Loading...
80-051b Change to C & J Interiors - Janitorial Services in 1983Cltvi of Cuperti"o 10300 Torre Avenue Cupertino, California 95014 Telephone: (408) 252-4505 OFFICE OF THE CITY CLERK November 16, 1983 Attention: Mr. Chester W. Ruland C & J Interiors 529 Forman Drive, #C Campbell, California 95008 CONTRACT FOR JANITORIAL SERVICE - DPW 84-1 Dear Mr. Ruland: P.O. Box 580 Cupertino, California 95015 We are enclosing to you for your files one (1) fully executed Contract for Public Work between the City of Cupertino and C & J Interiors. Sincerely, !L lea G 91 _C �G-L r DOROTHY CORNELIUS `� 4 CITY CLERK CITY OF CUPERTINO DC/so encl. CC. Department of Public Works CONTRACT FOR PUBLIC WORK CONTRACT made on November 10, 1983 by the CITY OF CUPERTINO, a municipal corporation of the State of California, hereinafter called the City, and C & J INTERIORS, hereinafter called the Contractor. IT IS HEREBY AGREED by the parties as follows: A. THE CONTRACT DOCUMENTS. The complete Contract consists of the following contract documents: 1. Plans and Specifications for Contractural Janitorial Service, DPW 84-1 2. Various Bond and Insurance Requirements 3. This Contract 4. Bid proposal referred to as Exhibit A Any and all obligations of the City and the Contractor are fully set forth and described herein. All of the above documents are intended to cooperate so that any work called for in one and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all of said doc- uments. The documents comprising the complete contract are sometimes hereinafter referred to as the Contract Documents. In case of conflict between the Plans and Specifications on the one hand, and this Con- tract on the other, the Plans and Specifications shall prevail. 2. THE WORK. The Contractor agrees to furnish all of the tools, equipment, apparatus, facilities, labor, transportation, and material necessary to perform and complete in a good and workmanlike manner, the work of Contractural Janitorial Service, DPW 84-1, as called for, and in the manner designated in, and in strict conformity with, the Plans and Specifications prepared by the following named person: Mr. Bert J. Viskovich, Director of Public Works and adopted by the City, which Plans and Specifications are entitled, respectively, Contractural Janitorial Service, DPW 84-1, and which Plans and Specifications are identified by the signatures of the Page 1 parties to this Contract. It is understood and agreed that said tools, equipment, apparatus, facilities, labor, transportation, and material shall be furnished, and that said work shall be performed and completed as required in said Plans and Specifications under the sole direction and control of the Contractor, but subject to the inspection and approval of the City, or its representative. The City hereby designates as its representative for the purpose of this Contract the following named person: Mr. Bert J. Viskovich, Director of Public Works. 3. CONTRACT PRICE. The City agrees to pay, and the Contractor agrees to accept, in full payment for the work above agreed to be done, the sum of: FIFTY-ONE 'THOUSAND FIVE HUNDRED TWENTY-ONE AND 40/100 DOLLARS ($51,521.40) subject to additions and deductions as provided in the Contract Documents. 4. DISPUTES PERTAINING TO PAYMENT FOR WORK. Should any dis- pute arise respecting the true value of any work done, of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor during the performance of this Contract, said dispute shall be determined either by reference to the unit of prices, if applicable, or in accordance with the agreement of prices, if applicable, or in accordance with the agreement of the parties, or in accordance with the rules of the A- merican Arbitration Association if the parties are unable to agree. 5. PERMITS; COMPLIANCE WITH LAW. The Contractor shall, at his expense, obtain all necessary permits and licenses, easements, etc., for the construction of the project, give all necessary notices, pay all fees required by law, and comply with all laws, ordinances, rules and regulations relating to the work and to the preservation of the public health and safety. 6. INSPECTION BY THE CITY. The Contractor shall at all times maintain proper facilities and provide safe access for inspection by the City to all parts of the Work, and to the shops wherein the work is in preparation. Where the Specifications require work to be spe- cially tested or approved, it shall not be tested or covered up with- out timely notice to the City of its readiness for inspection and without the approval thereof or consent thereto by the latter. Should any such work be covered up without such notice, approval, or consent, it must, if required by the City, be uncovered for examination at the Contractor's expense. 7. EXTRA OR ADDITIONAL WORK AND CHANGES. Should the City at any time during the progress of the work require any alterations, deviations, additions or omissions from the Specifications or Plans or other Contract Documents, it shall have the right to do so, and the same shall in no way affect or make void the contract, but the cost or value thereof will be added to, or deducted from, the amount of the contract price, as the case may be, by a fair and reasonable val- Page 2 uation, which valuation shall be determined either by reference to the unit prices, if applicable, or in accordance with the agreement of the parties, or in accordance with the rules of the American Arbitration Association if the parties are unable to agree. No extra work shall be performed or change be made except by a written order from the City, duly authorized by resolution of its governing body, and by all a- gencies whose approval is required by law, stating that the extra work or change is authorized, and no claim for an addition to the contract sum shall be valid unless so ordered. 8. CHANGES TO MEET ENVIRONMENTAL REQUIREMENTS. The City shall have the right to make changes in this Contract during the course of construction to bring the completed improvements into compliance with environmental requirements or standards established by State and Fed- eral statutes and regulations after the Contract has been awarded or entered into. The Contractor shall be paid for by such changes either by reference to the unit prices, if applicable, or in accordance with the agreement of the parties, or in accordance with the rules of the American Arbitration Association if the parties are unable to agree. 9. TERMINATION, AMENDMENTS OR MODIFICATIONS. This Contract may be terminated, amended or modified, with the mutual consent of the parties. The compensation payable, if any, for such termination, a- mendment or modifications, shall be determined either by reference to the unit price, if applicable, or in accordance with the agreement of the parties, or in accordance with the rules of the American Arbitra- tion Association if the parties are unable to agree. 10. TIME FOR COMPLETION. All work under this Contract shall be completed: Over a twelve month period beginning" - - \ \q� 3 _ through UJau.3ti�q�tl and subject to extensions as indicated in thspecifications. If the Contractor shall be delayed in the work by the acts or neglect of the City, or its employees, or those under it by contract or otherwise, or by changes ordered in the work, or by strikes, lock- outs by others, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control, or by delay authorized by the City, or by any cause which the City shall determine justifies the delay, then the time of completion shall be extended accordingly. This paragraph does not exclude the recovery of damages for delay by either party under other provisions in the Contract Doc- uments. 11. TERMINATION FOR BREACH, ETC. If the Contractor should be adjudged a bankrupt, or if he .should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he or any of his subcontractors should violate any of the provisions of the Contract, the City may Page 3 serve written notice upon him and his surety of its intention to ter- minate the Contract, such notice to contain the reasons for such in- tention to terminate the Contract, and, unless within ten days after serving of such notice, such violation shall cease and satisfactory arrangements for correction thereof be made, the Contract shall, upon the expiration of said ten days, cease and terminate. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor, and the surety shall have the right to take over and perform the Contract; provided, however, that, if the surety within fifteen days after the serving upon it of notice of termination does not give the City written notice of its intention to take over and perform the Contract, or does not commence performance thereof within thirty days from the date of the serving of such notice, the City may take over the work and prosecute the same to completion by contract, or by any other method it may deem advisable, for the account and at the expense of the Contractor, and the Con- tractor and his surety shall be liable to the City for any excess cost occasioned by the City thereby, and in such event the City may, with- out liability for so doing, take possession of, and utilize in comp- leting the work, such materials, appliances, plant and other property belonging to the Contractor as may be on the site of the work and necessary therefor. 12. THE CITY'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF. In addition to the amount which the City may retain under Paragraph 21 of this Contract until the final completion and acceptance of all work covered by the Contract, the City may withhold from payment to the Contractor such an amount or amounts as in its judgment may be necessary to pay just claims against the Con- tractor or any subcontractors for labor and services rendered and materials furnished in and about the work. The City may apply such withheld amount or amounts to the payment of such claims in its dis- cretion. In so doing, the City shall be deemed the agent of the Con- tractor, and any payment so made by the City shall be considered as a payment made under the Contract by the City to the Contractor, and the City shall not be liable to the Contractor for any such payment made in good faith. Such payment may be made without prior judicial deter- mination of the claim or claims. With respect to any retention of payment by the City to ensure performance of the Contract, Contractor will be entitled to substitute securities as provided in Section 4590 of the California Government Code as more fully described in the City's Notice to Contractors. 13. NOTICE AND SERVICE THEREOF. Any notice from one party to the other under the Contract shall be in writing, and shall be dated and signed either by the party giving such notice, or by a duly authorized representative of such party. Any such notice shall not be effective for any purpose whatsoever unless served in the following manner: (a) if the notice is given to the City either by personal delivery thereof to the City Manager of the City, or by depositing the same in the United States mails, enclosed in a sealed envelope, addressed to the City, postage prepaid and certified; (b) if the notice is given to the Contractor, either by personal delivery thereof to the Contractor, or Page 4 to his duly authorized representative at the site of the project, or by depositing the same in the United States mails, enclosed in a sealed envelope, addressed to said Contractor at: 1022 North 12th Street, San Jose, CA 95112 postage prepaid and certified; and (c) if the notice is given to the surety or any other person, either by personal delivery to such surety or other person, or by depositing the same in the United States mails, enclosed in a sealed envelope, addressed to such surety or person, as the case may be, at the address of such surety or person last com- municated by him to the party giving the notice, postage prepaid and certified. 14. ASSIGNMENT OF CONTRACT. Neither the Contract, nor any part thereof, nor moneys due or to become due thereunder, may be assigned by the Contractor without the prior written approval of the City. 15. CONTRACT SECURITY. Faithful Performance Bond: It will be necessary for the successful Contractor to furnish a faithful performance bond in the amount of the contract price. Fidelity Bond: The successful Contractor will be required to furnish a $2,000.00 bond on every employee performing work on City property. 16. INSURANCE. The Contractor shall be required to furnish certificate of insurance pertaining to Workers Compensation, Public Liability, Property Damage and Fidelity Bond. A. Required Amounts: Bodily Injury Liability Insurance in an amount not less than $300,000.00 for injuries, including accidental death, to any one person and, subject to the same limit for each person, in an amount not less than $500,000.00 on account of one accident, and Property Damage Liability Insurance in an amount not less than $100,000.00 and Property Damage Insurance aggregate in an amount not less than $200,000.00. City is to be named as an insured on ny contracts of insurance under this paragraph. (a) WORKMEN'S COMPENSATION INSURANCE AND EMPLOYER'S LIABILITY INSURANCE. The Contractor shall take out and maintain during the life of this Contract Workmen's Compensation Insurance and Employer's Li- ability Insurance for all of his employees employed at the site of the project and, in case any work is sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation In- surance and Employer's Liability Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In signing this Contract the Contractor makes the following cer- tification, required by Section 1861 of the Labor Code: Page 5 "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self insurance in accordance with the provisions of the code, and I will comply with such pro- visions before commencing the performance of the work of this contract." Page 6 (b) LIABILITY INSURANCE. The Contractor shall take out and maintain during the life of this Contract such Bodily Injury Liability and Property Damage Liability Insurance as shall protect him any subcontractor performing work covered by this Contract from claims for property, damage, including third -party property damage, to include coverage on property in the care, custody and control of the Contractor, and also including what are commonly known as the "X, C, and U" exclusions (having to do with blasting, collapse, and underground property damage), which may arise from Contractor's operations under this Contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them and the amounts of such insurance shall be as follows: Bodily Injury Liability Insurance in an amount not less than $300,000.00 for injuries, including accidental death, to any one person, and subject to the same limit for each person, in an amount not less than $500,000.00, on account of one accident, and Property Damage Liability Insurance in an amount not less than $100,000. and Property Damage Insurance aggregate in an amount not less than $200,000.00. The City and its officers and employees, shall be named as additional insureds on any such policies of insurance, which shall also contain a provision that the insurance afforded thereby to the City, its officers and employees, shall be primary insurance to the full limits of liability of the policy, and that, if the City, or its officers and employees, have other insurance against a loss covered by such policy, such other insurance shall be excess insurance only. (c) FIRE INSURANCE. The City shall take out and maintain for the benefit of both parties to this Contract insurance covering loss by fire, extended coverage endorsement perils (windstorm, hail, explosion, riot, riot attending a strike, civil commotion, aircraft, vehicles, smoke), and vandalism and malicious mischief upon the entire structure on which the work of this Contract is to be done to one hundred percent (100%) of the insurable value thereof. Proper evidence of such insurance shall be furnished to the Contractor. If the City provides the fire insurance hereunder, and the contractor desires broader protection than the perils of loss by fire, extended coverage endorsement perils, and vandalism and malicious mischief, the City will attempt to obtain such broader protection and the Contractor agrees to pay any additional cost for such broader protection. 17. HOLD HARMLESS. The Contractor will save, keep, and hold harmless the City and all officers, employees, and agents thereof from all damages, costs, or expenses, in law or in equity, that may at any time arise or be set up because of personal injury or damage to prop- erty sustained by any person or persons by reason of, or in the course of the performance of said work, or by reason of any infringement or alleged infringement of the patent rights of any person or persons, Page 7 firm or corporation in consequence of the use in, on, or about said work, of any article or material supplied or installed under this Contract. Notwithstanding the above, the Contractor shall wherever it is necessary keep and maintain at his sole cost and expense during the course of his operations under this Contract such warnings, signs, and barriers as may be required to protect the public. The provisions of the preceding sentence shall not impose any liability upon the City and are for the express benefit of the general public. 18. HOURS OF WORK. Eight hours of labor during any one calendar day and forty hours of labor during any one calendar week shall con- stitiute the maximum hours of service upon all work done hereunder, and it is expressly stipulated that no laborer, workman, or mechanic employed at any time by the Contractor or by any subcontractor or sub- contractors under this Contract, upon the work or upon any part of the work contemplated by this Contract, shall be required or permitted to work thereon more than eight hours during any one calendar day and forty hours during any one calendar week, except, as provided by Sec- tion 1815 of the Labor Code of the State of California, work performed by employees of contrators in excess of eight hours per day and forty hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of eight hours per day at not less than one and one-half times the basic rate of pay. It is further expressly stipulated that for each and every violation of Sections 1811-1815, inclusive, of the Labor Code of the State of Cal- ifornia, all the provisions whereof are deemed to be incorporated herein, the Contractor shall forfeit, as a penalty to the City, twen- ty-five Dollars ($25.00) for each laborer, workman, or mechanic em- ployed in the execution of this Contract by Contractor, or by any subcontractor under this Contract, for each calendar day during which said laborer, workmen, or mechanic is required or permitted to work more than eight hours in any one calendar day and forty hours in any one calendar week in violation of the provisions of said Sections of the Labor Code. The Contractor, and each subcontractor, shall keep an accurate record showing the names of and actual hours worked each calendar day and each calendar week by all laborers, workmen, and mechanics em- ployed by him in connection with the work contemplated by this Con- tract, which record shall be open at all reasonable hours to the in- spection of the City or its officers or agents and to the Division of Labor Law Enforcement of the Department of Industrial Relations of the State of California. 19. WAGE 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 work in the locality in which this work is to be per- formed, 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 Contractor or any subcontractor under him may base any claim against Page 8 the City. It shall be mandatory upon the Contractor, and upon any subcon- tractor under him, to pay not less than the said specified rates to all laborers, workmen, and mechanics employed in the execution of the Contract. If is further expressly stipulated that the Contractor shall, as a penalty to the City, forfeit twenty-five dollars ($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 by any subcontractor under him; and Contractor agrees to comply with all provisions of Section 1775 of the Labor Code. In case it becomes necessary for the Contractor or any subcon- tractor 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 rate for such additional trade or occupation and shall furnish the Con- tractor with the minimum rate based thereon. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupa- tion from the time of the initial employment of the person affected and during the continuance of such employment. 20. ACCIDENT PREVENTION. Precaution shall be exercised at all times for the protection of persons (including employees) and proper- ty. The safety provisions of applicable laws, building and construc- tion codes shall be observed. Machinery, equipment, and other hazards shall be guarded or eliminated in accordance with the safety pro- visions of the Construction Safety Orders issued by the Industrial Accident Commission of the State of California. 21. PAYMENT. The Contractor shall bill the City at the end of each completed month. 22. PROTECTION OF PUBLIC UTILITIES. The City shall be respon- sible, as between the parties to this Contract only, for the removal, relocation, or protection of existing public utilities, if any, lo- cated on the site of construction, but only if such public utilities are not identified by the City in the Plans and Specifications made a part of the invitation for bids. The City shall compensate the Con- tractor for costs incurred in relocating or repairing damage to util- ity facilities not indicated in the Plans and Specifications, other than service laterals when the presence of such utilities on the con- struction site can be inferred from the presence of such visible fa- cilities as buildings, and meters and junction boxes on, or adjacent to, the construction site. The Contractor shall not be assessed li- quidated damages for delay in completion of the Contract project, as provided in Paragraph 27 below, when such delay is caused by the failure of the City, or other public utility, to provide for the re- moval or relocation of the existing utility facilities. If the Con- tractor while performing the Contract discovers utility facilities not identified by the City in the Contract Plans and Specifications, the Page 9 service laterals as hereinabove described, he shall immediately notify the City in writing. 23. CONTRACTOR'S RESPONSIBILITY FOR THE WORK. The Contractor shall not be responsible for the cost of repairing or restoring damage to the work caused by an act of God. NEVERTHELESS, the Contractor shall, if the insurance premium is a separate bid item, obtain the insurance to indemnify the City for any damage to the work caused by an act of God. "Acts of God" shall include only the following occur- rences or conditions and effects: earthquakes and tidal waves, when such occurrences or conditions and effects have been proclaimed a disaster or state of emergency by the Governor of the State of Cali- fornia or by the President of the United States, or were of a mag- nitude at the site of the work sufficient to have caused a proclama- tion of disaster or state of emergency having occurred in a populated area. Subject to the foregoing, the City shall not, in any way or manner, be answerable or suffer loss, damage, expense or liability for any loss or damage that may happen to said building, work, or equip- ment or any part thereof, or in, on, or about the same during its construction and before acceptance. 24. The City payment during for work not Specifications ADDITIONAL PROVISIONS. reserves -the right to the life of the Contract performed and required or Contract Documents. deduct from the Contractor's any expenses the City incurs of the Contractor in the Page 10 IN WITNESS WHEREOF, the parties have executed this Contract, in duplicate, the day and year first hereinabove written. CITY OF CUPERTINO Approved as to �z Mayor: -17 City At ney City Clerk: Date/City Clerk: CONTRACT R:,, By: Notary acknowledgement required. /�✓ If a corporation, corporate seal and corporate notary acknowledgement required. Project Name and Number: Contractural Janitorial Service, DPW 84-1 Contractor's Name: C & J INTERIORS Contract Amount: Fifty -One Thousand Five Hundred Twenty -One and 40/100 Dollars ($51,521.40) Page 11 STATE OF CALIFORNIA ) SS. COUNTY OF SANTA CLARA) On this day of day of in the year of e�� before me personally appeared Z�af�z- personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument, and acknowledged that he (she or they) executed it. WITNESS my hand and official seal. OFFICIAL. SEAL 0.P a ox.. iryY s, '�- MARY F. WARP NOTARY PUBLIC — CALIFORNIA COUNTY OF SANTA CLARA 0 ? SAP Comm. Exp. Dec. 15, 1986 11111111111111111111001H➢0➢@91IH111;1911➢911111111➢I➢11 STATE OF CALIFORNIA ) COUNTY OF SANTA CLARA) On this day of in the year of personally appeared Notary Public in and for the County of Santa Clara, State of California CORPORATION ACKNOWLEDGEMENT ss. , before me day of 11 personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument as president (or secretary) or on behalf of the corporation therein named and acknowledged to me that the corporation executed it. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal in the County of Santa Clara the day and year in this certificate first above written. Notary Public in and for the County of Santa Clara, State of California IF YOU ARE AN INDIVIDUAL, SO STATE. IF YOU ARE A FIRM OR CO -PARTNERSHIP, STATE THE FIRM 14AME AND LIST THE NAMES OF ALL IP?'DIVIDUAL CO-PARTNERS COMPOSING THE FIRM. IF A CORPORATION, STATE LEGAL NAME OF CORPORATION, ALSO, NAMES OF PRESIDENT, SECRETARY TREASURER AND MANAGER. THE CORPORATE SEAL MUST BE AFFIXED. TYPE OF BUSINESS: Individual -L YA Dti O'tOv -iL CCNr--S\-";- IR, i,Q-'Rv`vz�' V\ r� Co -Partnership Corporation Joint Venture Other Date \ o b '�-3 R, m � Addenda Received: (describe NAME AND SIGNATURE OF BIDDER: `11, c V1.7f JF"l`Jl1? , CARPET & UPHOLSTERY CLEANERS Address 1022 N. 12TH STREET SAN JOSE, CALIFORNIA 95112 PHONE (408) 998-4030 5r>a-4taa IDDER QUALIFICATION FORM In further compliance with the specifications furnished, the undersigned submits the following statements as to his experience and to his qualifications as a part of this proposal, and the truthfulness and accuracy of the information is hereby guaranteed. (1) How many years has your organization been in business under its present name? i O ( F- vq r S (2) How many years of experience in work comparable with that required under the proposed contract has your organization had by this or any other name? 1,S `\ T, (3) Contractor's License No. o e Q. , State of California, Classification •— •o (4) List work similar in character to that required in the proposed contract which your organization or personnel in your organization has completed within the past three years. Class, Location of Work and,/�for/�Whom Performed Contract Amount t �jYear r1 L � J r 5. J\ 1�l 6 A : V\ S 0` D.r SZ,-\ ytSCos. .��.►��. Sv\SW1, zj U \ l-1 S ul S . C -3's ti'v\ : , i 4 SATE WA 1.—S � r' , w � 1. �, � �y �.�� ��✓�. L—� _ 1 !zyf`a � �.. r..���: S J ,ItiJ h �1 � O . � 7 � ?� 4 Citv of Cupertino BIDDER'S PROPOSAL PAGE The City Council City of Cupertino, Cupertino, California The below named and undersigned bidder hereby offers to the City of Cupertino those goods or services as specified in the Call for Bids. This offer is s.sbject.to the terms and conditions listed hereon and is made pursuant to the requirements and specifications of said Call for Bids. 1. City Hall Administration Building: Unit Price Bid: $ � \ 3 .'� S per month x 12 = -IN $ g.-I(. S per year 2. Cupertino Library: Unit Price Bid: $ q �R .-�� per month x 12 = $ per year 3. Wilson Park Recreation Building: Unit Price Bid: $ 1 S -7-S�"3 per month x 12 = $ per year 4. Portal Park Recreation Building: Unit Price Bid: $ \ -i . $ o per month x 12 = $ SSC - per year 5. Senior Citizens Center: Unit Price Bid: $ v per month x 12 = ,- $ per year 6. Recreation Department Administration Building and Museum: Unit Price Bid: $ t.S'7 . To per month x 12 = $ 1 � 0:J ` per year 7. Service Center: Unit Price Bid: $ LI LI Li per month x 12 = $ S 3 �cl per year 8. Monta Vista Park Building: Unit Price Bid. L+. ' $ per month x 12 = S 31�i . $ per year Supplies: Unit Price Bid: $ cl per month x 12 = $ Lj = E per year TOTAL: The above bid amount shall constitute the These costs shall include: All labor, materials required. final sums with all cost included. cleaning supplies, equipment and The City reserves the right to unilaterally determine and award the purchase based on the most advantageous proposal to the City as defined in the General Requirements of this proposal. -5- M CITY OF CUPERTINO JANITORIAL SPECIFICATIONS 1. CITY HALL ADMINISTRATION BUILDING - 10300 TORRE AVENUE The following services are to be performed after 1:00 A.M., five days a week, Monday through Friday. For the purpose of deducting cost for services not rendered, the following is a list of service and the unit cost per occurrence. DAILY SERVICES UNIT COST 1. SweeD entire building, consistinc of the Council Chambers, all of the main floors and the steps to the basement, with the exception of carpet areas, with treated dust mops. $ Jt^ �'�°•� /per day 2. Sweep all door mats, both inside and outside. $ \_ O /per day 3. Vacuum all carpeted areas, including employees lounge, spot clean daily. Clean and buff all tile floors to }� a high shine. $ 4. Fill all soap, towel or paper dispensers using materials furnished by the Contractor. Emergency supplies of soap, 1 towels and toilet tissues shall be stored at this location. $ 5. Empty and clean all ash trays inside and directly outside building doors and other waste receptacles; keep receptacles thoroughly clean. Remove all trash, waste paper and other �} refuse to trash cans provided. $ �.— /per day /per day per day 6. Scrub all sinks, commodes and urinals. Use acid type cleaner J:D to clean urinals and commodes. $ Dw /per day 7. _Top floor in main floor coffee room $ �.� �' /per day 8. Mop floors in all rest rooms, using a disinfectant solution $ �.� � /per day 9. Polish fixtures, dispensers and mirrors in all restrooms $ .S S /per day 10. Dust all desk tops, files, work tables, counters, chairs, win- dow sills, door frames, telephones, etc., using treated dust cloths. Work surfaces shall be thoroughly cleaned of all marks, fingerprints, etc., when requested. Said surfaces will be �} cleared of all work materials by the particular using agency.$ 6 — /per day; 11. Clean main lobby, Council Chamber, and all other wood doors; remove visible fingerprints and smudges. Clean all glass doors, side - back - and main lobby. $ ' /per day 12. Clean tops and sides of drinking fountains throughout the building. $ /per da,,- 13. All doors shall be closed, locked, lights turned off and ^ c checked upon before leaving offices that have been cleaned. $ /per da,: 14. Wash main lobby windows. $ _ /per day 2M B. WEEKLY SERVICES 1. Dust heat registers and door louvres in all offices. 2. Mop, wax, and buff to high shine all tile floors of the building. 3. All door kick plates and door hardware shall be cleaned. C. SEMI-MONTHLY SERVICES 1. All walls, floors and stall partitions and doors in restrooms shall be thoroughly cleaned using a disinfectant detergent solution. 2. All rubber base molding shall be cleaned. D. MONTHLY SERVICES 1. Wash inside and outside of all windows throughout the Administration Building. 2. All vent grills in restrooms shall be removed and thoroughly cleaned. 3. Dust and spot clean all doors and walls throughout the building. 4. Vacuum all drapes throughout the building. 5. Sweep entire basement with treated dust mops. E. OTHER SERVICES 1. In December, remove all refracting lens in light fixtures throughout the building and clean thoroughly of bugs and other dirt. 2. Strip seal and rewax all floors in the building twice a year (once in October and once in April). F. SUPPLIES I. Paper towels equal to 060 Crown multifold. 2. Paper towels equal to 951 Crown Chiffon, 2 ply roll towels. 3. Toilet paper equal to 139 Crown Chiffon roll tissues. 4. Disposable toilet seat covers - flat pack - equal to Protex XCO seat covers - 250 count. 5. Liquid soap. Page 2 - City Hall ad UNIT COST $ S /per wee r� $ • "" /per wee $ S /per wee O� $ - /per wee: $ ,n C , /per wee1 L $ ?• /per mo. /per mo. $ /per mo. $ . /per mo. $ • /per mo. $ • /ea occur /ea occur $ r, `, .� /per mo. �R /per mo. S .: •a /per mo. /per mo. 3J S — /per mo. CITY OF CUPERTINO JANITORIAL SPECIFICATIONS 2. CITY LIBRARY BUILDING - 10400 TORRE AVENUE The following services are to be performed after 10:00 P.1,1., six days a week. For the purpose of deducting cost for services not rendered, the following is a list of service ard the unit cost per occurrence. A. DAILY SERVICES UNIT COST 1. Sweep entire building, consisting of the main floor, basement workrooms, basement hallways and the steps to the basement and mezzanine, with the exception of carpet areas, with treated dust mops. $ �{.� /per da 2. Sweep all door mats, both inside and outside. $ ,� /per da 3. Vacuum all carpeted areas. Clean and buff all tile floors. vacuum all carpeted areas including all main floor and 3° mezzanine areas and community room in basement. $ 1 - /per da 4. Fill all soap, towel or paper dispensers as needed, using materials furnished by the Cupertino Library, County of Santa Clara. $ /per da S. Empty and clean all ash trays and other waste receptacles; keep receptacles thoroughly clean. Remove all trash, waste paper and other refuse to trash cans provided. Put plastic liner in Z-3 the white trash receptacle in the staff lunch room. /per da- 6. Scrub all sinks, commodes and urinals. Use acid type cleaner to clean urinals and commodes. $ ..L(`j 7. Mop floors in lunch room. $ . LkL,' '3 S. Mop floors in all restrooms, using a disfectant solution. $ . 9. Polish fixtures, dispensers and mirrors in all restrooms. S 10. Dust all desk tops, files, work tables, counters, chairs, win- dow sills, door frames, telephones, etc., using treated dust cloths. Work surfaces shall be thoroughly cleaned of all marks, fingerprints, etc. when required. Said surfaces will be clear- ed of all work materials by the particular using agency. $ 11. Clean main lobby entrance and exit doors; removes visible finger- prints, etc., when required. Said surfaces will be cleared of all work materials by the particular using agency. $_ 12. Clean tops and sides of drinking fountains throughout the building. .9 7 w.. 13. all doors shall be closed, locked, lights turned off and check- ed upon leaving offices that have been cleaned, especially two fire doors at bottom of each stairway_ must be kept closed and locked for security reasons. /per da /per da /per da /per da /per da /per da /per L: /per da IRM B. WEEKLY SERVICE 1. Dust heat registers and door louvres in all areas. 2. Wash main lobby windows and those in the reference office and legal code room on main floor. 3. Mop and wax all floors of the building, including main floor and basement workrooms. C. SEMI-MONTHLY SERVICES $ y- UNIT COST 1. All walls, floors and stall partitions and doors in restrooms shall be thoroughly cleaned using a disinfectant detergent solution. $ 1 r 2. All rubber base molding shall be cleaned. $ 3. All door kick plates and door hardware shall be cleaned. $ " D. MONTHLY SERVICES 1. Wash inside and outside of all windows throughout the Library Building. $ 2. All vent grills in restrooms shall be removed and thoroughly cleaned. $ � 7. E. OTHER SERVICES 1. In December, remove all refracting lens in light fixtures throughout the building and clean thoroughly of bugs and other dirt. $ 2. Strip and rewax all floors in the building twice a year, once in October and again in April. $ F. SUPPLIES The Library Building will buy and store all supplies. The con- tractor will not be responsible for supplies at this location. $ 2. Library N/A per �, per c, /per x, semi- semi- semi - per m, /per m, occur occur CITY OF CUPERTINO JANITORIAL SPECIFICATIONS No. 3 and 4. WILSON AND PORTAL PARK RECREATION BUILDINGS For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. A. BI-WEEKLY SERVICES TO BE PERFORMED ON SUNDAY AND WEDNESDAY AFTER 10:00 P.M. 1. Wash all windows inside and out. $ ,� y /bi-weekl 2. Sweep and mop floors. $ J y 1. - /bi-weekl 3. Spray -buff all floors to a high shine. $ ,S /bi-weekl 4. Empty all trash, ash trays, etc. $ /bi-weekl 5. Dust furniture. $ � 6. Sanitize restrooms, clean fixtures, mirrors, etc. $ /bi-weekl 7. Wash sinks, refrigerator, cabinets, counter tops, etc.$ _S�' /bi-weekl 8. Spot wash walls. $ .cl� /bi-weekl 9. Emergency supplies of toilet paper shall be stored at these locations. B. MONTHLY SERVICES 1. Strip and wax all floors C. SUPPLIES 1. Toilet paper equal to 101 singlefold tissue. 2. Disposable toilet seat covers - flat pack- equal to Protex YCO seat covers - 250 count. -10- $ /bi-weekl- Lk _ `= $ /per mo. v� $ /per mo. $ — 0 , -f /per mo, CITY OF CUPERTINO JANITORIAL SPECIFICATIONS 5. SENIOR CITIZENS CENTER ON STEVENS CREEK BOULEVARD The following services shall be performed after 1:00 A.M., five 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 UNIT PRICE 1. Wash windows. $ , !� {, /per da_ 2. Sweep, mop, and buff all floors. $ 1,�lo /per da, 3. Empty all trash, ash trays, etc. $ ,•� /per da, 4. Dust furniture. $ '1 3a s /per da, 5. Sanitize restrooms, clean fixtures, mirrors, counters, etc. $ -" /per da, 6. Wash sinks, refrigerator, cabinets. $— —I, /per da, 7. Spot wash walls as needed. $ K /per da,. S. Vacuum and spot clean carpeted areas. $ /per da, 9. Emergency supplies of soaps, towels and toilet tissue shall be stored at this location. In addition, fill all soap and paper towel dispensers. $ /per da,. B. WEEKLY SERVICES 1. Wax and buff tile floors. 2. Acid bath restroom fixtures. C. MONTHLY SERVICES 1. Clean wastebaskets, wash windows inside and out. 2. Strip seal and wax all tile floors. D. SUPPLIES 1. Paper towels equal to 060 Crown multifold. 2. Toilet paper equal to 139 Crown Chiffon roll tissue. 3. Disposable toilet seat covers - flat pack - equal to Protex lCO seat covers - 250 count. 4. Toilet paper equal to 101 - singlefold tissue. 5. Liquid soap. $ �? � 3= per wk. per wk. /per mo /per mo per mo per mo per mo /per mo /per mo -11- CITY OF CUPERTINO JANITORIAL SPECIFICATIONS 6. RECREATION ADMINISTRATION BUILDING ADD MUSEUM - MCCLELLAN AANCh Y The following services shall be performed after 1:00 A.M., five 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 UNIT PRICE 1. Wash windows. S .LIB /per d. 2. Sweep, mop, and buff all floors. $ .Lis /per d. 3. Empty all trash, ash trays, etc. $ (�� /per d; 4. Dust furniture. $ /per d 5. Sanitize restrooms, clean fixtures, mirrors, counters, 2 L etc. $ . --- /per de 6. Wash sinks, refrigerator, cabinets. $ C1 /per & 7. Spot wash walls as needed. $ . :Z 3 /per d: 8. Vacuum and spot clean carpeted areas. $ 5. /per & 9. Emergency supplies of soaps, towels and toilet tissue shall be stored at this location. In addition, fill all soap and paper towel dispensers. $ �� h /per dz B. WEEKLY SERVICES 1. Wax and buff tile floors. 2. Acid bath restroom fixtures. C. MONTHLY SERVICES 1. Clean wastebaskets, wash windows inside and out. 2. Strip seal and wax all tile floors. D. SUPPLIES 1. Paper towels equal_ to 060 Crown multifold. 2. Toilet paper equal to 139 Crown Chiffon roll tissue. 3. Disposable toilet seat covers - flat pack - equal to Protex XCO seat covers - 250 count. 4. Toilet paper equal to 101 - singlefold tissue. 5. Liquid soap. /per w1 $ �.�" /per w1 /per m< /per m< $ 31 •S- /per m; $ ` , _ /per me /per m $ /per m N /per m( -12- CITY OF CUPERTINO JANITORIAL SPECIFICATIONS 7. SERVICE CENTER - MARY AVENUE The following services shall be performed after 1:00 A.M., five 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 UNIT PRICE 1. Wash windows. $ ,Z S /per d 2. Sweep, mop, and buff all floors. $ 0 05 /per. d 3. Empty all trash, ash trays, etc. $ •�1 /per d 4. Dust furniture. $ 1 IL /per d 5. Sanitize restrooms, clean fixtures, mirrors, counters, etc. $ �S 3_ /per d� 6. Wash sinks, refrigerator, cabinets. $ d.3= /per dr. 7. Spot wash walls as needed. $ .S D /per & 8. Vacuum and spot clean carpeted areas. $ /per & 9. Emergency supplies of soaps, towels and toilet tissue shall be stored at this location. In addition, fill all soap and paper towel dispensers. $ _ /per dE B. WEEKLY SERVICES 1. Wax and buff tile floors. 2. Acid bath restroom fixtures. C. MONTHLY SERVICES 1. Clean wastebaskets, wash windows inside and out 2. Strip seal and wax all the floors. D. SUPPLIES 1. Paper towels equal to 060 Crown multifold. 2. Toilet paper equal to 139 Crown Chiffon roll tissue. 3. Disposable toilet seat covers - flat pack - equal to Protex lCO seat covers - 250 count. 4. Toilet paper equal to 101 - singlefold tissue. 5. Dryhand soap. $ 3.S /per wl $ • Sc /per wl $ — /per me $ /per me /per me /per nu /per me G $ ` /per me $ �+ — /per me -13- CITY OF CUPERTINO JANITORIAL SPECIFICATIONS 8. MONTA VISTA PARK BUILDINGS For the purpose of deducting cost for services not rendered, the following is a list of services and the unit cost per occurrence. A. BI-WEEKLY SERVICES TO BE PERFORMED ON SUNDAY AND WEDNESDAY AFTER 10:00 P.M. 1. Wash all windows inside and out. $ 1-� /bi weekly 2. Sweep and mop tile floors. $ Lt 1-2 /bi-weekly 3. Spray -buff all floors to a high shine. $ q. /bi-weekly 4. Empty all trash, ash -trays, etc. $ �.�& /bi-weekly 5. Vacuum all carpeted areas. $ 1•� /bi-weekly 6. Dust furniture. $ �•� /bi-weekly 7. Clean large mirrors $-�= /bi-weekly 8. Sanitize restrooms, clean fixtures, mirrors, etc. $ /bi-weekly inside bathrooms. (& outside bathrooms - entrance outside building) S1 9. Wash sinks, refrigerator, cabinets, counter tops, etc. $ '� • — /bi-weekly 10. Spot wash walls. $ •o /bi-weekly 11. Emergency supplies of toilet paper shall be stored $ /bi-weekly at these locations. B. MONTHLY SERVICES 1. Strip and wax all floors $ 1.,�?- /per -month C. SUPPLIES 1. Toilet paper equal to 2-ply roll paper $ �'I,A. /per -month Disposable toilet seat covers - flat pack - equal $ L��.5 �� /per -month to Protex XCO seat covers - 250 count. Page 13-A GENERAL INFORMATION NOTICE TO BIDDERS The form "Notice to Bidders," attached hereto as page 2, sets forth the principal facts relating to this Call for Bids and is that used for the legal advertisement of the bid. BID PROPOSAL The submission of bids must be by means of a properly completed Bidders Proposal Page which is page 3 hereof. Failure to so file may be grounds for rejection of the bid. Supplemental information, brochures, photographs or alternate proposals may be submitted as attachments to the bid proposal. SUBMISSION OF BIDS Submission of the bid proposal must be by delivery to the City Clerk in a sealed envelope prior to the bid opening time and date. Delivery may be accomplished by mail or in person to the City Clerk, City Hall 10300 Torre Avenue, Cupertino, California 95014. INQUIRIES FOR ADDITIONAL INFORMATION All inquiries for additional information relating to this Call for Bid may be addressed to the department head for whom the purchase is to be made. -14- C I T Y O F C U P E R T I N 0 RESPONSIBILITY OF CONTRACTOR The City assumes no responsibility whatsoever for loss or damage of equipment owned or operated 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 from 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 anv and all liability, expense, claims, costs, suits and damages arising out of the negligence on the part of the contractor. All safety orders, rules and recommendations of the Division of Industrial Safety of the Department of Industrial Relations of the State of Californa 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. -15- City of Cupertino GENERAL REQUIREMENTS RIGHTS RESERVED BY THE CITY The City of Cupertino specifically reserves the right to unilateral judgement and action in the following areas with respect to any one or more bid proposals submitted under this Call for Bid. 1. Determine and award the purchase contract on the basis of the most advantageous proposal for the City in consideration of but not limited to such factors as price, quality, workmanship and experience. 2. Reject any and all bids as being non -responsive for failure to comply with terms and conditions of this Call for Bid. 3. Delay the award of the contract for a period not to exceed thirty (30) days following the bid opening for purposes of verification of infor- mation submitted. BID FORM Any bid submitted pursuant to this Call for Bids shall be by means of a properly completed Bidder's Proposal Page., any supplemental information to properly completed Bidder's Proposal Page. Any supplemental information to be incorporated therewith may be attached to said Bidder's Proposal Page and shall be so considered. ACCEPTANCE OF BIDS The above specifications should be adhered to as specified; all substitutions for approved equal and any changes, modifications or deviation from the specifications will not be accepted unless authorization in writing has been obtained from the Public Works Director. -16-