation is such that, WHEREAS, the Principal has entered into a contract with the City dated ,19 with the Obligee to do and perform the following work to-wit: PROJECT NO. 95-101 - CONTRACTUAL JANITORIAL SERVICES NOW, MMZUtiRE, if the said principal shall well and truly perform the work contracted to be performed under said contract, then this obligation shall be void; otherwise to remain in full force and effect. LN 167INESS WHEREOF, this instrument has been duly executed by Principal and Surety this 31ST day of MAY , 19 95 . (To be signed by Principal and Surety. Notary ac mowledgmnts required) 0ONTRACTOR DE ANZA SERVICES, INC. Principal. STAR INSURANCE COMPANY Surety By: y Attu - aat; G. GERBING, \ The above ted and approved this - aay of ,19 Faithful Performance Page 1 of 1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of SAtiTA CLARA On 5/31 /95 before me, L.INDA K. LA MARR, NOTARY PUBLIC DATE NAME,TITLE OR OFFICER-E.G.*JANE DOE,NOTARY PUBLIC" personally appeared G.F. GERBING, JR. NAME(S)OF SIGNEMS1 ® personally known to me - OR -❑ proved to me on the basis of satisfactory evidence to be the person(6) whose name(s4 is/am subscribed to the within instrument and acknowledged to me that he/91WAWy executed the same in his/)WXX0X& authorized capacity0tes), and that by his/hiritbaix signatureW on the instrument the person(s), or the entity upon behalf of which the person(g) acted, executed the instrument. WITNESS my hand and official seal. r tINU K.u MOR I IL Ccm*� R 4 i 1355 � y i` t r ..'<. FATA.R Ft .'C GKKCRNA +N claa Ccom 4 Ny rerun.ExRres!erg 13.1°%s SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLHSI ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL IN ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSONISI OR ENTITYIIES) STAR INSURANCE COMPANY SIGNER(S) OTHER THAN NAMED ABOVE A(A =32 It—3/94 STAR INSURANCE COMPANY GENERAL POWER OF ATTORNLv ;\0 SAi 4(J .I �.t 2 (Void unless nuunhered in red) KNOW ALL MIEN Bl THESE PRESENTS.that Star Inswaacc Company has made, urn>tituted and appointed, and by these presents does make,constitute and appoint G. F. GERBING, JR, OF SAN JOSE, CALIFORNIA its true and lawful attorney-in-tact, for it and in its name, place, and stead to execute on behalf'of the sa;d Company, as surety, bonds, undertakings and contracts or suretyship to be given to Applicable to All Obligees provided that no bond or undertaking or contract of suretyship executed under this auth,)rity shall exceed in amount the sum of two million five hundred thousand ($2,500,000.00)dollars. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 7th day of January, 1993. "RESOLVED,that the Chairman of the Board,the Vice Chairman of the Board,the President,an Executive Vice President or a Senior Vice President or a Vice President of the Company be,and that each or any of them is,authorized to execute Powers of Attorney qualifying the attorney-in-fact named in the given Power of Attorney to execute in behalf of the Company bonds. undertakings and all contracts of suretyship; and that an Assistant Vicc President. a Secretary or an Assistant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney,and to attach thereto the seal of the Company. FURTTJER RESOLVED, that the signatures of such officers and the seal of the Company may he affixed to any such Power of Attornev or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such Facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached." IN WITNESS WHEREOF,STAR INSURANCE COMPANY has caused its official seal to be hereunto affixed,and these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 7th day of February, 1994. Attest: STAR INSI!RANCF. MPAN]' !' 'l f vapN g /i j Robert S.Cubbin,Senior Vice President 'z Marc S.Willner,Senior Vice President SEAL STATE of MICIIIGAN I ' COUNTY OF OAKLAND Or. this 7th day of February, 199.4, before me personally came Marc S. Willner, to me known, who being by me duly sworn, did depose and say that he is a Vice President of STAR INSURANCE. COMPANY, the corporation described in and which executed the above instrument:that he knows the seal of the said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of'said corporation and that he signed his name thereto by like order. t.,�XIQ r` Colleen Keltz Mcr•^Y NOTARY PUBLIC My Commission Expires: CERTIFICATE Wycafmdalon 390.20.I B Acfba in oamaw cwnty. w 1, the undersigned,of STAR INSURANCE COMPANY, a Michigan corporation, DO iiEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked;and furthermore that the Resolution of the Board of Directors,set forth in the said Power of Attorney,is now in force. Signed and scaled at the city of Southfield in the State of Michigan. Dated the 31 ST day of MAY , 19 95 Mary Jo enaud,Assistant Secretary 6030-Feb.94 Page 1 of i (progslsrtylagrnntsl EXHIViT * II SUICE UNTT COST PER O=UUNCE FOR =1 MLL ADMI S7rPA=ON BUILDING 10300 TOME AVENUE The following services are to be performed after 12:00 a.m. and before 7:00 a.m., five (5) days a week, Monday V ough Friday. For the purpose of deducting cost for services not .rendered, the following is a list of services and the unit cost per occurrence. A. DAILY SERVICES: I. Dust mop all tile floors and stairs to lower level. $ 2.45 /per day 2. Sweep all door mats, both inside and outside. $ .45 /per day 3. Vacuum all carpeted areas--upper and lower levels. Spot clean daily. $ 6.15 /per day 4. Fill all soap, towel and paper dispensers using materials furnished by the contractor. ETerge-n y supplies of soap, towels and toilet tissues shall be stored at this location. $ .35 /per day 5. Empty and clean thoroughly all ash trays directly outside building doors. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and norrecyclable ..rash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 13.75 /per day 6. Scrub and dis--nfect all sinks, cca:mcdes and urinals. Mcp floors using disinfectant solution. Clean and polish fixtures, dispensers, and clean mirrors. Replace urinal deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. $ 9.35 y/per day 7. Clean counter tr,,p, stove, outside of refrigerator, microwave (inside & out) , coffee area, tables and sink in employees lunch area. $ 1.45 /per day 8. Dust all furniture (except desks) including file cabinets, work tables, upper binder bins .in cubicles, counters, window sills, telephones, and etc. $ 3.35 /per day 9. Clean main lobby and council chamber including podium, counters, wood doors and glass doors and wood trim of fingerprints and snx ges. $ 1d.35 /per day 10. Clean and polish drinking fountains thoroughly. $ 4,34 /per day 11. Clean floor, metal walls and railings in elevator. S 3. 15 /per day Bic: Pr-cpcsal Page 3 of 3Z 12. All interior doors shall be closed and locked as required, and lights turned off upon leaving offices after cleaning. $ 2.35 /per day 13. Wash main lobby and enployee's doors (upper and lower levels) . $ 3.65 /Per day 14. Site Supervisor must speak and read English and be at site at all times. S 5. 75 /per °may 15. Secure all exit doors and set alarm system when leaving building. $ 4.21 /per day B. WEEKLY SERVICES 1. Wet mop, wax all tile floors. $ 6.05 /per week 2. Clean docr kick plates and hardware with brass cleaner. $ 15.00 /Per week 3. Vacuum all cloth chairs throughout building $ 48.00 /per week 4. Clean and maintain the janitorial room including sink, walls, and floor. S 15.00 /per week 5. Janitorial service must meet with a facility representative during city work hours once a week. $ 10.00 /per week 6. Clean grout on all bathroom ceramic tile. (Floors, walls, counters and sinks, etc.) $ 4.65 /per weer C. SEMI-MONTHLY SERVICES 1. Wash all walls, floors, stall partitions and doors in rest roans using a disinfectant detergent. $ 23.00 /semi-no. 2. Clean all rubber base molding of dirt and wax. $ 2:_nn %semi-mo. 3. Wash main lobby windows. $ 10.00 /semi-no. D. MONTHLY SERVICES: 1. Spot clean all doors, frames, and walls (only washable walls) on both levels. $ 3F_On /per mo. 2. Strip and rewax all bathrocm tile floors, not the edging or stairs. S 14.5n /per mo. 3. Clean top of all HVAC ducts and light fixtures on lower level. $1a7.6n /per mo. 4. Dust heat registers and air vents and door louvers in all areas. $ f?1 .7n /per mo. Bid Proposal Page 4 of 32 E. Qt7AFC RLY SETtMCEE 1. Wash all interior and exterior windows inside and 162.00 out, vacLr= drapes and clean venetian blir4s. $ lPer F. ANNUAL SERVICES 1. In December, remove or open all plastic light covers (not plastic lens) and chrcce refractors y6 00 annual aril clean thoroughly of bugs and dirt. $ I 2. In December, vacuum 111 cloth partitions. $ 30.00 /annual 3. Dry clean all carp-,_ (date to be determined by 135.00 City.) $ /annual G. SUPPLIES 1. Paper towels equal to 389-H James River $ 62.72 per m ltifold. 2. Paper towels equal to 951 Crown Chiffon, 2-ply roll. $ 21.63 /per mc), 3. Toilet paper equal to Crown-Soft Plus roll $ 6 b �.10 /per m . tissues. 4. Disposable toilet seat covers--flat pack--250 count, equal to 46-SC James River. $ 1� 3? /Per im 5. Pink liquid soap. (Mild Abrasive) $ 4•86 /?per co• 6. Head and body shaTq= � 1.43 ./per mo. 7. 4" Sanitary Napkins $ 4.50 /per mo. 8. Tampons, $ 7 .94 /per mo. 9. Ur:.nal S(_—_E MS $ 23. 13 /per no. 10. Plastic Trashliners $ 24. 11 /per mo. H. BUILDING SIZE 1.. City Hall. (main floor) 11,520 Sq.Ft. 2. City Hall (te-race level) 8,300 Sa.Ft. rid X_ �c ai :age 5 cf _.: SERVICE UNIT CCaST PER OOCUTTENCE FOR CL`PEFZrINO LIBRARY BUI ING--10400 TORRE AVENUE The following services are to be performed after 1.0:00 p.m. and before 6:00 a.m., six (6) days a week on Today, Wednesday, Thursday, Friday, Saturday and Sunday. For the purpose of deducting cost for services not rendered, the following is a list of service and the unit cost ^r occurrence. No work will be required in the main ccupxter roan. A. DP.II.,Y SERVICES 1. Dust mop and wet mop all ceramic, tile and 1.95 mete stairs. $ /Per day 2. Sweep all door mats, both it side and out--side, 35 when needed. $ /Per day 3. Vacuum all carpeted areas an all levels. spot 17.00 clean daily (except main ca inter roam) . $ /Per day 4. Fill all soap, towel, and paper dispensers using materials furnished by the contractor (except for soap and paper products supplied by library) . Emergency supplies of soap, towels and toilet 1.25 tissues shall be stored at this location. $ /per day 5. Rgoty and clean thoroughly all ash trays directly outside building doors. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. Put plastic liner in the trash receptacle in the staff 2.25 lunchrocan. $ _/Per day 6, scrub and disinfect all sinks, ccmrcdes and urinals. Mcp floors using disinfectant solution. Clean and polish fixtures, dispet.aers and wipe mirrors. Replace urinal deodorant screens, when hied. Remove graffiti from walls. $., d.25 /per day 7. Clean counter top, stove and sink in erployees 3.25 lunch area. $ /Per day 8. Clean mai.i lobby including glass doers, wood 10.25 trim, counter of fingerprints and snidges. $ /per day 9. Clean and disinfect drinking fountains thcrcughly. $ 1 .35 /per day 10. Vacuum floor and clean walls and railings in 4.85 elevators. $ /per day Bid Prcccsal Page 6 cf 32. A. DAILY SERyTcEs (continued) 11. Clean all doors of fingerprints and mmidges. $ 8.75 /per day 12• Sweep around outside of building, including 3.45 parch, stairs and patio and clean handrails. $ /Per day 13. Site Supervisor must speak and read English and be at the site at all times. She Supervisor must carry a beeper Paging system. $ 5. 5 /Per day 14. All doors shall be closed, lacked, lights turned off and checked upon leaving offices that have been cleaned, especially two (2) fire doors at bort c of each stairway and the ccamunity room door at terrace level hallway must be kept cloned and locked for security reasons. $ 3.45 /per day 15. Before leaving building secure all exit doors, 4.00 and set alarm. $ /per day B. WEEKLY SERVICES 1. Dust all fartniture (except desks) including file cabinets, microfilm readers, periodical racks, work tables, ccunters, chairs, window sills, door frames, telephone, etc., using treated dust cloths. Work surfaces shall be thoroughly cleaned of all marks, fingerprints, etc., when required. $ 9. 15 /Per week 2. Clean door kick plates and hardware with }crass cleaner. $ 10.00 i/Per week 3. Vacuum all cloth Chairs throughout building. $ 35.00 /per week 4. Clean all metal and wood railings and remove graffiti, especially between floor in public areas. $ 18.00 /per weak 5• Dust heat registers and door louvers in all areas. $ 19•00 /per week 6. Clean and maintain the janitorial roan including sink, walls, and floors. $ 13.00 /per week 7. Wet mcp concrete stairs. $ 15.00 /per week 8. Clea,i grout between all ceramic tile (wall, cei 1 ings, floors & counter tcps) . $ 4.65 /per week 9. Janitorial Service waist- meet with a facility representative during City work hours once a week. $ 10.00 /per week. Bid Pr--pcsal Pane 7 of 32 C. SEMI-MNIIMY SF (MS 1. Wash all walls, floors, stall partitions and doors in rest rocsm using a disinfectant detergent. $ 25.00 /semi Mo. 2. Clean all rubber base molding of dirt and wax. $ 13.00 /semi mo, 3. Wash all door mats. $ 1.00 /semi mo. D. MTIMY SERVICES 1. Wash main lobby windows. $ 15.00 /per mo. 2. Wash all interior and exterior windows inside and out, and clean Venetian blinds. _ $ 160.00 /per mo. 3. Spot clean all doors, frames, and walls. $ 35.00 /per mo. E. SEMIANNUAL SERVIcEs I. Remove arm clean all register covers and vent grills. $ 25.00 /semi-annual F. ANNUAL SERVICES 1. In December, remove or open all plastic light covers (not plastic lens) and :hrom refractors and clean thoroughly of bugs and dirt. $ 95.00 /annual 2. Dry clean all carpets (date to be determined by the City) . $ 292.40 /annual G. SUPPLIES: Supplied by County and stored on site. $ H. BUILDING SIZE 1. Cupertino IjJzary 37,000 Sq. Ft. Bid P-cr:c:al Face 3 of 32 SEMC E UNIT CWT PER OCCURRENCE Eft PORTAL PARK RDC R=ON BUIMING The following services are to be performed after 11:00 p.m. and before 6:00 a.m., three (3) days a week, on ZUesday, Thursday, and Sunday. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. A. DALT Y SERVICES 1. Vacuum entrance ma's. $ .15 /per day 2. Dust mop and wet mop all tile floors. $ 4.15 /per d.y 3. Empt-Y and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and retyclables are to be kept separate and placed in the proper location for disposal. $ 50 /per day 4. Dust all furniture including Counter tops, window sills, wooden benches, baseboards, etc. $ : i5 ./per day 5. Scrub sink, clean cutside of refrigerator, 1.35 counter tops, and stove tap. $ /per day 6. Clean play tables, sides and top of dirt and fingerprints. $ .95 /pp-r day 7. Site Supervisor must speak and read Fhglish and be at the site at all times. $ 5.75 /per day 8. Secure all exit doors when leaving building. $ .35 /per day B. WEEItZY SERVICES 1. Spot clean all walls, doors and dwr frames for fingerprints and smudges. $ 3•95 /per ;week 2. Buff all tile floors. $ 20.00 /per week 3. Janitorial Service must meet with a facility representative during City work hours once a week. $ 10.00 /per week C. MLNIHLY SERVICES 1. wet mop, wax and buff all tile floors. $_30.00 /per M. 2. Strip and rewax all tile floors. $ 2.00 /per mo. Bid Prcccsal Page 9 e D. QLPJZIMZY SE WICKS 1. Wash all windows inside and out. $ 14.61 /per qtr E. ANNLAL SERVICES 1. In December, remove all plastic light covers and clean thoroughly of bugs and dirt. $ 45.00 /annual 2. Wash thoroughly and disinfect all table tops, lugs and chairs. $ 35.00 /annual F. SUPPZZES 1. Paper towels 389-H James River NUltifold in kitchen. $ 15.68 /Per mo. 2. Plastic trashliners. $ .05 /per mo. G. BUILDING SIZE 1. Portal Park Recreation Building. 1,308 Sq.Ft. Bid Prcposal Page 10 of 32 SERVICE UNTr M13T PER OCCUWINCE MR SENIOR CITIZENS CENTER ON SrEVENS CREW{ BOULEVARD The followi.rxj services shall Ira performed after 1:00 a.m. and before 7:00 a.m. , six (6) days a week, on Monday through Friday and Sunday. For the p xpcse of deducting cot for services not rendered, the following is a list of services and the unit cost per occurrence. A. DAIII,Y SERVICES 1. Clean brass, windows and door knobs on all entrance doors. $ .78 /per day 2. Dust mop then wet map all tile & linoleum floors. $ 1.75 /per day 3. Dust and clean all furniture including cabinets, counter tops, tables and window sills, etc. $ 85 /per day 4. Empty and clean thoroughly all ash trays directly outside building doors. Eq:)ty and clean all other waste and re=yclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 2.35 /pe day 5. Scrub and disinfect all sinks, ccomcdes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace rim hugger deodorant in toilet bowls and urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towel in dispensers. $ 3.45 /per day 6. Sorb kitchen sink and clean outside of refrigerator, freezer, stave top, dishwasher, ice machine, kitchen appliances and all tile counters. $ 2.73 /per day 7. Vacuum and spot clean carpets. $_1.89 /per day 8. Efiergency supplies of soaps, towels, trash liners and toilet tissue shall be stored at this location. In addition, fill all soap and paper towel dispensers. $ 2 . 13 /per day 9. Site Supervisor must speak and read English and be at the site at all tunes. S 5 73 /per day 10. Before leaving building secure all exit doors and $ 1 . 13 ./per day set alarm. E id r'rccc;-11 Page 11 or 3:. B. WE:EI LY SERVICES 1. Spot clean all walls and doors for fingerprints and des. $ 6.15 /per week 2. Move furniture and wet mop and buff all tile and 3 02 linoleum floors. $ 1P� wok 3. Janitorial Service must meet with a facility representative during City work hours once a week. $ 10.00 /per week 4. Clean all file grout in rest rooms. $ .50 /per week C. MOMMY SERVICES 1. Wet map all tile floors. $ 25.00 /per Mo. 2. Use grout cleaner on kitchen tile. $ 35.00 /per no. 3. Vacuuan all cloth chairs. $ 26.00 /per Mo. 4. Clean all air vents. $_ 4.00 /per mo. D. QLY SERVICES (dates determined by City) 1. Wash all windows inside and out. $ 60.00/peer quarter 2. Clean and wax wood kitchen cabinets, desks, lobby coffee table and all wooden doors. $ 12.00/per gL;ar-tp,- E E. SEMI ANNUAL, SERVICES 1. Strip and rewax all tile and linoleum. $ 78.00/semi-anr,Ual 2. Wash thoroughly and disinfect all tables and chairs. $ 48.00/semi_annual 3, Wet mop, strip and rewax all tile floors (move furniture) . $ 12.00/sei-a.uyua.1 F. ANNUAL SERVICES 1. In January, remove all 1?ght covers and clean. $ 38.00 /annual 2. Dry clean all carpets. (Date to be determined by the City) $ 19.50 /ar,,nual 3. One general daily cleaning performed during the daytime hers. (Date to be determined by the City.) $ 100.00 /annual G. SUPPLIES 1. Paper towels equal to 389-H James River Nhultifold. $ 47.04 /per ,o_ Bid Proposal Page 12 of 32 G. SUPPLIES (continued 2. Toilet Paper equal to Q"M-Soft Plus roll g 27.05 /per mo. tissues. 3. Dille toilet seat covers--flat pack 250 $ 18.39 /per mo. count, 46-SC James River. 4. Pink liquid soap. (Mild Abrasive) $ 0.0 /per mo. S. Plastic trashliners. $ 13.44 /per mo. 6. 9112 Derma Pro lotion soaP $ 9.19 /per mo. 7. Urinal Sc_~eens $ 20.13 /per mo. H. BT=n4G SIZE 5,963 Sq. Ft. 1. Senior Citizen's Center. Bid :-,:cpcsa1 Pane 13 cr 3� SERVICE UNIT COST PER OCCURUNCR FOR Mu^CLE 1AN RANCH MAIN BUIMI% AND KJSEU14 The following services are to be performed after 1:00 a.m. and before 6:00 a.m., three (3) days a week, on Tuesday, Thursday and Sunday. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit apt per occurrence. MIN BUIIDDE: A. DAILY SERVICES 1. Dust mcp all tile floors (both levels) . $ .75 /per day 2. E2pty and clean all other waste and recyclable receptacles. Trash recevrtac`les ' at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclable-- are to be kept separate and placed in the proper location for disposal. $ 1.95 /per day 3. Dust all furniture including counter tops, file cabinets, window sills, stair railings, etc. (except desks) . $ 2. 13 /per day 4. Scrub and disinfect all sinks, commodes and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. $ 2.85 /per day 5. Scrub kitchen sink, clean counter, outside of refrigerator and stove top. $ 1.15 /per day 6. Vacuum and spot clean carpets. $ 1.28 /pe;, day 7. Emergency supply of soap, toilet tissue and pap-x products will be stored at this location. $ 1 .17 /per day 8. Site Supervisor must speak and read English and must be at the site at all times. $ 5.75 /per day 9. Before leaving building secure all exit doors and set alarm. $ .75 /pe-r day B. W=Y SERVICES 1. Wet mcp and buff all tile floors on both levels. $ 5.4 /per wok 2. Janitorial service must meet with a facility representative during City work hours once a week. $ 10.00 /per week E d rr::c-csa1 Page 14 of 3Z C. NgJNIIMY SERVICES 1. Spot clean all walls, doors and door frames for fingerprints and smidgen. $ 8. 15 /Per mo. 2. Strip and rew-&x all tile floors. $ 26.00 /Per MO- D. QLVJ=LY SERVICES S 24.33 /Per quarter 1. Wash all windows inside and out. E. ANNUAL SLTvICFS 1. Ln December, remove all licit covers on both levels and clean. $ r;5,00 /per annual 2. Dry clean all carpets (date to-.be determined b}, $ 19,50 /P� annual City) . F. SUPPTTZES 1. paper towels equal to 389-H James River Multifold. $ 15,68 /per w. 2. Toilet paper equal to Crean-Soft Plus roll tissue. $ 6.76 /Per mo. 3. Plastic trashliners. $ 4.14 /Per w. G. BUIIZDiG SIZE 1. Administration Building 2,124 Sq.Ft. Bid Proposal Page 15 of 32 93-038 CONTRACTUAL JANITORIAL SERV. 8 of 9 PROJECT 94-101 SEW CE L r r COST PER OCCURRENCE FOR MUSELM/STORAGE - MC CLELIM RANCH PARK The following services are to be performed after 1:00 a.m. and before 6:00 a.m., three (3) days a week, on Tuesday, Thursday and Sunday. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. MUSEWSTMJYM BUIMIM: A. DAILY SEM7CES I. Dust mop all tile floors without disturbing animal cages. $ 3.75 /pe &y 2. Dip-ty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 2.25 /per day 3. Scrub both sinks, clean counters and cxitside of refrigerator. $ .35 /per day 4. Supply of snap and paper products stored at McClellan Main Building. $ 1.25 /Pe= day a. Site Supervisor mast speak and read English and be at the site at all times. $_5.75 /per day 6. Before leaving building secure all exit doors. •35 /per day B. W=Y SERVICES 1. Wet map and buff all tile fl,-:ors. $ 4.35 /per wok 2. Janitorial Service mist meet with a facility representative during City work hours once a week. $ 10.00 /pe_r week C. MOMMLY SERVICES 1. p clean all walls, doors and door frame for fingezorints- and studges. $ 11 .75 /per mo D. QL7J.UTRL`.' SERVICES 1. Wash all windows inside and outside. $ 29.25 /per quart—.,- 2. Strip and rewax all tile floors. $ 73.00 /per quarter Bid Prcccsai cage 16 o,. 3 E. ANNUL SERVICES 1. In Dyer, =erove all plastic light covers and clean. $ 3:.00 /annual F. BUDDING SIZE 1. Musem/Storage. 945 Sq. Ft. Bid r^rcccsal Face 17 of 3Z SERVICE = C10Sr PER OCCLTURLNCE FOR SERVICE CanM--MARY AVENUE The following services are to be performed after 10:00 p.m. and before 6:00 a.m., five (5) days a week, Sunday through Thursday. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. A. DAILY SERVICES 1. Wet mop all the floors. $ 1.35 /per day 2. Clean and buff to a high shine ceramic the in entry way• $ 6.3 5 /per day 3. Dust all furniture including counter tops, table tops, cabinets, window sills, Venetian blinds, etc. $ 1.25 /per day 4. Scrub kitchen sink, clean outside of refrigerator, counters, stove top and tables. $ 2.02 /per day 5. Scrub and disinfect sinks, commodes, and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. wash rubber mats in men's rest roan. $ 3. 15 /per day 6. Clean sliding glass windows in lobby office area and front and rear of entrance doors. $ . 75 /per day 7. Supplies of soap, towels and toilet tissues to be stored at this location. $ .g; /per day 8. Site Supervisor must speak and read English and be at the site at all times. $ 5 . 75 /per day 9. Before leaving building secure all exit doors and set alarm. $ .35 /per day 10. sty and clean thoroughly all ash trays directly outside building doors. BT ty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 3 00 /per day B. WEEKLY SERVICES 1. Buff all file floors, move furniture while buffing to clean under furniture. S 42. 32 /rer wee: Bid Frcpcsal Page 13 of 32 B. WEEKLY sERyiCFs (continued) $ ?.15 /per wok 2. Spot clean all walls, doors and door frames for fingerprints and sm dges. 3. Clean janitorial rocs including walls and floor, $ 4.6' /per week 4. Janitorial Service must meet with a facility representative during City work hours once a $ 10.00 /per we& week. 5. Clean shower ceramic tile in bathrooms. $ 3.07 /per week C. MORIE LY SERVIC.E`S 1. Clean door kick and hand plates with brass cleaner. $ 6.30 /per Mo. 2. Vacuum all cloth chairs. $ 7.30 /per m,,, D. QLVJZ LY SERVICES 1. Wash all windows, inside and outside. $ 60.00 /per quarter E. SE II-AWJAL SEWICES 1. Strip and rewax all tile floors. All baseboards are L be free of wax. Move furniture when caupleting this service. $ 117.00/semi-annual F. ANNUAL SERVICES 1. In March, remove all light covers and clean, including light fixtures. $ 65.00 /annual G. ` UPPIZES 1. Paper towels equal to 389-H James Raver $ 62 .72 /per mo. Multifold. 2. Toilet paper equal to C-own-Soft Plus roll tissues. $ 27.05 /per mo. 3. Disposable toilet seat covers—fiat pack-250 count, 46-SC James River. $ 12.26 /per ro, 4. Paper towels equal to 951 Cram Chiffon 12-ply roll. $ 21 .63 /Per ro, 5. Pink hand soap. $ 4.n6 /per mo. 6. 9112 Derma Pro lotion soap. $ 3.06`/pe W. 7. Head and body shanpoo. $ 1.43 /per Mo. Bid Proposal Page 19 of 32 G. SUPPLIES (continued) 8. 411 sanitary napkins. $ 1.07 /per mo. 9. Tazpons. $ 1.07 /per mo. 10. Plastic trash-liners. $ 10. 16 /per mo. H. BUIMING SIZE 1. Service Center 7,500 Sq.F't. Bid Prcpcsa3 Pare 20 of 32 SERVICE UNIT COST PER OCCURRENCE FOR WtM VISTA PARK RE)CR=ON CRY= The following services are to be performed after 1:00 a.m. and before 6:00 a.m. , five (5) days a week, on Monday, Tuesday, Thursday, Friday and Sunday. For the pine of deducting cost for services not rendered, the following is a list of services and the unit cost per occ=ence. A. DAILY SE 7VICES 1. Dust mop tile floor in kitchen and hallway. $ 1.35 /per day 2. VacLr--n and spot clean carpets. $ 5.3 5 /per day 3. Empty and clean all waste- and recyclable receptacles. Trash receptacles at desks are split into recyclable and nenrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 1 .915 /per day 4. Scrub kitchen sirk, clean outside of refrigerator, counter tops and stove top. $ 1.25 /per day 5. Scrub and disinfect all sinks, crnriodes and urinals. Mcp floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors and mirrored wall. Replace urinals deodorant screens, when needed. Replen_i.sh soap toilet paper and paper towels in dispensers. $ 2. 15 /per day 6. Eme gfzxicy supplies of soap, towels and toilet tissues will be stored at this location. $ 1 • 15 /per day 7. Site Supervisor mast speak and read English and be at the site at all times. $ 5.75 /per day 8. Before leaving building, secure all exit doors. $ -50 /per day B. WEEKLY SERVICES 1. Wet map and buff all tile floors. $ 5.25 _/per week 2. Dust window sills and c:unters. $ 9. 15 /per week 3. Janitorial Service crust meet with a facility representative during City work hcurs once a week. $ 10.00 /p r 1{ C. MCNTHLY SERVICES 1. Spot clean all walls for fingerprints and smudges. $ 20. 15 /per no. Big Prcr-c--11 Page 21 of 32 C. NyDMMY SERVICES (continued) 2. Strip and rewax all tile floors. $ 78.00 /per ate. D. QMt7i'E.MY SERVICES 1. Wash all windows, inside and outside. $ 29.25 /Per quarter E. ANNUAL SERVICES 1. In December, remove all light covers and clean. $ 45.00 /mil 2. Dry clean all carpets. (date to be determined by City) $ 136.E /annual F. SUPPLIES 1. Paper towels equal -to 389 H James River Multifold. $ .36 /per mo. 2. 3bilet paper equal to Crown-Soft Plus roll tissues. $_2Z,.Lri_/Per IDo. 3. Pink liquid Soap. (mild abrasive) $ 4,86 /per mo. 4. Disposable toilet seat covers - flat pack - 250 count, 46-SC James River. $_ 3.00 /Pe' mo• 5. 4// Sanitary Napkins. $ 1.07 /per MO 6. Tampons $ 1 .07 /per mo. 7. Plastic trashliners $ 6.03 /per mo. BUIIDIM SIZE 10,354 Sq.Ft. 1. Monta Vista Park Recreation Center 2. Monta Vista Park Building 2,970 Sq.Ft. Hid P--cpcsal Page 22 of 32 SERVICE OOST PER OCCURRENCE FM BLA Y FARM REST RCOM AND OFFICE BUITDING The following services are to be performed at the restroans in the recreation and pool area 110 days between the months of May to September. The dates will be determined by the City. The fallowing sex-Aoes are to be performed at the Golf CZL='Se Pro Shop restrocims three (3) days a week on Wednesday, Friday and Sunday, all year. The following services are to be performed at the Office gu.ilding at the entrance to Blackberry Farm recreation area one (1) day a week on Wednesday, all year. All services are to be performed after 10:00 p.m. and before 6:00 a.m. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. RF sP ROC M A. DAILY SERVICES 1. Scrub and disinfect all sinks, cammodes and urinals. Mop flaoi-s using disinfectant. solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinal deodorant 15.00 screens, when needed. Remove graffiti from $ /per day walls. 2. Empty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are be kept separate and placed in the proper location for disposal $ ` 00 /Per day B• SUPPLIES - Provided by City and stored on site. OFFICE MELDING A. DAILY SERVICES 1. Vacuum all carpeted areas. Spot clean daily. $ 3.00 /per day 2. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ . 50 /per day 3. Vacuum, all cloth chairs throughout h1ilding. $_ . 75 /rer day 4. Se ure all exit doors when leaving building. $ qu c /pe-- day Bid Prcpcsal Page 23 of 32 BLACi MY FAM REMRM & OFFICE R=MG (continued) A. OAMY SERVICES (continued) $ 3.75 /Per day 5. Dist all office equipment and window sills, etc. 6. Clean all counter tops. $ 1.60 /per day B. MDNIMY SERVICES: 1. Wash all wirndows inside and out. $ 13.65 /per mo. C. ELUDING SIZE: 1. Office size 275 Sq. Ft. Bid Frcr.c5-n-,1 Page 24 of 22 SERVICE UNIT COST PER O�X F LNCE FOR QUIl 1I AN C[21MGNTfY C = ON STE LLING ROAD The following services shall be performed after 11:00 p.m. and before 7:00 a.m. , seven (7) cL-.-s a week, on Monday through Sunday. For the purpose of deducting cost for se--,i`^ not rendered, the following is a list of all services and the unit cost per occurrence. A. M=j Sr'RVICES I. Clean brass, windows and doorknobs on all entrance doors. $ 3.25 /per day 2. Dust Mcp then wet mop all, file floors. $ 15. 15 /per day 3. Dust Mop all hardwood floors-throughout. $ 4.25 /Per day 4. Dust all furniture including cabin.=:s, counter tops and window sills, etc. $ 3. 10 /Per day 5. Empty and clean thoroughly all ashtrays directly outside building doors. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 2.25 /Per day 6. Scrub sinks, and clean outside of refrigerators, freezer, stove tops, dishwasher, ice machine, all counters. Sweep, mop and scrub floors and polish all chrome in all three (3) kitchens. $ 0.00 /per day 7 VacLnm and spot clean carpets and couches. $_ 7.2` /per day 8. Scrub and disinfect sinks, Crimes and urinals. :4cp floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replace urinals deodorant screens, when ram. Replenish soap, toilet paper and paper towels in dispensers. Polish all chrom dispensers. $ h. 15 /per day 9. Energancy supplies of soaps, towels, tyrosinase_n and toilet tissue shall be stored in this location. 1 7:-,, /per day 10. Clean all tables, counter tops and chairs. $ ���, /Der day 11. Site Supervisor must speak and read English and be at the site at all times. $ 75 /per day 12. Before leaving tq:ilding secure all exit doors arA set a lr*.11. S i %per day Bid Proposal Page 25 of 32 QUIIaAN COMML tITY CIT= (continued) B. WEEKLY SERVICES 1. Spot clean all walls and doors for fingerprints and smudges. $ 7.95 /per wk. 2. Move furniture and wet map and buff all tile floors. $_ 35.00 /per wk. 3. Use grout cleaner on bathroom tiles. $ 8.32 /per wk. 4. Janitorial Service must meet with a facility representative durir:g City hours once a week. $ 10.00 /per wk. 5. Sweep, dare map and polish all_ha dwood floors (not museum) . $ 12.00 /per wk. C. MONZIMf SERVICES 1. Wet: mop, strip and rewax all vinyl floors. $ 91.00 /per mo. 2. Clean all air vents. $ 42.00 /per mo. D. QUkRrERLY SERVICES (January/April/July/october) 1. Wash all windows inside and out 8 ft. and under. $ 351.00 /per qtr. 2. Wet mop, strip and reseal all tile floors. $ 22.75 /per qtr. E. SEMI ANNUAL SERVICES (January/June) I. Wash thoroughly and disinfect all tables and chairs (upholstery and plastic.) $ 37.00 /semi-an. 2. Wash windows 8 ft. and above. $ 351 .00 /semi-an. 3. Clean all harping light fixtures. $ 48.00 /se:n-i-an. 4. Remove all light covers throughout building and clean. $ 24.00 /semi-an. 5. Dry clean all carpets. (Dates to be determined by the City.) $ 195.00 /semi-an. 6. Sweep, damp mcp and polish hardwood floors in museum. S 37.00 /semi-an. F. SUPPLIES 1. Paper towels equal to 389-H James River Multifold. $ 94.03 /per w. 2. Toilet paper equal to Crown-Soft Plus roll tissues. S 5a. 10 /per mo. Bid Prcpcsal Page 26 of 32 F. SUPPLIES (continued) 3. Disposable toilet seat covers--flat pack--250 $ 18.39 /per mo. count, 46-SC James River. 4. Pink liquid soap (mild abrasive) . $ 9•72 /per mo. 5. 4" Sanitary napkins $ 1.07 /per rc. 6. Tarpons $ 1.0 i /per me. 7. Urinal screens $ 20. 13 /per no, 8. Plastic trashliners $ 20.33 /per no, G. BUILDING SIZE 1. Quinlan Cc mamity Center. 27,135 Sq. Ft. Bid Prcpc� l Page 27 cf 32 I, the undersigned agree that if this proposal is accepted, I will enter into a contract with ;ne City of Cupertino to provide all necessary machinery, tools, apparatus, and other services to do all the work specified in the contract in the manner and time specified. I, the undersigned declare that this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair, and without collusion or fraud. I, the undersigned recognize that the Director of Public Works of the City of Cupertino will reserve the right to establish the priority of one job over another and each starting date where conflict of service schedules occur. Attached hereto is the required certified check or bid bond in the amount of $ , as requited by law and the Notice to Bidders. (10% of bid amount) Bid PrcpCsal Page 28 cf 32 C1a nm= FOR PUBLIC WORM (continued) Public Liability - either Combined single limit of 1.0 million ammeercial general liability per ate; $2.0 million in the or comprehensive general liability; aggregate. including provisions for c-rt ractual liability, personal injury, independent contractors and property damage des. Aut:canobile Liability - conprehensive Cunbined sinclle limit of $500,0 .00 covering owned, non-awned and hired per automobiles. De Anza Services Inc. _ By: LeA. astaneda (Contractor's Name) Dam: Nov. 9th 19 93 . Insurance Agreement Page 2 of 2 B.MDER QUALIFICATION FORM In further compliance with the specifications furnished, the undersigned suktnits the following statements ar to his ex-erience and to his qualifications as a part of this proposal, and the truthfulness and utterance of the information is hereby guaranteed, (1) How many years has your organization been in business under its present name? 8.5 Years (2) How many years experience in work ccnparable with that required under the proposed contract has your crganizaticn had by this or any other name? 13 Years (3) Contractor's I.ic:ense No. State of California, Classification Expiration Date: - - (4) List work similar in diaracter to that required in the proposed contract which your organization or personnel in your organization has coupleted within the past three (3) years- Year Class, Location of Work and for Whom Performed Contract Amount 1985 Zilog Inc. , Campbell 80,000 sq.ft. 5 99,000.00 1990 South Bay Office Tower, San Jose 150,000sq.ft. $102,000.00 1991 Mountain Bay Office, Mt. View 150,000sq.ft. $ 90,000.00 1992 De Anza Properties, Sunnyvale 40,000sq.ft. S 40,800.00 1965 Blectroglas, Santa Clara 270,000sq.ft. S1�01000.00 1987 City Of Cupertino, Cupertino 116,000sq.ft. $180,000.00 Bid PYcpcsal Page 29 of 32 Name of Proposed Slab-Contractors, if any (Section 4104, Government Cade) 1. PHONE 2. 3. 4. 5. 6. Address if Shop or Office of Sub-Contractors (Section 4104, Government Code) 1. NONE 2. 3. 4. 5. 6. Work to be Performed by Sub-Contractors (Section 4104, Government code) 1. NONE 2. 3. 4. 5. 6. Bid Proposal Page 30 of 32 o IF YOU ARE AN INDIVIDUAL, SO STATc. IF YOU ARE A FIRM OR C O-PARTN ULgHIP, STATE THE F ;M NAME AND LIST 2HE NAMES OF ALL INDIVIDUAL CO-PARTNERS DOSING THE FM4. IF A CORPORATION, STATE LEGAL NAME OF CORPORATION, ALSO NAMES OF PRESIDENT, SPRY-TREASURER AND MANAGER. THE CDRJPCPATE SEAL MUST BE AFFI =- THE INr'UW'I10N CJDNTA NED L-4 MUS BID IS BEING MADE LMER PENALTY OF PERJURY. TYPE OF BUSINESS: Individual: CJQ-Partnez:ship Corporation CALIFORNIA 1991 Joint Venture Other (Describe) Name and i of Bider :(CASfANEDA � (Pr��.nt} i (Signature) Address (Both mailing and location addresses) : 3031 TISCH WAY 1008 SAN JOSE CA 95128 Telephone Number: ( 408 ) 246-7172 Date=_�NOV• 9, 1993 Ac7dendas Received: 2 3 4 5 Attendance at Pre-Bid Meeting: X Yes No Bid P_cpcsal Page 31 of 32 NQNQ)LLUSION AF 7MVIT TO BE EXEC= BY BIDDER AND SUBMI'= W17H BID State of California ss. Cauity of SANTA CLARA JOE A. CASTANEDA being first duly sworn, deposes and says trat he or she is PQF rQF T of nF Air A SERVICES, INC the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, ccnpanY, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bider has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly -clouded, catpired, connived, or agreed with any bidder or anyone else to put in a sham_.bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, co$mmzication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, cr of that of any other bidder, or to see any advantage against the public body awarding the contract of anyone interest in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged inf.-1=,?`ion or data relative thereto, or paid, and will not pay, ,any fee to any corporation, partnership, cmpany association, organization, bid depositor!, or to any member or agent thereof to effectuate a collusive or sham bid. Name and Signature of Bidder: J A AA��iJEDA (Print) Date: November 9, 1993 Bid Proposal Page 32 of 32 City Hall ® 10300 Torre Avenue Cupertino.CA 95014-3202 Telephone: (408)777-3223 FAX: (408)777-3366 OFPCE CIF TFIE CITY CLERK June 9, 1994 Service By Medallion 711 Calle Artis San Jose, California 95131 CONTRACTUAL JANITORIAL SERVICES, PROJECT 94-101 Enclosed for your files is one (1) copy of the Agreement by and between the City of Cupertino and Service By Medallion, which has been fully executed by City officials. Also enclosed is your bid bond. If you have any questions, please contact the Department of Public Works. Sincerely, CS /�/.,' '6 / KIM MARIE SMITH. CITY CLERK KS/cs cc: Department of Public Works CITY OF CUPE.RTINO INTERDEPARTMENTAL Date JUNE 2._ 1994 To CITY CLERK From PUBLIC WORKS--SUMI ❑ Information MESSAGE: CONTRACTUAL JANITORIAL SERVICES D Implement PROJECT 94-101 ❑ Investigate ❑ Discuss TRANSMITTED ARE SEE SETS OF GREEHM FOR PROCESSING ❑ see me —_ D Reply ` SM ATTACH. Reply: CONTRACTOR: SERVICE BY MEDALLION _ _ -- _---- SIGNED: DATE Forward part 1 Retain part 2 s D. AGFdENW IRIS AGENT, Heads and entered into this - day of JV►_C1R�, lg9� een, by and betw the CITY of CSJPERI'm, a municipal cperatlon of California, hereinafter referred to as "CITY", and SERVICE LY MULWA, a Dantractor with offices at 7n CUM ARETS, S Ch 95331 hereinafter referred to as 110WiRACIWI; W l T N E S S E T H: TmFAS, CITY desires to retain the C7MRACMR for OMIRPMURL . : VICES, PRDMET 94-101; and NHEREAS, CITY desires to engage OONTRACICR to provide these services by reason of its qualifications and experience for performing such services, and OONT 3ACIOR has offered to provide the required services on the terms and in the mariner set forth herein; NOW, THERMM, in consideration of their mutual covenants, the parties hereto agree as follows: 1. DEFT MCNS. (a) The worts "City" as used in this agreement shall mean and include all the territory lying within the mmunicipal b=edaries of the City of Cmpertino, California, as presently existing, plus all territory which may be added thereto during the term of this agreement by annexation or otherwise. (b) The term "City Manager" shall mean the duly appointed City Manager of the City of Ojpertino, California, or his designated representative. 2. PRfJ17F7CT COORDINATION. (a) City. The City Manager stall be representative of CITY for all purposes under this agreement. Time Public Works Superintendent hereby is designated as the Pro= NANAGM for the City Manager, and he shall supervise the progress and execution of this aft. (b) Contractor. oWIRACICR shall assign a single PRWXr DIRE MM to have overall responsibility for the proms and execution of this agreement for CONTRACTOR. SDLAW STRUX hereby is designated as the PRO= DIRBMM FOR o3N+n2ACICR. S=1d, cjrc umstances or conditions submit to the execution of this agreement require a substitute PRO,= DIRECIOR for any reason, the PRQTDCT DER designee shall be subject to the prior written acceptance and approval of the PRWECT MANAGM. -1- 3. DUMES OF CXXfMCMR. Services to be furnished in accordance 'With E<HIBIT "A" BID PROPOSAL and contract specifications. (a) Laws to be Observed. COATMCIOR shall: (1) Procure all permits and lip, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawful prosecution of the services to be performed by OMVIRACIOR under this agreement; (2) Keep itself fully informed of all existing and future federal, state, and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this aunt, any materials Used in C ONTRAL-OR's performa noe under this agreement, or the conduct of the services under this agreement; (3) At all times observe and fly with, and cause all of its subcontractors and employees, if any, to observe and cceply with, all of said laws, ordinances, regulations, orders, and decrees mentioned above; (4) Immediately report to the PRWBCr KANAGER in writing any discrepancy or inconsista-f-y it discovers in said laws, ordinances., regulations, orders, and decrees mentioned above in relation to any plans, drawing, specifications, or provisions of this agreement. 4. C CHMSATION. For the perfmmanoe of the services described herein by CONMCICR, CITY shall pay Q'JNTRACIM the sum of $13,877.00, SOMY SEW MW 14D C MM per MUM, less any deductions for work not performer) and or liquidated damages, payable upon submission by CONnWIOR of itemized billings in triplicate; provided, however, that the total sum payable to COMVACTOR shall not exceed $166,524.00 (CM HMMW MMY SIX TWLWM ME HMMM THY FUM DOLLAILS AM RD CEM per year. 5. I.IQUIn�DAI�dP�GES. The Contractor shall diligently prosecute the work to completion as scheduled. The Contractor further understands that he shall pay to the City of Cupertino the unit cost per service for any and all services not performed as scheduled and one hundred fifty dollars ($150.00) per day, for each? and every occurrence services are not coupleted within the required times. This does not relieve the Contractor from his responsibility of completing the required services that were not completed as scheduled. Any services not copleted as sd:kluled shall be completed as soon as possible and at the Contractor's expertise. 6. TEM The term of this agreement shall be one (1) year from the date of execution of this agreement by the parties, hereto, provided, however, the CITY retains the option to extend the term of the contract on a year to year basis not exceeding two years from the expiration of the original tern. Any such renewal shall be accomplished by the City providing a written notice of renewal to mmACIOR at least 30 days prior to expiration of the term. Any such renewal shall contain the same provisions as the original contract, provided however that the parties may agree to an increase or decrease in compensation paid to the omin kcim. -2- 6. TERM. (continued) Any increases or decreases in the previous contract price shall be based on the Consumer Price Index (CFI) . The CPI shall be the San Francisoo/O►3kland Cwmmer Price Index for all urban wage earners. The adjusted (whether increased or decreased) unit prices shall be computed as follows: Divide the differences between the CPI on the anniversary date of the agreement and the CPI on the date of the agreement by the CPI on the date of the agreement and multiply by the unit prices specified in the agreement. 7. T'EmPURARY SUSPENSicN. The City Manager shall have the authority to suspend Y�agreement, wholly or in part, for such period as he deems necessary due to unfavorable conditions or to the failure on the part of the CDNTRACTOR to perform any provision of this agreement. 8. SUSPENSICN; TEFVMWICN. (a) Riot to Suspend or Terminate. The City may suspend or terminate this agreement for any reason by giving thirty (30) days written notice. Upon reoeipt of such notice, MMRACICR small immediately discontinue his performance antler this agreement. (b) Upon such suspension or termination, CON PAC'M shall be paid for all services actually rendered to CITY to the date of such suspension or termination; provided, however, if this agreement is suspended or terminated for fault of CWMCIC R, CITY shall be obligated to sensate 02nWC1CR only for that portion of CMMACXRIS services which are of benefit to CM. 9. INSPBCMCK. CMln?A= shall furnish CITY with every reasonable opportunity for chy to ascertain that the services of CMR ACIOR are being performed in accordance with the requirements and intentions of this agreement. All work done and all materials furnished, if any, shall be subject to the PRO►TECI' MANAGER's inspection and approval. The inspection of such work shall not relieve OWMCMR of any of its obligations to fulfill its went as prescribed. 10. ASSIGR�; EN PLOYEES. (a) Assi Brth parties shall give their personal attention to the faithful performance of this agreement and shall not assign, transfer, omwey, or otherwise dispose of this agreement or any right, title, or interest in or to the same or any part thereof without the prior written consent of the other party, and then only subject to such terms and conditions as the other party may require. A consent to one assignment shall not be deemed to be a consent to any subsequent assignment. Any assignment without such approval shall be void and, at the option of the other party, shall terminate this agreement and any license or privilege granted herein. ibis agreement and any interest herein shall not be assignable by operation of law without the prior written consent of the other party. -3- 11= NaI'TC3+S. All notices ?ceder shall be given in writing and -mailed, postage prepaid, by certified mail, addressed as follows: TO CITY: Office of the City Clerk 10300 Torre Avenue Cupertino, CA 95014 TO OOATIRACTM: Attention of the PR4OJ= DOCTOR at the address of CMERACIUR recited above. 12. MWWr OF aWMACICR. CMMACIOR covenants that it presently has no interest, and shall not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the services hereunder. CMM%CTOR further cove that, in the per€crmance of this aunt, no sul a xontrac,-tor or person having such an interest shall be employed. ODNlRACTCR certifies that no one who has or will have any financial interest under this agreement is an officer or employee of CITY. It is expressly agreed that, in the performance of the services herder, CCNnMCZOR shall at all times be deemed an independent contractor and riot an agent or employee of CITY. 13. IMENTITY. OMRRA= hereby agrees to indemnify and save harmless C ffI , it, its officers, agents, and employees of and from: (a) Any and all claims and demands which may be made against CITY, its officers, agents, or employees by reams of any injury to or death of any person or damage suffered or sustained by any person or corporation caused by, or alleged to have been caused by, any act or emission, negligent or otherwise, of CWMACM or any subcontractor under this agreement or of CONTRA=I S or any subcontractor's employees or agents; (b) Any and all damage to or destruction of the property of CITY, its officers, agents, or employees occupied or used by or in the care custody, or oontrol of CONTRACMR, or in proximity to the site of CONTRACICR I S work, caused by any act or omission, negligent or Otherwise, of CONTRACDOR or any subcontractor under this agreement or of CONTRACZOR'S or any subcontractor's employees or agents. (c) Any and all claims and demands which may be made against CITY, its Officers, agents, or employees by reason Of any injury to or death of or damage suffered or sustained by any employee or agent of CONtRACICR or any subcontractor under this agreement, however caused, excepting, however, any such claims and demands which are the result of the sole negligence or willful misconduct of CITY, its officers, agents, or employees; (d) Any and all claims and demands which may be made against CITY, its officers, agents, or employees by reason of any infringement or alleged infringement of any patent rights or claims caused or alleged to have been caused by the use of any apparatus, appliance, or materials furnished by 00 IRWICR or any. under this agreement; and -4- (e) Any and all penalties inpo ed or damages sought on account of the violation of any law or regulation or of any germ or condition of any permit. CONTIRACIM, at its own cost, expense, and risk, shall defend any and all suits, actions, or other legal proceedings that may be brought or instituted by third persons against CITY, its officers, agents, or employees on any of the above claims or demands of such third persons, or to enforce any of the above penalties, and pay and satisfy any judgment or decree that may be rendered against CITY, its officers, agents, or employees in any such suit, action, or other legal proceedings. 14. WAS' CCMPENSATIdNT. CON MCICR certifies that it is aware of the provisions of the Labor Code of the state of California which require every employer to be insured against liability for workers' compensation or to undertake self-insdnanoe in accordance with the provisions of that code, and it certifies that it will fly with such provisions before commencing the performance of the work of this agreement. 15. INSURANCE. COMIRAM R, at its sole cost and expense, shall obtain and maintain in full force and effect throughout the entire term of this agreement the insurance coverage having a Best's Guide rating of A, Class VII or better, insuring riot only CORMCIM, but also the CITY, its officers, agents, and employees, and each of them with respect to activities and services performed by COMRACICR for or on behalf of CITY under the provisions of this agreement. Certificates of such insurance, on the forms provided by CITY, shall be filed with CITY concurrently with the execution of this agreement or, with CITY's approval, within ten (10) days thereafter. Said certificates shall be subject to the approval of the City Attorney and shall contain an endorseaneTmt stating that said insurance is primary coverage and will not be cancelled or altered by the insurer except after filing with. the City Clerk thirty (30) days' written notice of such cancellation or alteration, and that the City of Cupertino is named as an additional insured. Current certificates of such insurance shall be kept on file at all times during the term of this agreement with the City Clerk. 16. CONTRACT SBCURIT'Y. The CONIRACMR shall furnish a Faithful Performance bond in the amount equal to three months of the contract price as security for the faithful performance of this Contract and a Fidelity Bond equal to $5,000.00 on every employee performing work on City owned property- 17. AGUEKEJT BINDING. The terms, covenant, and conditions of this agreement shall apply to, and shall bind, time heirs, successors, executors, administrators, assigns, and subcontractors of both parties. 18. WAIVERS. The waiver by either party of any beach or violation of any term, covenant, or condition of this agreement or any provision, ordinance, or law shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, or law or of any subsequent breach or violation of the same or of any other term, covenant, condition, ordinance, or law. -5- 18. WAIVERS (continued) The subsequent aoatamyoe by either party of any fee or other money which may beocue due hereunder shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, covenant, or condition of this agreement or of any applicable law or ordinance. 19. CASTS AND ATTORMS FEES. The prevailing party in any action brought to enforce the terms of this agreement or arising out of this agreement may recover its reasonable costs and attorneys' fees expended in connection with such an action from the other party. 20. NONDISCRDEDMTICN1. No discrimination shall be made in the employment of persons under this agreement because of the race, color, national origin, ancestry, religion or sex of such person. If the value of this agreement is, or may be, Five Thousand Dollars ($5,000) or more, CON TRACICR agrees to meet all requirements of the Cupertino Municipal Code pertaining to nondiscrimination in employment and to submit the "Copliance Report - Nondiscrimination Provisions of City of Cupertino Contracts'°. If CONTRACICZFt is found in violation of the nondiscrimination provisions of the State of California Fair &ployment Practices Act or similar provisions of federal law or executive order in the performance of this agreement, it shall thereby be found in material breach of this agreement. Thereupon, CITY shall have the power to camel or suspend this agreement, in whole or in part, cr to deduct from the amount payable to CON IRACTIOR the sum of twenty-five Dollars ($25) for each person for each calendar day during which said person was discriminated against, as damages for said breach of contract, or both. Only a finding of the State of California Fair Employment Practices Cmnission or the equivalent federal agency or officer shall constitute evidence of a violation of contract under this paragraph. If CO91RACTOR is found in violation of the nondiscrimination provisions of thins agreement or the applicable affirmative action guidelines pertaining to this agreement, CONTRACTOR shall be found in material breach of this agreement. Thereupon, CITY shall have the power to cancel or suspend this agreement, in whole or in part, or to deduct from the amount payable to OONTRACIOR the sum of Two Hundred Fifty Dollars ($250) for each calendar day during which CONTRACTOR is found to have been in such nonocaplianae as damages for said breach of contract, or both. 21. AGREEmER'T COmms ALL LAdDmSTANuuGS. This document represents the entire and integrated agreement between CITY and CONTRACTOR and supersedes all prior negotiations, representations, or agreements, either written or oral. This docent may be amended only by written instrument, signed by both CITY and CONTRACICR. All provisions of this agreement are e -- Rly made conditions. This agreement shall be governed by the laws of the State of California. -6- IN Wrn4ESS WHEREOF, CITY and aM-RACr0R have executed this agreSITIent, the day and year first above written. ATTEST: CITY OF CUPERTINO City Clerk MAY—C-j- C APPROVED AS TO FORM: -7 Attorney CORMCIOR: By: Notary acknowledgment is required. If a corporation, corporate seal and corporate notary aclamle&pmit. and Federal Tax I.D. are required. If not a corporation a Social Security No. is required. 942537238 Social Security # Federal Tax I.D. PRWBCT NAME & NUMBER: CCUTRACTURL JAIWLUUAL SERWICES, FM3B= 94-101 LIRMCrIORIS NAME/ADDRESS: SERVICE BY REDULUM 721 CKIE ALUM SAN JCM, CA 95131 CONTRACT AMOUNT: $166,524.00 ACC0UNT NL24BER: FILE NUMBER; 50,200.01 �ALIFO NIA ALL-PURPOSE ACKNOWLEDGMENT No,59-7 State of Ca1ifornir County of _ Santa Clara On 5/17/94 before me, Anna Sweeten, Notary Public DATE NAME,TITLE OF OFFICER-E G,'JANE DOE,NOTARY PUBLIC' personally appeared Roland Strick , NAME(S)OF SIGNER(S) C7 personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) isAae subscribed to the within instrument and ac- knowledged to me that he/~MWexecuted the same in his/hexrt*oM authorized capacity(iesM and that by his/IxwA1#aW AN;vA SWEETEN signature(8) on t..i instrument the person(s), o; - � h `'%,P"" ass" or the entity upon behalf of which the NOck�T'PU'.�.i i..Cq�jFOP,7aA cr `'Ty �N'A''`A"'°`°"�'T'' a person(s) acted, executed the instrument. MY Comm. ::rpir2�Aug. a, 29y, .r WITNESS my hand and official seal. r • SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER Contract TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENT"QES) SIGNER(S)OTHER THAN NAMED ABOVE C1993 NATIONAL NOTARY ASSOCIATION•8236 Rommel Ave.,P.O.Box 7184•Canoga Park CA 91309.7184 CDMIRACr FUR PUBLSC taoM (continued) INSURANCE AGREEMErr A. Contractor is aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for workers' coupensation or undertake self-insurance in accordance with the provisions of that Code, and will ccuply with such provisions before ccmTencing the perfo-mane of the work of this Contract. B. Contractcw and all subcontractors will carry workers' motion insurance for the protection of its employees during the progress of the work. The insurer shall waive its rights of subrogation against the City, the City's officers, agents and employees and shall issue an endorsement to the policy evidencing same. C. Contractor shall carry at all times, on all operations hereunder, ocnnercial or comprehensive general liability insurance, autcmabile liability insurance and builder's all risk insurance. All insurance coverage shall be in amounts required by the City and shall be evidenced by the issuance of a certificate in a form prescribed by the City and shall be underwritten by insurance companies satisfactory to the City for all operations, subcontract work, contractual obligations, product or completed operations, all owned vehicles and non-owned vehicles. Said insurance coverage obtained by the Contractor, excepting workers' compensation coverage, shall name the City, its engineer, and each of its Directors, Offieers,Agents and Employees, as determined by the City, as additional insureds on said policies. Insurers must be licensed to do business in the State of California. The Insurers must also have an "A" policyholder's rating and a financial rating of at least Class VII in accordance with the current Best's Guide Rating. D. Before Contractor performs any work at, or prepares or delivers materials to, the site of construction, Contractor shall furnish certificates of insurance evidencing the foregoing insurance coverages and such certificates shall provide the name and policy number of each carrier ar4 policy and that the insurance is in force and will not be canceled or modified without thirt-°130) days written notice to the City. Contractor shall maintain all of the foregoing insurance coverages in force until the work under this Contract is fully completed. The requirement for carrying the foregoing insurance shall not derogate from the provisions for indemnification of the City by Contractor under this Contract and for the duration of the warranty period. Notwithstanding nor diminishing the obligations of Contractor with respect to the foregoing, Contractor shall maintain in full force and effect during the life of this Contract, the following insurance in amounts not less than the amounts specified and issued by a ecmpany admitted in California and having a Best's Guide Rating of A, Class VII or better. Worker's Coupensati.on Liability. In accordance with the Worker's Coapensation Act of the State of California - $1,000,000 per occurrence. Insurance Agreement Page 1 of 2 c anvi,v FoR PuBLac uamcs (oontimmd) Public Liability - either cambined single limit of 1.0 million casmrcial general liability per occurrence; $2.0 million in the or vYweive general liability; ate. including provisions for contractual liability, personal injury, independent contractors and prqperty damage coverages. Automobile Liability - ca tenLsive Coined single limit of $500,000.00 covering owned, non-canoed and hired per occurrenoe. a iles. BY: (contractor s Name) Dated: � i � 19_ Insurance Agreement Page 2 of 2 ........e1Lit�Sr.. .e�..«.... .1.:✓rLv:•.nt�d.44>.!�IYr+L�'+.✓J..I.;,.�..a.....•-wo..,._ c .<-tr.wi.F.:LL�iyi:f.t.bw4y.v?'X�3+..it.+L.Sfd:e;..cS..Fw,:1..:.W..,�.,.... _._.,. r.n_... ,.t,......, .... ... �. CERTIFICATE OF INSURANCE �� � Is>areo,►051 ja v�DDDua /94 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND Jard ne Insurance Brokers CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE San Jose Inc. DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 152 N. Third St., Suite 800 POLICIES BELOW. San Jose CA 95112-S581 COMPANIES AFFoR®savo cova:aua,Ge ! 406-288-8000 COMPANY A Insurance Company of the West LETTER C13Op Y COMPANY8 Republic Indemnity Company INSURED LETTERERp Y � Y COMPANY G LETTER COMPANY Service By Medallion, Inc. LETTER D 711 Calls Artie COM San Jose CA 95131 LETTTERNY E COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REOUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS TR DATE(MMtDD/YY1 DATE(MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE $2,0 0 0,0 0 0 A g COMMERCIAL GENERAL LIABILITY CSJ556493-01 02/01/94 02/01/95 PRODUCTS•COMP/OPAGG. $ 1,000,000 CLAIMS MADE OCCUR. PERSONAL&ADV.INJURY $ 1,000,000 $ OWNER'S&CONTRACTOR'S PROT. EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE(Any one fire) $ 5(),000 MED.EXPENSE(Any one Person),$ 51000 AUTOMOBILE LIABILITY COMBINED SINGLE A, R ANY AUTO CSJ556493-01 02/01/94 02J011195 LIMIT e1,000,000 .. ALL OWNED AUTOS BOUlIV INJURY 8 SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY 6 NON-OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY DAMAGE 4 EXCESS LIABILITY EACH OCCURRENCE 9 UMBRELLA FORM AGGREGATE 9 OTHER THAN UMBRELLA FORM $ WORKER'S COMPENSATION PC944770 02/01/94 02/01/95 X STATUTORY LIMITS AND EACH ACCIDENT $ 1,000,000 EMPLOYERS'LIABILITY DISEASE—POLICY LIMIT 8 1,00 0,0 Q 0 DISEASE—EACH EMPLOYEE s 1,000 OTHER B Waiver of PC944770 02/01/94 02/01/95 Subrogation DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESBPECLAL ITEMS Company A: Employee Dishonesty $10,000 $250. Deductible RE: Janitorial Menrigne, Pr,,!2j!2rt CERTIFICATE HOLDER aNCE AT80ti8 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE City of Cupertino LEFT,OtIItiO�II�(9� pLRQE�44RX2RN0L198QI�0lD�ODf�(X Building Dept. X00E98MR1t �tJr�iM044N(lXOt4tXR �W4Xi8fiK 10300 Torre Avenue Cupertino CA 95014 AU Tn �, WMATM. AC41Rp:28i-a 8T/801 A.�Bi�d®RP.OEiATION 1990 >..4 <... J . INSURANCE COMPANY OF THE WEST ENDORSEMENT NO. POLICY NO. CSJ556493-01 EFFECTIVE DATE 02/01/94 ISSUED TO Service By Medallion ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS (FORM B) This Endorsement Modifies Insurance Provided Under The Following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: The City of Cupertino and its Directors, Officers, Engineers, Agents and Employees, and all public agencies from who permits will be obtained and their Directors, Officers, Engineers, Agents and Employees are hereby declared to be additional insureds under the terms of this policy, but only with respect to the operations of the Contractor at or upon any of the premises of the City in connection with the Contract with the City, or acts or omissions of the additional insureds in connection with, but limited to its general supervision or inspection of said operations. RE: Janitorial Services, Project #94-101 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II)is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your sole negligence and resulting from "your work" for that insured by or for you. INSURANCE AFFORDED BY THE ABOVE POLICY SHALL BE PRIMARY INSURANCE AS RESPECTS ANY CLAIM ARISING OUT OF THE SOLE NEGLIGENCE OF THE NAMED INSURED RESULTING FROM OPERATIONS PERFORMED FOR THE ADDITIONAL INSURED BY OR ON BEHALF OF THE NAMED INSURED. ANY INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE EXCESS AND NON-CONTRIBUTING. LIND 0360(10/92) DATE IMMMONY) CERTIFICATE OF INSURANCE CSR 312 ISSUEE 38RV31 05/2/94 PRIMTHIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND Jardine Insurance Brokers CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE Saga Jose Inc. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 152 N. Third St. , Suite 600 POLICIES BELOW. San Jose CA 95112-S581 COMPANIES AFFORDING COVERAGE 408-288-8000 cT "' A Western SuretyCa an LETTERTER y COMPANY LETTER INSURED COMPANY `. (ETTER COMPANY Service By Medallion, Inc. LETTER D 711 Calle Artis COMPANY E San Jose CA 95131 LETTER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE IMMIDDiYY) DATE(MMIDD/YY) GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG. $ CLAIMS MADE OCCUR. PERSONAL&AGV.INJURY $ OWNER'S&CONTRACTOR'S PROT. EACH OCCURRENCE 3 FIRE DAMAGE(Any one fuel MED.EXPENSE IAny one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE ANY AUTO LIMIT b ALL OWNED AUTOS BODILY INJURY 0 SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY It (Per accident) NON-OWNED AUTOS GARAGE LIABILITY PROPERTY DAMAGE 8 EXCESS LIABILITY EACH OCCURRENCE 8 UMBRELLA FORM AGGREGATE 8 OTHER THAN UMBRELLA FORM STATUTORY LIMITS WORKER'S COMPENSATION EACH ACCIDENT 3 AND DISEASE—POLICY LIMIT 6 EMPLOYERS'LIABILITY DISEASE—EACH EMPLOYEE 8 r OTHER A Employee 58339751 12/07/93 12/07/94 Each $10,000 Dishonesty Employee DESCRIPTION OF OPERATIONS/LOCATIONS/VENtCLES/SPECIAL ITEMS Janitorial Services Project #94-101 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE City of Cupertino LEFT,BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR Building Dept. LIABILITY OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. 10300 Torre Avenue Cupertino CA 95014 AUTHORIZED REPRESENTATIVE t�I 1. i`( !. �- t i 'C� {( ► ACORD 25•S 17190) o ACORD CORPORATION 1990 CONTRACT FOR RMZC WORKS (continued) EdDORSEMEW OF PRUO.RY INSLMANCE In consideration cf the policy premium and notwithstanding any incon- sistent statement in the policy to which this Endorsement is a tac hed or any other Endorsement attached thereto, it is agreed as follows: The insurance afforded by this policy is primary insurance, and no additional insurance held or owned by the designated additional insured(s) shail be called upon to cover a loss under said additional policy. POLICY INFORMATION 1. Insurance Company• Insurance Company of the West 2. Insurance Policy Number: CSJO556493 01 3. Effective Date of this Endorsement: May 23 19 94 4. insured: Service By Medallion, Inc. All notices herein provided to be given by the Insurance Ccupany to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino, California, 95014. I, Kenyon Oliver (print/type name) warrant that I have authority to bind the below listed Insurance Ccupany and by my signature hereon do so bind this Copany. Signature of Authorized Representative: (original signature required on all Endorsements furnished to the District) Name_ of Rick F. Prentice Anent/Agency: Jardine Insurance BrokerTitle: President & CEO Address: 152 N. 3rd. St. Suite 800 Telephone: (408) 288-8000 San Jose, CA. 95112-5581 Facsimile: (408) 288-8705 Primary Dx1mvwent Page 1 of 1 ADDITIONAL INSL RM ENDORSEMIT In consideration of the policy premium and rx7t4iithstanding any inoon- sistent statement in the policy to which this Endoint is attached or any other Endorsement attaciYed thereto, it is agreed as follows: The City of Cupertino ("City") and its Directors, officers, engineers, agents and employees, and all public agencies from whom permits will be obtained and their Directors, officers, engineers, agents and employees are hereby declared to be additional insureds under .the terms of this policy, but only with respect to the operations of the contractor at or upon any of the premises of the City in connection with the Contract with the City, or acts or omissions of the additional insureds in connection with, but limited to its general supervision or inspection of said operations. POLICY INFOMATION 1. Insurance C npany: insurance Company of the West 2. Insurance Policy Number: CSJ0556493 01 3. Effective Date of chis Endorsement: May 23 19 94 4. Insured: Service By Medallion, Inc. All notices herein provided to be given by the Insurance, Campany to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the City at 10300 Torre avenue, Cupertino, California, 95014. I, Kenyon Oliver (print/type name) warrant that I have authority to bind the below listed Insurance Cerny and by my signature hereon do so bind this Ccanpany. Signature of Authorized Representative: (Original signature required on all Endorsements furnished to the District) Names of Rick Prentice pgent/pge-y;Jardine Insurance BrokersTitle: President & CEO Address; 152 N. 3rd. St. Suite 800 Telephone; 408 288-8000 San Jose, CA. 95112-5581 Facsimile; 408 288-8705 Additional Insured Endorsement page 1 of 1 C aMMACT FOR PUBLIC WORKS (continued) CAL CCHKERCIAL GENERAL LIAR xry IRSURANCE PER in consideration of the policy premium and notwithstanding any incon- sistent statement in the policy to which this EnJorse etnt is attached or any other Endorsement attached thereto, it is agreed as follows: This Endorsement modifies the insurance provided under the General Liability Coverage part of the below-referenced policy of insurance. The general aggregate limit under L CrS OF INSURANCE applies separately to the project described as Contractual Janitorial Services 94- 101 POLICY INF'ORI-TION 1. Insur 'ce Company: `_ insurance Cempany of The 'West 2. Insurance Policy Nura -: CSJ0556493 01 3. Effective Date Of this Endorsement: May 23 19 94 4. Insured: Service By Medallion, Inc. 5. Additional Insured: City of Cupertino, its Directors, Officers, agents and erployees. All notices herein provided to be given by the Insurance Cm any to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the City at 10300 Torre avenue, Cupertino, California, 9501.4. I, Kenyon Oliver (print/type Name) warrant that I have authority to bind the below listed Insurance COY and by my signature hereon do so bind this Cagmny. Signature of Authorized Representative: (Original signature required on all Endorsements furnished to the DlsGict) Names of Rick Prentice Agent/Agerx y:Jardine Insurance BrokersTitle: President & CEO Address: 152 N. 3rd. St. Suite 800 Telephone: (408) 288-8000 San Jose, CA. 95112-5581 Facsimile: (408) 288-8705 Aggregate Limits Endorsement Page 1 of 1 CONIRACr FOR PUBLIC WOFZKS (continued) WAITER OF SUBROGAMON ENDORSEMENT WOMCER I S OBE NSATION INSL' ANCE In consideration of the policy premium and notwithstanding any incon- sistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is agreed as follows: It is agreed that with respect to such insurance as is afforded by the policy, the Insurance Company waives any right of subrogation it may acquire against the City of Cu4pertino, and each of its Directors, Officers, agents, consultants and employees by reason of any payment made on account of injury, including death resulting therefrom, sustained by any employee of the insured, arising out of the performance of the above-referenced Contract. POLICY INF01Z=ON I. Insurance Company: Republic Indemnity Company of Af-nerica 2. Insurance Policy Number: PC944770 3. Effective Date of this Endorsement: May 23 , 19 94 4. In-.aced: Service By Medallion, Inc. All notices herein provided to be given by the Insurance Company to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino, California, 95014. I, Jean Tech (print/type name) warrant that I have authority to bind the below list-ad Insurance Cmpany and by ray signature hereon do so bind this Com;;any. Signature of Authorized Representative: (Original signature required on all Endorsements furnished to the District) Names of Rick Prentice Agent/Agency.Jardine Insurance BrokersTitle: President & CEO pc1dress. 152 N. 3rd. St. Suite 800 Telephone. (408) 288-8000 San Jose, CA.. 95112-5581 Facsimile: (408) 288-•8705 Subrogation Endorsement Page 1 of 1 QCkTiMCT FOR P BI c woRKs (continued) NC1Y'ICE OF PDLIC:Y CANCEL=ON ENDORSEMENT In consideration of the policy premium and notwithstanding any incon- sistent statement in the policy to which this Endorsement is attached or any other Endorsement attached thereto, it is agreed as follows: Cancellation Notice. The insurance afforded by this policy shall not be suspended, voided, cancelled, reduced in coverage or in limits, or materially altered, except after thirty(30) days' prior written notice by certified mail, return receipt requested, has been given to the City of Cupertino ("City") . Such notice shall be addressed to the City as indicated below. POLICY INF0011=ON 1. Insurance Ccxnpany• Insurance Company of the West 2. Insurance Policy Number: CSJ0556493 01 3. Effective Date of this Endorsemert: May 23 , 19 94 . 4. Insured: Service By Medallion., Inc. All notices herein provided to be given by the Insurance Ccn any to the City in connection with this policy and this Additional Insured Endorsement, shall be mailed to or delivered to the City at 10300 Torre Avenue, Cupertino, California, 95014. I, Kenyon Oliver (print/type name) warrant that I have authority to bind the below listed Insurance Cerny and by my signature hereon do so bind this Company. Signature of Authorized Representative: V ,! 7. (Original signature required on all Endorsements furnished to the District) Names of Rick Prentice Agent/Agency:Jardine Insurance Brokers Title: President & CEO Address: 152 N. 3rd. St. Suite 800 Telephone: (408) 288-8000 San Jose, CA. 95112-5581 Facsimile: (408) 288-8705 Cancellation Endorsement Page 1 of 1 ALL-PURPOSE ACKNOWLEDGMENT CAPACITY CLAIMED BY SIGNER State of California County of SANTA CLARA ❑ INDIVIDUAL(S) ❑On 5/20/94 before me, LINDA K. LA MARK CORPORATE DATE NAME T2T1E(S) notary public, personally appeared G.F. GERBING, JR. ❑ GENERALPARTNER(S) ❑ LIMITED PARTNER(S) NAME ( S)OF SIGNEWS� i(,x] ATTORNEY-IN-FACT 51 personally known to me-OR- ❑proved to me on the basis of satisfactory evidence to !((.---J�� TRUSTEE(S) be the person( whose name( is/tm subscribed to the within instrument and acknowledged to L! GUARDIAN/CONSERVATOR me that he/shaftey executed the same in his/Ji&sFVWr authorized capacityTWs , and that by ❑ OTHER: hisftp{'s' signature(js)on the instrument the person(lo,or the entity upon behalf of which the person(Ij acted, executed the instrument. Witness my hand and official seal, SIGNER IS REPRESENTING: NA.Mj OF PERSON(S)OR ENTi7Y(iES) AMERICAN BONDING COMPANY �R (SEAL) SIGNATURE OF NOTARY ATTENTION NOTARY: Although the information requested below is OMONAL,it could prevent fraudulent attachment of the certificate to unauthorized document- THIS CERTIFICATE Title or Type of Document _ ! MUST BE ATTACHED Number of Pages Date of Document TO THE DOCUMENT '— i DESCRIBED AT RIGHT: Signer(s)Other Than Named Above FSA oasts r+c.ten! BOND NO. : 9440141 PREMIUM: $3,122.00 FAITHFUL-PERFUFHWCE BOND KNOW ALL MEN BY THESE PRFSWr: THAT WE, SERVICE BY MEDALLION, INC. as Principal, (contractor's name) and AMERICAN BONDING COMPANY as Surety, (bonding company Is name) are held and firmly bound unto the City of Cu ertino, State of Califon iz:, in the SUM of FORTY ONE THOUSAND SIX HUNDRED THIRTY ONE AND 00/100 DOLLARSlawful money of the United States, for the payment of which will and truly to be made, we bind ourselves, our heirs, executors, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION of the foregoing obligation is such that, *EREAS, the Principal has entered into a contract with the City dated ,19 with the Obligee to do and perform the follaautg work, to-wit: CONTRACTUAL JANITORIAL SERVICES, PROJECT 94-101 NOW, THEREFORE, if the said principal shall well and truly perform the work contracted to be performed under said contract, then this obligation shall be void; otherwise to remain in full force and effect. IN WITNESS WHERMF, this instrument has been duly executed by Principal and Surety this 20TH day of MAY , 1994 . (To be signed by Principal and Surety. Notary acknowledgments required) CONTRACTOR SERVICE BY MEDALLION, INC. SERVICE BY MEDALLION, INC. 744CALLE ARTIS, SAN JOSE, CA. 95131 Pr�.ncipal AMERICAN BONDING COMPANY Surety By: -' A y-r VacG GER WG, JR. The above is a00%pted and approved this _ day of ,19, Faithful Performance Page 1 of 1 i c � AMERICAN BONDING COMPANY 9440141 GENERAL POWER OF ATTORNEY Know all men by these Presents, That AMERICAN BONDING COMPANY has made,constituted and appointed,and by these presents does make,constitute and appoint G.F. GERBING, JR. of SAN JOSE, CALIFORNIA its true and lawful attomey-in-fact for it and in its name,place,and stead to execute on behalf of the said Company,as surety,bonds,undertakings and contracts of suretyship to be given to ALL OBLIGEES provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of TWO !MILLION FIVE HUNDRED THOUSAND—($2,500,000) DOLLARS .. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Beard of Directors of the Company on the 15th day of November, 1991. "RESOLVED,that the Chairman of the Board,the Vice Chairman of the Board,the President,an Executive Vice President or a Senior Vice President or a Vice President of the Company,be,and that each or any of them is,authorized to execute Powers of Attorney qualifying the attorney-in-tact named in the given Power of Attorney to execute in behalf of the Company,bonds.undertakings and all contracts of suretyship;and that an Assistant Vice President,a Secretary or an Assistant Secretary be,and that each or any of them hereby is,authorized to ailest the execution of any such Power of Attorney,and to altach thereto the seat of the Company. FURTHER RESOLVED,that the signatures of such officers and the seal of the Company may be affixed to any such Powerof Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seat shall be valid and binding upon the Company when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached." in Witness Whereof,AMERICAN BONDING COMPANY has caused its official seal to be hereunto affixed,and these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 5th Day of April, 1994. Aitest: AMERICAN BONDING COMPANY By SET William R.McKenzie,Assistant Vice President Im t Edward J.Edenlield IV.Vice President P• STATE OF ARIZONA ss.: COUNTY OF PIMA On this 5th day of April 1994 ; before me personally came Edward J. Edenfield IV,to me k,iown,who being by me duly sworn, did depose and say that he is a Vice President of AMERICAN BONDING COMPANY,the corporation described in and which executed the above instrument;that he knows the seal of the said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. OFFICIAL sEAL , f1� CHRISTIE TURLEY CHRISTIE TURLEY NOTARY PUBLIC NOTARY PUBLIC �+ My Commission Expires My Commission Expires March 10,1995 March 10, 1995 CERTI I,the undersigned,an Assistant Secretary of AMERICAN BONDING COMPANY,an Arizona corporation,DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has riot been revoked;and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the city of Tucson, in the State of Arizona Dated the 20TH day of MAY 19 94 SEAFlorence E.Robert,Assistant Secretary also o • CALIFORNIA ALL-PURPOSE ACIt NlOWLE®GMENT No 540- State of California County of Santa Clara On ._ 5/20/94 _ --, _ before me, Anna Sweeten, Notary Public DATE NAME.TITLE OF OFFICER,E,..-JANE DOE_.NOTARY PUBLIC` personally appeared Roland Strick _ NAMEIS)OF S;GNERi S) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(zs) whose name(rs) is/ave subscribed to the within instrument and ac- knowledged to me that he/sbe executed the same in his/fawd0ljbiR authorized capacity(iss), and that by his/M*6thleir signature(s) on the instrument the person(*, or the entity upon behalf of which the person(k)ANNA SWEETEN r ._. p (k) acted, executed the instrument. Gf 1;1r�� CdfvlM. �SiSiS3 i,ae•.t r NOTARY PUBLIC-['..1L:T'O�+i�IA Au:,. W. 1�07 � WITNESS my handn d official seal. SIGNATURE_OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL Cx1 CORPORATE OFFICER Bond - - ----------------- TITLE OR TYPE OF DOCUMENT TPLE(S) ❑ PARTNER(S) ❑ LIMITED GENERAL A-nORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: _ —_ T�^ Same --------- DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) Service--Bye--Meda Mon- SIGNER(S)OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION•8236 Remmet Ave-P O.Box 7184•Canoga Park,CA 91 309-7 1 84 ,. to it '.•••�- it =• • •� _•.J. /_._.._ M Lr••l. ••:�. • "� 1•'- w •'•:a. .•. _ - -• Alta- 1 •/� -•1 ►..•) -,{•• "... •'•'1- •F • � •'1 •1 • •il_ �Il�. •l. '•.'•1' •' - • - •1 • =:.f 11.2• • � I•''=1 • _�rl - - - fl' • 1- 'mil- •.^' ;_1 11 • r. the bid prices for this project shall be as outlined below: BASE HID: I. City Nall administration Building: Uhit Price Did: S_ 1.685.00 per month x 12 - $20,220.00 per year 2. Ojpertino : 2,728.00 32 736.00 Unit Price Hid: $ per month x 12 - $ per year 3. Portal Park Recreation action Building: Unit Price Hid: $ 2® 79.00 per month x 12 - $ 3,348,00 per year 4. Senior Citizens 915.00 10,980.00 Unit Price Bid: per month x 12 - $ per year 5. McClellan Rwch Maim Building and Mus m: Unit Price Hid: $ 253.00 per month x 12 a $ 3,036.00 per year 6. service utter: 844.00 10,128.00 per year Price Bid: $ per month x 12 - $ 7. Manta Vista Park Building Unit Price Hid: S 1,083.00 per month x 12 - $ 12.996.00 per year S. Blackberry Farm Rest Roam 6 Office Building Facilities: Unit Price Hid: $ 505.00 per month x 12 a $ 6,060.000 Per Yam' 9. Quinlan Ommmity Casa ar Building Uhit Price Hid: $ 3,547.00 per month x 12 - $ 42,564.00 pw year JuM BASE BM: $ 142,068.0$w year Hid Mposal Page 2 of 32 SF3MCE UNrr CAST PER CCCUIWJNCE FUR CITY HALL AMMMATTCFJ BUILDING _ . 10300 TEE AVENUE The following services are to be performed after 12:00 a.m. and before 7:00 a.m., five (5) days a week, Monday through Friday. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. A. DAILY SERVICES: 1. Dust mop all tile floors and stairs to lower level. S 50 /per day 2. Swamp all door mats, bath inside and outside. $ =.50 /per day 3. Vacuum all carpeted areas upper and lower levels. Spot clean daily. $ 2'S0 /per day 4. Fill all soap, towel and paper dispensers using material; furnished by the contractor. Emergency supplies of soap, towels and toilet tissues shall be stoned at this location. $ 1.50 /per day 5. Empty and clean thoroughly all ash trays directly outside building doors. Bg3ty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed 1.00 in the proper location for disposal. $ /per day 6. Scrub and disinfect all sinks, caxwdes and urinals. Map floors using disinfectant solution. Clean and polish fixtures, dispensers, and clean mirrors. Replace urinal deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. $ 2.00 /per day 7. Clean counter top, stave, outside of refrigerator, microwave (inside & out), coffee area, tables aryl sink in employees lunch area. $ .50 /per day S. Dust all ftu Tdture (awept desks) including file cabinets, wrork tables, appear binder bins in cubicles, counters, window sills, telephones, and etc. $ 3.00 /per day 9. Clean main lobby and council chamber including podium, counters, wood doors and glass doors and wood trim of fingerprints and S 1.50 /per day 10. Clean and polish drinking fountains thcrauxjhly. $ .50 /per day 11. Clean floor, metal walls and railings in elevator. S .50 /per day Bid Proposal Page 3 of 32 12. All interior doors shall be closed and locked as required, and lights turned off upon .50 leaving offices after cleaning. S /per day 13. Wash main lobby and employee's doors (upper 1.00 and lower levels). $ /per day 14. Site visor must speak and read Ehglish and be at site at all times. $ 1.00 /per day 15. Secure all exit doors and set alarm system 1.00 when leaving building. $ /per day B. WEEKLY SERVICES 1. Wet mop, wax all tile floors. $ 10.00 /pw week 2. Clean door kick plates and hardWawe with brass cleaner. $ 1.00 /per week 3. Vacuum all cloth chairs, thraxPcut building $ MOO.00 /per week 4. Clean and maintain the janitorial roam including Sink, walls, and floor. $ 2.00 /per week 5. Janitorial service must meet with a facility mutative during city work haws once a week. $ 3.00 /per week 6. clean grout on all bathroom ceramic tile, (Floors, walls, canters and sinks, etc.) $ 7.00 /per week c. SEMI-MM MY SERVICES 1. Wash all walls, floors, stall partitions and doors in rest roams using a disinfectant 00.3 semi�. detergent. $ / 2. clean all rubber base moldirvg of dirt and wax, $ 1.00 /semi-ma. 3. Wash main lobby windows. $ 2.00 /semi-mo. D. NlM?MY SERVICES: 1. Spot clean all doors, frrames, and walls (only washable walls) on both levels. $ 10.00 /per mo, 2. strip and wswax all bathr=m the floors, not $ 40.00 /per mo. file edging ar stairs. 3. Clean top of all HVAC ducts and light $ 35.00 /per �. fintwes cn lewr level. 4. Dust heat registers and air vents and door S 20.00 p� �. louvers in all areas. Bid Prq=al Page 4 of 32 E. QUARMLY SERVICES 71 1. Wash all interior and wMerior windows im:ide and out, vacuum gapes and clean venetian blinds. $ 100.00 /Per qtr. F. ANNUAL SMVICES 1. In December, remove or open all plastic lice covers (not plastic lens) and chrcm refractors and clean thoroughly of bugs and dirt. $ 20.00 /ar asal 2. In December, vacuum all cloth partitions. $ 20.00 /annual 3. Dry clean all carpets (date to be determined by �t city.) $240.oQ /an'rual V. SU SLIM 1. Paper towels equal to 389-H James River 5124.00 /per no. 2. Paper towels equal to 951 Crown C3iiffcn, 2-ply 21.00 roll. $ / ' mo. 3. 'Ibilet paper equal to Crown-Soft, Plus roll tissue. S 53.00 /per mo. 4. Disposable toilet seat covers -flat pack-250 count, equal to 46-SC James River. $ 24.00 _/per mo. 5. Pink liquid soap. (Mild Abrasive) $ 9.00 /per mo. 6. Head and body &Azq o S 3.00 /per mo. 7. 4" Sanitary Napkins $ 1.00 /Per no. S. �.00 /Per mo. 9. Urinal Screens $ 4.00 /per mo. 10. Plastic Zrasbliners $ 76.00 /per mo. H. BUnDIM SIZE 1. City Hall (main floor) 11,520 Sq.Ft. 2. City Hall (twrace level) 8,300 Sq.Ft. Bid Pr posal Page 5 of 32 SERVICE UNIT COST PER OCCURRENCE FVR CUPER INO LIBRARY BUIWING -10400 TCM AVENUE The following services are to be performed after 10:00 p.m. and before 6:00 a.m., six (6) clays a week on T4esday, Wednesday, Thursday, Friday, Saturday and Sunday. For the purpose of deducting cost for services not rendered, the following is a list of service and the unit cost per occurrence. No work will be required in the main ocaputer° roam. A. OILY SERVICES 1. Lust mop and wet map all ceramic, tile and 5.00 cm=ete stairs. $ /per clay 2. 9;aep all door mats, both inside and outside, 2.00 when needed. $ /per day 3. Vacuum all carpeted areas on all levels. Spot 25.00 clean daily (mot main caqwter ram) • $ /per day 4. Fill all soap, towel, and paper dispenser- using materials furnished by the contractor (exert for soap and paper products supplied by library) . Emergency supplies of soap, towels and toilet tissues shall be stared at this location. $ 2.00 /per day 5. Ehpty and clean thoroughly all ash trays directly outside building doors. Ehpty and clean all other waste and recyclable receptacles. Trash reaWtacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the prgoex location for disposal. Put plastic liner in the trash receptacle in the staff 2.00 lunchrom. $ /per day 6. Scrub and disinfect all sinks, commodes and urinals. mcp flows using disinfectant solution. clean and polish fixtures, dispensers and wipe mirrors. Replace urinal deodorant scans, when needed. PAMOve graffiti from walls. $ 6.00 /per day 7. Clean counter top, stove and sink in eeployees lunch area. $ 1.00 /per day 8. clean main lobby including glass dooms, wood trim, oohs of fingerprints and modes. $ 3.00_/Aer day 9. Clean and disinfect drinking fountains thorroughly. $ 1.00 /per day 10. Vacuum floor and clean stalls and railings in $ /4.00 elevators. day Slid Proposal Page 6 of 32 A. DAILY SEFNICM (=, im ed) 11. Clean all doors of fingerprints and wedges. $ 6.00 /per day 12. Sweep crowd outside of building, including porch, stairs arrd patio and clean handrails. $ 1.00 /per day 13. Site RVWVisor waist speak and read Fhglish and be at the site at all times. 7he ggMvisor nit carry a paging system. $ 8.00 /Per day 14. All doors dUll be closed, locked, lights b=19cd off and checked upon leaving offices that have been cleaned, especially two (2) fire doors at bottom of each stairway -ad the comamity roes door at terrace level hallway must be kept closes and locked for security reasons. S 2.00 /1er day 15. Before leaving building secure all exit doors, and set alarm. $ 2.00 /per day B. WEEKLY SERVICES 1. Grist all ftrnitame (except desks) including file cabinets, microfilm readers, periodical ram, work tables, oaunters, dudm, window sills, door frames, telephone, etc., using treated dust cloths. Work surfaces shall be thoroughly cleaned of all marks, fingerprints, etc., when $ 25.00 /� week required. 2. Clean door kick plates and hardware with kmass cleaner. $ 5.00 /per week 3. Vacuum all cloth chairs throughout building. $ 4.00 /per wit 4. clean all metal and wood railings and remove graffiti, especially between floor in public areas. $ 5.00 /per week 5. Dust heat registers and door louvers in all $ 5.00 /P� weekareas. - 6. Clean and maintain the janitorial room including sink, walls, and floors. $ 10.00 /per week 7. Wet map concrete stairs. $ 12.00 /per Week S. Clean grout between all ceramic the (wall, 20.00 /per week touter ceilings, floors A tops). $ 9. Janitorial Service mist.. most with a facility reloreseint ativ+e during City work hours once a $ 12.00 /i ,week. week. Bid Proposal Page 7 of 32 C. SEMI-MONTHLY SERVICES 1. wash all walls, floors, stall partitions and doors in . rest rooms using a disinfectant detergent. $ 9.00 /semi mo. 2. clean all rubber base molding of dirt and wax. $ 22.00 /semi mo, 3. Wash all door mats. $ 6.00 a/semi mo. D. MOONY SERVICES 1. Wash main lobby windows. $ 16.00 /per mo. 2. Wash all interior and exterior windows inside and 120.00 / , mo.out, and clean Venetian blinds. $ 3. Spot clean all doors, frames, and galls. $ 4.00 me /per mo. E. SEMI-ANNUAL SERVICES 1. Remove and clean all register covers and vent grills. $ 64.00 /jai-arnial F. ANNUAL SERVICES 1. In December, rive or opeTi all plastic light covers (not plastic lens) and chrome refractors 160.00 and clean thoroughly of brags and dirt. $ /annual 2. Dry clean all carpets (date to be determined by 1080.00 the City) . $ /amual G. SUPPLIES: Supplied by County and stored on site. $ H. B=ING SIZE 1. 04mtino Library 37,000 Sq. Ft. Bid Proposal Page 8 of 32 SERVICE ET COST PER OOCVRRENCE FR AL PARK REMEATIM B1Td DVs The following services are to be performed after 11:00 p.m. and before 6:00 a.m., three (3) days a week, on Thy, Tfu sday, and Suzy. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit oast per . A. DAILY SERVICES 1. Vacuum entrance mats. $ 1.00 /per day 2. Dust :cop and wet asap all tile floors. $ 2.00 jjxw day 3. EZ)ty and clears all waste and recyclable receptacles. Trash males at desks are split into recyclable and nonrscyclable trash. Mvwefore, waste and recyclables are to be kept separate and placed in the pr*w location for da�aposa1. $ 1.00 /per day 4. Dust all furniture including counter tps, wirdw sills, wooden benches, baseboards, etc. $ 2.00 `/pie day 5. Scrub sink, clean outside of refrigeratar, o=*er tops, and stove top. $ 2.00 /per clay 6. Clean play tables, sides and top of dirt aryl fingerprints. $ Z.00 /per &xy 7. Site Supervisor Mast speak and read English and be at the site at all times. $ .50 /per day 8. Secure all exit doors when leaving building. $ 1.00 /per day B. WEEKLY SERVICES 1. Spot Clean all walls, doors and door frames for fingerprifts and =x1ges. $ 2.00 /per week 2. Buff all the floors. $ 10.00 /per week 3. Janitorial Service mist meet with a facility .representative during City work hours i me a $ 12.00 / , week C. YOViJiLl SERVICES 1. Wet mop, wwc and buff all the floors. S 15.00 /per mo. 2. Strip and rewax all the floors. $ 15.00 /per no. Bid Proposal Page 9 of 32 D. SERVICES 1. Masts all wintws inside and out. $ 18.00 /per qtr E. dNNURL SERVICES 1. in fir, remove all plastic light wvers and clean tt woxjhly of bsp and dirt. $ 10.00 /mil 2. Wash tl=saltily and disinfect all table tqos, 10.00 legs and claim. $ Jantual F. SUPPLIES 1. Paper towels 389-H Dares Rivet Multifold in kitchen. $ 31.00 /per ino. 2. Plastic trashlirms. $ 1.00 /por MO. G. BUIIDIM SIZE 1. Fm tal Park Recreation Building. 1,308 Sq.Ft. Bid Paoop ml Page 10 of 32 SERVICE UNTr C osr PER OOCURRFNCE FUR _SENIOR SENIOR CI'PIZENS CERM ON SI'fVENS CREEK BOULEVARD The following services shall be performed after 1:00 a.m. and before 7:00 a.m., six (6) days a week, on Monday through Friday and Sunday. For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per ooaurrenoe. R. DAMY SERVICES 1. Clean brass, windows and door knobs on all entrance doors. $ 2.00 /p_, day 2. Dust mop then wet map all file & linoleum floors. $ 1.00 /per day 3. Dust and clean all furniture including cabinets, counter tops, tables and window sills, etc. $ 1.00 /per day 4. Dtpty and clean thoroughly all ash trays directly outside building doors. Dopty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and non recyclable trash: • 72erefare, waste and recyclables are to be kept separate and placed in 1.00 the proper locations for disposal. $ /Per day 5. Sorb and disinfect all sinks, caomodes and urinals. Hop floors using disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replaos rim hugger deodorant in toilet bowls and urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towel in dispensers. $ 2.00 /P� day 6. Scrub kitchen sink and clean outside of refrigerator, freezer, stove top, dishwasher, ice m adiine, kitden appliances and all tile 2.00 countars. $ /Per day 7. Vacuum and spat clean carpets. $ 1.00 /per day S. y supplies of soaps, towels, trash liners and toilet tissue shall be stored at this location. In addition, fill all soap and paper 2.00 towel dispensers. $ /per day 9. Site S 4=visor must speak and read English and 2.00 be at the site at all times. $ /per day 10. Before leaving building seance all exit doors and $ 1.00 /per day set alarm. Bid Proposal Page 11 of 32 B. WEEKLY SERVICES 1. Spot clears all walls and doors for fingerprints and midges. $ 2.00 /per week 2. Move furniture and wet mop and buff all the and linoleum floors. $ 1.00 /per week 3. Janitorial Service mast meet with a facility rep entative during City work hours once a week. $ 9.00 /per week 4. Clean all file grout in rest rooms. $ 12.00 /per week C. MMMY SERVICES 1. Wet mop all file floors. $ 9.00 /per mo. 2. Use grout cleaner on kitchen tile. $ 20.00 /per mo. 3. vacuum all cloth chairs. $ 30.00 /per mo. 4. Clean all air vents. $ 12.00 /per mo. D. QUARrMY SERVICES (dates detemined by City) 1. Wash all windows inside and out. $ 30.00 /per quarter 2. Clean and wax wood kitdien cabinets, desks, lobby coffee table and all wooden doors. $ 20.00 /per quarter E. SEKE ANNUAL SERVICE'S 1. Strip and rewax all file and linoleum. $ 40.00 /semi-annual 2. Wash thoroughly and disinfect all tables and chairs. $ 10.00 /semi-annual 3, Wet mop, strip and rewax all file flcxrs (move furniture) . $ 60.00 /seam-annual F. AFL SERVICE 1. In Jaru ary, rm we all light oovers and clean. $ 20.00 /annual 2. Dry clean all carpets. (Date to be toe d by 40.00 the City) $ /arnual 3. One general daily cleaning performed durirxl the daytime hors. (Date to be deteimined by the 65.00 City.) $ /awYual G. SUPFUES 1. Paper towels equal to 389 H James River Multifold. $ 62.00 /per mo. Rid Proposal Page 12 of 32 G. SUPPLIES (CMntinued 2. Tbilet pagper eqaal to Crown-Soft Plus roll 27.00 tissi�. - S /per mo. 3. Diqmable toilet seat over+ rs—flat plc 250 $ 12.00 / cat, 46-W James River. ma. 4. Pink Liquid sip. (Mild Abrasive) $ 1.00 /per no. 5. Plastic trashlirrers. $ 30.00 /per MO. 6. 9112 Derma Pro lation soap $ 1.Q0 /per no. 7. Urinal Screens $ 2.00 /per M. H. BUILD= SIZE 5,963 Sq. Ft.1. Senior Citizen's Center. Bid Praposal Pale 13 of 32 93-038 CONTRACTUAL JANITORIAL SERV. 4 of 9 PROJECT 94-101 SERVICE M= Cyr PER OCCURRENCE FOR _ MCCLELTA4 RANCH MAIN BUILDING AND MUSEUM The following services are to be performed after 1:00 a.m. and before 6:00 a.m., three (3) days a week, on Today, Thursday and Sunday. Fbr the purpose of deducting cost for service not rendered, the following is a list of services and the unit cost per occurrence. MR= EUUMM: A. DAILY SERVICES 1. Dust mop all the floors (both levels) . $ 2.00 /per day 2. Empty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 1.00 /per day 3. Dust all furniture including counter tops, file cabinets, window sills, stair railings, etc. ( desks). $ 1.00 /per day 4. Scrub and disinfect all sinks, ocemodes and urinals. Mop floors using disinfest solution. Clean and polish fixes, dispensers and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dispensers. $ 2.00 /peg. day 5. Scrub kitchen sink, clean cr"-mter, outside of 1.QO refrigerator and stove top. $ /per day 6. Vacuum and spot clean carpets. $ 1.00 /per day 7. Emergency supply of soap, toilet tissue and paper products will be stared at this location. $ 1.00 /per day 8. Siva Supervisor mast speak and read English and be at the site at all times. $ 1.00 /per day 9. 5efox9e leaving building secure all exit doors and set alarm. $ 1.00 /pe day B. WEEKLY SERVICES 1. Wet mop and buff all file floors an both levels. $ 10.00 /per wek 2. Janitorial service must meet with a facility representative during City work hours once a $ 9.00 / . week Bid Proposal Page 14 of 32 C. MO+QMY SEWICFS 1. Spot clean all walls, doors and drAw frames for fingerprints and ®udcges. $ 10.00 /per mo. 2. Ship and rewwc all the floors. $ 20.00 /per mu. D. SERVICES $ 25.00 /per quarter q 1. Wash all windows inside and rat. s E. ANNUAL SEW7.,%M 1. In Deo®nher, remm,e all light covers on both levels and clean. $ 10-00 /per amial 2. Dry clean all carped (date to be determined by 15.00 City) . 8 /per annual F. SUPPLIES 1. Paper towels equal to 383 H James River Mltifold. $ 16.00 /per mo. 2. Tbilet paper equal to Crawn-Soft Plus roll 5.00 tissue. $ /per no. 3. Plastic trashliners. $ 7.00 /per mo. G. BLTII,DIM SIZE 1. Administration Building 2,124 Sq.Ft. Bid Proposal Paq+e 15 of 32 SERVICE MIT (MST PER OCCURRENCE PCR MUSEWSIMM - MOC[.EAJ RANCH PAC The following services are to be perfumed after 1:00 a.m. and before 6:00 a.m., three (3) days a week, on Tuesday, T Nmsday and Sunday. For the purpose of daductzyg cast for services not rendered, the followuq is a last of services and the unit cost per occurrence. mowsTmum aunpm: A. DAMY SERVICES 1. Dust mop all tile floors without disturbing animal cages. $ 3.00 /Per day 2. Eq3ty and clean all, waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and recyclable trash. Therefare, waste and recyclables are to be kept separate and placed in the proper location for disposal. $ 2.00 /per day 3. Scrub both sinks, clean counters and outside of ..Qfrigeratar. $ 4.50 /per day 4. Supply of soap and paper products stud at McClellan Main Building. $ 3.00 /per day 5. Site Su;xwvisor mist speak and read English and be at the site at all times. $ 1.00 /per day 6. Before leavirq building secure all exit doors. $ 1.00 /per day B. WEEKLY SERVICES 1. Wet mop and buff all the floors. $10.00 /per week 2. Janitorial Service must meet with a facility xepreser*ative during City work hcuts canoe a $ 9.00 /P� weekweek. C. rY SERVICE 1. sit clean all walls, doors and door frame for fingerprints and smxkjes. $ 10.00 /Per zo. D. qMMMY SERVICES 1. gash all windows inside and outside. $ 24.00 /per quarter 2. Strip and rewax all the floors. $ 10.00 /per quartet Bid Proposal Page 16 of 32 E. ANNUALS SERVICES 1. in Decembeir, remove all plastic light covers and clean. _ $ 20.00 /arsnal F. F Dnz SI2z 1. MoAnwstarage. 945 Sq, Ft. Bid Mpoaa]l, Fie 17 of 32 SESTSCE uQIT a wr PER SCE FtR - SERVICE CENTER--MM AVENUE 'she following services are to be performed after 10:00 p.m. and before 6:00 a.m., five (5) days a week, Sunday through Thursday. For the purpose of de&=ting cost for services not rentUired, the following is a list of services and the unit cost per ocotwrenoe. A. DIMLY SERVICES 1. Wet mop all file floors. $ 1.00 /per day 2. Clean and buff to a high shine ceramic file in sntry way. $ 2.00 /per day 3. Dist all furniture including cmmter tops, table tops, cabinets, window sills, Venetian blinds, etc. $ 2.00 /per day 4. Scrub kitchen sink, clean outside of refrigerate, counters, stove top and tables. $ 1.00 /per day 5. Scrub and disinfect - sinks, c®dodes, and urinals. Mop floors using disinfectant solution. Clean and polish fixtures, dispermrs and wipe mirrors. Replace urinals deodorant screens, when needed. Replenish soap, toilet paper and paper towels in dtspensers. Wash rubber mats in men's rest room. $ 2.00 /per day 6. Clean sliding glass windows in lobby office area and front and rear of entrance doors. $ 2.00 /per day 7. Supplies of soap, towels and toilet USSR to be stared at this location. $ 2.00 /per day 8. Site wise must speak are read English and be at the site at all times. $ 1.00 /per day 9. Before leaving building secure all exit doors and set alarm. $ 1.00 /per day 10. Fluty and clean thoroughly all ash trays directly outside building doors. Dq)ty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonr+ecyclable trash. 7herefom, waste and recyclables are to be beat separate and placed in the proper location for disposal. $ 1.00 /per day B. WEEKLY SERVICES 1. Buff all tile floors, move furniture while 12.00 buffing to clean under furniture. $ _/per week Bid Proposal Page 18 of 32 B. WEEKLY SERVICES (cnntirnled) $ 2.00 /per week 2. Sit clean all walls, doors and door frames for f ir%gerprints and . 3. Clean janitorial eat including walls and float. $ 2.00 /per week 4. Janitorial Service must meet with a facility x wesentative during City warn hours once a $ 9.00 /per week week. S. Clean shower ceramic the in baftwooms. $ 12.00 /per week C. MMMY SERVICES 1. Clean door kick and hand plates with brass cleaner. $ 5.00 /per mo. 2. Vacanml all cloth chairs. $ 5.00 /per mo. D. �.Y SERVICES 1. Wash all windows, inside and axtside. $ 50.04Pper quarter E. SEMI-ANNUAL SEWICES 1. Strip and rewax all tile floors. All baseboards are to be free of wax. Move furniture when ompleting this service. $ 50.00/semi-armual F. ANNUAL SERVICES 1. In March, remove all light covers and clean, including licit fixtxn-es. $ 10.00 /annual G. SUPPL ms 1. Paper towels equal to 389-H James River Mltifold. $ 7£3.00 /per mo. 2. Toilet paper equal to Crcwn-Soft Plus xvll tassaZes. $ 27.00 _/per mo. 3. Disposable toilet seat covers--flat park--250 count, 46-SC James River. $ 3.00 /per mO• 4. Paper towels equal to 951 Cram CWfc n 12-ply roll. $ 23.00 /per no. 5. Pink hand soap. $ 9.00 /Per mo. 6. 9112 Derma Pro lotion scrap. $ 2.00 /per MO. ?. Read and body shampoo. $ 2.00 /per mo. Rid Proposal Pace 19 of 32 G. SUPPUES (Continued) 8. 4" sanitary. ruins. $ 2.00 /per no. 9• Tanpam. $ 2.00 /per MO. 10. Plastic trashliners. $ 16.00 /per mo. H. BUILL IM SIZE 1. Service om*Ar. 7,500 Sq.Ft. Hid Praposal Page 20 of 32 . SERVICE UNIT CIOGr PER ODCMUNCE FCR - MMM VISTA PARK RECREATION CENTER The following services are to be performed after 1:00 a.m. and before 6:00 a.m., five (5) days a week, on Monday, Z1esday, Thursday, Friday and Suruday. For the purpose of deducting cast for services not rendered, the following is a list of services and the unit nost per occurrence. A. DAMY SERVICES 1. Dust mop file floor in kitchen and hallway. $ 1.00 /per day 2. Vacuum m and spot clean carpets. $ 2.00 /peg clay 3. Eg3ty and clean all waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper location for 2.00 disposal. $ /Per day 4. Scrub kitchen sink, clean outside of refrigerator, counter tops and stove top. $ 1.00 /per day 5. Scrub and disinfect all sinks, ccumodes and urinals. Map floats using disinfectant solution. clean and polish fixtures, dispensers and wipe mirrors and mirrored wall. Replace urinals deodorant eens, when needed. Replenish soap toilet paper and paper towels in dispensers. $ 2.50 /per day 6. Emergency supplies of soap, towels and toilet tissues will be stored at this location. $ 1.00 /per day 7. Site Supervisor must speak and read English and be at the site at all times. $ 1.00 /per day 8. Before leaving building, secure all exit doors. $ 1.00 /per day B. WEEKLY SERVICES 1. Wet map and buff -all the floors. $ 2.00 /per week 2. Dint window sills and Counters. $ 2.00 /per week 3. Janitorial Service must meet with a facility representative dining City work hours once a $ 9.00 / wreak week. C. MORMY SERVICES 1. Spot clean all walls for fingerprints and smudges. $ 5.00 /per mo. Bid Pamposal Page 21 of 32 C. 1 MMY SERVICES (continued) 2. Strip and rewax an the flnors. $ 20.00 /per mo. D. q AtYPFRL SEMCES 1. Wash all window, inside and outside. S 25.00 /psr quarter E. ANNEML SERVICES 1. In Deaember, rune all light covers and clean. 2. Dry clears all carpets. (date to be deter mined by city) S 100.00 /an uaal F. SUPPLIES 1. Paper towel$ equal -to 389-H James River 78.00 Mltifold. S /I ffi• 2. Toilet paper paper equal to Cncwm-Soft Plus roll 27.00 tissues /per mo. 3. Pink liquid Soap. (mild abrasive) $ 9.00 /per mo. 4. Disposable toilet seat covers - flat pares - 250 count, 46-SC James River. S 3.00 /per no. 5. 4" Sanitary Napkins. S 2.00 6. T $ 2.00 /per mo. 7. P atittic trashliners $ 16.00 /per mo. BUIMI G SIZE 1. Muter Vista Park Ration Cyr 10,354 Sq.F't. 2. Mona Vista Park Building 2,970 Sq.Ft. Bld Prowl Page 22 of 32 SEMCE COST PER OCCLTJU dCE RR BLACIMUM FARM FMT ROCHS AND OFFICE BUIIDING The following services are to be per-farmed at the restrocuts in the recreation and pool area 110 days bra the moriths of May to September. The dates will be determined by the City. ItA, following services are to be performed at the Golf 0aase Pro Shop rest three (3) days a week on Wednesday, Friday and Sunday, all year. The following services are to be performs at the Office Building at the entrance to Blackberry Farm recreation area one (1) day a week on Wednesday, all year. All services are to be performed after 10:00 p.m. and before 6:00 a.m. For the purpose of ducting cotst for services not rendered, the following is a list of services and tlTa unit cost per cccisrence. law A. DAMY SERVICES 1. Scrub and disinfect all sinks, ccemodes and urinals. map floors Ming disinfectant solution. Clean and polish fixtures, dispensers and wipe mirrors. Replaoe urinal deodorant screens, when needed. R f ove grafiti from $ 5.00 /Per day walls. 2. >gpty and clean all waste and recyclable recptacI Trash receptacles at desks are split into recyclable and norumcy+clable trash. ' fore, waste and recyclables are be kept separate and placed in the proper location for 5.00 disposal. $ /per day B. SUPPLIl a - Provided by City and stared on site. CMCB Bullam A. DAILY SERVICES 1. Vac u= all carpeted areas. Spot clean daily. $ 3.00 /Pea' day 2. Mgpty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and nonrecyclable trash. Therefore, waste and recyclables are to be kept separate and placed in the proper locations for $ 5.00 /per day 3. Vacuum all cloth chairs threuomt building. $ 7.00 /per day 4. Secure all exit dotes when leaving building. $ 1. - /per day Bid Proposal Page 23 of 32 FAA RBI & OFFICE BUXIDDr (cctimsed) A. DAILY SFR Mm ( ) 5. Dust all office equipment and window sills, etc. S. Clears all c=*,er tops. 3.00 /per day H. MMMY SEMMES: 1. WWM all window inside and out. 7.00 C. BUIMnta SIZE: 1. Office size 275 Sq. Ft. WA Prvpcsal Page 24 of 32 SERVICE MIT o0Sr PER oC CUFOUNC E Fit QvnCM OWMaTY CEWM CN srIILOc MAD Me following services shall be performed after 11:00 p.m. and before 7:00 a.m., seven (7) clay a week, on Nmiday ewough Sunday. Forthe purpose of deducting cost for services not rendered, the following is a list of all services and the unit cost per one . A. DAILY SER'VI'CS 1. Clean brass, windows and dcarknrobs on all entrance doors. $ 5.00 /per clay 2. Dust Mop then wet map all file floors. $ 5.00 /per day 3. Dust Asap all hardwood floor throughout. $ 5.00 /per day 4. Dust all furniture including cabinets, counter taps and window sills, etc. $ 1.50 /per day 5. Erg3ty and clean thoroughly all ashtrays directly outside building doors. Rgpty and clean all other waste and recyclable receptacles. Trash receptacles at desks are split into recyclable and reswecyclable trash. Therefore, waste and re+cyclables are to be kept separate and placed in the proper 2.50 location for disposal. $ /per gay 6. Scrub sinks, and clean outside of refrigerators, freezer, stove tops, dishwasher, ice machine, all casters. Sweep, mop and scrub floors and polish all chrome in 2.00 all three (3) kitchens. $ /per day 7. Vacuum and spot clean carpets and couches. $ 2.00 /per day 8. Scrub and disinfect sinks, c-,modes and urinals. Mop floors Lasing - sinfectant solution. Clean and polish fixtures, di spesasers and wipe mirrors. Replace urinals deodorant sue, when needed. Repleaish soap, toilet paper and paper towels in di. — Polish all chrome disperesers. $ 5.00 /per day 9. Emergency supplies of soaps, towels, tyrosinases and toilet tissue shall be stored in this location. $ 5.00 /per day 10. Clean all tables, counter tops and chairs. $ 3.00 /per day 11. Site supervisor must speak and read English and be at the site at all times. $ 2.00 /per day 12. Before leaving building secure all exit doors and set ail 'arm. $ 1.00 /per day Bid Proposal Page 25 of 32 WMM CCMNM ONM (oontmwed) B. WEEKLY SERVICES 1. Spot clean all walls and doors for fingerprints and $ 1.00 /pW Wk. 2. Move furniture and wet map and buff all tile floors. $ 2.00 /per wk. 3. Use grout cleaner on bathroom tiles. $ 9.00 /per wk. 4. Janitorial Service must mast with a facility representative during City hours once a week. $ 9.00 /per wk. 5. Sleep, damp map and polish all hardwood floors (not mussim) . $ 10.00 /per wk. C. MMMMY SERVICES 1. Wet mop, strip and rewax all vinyl floors. $ 10.00 /per mo. 2. Clean all air vents. $ 6.00 /per mo. D. QL1 W y vEMaCES (January/mil/july/October) 1. Wash all windows inside and out S ft. and under. $300.00 /per qtr. 2. Wet map, strip and reseal all the floes. $ 75.00 /par. qtr. E. SEMI ANMUAL SERVICES (Jaesuatypwa) 1. Wash thoroughly and disinfect all tables and chairs (upholstery and plastic.) $ 5.00 /semi-an. 2. gash windows 8 ft. and above. $300.00 /semi-an. 3. Clean all hanging light fiactwres. $ 80.00 /semi-an. 4. Remove all light covers throughout building and_.clears. $ 100.00 /sem{-an. 5. Dry clean all carpets. (Dates to be detervsismd by the City.) $250.00 /semi-an. 6. Sweep, dinp mop and polish hardwood floors in 60.00 ten. S_/semi-an. F. APPLIES 1. Pager t &Vls equal to 389-H James River $ 140.00 /Per mo.Mltifold. �� 2. Toilet, pager equal to Ctrs-Soft Plus roll 53.00 tissues. $ /per mo. Hid Proposal Page 26 of 32 F. SLTMIFS (coartinued) 3. Disposable toilet seat --flat pack--250 $ 30.00 /per mo, count, _46-W Jam= River. 9.00 4. Pink liquid scap (mild wive). $ /per mo. 2.00 5. 411 Sanitary rw;kirss $ Jper mo. 6. Tampms $ 2.00 /per mo. 7. urinal screens $ 4.00 /per mo. S. Plastic trashlinets $ 61.00 /per mo. G. BUIIDIM SJ2Z 1. Quinlan Ommmity ®eater. 27,135 Sq. Ft. Bid Propose]. Page 27 of 32 t ' P `4 1, the urdersigned agree that, if this pn*csal is accepted, I will entAw into a contract with the City* of 04=tino to provide all necessary machinery, t:cols, appuatus, and other services to do all the work specified in the contract in the manner and time specified. I, the wiJersigned declare that this bid is witbout connection with any person, firm, or corporarIon making a bid fcr the same work, and is in all respects fair, and without collusion or fraud. I, the y undersigned recognize that - Director of Public Works of -aid each starting date utiere conflict of service sctmdules; ooCxW another c Attached hereto is the required certified check or bid bond in the amount of 04pertino will reserve the right to establish the priority of am job over Of $ as re*ured by law and the Notice to BiWors. (10% of bid amouryt) Bid Proposal - BIDDER Qt1 UFICATION FM In further co Wlianae with the specifications furnished, the undetsiWed submits the following statements as to his eaVerienoe and to his qualifications as a part of this proposal, and the tauthfulsess and uttera= of the information is hereby guaranteed. (1) How many Years has your argwuzation been in business w"er its preset name' 15 YEARS (2) How warty years experience in work oopparable with that required wxWx the proposed contract has Your m9anIzAtion had by this or any other nams? 15 YEARS (3) Contractor's License No. n/a Stage of California, Classif icati� Empiration Data: (4) List work similar in character to that required in the proposed contract which your organization or personnel in yaw organizatim has coupleted within the past three (3) years. Year Glass, location of Work and for Wh m Performed Contract AmauYt SEE ATTACHED REFERENCE SHEET Bid Propel Pare 29 of 32 Business References There is one thing synonymous with the success of all the references listed below. They all use Service by Medallion's janitorial service. The William Wilson do Associates, Centrum Plaza: These award winning buildings are (3) three of a (4) four building (1) million 1,000,000 sq. ft. complex towering over the heart of San Francisco Bays most desired ground space. Its beautiful view & modern campus type facilities are setting the pace for others to follow. This entire facility is the home of Oracle Corporation, one of the valleys most prestigious computer software programers. Mary Wyrsch (415) 594-1941 $80,000.00 Monthly - Kaiser Aerospace: This 300,000 sq. ft. facility has been a world leader in R & D for aircraft guidance systems. We have serviced this facility for over 12 years and have watched it double in size during that same period. Kaiser is a very respected government contractor and has been awarded some of our country's most advanced contracts for its innovation in military as well as commercial system. Bob Willoughby (408) 432-3000 X1512 $24,000.00 Monthly - Addison Wesley Publishing Company: This West Coast Regional office headquarters is a very prestigious publishing company that has a land mark campus facility on Sand Hill Road. It consist of executive office space, general offices and a dining facility. Service By Medallion has serviced this complex for thirteen years. Mr. Jim Scott (415) 854-0300 $5,000.00 Monthly Nam of Praposed atb-a�ctcrs, if any (Section 4104, Goverment Code) 1. NONE 2. 3. 4. 5. 6. Address if Shop or office of (Section 4104, Goverment Code) 1. NONE 2. 3. 4. 5. 6. Work to be Perfarmed by Sib-Cantractars (Section 4104, Goverrmenct Code) 1. NONE 2. - 3. 4. 5. 6. Bid Primal Page 30 of 32 IF YOU ARE AN n1DaVIDUAL,, SO STATE. IF YOU ARE A FIM CR CO-PA , STATL T E FIM NAM AM LIST W NAIL OF ALL INDIVID[JAL CO-PAS CMIPOSING TW FM. IF A CJ, SIATE LML NAM OF CI+J, ALSO I OF YMMIDENT, MERMAW-MWASMtER AND MUMM. 7W SEAL. MW BE Ag EMCED. THE INFtFffl=CN =MURM IN TW BID IS BEIM FADE LADDER PESRLTY OF PFi. TYPE OF BUSINESS: individual: Oo-P��t 4i1Br�1'13p Corporatian CORPORATION Joint Vey Other (Describe) raa�ae and. Signature of Bidder ROLAND PHILLIPS Address (Beth mailing and location ) : 711 CALLS Ai TiS SAN JOSE, CA 95131 Telephone Number: (408- ) 433-5963 Date: 11-5-93 Addendas Received: 1 2 3 4 5 A at Pre-mil Meeting: X Yes No Bid Proposal Page 31 of 32 •; - •1 � � , i• Mal - 11 1 a '.•1 f -.•1. _.�i1_.. ••'Ii'll 1 r_ .:'' •.I' •��. -" G J "�.� y. - - • • ol •�i =• •;� .J. '• • it •. •3 � it _.:. i�,• �� � �J _.• •1 ._ •'•' J. _ �.'... . •1 .1 ..•� •. `•r_ .•1 �- •1 - .• II�yt•:"=.1 'mil - J _• • - -�.we 01' . MAY.-12-94 10:22 SERvICE BY MEDALLION! TEL.4084330M 02 omega As ��11 0/ N " tHUNT *A' a, 1�/7d/di/Irt'/�FQA/IBt' 0 May 10, 1994. City of Cupertino 10300 Torre Avenue Cupertino, CA 95014-3255 Re: Contractual Janitorial Service, Project 94-101 Sports Center-7 times per week Attu: Carmen Lynaugh Dear Carmen, As per you request, the price for janitorial service at the Sports Center will amount to the monthly consideoation of: $2,038.00. This amounts to: $24,456.00 per year Attached to this letter is the breakdown in cost using your standard form. I trust the above will meet with your approval, we look forward to wo*-ing with you soon. rely. Noland . Strick Vice-President 711 Cools Alft Son.ore calftm3A 95431 (408)433.6%3 npl -12-94 10:22 SERVICE BY !'EDFLLION TEL:4084330890 P:03 SETZCE UNIT C= PER FOR 2* following services shall be periormd after 11:oo p.m. and before 7:00 a.m., seven (7) days a week, on monday througn surday. Fr t of deductim cost for services not rendered, the following in a list of ail service and the unit cost per cocarzenae. A. 1'LUX SUMCES 1. Clean finger prints and marks on cars. 1.00 /pw day 2. Clears all windows inside and out. 5 _ 1.00 /par day 3. Dust loop than wet mop all the floors. $ 5.00 /per day 4. Dust Mop all hardwood floors throughout. $ /per day S. Dust all furniture including cabinets, counter tsps and window sills, ate. $ 5.00 /per day 6. Egty and clean thoroughly all ashtrays directly *=ide building door's. Eq2ty and clean all other waste and recyclable receptacles. 'trash r®oeptacles at desks are split into recyclable and recyclable trash. Therefore, waste and recyclable:s we to be kept separate and planed in the prqW location for disposal. $ l.OOa par day 7. Scrub sinks, and clean outside of refrigerators, freezer, stove tops, dishwasher, ice machare, all counters. Sweep, mop and scrub floors and polish all chrome in kitchens. $ 5.00 /pw day S. Vacum and spot clean carpets and couches. $ 3.00 /per day 9. Scrub and disinfect s it ks, showers, fides and urinals. Mop floors using disinfectant solution. Clean attd polish fixtures, dupinaess and wipe Mirrors. place urinals deodorant ems, when needed. Fapl soap, toilet paper and ..paper towels ion_ _ _ disp�rrs Polish all chrome dispensers. arscludes pool side restroom for 3 months of year (Jura, July and August) . g 10.00 /per day 10. armVency supplies of soaps, tosaals, tyroainanes and toilet tissue shall be stared in this location. $ 1.00 /p*r day 11. Clean all tables, counter tops and chairs. $ 1.00 /per day 12. Site Supervisor Rust spwX and read English ". and be at the site at all times. S '• /pe' day Sid Proposal Page 1 of 3 n nR,:-12-94 10:22 SERVICE BY MEDALLION TEL:4084330890 P:04 •�•� ' .i�4.P�J.d? �,i'A!�e.i'ata�.+JI't'C.ar..ae9i) 13. Before leaving building secure all exit doom and gwt alarm. S 1.00 /par day 14. Clean and scrub tile in man'as and wines spa. $ 4�.00 ,/DW day B. WMIKU SnMCF3 1. Spat clean all malls and doors for tingerprints and s 4ges. S i.40 /per wk. 2. Man furniture and wart map and buff all tile flows. S 5.00 /Per *. 3. Use qrmt clea-z on baathrom tiles. 2.00 /per uk. 4. Janitorial Service rust meet with a facility tentative during City hours anice a week. S 4.00 /per uk. S• ape dazT iwp and polish all � harOama floors. S N/A /psr WC. C. MCNEW S2SMCM 1. Wet mV, strip and rewaax all vinyl flours. S 5.00 /pas MO. 2. Clean all air vents. S 2.00 ,/pr M. 3. Wash � �all winda+s interior and exterior. $ 12.00 /par no. 4. Mac i i scrub kitchen f l�. 5 3.00 / ' w. 0. QWMMX -MMC25 (JWI_".Cy1A ril1any/ ) I. Wet mop, '".rip and reseal all the floors. S5.00 /per qtr. 2. Dry clear. all carpets. (Dates to be detearrtused by the City.) $ /per qtr. E. =q AMIML SMICES (Jaanuary/Jury) I. Mash thoroughly and disinfect all tiles and Chairs (upholstery and plastic.) S2.00, /asmi-mn. 2. Clam all hanging light fixtures.- 3. PAVeve all light ormn Tfty o ait hdldi.rq and clean. Ste/ -M. 4. Pressure wash kitchen area. S2.00 /Nmi-an. Sid Proposal Page 2 of 3 ., eAY.-12-94 10:22 SERVICE 8Y MEDALLION TEL:4P8433H899 P:OS • C (continued) F. 5 1. Paper towels equal to 389-H James Rives MItifold. 2. Toilet paper equal to Cm-m-Soit Plus roll tissum. 40.00/pW Va. 3. Dispmmble toilet seat c overs—flat pads--2S0 count, 46-W James RlVQr. S, —00 Va. 4.. Pink liquid soap (mild abrasive) . $ 20.00/PerMo. 5. 4" Sanitary napkirs e.► 5.00/per, MD. . S. Terns S 5-00/par MO. 7. Ur Ira 1 screams $ S.00/PW M. S. Plastic tsashl iron 25.00/Pw no. �'. W== SIZE 1. sporta Center. 15,000 Sq. Ft. Tennis Courts - Empty trash $ 2.00 / per day Bid Propmal �eqe 3 of 3 O% CUpE .L �T v O r � '1 FC> µ�\ 10300 Torre Avenue Cupertino, CA 95014 — (408) 252-4505 Summary AGENDA ITEM 13 AGENDA DATE May 2. 1993 SUBJECT AND ISSUE TERMINATION OF.JANITORIAL CONTRACT BACKGROUND t is requested that the Cite Council authorize the staff to terminate the city's janitorial contract with Central Maintenance Company, recently awarded in December 1993. The staff has made several attempts to assure compliance with the specifications but to no avail. There have been liquidated damages and deductions for work not performed under the contract. it is costing the staff considerable time to administer this contract unlike any others that th,: city has had in the past. Currently the staff is interviewing the second lowest bidder which is approximately $14,000 higher. Based on the expenses of the past few months.. this same an;ount would be exceeded by the cost of administering this contract. STAFF RECOMMENDATION That the City Council authorize the staff to proceed with terminating the contract with Central Maintenance Company. l3J V:sni Submi d by: Approved for Submission: B rt J. Viskovi h Donald Q. Brown l irector of Pu is Works City Manager