HomeMy WebLinkAboutC2020-010 - 1/14/2020 - Approved JOB ORDER CONTRACT
o
v rI SERVICE AGREEMENT NO. 2524
� 1852Eo Flooring Services for Asset Management
THIS Flooring Services Agreement ("Agreement") is entered into by and between
the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Allison
Flooring America ("Contractor), effective upon execution by the City Manager or the
City Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Flooring Services in response to Request
for Bid/Proposal No. 2524 ("RFB/RFP"), which RFB/RFP includes the required scope of
work and all specifications and which RFB/RFP and the Contractor's bid or proposal
response, as applicable, are incorporated by reference in this Agreement as Exhibits 1
and 2, respectively, as if each were fully set out here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Flooring Services ("Services") in accordance with
the attached Scope of Work, as shown in Attachment A, the content of which is
incorporated by reference into this Agreement as if fully set out here in its entirety,
and in accordance with Exhibit 2.
2. Job Orders. This Agreement is a competitively awarded agreement as described
by Attachment A. The work is of an indefinite quantity and a recurring nature,
delivered on an on-call or as-needed basis, through individually priced Job
Orders. The Agreement may support a broad assortment of maintenance work.
Work will not begin on any Job Order until Contractor is briefed on the project and
the Job Order is issued in writing.
3. Term. This Agreement is for two years, with performance commencing upon the
date of issuance of a notice to proceed from the Contract Administrator or the
Contracts and Procurement Department. The parties may mutually extend the
term of this Agreement for up to three additional one-year periods ("Option
Period(s)"), provided, the parties do so by written amendment prior to the
expiration of the original term or the then-current Option Period. The City's
extension authorization must be executed by the City Manager or designee.
4. Compensation and Payment. This Agreement is for an amount not to exceed
$240,000.00, subject to approved extensions and changes. Payment will be made
for Services completed and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. Contractor shall invoice no more
frequently than once per month. All pricing must be in accordance with the
JOC Standard Form Page 1 of 8
Approved as to Legal Form August 9, 2019
SCANNED
attached Bid/Pricing Schedule, as shown in Attachment B, the content of which
is incorporated by reference into this Agreement as if fully set out here in its
entirety. Any amount not expended during the initial term or any option period
may, at the City's discretion, be allocated for use in the next option period.
Invoices will be mailed to the following ad dress with a copy provided to the
Contract Administrator:
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, Texas 78469-9277
5. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
Agreement, including deductions for non-performance and authorizations for
payment. The City's Contract Administrator for this Agreement is as follows:
Name: Romy Greaves
Department: Asset Management
Phone: 361-826-3645
Email:RomyG@cctexas.com
6. Insurance; Bonds.
(A) Before performance can begin under this Agreement, the Contractor must
deliver a certificate of insurance ("COI"), as proof of the required insurance
coverages, to the City's Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days'
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
(B) Contractor shall provide performance and payment bonds if required by law
based on the amount of the Job Order or if otherwise required by the City. At a
minimum, the Contractor will be required to provide a payment bond on all Job
Orders that exceed $50,000 and a performance bond on all Job Orders that
exceed $100,000.
7. Purchase Release Order. For multiple-release purchases of Services to be
provided by the Contractor over a period of time, the City will exercise its right to
JOC Standard Form Page 2 of 8
Approved as to Legal Form August 9, 2019
specify time, place and quantity of Services to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized agent of the department or division. The
purchase release order must refer to this Agreement, and Services will not be
rendered until the Contractor receives the signed purchase release order.
8. Inspection and Acceptance. Contractor will notify the Contract Administrator
when work has been completed on a specific job order. City may inspect all
Services and products supplied before acceptance. Any Services or products that
are provided but not accepted by the City must be corrected or re-worked
immediately at no charge to the City. If immediate correction or re-working at no
charge cannot be made by the Contractor, a replacement service may be
procured by the City on the open market and any costs incurred, including
additional costs over the item's bid/proposal price, must be paid by the
Contractor within 30 days of receipt of City's invoice.
9. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement
are new, quality items that are free from defects, fit for their intended purpose,
and of good material and workmanship. The Contractor warrants that it has clear
title to the products and that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Contractor or, if indicated in Attachment D by the
manufacturer, for the period stated in Attachment D. Attachment D is attached
to this Agreement and is incorporated by reference into this Agreement as if fully
set out here in its entirety.
(C) Contractor warrants that all Services will be performed in accordance
with the standard of care used by similarly situated contractors performing similar
services. Contractor must provide all labor, services, equipment, materials, tools,
transportation, mobilization, insurance, subcontracts, bonds, supervision,
management, reports, incidentals and quality control necessary to complete all
services agreed to in a timely manner throughout the term of the Agreement.
(D) Contractor shall warrant that work performed conforms to the Job Order
requirements and is free of any defect in equipment, material or design furnished
or workmanship performed by the Contractor or any of its subcontractors or
suppliers at any tier. All work provided by the Contractor shall be warranted for a
minimum period of one year from the date of final acceptance of the Work.
Equipment warranties shall be as required under the Job Order.
10. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing
Schedule are estimates only and do not obligate the City to order or accept more
JOC Standard Form Page 3 of 8
Approved as to Legal Form August 9, 2019
than the City's actual requirements nor do the estimates restrict the City from
ordering less than its actual needs during the term of the Agreement and including
any Option Period. Substitutions and deviations from the City's product
requirements or specifications are prohibited without the prior written approval of
the Contract Administrator.
11. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City, which fiscal year ends on September 30th annually, is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in said budget, and it is within the sole discretion of the City's City
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
12. Independent Contractor. Contractor will perform the work required by this
Agreement as an independent contractor and will furnish such Services in its own
manner and method, and under no circumstances or conditions will any agent,
servant or employee of the Contractor be considered an employee of the City.
13. Subcontractors. Contractor may use subcontractors in connection with the work
performed under this Agreement. When using subcontractors, however, the
Contractor must obtain prior written approval from the Contract Administrator
unless the subcontractors were named in the bid, proposal or Job Order, as
applicable. In using subcontractors, the Contractor is responsible for all their acts
and omissions to the same extent as if the subcontractor and its employees were
employees of the Contractor. All requirements set forth as part of this Agreement,
including the necessity of providing a COI in advance to the City, are applicable
to all subcontractors and their employees to the same extent as if the Contractor
and its employees had performed the work. The City may, at the City's sole
discretion, choose not to accept Services performed by a subcontractor that was
not approved in accordance with this paragraph.
14. Amendments. This Agreement may be amended or modified only in writing
executed by authorized representatives of both parties.
15. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
16. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA
taxes, unemployment taxes and all other applicable taxes. Upon request, the City
Manager shall be provided proof of payment of these taxes within 15 days of such
request.
17. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
JOC Standard Form Page 4 of 8
Approved as to Legal Form August 9, 2019
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: Romy Greaves
Title: Architech
Address: 5352 Ayers Bldg 3A, Corpus Christi, TX 78415
Phone: 361-826-1983
Fax: 361-826-1989
IF TO CONTRACTOR:
Allison Flooring America
Attn: Terry Allison
Title: President/Owner
Address: 4400 South Padre Island Drive, Corpus Christi, TX 78411
Phone: 361-855-4781
Fax: 361-855-4786
18. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
JOC Standard Form Page 5 of 8
Approved as to Legal Form August 9, 2019
19. Termination.
(A) The City Manager may terminate this Agreement for Contractor's failure to
comply with any of the terms of this Agreement. The Contract Administrator must
give the Contractor written notice of the breach and set out a reasonable
opportunity to cure. If the Contractor has not cured within the cure period, the
City Manager may terminate this Agreement immediately thereafter.
(B) Alternatively, the City Manager may terminate this Agreement for
convenience upon 30 days advance written notice to the Contractor. The City
Manager may also terminate this Agreement upon 24 hours written notice to the
Contractor for failure to pay or provide proof of payment of taxes as set out in this
Agreement.
20. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a
copy of the owner's manual and/or preventative maintenance guidelines or
instructions if available for any equipment purchased by the City pursuant to this
Agreement. Contractor must provide such documentation upon delivery of such
equipment and prior to receipt of the final payment by the City.
21. Engineering Work. If the scope of work under any Job Order requires the services
of an engineer or architect in accordance with Texas law, the City will provide the
specifications prepared by the engineer or architect prior to approval of the Job
Order.
22. Assignment. No assignment of this Agreement by the Contractor, or of any right
or interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the
Contractor is of the essence of this Agreement, and the City Manager's right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
23. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
24. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
JOC Standard Form Page 6 of 8
Approved as to Legal Form August 9, 2019
C. the bid solicitation document including any addenda (Exhibit 1); then,
D. the Contractor's bid response (Exhibit 2).
25. Certificate of Interested Parties. Contractor agrees to comply with Texas
Government Code Section 2252.908, as it may be amended, and to complete
Form 1295 "Certificate of Interested Parties" as part of this Agreement if required
by said statute.
26. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws
in the performance of this Agreement. The applicable law for any legal disputes
arising out of this Agreement is the law of the State of Texas, and such form and
venue for such disputes is the appropriate district, county, or justice court in and
for Nueces County, Texas.
27. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
JOC Standard Form Page 7 of 8
Approved as to Legal Form August 9, 2019
CONTRACTOR / /
Signature.0 i
Printed Name: � ' y Aw '7NI
Title: fes
•
Date: i I/ iS/ / q
CITY OF CORPUS CHRISTI
V.14,--rv, 2_ USG.
Kim Baker
Director of Contracts and Procurement
Date: LIT Z toI I
ATTEST: '� •04 -Al
REB CCA HUERTA
Attached and Incorporated by Reference: CITY SECRETARY
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: RFB/RFP No. 2524
Exhibit 2: Contractor's Bid/Proposal Response MI, _W
0 COUNCILI - ILO
SECR€TRRv
JOC Standard Form Page 8 of 8
Approved as to Legal Form August 9, 2019
i.s.i
1 ATTACHMENT A: SCOPE OF WORK
E.~1852
1.1 General Requirements/Background Information
A. The Contractor shall provide Flooring services to City owned locations listed in this
Scope of work. The Contractor shall provide services on an as- needed basis.
B. The Contractor shall provide labor, supervision, parts, supplies, materials, tools,
equipment, and transportation necessary to perform services.
C. The Contractor shall perform the following services including but not limited to the
following: 1) Installation of vinyl commercial tile, vinyl plank, commercial carpet 2)
all associated floor trims and transitions 3) removal of existing flooring 4) pre-install
sub-floor preparation 5) vinyl cove base installation 6) threshold installs 7) Furniture
moving 8) Estimating
1.2 Installation Requirements
A. The Contractor shall comply with the manufacturer's instruction and
recommendation for all flooring products and installation materials.
B. Install flooring under open-bottom obstructions and under removable flanges and
furnishings into alcoves and closets of each space.
C. Run flooring under open-bottom items such as heating convectors and install tight
against wall, columns and cabinets so the entire floor area is covered with flooring
material. Install edging guard at all openings and doors wherever flooring
terminates, unless indicated otherwise. Prior to installation, the Contractor shall
notify the Contract Administrator about all other obstructions which may occur.
D. Cutting shall be done in accordance with the manufacturer's recommendations,
using the tools designed for the flooring being installed.
E. Edges shall be butted together with the proper pressure to produce the tightest
joint possible without distortion.
F. Use leveling compound where necessary.
G. Metal-nosing strips shall be used as required. Substitutions must be approved by the
Contract Administrator. Installation of metal-nosing strips on concrete or stone
surfaces shall be by drilling, inserting plastic plugs and using non-corrosive drive
screws. All screws shall have shallow head profile.
H. Carpet and Vinyl composition tile (VCT) shall be adhered direct to existing floor
surfaces in accordance with manufacturer's printed instructions.
I. Vinyl base shall be adhered direct to designated surfaces after flooring is installed
in accordance with manufacturer's instructions.
J. Surface Preparation: Carpet and VCT
The Contractor shall prepare existing floors to receive carpet or VCT. Prior to filling,
the floor must be swept clean of all loose debris. After filling, allow filler to dry.
Damp mop floor and allow drying. Vacuum after mopping to ensure all debris is
Page 1 of 5
removed for a proper substrate to install flooring. All cracks, holes, unevenness and
rough areas will be leveled and smoothed with material that complies with carpet
or VCT manufacturer's recommendations to ensure warranty terms.
K. Surface Preparation: Vinyl Base
1. Designated surfaces to receive vinyl base shall be structurally sound, smooth,
dry and clean, free of dirt, dust, oil, wax or other foreign matter which would
interfere with a good bond.
2. Painted surfaces to receive vinyl base shall be thoroughly dry and cured.
3. The Contractor shall roughen shiny surfaces such as glossy paint that may
cause adverse bonding.
4. Back of vinyl base shall be free of mold release agents or other contaminants
that could interfere with proper adhesion.
L. Installation: Carpet and VCT
1. Layout and plan the area to be carpeted or tiled by preparing a seaming plan
to be approved by the Contract Administrator prior to work commencing.
Seaming plan shall reflect minimum number of seams possible under guidelines
of these specifications.
2. Check the plan against the available roll lengths and dye-lot numbers to ensure
all rolls are of the same dye-lot. Using more than one dye-lot in the same room
or open area is not permitted.
3. Plan seam locations so that no perpendicular seams occur at door openings.
4. Seams shall run with flow of traffic as best as possible.
M. Installation: Carpet tiles
1. Install carpet according to manufacturer's printer instructions.
2. Apply adhesives as per manufacturer's printed instructions.
3. In open perimeter designs, use a fixed reducer strip to secure the area.
N. Installation: Vinyl Base
1. All vinyl base shall be cove cut on inside corners.
2. Plan seam locations so that no seams end on outside corners.
3. Check each carton of base for dye lot numbers to assure there is no mixing of
due lots during installation.
0. Adhesive Application
1. Adhesives shall be compatible with product being installed.
2. The Contractor shall follow manufacturer's recommendation to apply as
directed for proper adhesion and to ensure compliance with warranty terms
and conditions.
P. Cleanup
1. Remove visible adhesive, seam sealer and other surfaces blemishes using
cleaner recommended by manufacturer.
Page 2 of 5
2. Remove protruding yarns from carpet surface.
3. Remove all debris and carpet remnants less than one yard from job site and
dispose properly. Carpet remnants in excess of one yard shall be returned to
the Contract Administrator.
1.3 Job Order
A. Information for the services shall be provided to the Contractor through job orders
by phone and/or email in an emergency. The Contractor shall request the job
order copy from the Contract Administrator, if City fails to provide.
B. The Contractor shall submit a written estimate for approval to the Contract
Administrator utilizing pricing as outlined in the Contract. Estimate shall include
labor and parts/materials based on the information provided in the job order or
site visit.
C. The Contractor shall provide a payment bond if the estimate of the job order
exceeds $50,000 and a performance bond if the estimate of the job order
exceeds $100,000.
D. If any work requested by job order is of the nature to require the supervision and/or
drawings of an engineer, the City will provide Contractor with the stamped
drawings and/or separately procure the supervising engineer.
E. If the estimate is accepted and work performed, the Contractor's invoice shall
not exceed the authorized amount of the work order unless preauthorized by the
Contract Administrator via a work order amendment prior to the work being
performed.
F. Upon completion of job order, the Contractor shall provide a job ticket. The job
ticket shall include, but not limited to - Company Name, Date of service, Project
address, Detail Description of work performed, parts/material used, and Maximo
work order reference number.
G. If any item or equipment covered under this service agreement is deemed non-
repairable, the Contractor shall immediately notify the Contract Administrator and
provide assessments and recommendations.
1.4 Service Personnel
A. The Contractor shall assure that all crews are fully and properly equipped to
perform services promptly and safely without delay. All personnel assigned to the
service agreement shall wear a uniform, including safety equipment and any
company issued photo identification. The Contractor's employees working on site
shall wear clothing with an identifiable logo bearing the name of the company
visible from 15 feet. All personnel shall be neatly dressed in shirts, safety shoes, and
long pants. Shorts or torn clothing are unacceptable.
B. If the service personnel do not perform as required, the City has the right to reject
the personnel and the Contractor is liable to deploy new personnel.
C. The Contractor shall conduct background checks for all personnel before they
are assigned to work under this agreement. The Contract Administrator may ask
for the background check report from the Contractor. The City reserves the right
to approve or refuse employees because of an unsatisfactory background check.
Background checks will be done at the sole expense of the Contractor.
Page 3 of 5
1.5 Site Control
A. The Contractor shall safeguard the area while services are being performed. The
Contractor shall try to minimize an interference to the building occupants with the
day to day operations. The Contractor shall be responsible for assuring the safety
of its employees, City employees, and the public during performance of all
services under this agreement.
B. The Contractor shall repair or responsible for the cost to repair damage incurred in
the process of performing the required services.
C. The Contractor is responsible for protecting the work from damage from any
source prior to final acceptance.
1.6 Completion
A. Upon completion, the Contractor shall conduct a careful inspection with the
department personnel and shall correct all defective work to the satisfaction of
the Contract Administrator.
B. Remove all scrap, litter and debris resulting from operations specified herein, and
leave work and the premises in clean and satisfactory conditions.
1.7 Contract Pricing
The labor rate shall include all labor costs including but not limited to labor,
overhead, transportation, administrative and profit. Materials will be compensated
at cost with receipts and allowable markup (%) shown in contract.
1.8 Recordkeeping
The Contractor shall establish and maintain a log delineating complete and
accurate records of all services, repairs, parts, supplies and materials for each
location for the term of the Contract.The Contractor shall update the logs after each
service defined in the Contract.
1.9 Invoicing
A. Each month, the Contractor shall submit the invoice for flooring services to the City.
The invoice shall include Work description, Job Order Number, Purchase Order
Number (PO#), Service Agreement Number, Location, date of service and list of
Materials that were replaced.
B. Invoices shall be sent as follows: Original copy to the Asset Management-Business
Management Division at facilitymaintenanceinvoicing@cctexas.com and one to
the Contract Administrator. The Contractor shall include copies of monthly Job
order as back-up for each invoice. Approval for payment shall be authorized by
the Contract Administrator or Operation Superintendent.
1.10 Contractor Quality Control and Superintendence
The Contractor shall establish and maintain a complete Quality Control Program that
is acceptable to the Contract Administrator to assure that the requirements of the
Contract are provided as specified. The Contractor will also provide supervision of
the work to insure it complies with the contract requirements.
Page 4 of 5
1.11 Work Location
The Contractor may perform Floor replacement and repair services to the following
location including, but not limited to:
BUILDING Address Zip Code
1 Health Department 1702 Horne Rd 78416
2 City Hall 1201 Leopard St 78401
3 Gas Department 4225 S Port Ave 78415
4 Police Department 321 John Sartain St, 78401
5 Municipal Courts 321 John Sartain St, 78401
6 _Frost Bank 2402 Leopard St, 78408
_
7 Water Department 2726 Holly Rd, 78415
8 Broadmoor Senior Center 1651 Tarlton St, 78415
9 _ Ethel Eyerly Senior Center 654 Graham Rd. 78418
10 Garden Senior Center 5325 Greely Dr, 78412
11 Greenwood Senior Center 4040 Greenwood Dr, 78416
12 Lindale Senior Center 3135 Swantner St, 78404
13 Northwest Senior Center 9725 Upriver Rd, 78410
14 Oveal Williams Senior Center 1414 Martin Luther King Dr, 78401
15 Zavala Senior Center 510 Osage St, 78405
16 La Retama Central Library 805 Comanche St, 78401
_ 17 Garcia Public Library 5930 Brockhampton St, 78414
18 Janeth Harte Public Library 2629 Waldron Rd, 78418
19 Hopkins Public Library 3202 McKinzie Rd, 78410
20 McDonalds Library 4044 greenwood Dr, 78416
21 Neyland Public Library 1230 Carmel Pkwy, 78411
22 Joe Garza Recreation Center 3204 Highland Ave, 78405
23 Lindale Recreation Center 3133 Swantner St, 78404
24 Oak Park Recreation Center 842 Erwin Ave, 78408
25 Oso Recreation Center 1 1 1 1 Bernice Dr 78413
26 Soloman Coles Rec Center 924 Winnebago St, 78401
27 Science and History Museum 1900 N Chaparral St, 78401
28 Al Kruse Tennis Center 502 King St, 78401
29 HEB Pool Complex 1520 Shelly St, 78404
30 HEB Tennis Court 1520 Shelly St, 78404
31 Central Kitchen 4141 Old Brownsville Rd, 78405
32 0 N Stevens Plant 13101 Leopard St, 78410
33 Solid Waste Building 2525 Hygeia, 78415
34 Oso Wastewater Treatment Plant 501 Nile, 78412
35 Greenwood WWTP 6541 Greenwood Dr, 78417
36 Broadway WWTP 1402 W Broadway, 78401
37 Laguna Madre WWTP 201 Jester St, 78418
38 White Cap Waste WWTP 13409 White Cap St, 78418
39 Allison Wastewater Treatment Plant 4101 Allison St, 78410
40 CEFE Landfill 2397 Co.Rd.20, Robstown, TX 78380
41 J C Elliot Transfer Station 6594 Greenwood St, 78415
42 Other City Owned locations City Wide
Page 5 of 5
c-
..0.1.7)
-
E �l t CITY OF CORPUS CHRISTI
CONTRACTS AND PROCUREMENT
DEPARTMENT
BID FORM
RFB No. 2524
Flooring Services (JOC) for Asset Management
Date: l
l r I 1"I PAGE 1 OF 2
Bidder: "'Viot\Irivoitif Nt4
to soured �e Ir/ Au,14, 1
1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before
completing bid.
2. Quote your best price for each item.
3. In submitting this bid, Bidder certifies that:
a. the prices in this bid have been arrived at independently, without consultation,
communication, or agreement with any other Bidder or competitor, for the
purpose of restricting competition with regard to prices.
b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information
on file with City's Contracts and Procurement office, pursuant to the Code of
Ordinances, is current and true.
c. Bidder is current with all taxes due and company is in good standing with all
applicable governmental agencies.
d. Bidder acknowledges receipt and review of all addenda for this RFB.
e. Bidder shall provide labor price only from line 1 to 11.
Item Description Qty UOM Unit Total Price
Price
Labor Price
1 Flooring Removal 15,000Square po
Foot 4'I,$��SF #ani 000.x'
2 Install Vinyl 6,000 Square
Commercial the (VCT) Foot S` . 6 + 9, 00O o ..
3 Install Commercial Carpet 7,000 Square
Squares Foot .rill/ 5I5f i 32) , 61)�
4 Install glue down hardwood 3,000 Square �0 t
flooring Foot 4 13dC W + 131 "co.`v�
5 Install Vinyl plank tile 10,000 Square '( •w// 4'(�I�•oj
foot
6 Install floating laminate 5,000 Square
flooring foot ./*
cl$2.1
oottl2.1 I6' 101194
DI194
7 Install ceramic/porcelain tile 10,000 Square
less than 16" x 16" foot 41-.5b/q= '49..00o.°%.49 00O,
8 Remove and replace Vinyl 3,000 Linear ,
cove base foot2• , i gj 9.gb. 6i
•
9 Install transition pieces 500 Linear
L'F
Rubber, Metal, Wood etc. foot 2•q 5 k 1 , ri�1)°10 Floor Leveling 15,000 Squafoot Ce �i qv ✓1 +2.f I 000•r?
11 Furniture moving 200 Hours #1(
O.00/ 4 2Z OCO/
Estimated Mark Up (%)
Spend ,1 .-' '
12 Materials $100,000 2gXb 9 12151 o o. vim,
Total _ A `
*331,.52.5.® n
ATTACHMENT C: INSURANCE REQUIREMENTS
I. CONTRACTOR'S LIABILITY INSURANCE
A. Contractor must not commence work under this agreement until all insurance
required has been obtained and such insurance has been approved by the City.
Contractor must not allow any subcontractor Agency to commence work until all
similar insurance required of any subcontractor Agency has been obtained.
B. Contractor must furnish to the City's Risk Manager and Contract Administer one (1)
copy of Certificates of Insurance (COI) with applicable policy endorsements
showing the following minimum coverage by an insurance company(s) acceptable
to the City's Risk Manager. The City must be listed as an additional insured on the
General liability and Auto Liability policies by endorsement, and a waiver of
subrogation is required on all applicable policies. Endorsements must be provided
with COI. Project name and or number must be listed in Description Box of COI.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
30-written day notice of cancellation, required Bodily Injury and Property Damage
on all certificates or by applicable policy
endorsements Per occurrence - aggregate
Commercial General Liability Including: $1,000,000 Per Occurrence
1. Commercial Broad Form
2. Premises-Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
AUTO LIABILITY (including) $1,000,000 Combined Single Limit
1. Owned
2. Hired and Non-Owned
3. Rented/Leased
WORKERS' COMPENSATION Statutory
EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000
C. In the event of accidents of any kind related to this agreement, Contractor must
furnish the Risk Manager with copies of all reports of any accidents within 10 days of
the accident.
Page 1 of 3
II. ADDITIONAL REQUIREMENTS
A. Applicable for paid employees, Contractor must obtain workers' compensation
coverage through a licensed insurance company. The coverage must be written on
a policy and endorsements approved by the Texas Department of Insurance. The
workers' compensation coverage provided must be in an amount sufficient to
assure that all workers' compensation obligations incurred by the Contractor will be
promptly met.
B. Contractor shall obtain and maintain in full force and effect for the duration of this
Contract, and any extension hereof, at Contractor's sole expense, insurance
coverage written on an occurrence basis, by companies authorized and admitted
to do business in the State of Texas and with an A.M. Best's rating of no less than A-
VII.
C. Contractor shall be required to submit a copy of the replacement certificate of
insurance to City at the address provided below within 10 days of the requested
change. Contractor shall pay any costs incurred resulting from said changes. All
notices under this Article shall be given to City at the following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
D. Contractor agrees that with respect to the above required insurance, all insurance
policies are to contain or be endorsed to contain the following required provisions:
• List the City and its officers, officials, employees, volunteers, and elected
representatives as additional insured by endorsement, as respects operations,
completed operation and activities of, or on behalf of, the named insured performed
under contract with the City, with the exception of the workers' compensation policy;
• Provide for an endorsement that the "other insurance" clause shall not apply to the
City of Corpus Christi where the City is an additional insured shown on the policy;
• Workers' compensation and employers' liability policies will provide a waiver of
subrogation in favor of the City; and
• Provide thirty (30) calendar days advance written notice directly to City of any
suspension, cancellation, non-renewal or material change in coverage, and not less
than ten (10) calendar days advance written notice for nonpayment of premium.
E. Within five (5) calendar days of a suspension, cancellation, or non-renewal of
coverage, Contractor shall provide a replacement Certificate of Insurance and
applicable endorsements to City. City shall have the option to suspend Contractor's
performance should there be a lapse in coverage at any time during this contract.
Failure to provide and to maintain the required insurance shall constitute a material
breach of this contract.
F. In addition to any other remedies the City may have upon Contractor's failure to
provide and maintain any insurance or policy endorsements to the extent and within
the time herein required, the City shall have the right to order Contractor to remove
the exhibit hereunder, and/or withhold any payment(s) if any, which become due
Page 2 of 3
to Contractor hereunder until Contractor demonstrates compliance with the
requirements hereof.
G. Nothing herein contained shall be construed as limiting in any way the extent to
which Contractor may be held responsible for payments of damages to persons or
property resulting from Contractor's or its subcontractor's performance of the work
covered under this agreement.
H. It is agreed that Contractor's insurance shall be deemed primary and non-
contributory with respect to any insurance or self-insurance carried by the City of
Corpus Christi for liability arising out of operations under this agreement.
I. It is understood and agreed that the insurance required is in addition to and separate
from any other obligation contained in this agreement.
2019 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services-Services Performed Onsite
04/26/2019 Risk Management- Legal Dept.
BONDS
Bonds will be required as outlined in the Scope of work.
Page 3 of 3
ATTACHMENT D: WARRANTY REQUIREMENTS
A. The Contractor shall warrant materials and workmanship against defects arising
from faulty material, faulty workmanship for a period of one year following the final
acceptance of the work and shall replace such defective materials or workmanship
without cost to the City.
B. Where any material carries a manufacturer's warranty for any period in excess of
one year, then the manufacturer's warranty shall apply for that piece of material
The Contractor shall replace such defective materials, without cost to the City,
within the manufacturer's warranty period.
C. Any additional service call to repair deficiencies previously addressed will not be
considered for payment.
Page 1 of 1