Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Frank & Grossman Landscape - 2017 Agreement
AGREEMENT FOR SERVICES , (For contracts over $5,000 — NON - DESIGN, NON - ENGINEERING TYPE CONTRACTOR) This AGREEMENT made this 11 th day of August, 2017, between: CITY: City of Gilroy, having a principal place of business at 7351 Rosanna Street, Gilroy, California and CONTRACTOR: Frank and Grossman Landscape Contractors Inc., having a principal place of business at 1400 Egbert Avenue, San Francisco, CA 94124. ARTICLE 1. TERM OF AGREEMENT This Agreement will become effective on November 1s% 2017 and will continue in effect through October 31, 2020 with an extension of two years at the CITY's sole option to be exercised by written notice to be given by CITY not less than thirty (30) days nor more than sixty_ (60) days prior to October 31St, 2020, unless terminated in accordance with the provisions of Article 7 of this Agreement. Any lapse in insurance coverage as required by Article 5, Section D of this Agreement shall terminate -this Agreement regardless of any other provision stated herein._ Initial ARTICLE 2. INDEPENDENT CONTRACTOR STATUS It is the express intention of the parties that CONTRACTOR is an independent contractor and not an employee, agent, joint venturer or partner of CITY. Nothing in this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between CITY and CONTRACTOR or any employee or agent of CONTRACTOR. Both parties acknowledge that CONTRACTOR is not an employee for state or federal tax purposes. CONTRACTOR shall not be entitled to any of the rights or benefits afforded to CITY'S employees, including, without limitation, disability or unemployment insurance, workers' compensation, medical insurance, sick leave, retirement benefits or any other employment benefits. CONTRACTOR shall retain the right to perform services for others during the term of this Agreement. ARTICLE 3. SERVICES TO BE PERFORMED BY CONTRACTOR A. Specific Services CONTRACTOR agrees to: Perform the services as outlined in Exhibit "A" ( "Specific Provisions ") and Exhibit "B" ( "Scope of Services "), within the time periods described in Exhibit "C" ( "Milestone Schedule "). 4835 - 2267 -03610 -1- LAC104706083 B. Method of Performing Services CONTRACTOR shall determine the method, details and means of performing the above - described services. CITY shall have no right to, and shall not, control the manner or determine the method of accomplishing CONTRACTOR'S services. C. Employment of Assistants CONTRACTOR may, at the CONTRACTOR'S own expense, employ such assistants as CONTRACTOR deems necessary to perform the services required of CONTRACTOR by this Agreement, subject to the prohibition against assignment and subcontracting contained in Article 5 below. CITY may not control, direct, or supervise CONTRACTOR'S assistants in the performance of those services. CONTRACTOR assumes full and sole responsibility for the payment of all compensation and expenses of these assistants and for all state and federal income tax, unemployment insurance, Social Security, disability insurance and other applicable withholding. D. Place of Work CONTRACTOR shall perform the services required by this Agreement at any place or location and at such times as CONTRACTOR shall determine is necessary to properly and timely perform CONTRACTOR'S services. ARTICLE 4. COMPENSATION A. Consideration In consideration for the services to be performed by CONTRACTOR, CITY agrees to pay CONTRACTOR the amounts set forth in Exhibit "D" ( "Payment Schedule "). In no event however shall the total compensation paid to CONTRACTOR exceed $250,211.97 for year one, $257,718.34 for year two and $265,449.87 for year three for its services of this Agreement. B. Invoices CONTRACTOR shall submit invoices for all services rendered. C. Payment Payment shall be due according to the payment schedule set forth in Exhibit "D ". No payment will be made unless CONTRACTOR has first provided City with a written receipt of invoice describing the work performed and any approved direct expenses (as provided for in Exhibit "A", Section M incurred during the preceding period. If CITY objects to all or any portion of any invoice, CITY shall notify CONTRACTOR of the objection within thirty (30) days from receipt of the invoice, give reasons for the objection, and pay that portion of the invoice not in dispute. It shall not constitute a default or breach of this Agreement for CITY not to pay any invoiced amounts to which it has objected until the objection has been resolved by mutual agreement of the parties. 4835 - 2267 -03610 -2- LAC104706083 D. Expenses CONTRACTOR shall' be responsible for all costs and expenses incident to the performance of services for CITY, including but not limited to, all costs of equipment used or provided by CONTRACTOR, all fees, fines, licenses, bonds or taxes required of or imposed against CONTRACTORand all other of CONTRACTOR'S costs of doing business. CITY shall not be responsible for any expenses incurred by CONTRACTOR in performing services for` CITY, except for those expenses constituting "direct expenses" referenced on Exhibit- " -A." ARTICLE 5. OBLIGATIONS OF CONTRACTOR A. Tools and Instrumentalities CONTRACTOR shall supply all tools and instrumentalities required to perform the services under this Agreement at its sole cost and expense. CONTRACTOR is not required to purchase or rent any tools, equipment or services from CITY. B. Workers' Compensation CONTRACTOR agrees to provide workers' compensation insurance for CONTRACTOR'S employees and agents and agrees to hold harmless, defend, with counsel acceptable to CITY and indemnify CITY, its officers, re presentatives, agents and employees from and against any and' all claims, suits, damages, costs, fees, demands, causes of action, losses, liabilities and expenses, including without limitation reasonable attorneys' fees, arising out of any injury, disability, or death of any of CONTRACTOR'S employees. C. Indemnification of Liability, Duty to Defend As to all liability, to the fullest extent permitted' by law, CONTRACTOR shall defend, through counsel approved by CITY (which approval shall not be unreasonably withheld), indemnify and hold harmless CITY, its officers, representatives, agents and employees against any and all suits, damages, costs, fees, claims, demands, causes of ,action, losses, liabilities and expenses, including without limitation attorneys' fees, arising or resulting directly or indirectly from any act or omission of CONTRACTOR or CONTRACTOR'S assistants, employees or agents, including all claims relating to the injury or death of any person or damage to any property. D. Insurance In addition to any other obligations under this Agreement, CONTRACTOR shall, at no cost to CITY, obtain and maintain throughout the term of this Agreement: (a) Commercial Liability Insurance on a per occurrence basis, including coverage for owned and non -owned automobiles, with a minimum combined single limit coverage of $1,000,000 per occurrence for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, including the foss of use thereof. As a condition precedent to CITY'S obligations under this Agreement, CONTRACTOR shall furnish written evidence of such coverage (naming CITY, its 4835-2267 -0361 v1 -3- LAC104706083 - officers and employees as additional insureds on the Comprehensive Liability insurance policy referred to in (a) immediately above via a specific endorsement) and requiring thirty (30) days written notice of policy lapse or cancellation, or of a material change in policy terms. E. Assignment Notwithstanding any other provision of this Agreement, neither this Agreement nor any duties or obligations of CONTRACTOR under this Agreement may be assigned or subcontracted by CONTRACTOR without the prior written consent of CITY, which CITY may withhold in its sole and absolute discretion. F. State and Federal Taxes As CONTRACTOR is not CITY'S employee, CONTRACTOR shall be responsible for paying all required state and federal taxes. Without limiting the foregoing, CONTRACTOR acknowledges and agrees that: e CITY will not withhold FICA (Social Security) from CONTRACTOR'S payments; a CITY will not make state or federal unemployment insurance contributions on CONTRACTOR'S behalf; • CITY will not withhold state or federal income tax from payment to CONTRACTOR; • CITY will not make disability insurance contributions on behalf of CONTRACTOR; • CITY will not obtain workers' compensation insurance on behalf of CONTRACTOR. ARTICLE 6. OBLIGATIONS OF CITY A. Cooperation of City CITY agrees to respond to all reasonable requests of CONTRACTOR and provide access, at reasonable times following receipt by CITY of reasonable notice, to all documents reasonably necessary to the performance of CONTRACTOR'S duties under this Agreement. B. Assignment CITY may assign this Agreement or any duties or obligations thereunder to a successor governmental entity without the consent of CONTRACTOR. Such assignment shall not release CONTRACTOR from any of CONTRACTOR'S duties or obligations under this Agreement. 4835- 2267 -03610 _4_ LAC104706083 ARTICLE 7: TERA UNATION OF AGREEMENT A. Sale of CONTRACTOR's Business/ Death of CONTRACTOR. CONTRACTOR shall notify CITY of the proposed sale of CONTRACTOR's business no later than thirty (30) days prior to any such sale. CITY shall have the option of terminating this Agreement within thirty (30) days after receiving such notice of sale. Any such CITY termination- pursuant to this Article 7.A shall be in writing and sent to the address for notices to CONTRACTOR set forth in Exhibit A; Subsection V.H., no later than thirty (30) days after CITY' receipt of such notice of sale. If CONTRACTOR is an individual, this Agreement shall be deemed automatically terminated upon death of CONTRACTOR. B. Termination by City for Default of CONTRACTOR Should CONTRACTOR default in the performance of this Agreement or materially breach any of its provisions, CITY, at CITY'S option, may terminate this Agreement 'by giving written notification to CONTRACTOR. For the purposes of this section, material breach of this Agreement shall include, but not be limited to the following: 1. CONTRACTOR'S failure to professionally and/or timely perform any of the services contemplated by this Agreement. 2. CONTRACTOR'S breach of any of its representations, warranties or covenants contained in this Agreement. CONTRACTOR shall be entitled to payment only for work completed in accordance with the terms of this Agreement through the date of the termination notice, as .reasonably determined by CITY, ,provided that such payment shall not exceed the amounts set forth in this Agreement for the, tasks described on Exhibit C" which have been fully, competently and timely rendered by CONTRACTOR. Notwithstanding the foregoing, if CITY terminates this Agreement due to CONTRACTOR'S default in the performance of this Agreement or m_ aterial breach by CONTRACTOR of any of its provisions; then in addition to any other rights and remedies CITY May have, CONTRACTOR shall reimburse CITY, within ten (10) days after demand, for any and all costs and expenses incurred by CITY in order to complete the tasks constituting, the scope of work as described in this Agreement, to the extent such-costs-and expenses exceed the amounts CITY would have been obligated to pay CONTRACOR for the performance of that task ,pursuant to this Agreement. C. Termination for Failure to Make Agreed -Upon _Payments Should CITY fail to pay CONTRACTOR all or any part of the compensation set forth in Article 4 of this Agreement on the date due, ,then if and only if such nonpayment constitutes a default under this Agreement, CO_ NTRACTOR, at the CONTRACTOR'S option, may terminate this Agreement if such default is not remedied Iby CITY within thirty (3 0) days after demand for such payment is given by CONTRACTOR to CITY. 4835 - 2287 -0361 v1 -5- LAC104706083 D. Transition after Termination Upon termination, CONTRACTOR shall immediately stop work, unless cessation could potentially cause any damage or harm to person or property, in which case CONTRACTOR shall cease such work as soon as it is safe to do so. CONTRACTOR shall incur no further expenses in connection with this Agreement. CONTRACTOR shall promptly deliver to CITY all work done toward completion of the services required hereunder, and shall act in such a manner as to facilitate any the assumption of CONTRACTOR's duties by any new CONTRACTOR hired by the CITY to complete such services. ARTICLE 8. GENERAL PROVISIONS A. Amendment & Modification No amendments, modifications, alterations or changes to the terms of this Agreement shall be effective unless and until made in a writing signed by both parties hereto. B. Americans with Disabilities Act of 1990 Throughout the term of this Agreement, the CONTRACTOR shall comply fully with all applicable provisions of the Americans with Disabilities Act of 1990 ( "the Act ") in its current form and as it may be amended from time to time. CONTRACTOR shall also require such compliance of all subcontractors performing work under this Agreement, subject to the prohibition against assignment and subcontracting contained in Article 5 above. The CONTRACTOR shall defend with counsel acceptable to CITY, indemnify and hold harmless the CITY OF GILROY, its officers, employees, agents and representatives from and against all suits, claims, demands, damages, costs, causes of action, losses, liabilities, expenses and fees, including without limitation reasonable attorneys' fees, that may arise out of any violations of the Act by the CONTRACTOR, its subcontractors, or the officers, employees, agents or representatives of either. C. Attorneys' Fees If any action at law or in equity, including an action for declaratory relief, is brought to enforce or interpret the provisions of this Agreement, the prevailing party will be entitled to reasonable attorneys' fees, which may be set by the court in the same action or in a separate action brought for that purpose, in addition to any other relief to which that party may be entitled. D. Captions The captions and headings of the various sections, paragraphs and subparagraphs of the Agreement are for convenience only and shall not be considered nor referred to for resolving questions of interpretation. E. Compliance with Laws The CONTRACTOR shall keep itself informed of all State and National laws and all municipal ordinances and regulations of the CITY which in any manner affect those engaged or employed 4835- 2267 -0361v1 _6_ LAC104706083 in the work, or the materials used in the work, or which in any way affect the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. Without limiting the foregoing, CONTRACTOR agrees to observe the provisions of the Municipal Code of the CITY OF GILROY, obligating every contractor or subcontractor under a contract or subcontract to the CITY OF GILROY for public works or for goods or services to refrain from discriminatory employment or subcontracting practices on the basis of the race, color, sex, religious creed, national origin, ancestry of any employee, applicant for employment, or any potential subcontractor. F. Conflict of Interest CONTRACTOR certifies that to the best of its knowledge, no CITY employee or office of any public agency interested in this Agreement has any pecuniary interest in the business of CONTRACTOR and that no person associated with CONTRACTOR has any interest that would constitute a conflict of interest in any manner or degree as to the execution or performance of this Agreement. G. Entire Agreement This Agreement supersedes any and all prior agreements, whether oral or written, between the parties hereto with respect to the rendering of services by CONTRACTOR for CITY and contains all the covenants and agreements between the parties with respect to the rendering of such services in any manner whatsoever. Each party to this Agreement acknowledges that no representations, inducements, promises or agreements, orally or otherwise, have been made by any party, or anyone acting on behalf of any party, which are not embodied herein, and that no other agreement, statement or promise not contained in this Agreement shall be valid or binding. No other agreements or conversation with any officer, agent or employee of CITY prior to execution of this Agreement shall affect or modify any of the terms or obligations contained in any documents comprising this Agreement. Such other agreements or conversations shall be considered as unofficial information and in no way binding upon CITY. H. Governing Law and Venue This Agreement shall be governed by and construed in accordance with the laws of the State of California without regard to the conflict of laws provisions of any jurisdiction. The exclusive jurisdiction and venue with respect to any and all disputes arising hereunder shall be in state and federal courts located in Santa Clara County, California. I. Notices Any notice to be given hereunder by either party to the other may be effected either by personal delivery in writing or by mail, registered or certified, postage prepaid with return receipt requested. Mailed notices shall be addressed to the parties at the addresses appearing in Exhibit "A ", Section V.H. but each party may change the address by written notice in accordance with this paragraph. Notices delivered personally will be deemed delivered as of actual receipt; mailed notices will be deemed delivered as of three (3) days after mailing. 4835 - 2267- 0361v1 _7_ LAC104706083 J. Partial Invalidity If any provision in this Agreement is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions will nevertheless continue in full force without being impaired or invalidated in any way. K. Time of the Essence All dates and times referred to in this Agreement are of the essence. L. Waiver CONTRACTOR agrees that waiver by CITY of any one or more of the conditions of perfonnance under this Agreement shall not be construed as waiver(s) of any other condition of performance under this Agreement. Executed at Gilroy, California, on the date and year first above written. CONTRACTOR: CITY: Frank and Grossman Landscape CITY OF GILROY Contractors Inc. v • • . "1� s Social Security or Taxpayer Identification Number 94- 2926128 Approved as to Form City Attorney By: Name: Gabriel A. Gonzalez Title: City Administrator 4835 - 2267 -0361v1 -8- LAC104706083 EXHIBIT "A" SPECIFIC PROVISIONS I. PROJECT MANAGER CONTRACTOR shall provide the services indicated on the attached Exhibit_ "B", Scope of Services ( "Services "). (All exhibits referenced are incorporated herein by reference.) To accomplish that end, CONTRACTOR agrees to assign A 0<V'%7__. who will act in the capacity of Project Manager, and who will personally direct ch Services. Except as may be specified elsewhere in this Agreement, CONTRACTOR shall furnish all technical an d professional services including labor, material, equipment, transportation, supervision and expertise to perform all operations necessary and required to complete the Services in accordance with the terms of this Agreement. II. NOTICE TO PROCEED /COMP_LETION OF SERVICE A. NOTICE TO PROCEED CONTRACTOR shall commence the Services upon delivery to CONTRACTOR of a written "Notice to Proceed ", which Notice to Proceed shall be in the form of a written communication from designated City contact person(s). Notice to Proceed_ may be in the form of e-mail, fax or letter authorizing commencement of the Services: For purposes of this Agreement; Walter Dunckel ,shall be the designated City contact person(s). Notice to Proceed shall be deemed "to have been delivered upon actual receipt by CONTRACTOR o_ r if otherwise delivered as provided in the Section V.H. ( "Notices ") of this Exhibit "A". B. COMPLETION OF SERVICES When CITY determines that CONTRACTOR has completed all of the Services in accordance with the terms of this Agreement, CITY shall give CONTRACTOR written Notice of Final Acceptance, and CONTRACTOR shall not incur any further costs hereunder. CONTRACTOR may request this determination of completion when, in its opinion, it has completed all of the Services as required by the terms of this Agreement and, if so requested, CITY shall make this determination within two-(2) weeks of such request, or if CITY determines that CONTRACTOR has not completed all o such Services as required by this Agreement, CITY shall so inform CONTRACTOR within this two (2) week period. III. PROGRESS SCHEDULE The schedule for performance and completion of the Services will be as set forth in the attached Exhibit "C ". IV. PAYMENT OF FEES AND DIRECT-EXPENSES Payments shall be made to CONTRACTOR as provided for in Article 4 of this Agreement. 4835- 2267-0361v1 LACX04706083 Direct expenses are charges and fees not included in Exhibit "B ". CITY shall be obligated to pay only for those direct expenses which have been previously approved in writing by CITY. CONTRACTOR shall obtain written approval from CITY prior to incurring or, billing of direct expenses. Copies of pertinent financial records, including invoices, will be included with the submission of billing(s) for all' direct expenses. V. OTHER PROVISIONS A. STANDARD OF WORKMANSHE? CONTRACTOR represents and warrants that it has the qualifications, skills and licenses necessary to perform the Services; and its duties and obligations, expressed' and implied, contained herein, and CITY expressly relies upon CONTRACTOR'S representations and warranties regarding its skills, qualifications and licenses. CO_ NTRACTOR shall perform such Services and duties in conformance to and consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Any plans, designs, specifications, estimates, calculations, reports and other documents furnished under this Agreement shall be of a quality acceptable to CITY. The min_ imum criteria for acceptance shall be a product of neat appearance; welWrganized, technically and grammatically correct; checked and having the maker and checker identified'. The minimum standard of appedi•ance, organization and content of the drawings shall be that used by CITY for similar, purposes. B. RESPONSIBILITY OF CONTRACTOR CONTRACTOR shall be responsible for the professional quality, technical accuracy, and the coordination of the Services furnished by it under this Agreement. CONTRACTOR shall' not be responsible for the accuracy of any project or technical information provided by the CITY. The CITY'S review, acceptance or payment for any of the Services shall not be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement; and CONTRACTOR shall be and remain liable to CITY in accordance with applicable law for all damages to CITY caused by CONTRACTOR'S negligent performance of any of the services furnished under this Agreement. C. RIGHT OF CITY TO INSPECT RECORDS OF CONTRACTOR CITY, through its authorized employees, representatives or agents, shall have the right; at any and all reasonable times, to audit the books and records (including, but not limited to, invoices, vouchers, canceled checks, time cards, etc:) of CONTRACTOR for the purpose of verifying any and all charges made by CONTRACTOR �in connection with this Agreement. CONTRACTOR shall maintain for a minimum period of three (3) years (from the date of final payment to CONTRACTOR), or for any longer period required by law, sufficient books and records in accordance with standard California accounting practices to establish the correctness of all charges subrnitted to CITY by CONTRACTOR, all of which shall be made available to CITY at the CITY's offices within five (5) business days after CITY's request. 4835 - 2267 -03610 _2_ LACN766083 D. CONFIDENTIALITY OF MATERIAL All ideas, memoranda, specifications, plans, manufacturing procedures, data (including, but not limited to, computer data and source code), drawings, descriptions, documents, discussions or other information developed or received by or for CONTRACTOR and all other written and oral information developed or received by or for CONTRACTOR and all other written and oral information submitted to CONTRACTOR in connection with the performance of this Agreement shall be held confidential by CONTRACTOR and shall not, without the prior written consent of CITY, be used for any purposes other than the performance of the Services, nor be disclosed to an entity not connected with the performance of the such Services. Nothing furnished to CONTRACTOR which is otherwise known to CONTRACTOR or is or becomes generally known to the related industry (other than that which becomes generally known as the result of CONTRACTOR'S disclosure thereof) shall be deemed confidential. CONTRACTOR shall not use CITY'S name or insignia, or distribute publicity pertaining to the services rendered under this Agreement in any magazine, trade paper, newspaper or other medium without the express written consent of CITY. E. NO PLEDGING OF CITY'S CREDIT. Under no circumstances shall CONTRACTOR have the authority or power to pledge the credit of CITY or incur any obligation in the name of CITY. F. OWNERSHIP OF MATERIAL. All material including, but not limited to, computer information, data and source code, sketches, tracings, drawings, plans, diagrams, quantities, estimates, specifications, proposals, tests, maps, calculations, photographs, reports and other material developed, collected, prepared (or caused to be prepared) under this Agreement shall be the property of CITY, but CONTRACTOR may retain and use copies thereof subject to Section V.D of this Exhibit "A ". CITY shall not be limited in any way in its use of said material at any time for any work, whether or not associated with the City project for which the Services are performed. However, CONTRACTOR shall not be responsible for, and City shall indemnify CONTRACTOR from, damages resulting from the use of said material for work other than PROJECT, including, but not limited to, the release of this material to third parties for work other than on PROJECT. G. NO THIRD PARTY BENEFICIARY. This Agreement shall not be construed or deemed to be an agreement for the benefit of any third party or parties, and no third party or parties shall have any claim or right of action hereunder for any cause whatsoever. 4835- 2267 -0361 v1 _3 _ LAC104706083 H. NOTICES. Notices are to be sent as follows: CITY: Attention Walter Dunckel City of Gilroy 7351 Rosanna Street Gilroy, CA 95020 CONTRACTOR: 6ar D Frank and Grossman Landscape Contractors Inc. 1400 Egbert Avenue San Francisco, CA 94124 FEDERAL FUNDING REQUIREMENTS. ❑ If the box to the left of this sentence is checked, this Agreement involves federal funding and the requirements of this Section V.I. apply. ® If the box to the left of this sentence is checked, this Agreement does not involve federal funding and the requirements of this Section V.I. do not apply. DBE Program CONTRACTOR shall comply with the requirements of Title 49, Part 26, Code of Federal Regulations (49 CFR 26) and the City- adopted Disadvantaged Business Enterprise programs. 2. Cost Principles Federal Acquisition Regulations in Title 48, CFR 31, shall be used to determine the allowable cost for individual items. 3. Covenant against Contingent Fees The CONTRACTOR warrants that he /she has not employed or retained any company or person, other than a bona fide employee working for the CONTRACTOR, to solicit or secure this Agreement, and that he /she has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift or any other consideration, contingent upon or resulting from the award or formation of this Agreement. For breach or violation of this warranty, the Local Agency shall have the right to annul this Agreement without liability or, at its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. 4835- 2267 -0361vl LA004706083 EXHIBIT "B" SCOPE OF SERVICES See attached RFP documentation. 48352267 -0361 v1 ,LAC104706083 EXHIBIT "C" MILESTONE SCHEDULE See attached RFP documentation. 4835 - 2267 -0361v1 LAC104706083 Citr of Offrop Administrative Services Department Request for Proposals CUSTODIAL SERVICES - Finalists No. 17- RFP -ASD -392 ATTN: INGA ALONZO, PURCHASING COORDINATOR CITY OF GILROY 7351 ROSANNA STREET GILROY, CA 95020 -6197 Proposals Due by: 2:00 pm, Friday, April 18, 2017 Notice Inviting Finalist Proposals No. 17 -RFP -ASD -392 Notice is hereby given that the Purchasing Coordinator of the City of Gilroy at 7351 Rosanna Street, Gilroy, CA 95020 -6197 will receive SEALED PROPOSAL SUBMITTALS. The City of Gilroy is now soliciting submittals from selected finalists from custodial service vendors under 17 -RFQ -ASD -319 that ended March 14, 2017, for consideration for a multi -year Custodial Services Contract. Finalists were identified and notified by email on March 16, 2017 and invited to participate in a restricted Request for Proposal process as the next contract selection step. A Mandatory Proposal Preview & Site Tour will be held on Tuesday, March 28 t , 2 017 from 8 : 0 0 A M to 3:00 PM, beginning in the City Corporation Conference Room of 613 Old Gilroy Street in Gilroy. Contractor must be present at the proposal preview & site tour in order to have their proposal considered. Please call Walter Dunckel, Facilities Superintendent, at (408) 846 -0282, or by emailing walter.dunckel @cityofgilroy.org for further directions. Proposals will be accepted up until 2:00 PM, PST, Tuesday, April 18, 2017. Proposals received after that time and date will not be considered. The City of Gilroy accepts no responsibility if delivery is made to another location other than location specified above and/or delayed deliveries by your chosen carrier. An evaluation team will review Proposals and contact the top group for further discussion. It is the intent of the city to award a 3 -year contract, with the option of a 2 -year extension for said services. Award of contract by the Gilroy City Council is scheduled for May 15, 2017. This RFP is being emailed to each finalist. Respectfully Requested, Inga Alonzo Purchasing Coordinator 17- RFP =ASD -392 Custodial Se_ rvices Table of Contents Notice Inviting Finalist Proposals 1 QUALIFICATIONS SUBMITTAL CHECKLIST_ I Schedule 2 SUBMISSION FORMAT & CONTENT 'INFORMATION 2 Submission Content Requirements 2 Selection Process 4 Addendums 5 Other Terms and Conditions 5 STANDARDS AND SPECIFICATIONS 5 Custodial Service Requirements 5 Days and Hours of Work 6 Personnel' 6 Security 7 Service Changes 8 Vandalism and Repair of Damage 8 Graffiti 'Removal 8 Service Frequency and, Schedules 8 Locks and Keys 8 Deficiency Notice Procedures 9 Liquidated Damages 9 Right of Severance and Termination 9 Maintenance and' Operation of Equipment and Vehicles 9 Storage of Material and, Equipment on the Site 9 Cal -OSHA &'Safety" Requirements 9 Public Convenience and Safety 10 Accident Reporting 10 Management and Supervision 10 TECHNICAL SPECIFICATIONS 1 I Basic Maintenance Standard 11 Estimated Number of Persons Using Facilities 11 Green Business Practices 11 CITY BUILDINGS COVERED BY THIS AGREEMENT 12 SCHEDULE OF MAINTENANCE SERVICE_ 13 Daily Maintenance Service 13 Weekly Maintenance Service 15 Monthly Maintenance Service 15 Semi - Annual Maintenance Service_ 15 Maintenance Service — General 16 City Staff Responsibilities 16 ATTACHMENT A — Cost Proposal A -1 ATTACHMENT B — Contractor Information Statement B -I ATTACHMENT C — Environmentally Preferable Purchasing Policy C -1 ii QUALIFICATIONS SUBMITTAL CHECKLIST CUSTODIAL SERVICES Proposal No. 17- 1;tFP -ASD =392 The following documents/information must be filled out and included/submitted in the proposal in order to be considered for this project- El Cost Proposal completed & signed — Attachment A 0 Contractor Information Statement completed & signed — Attachment B 0 Proposal as per the Submission Format & Content Information section starting on page 2 of the RFP 0 Deliver- proposal to City of Gilroy in sealed envelope to City of Gilroy address given by 2:00 pm, Tuesday,.April 1$, 2017 1 Schedule The city intends to award a custodial services contract by May 15, 2017, with service to begin October 1, 2017. The key dates driving the Selection Process of Custodial Services contract are shown below: Selection Process Actions Target Date RFQ distributed to prospective Contractors 2/24/2017 RFQ submissions due to City of Gilroy 3/14/2017 Selection Committee evaluate RFQ submissions 3/16/2017 Invitation to Finalist to submit proposal 3/16/2017 Mandatory Proposal Preview & Site tour 3/28/2017 Proposal submissions due to City 4/18/2017 Selection evaluation - negotiate final terms 4/25/2017 Selection decision 4/26/2017 Recommendation Report for Approval by City Council 4/28/2017 City Council Meeting 5/15/2017 Give Contractor Agreement and background check info packets 5/16/2017 Contract Agreement and Insurance complete 6/7/2017 Issue purchase order 6/14/2017 Custodial Contract to begin 1 1 / 1 /2017 -7 SUBMISSION FORMAT & CONTENT INFORMATION Submission Content Requirements Please respond to each of the requests for information by Letter and Number as appropriate. Provide Letter or Number with each response and include PAGE NUMBERING. Any attachments /exhibits should also be labeled when provided. Some information may be redundant from the RFQ, but you now have additional time to visit the sites and have a better understanding of the scope of work, so your responses may change. Contractor Information Statement - Complete and sign proposal statement (Attachment B) 2. Custodial Services Cost Proposal - Complete and sign Custodial Services Cost Proposal (Attachment A). • Contract site questions or scope of work questions can be raised at the Proposal Preview & Site Tour on Tuesday, March 28th, 2017 from 8 : 0 0 A M to 3:00 PM, in the City Corporation Conference Room located at 613 Old Gilroy Street in Gilroy. Contractor must be present at the proposal preview & site tour in order to have their proposal considered. • Prevailing Wage is not a contract labor cost requirement of this service contract. By submitting the fee schedule, the Contractor acknowledges that the Contractor has made a personal inspection of each site and the surrounding areas and has evaluated the extent to which the physical condition thereof will affect the services to be provided. The Contractor acknowledges that the regular completion of services hereunder may result in a gradual upgrading of the areas maintained, regardless of the present condition. The Custodial Services Contract Fee Schedule should be based on the standard upkeep of each area and not reflect any perceived renovation work needed. 3. Key Staff - Identify the key contract team leader(s) who will direct all on -site custodial services and who will interface routinely with the designated City contract inspector. Provide a minimum one page resume listing qualifications and past experience (update or resubmit RFQ info if appropriate). 4. Resources and Service Description: Provide a comprehensive description of the resources, plan and methodology that will be used to provide resources for the different elements of the requested custodial services. Special emphasis should be placed on how your company will "partner" with the City to provide innovative approaches and techniques in both the services provided today and in the way it will respond to future needs of the Gilroy community and evolving scope of work under this service contract. Include how you plan to build trust into the relationship between your organization and the City. 5. staffine a. Include an operation plan of how you will staff and supervise normal and periodic maintenance schedules. Provide a monthly calendar indicating staffing and work strategies. Identify site specific work as maybe appropriate. Discuss how you will adhere to approved maintenance schedules. Explain the preparations that will take place to ensure your employees can start work on July I", and know what is expected of them, and what they need to do. b. Provide a complete overview of all training programs provided. Specifically identify those you considered part of your "Safety Program ". c. Detail your company's employee retention program and philosophy. d. List the full or part time status of each employee that will be assigned to this contract. Explain your staffing process to fill positions if needed. e. Detail your company's policy for recruitment and screening process for DMV driving record, drug use, and criminal history. f. Description of designated on -site supervisor's role in delivery of contract services and availability of on -site supervisor and contingency plans when not available. g. Description of the line - staff's role in the delivery of exceptional contract service and customer service. 6. Length of Submission — While there is no maximum length of the RFP submittal information pages, please keep in mind that we have seen your RFQ submittal. Number all pages and label exhibits. Exhibits and attachments should be bound together with the RFP submittal. 7. Response Submission - Five copies of RFP submittal are required. All submissions must be sealed in a package showing the following information on the outside and addressed to: Purchasing Division, City of Gilroy, 7351 Rosanna Street, Gilroy, CA 95020 17- RFP -ASD -392 3 RFP Title: Custodial Services Contractor's name and address The submission package must be mailed or delivered to the above address prior to the deadline for receipts of submissions. All respondents who mail or ship their submissions must allow sufficient delivery time to ensure receipt of their submissions by the time specified. Late submissions will not be accepted for consideration. 8. Deadline for Receipt of Submissions - All submissions must be received by the Purchasing Division, Gilroy City Hall Gilroy, 7351 Rosanna Street, Gilroy, CA, by 2:00 P.M. on Tuesday, April 18, 2017. 9. Logistical Issues - Describe how your company will stage and mobilize the equipment and supplies needed to perform all work. Describe where and how will you store and dispatch equipment and supplies to contract sites. There will be limited space available at the City facilities. Selection Process All Proposals will be reviewed thoroughly by an evaluation team. The recommendation for award of a contract may not necessarily be based on the lowest cost for the various items on the bid form, but rather will be made on the basis of how the proposal best meets the requirements of the City for Custodial Services, the ability to meet the different types, service levels, and service frequencies, the ability to comply with contract standards and specifications, and sufficient manpower and equipment to service and support the City in the area of custodial services. The selection evaluation criteria are as follows: No. Issue _ :Points: ; Aw arded _ :Possible' = Points`, = 1 Cost of Services (Custodial Services Contract Fee 30 Schedule - Attachment A) Having sufficient equipment/personnel resources to 2 meet the needs of the city. Nature and size of 15 previous accounts. 3 Review of safety practices and Workers' Comp 10 Modification Rate Statement Demonstrated personnel expertise and experience to 5 provide the range of contract services and 15 capabilities to address contract challenges Operation Plan: The details and the operation plan, 6 phase in plan, and quality control program. 15 Resources for back up staffing. 7 Review of references /previous clients 15 4 Total 100 Addendums If the City determines that addendums to this RFP are necessary, they will be delivered to the contractor by email. Other Terms and Conditions Certain other terms and conditions will apply to this RFP: All RFQ Terms and Conditions apply to RFP Licenses and Insurance In addition to all other requirements set forth in the Contract documents, the successful contractor to whom the contract is awarded must maintain and keep in force throughout the progress of the contact, all required insurance and City of Gilroy Business License. Laws to be Observed The Contractor shall keep himself fully informed of all State and National laws, labor laws and provisions, and all municipal ordinances and regulations of the City which in any manner affect those engaged or employed in the work, or the materials used in the work, or which in any way effect the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. Billing and Invoicing Invoices will be submitted monthly for the current month's services. Missed service will result in prorated reduction of payment. Contract Period The contract period, once awarded by the City Council, is proposed to be from 4ttly 1, :2914 through Rtne 30, 292(). November 1 st, 2017 through October 31th, 2020. The city may request a 2 -year extension of terms. Performance Bond A performance bond equal to 25% of the first year contract amount will be required of the successful contractor prior to execution of the contract. Please submit contact information of your proposed bond provider. RFP Questions In order to have the city respond in a timely manner to questions about this RFP, please don't wait until the last minute to ask them, but in no case later than 12:00 noon on April 17, 2017 (one day before RFP is due). Direct questions regarding this RFP, via email, to the following: ATTN: Walter Dunckel, Facilities Superintendent (408) 846 -0282 office (408) 846 -0306 fax walter.dunckelncityof ilrov.org 5 STANDARDS AND SPECIFICATIONS Custodial Service Requirements This contract is for a three (3) year term beginning on Nov 1 st, 2017 and ending Oct 31 th, 2020. Ady 1, 2017 and ending June �Q, 2 ^. The City reserves the option to renew the contract for two additional one (1) year periods at the prices specified in the Schedule of Bid. The City will provide written notice to the Contractor of intent to renew or cancel contract no less than sixty (60) days prior to expiration of previous contract term. The contractor will be required to provide all labor, tools, equipment, cleaning materials, paper products, trash receptacle liners, hand soap, and supplies to perform all services in accordance with these specifications. All cleaning materials, paper products and supplies subject to approval of the Project Manager. Days and Hours of Work 1. Contract work shall be performed during the days and hours specified in this document. 2. The Project Manager shall have the authority to change the hours of contract work to meet the needs of the Contractor or City. 3. The Contractor shall conduct the work at all times in a manner which will not interfere with normal building use. 4. Any modification in the hours and days of maintenance services as stated in the Contractor's Service Schedules /Calendars are subject to approval by the City. 5. The City of Gilroy observes the following legal holidays: New Year's Day Martin Luther King, Jr. Day Presidents' Day Memorial Day Independence Day Labor Day Personnel Veteran's Day Thanksgiving Day Day after Thanksgiving Christmas Eve Christmas Day 1. Positive public relations is an important part of this contract service. Services provided under the Custodial Services contact are a critical part of providing and maintaining these important public use facilities. Contract staff serves a vital role in delivering these public services. Contract staff must maintain both professional image and behavior whenever in contact with citizens, including avoiding the use of foul language. Contract staff shall be trained on how to handle public contact and provide the appropriate customer service. Contract staff must always maintain a neat and clean appearance and be easily identified ° by some type of company uniform. All Contractor staff shall follow the rules, regulations, and applicable laws while working for the City, including obeying any non- smoking signs /areas. 2. The Contractor shall provide personnel fully trained in all phases of custodial services. All n training or additional training for Contractor personnel shall be provided at Contractor's expense. 3. Backup Staff - The Contractor shall provide sufficient backup staff to cover absenteeism or extend existing work force hours to compensate for absent staff. The backup staff shall adhere to the same background and security screenings as regular staff. The City reserves the right to request additional backup staff as deemed necessary. 4. The Contractor shall provide personnel capable of verbal and written communication in English or bilingual with English as one of the languages. 5. The City expects the Contractor's staff to give to city representative(s) all items lost or misplaced by the general public, regardless of perceived value found on contract sites. The Contractor shall communicate this expectation to all employees. 6. Employee Conduct — Employees of the Contractor, while performing work under this contract, WILL NOT: A. Be accompanied in their work area by acquaintances, family members, assistants, or any other person unless such person is an on -duty authorized Contractor employee. B. Remove any City Property or personal property, equipment, monies, or any other item from the buildings. C. Engage in horseplay or loud boisterous behavior. D. Be under the influence of alcohol or drugs. E. Smoke in any building. F. Turn on or use any equipment other than City- supplied or Contractors, such as computers, TV's, or radios. G. Use any City telephone except those designated by the City contract inspector for the purpose of business under this contract. H. Open any desk, file cabinet, or storage cabinet. I. Remove any articles from desks. J. Consume any food or beverage, other than that brought with or purchased by the employee, and only in areas designated as break or lunchrooms. Security 1. All Contractors' employees must pass a security clearance prior to working in City facilities. Employees must complete the necessary forms, which include a Personal History Statement form and Live Scan form, and have fingerprints taken in order to be processed for security clearance. NOTE: This process may take up to four weeks to complete, and should be allotted at least 30 days. It is the responsibility of the Contractor to ensure their employees attend all scheduled appointments required to obtain the fingerprinting and badges required of the job. The City will provide up to fifteen (15) security clearances the first contract year, and up to six (6) security clearances the following contract years, at no charge. A charge of $100.00 shall be made for each additional security clearance. 2. Employees shall be required to wear identification badge supplied by City when working in City facilities. I.D. badges are the property of the City of Gilroy and shall not be used except when working in City facilities. Contractor must notify City of personnel changes and return I.D. Badges upon employee separation. A charge of $100 shall be made for unreturned I.D. Badges. Contractor shall furnish an updated list of employees working in City buildings quarterly. 3. Keys will be issued by, and returned to, the Project Manager. 4. Contractor is expressly prohibited from allowing anyone into building after it is closed. Authorized persons will admit themselves. 7 5. Contractor is responsible for keeping buildings secured after hours unless opened for meetings by City staff. Contractor shall arm all burglar alarms when leaving building if no one else is in building. Service Changes The City reserves the right to make additions, deletions, revisions and/or otherwise modify the General and Specific Custodial Services Specifications or change the frequency of the services during the contract period. A Request for Quote will be issued for additional service work or one time contract work. A change order will be issued with a two -week notice. Any change in Specification that causes the contractor to suffer additional expenses shall be adjusted based on the fee schedule or negotiated upon written justification. Vandalism and Repair of Damage Contractor shall report any damage to City property, including but not limited to, vandalism, acts of God, and third party negligence, or damages caused by Contractor, its employees or subcontractors to the City representative. If the Contractor, its employees or subcontractors cause damage to any City facility then the Contractor shall repair such damage at its own cost within a reasonable time or the City may repair or cause the repair of such damage and the cost thereof shall be deducted from monies due to the Contractor from the City. Graffiti Removal The City unfortunately experiences periodic graffiti vandalism to city property and structures. The Contractor shall remove graffiti inside maintained facilities using appropriate methods and materials within 24 hours. Graffiti that is etched or cannot otherwise be easily removed shall be reported to the City's representative. Service Frequency and Schedules Less frequent or more frequent services may be approved or required as necessary to insure specifications and standards are met. The Contractor shall, within ten (10) working days after the effective date of the Contract, submit a work schedule to the City's representative(s) for review and approval. Said work schedule shall be based on a twelve -month calendar identifying and delineating the time frames for the required work by the day of the week, morning or afternoon. The Contractor shall submit revised schedules / calendars when actual performance differs substantially from planned performance. Said revisions shall be submitted to the City's representative(s) for review and, if appropriate, approval, within five (5) working days prior to scheduled time for the work. At the discretion of City staff, monthly meetings (or more frequently if deemed necessary by the City) between the Contractor and the city representative(s) may be scheduled to determine progress and address any changes in schedules, review performance, problem areas, etc. Locks and Keys The Contractor shall be responsible for the series of keys assigned to them and shall assign these keys to its personnel for use in maintaining the facilities. The Contractor shall properly use and keep safe all keys or locks issued or issued by the City to the Contractor. The contractor shall report all lost or stolen keys or locks to the City representative(s) within twenty -four (24) hours after discovery of the loss. The Contractor shall reimburse the City for the total cost, as determined by the City, of replacing the lock, re- keying the site or duplicating additional keys. Upon termination or cancellation of the Contract, the Contractor shall immediately return all keys, ID cards, access cards, etc., to the City. The Contractor shall reimburse the City for the total cost, as determined by the City, for the total cost of keys not returned. Deficiency Notice Procedures 1. Deficiencies will be recorded and presented to the contractor via e-mail, fax or U.S. Mail. The Contractor shall respond within 24 hours with a plan to remedy and to prevent future occurrence. Contractor shall be responsible for providing follow up documentation. Contractor supervision is responsible for re- inspection of problem areas before notifying the City the problem has been resolved. 2. Contractor's management team must be available for face -to -face meetings called by the City within 48 hours of notification. 3. Contractor must respond within 48 hours with any requests regarding the background check process, and any information needed to schedule and perform the background process. 4. Failure to resolve the problem shall result in a written vendor report seeking a written response from the contract management outlining a permanent resolution to the problem. Patterns of complaints, which may indicate the contractor's failure to adequately staff, train and supervise, shall cause a face to face meeting with the highest level of the contractor's management deemed necessary by the City in order to clarify the contractor's obligations and produce a written work plan and time frame for remedying the deficiencies. 5. Repeated deficiencies shall result in one or all of the following: a. Liquidated Damages — See below. b. Termination of selected contracted service area(s) because of contractor's continued failure to perform in the designated areas. c. Contract termination for failure to perform. Liquidated Damages — Failure of the Contractor to respond to problems referred to them by the City within the time limits established above shall result in the following deductions from invoiced payments: 1. Deficiencies not responded to within the established time limits will result in a deduction of one (1) day's cost of cleaning the entire building experiencing the problem (the formula to arrive at the deduction is: facility monthly cost divided by workdays in a month = per day cost of cleaning that location); 2. Continued reporting of compliance failures of 5 or more per month will result in a 10% DEDUCTION OF THE TOTAL MONTHLY CONTRACT COST; 3. Failure of the Contractor to fill out the proper paperwork required of the background check, failure to respond to requests for information regarding the background check within the time limits established above, or Contractor's employee missing scheduled background appointment will result in the deduction of 2% of the monthly contract costs per incident; 0 Right of Severance and Termination 1. Remove worker: The City shall have the right to request removal of any specific Contractor worker from City contract properties for the following: a. If the worker is deemed by City to be incompetent or negligent based on worker's inability to execute required project tasks b. For failure to adhere to the City's standards, including safety standards c. For worker misconduct d. For any other reason deemed necessary by the City 2. Terminate contract: Notwithstanding the language in the written contract, City reserves the right to terminate this contract with Contractor upon 10 days advance written notice should Contractor fail to meet obligations of the contract. Such failures include, but are not be limited to: a. Consistent failure to respond to requests for service or to remedy contract deficiencies b. Consistent failure to provide qualified, trained workers and supervisors c. Contractor failure to keep City reasonably informed about contract related issues Maintenance and Operation of Equipment and Vehicles The Contractor shall take necessary precautions for the safe operation of equipment and the protection of the public from injury and damage from such equipment and vehicles. Contractor shall repair or replace, immediately, all equipment deemed by City to be unsafe, irreparable or in unsatisfactory condition. Storage of Material and Equipment on the Site Limited storage space is available on site for Contractor's materials and equipment. Protection of materials and equipment stored on the site shall be the responsibility of the Contractor. The City reserves the right to direct the Contractor to provide proper means of protection for materials if such is deemed advisable by the Project Manager. Cal -OSHA & Safety Requirements Safety of the public, city staff, and contractor's staff is of prime importance to the city. The contractor shall comply with all provisions of the California Occupational Health and Safety Act, any and all applicable safety regulations, industry standard safety practices, the use of appropriate personal protective equipment, and the contractors own code of safe practices and IIPP, taking all precautions in the performance of the service to prevent injury to persons and property. The contractor is responsible for keeping an SDS binder on site, and keeping it updated with SDS sheets for all chemicals used. Public Convenience and Safety The Contractor shall so conduct his operations as to cause the least possible obstruction and inconvenience to the general public and to traffic. Convenient access to driveways and buildings along the street shall be maintained and temporary crossings shall be provided and maintained in good condition. The Contractor shall furnish, erect, and maintain signs and barriers as are necessary to give adequate warning to the public at all times of the work and of any dangerous conditions to be encountered as a result thereof. Wet Floor signs shall be placed in areas where floors have been mopped to warn building users. 10 Accident Reporting The Contractor shall immediately notify the designated City representative(s) of any accident, regardless of whether or not injury or damage is evident, involving the public and the Contractor's staff, vehicles, and/or equipment. The Contractor shall provide all written reports and/or documentation requested by the City. Management and Supervision The Contractor shall provide fully trained and qualified personnel. The staff activity will be closely monitored by City representative(s) at each site to detect operational irregularities and non - compliance with the Contract. It is the responsibility of Contractor's executive, management, and supervisory staff to oversee the activities of its staff, throughout the range of its activities at all contract sites. The City will not supervise the contractor's supervisors or employees. All Supervisors must be qualified, proficient in English, trained and capable of providing adequate supervision and direction of all staff and must demonstrate verbal and written communication skills sufficient for the work required herein. The Contractor's crew leader and operational staff, as well as their supervisory and management staff, shall be knowledgeable in this Contract and its time lines. An outline of the task requirements, schedule, and time lines for each site shall be kept with each crew. If any task cannot be thoroughly completed within the Contract schedule time line, the City's representative shall be notified promptly in the prescribe manner established at contract startup. Contractor to incur all costs to assess, repair or replace any physical property damaged as a result of contractor's negligence or failure to take reasonable care to identify and report potential problems. Contractor shall inspect and identify any condition(s) that renders any portion of a site unsafe, as well as any unsafe practices occurring thereon, and shall immediately notify the City representative(s) of any unsafe or undesirable condition(s). Contactor shall take emergency safety actions to protect worker and or the public from a developing or observed hazardous conditions. Safety action taken by the contractor not related to normal contraction services shall be appropriately compensated by the City when justified in writing and include any public safety call for service report number. If needed, the Contractor shall assist the public by summoning emergency assistance while at the site. The Contractor shall cooperate fully with City in the investigation of any injury or death occurring at any site, including a complete written report. TECHNICAL, SPECIFICATIONS BASIC MAINTENANCE STANDARD The Clean, Safe, and Useable condition is the final standard upon which all levels of maintenance shall be based. This Maintenance Standard will ensure the City that all areas will receive the level of maintenance necessary for clean, safe and useable public buildings. Definitions: a. Clean: The absence of foreign material. Dust or hand prints on desks, counters, 11 glass, walls, fixtures; dirt, paper or water on floors; stains on plumbing fixtures; trash in waste baskets; dirt on carpets are examples of foreign material and must be removed to meet standards of cleanliness. b. Safe: A clean area or facility is the first step necessary to provide a safe area. In addition to removal of foreign material or objects that may be a hazard, all areas and locations must be free of conditions such as faulty electrical switches, broken furniture, and/or damaged floor coverings and surfaces. Plumbing fixtures and restroom surfaces must be sanitized. Until, such conditions are corrected or reported to the City for correction, an area is not considered safe. c. Useable: An area or facility must first be clean and safe before it is useable. An area is not useable unless such items as hand soap, toilet paper and towel dispensers are filled, burned out light bulbs are replaced, plumbing fixtures, doors and windows properly function. Until, such conditions are corrected or reported to the City for correction, an area is not considered useable. Estimated Number of Persons Using Facilities The numbers shown are an estimate only. Exact quantities cannot be predetermined. • CITY HALL: 95 employees plus public use • POLICE DEPARTMENT: 110 employees plus public use • WHEELER: • CORPORATION YARD: • T.E.E.C. • A.S. GYM • SAN YSIDRO PARK: • LAS ANIMAS PARK : Green Business Practices 4 employees plus significant public use 50 employees plus minimal public use 3 employees plus public use Significant school and public use 3 employees plus public use 2 employees plus public use The City of Gilroy observes an Environmentally Preferable Purchasing Policy (Attachment D) Additionally, several City buildings are designated "Green Businesses by the "Santa Clara County Green Business Program. Cleaning products, paper supplies, and cleaning practices must conform to green business standards. All cleaning materials, paper products and supplies are subject to approval of the Project Manager. The successful contractor will submit samples and /or product cut - sheets for approval. Disinfectants used in the Police Department jail may be accepted from this policy. Approved disinfectants to be used in the jail are Cavacide or HDQ Neutral. Substitutions must be approved by the City. CITY BUILDINGS COVERED BY THIS AGREEMENT A. GILROY CITY HALL 7351 Rosanna Street Service to be provided five days per week, Monday — Friday, excluding holidays, between 6:00 PM and 7:00 AM the following morning. Some evening meetings may require adjustments in schedule. The approximate area to be serviced is 23,000 square feet. The four (4) restrooms also need to be cleaned twice during the day (in 12 addition to the after -hours cleaning). The restrooms are to be cleaned at 10:30am and 3pm. B. GILROY POLICE DEPARTMENT 7301 Hanna Street Service to be provided four (4) days per week, Monday, Tuesday, Wednesday, Friday, including holidays. Jail, restrooms, and locker rooms to be serviced seven (7) days per week, including holidays. Service to be provided between 7:00 AM and 5:00 PM. The jail must be cleaned by 9 AM. The building is occupied 24 hours per day so cleaning must be done so as to disrupt Police Department staff as little as possible. This may mean delaying cleaning in some areas until later that day. The approximate square footage to be serviced is as follows: e 36,766 square feet of occupied building space. • 3,325 square feet of Custody (jail) space. • 6,669 square feet to be cleaned by City; Quarterly Maintenance Service to be provided by Contractor. This includes the Administration and Community/Training Room areas. • 49,557 square feet of parking garage. a 10,000 square feet of outside deck area and front entry. C. WHEELER COMMUNITY CENTER 250 W. Sixth Street Service to be provided three (3) days per week, Monday, Wednesday, and Friday, excluding holidays, between 9:00 PM and 8:00 AM the following morning. Sufficient paper products shall be provided to service rest rooms seven days per week. The approximate area to be serviced is 16,864 square feet. D. GILROY CORPORATION YARD 613 Old Gilroy Street Service to be provided three (3) times per week, on Monday, Wednesday, and Friday, excluding holidays, between 5:00 PM and 7:00 AM the following morning. Areas to be serviced are the Administration Building, Fleet Building office and rest room, and rest room in shop area. The approximate area to be serviced is 8,405 square feet. E. TEMPORARY ENVIRONMENTAL 7049 Miller Ave. EDUCATION BUILDING (T.E.E.C. Building) Service to be provided two (2) days per week, Monday and Thursday, excluding holidays, between 5:00 PM and 8:00 AM the following morning. The approximate area to be serviced is 1,968 square feet. Two interior rest rooms are included. F. ASCENSION SOLORSANO GYMNASIUM 7121 Grenache Way Service to be provided six (6) days per week, Sunday through Friday, excluding holidays, between 10:00 PM and 7:00 AM the following morning. The approximate area to be serviced is 14,316 square feet. G. SAN YSIDRO PARK RECREATION BUILDING 7700 Murray Avenue Service to be provided five (5) days per week, Monday — Friday, excluding holidays, between 5:00 PM and 8:00 AM the following morning. The area to be serviced is the main recreation room, including kitchen, and inside rest room (the two exterior rest 13 rooms are not included). The approximate area to be serviced is 1,426 square feet. H. LAS ANIMAS VETERANS PARK 400 Mantelli Drive RECREATION BUILDING Service to be provided five (5) days per week, Monday — Friday, excluding holidays, between 5:00 PM and 8:00 AM the following morning. The area to be serviced is the main recreation room, including kitchen and inside rest room. The approximate area to be serviced is 1,792 square feet. I. SENIOR CENTER 7371 Hanna Street RECREATION BUILDING Service to be provided five days per week, Monday — Friday, excluding holidays between 5:00 PM and 8:00 AM the following morning. The area to be serviced is the restrooms, main dining hall, offices, shop, and meeting room, and kitchen. The approximate area to be serviced is approximately 10,500 square feet. F. CESAR CHAVES GYMNASIUM 277 Ioof Avenue Service to be provided one (1) day per week, on Sunday's, excluding holidays, between 10:00 PM and 7:00 AM the following morning. The approximate area to be serviced is 14,316 square feet. SCHEDULE OF MAINTENANCE SERVICE DAILY MAINTENANCE SERVICE 1. Empty and clean all waste paper baskets and waste containers. Replace trash liners each day, if garbage is present. Remove trash nightly from building and place in outside trash dumpster. All boxes to broken down and placed in dumpster. 2. Vacuum all hallways, high use areas and common clerical areas. Spot clean and vacuum all carpeting as needed (i.e. all visible dirt, debris and spots). 3. Sweep /dust mop and damp mop all non - carpeted floors (including wood gymnasium floor) and stairways. Use non -oiled treated dust mops. Remove scuffmarks. Place caution signs on wet floors. 4. Clean all indoor entrance mats, exterior entrance mats and exterior entryways. Clean all counter tops and table tops. 6. Spot clean entry door and window glass and office window glass. 7. Spot clean exterior of refrigerator, stoves, ovens, tables, chairs and vending machines in staff rooms. 14 8. Thoroughly clean all sinks and microwaves. 9. Brush upholstered furniture for lint or debris. 10. Clean and sanitize all drinking fountains. 11. Clean all restroom/locker room fixtures, dividers, mirrors, dispensers, and lockers. 12. Wipe down and sanitize wall areas around lavatories, toilets, toilet seats and plumbing fixtures. Clean and sanitize shower stalls and changing rooms. 13. Damp wipe and sanitize all waste receptacles in restrooms. 14. Clean and sanitize urinals and toilets and keep free from scale and odor. 15. Fill soap, paper towel, toilet tissue, and toilet seat cover dispensers. 16. Wet mop restroom floors with approved disinfectant. Pour one gallon of water with disinfectant added down all floor drains. Place caution signs on wet floors. Mops used in rest rooms shall not be used in other areas. 17. Routinely inspect for burned out light tubes and bulbs and report to Project Manager. 18. Inspect all areas. Promptly report all hazards or needed repairs as instructed to City Custodial Supervisor. 19. Turn off all lights when room not in use. 20. Check and lock all outside doors and windows. Lock interior doors as designated by Project Manager. 21. Exchange wheeled mixed recycling containers from inside building with empty wheeled recycling containers located in outdoor trash enclosure. Wipe down exterior of recycling containers before bringing inside building. 22. Remove graffiti from walls, doors, partitions, etc. 23. Police Department Jail: Wipe down bunks and walls in jail cells, and benches and counters in Booking Room with approved disinfectant/cleaner. Mop floor with disinfectant solution. Mop used in jail shall not be used elsewhere. Clean jail windows. Jail Cells that have not been used do not need to be cleaned daily. 24. Police Department Parking Garage: Pick up litter, empty trash receptacles, apply absorbent to spills or leaks and clean up afterwards. 15 25. Police Department Outside Decks, front entry, and stairways: Empty trash receptacles (including two at bottom of entry stairs); Sweep as necessary; Clean furniture as necessary. 26. Ascencion Solorsano Gym, Cesar Chavez Gym and Wheeler Gym: Sweep and clean bleachers when they are rolled out. WEEKLY MAINTENANCE SERVICE 1. Thoroughly vacuum all carpeted areas. 2. Dust and polish all furniture, files, counters, shelves, windowsills, and fixtures as required. 3. Clean smudge marks, fingerprints and stains from walls, doors, door frames, woodwork, counter, tables, stair rails, switch plates, and display cabinets. 4. Clean and polish all bright metal in public areas. 5. Clean all carpet saver plastic mats as needed. 5. Dust all door sashes, tops of partitions, ledges, lockers or any place where dust or dirt will accumulate. 6. Replace urinal deodorizer blocks as necessary. 7. Wood gymnasium floors to be cleaned using wet mop or auto - scrubber and approved gym floor cleaning treatment. 8. Keep exterior trash enclosures clean. MONTHLY MAINTENANCE SERVICE 1. Clean and remove scuff and smudge marks from all gates, doors, frames and baseboard tops. Dust all baseboards, furniture legs, partition trim, panel work, wall or ceiling vents and registers. 2. Vacuum upholstered furniture and damp clean all vinyl furniture. Clean chair arms (Pay particular attention to fixed seating in City Council Chambers in City Hall). 3. Clean all pictures, plaques, displays and emblems. 4. Clean and polish office desktops, office counters, and other furniture surfaces. 5. Dust and sweep mechanical rooms. SEMI - ANNUAL MAINTENANCE SERVICE 101 1. Completely wash both sides of all glass windows including exterior windows. Clean window screens. 2. All window frames to be cleaned at time of window washing. Cleaning interior side of skylights. 3. Dust/vacuum blinds and drapes. 4. Clean all carpets. Method to be approved by Project Manager. One cleaning per year shall be deep extraction. 5. Machine scrub, rinse and wax all linoleum, tile and terrazzo floors. Products used shall comply with ADA requirements for slip resistance. One cleaning per year shall be complete stripping/removal of finish and resealing and refinishing. 6. Wash and disinfect all waste receptacles (inside and outside) every six months. 7. Perform all high dusting using treated cloths. High dusting shall include removing cobwebs from ceilings & walls, cleaning ventilation system grilles, dusting the tops of all ledges, dusting the exterior of light fixtures. 8. Police Department Garage: Sweep entire garage and approaches using brooms or power sweeper. Take measures to minimize dust. MAINTENANCE SERVICE - GENERAL 1. Janitor rooms must be kept clean and orderly at all times. 2. Maintain adequate stock of supplies - hand soaps, liners, and paper products, such as toilet tissue, seat covers, and paper towels. 3. Change air freshener canisters as needed. CITY STAFF RESPONSIBILITIES Staff shall mark all boxes and other materials to be disposed of as trash for removal from building. Trash not in waste container provided shall be located in hallways or common areas at end of workday. 2. Place recyclables from individual work areas into proper container at collection points. 3. Clean telephones, calculator, computer workstation, and printers by individual users. 17 ATTACHMENT A COST PROPOSAL 17- RFP -ASD -392 The City of Gilroy reserves the right to award all, part, or none of the proposals. Please provide a cost for each individual facility and a lump -sum cost, with any discount, for the total cost for all facilities. ANNUAL COST ANNUAL COST ANNUAL COST Location: FOR Ist YEAR FOR 2nd YEAR FOR 3`d YEAR (7/1/17 - 6/30/18) (7/1/18 - 6/30/19) (7/1/19 — 6/30/20) GILROY CITY HALL $ $ $ GILROY POLICE DEPARTMENT $ $ $ WHEELER COMMUNITY $ $ $ CENTER GILROY CORPORATION YARD $ $ $ TEMPORARY ENVIRONMENTAL $ $ $ EDUCATION CENTER ASCENCION SOLORSANO $ $ $ GYMNASIUM SAN YSIDRO PARK $ $ $ RECREATION BUILDING LAS ANIMAS VETERANS PARK $ $ $ RECREATION BUILDING SENIOR CENTER $ $ $ CESAR CHAVEZ GYM $ $ $ TOTAL ANNUAL COST $ $ $ FOR ALL FACILITIES Location Size of Crew Hours Per Day Total for crew) GILROY CITY HALL GILROY POLICE DEPARTMENT WHEELER COMMUNITY CENTER GILROY CORPORATION YARD TEMPORARY ENVIRONMENTAL EDUCATION CENTER ASCENCION SOLORSANO GYMNASIUM SAN YSIDRO PARK RECREATION BUILDING LAS ANIMAS VETERANS PARK RECREATION BUILDING SENIOR CENTER CESAR CHAVEZ GYM Contractor shall provide the above hours of service as the minimum service level. The hours estimated by the proposer to perform the work as specified herein will be compared against the City's estimate. The hours estimated by the proposer to perform the contract scope of work shall be a critical part of the proposal evaluation in determining the best responsive and responsible proposer and award of contract. 2 NON - COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss- County of ) being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, business entity, business combination, 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 colluded, 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, communication, 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 interested 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, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature Name of Bidder Subscribed and sworn before me this day of Title Signature of Notary Public in and for Date the County of State of California 3 ATTACHMENT B- CONTRACTOR INFORMATION 1. Provide the legal name(s) and address(s) of your company: 2. Provide the names and phone numbers of the primary and secondary contacts for this project: Primary Contact: Phone: Secondary Contact: Phone: 3. Provide the following information regarding your company: Years in Business: Federal Employer's ID. Number or Social Security Number: California Employer's LD. Number if applicable: City of Gilroy Business License Number (if contractor already possesses one):, 4. Contractor will provide a completed W -9 upon award of contract. Provide additional copies of this attachment for all Subcontractors that you anticipate being included as part of your team. Please identify as subcontractor and indicate proposed type of service to be provided. ATTACHMENT C City Uf Gilroy Purchasing Policy Section I Regulations Procedure No. 2 Date May 26, 1993 Subject: Environmentally Preferable Purchasing (EPP) Policy Revision Date: Approved: March 5, 2007 GENERAL It is the policy of the City of Gilroy to purchase products that minimize environmental impacts, toxins, pollution, and hazards to worker and community safety to the greatest extent possible. The City will purchase products that include recycled content, are durable and long lasting, conserve energy and water, use agricultural fibers and residues, reduce greenhouse emissions, use unbleached or chlorine free manufacturing processes, are lead -free and mercury -free, and use wood from sustainable harvested forests. The City will institute practices to reduce waste and minimize environmental impacts whenever practical and cost effective by increasing product efficiency and effectiveness, but without reducing safety or workplace quality while promoting the fair treatment of all races, cultures and incomes with respect to this policy. The City will encourage vendors, contractors and grantees to implement this policy for all products and services provided to the City of Gilroy. PURPOSE The primary purpose of this policy is to minimize the negative environmental impacts of the City's activities by ensuring the procurement of products and services that: • Conserve natural resources; • Minimize pollution and use of water and energy; • Reduce materials that are land filled; • Support strong recycling markets; • Identify environmentally preferable products and distribution systems; • Increase the use and availability of environmentally preferable products; • Reward manufacturers and vendors that reduce environmental impacts in their production and distribution systems; and • Create a model for successfully purchasing environmentally preferable products that encourages other purchasers in our community to adopt similar goals. Section 1 Revision Date: Regulations Procedure 2 March 5, 2007 Subject: Environmentally Preferable Purchasing (EPP) Policy POLICY The City of Gilroy will: Implement the City of Gilroy's Environmentally Preferable Purchasing (EPP) Practices Guide (see Appendix A) as a departmental guide to purchasing environmentally preferable products and services. The EPP Practices Guide outlines the goals, specifications, definitions, and priorities of the Environmentally Preferable Purchasing Policy of the City of Gilroy. The EPP Practices Guide will be evaluated and updated each fiscal year by the Green Team Committee, and the Environmental Programs Coordinator will provide City Council with an annual report on the success of this policy's implementation; • Purchase products that contain recycled material or have the potential of being recycled if fitness, quality, purpose, and price are substantially equal. City departments, divisions, offices, boards, and commissions are subject to this policy, and should ensure that performance standards of particular products or overly stringent specifications do not hinder the incorporation for the use of recycled materials, reusable products, and products designed to be recycled to the extent practical. City departments shall examine their purchasing specifications and where feasible restructure them to state they be made of recycled material; • Purchase environmentally preferable products and services where criteria have been established by governmental agencies or other widely recognized authorities (e.g. Energy Star, EPA Eco Purchasing Guidelines); • Raise staff awareness on the environmental issues affecting procurement by providing relevant information and training through the EPP Practices Guide and departmentalized lists identifying specific EPP products and sources; • Encourage suppliers and contractors to offer environmentally preferable products and services at competitive prices; • Encourage providers of services to consider environmental impacts of service delivery; and • Comply with all environmental legislative and regulatory requirements in the purchase of products and services. Nothing in this policy shall be construed as requiring a department, agency or contractor to procure products that do not perform adequately for their intended use or are not available at a reasonable price in a reasonable period of time. Dear Walter, April 14, 2017 We at Frank + Grossman are very excited to make it to the RFP finalist stage of the Custodial Services contract. Linda Hams and Michelle Klosky were very encouraged after the Site Tour and have prepared the attached RFP response. We understand the importance of creating clean places for children and teens to learn and play, for adults to complete their work for the city and its citizens, and for seniors to gather in community. If awarded the contract, we would do our utmost to create enjoyable ship -shape environments. For the pricing, we wanted to be sure to include enough staff and horns to keep all the locations looking their best If you have any questions about the RFP, please don't hesitate to call. Thank you again for this opportunity. Sincerely, — � 1 Jose Haro MaLatenance Director T: 415 -625 -6521 C: 415- 828 -3946 W: frankandgrossman.com FRANK G ROSS'MANJ 111 - -- -0 Landscape Contractors Inc. — -Table of Contents 1. Attachment B = Contractor Infopaation with W -9 2. Attachment A = Cost Proposal 3. Key Staff 4. Resources and Service Description — 5. Staffing —' 6. Logistics 7. Non- Collusion Affidavit 8. Attacbment C ATTACHMENT T B -CONTRACTOR INFORMATION 1. Provide the legal name(s) and address(s) of your empaay: Frank and Grossman Landscape Contractors, 1400 Egbert Avenue,San Francisco, CA 94124 2. Provide the names and phone numbers of the primary and secondary contacts for this Prose= Primary Contact: Miguel Ortiz Phone: 415-535 -5659 Secondary Caarrtact Linda Harris Phone., 408 - 398-4500 3. Provide the following information regarding yew con4wy: Years in was: 35 Feder Employer's t.D.Numbsr or Social Security Number. 942926128 Cafifornia Employer's ID. Number ifapplicable: City of Gilroy fknfiwm License Number Cif contractor already pow ore): 4� C will providea completed WA upon award of contract. 5. Provide additional copies of this aftachnwit fir all Subconwactm that you andicipsde being included as part of }roil team, Pkasei&ntify as subcouractormd indicate proposed type of service to be prop khA 7 -- W-9 Request for Taxpayer Give tarn to the F.. (RW. No�bW 2W15) Identification Plumber and Certification requester. °O not send to the IRS. ^—" DeparbTw t of the Treasury kne map Remus Service Name (as stio on your income tax return) Frank and Grossman Landscape Contractors, Inc. m Cl- ausiriess name, If dlfierent from above — e 0 m c — P Check appropriate box. ❑ Sole propriemr ® cmporahari ❑ Gr p ❑ otlier 0- - ------- --- ------ amrnpt fran b2dW FO wfihhok" v Address jmmmber, slot iY4 end apt. or sufte no.) rimers name and adhese (op>smaf) — a 1400 Egbert Avenue Ctty, mate, and ZIP Dade — San Francisco, CA 94124 List account ru mberisl here (op60MO Enter your TIN in the appropriate box. The TIN provided must match the name given on Line 1 to avoid SO0w Wcurthr 1v° backup withholding. For individuals, this is your social security number (SSN). However. for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is or your employer identification number (FJN). If you do not have a number, see How to get a 771V on page 3. Notre. if the mount is in more than one name, see the chart on page 4 for guidelines on whose �^ mo number to �er . 9 Under penafties of perjury, I certify that 1. The camber shown on this form is my correct taxpayer idenditcation number (or I am waiting for a number to be issued to me), and 2. 1 am not subject to backup withholding berme. (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report ail interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. 1 am a U.S. person (including a U.S. resident alien). Certification bmtru adons. You must cross out Rem 2 above if you have been notified by the IRS that you are curreritty subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate ttarisactions, Rem 2 does not apply. For mortgage interest paid, acquisidon or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (ERA). and generally, payments other than interest and dividends, you are not required to sign the Certification, but you must provide your correct TIN. (See the instructions on page 4.) Sign swtawm or paw ► 11/21/2016 Here I U.S. person ► Purpose of Form A person who is required to file an information return with the IRS, must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, neat estate transactions, mortgage interest you paid. acquisition or abandonment of secured property, cancellation of debt, or contributions you matte to an IRA. U.S. person. Use Form W -9 only if you are a U.S. person (including a resident alien). to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is con-act (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. In 3 above, if applicable, you are also certifying that as a U.S, person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income. Note. If a requester gives you a form other than Form W -9 to request your TIN, you must use the requester's form if R is substantially similar to this Form W-9. For federal tax purposes. you are considered a person if you • An individual who is a citizen or resident of the United States, • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States, or • Any estate (other than a foreign estate) or trust. See ReguiaiWns sections 301.7701-6(a) and 7(a) for additional information. Spechd rules for partnera#4ps. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax on any foreign partners' share of income from such business. Further, in certain cases where a Form W -9 has not been received, a partnership is required to presume that a partner is a foreign person, and pay the withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Fort W -9 to the partnership to establish your U.S. status and avoid withholding on your share of partnership income. The person who gives Form W-9 to the partnership for purposes of establishing its U.S. status and avoiding withholding on its allocable share of net income from the partnersNp conducting a trade or business in the United States is in the following cases: s The U.S. owner of a disregarded entity and not the entity, are: Cat Nm 10231X Form W -9 (Rev. 11 -ZMq 3 ATTAC'MaN,T A COST PROPOSAL 17 -RFP LSD -392 The City of Gilroy reserves the right to a %mod yell, part, or none of the pmposals. Pimse Provide 4 wst four earn individual &achy and a to np cost, with any discamt. for the total cost for all fucalitics. L4 ANNUAL COST ANNUAL COST ANNUAL COST T.oc Tian: FOR 1 W YEAR FOR Td YGAR FOR 3`4 YEAR (1111/17 - 10- 31 -13) - 10/31/19) (I I1/19 1W 1020) GiLR4YCITYHALi. S 81.017.44 $1111/18 83,44736 1A0 GILROY PUL1C E DEPARTMENT $ 91568.55 S 94,315.60 $ 97,145.07 WHEEt.GR COMMUNITY �p,R $ 9,797.46 S 10,091.38 S 10,394.12 C3II..ROY CORPORATION YARD S 9,797.46 $ 10,091.38 $ 10,394.12 a TWPORAlkY.R` ONNIENTAi. S 3 $ 3,493.17 $ 3,597.96 EDUCATION CENTER ,391.43 ASC:IritiiCiiD?s bOLORS"Y? £YAdNA$ii�A+i $ 12,812.06 S 13,196.42 $ 13,592.31 SAN YStURO PARK_ RECREATION BUILDING $ 9,290.16 $ 8,538.86 $ 8,795.02 LAS Al► DAAS VETERAN'S PARK g 8.290.16 $8,538.86 $ �. 8,79 02 RECREATION BUILDING S1NIQR CENTER S• 20,34852 $ 20,959.02 $ 21,587.79 CESAR CHAVEZ GYM $' 4,898.73 $ 5,445.69 $ 5.197.06 TOTALAMUAL COST FOR ALL FACILITIES S 250,21197 $ -- l 257,718.34 1 $ 265,449.87 L4 E Location Size of Craw Hours Per lay otal for crew GH ROY CITY HALL 2 10 GILROY POLICE DEPARTN ENT 2 11.5 } WIMELER CON cC�Ui M CENTER 1 2 GILROY CORPORATION YARD 1 2 TEWORARY ENViRONNUR�FTAL EDUC "RON CENTM 1 i ASMCION SOLORSAND GYiNASIUM 1 2 SAN YSWRO PARK Rf)CREATION BUILDING 1 1 LALS AN11 AS 'i EnRA.NS PARK RECREATION BUILDING 1 1 SMOR CEMER 1 2.5 CESARCHAVEZGYM 1 3 Canftotor shall provide the above hom`s of service as the minimunt smvice level_ The hews estimated by dL,-, ptposer to perkm the work as sped€tZd hffm will be compared against tlm C Ws estimate_ The hoR m esdmmed by the proposer to perfomt the cunuact scope of work 9M be a c ti+cal past of the pmpomd won vfdctennmmg the best responsive and responmWe proposer and award Ofcaatract. s 3. Key Staff Linda Harris Operations/Business Development Cell: 408.398.4500 — Email: LindaHna.frankandgrossman.com Work Experience • 2013 - Present Frank and Grossman : Business Development & Management Janitorial Services 1985 - 2013 President of Harris Janitorial Service, Inc. -- • Contract Negotiations • Implementation of policy and procedures — Ensure the utilization of new products, programs and equipment Education and Certificates • Tadco Supply, San Jose, CA. Classes in carpet cleaning, floors (strip /wax, cleaning, maintain) and equipment instruction _ • San Jose State College, San Jose, CA • San Jose Junior College, San Jose, CA • Roadway Worker Training OSHA 10 Organizations _ Asian Commercial Professionals • BOMA ® BSCAI (Building Service Contractors Association International) Clients _ Peninsula Commute Corridor for 12 years, St. Andrew's School of Saratoga, American Language Department at San Jose State University, Merryhill School, Milpitas campus, Clement School, Appleseed Montessori School, and Rosendin Electric �I Miguel Ortiz- " Janitorial Supervisor _ Cell: 415.535.5659 Email: Nfiguel @frankandgrossman.com Education and Certificates University UAEM Mexico City 1995 -1999 Roadway Worker Training Work Experience SUN MICROSYSTEMS Fremont, Ca. Shipping and receiving/Supervisor 2001 -2003 NANCY'S Speciality Foods Sanitation/Janitorial Newark, Ca 2003 -2005 NEW PARK. MALL Maintenance /Janitorial Polish and waxing floors 2006 -2009 JANHUNG Supervisor Maintenance/ Janitorial Carpet cleaning Polish and waxing Floors 2009 -2011 HARRIS JANITORIAL, Janitorial/maintenance/lPressure wash ( Station //Platforms/Offices/Cal Train) 2011 -2013 _ FRANK AND GROSSMAN SUPERVISOR _ (CAL-TRAIN) 2014 -2016 l� 4. Resource and Service Description _ Provide a comprehensive description of the resources, plan and methodology that will be used to provide resources for the different elements of the requested custodial services. Special emphasis should be placed on how your company will partner with the City to provide - innovative approaches and techniques in both the services provided today and in the way it will respond to future needs of Gilroy community and evolving scope of work under this service contract. Include how you plan to build trust into the relationship between your organization and the City. The resources we will bring to this contract include our staff, our equipment and our expertise in cleaning. We will staff the project with four full -time employees and one part-time employee. The staff will have a lead janitor who will direct the work daily and interact with the City of _ Gilroy's facilities staff. The Supervisor will oversee the quality of the janitors' work and work with Facilities to make sure we are in alignment. When it comes to scheduling the semi - annual work, we want to be sure that is least disruptive to city workers and calendared appropriately. In the next section, we provide calendars and task list that detail work on a daily basis. Our staff will be equipped with upright vacuums, backpack vacuums, wet vac, buffer and extractor. Daily they will use mop heads, mop sticks, buckets, glass cleaning equipment, pads and green cleaning products. Our cleaning expertise includes the following labor. For general dusting and surface cleaning, we dust desk, bookshelves, window sills and other furniture and surfaces with micro fiber clothes and dusters. For cleaning ceiling corners and molding, we use the industrial cobweb round head duster. Glass entrance doors are cleaned daily and windows are spot cleaned. For restroom cleaning, we disinfect toilets, urinals, sinks, counters, door handles, light switches and showers. Ceiling and floor vents and light fixtures are dusted/vacuumed. Floors are cleaned and disinfected with a micro fiber wet mop head. Trash is emptied on a daily basis. For floors, all will be mopped with a micro fiber mop. Product used will depend on the surface. For carpets, we use upright and backpack vacuums with HEPA filters. A For Gyms, we. use micro fiber floor dust mops which wffl.rrii ;tee loose dirt and, dust We use the green seal approved product, Court Clean, to remove stubborn dirt and sticky,spills. Frank + Grossman has spent over 30 years of bmffdjnga strong reputation based on delivering on what we say we will do. When you ask for a service, we respond, "Consider-it,done I Partnering with the City of Gilroy, we will build trust by delivering excellent service day in and day out. When concerns arise, we want to directly address them with you, so that you feel confident that we - are on top of the situation- We have an escalation process that provides, 24/7 hours of service. We take Before, and After photos to show the results of the solution. Trust is built-day by day through open communication and delivering results. Ct FRANK + GROSSMAN Landscape Contractors Inca 5. Staffing A. Include an operation plan of how you will staff and supervise normal and periodic maintenance schedules. Provide a monthly calendar indication staffing and work strategies. Identify site speck work as may be appropriate. Discuss how you will adhere to approved maintenance schedules. Explain the preparations that will take place to ensure your employees can start work on July 1' and know what is expected of them and what they need to do. Please see the Project Work Plan with the attached monthly calendars for each location along with the list of tasks that coincide with each day. Each crew will be given a binder with the monthly calendars and task lists. They will also have a checklist to mark off and keep in the binder. The Supervisor will check the how complete the _ binder and checklists are to confirm adherence to the schedule. Beyond the binder, he will also inspect the work to ensure it is up to quality standards. In the time between the contract award and the beginning of July, F+G will work to make the transition from the other company as smooth as possible. We will request a site tour so that the employees will be able to see the properties and align the work to be done with the areas, calendars, tasks and checklists. During the site walk, special notes about details that require attention will be documented. Also during the site walk, everyone can discuss the best way to communicate with each other whether through phone, emails, texts or meetings. Contact information will be exchanged and expectations noted. B. Provide a complete overview of all training programs provided. Specifically identify those you consider part of your Safety Program. To train crew members, the Janitorial Supervisor sets up peer training. One experience crew member trains an inexperienced crew member. For example, with stripping and waxing floors, the experienced janitor demonstrates with the step by step process with the inexperience janitor. He then works with him/her — pointing out the details of the process and checking the work. We find that this is a better approach than having large groups standing around a presenter talking at the group. With the hands -on experience, janitors learn faster and are able to apply to what they have learned immediately. We hire people who will help each other learn to get the job done. For Safety Training, all Supervisors are required to attend OSHA 10 training. Along with our Safety Officer, the Supervisors are the eyes and ears at properties to make sure that janitors are complying with basic safety rules. Our Safety Officer also has created a Safety Program to makes sure that not only our workers are being safe, but also the people they are working around. C. Detail your company's employee retention program and philosophy. F+G prides itself on creating a work environment where employees want to work. The retention elements that make up our workplace include: — • Employee Benefits _ • Employee Appreciation e Competitive Wages e Employee Education Assistance Employee Benefits include Vacation time, Sick time, Holidays, Birthdays off, Medical and Dental Insurance, and Employee Stock Option Plan. Employee Appreciation includes two parties a year. The Annual Holiday Party and the Summer Cookout are well attended and thoroughly enjoyed. F +G pays competitive wages that are above the prevailing wage. We find it is important to pay competitive wages to retain employees and keep them from being poached by other janitorial companies. Employee Education Assistance is offered beyond the training mentioned above. F+G invests in its employees so that they may build their knowledges and skills and in turn enhance their job performance. Education Assistance is available to regular full-time employees and must be approved by the supervisor. D. List her full or part time status of each employee that will be assigned to this contract. Explain your staffing process to fill positions if needed. Our plan is to transfer an experienced lead janitor from our Caltrain account to the City of Gilroy _ contrast staff. We are discussing this position with a couple of leads. We will hire three more full -time janitors and one part-time janitor. Our hiring process is detailed below. E. Detail your company's policy for recruitment and screening process for DMV driving record, drug use and criminal history. U Frank + Grossman is fortunate that many of our employees are referrals from other employees. —' Employees are treated well and fairly. They are pleased to refer people they know and trust. F+G offers an employee referral program where the referring employee is rewarded $250.00 after the new employee passes his/her 90 day probationary period. Along with employee referrals, F+G also recruits through LA BOMA magazine. F+G has been successful in hiring quality employees though that periodical. Once recruited, there is a rigorous screening process where candidates are sent to a medical clinic for health checks and drug tests. They are also giving background checks through Sterling Backcheck_ That background check includes identifying criminal records, state sex offender records, and Social Security Number tracing. F+G also checks employees' DMV driving records. Once hired, Human Resources conducts an Employee Orientation. The Orientation covers the benefits such as medical and dental and various company policies including working safely. F. Description of designated on -site supervisor's role in delivery of contract services and availability of the on -site supervisor and contingency plan when not available. _ Our Supervisor and lead are issued smart phones so that they can be in communication whenever a concern or issue arises. Issue resolution begins with the Supervisor. If the issue is not resolved, it is escalated to the Director of Maintenance Response is available 2417. After hours calls are always answered by a Supervisor. You never get an answering service. G. Description of the line- staff's role in the delivery of exceptional contract service and customer service. Prior to beginning the contract, the staff will be trained and with complete certainty, understand the level of excellent quality expected. Review of the calendars, tasks and binder system will be covered and expectations set. The lead and Supervisor are constantly checking work and ensuring the standards are upheld. tZ Project Work Plan: City Hall Area Times Serifted Daily Weekly Monthly i Semi F Annually City !fall 5 xA Week tom(, O"Pty/dwntrash A. Tharvugw A. Ckarr and Crean both sides rules. rdwtaae Rrrers vacuum an remove scuff of glass dezid carpets acrd smudge mdndaws and W&foat traffic areas marks *= alf Clean wkrdrsw Spat clear+ }:onsets B. Dust/pvifsh all gazes, doors, f frames and furnthwe, files, frames. ' screens Brush twtratsreret fum un countem shelves, baseboard tops F ofWdeb tertndowsifta f DrWvacuurrt sweepfdiw mV were required fixtures ltarawm UphWstety brutds &, drapes appkhble map wtmne G Cleat/polish f�, darter Qean all carpets apOkable all bright Waal in clears vmVI pubec areas, fum tune. Clean Machine Clawf sm esteriorfusterhrr Chan carpet chair arms stnrb/stdp/wan VA evSigr el wvways sauw pbstk mats f'ms G ftean an clean a sanitize cirlung D. Dust aft floor pictures, ` NlgFs dustErw � °K displays, includes ¢fb�.u.,.r� Spotditn dam .a�s�h�e�S,y�tw yof�,.,�, partitions, p � 4CRrrr�ir Si window glass. Ow arty arm AuWdirt tnnll emblem tap of tedtges & i exterior lighting i * BltCi dean cot rom & table taps. ate ( 0, Clean marsh kkck 96 e Olen* StTc tf tatl�freeoff r oftim desk _ Clear} dam and handprints. E. Clean smudge IEE tops, ofee vent cation i f dom f spa Clean WAftr of markks,, favmNit -ft & t aruntE� sari ll adwfurreture V~ gds "f'port an apprrantas, vending mwdihm taialesand draks. stains on vaalistr surfaces Mash & ! -frA*aMISjrgMkS g* deWSIFft did doorjdoor#acrr disinfect taraste to Supecvlsor riicta ins woodwork E. #ham an reeepfatfes i colrnm!s,ables, haSeboordS, inaidei*outdde dean & dished rjest m= j stair ra ds, swKeft fury itrua legs, burned out toilets, win sinks, pwes: and di%"v P3rtit'lart WM, %ta faugets, rmndtes.trht caw'metr panel work, swA dWs,pkrbIlcat dears, brlW wasta 'and visift and ird'ettNoors tegisters *When a raa is sot ah rrse For�r wattet ac dli�ififeerait ww on lights mixtursi dawn all-draft * trash Reggio& suopit" rertuo�ri $rQtirt Ren'rove gr�itt building and Place in Rest Raom deaairrg @ 10—M maside trash am &3=pm fort ! Caat= JVMt PbarSigas t3 City Hall &A 15 22 29 Ir Month 2017 T U r$0 4 5 Daily + I Dally + Weekly C I Weekly D 11 12 Dally + Dally + Weekly C Weekly D 18 119 Dolly + Dally + Weekly C Weekly D 25 26 Dally + Dally + Weekly C Weekly D IN 6 7 Dally + Weekly E 13 114 Dolly + Weekly E 20 21 Dally + Weekly E 27 28 Dally + Weekly E 2 3 Daily + Dolly + Weekly A + Weekly B Monthly A 9 10 Dally + Dally + Weekly A + Weekly B Monthly B 16 17 Dally + Dally + Weekly A + Weekly B Monthly C 23 24 Dally + Dally + Weekly A + Weekly B Monthly D 30 31 Dally + Dally + Weekly A + Weekly B Monthly E Month 2017 T U r$0 4 5 Daily + I Dally + Weekly C I Weekly D 11 12 Dally + Dally + Weekly C Weekly D 18 119 Dolly + Dally + Weekly C Weekly D 25 26 Dally + Dally + Weekly C Weekly D IN 6 7 Dally + Weekly E 13 114 Dolly + Weekly E 20 21 Dally + Weekly E 27 28 Dally + Weekly E Project Work Man: Police Department (bay Shift) i Arta Times Servfeed 040y Weekly Monthly Semi AnnuaAy Poke Dept. 4 x A Week Ernpt#idears trash receptacles. Offfm Space Rners A ThorougMy A. 4leanand Crean both sides of ; vacuum all cmveb remove scu f and glass windows Poke Dew 7 x a Week Clean enerlor/interiar mats smudge s Clean window jog, Best Rooms, e�xylwripr walkway Du..stt/jp as ffcor�a anLg{aies, fees 206 �a'ynd �y N,,pat cicyW' 4 ow�idre}�-H�AV�f►r, `B I/.Y�T I�I�Sf}��ar/��[I � � d 6"'(es6 gavens wkdovnft& { Cteen elevate- regLftd fdltunm & Vacuum bhrkk & drapes vacuum baftway, derieat and t C Sean /pofth all uoftdskqy f vaure, damp Clan aft carpus high facto bOft areas ( brfgtrt metat iia dean vinyl ! S d8art- earKmES t "it arem fUmkwe -Clean Machine Clear: carpet mver chair ar m5 wuh(st ipAwax Onash upholstered funftee Of Plastic Mau floors OWdebdts tY Clean a# 0. Drat all fkwr pictures, dispbM High dusting. SWeepfdust Mop asives, top of pla4tw , emblems gs. Ste/ dMP m snare part UW'S, lerigles+ o appiir" any areas dustA*t { D. Elan palish ledges & e aerfor place cautfoin on ►rat will accuniulate bake desk Wire lapis office countm E Qean smudge and other Clegg verAfiatbh Clealr & sanNze dries ar;ad is ftrerpr o is F fuml ise wr&m stem V'ft foLovotns & stains on %veils, I r dvorJVm"frgar, EDustall Wash &disfafiert Clem counted S tobte taps Woodwork baseboards6 wasxe fides 0**deA &tables tree of coummtables. furpRurehM;i Mmide f hartdprtlsfis stair mOr, switch *bftg and &gsWy partition VIM pamef was'ta, Ce� sweep Spot glean extet of cabkxI5 Pali /Ceft vet entire garap 40 ances, Wbles and chairs anti r SIEJS ran orpa�uer T�r -dt�rr sdtks artd sv�epeT'f tnfcdr4iraedtr5t� an M=*Wrepairs i 4LeMr1- &dRSir&d rest -darn & to seer 3 lrscicer fom„ tames, erfnats, sfflcs, faumb, handle%J*4 IlrapeCt bernod swtttles, ftenser., Pam eat Bak doors, them dmds:Mwasze bulb stAA as reeepbctes, mirrors, shower stags and Owging rowns i *tBfFrea a room FS tbtapdsaditoors i not in we turn WROM QuWe dens, framt envy & trash %&*ta,h emM receptacles. wxEciF3ing tetra at reMdved ftm the brrttom of ear" stairs„ buildir+g and sweep & dean furnituve as ! place In gu:tdde necessary 1 trash ti � Resrod suppiles ftmove waft Project Ward Plan: Police [department Jail & Garage Area $iglus Serviced Drily Ponce Department 7 x a Wmk ]ail j Ml Wipe down bunk Garage 4 x a Week bens & ww1s, in jail CA benches & counters in booking roam h approver! dish It ap/dWnEect floors (am Used bm jwI 0111 not be used arpwhere else Clean W vAndows Pick up lifter EmM trash re�+es kpPfV 2b6otbent to SOW leaks, clean up af�er�ards l � �(o Police Department Office Space Month 2017 OR, T9 N O 2 3 4 5 6 7 Daily + Daily + Daily + Daily + Weekly A Weekly B Weekly C+ Weekly D& E Monthly A 8 9 10 11 12 13 14 Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C+ Weekly D& E Monthly B 15 16 17 18 1 19 20 21 Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C + Weekly D & E Monthly C 22 23 24 25 26 27 28 Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C + Weekly D & E Monthly D & E 29 30 31 Dally + Dally + Weekly A Weekly B I I I I I I I ' I I I I I I I I I Police Department - Jail, Rest Rooms, Locker Month 2017 lab ti, Y' W"O 4, ld- ps ;.chy pq -Y 2 3 4 5 6 7 Dolly + Dolly + Dally + Dally + Dally + Dolly + Dally Monthly A Weekly A Weekly B Weekly Cl Weekly D Weekly E 8 9 10 11 12 13 14 Dally + Dally + Dally + Dally + Dally + Dally + Dally Monthly B Weekly A Weekly B Weekly C Weekly D Weekly E 15 16 17 18 19 20 21 Dally + Dally + Dolly + Dally + Dally + Dally + Dolly Monthly C Weekly A Weekly B Weekly C Weekly D Weekly E 22 23 24 25 26 27 28 Dolly + Dally + Dolly + Dally + Dally + Dally + Dolly Monthly D Weekly A Weekly B Weekly C Weekly D Weekly E 29 30 31 Dally + Dolly + Dally + Monthly E Weekly A Weekly B S. Police Department - Garage Month 2017 7 RT"'i., 72, ;1 2 3 4 5 6 7 Daily Daily Dally Dally 8 9 10 11 12 13 14 Dally Dally Dally Dally 15 16 17 18 19 20 21 Dally Dally Dally Daily 22 23 24 25 26 27 28 Dally Dally Dally Dally 29 30 31 Dally Dally Project Work Plan: VAieeJer Community Center Rata r1mes SeraFice Daidy Weekly Mont* Semi Annual Wheeler 3 x a Week C.attuT#y Empty trash, dean k Tkorca ghbI A Geartand Clean both sides ses*ae receptade and vacuum A areas remove so ff & of glass meows, replacenners &deers carpet anudge reat4ts savem and Saver pL-doc arts fMm gates, dsa^ uriredow frames & Vacwm hgl* "f& frames, Old b terfor side of areas & spot Clean srnadge baseboard tW- sluts carpet as d MROM, Mist all fUWwprWts aid baseboards, dean carpet gwewdamp mop stale f wn wia#!s, fta *We legs whm applicable dowry, door narAxork. wa Mztfuamuea frames, ceftngiVvertts bflnds acrd *spas Clean #hdc& WObEt9M*I erne treats and cuunters, taffy. It i[eanjpoft afl l0lachitue exterior nests & switch ph2wartd office desktops. slstrbfsts'i W3)( exterior entr"J"S display cabinets ors & ather f`urn�ae fibs cam all ca:srter V. OusVpoRsh all VuWdean KO dusting taps and table tops fwftM ire fiie3, pictures, pJar#ues; lncfudes Ming, ate, sbetrtesr 419043 & wails, tp o f aff Spotdw entry ,nir� door embWrrs ledges a ext ew door. windaw & sash ledges, 1l0109 of oe, wlhdo%g am My Oade Valdm G Va MUM wp4lindassm9m dirtmust upholstered clesowm9ation Cleifn & saudltxe aeept tes & Nm ttue and gcfr#s dr &ir4 fCvita* frbrtutes. damp treats vial# 1 cfearlipdish a# *ndwm Wash & disinfect *Report.alf Claeo & dWWea rest bright meutln an uaaste hanrd5aftwor -Oda lSswft faucet$ p�rC$r"S receptade's l lepat m to - hw4m, toilets, 1 superrdsnr urinak, waste G Woodgvm floor 0 t rfteigade.% Wd dean -d with f *ikrslpett'a�ed SwIfebes, ndrra r & approved fir l reptrt for burned reobm wfW treatment Ourw doodorlt+eras buWtubes f ' ll'ROpjdisPrrfect fiaors *Mffipn room is not in mW tune ofF f�o¢tr ifs mr�terdairrFeCt mbxre dowry floor l trash from ttWkOVar pIafae Restock A supplies in outtide trash WTI Sweep & CLeM bJeadaers tf but • ChM2 am toils outside doors and Remove graffiti e t r wirsiasms r t f Wheeler Community Center Month 2017 �'i , -0 Sy r i Ic U" 2 3 4 5 6 7 Dally + Dally + Dally + Weekly A + Weekly B + Weekly C + Monthly A Monthly B Monthly C 8 9 10 11 12 13 14 Dally + Dally + Dally + Weekly A + Weekly B + Weekly C + 15 16 17 18 19 20 21 Dally + Dally + Dally + Weekly A + Weekly B + Weekly C + 22 23 24 25 26 27 28 Dally + Dally + Dally + Weekly A + Weekly B + Weekly C + 29 30 31 Dally + Weekly A + Ptvject Work Plan: Cot ration Yard f Area r1rnes SerAced Daily , ' Weekl Corporation Yard Month 2017 1 2 3 4 5 6 7 Daily + Daily + Daily + Weekly A Weekly B & C Weekly D + Monthly A 8 9 10 11 12 13 14 Daily + Daily + Daily + Weekly A Weekly B & C Weekly D + Monthly B 15 16 17 18 19 20 21 Dally + Dally + Dally + Weekly A Weekly B & C Weekly D + Monthly C 22 23 24 25 26 27 28 Dally + Dally + Dally + Weekly A Weekly B & C Weekly D + Monthly D 29 30 31 Dally + Weekly A tj %.N Prat Work Pion: TEEC Afeg TirneS Servimd Daily weekiy Serni Anrivally TEEC SiAdrng I x a V44eek EnmA r trash, clean A DuWpolisP+ 0 Oftn arid Clean both sides I i receptar%, replace furtilmure, ift, remew sQM & of glass wi AMS ifiner meters, smudge marks Mean WW40W shelves, £toga doors, screens and gears enixatwe Wifulowsg4s, frame, and frames mark, exterior mats flxtures bard tops & exterior � uum entnNways S. Clean ik Dent all hinds and snwdge marks, baseboards, drapes SweeWdamp atop frrVerpr rtU a nd fumtmwe, - floors staitrsfrom lswvtabv t1achine Vaalfs, doors, vents and saub/�zrolvx Gbean czugw mops doorframe!4 yaanumt ors and talAetops woodwork, uphaister'ed tablies,-swkch furWanre, damp High dusting Spat clean en" places, dountem dear; virrA iceihr(gs, walls door and window &plays ; furNture top, of ledges & slaw exteri� ii�g - Rep E. lace C Clean all Thoroerfhfy dean urinal block as pictures, Clean aticrow9ve & sknk necessary o4Ques, 401a11s ventilavahs � � s�erp gr'ifEs s a>'l spot Clean exr t=ardOwairs ac5 k eaW Wash 8! dlsfin%ct to supervism & chairs s mdus, ledges, des, ad waste anyplace coun#emr otter receptacJe-, *Mspectf W Rest barns, dean & dust1din Wl fumitsre insiWoutside buraed ot& light dh&yfect mirrbr3r acrumolaSe. Sirlfi'aeas tubeVbWbs and claspensers, -tfl ets, r"ort urinals, sinks, cmmWm waste "td hea a room recaotade, doors,, � in rKit-m we tau m tkif?dles and furm out fights dmWaq tables where aMMA3le ! *art k and kuk 1lAap�dls+rrfect�oor ootstde door & wlndmS Pear arts gallim of waUr wth *Rem trash dkk4ectard dawn l fimm bubrg fiaor drain and pFace in ovtside�trash bin ; a� StrpRlies F 'EEC Month 2017 2 3 4 5 6 7 Dally + Dally + Weekly A & B Weekly C & D + Monthly A 8 9 10 11 12 13 14 Dally + Dally + Weekly A & B Weekly C & D + Monthly B 15 16 17 119 20 21 Dally + Dally + Weekly A & B Weekly C & D + Monthly C 22 23 24 25 26 27 28 Dally + Dally + Weekly A & B Weekly C & D + Monthly D 29 30 31 Dally + Weekly A & B Proms Mork Plan: Ascension Solarsano Gymnasium Area Times Serviced Daily Weekl Ascension Solorsano Gymnasium M_ onth 2017 4 2 3 4 5 6 7 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly A 8 9 10 11 12 13 14 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly B 15 16 17 18 19 20 21 Dally + Dally + Dally + Dally Dally + Weekly A Weekly B Weekly C Weekly D Monthly C 22 23 24 25 26 27 28 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly D 29 30 31 Dally + Dally + Weekly A Weekly B Project Work Plan: San Ysidro Park Recreafton Building Area Times Serviced Dally Weekly monthly Semi Annually Sari lrsidro Park 5 x a Week Recreation Empty trash, clean R Dust/polish all A. .Clean and Clean bad sides ButSding receptacle, replace fumtttnre, Ries, remove scams & of glass liner c utnterB, smudge nur'ks windows shelves, from doors. Clean window MeanenirancL -mats windowsills, franYes,and screens and & exterior mats and f4tures baseboard tops frames exterior entryway B. Clean B. Dust all j Dust/vacuum l Spot clean entry door smudge marks, baseboards, ` binds and and window glass fingerprints and furniture, drapes l SUMS from wail /ceiiing 111 Spot clean exterior of walls, doors, vents Machine appliances, counters, door frames, C scrub /sbwwax tapes, chairs woodwork, C. Clean an t floors Thoroug * clean tables. switch pittsrres, microwave & sink plates, plaques, High dusting: counters display displays & ceilings, walls Sweep/ damp map cabinets emblems— top of ledges & floors Vacuum exterior lighting C. Replace upholstered Rest Room clean 8k urinal black as furniture and Clean disinfect sink, faucets, necessary damp clean ventilations handles, tailect, mirror vinyl system grills dispensers, waste •Report all receptacle, light D lust door ta. clean/polish Wash & hazards/repairs switch, door and sashes, ledges, desktops, disinfect alt to supersisor changing table, where anyplace renters, other waste k { apse dust dirt will furniture receptacles *Umpectfor mop /wisinfect#'loor accumulate. surfaces inside/outside burned out light tubbs and Pour report water /disinfectant mbcture in floor drain *When a room f in nat in use turn out lights Restock aft supplies 1 *Check and lock Remove t —# outside doer & 1 I windows i *Reffum trash { from building and place in an outside Wash. bin i 1 i i a San Ysidro Park Recreation Building Month 20 17 2 3 4 5 6 7 Daily + Daily + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly A 8 9 10 11 12 13 14 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly B 15 16 17 18 19 20 21 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly C 22 23 24 25 26 27 28 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly D 29 30 31 Dally + Dally + Weekly A Weekly B fq project Work plan: Las Animas veterans Park Recreation BuOd+ng Ares Times Serviced Daily I y Morkthty Semi Annually t as Anlwas 5 x aP week i%eation fimpW �h, clean A DusVpolish all A. Qeam and Clean both sides t gum receptx*reptate furniture, files, remade scuffs.& of Oass windows ! !{ finer counters, sFrwdge marks Clean window shelties, from doors, screens and dean enuaoce.na ts wAodowsills. €rannes, and frames & extearW mats and Sxtued+s baseboard tops exterior ent-jw Y DrtsPf `V*CL Utrn a. Clean a. Dust an binds and Spot clean entry door amifte matK b&e*wds, c1mPes and vWxdRwl iiro"Arrts and fua*m m, stains from wattjteigng Malchine spot clean txwior of walls, doom. vents sawb}sEripfwax appiianc� egUrs[ers„ door frame table% d'aks woodwork C. Clem all ThorougMyx clean tables, switch pickuras, liigh dusting: m4rowwve & sink platgs, coroners platitm, di5piays cealing3, wad display cabinets & errs.... bop of ledges a t weep/ darrip mop Yasvnrm aderiarnotting flogs t Glace upholstered 4 Loma l .block as #irrrniture and Clean Rest Ream clean & rteeeasary (damp clear+ titctgl ventilations disinfect sink, m aft faucets, haraes, Cle�ct�pn{ish 'fifEash & disinfect rnMvr,ta8at, M Dust dcw desktops, OReport all dspenSess, waste saxes. ledges, cmmters, miner all waste Eaza'ttWrepairs l receptacle, light mace furniture receptacles to sup®rvism 1 wftdh, d= and ii+rWCrVrt wtOl surfaces insidefoutside dwigirtg tables "WOW for vdiereapp MOW l burned not Hot I Mesp/tlisiiifierfi fly° bA*%%tdbs and nVVt t pour � w.efer�'d�rnt t *When a r inflow drain ; In not in use I (i tufty outkihts Restock aft wpplies Eck and lock Remove gratf d oubWle door & windows *ftea�aett�sdt l ftEtrn btc Ong and ,e in arc trash hilt I 1 11 111 11111111111111 ILas Animas Veterans Park Recreation Building Month 2017 Own- Or 2 3 4 5 6 7 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly A 8 9 10 11 12 13 14 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly B 15 16 17 18 19 20 21 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly C 22 23 24 25 26 27 28 Dally + Dally + Dally Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly D 29 30 31 Dally + Dally + Weekly A Weekly B Project Work Nan: Cesar Chavez Gymnasium Area Times i Serviced gaily Weekly Monthly Semi Annually C Chave,. 1 x a week Gymnasium Empty trash, clean A Ous poffsh all A_ Clean and . Clean both sides receptacle, replace furniture, files, rem&m sc7ft & of glass w xbws liner colmters, wnudge marks Clean window ( shelves, from doors, screens and Clean entrance windowsi3ts, frames, and r frames 1 Bats & axterfor mats fixt(wes baseboard tops ! ± Dust/vacuum jB. Clean S. gust all I binds and Sweep /clean smudge marks, baseboards,, drapes bleachers when fingerprints and furniture, I they are rolled out stains from wail /ceiling Machine wags, dom vents soul` /strip /wan Spot wet mop floor door frames, Of *= where applicable work, I C. Clean all tables, switch pictures, High dusting: Spot clean entry plates, counters plaques, displays ceilings, walls door and window display cabinets & enblerns top of ledges & glass extena fighting ' E Woad gym b. Clean /poiisit ' spot clears exterior floor cleaned counters, other Clean of appliances, with approved furniture wmblatlens counters. tables, floor treatment surfaces system grills *Report all Blest booms clean "ace urinal Wash & disinfect hazards /repairs &disinfect: n*rors, black as all waste to supervisor sinks, faucets,, i necessary re ptactes tkulets, urinals, inside /outside *Inspect for handles, doors. M bug door bunvai out rWM dispensers, light sashes, ledges, tubesIbulbe. and switd -i, waM anyplace t report receptacle, dust/dirt will partMon doors, accumulate. 'When a room Kilsp /diisksfect In not In use floors turn orrt lig M Restock a8 suppit+as t "Check and lock outside door & Pout 1 wtndows waterldiisinfeciara m&ture doyen all *Remove trash floor drains from buMr% and place in an [ Remove graffiti i ouWde bin f t Cesar Chaves Gymnasium Month 2017 "P, "10 QY- rhu -,g'F, ik 2 3 4 5 6 7 Dally + Weekly A + Monthly A 8 9 10 11 12 13 14 Dally + Weekly B + Monthly B 15 16 17 18 19 20 21 Dally + Weekly C + Monthly C 22 23 24 25 26 27 28 Dally + Weekly D + Monthly D 29 30 31 Dally JN ,N Profect Work Plan: Senior Center Area ( Times Serviced Daily ; i Weekly Monthly 1 Semi Annually Senior Caner S x a Week � Empty trash, clean A Dust/polish all A. Clean and Clean both sides receptacfe, replace furniture, files, remove scuffs & of glass windmAm ; liner counters, smudge maths Clean window ? shoes, from doors, screens and Clean interior /exterior windvxsi is, frames, and frames lteats and anterior fixtttm baseboard tops { walkways Dustivacwrn IL Clean B. Dust all binds and spot clean entry door smudge marks, baseboards, drapes and window glass and fingerprints &W furniture, i office window glass stains from wall /ceiling Carpet cleaning ' t ualis, doors, vents f s Spot clean exterior of door frames, Machine appharmes, counters, woodwork, C. Clean all strub/striwum , tables, Chairs Tables, switch prctures, floors t Thbroughiy clean plates, Counters plaques, displays microwave & sink display cabinets & emblems -- High dusting, Vacuum ceilings,, wafts { Vacuum high traffic C ThorougNy upholstered top of ledges & , areas & span clean vacuum carpet furniture & exterior fightfng }i where needed area & clean damp dean vinyl ! carpet saver Clean SweeiV damp map 1, plastic if D. Clean /pow ventilations *Report all floors applicable deddops, system grills hazards/repairs counters, ether to supervisor Rest room dean & Replace urinal fumiture Wash & disinfect disinfect sinks; toilets, block as surfares aft waste *inspect for uffnals, harkllless rsecessary receptacles burned out ligtst fauceu. mirror, inside /outside i tubes/bulbs and dispernsem pardtlo l report floors, light switch and D. Dust door waste receptacle sash, Wdgft. *When a room llrlop /disinfect fl=s 1 anyplace In not in use dust/dirt wlfl turn out tights Caution signs on wet accurrrulate_ floor J *Check and lock ' outside door l3► pour windows waterldisinfeciant mixture do= floor *Remove trash drains from building !!I and place in an ` Restock all supplies outswe fain f Remove Umffili Ascension Solorsano Gymnasium Month 2017 'M 2 3 4 5 6 7 Daily + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly A 8 9 10 11 12 13 14 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly B 15 16 17 18 19 20 21 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly C 22 23 24 25 26 27 28 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly D 29 30 31 Dally + Dally + Weekly A Weekly B 3� _ NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUMMED 1dM BID s of Catir mia } Courdy of San i M Francisco Linda Harris ' being first duly sworn, deposes and says that he or she is of Frank and Grossman the party rnaking the foregoing bid that the bid is not made in ifre interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, business entity, business combinatim, or corporation; that the bid is genuine and not coHusnre or sham}; that the bidder has not directly or indirectly induced or soNcited any other bidder to put in a false or sham bid, and has not directly or indirectly cvfluded, conspired, connived, or agreed with any bidder or anyone else to pint in a sham bid, or that anyone shall remain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communicaWn, or conference with anyone to fix the bid price of the bidder or any otter bidder, or to fit any overhead, profit, or oost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body amrding the corrbvd of anyone Interested in the proposed contract; that all status contained in the bid are true; and, furdw, than the bidder has not, direeffy or indirectly, submitted his or her bid price or any breakdown thereof, or the contents tlwecC or divulged information or data relatnre thereto, or paki, 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 shame bid 91 -- Linda Harris - Nam of Mder Subscrdmd and me ffft Operations/Business Dev. day of Tide April 18, 2017 — ure a# tdotary Public irr and'fa+' Data CZ of _ SeaSe Z Cafifafnra_ 3 -� CALIFORNIA jURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 ( See Attached Document (Notary to cross out lines 1-6 below) ESee Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) _ c Signature of Document Signer No. 1 Signature of Document Signer No. 2 (rf any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the —' document to which this certificate is attached, and not the tntthfulness, accuracy, or validity of that document. State of Calif mia Subscribed and sworn to (or affirmed) before me County of j n 44 .,�A /i G on this day of 20� by Date Month year (and (2) ) Name(s) of Signer(s) proved to me on the basis of satisfactory evidence JUDY DELUCA to be the arson s) who appeared before me. Commission # 2430559 Z =g ;. Notary Public - Calrtornta z aft �S m z San Francisco County hty Comm. Expires tut 21, 2017+ Sign igna f Notary bl Sea( Place Notary Seal Above 'OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Docum eM b -e ,CAL � n8fl - d 1l rm �firrr�t'kl�f f Title or Type of Document: Document t Dat®: 1FIrr-FA04 Witk !� Number of Pages: _�_ Signer(s) Other Than Named Above: ©2014 National Notary Association • www.NafonaJNot- ay.org ,1- 800 -US NOTARY (1- 800 - 876 -6827) item #5910 57 A ATTACHMENT C C1of i Purchasing Policy Section I Procedure No. G_ � ��� 111 Regulations 2 Date May 26, 1993 Subject: Environmentally Preferable Purchasing (EPP) Policy Revision Date: Approved: March 5, 2007 GENERAL It is the policy of the City of Gilroy to purchase products that minimize environmental impacts, toxins, pollution, and hazards to worker and community safety to the greatest extent possible. The City will purchase products that include recycled content, are durable and long lasting, _ conserve energy and water, use agricultural fibers and residues, reduce greenhouse emissions, use unbleached or chlorine free manufacturing processes, are lead -free and mercury -free, and use _ wood from sustainable harvested forests. The City will institute practices to reduce waste and minimize environmental impacts whenever practical and cost effective by increasing product efficiency and effectiveness, but without reducing safety or workplace quality while promoting the fair treatment of all races, cultures and incomes with respect to this policy. The City will encourage vendors, contractors and grantees to implement this policy for all products and services provided to the City of Gilroy. PURPOSE The primary purpose of this policy is to minimize the negative environmental impacts of the City's activities by ensuring the procurement of products and services that_ s Conserve natural resources; _ s Minimize pollution and use of water and energy, • Reduce materials that are land filled; • Support strong recycling markets; a Identify environmentally preferable products and distribution systems; Y Increase the use and availability of environmentally preferable products; • Reward manufacturers and vendors that reduce environmental impacts in their production and distribution systems; and _ • Create a model for successfully purchasing environmentally preferable products that encourages other purchasers in our community to adopt similar goals. W2 Section I Revision Date: Regulations Procedure 2 March 5, 2007 Subject: Environmentally Preferable Purchasing EEPJ Poli POLICY The City of Gilroy will: e Jmplement the City of Gilroy's Environmentally Preferable Purchasing (EPP) Practices Guide (see Appendix A) as a departmental guide to purchasing environmentally preferable products and services. The EPP Practices Guide outlines the goals, specifications, definitions, and priorities of the Environmentally Preferable Purchasing Policy of the City of Gilroy. The EPP Practices Guide will be evaluated and updated each fiscal year by the Green Team Committee, and the Environmental Programs Coordinator will provide City Council with an annual report on the success of this policy's implementation; ® Purchase products that contain recycled material or have the potential of being recycled if fitness, quality, purpose, and price are substantially equal. City departments, divisions, offices, boards, and commissions are subject to this policy, and should ensure that ~' performance standards of particular products or overly stringent specifications do not hinder the incorporation for the use of recycled materials, reusable products, and products designed to be recycled to the extent practical. City departments shall examine their purchasing specifications and where feasible restructure them to state they be made of recycled material; m Purchase environmentally preferable products and services where criteria have been established by governmental agencies or other widely recognized authorities (e.g. Energy Star, EPA Eco Purchasing Guidelines); • Raise staff awareness on the environmental issues affecting procurement by providing relevant information and training through the EPP Practices Guide and departmentalized lists identifying specific EPP products and sources; • Encourage suppliers and contractors to offer environmentally preferable products and services at competitive prices; • Encourage providers of services to consider environmental impacts of service delivery; and o Comply with all environmental legislative and regulatory requirements in the purchase of products and services. Nothing in this policy shall be construed as requiring a department, agency or contractor to procure products that do not perform adequately for their intended use or are not available at a — reasonable price in a reasonable period of tune. -sG Corporation Yard Month 2. 017 2 3 4 5 6 7 Daily + Dally + Dally + Weekly A Weekly B & C Weekly D + Monthly A 8 9 TO 11 12 13 14 Dally + Dally + Dally + Weekly A Weekly B & C Weekly D + Monthly B 15 16 17 18 119 20 21 Dally + Dally + Dally + Weekly A Weekly B & C Weekly D + Monthly C 22 23 24 25 26 27 28 Dally + Dally + Dally + Weekly A Weekly B & C Weekly D + Monthly D 29 30 31 Dally + Weekly A t, I Pfolea work Plat: TEEC Areg TIML65 Serwked laity Weekly f tithly Semi Annually ?EEC suotift I Y a Week EnnAv trash, dean A Du.Wpolish all & Clean and Clean both sides recede, replace furniture, files, remOR sOfPfs & of glass wmdOws tlr4er towsr smudge 113r fart a tdo w g from �4 ens O j Cean eftwatwe hi, dow Is, frames. and frames rrmt% eoderior mats iil ares baseboard tops &exterior Dug/vacuLon entryways IL Clean 9- Dust all binds and smudge marks. baseboards,, drapes SweeWdamp map 'Rng Mvkwts and iuminwe, moors sbinsima wall{aa ng h* Ways, doors, sre s acid wwarip M t'fearstoar►Wt3ps. deorframesf 11a= t tfxxors and taw U*5 woodwcek upha stated tabks6,SW*E ti- figWTcrsra, damp High dw*nW spat Ewen emy plates, o utttem 61ean vinyl cefrt[t, waft door and enhW w &Vlaw furniture tai► at ledges & glass eKleriari+ g C- Reptane C. Clean an n wraug tty can w4nal block as pictures, Clean trderowave 8 slink rt aly OWUM 413 a errd*fm SyAeM grids *F,qw Ft alp Spot- Clean ftctVW Erasardoepairs of aPPlianmes, tales Q Dust door IL EleatWooffsh Wash 9 dWfect to supervfsar & hairs sates, ledges, de*bvr.. alt Waste -hwet tfbr PEE Roams, dean & dustjdirt WHI fu"Al a 1ro4e/tn e buret# out light disinfect rub ,vX accuinolatz. suifaees tubed it As and dispensers. tatets, report urinals, Sb*% f "tfdiiei: a n74Erk tm Waste receptgda. dam, [ to nm, it, we ftwe% tkindlesi ansl wMft M*Rcabtee *TOCaiml@dC l rif ilOOr *Mift d"r, & VOW vim *R2ri my C� CImn f xon btsWft y� , a drain and p4me T - or�iside trasf� fan lies alt supplies Rembue grdrt#i[i 1 x f TEEC Month 2017' P. 2 3 4 5 6 7 Daily + Dally + Weekly A & B Weekly C & D + Monthly A 8 9 10 11 12 13 14 Dally + Dally + Weekly A & B Weekly C & D + Monthly B 15 16 17 19 20 21 Dally + Dally + Weekly A & B Weekly C & D + Monthly C 22 23 24 25 26 27 28 Dally + Dally + Weekly A & B Weekly C & D + Monthly D 29 30 31 Dally + Weekly A & B WorcPhim: Ascension SdaMno Gymnasium Area Tittles way Wee* Mordhly Semi Ascepsi-bn 6 x-a Week Clean and Oean both sides disptay cabinets &enp"vm top of ledges & S~ damp rMP egeflorlwng receptacles restramsinks, D. atm door burited Mt Ught min-or, waste anyplace tube*qxdbs and receptacles, dug/dirt wM ents-aam door, WOO* ard lock outwide dow SL pour MhMre down all from beMng vdWdebin -2 ---------- --------- --'-- - ---~-- -- `----------`—`--`------------------`- Ascension Solorsano Gymnasium Month 2017 Y A,, A" POW Fq so") 2 3 4 5 6 7 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly A 8 9 10 11 12 13 14 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly 8 Weekly C Weekly D Monthly B 15 16 17 18 19 20 21 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly C 22 23 24 25 26 27 28 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly D 29 30 31 Dally + Dally + Weekly A Weekly B Project Work Plan: San Ysidro Park Recreatum Bulls ing Area Times Serviced Daily Weekly Monthly Semi Annually Sara Y§idro Park 5 x a Week Recreation: Empty trash, dean A Dust/pofislt 411 A. Clean and Cleave both sites BtdJdir� receptacle, replace. furniture, Ble's, rennoare.scuffs & of Vass Geer count ert. smudge +harks vAndows she vm from doors, Clean window Clean entrance mats windoww1ks, fra tes, and screens and & exterior ofta and fa Lures baseboard tops frames e�cCeriarErstrywray B. Qean B. Dust all Dust/vacuum Spot dean entry door smudge marks, baseboards, binds and and wirxiow glass fingerprints and furniture, drapes stains from wall/ceGing spot clean exterior of walls, doors, vents Machine appiiancas. counters, door f scrub /strip/wax tomes, chairs woodwork, G dean A floors ThonmShl'y clean tables, switch picbxes, microwave 8t sb* plates, plOques, High dusting counters disp* displays & ceil"M wrafis Sweep/ damp map Cabinets emblems— top of ledges & fioars Vacuum exterior l*ttft C. Replace upholstered Best Room clean & urinal blade as faernm" and dean defect sink, faints, necessary damp Clem Ventilations handles. toilet, mkror vinyl system grills dispensers, waste •Repcxrt all mcep'i<acle, Crght D;. Dust door 4. Cleaotpolish Wash & haaards/repairs swl itch, door and sashes, [edges► desktops, disinfecta# t to sulmwwsor duriingtabtes where anyplace counters, other waste appilcable dust/dirt will furniture, receptacles *h3spect for uw/diisir feet floor accumulate. surfaces insst%uside burned out light tube*gxAbs and Pour report water /disk&ectant mbture in floor drain 'When a roam r in not in use i turn out Eights Restock an supplies *Check and lode Rerisav+e outside doer & windows *Rernom trash from building l and place in an t outside t: ash bo i i a San Ysidro, Park Recreation Building Month 2017 sx Z:xI-I' "A 2 3 4 5 6 7 Daily + Daily + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly A 8 9 10 11 12 13 14 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly B 15 16 17 18 19 20 21 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly C 22 23 24 25 26 27 28 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly D 29 30 31 Dally + Daily + Weekly A Weekly B tut m G I !,m { all, U w E d R g $'¢ aaag9R g�a1 ipS{ t€��1§ I Las Animas Veterans Park Recreation Building Month 201.7 % "�j 'm", 1 2 3 4 5 6 7 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly A 8 9 TO 11 12 13 14 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly B 15 16 17 18 19 20 21 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly C 22 23 24 25 26 27 28 Dally + Dally + Dally Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly D 29 30 31 Dally + Dally + Weekly A Weekly B Project Work Plan: Cesar Chavez Grymassifum Area Times I Serviced Daily Weekly Monthly Semi Annually Celt Chavez 1.x a Week Gymnasium Empty trash, clean A DuWpatish all JL Oean and Clean bab sides receptacle, replx* furniture, files, remove Scuffs & of gt= wWWOWS liner counters, mnudge rnsnfiks clean window shelves, from dears, screens and i Clean entrance windowsdis, frames, and frarnes mats & wterW fixtures baseboard tops mats j Dust/vacuum 1 , B. Clean S. Dust all binds and Swreeptdean Sanwa marks, I 1 9 oanjs, drapes bleachers whet firrirrts and furniture, I deny are rolled out stains from wall/ceilitt h1achine 1 wa[K doors, vents scruwArip /rwrax Spat wet map fiem door frames, flom where applicable wosdw wk, t Clean all tables, switch Pictures, High dusting: Spar clean entry plates, countws plagues, displays ceilings, malls door and window display cabinets & emblew s top of ledges & Mass exterior lighting L Wood gym b. Clean/poiish Spot dean exterior hoar cared counters, Other Clean of appliances, with approved furniture velt+lat em counters, tables, floor treatment surfaces system gals *Report all hest Roorrns dean Replace m-W Wwh & infect hazards /repairs &disinfect mbrncs, black as all waste to supervisor sinks, faucets, necessary receptacles t©Il % udMIS, inside /outside `inspect fnr handles, doors,. 0. Dust door burred out right dispenseli^s, Kht sages, ledges„ 4 wbaVbuibs and switct , wad anyplace � re fit receptade, dust/dirt w9l. partition doors, accumulate• I *When a roans Mop/disinfect � In not In use floors z Lttrzt out lights Restock a6 supplies *Check and iddk Outside door & Pour wrndows mixtum down aft *Remove fra5I1 floor drains , Rant building and place in an Remove g ral ti i outside bin i c Cesar Chaves Gymnasium Month 2017 ft -1 Yk, I- TT, , WO, 2 3 4 5 Daily + Weekly A + Monthly A 8 9 10 11 12 13 14 Daily + Weekly B + Monthly B 15 16 17 18 19 20 21 Daily + Weekly C + Monthly C 22 23 24 25 26 27 '28 Dally + Weekly D + Monthly D, 29 30 31 Dally Prefect Work Plan: Senior Center Area Times Serviced ; Dally Weew E monthly Semi Annually Senior Center 5 x a Week Empty trash, clean A Dusi/polish all A. dean and Clean bath sides receptacle, replace furniture, files, remove scuffs & of glass windows j liner counters, smudge rnarits Clean window from doors, screens and Clean interlar /extetior wWlmsilis. frames. and frames J mats and extedor ttxhires baseboard tops waaHcW.�ys DusVvecuurn { 86 Clean EBB Dust all binds and E Spot clean entry door smudge marks, baseboards, drapes and window glass and finSerprints and furniture, office whuiow &5 stains from wall/teiling Carpet deaning wails, doors, vents Spot clean e7rteAtur of dour frames. Machine appliar" es, muntem woodwwk G Dean all scrub/sbip/wax WAes, chairs tables, switch pictures, flows Thbroagbly clean pkites, Gourrtefrs p4ques, displays microwave &sank dispFay cabinets & emblems— fth dusting Vacuum celi fts, waft ilacmm high traffic C 'Thoroughly upholstered top of lodges & areas & spat clean vacuum carpet Avr4ture & exterior righting where needed area & clam damp dean vinyl Sweept damp mop carpetsaver plastic if D {lean /paw dean ventilations 'Report al! flexors applicable dew, system grills hazards/Tepairs counters, other to superrdsor Rest room dear & Replace uraral furniture Wash & disinfect disi act sinks; toilets, block as surfaces aft waste 'Inspect for urinals, handles, nec°m2ry receptacles burned out light faucets, rnirtor, htsiole /atstside tubes/bulbs and dispenser:, pardttior report doors, light switch and D. Dust door waste receptack sashes, 10%% 'When aroom Mop/disinfect#loors anyplace In not In use dusVdirt w ill tune out lights Caution sus are wet auOunrwfate_ floor i *check and iock J outside door & Pour windows waterfdishif R rnixtture damn hoar *Remove Va h ; I drains E frown building and place in an � Restock ail empties Outside biro Reran graFt±ti E r { - -- - - - - -- - - - - - -- - - -- - -- - -- 31- 1 Ascension Solorsano Gymnasium Month 2017 2 3 4 5 6 7 Dally+ Daily + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly A 8 9 110 11 12 13 14 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly B 15 16 17 18 19 20 21 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly C 22 23 24 25 26 27 28 Dally + Dally + Dally + Dally + Dally + Weekly A Weekly B Weekly C Weekly D Monthly D 29 30 31 Dally + Dally + Weekly A Weekly B W A Logistical Issues _ Describe how your company will stage and mobilize the equipment and supplies needed to perform all work Describe where and how will you store and dispatch equipment and supplies to contract sites. There will be limited space available at the Cityfacilities. ~— At the beginning of each shift, crews will load up the trucks with the equipment and supplies needed for that shift. At the end of the shift, they will unload and restock supplies for the next shift. Our office is located. at 1235 Alma Court in San Jose. Custodial supplies and equipment are stored in our warehouse at that address. The warehouse is over 2,000 square feet_ NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDEN AND SUMMED WM4 BID see Of caffomis } ss. _ County of San. a Francisco Linda Harris _ bng first duty sworn, deposes and says 'that he or she is of Frank and Grossman the party making the foregoing bid #hart the bid is not made in t#te interest of, or on behalf of, any urKlisclosed person, partnership, company, association, organization, business env, business contbirrafion, or caorpcaa#iort; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly -- induced or sokited any other bidder to put in a false or sham bid, and has not diriec tfy or indirectty colluded, conspired, contrived, 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 arty manner, directly or indirrecdy, sought by agreement, communication, or conference with anyone to The the bid price of the bidder or any other bidder, or to fix any overhead, — profit or oost element of ft bid prime, or of 'that of any other bidder, or th secure any advantage against the public body awarding the conixad of anyone k tsrested in the proposed contract; that all stat "ems oontairted in the bid are true; and, further, that the bidder has rot, direedy or indirectly, submitted his or her bid price or any breakdown —' thereat, or the contents thereof, or divulged information or data relative thereto, or paid, and =11 not pay, any flee to any oorporatiot, partnership, company association, organkation, bid depository, or to any member or agent thereof to effectuate a voflusive or sham bkL -- Linda Harris taiarns of 8kider Subscribed acrd M his OperationsBusiness Dm day of TRW April 18, 2017 ure of tdorary Public in and fc�r Data Ile — �taEe a CaFamra_ - �i OAlLWORNIA, JURAT WrnI AFRANT STATEMENT GOVERNMENT CODE § 8202 See Attached Document (Notary to Gross out lines 1-6 below) ESee Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) _ c Signature of Document Signer No. 1 Signature of Document Signer No. 2 (rf any) A notary public or other officer completing this cerdficate verifies only the identity of the individual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document. State of Cal" rills _-- Subscribed and sworn to (or affirmed) before me — County of let day of 20� on this r — by Date Month Year (and — Name(s) of Signer(s) proved to me on the basis of satisfactory evidence _ JUDY DELUCA Commission # 2030699 to be the person s) who appeared before me. lw- k n Notary Public - Califor -a z z. > — z . San Francisco County fAy Comm Expires Jul 21. 2017 + Sign — Ly`naqj�iNotaty 9blIc — Seat Place Notary Seal Above !" 0PTlOAG4L Though ibis section is optional, completing ttds infor motion can deter alteration of the document or _ fraudulent reattachment of this form to an unintended document. Description of Attached Documerrt — nsf - 81 t ta§li0 4*2(4 0 f b� �icCtcc o! Document Date- Title or Type of Document:: R . , e Number of Pages- Signer(s) Other Than Named Above: r� 02014 National Notary Association - www.NationaiNotary.org , 1- 600-US NOTARY (1- 800 - 876 -6827) Item #5910 57 At ATTACHMENT C G of Purchasing Policy Section I Praocedure No. Gflrov J Regulations 2 Date Ma 26, 1993 Subject Enviromnevtally Preferable Nrcbasing (EPP) Policy Revision Date: Approved: March 5, 2007 GENERAL It is the policy of the City of Gilroy to purchase products that minimize environmental impacts, toxins, pollution, and hazards to worker and community safety to the greatest extent possible. —' The City will purchase products that include recycled content, are durable and long lasting, _ conserve energy and water, use agricultural fibers and residues, reduce greenhouse emissions, use unbleached or chlorine flee manufacturing processes, are lead -free and mercury -fine, and use wood from sustainable harvested forests. The City will institute practices to reduce waste and minimize environmental impacts whenever practical and cost effective by increasing product efficiency and effectiveness, but without reducing safety or workplace quality while promotmg the f ak treatment of all races, cultures and incomes with respect to this policy. The City will encourage vendors, contractors and grantees to implement this policy for all products and services provided to the City of Gilroy. PURPOSE The primary purpose of this policy is to minimize the negative environmental impacts of the City's activities by ensuring the procurement of products and services that Q Conserve natural resources; _ • Af;nim;ze pollution and use of water and energy; • Reduce materials that are land filled; a Support strong recycling markets; a Identify environmentally preferable products and distribution systems; • Increase the use and availability of environmentally preferable products; • Reward manufacturers and vendors that reduce environmental impacts in their production and distribution systems; and o Create a model for successfully purchasing environmentally preferable products that encourages other purchasers in our community to adopt similar goats. M Section 1 Revision Date: Regulations Procedure 2 March 5, 2007 Subject: Environmentally Preferable Purchasing P 2 Poli POLICY The City of Gilroy will: • Implement the City of Gilroy's Environmentally Preferable Purchasing (EPP) Practices Guide (see Appendix A) as a departmental guide to purchasing environmentally preferable products and services. The EPP Practices Guide outlines the goals, specifications, definitions, and priorities of the Environmentally Preferable Purchasing Policy of the City of Gilroy. The EPP Practices Guide will be evaluated and updated each fiscal year by the — Green Team Committee, and the Environmental Programs Coordinator will provide City Council with an annual report on the success of this policy's implementation; • Purchase products that contain recycled material or have the potential of being recycled if fitness, quality, purpose, and price are substantially equal. City departments, divisions, offices, boards, and commissions are subject to this policy, and should ensure that performance standards of particular products or overly stringent specifications do not hinder _. the incorporation for the use of recycled materials, reusable products, and products designed to be recycled to the extent practical. City departments shall examine their purchasing specifications and where feasible restructure them to state they be made of recycled material; • Purchase environmentally preferable products and services where criteria have been _ established by govemmental agencies or other widely recognized authorities (e.g. Energy Star, EPA Eco Purchasing Guidelines); • Raise staff awareness on the environmental issues affecting procurement by providing relevant information and training through the EPP Practices Guide and departmentalized lists identifying specific EPP products and sources; • Encourage suppliers and contractors to offer environmentally preferable products and services at competitive prices; • Encourage providers of services to consider environmental impacts of service delivery; and • Comply with all environmental legislative and regulatory requirements in the purchase of products and services. Nothing in this policy shall be construed as requiring a department, agency or contractor to procure products that do not perform adequately for their intended use or are not available at a — reasonable price in a reasonable period of time. 31r, EXHIBIT "D" PAYMENT SCHEDULE Monthly payment will be mailed within thirty (30) days of receiving the invoice at the end of the service period. ATTA[:H11iEl T A Cosa' PROPOSAL 17- RFP- ASD-392 The City of Gilroy reserves the right to award all, paw or none of the pmposais. Please provide a Lost for each iadlividual facility and a lump -sine cost, with any discmt, fos tine tots] cost for all faptitics. 4835- 2267 -03610 LAC104706083 ANNUAL COST ANNUAL COST ,4NN-UAL. COST Loc raiox FOR 1°t YEAR FOR 2:m YGAR FOR 3R' YEAR (1111111- 10- 31 -13) flfl11 /18 - 1OV31J19} (flfllflffl9- 10131120} GILROYCI'fl'NALL S 81.017.1 S 83,44796 S 83,951.40 GIL•ROY POLICE O.EPARTMbWr $ 91,568.55 S 94,315.60 S 97,145.07 WHEELER COINMUNMY CENTER $ 9,797.46 S 10,091.38 S 10,394.12 GMROY CORMRAT1ON YARD $ 9,797,46 $ 10,09138 $ 10,394.12 i 7`F14PORAIKY ENVUMNM NTAL S 3,391.43 S 3,493.17 $ 3,597.96 EDUCA71ON CENTER ASCENC1 6N SOLORSANO GYh4KASIIT14i $ 12,812.06 S 13,196.42 � $ 13,592.31 SAN YSIDRO PARK. RECREATION BUILDING $ 8,290.16 $ 8,538.86 $ 6,795.02 LAS ANIMAS VETERANS PARK S 8.290.16 S 8.538.86 $ 8,795.02 RECREATION BL- 71LDING SENIOR CENTER S. 20,34852 S 20,959.02 $ 21,58=.79 CESARCHAVE GYNt S 4,898.73 $ 5,045.69 $ 5,197.06 TOTAL,AMIJAL COST $ 250,21197 $ i 257,718-14 $ 265,449.87 Paz ALL FACILCrms 4835- 2267 -03610 LAC104706083 ACORD TM CERTIFICATE OF LIABILITY INSURANCE �Date9 /27 /17 YR) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT °BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement (s) PRODUCER CONTACT Heffernan Insurance Brokers 101 Second Street, Suite 120 NAME. HO,NE,Ext 707- 781 -3400 AX No 707 - 781 -0800 GENERAL L LIABILITY Petaluma, CA 94952 CA License # 0564249 ADDRESS EACH OCCURRENCE INSURERS AFFORDING COVERAGE NAIC #R INSURED INSURER A Colony Insurance Company 39993 Frank & Grossman Landscape Contractors, Inc. INSURER B Financial Pacific Insurance Company 31453 3428 Arden Road INSURER C Federal Insurance Company 20281 INSURER D: Cypress Insurance Company 10855 Hayward, CA 94545 INSURER E. PERSONAL &ADV INJURY $i,000,000 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD POLICY EXP MM/DD LIMITS GENERAL L LIABILITY EACH OCCURRENCE $1,000,000 A X COMMERCIAL GENERAL LIABILITY X X 103GL0019752 -00 9/01/17 911/18 DAMAGE TO RENTED PREMISES (Ea occurrence) $100,000 CLAIMS -MADE F X1 OCCUR MED EXP (Any one person) $5,000 PERSONAL &ADV INJURY $i,000,000 GENERAL AGGREGATE _ $_2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $2,000,000 $ POLICY X PROJECT LOC AUTOMOBILE LIABILITY 60466492 9/1/17 9/1/18 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 B X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ 79882206 9/1/17 9/1/18 C X uMBRELLALla6 X OCCUR EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS -MADE AGGREGATE $5,000,000 DED I I RETENTION $NIL WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN X WC STATU- TORY LIMITS OTH- ER EL EACH ACCIDENT $1,000,000 D ANY PROPR/ETORiPARTNER /EXECUTIVE/ OFFICER/MEMBER EXCLUDED? ❑ (Mandatory In N H) WA FRWC806527 4/01 /17 4/01 /18 E L DISEASE. EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below I E.L DISEASE - POLICY LIMIT $1'000'000 i DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Re Various City of Gilroy Facilities. City of Gilroy, its officers, elected and appointed employees and agents are included as Additional Insured (Primary) With respects to the General Liability per the attached (Includes Completed Ops) Waivers of Subrogation are included on General Liability policy per the attached endorsements, if required This Certificate replaces and supersedes all previously issued Certificates. cERTIFICATE HOLDER CANCELLATION AL:UKD 25 (2090105) ©1 -8 -2010 ACORD CORPORATION. All rights reserved. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Gilroy 7351 Rosanna Street AUTHORIZED REPRESENTATIVE Gilroy, CA 95020 AL:UKD 25 (2090105) ©1 -8 -2010 ACORD CORPORATION. All rights reserved. POLICY NUMBER: 1030L0019752 -00 7HIv ENDORSEMENT CHANGES THE POLICY. PLEASE READ 1T CARL-FULLY. EXCLUSION o DEMCA` ED INSURAIMCE PRO (S) This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FART A. SECTION I — COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY "DAMAGE LIABILITY, 2. Excluslions Is amended and the following added: This insurance does not apply to: Dedicated Insurance Program(s) "bodily injury" or "property damage" arising out of either your ongoing operations or ,operations included within the "products- completed operatians hazard" at any oroiect(s) which is. or Via& subject to a "dedicated insurance program ". This exclusion applies whether or not the "dedicated insurance program "; '1; provides coverage identical to that provided by this Coveraoe Part: 2, provides coverage to one or more contractors; 3, provides multiple linos of coverage; 4. has limits adequate to cover all claims; or 6. remains in effect. B. SECTION V— DEFINITION$ fs arn?nripd anti the following added: "Dedicated insurance program" means wrap -up iprogi�am(s), owner controlled insurance program(s), contractor controlled insurance program(s), or other job(s) or project specific policy I program(s) whether provided by you, or any other person or entity for which you are an insured. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED, U483 -1115 Page 1 of 1 103 GL 0019752 -00 ENDT. #001 EFF: 09118/2017 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED � OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations City of Gilroy, its officers, elected and appointed employees Various City of Gilroy facilities and agents 7351 Rosanna Street Gilroy, CA 95020 Information required to complete this Schedule, if not shown above, will shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed, or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 103 GL 0019752 -00 ENDT. #001 EFF: 09/18%2017 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS-, COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations City of Gilroy, its officers, elected and appointed Various City of Gilroy facilities employees and agents 7351 Rosanna Street Gilroy, CA 95020 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products- completed operations hazard ". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 U POLICY NUMBER: 103GL0019752 -00 COMMERCIAL GENERAL LIABILITY CG 20 0104 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance Is primary to and will not seek contribution from any other Insurance available to an additional insured under your policy provided that: (1) The additional Insured Is a Named Insured under such other insurance; and CG 20 01 04 13 (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other Insurance available to the additional insured. 8 Insurance Services Office, Inc., 2012 Page 1 of 1 I} POLICY NUMBER: 103GL0019752 -00 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifles Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: All persons or organizations as requested by written contract or agreement with the Named Insured Information required to complete this Schedule, if not shown above „will be shown in the Declarations, The following Is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "Your work” done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown In the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 ❑