Loading...
HomeMy WebLinkAboutC2013-243 - 7/23/2013 - Approved Attachment I SERVICE AGREEMENT Contractor Janie B.Klein DBA Martin's Janitorial Service Supply Agreement No. SA THIS i 1 i A (this "Agreement") is entered into by and between Martin's Janitorial Service (the"Contractoe,) and the City of Corpus ChristL a Texas home-rule municipal corporation (the "City") by and through its duly authorized City Manager or designee("City Manager"), effective for all purposes upon execution by the City Manager. WHEREAS Contractor has proposed t o p rovide Custodial Service for City Hall in response to Bid Invitation No. BI-0135-13 in accordance with Specification No. 1088 dated Revised 02/14/13 which is incorporated and attached as Exhibit A; WHEREAS the City has determined Contractor to be the lowest responsible bidder; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor will perfbnn the Custodial Service for City Hall, Frost Buildings and Facility Maintenance in accordance with Specification No. 1088. 2. Term. This Agreement is for twelve (12) months commencing on the date signed by the last signatory hereto and continuing for twelve months thereafter. The term includes an option to extend for up to two additional twelve-month periods subject to the approval of the Contractor and the City Manager or his designee("City Managee'). 3. Contract Administrator. The Contract Administrator designated by the City is r o i ble i f espns or approval of all phases of performance and operations and this Agreement including deductions for non-perfbrmance and authorizations for payment. All of Contractor's notices or communications regarding this Agreement must be directed to the Contract Administrator, who is Building Maintenance Superintendent. 4. Independent Contractor. Contractor will per the services hereunder as an independent contractor and will fumish such services in its own manner and method, and under no circumstances or conditions may any agent, servant, or employee of Contractor be considered as an employee of the City. 2013-243 7/23/13 M2013-112 Martin's Janitorial Services INDEXED 5. Insurance. Before activities can begin under this Agreement, Contractor's insurance company(ies) must deliver a Certificate of Insurance, as proof of the required insurance coverages to the Contract Administrator. Additionally, the Certificate must state that the Contract Administrator will be given at least thirty (30) days' notice, by certified mail, of cancellation, material change in the coverages or intent not to renew any of the policies. The City must b e n amed as an Additional Insured. The City Attorney must be given copies of all insurance policies within 15 days of the City Manager's written request. 6. Assignment. No assignment of this Agreement or any right or interest therein by Contractor is effective unless the City first gives its written consent to such assignment. The performance of this Agreement by Contractor is of the essence of this Agreement and the City's right to withhold consent to such assignment is within the sole discretion of the City on any ground whatsoever. 7. Fiscal Year. All parties recognize that the continuation of any contract after the close of any fiscal year of the City, which fiscal year ends on July 31 of each year, is subject to appropriations and budget approval providing for covering such contract its as an expenditure in said budget. The City does not represent that said budget item will be actually adopted, that determination is within the sole discretion of the City Council at the time of adoption of each budget. 8. Waiver. No waiver of any breach of any to or condition of this Agreement, or Specification No. 1088, or Contractor's bid offer to Bid Invitation No. BI-0135-13 waives any subsequent breach of the same. 9. Compliance with laws. This Agreement is subject to all Federal laws and laws of the State of Texas. All duties of the parties will be performed in the City of Corpus Christi, Texas. The applicable law for any legal disputes arising out of this Agreement is the law of Texas and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 10. Subcontractors. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, Contractor must obtain prior written approval from the Building Maintenance Superintendent, Contract Administrator. In using subcontractors, Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of Contractor. All requirements set forth as part of this Agreement are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the services. 11. Amendments. This Agreement may be amended only by written Agreement duly authorized by the parties hereto and signed by the parties. 12® Termination. The City Manager may terminate this Agreement for Contractor's failure to perform the services specified in Bid Invitation No. BI-0135-13 or Specification No. 1088. Failure to keep all insurance policies in force for the entire to of this Agreement is grounds for termination. The Contract Administrator must give Contractor 5 work days' 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. Alternatively, City may terminate this Agreement upon 20 days' written notice to Contractor. However, City may terminate this Agreement on 24 hours' written notice to Contractor for failure to pay or provide proof of payment of taxes as set out herein. 13. Taxes. Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes, and all other related taxes according to Circular E Employer's Tax Guide, publication 15, as it may be amended. Contractor must provide proof of payment of these taxes within 30 days after payment is due. Failure to pay or provide proof of payment is grounds for the City Manager to immediately terminate this Agreement. 14. Drug Policy. Contractor must adopt a Drug Free Workplace Policy. 15. Violence Policy. Contractor must adopt a Violence in the Workplace Policy. 16. Notice. Notice may be given by fax, hand delivery, or certified mail, postage prepaid, and is received on the day faxed or hand delivered and on the third day after deposit if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Building Maintenance Superintendent P.O. Box 9277 Corpus Christi, Texas 78469-9277 FAX No.: (361) 826-3395 IF TO CONTRACTOR: Contractor Name: \14artin's Janitorial Service Contact Person: Janie B. Klein Address: PO Box 271739 City, State, Zip: Co us Christi. -- Texas 78427 Fax No.: 261-334-4225 17. Month-to-Month Exte si . If the City not completed the bidding process and awarded a new supply agreement upon expiration of a original contract period or y extension erio , the Bidder shall continue to provide goods/services under this Agreement, at the most current rice under the terms of 's supply agreement or extension, on a month-to- month is, not to exceed six months. This supply agreement automatically expires on the effective date of a new contract. 18. Severability. Each rovision of the Agreement shall be considered to be severable and, i , for any reason, any such rovision or any part thereof, is determined to be invalid contrary to any existing or future applicable law, such invalidity shall not impair the operation of or affect those portions of 's Agreement that are valid, ut this Agreement shall be construed enforced in respects e invalid or unenforceable provision or part thereof had een omitted. 1 . INDEMNEFICATION CONTRACTOR AGREES TO INDEMNIFY HOLD HARMLESS AAD DEFEAD THE CITY OF CORPUS CHRISTI AAD ITS OFFICERS, AND ALL LIABILITY LOSS., s s DEMAADS, SUITS AND CAUSES COSTS,INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER K .1ND OF A TTORIVE YS-' FEES AND EXPER T WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN COANECTION WITH THIS CONTRACT OR THE PERFORMANCE OF THIS CONTRACT, LIABILITY,REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CA USED BY THE CONCURRENT OR CONTRIBUTING NEGLIGENCE OF IADEMNITEES, BUT NOT BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIYED WITH THE FAULT OF ANY OTHER PERSON OR GROUP. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEM,4ADS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY To INDEMNITEES AND PAY ALL CHARGES OF ATTORNEY AND ALL OTHER COSTS AND EXPENSES OF ANY KIAD ARISING FROM ANY OF SAID DAMAGE, LOSS, t DEMANDS OR ACTIONS. THE IADEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR SOONER SIGNED this 19 day of March 1 1 n ct d Martin's Janitorial Service AZ-- ee Janie B. Klein itlem wn r CITY Date: Michael Barrera.Assistant Director of Financial ices ARMANW CH" tjtm_�Q4— CRY SEMW Incorporated e er nce: ExhibitA-1: Bid Invitation No. BI-0135-13 dudes Specification No. 1088 Insurance Requirements). Exhibit Bidder's Bid m I iw- ST L a v AC<>RJD0 CERTIFICATE OF LIABILITY INSURANCE DATE( MrDa 7/23/2013 IS 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, E ND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED PRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the poll (les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement an this cordficate does not confer rights to the cardficate holder in Ilea of such anfrrseent(s). PRODUCER T F7i Olas °Tliidg erg Insurance Group PHONE (361)595®2970 FAX (E77)632®5994 100 E ICI rg _IgAIlL.ri:Lck.vlisidas@kleborginsurance.com Std IA LUSUftERMAPFORDING COVERAGE NAIL P Kingsville TX 76363 !iNSURERA.TRA6VELERS PC CO OF AMERICA INSUREDS I INSURER B° Janie Klein, m Martin's Janitorial Service INSURER C. 3702 Apollo Rd INSURER D: Suite A INSURER E: JCoEEus Christi TX 76413 IN R�RF: COVERAGES CERTIFICATE NUMBER.-Cl 1 72300025 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR CY EFF POLICY E p1 PE OF INSURANCE POLICY NUMBER LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000400 X COMMERCIAL GENERAL LIABILITY € 100,000 A CLAIMS-MADE 1z OCCUR X Y 2983TO176 /21/2013 /21/2014 MEDEXP(Ar¢ a an) S 5,000 PERSONAL A ADV INJURY S 1,000,000 GENERAL AGGREGATE S 2,000,000 GEN°L AGGREGATE UMIT APPLIES PER: PRODUCTS-COMPlOP AGG S 1,000,000 POLICY PRO® LOC 3 AUTOMOBILE LIABILITY ¢N IN L Llr�l n', ANY AUTO BODILY INJURY(P@r n) S ALL AUTOS OWNED SCHEDULED BODILY INJURY(P®r a 'area$ S NON4:)WNED AMAGE € HIRED AUTOS AUTOS S UMBRELLA LIAB OCCUR EACH OCCURRENCE S _ EXCESS LIAR I',CLAIMS DE AGGREGATE S DED RETENTIONS S WORKERS COMPENSATION MOISEASE 0TH• AND EMPLOYERS'LIABIL YIN LIMITS Y B'ROPR¢ETO TriIE ECU7IVE N 7 A EACH S OFFIC EMBER EXCLUDED? (Mandatory In NH) LOYE S Ifg1� ,des ae ESCRIPTION OF E TIONS LIMIT S DESCRIPTION OF OPERATIONS I LOCATIONS f VEHICLES(AEEaah ACURD 101,Additional Remarks Sefaadt�Ie,If more space Is required) Buil 'rng cle rag services provide basic cleaning s® ices to the interior of promises for commercial clients, especially offices and retail. Some operations provides exclusive services for one client only, while others have a number of regular clients or offer services to the public an an Peas neededr, basis. Typical services include the removal ❑f trash from all area of the premises, cleaning r strooms, dusting, d regular vacuuming, mopping or sweeping of floors. Other services may include cleaning of sating areas, scheduled carpet cleaning, floor polishing, cleaning of drapery, and window washing. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE E EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN MASTER CERTIFICATE ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25(2010105) 0 1956-2010 ACS D CORPORATION. All rights reserved. I Sn25i7 ninn,im Tho arnwn numa nnri lnnea uro ronleforaai mvirke nF arn n Additional Named Insureds Other Named Insureds Martin's Janitorial Service Doing Business As LO 7FA V..............i............. COPYRIGHT 2007,AMS SERVICES National General Insurance PO Box 3199 Minstan Salern.NC 27102-3199 JANIE KLEIN KJeberg Insurance Group Inc UNIT A PO Box 1592 3702 APOLLO RD Kingsville TX 78363 CORPUS CHRISTI TX 78413-1961 (361)595-2970 Receipt& Payment Schedule Date. 8/6/20113 Policy Number 2002254909 Insured., Janie Klein Company: Integon National Insurance Company Payment Received $145.30 Date Payment Receive& 81612013 Payment Confirmation Number. ecAccepted PAYMENT SCHEDULE AMOUNT 91612013 $138.77 101612013 $'138.77 11/6/2013 $138.77 12/612013 $138.77 11612014 $138.77 21612014 $138j7 31612014 $138.77 416/2014 $138.77 51612014 $138.77 6/612014 $138.77 THANK YOU FOR CHOOSING NATIONAL GENERAL INSURANCE[ Email- CVservice@NGIC.com Fax-.1-800405-4302 Call us toll free: 1-877-468-3466 Visit us at www.Nationa[General.com 07178(01012011) National General Insurance PO Box 3199®VVinston Sale 27102-3199 JAMIE KLEIN Policy Number 2002254909 Welcomel Thank you for choosing us to protect your assetsi As your insurance agency,we're excited to provide you with the outstanding advantage of having a policy with National General Insurance.You're now entitled to world-class service 2417, every day Oft a year. If you ever need help with your policy®whether you have questions about a payment or you want to explore coverage options® o not hesitate to give us a call' Here's how you can reach us: Kleberg Insurance Group Inc Nicholas Viisides PO Box 1592 Kingsville TX 78363 Phone(361) 595-2970 Fax(877)832-5994 office@kleberginsurance.com Want to manage your policy online and get on-demand access to view and print all your Important policy documents?Sign up to go paperless with National General Insurancel Go paperless and take advantage of all the online poll management benefits available to ou!Just go to now that ou'd like to sign up!You'll be able to view www.NationalGeneral.com/manageyourpolicy or let us; ly and print documents—like insurance ID cards®when you neUthem, receive emal) reminders when payments are due or late, check coverages and limits. make a payment and morel World-Class Claims Service We're happy to tell you that as a National General insurance policyholder you can expect world-class claims service. It's even backed by a Claims Service Satisfaction Guarantee-And, collision repairs made at any of their Gold Medal Repair Shops are backed with a Lifetime Guarantee. You can report a claim at any time by calling 1-800-468-3466. A claims professional will be there to take your call and help you get back on the road as quickly as possible. Customer Service You can always call the customer service department at National General Insurance if you need help with anything relating to your policy. Call,the any time at 1-877-468-3466. Email.-CVservjce@NGIC,com Fax: 1-877-849-9022 Call us Toll Free, 1-877-468-3466 10 {01012013} Visit us at www,NationalGeneral.com Thank you for insuring with us! Here are your identification cards for proof of insurance. National General TEXAS AUTOMOBILE INSURANCE CARD Integan National Insurance Company POLICY NUMBER PO Box 3199 2002254NS Winston Salem,NC 27102-3199 Effective Date Expiration Date 81612013 81612014 YEAR MAKE VEHICLE IDENTIFICATION NUMBER 1990 DODG 294FP25B2WR7D4286 INSURED AGENT OM2895 Janis KWn DBAMARMS JANITORIAL SERVICE K"1mrime Group Inc PO B0 1592 3702Apok Rd KirgWile,TX 78363 W A (36I)SW-2970 Cwpus Chrisil,TX 78413-1961 This policy provides at least the minimum amounts of liability insurance required by the Texas Motor Vehicle Safety Responsibility Act For the specified vehicles arW named insureds and may provide ciaverage for other persons and other vehicles as provided by the insurance policy. CUSTOMER SERVICE:1.8774M3466 CLAIMS SERVICE 1-80"8-3466 M007 00 14327{010120111 ------------------------------------------------------ A Fold On Dotted Line—Store In Your Vehicle Texas Liability Insurance Card. Keep this card IMPORTANT:This card or a copy of your insurance policy must be shown when you apply for or renew your: motor vehicle registration driver's license motor vehicle safety inspection sticker. You may also be asked to show this card or your policy if you have an accident or if a peace officer asks to see it, All drivers in Texas must can liability insurance on their vehicles or otherwise meet legal requirements for financial responsibility, Failure to do so could result in fines up to$1,000, suspension of your driver's license and for vehicle registration, and impoundment of your vehicle for up to 180 days(at a cost of$15 per day). Report all accidents immediately to: Integon National Insurance Company Toll free at. 1-800468-3466 Spanish version is available upon request—Call Toll free at 1-877-468-3466 IMPORTANTE:Si usted quiere una tar jeta oficial,escdta an espariol,Herne a este llame a este rifirriero 1-877-468-3466 These are your Temporary ID Cards, Your Permanent ID Cards will arrive soon in the mail with your Policy. National Insurance PO Box 3129-Winslon Z7102 INSURED CITY OF CORPUS CHRISTI JANIE KLEIN P®BOX 9277 DBA MARTIN'S JANITORIAL SERVICE RISK MANAGEMENT UNIT A CORPUS CHRISTI TX 76469 3702 APOLLO RD CORPUS CHRISTI TX 78413-1961 POLICY NUMBER, 20022 90 POLICY EFFI) P a„ 816120113 POLICY DATE: ; 816/2014 CERTIFICATE THIS CERTIFICATE IS ISSUED AS A MA TtEke,E F 14FORi1AATIOhC ONLY AND CONFERS 1 TS UPON T E C R'TIFICATE,_ L[)E THIS CERTIFICATE DICES NOT AMEND,MEND O ALTER'THE COVERAGE AFFORDED BY THE POLICY �taLC31PVo`: This is to certify that the policy of Insurance sho ve-hashcen Rued to the insured named for a policy period indicated, notwithstanding any requirement. Ile tiri or coilidib-Mof any;gntiict or other docUriment wtth'respect to which this certificate may be issued or may pertain. The it surance3 afforded by�,Ihe:po)cy described here tti:is, e-ct to all the terms, exclusions and conditions of such policy, Limits st�ui+ n`niay have beep reduced by paid claims. - Type of Insurance® LIrn1ts of.Llability Provided - -r.vJ Auto Liability: " Combined, Is Llmlt Scheduled Autos50{M,Q00 Carralrned Single Limit Ayt,q Physical Da' rtrage Overage Provided 1998 Do CARAVAN Lasser of ACV,or,Stated Amount,, Collision Subject to 5250 Deduction Frorri Each Loss Lesser of ACV or Stated Amount Contiprehr:nalve Subject to fi0 Cedtiction Froa�a Each Loss Specified Perils; .nta Cancellation: Should the above described policy be cahcalled before the expiration date thereof,we will mail written notice of cancellation that c®nrplfea frith state- stafutea to the certificate holder reamed above,but failure to mail such notice shall imposes no obit afion 6',liability of any kind upon the company,its agents or representatives. � t�7.�✓ l 81612093 Authorized Representative Issue Date: 10316(01012011) Call us tall free 1-877-468-3466 Fax: 1-800-405-4302 Visit us at www.Nationa6 eneral,.co National General Insurance PO Box 3199 Afton Salem,NC 27102-3199 Janie Klein UNIT A 3702 APOLLO RD CORPUS CHRISTI TX 78413-1961 Integon National Insurance Company THIS ENDORSEMENT CHANGES THE POLICY,PLEASE READ IT CAREFULLY. WAIVER OF SUBROGATION This endorsement is issued to: Janie Klein Named Insured Effective, 816/2013 This endorsement changes Policy# 2002254909 All the provisions of the policy apply t®the terms and conditions of this endorsement except as modified herein. Any additional premium or policy fee pertaining to this endorsement will be retained by us regardless of any early termination of this endorsement or the policy, The Commercial Auto Policy is changed as follows- Paragraph 5 entitled'Transfer of Rights of Recovery Against Others to Us'under SECTION IV— R IAL AUTO CONDITIONS will not apply to, City of Corpus Christ! Name of Person or Organization Risk Man a ement PO Box 9277 Person or Organization Street Address Corpus Christi T17649 City State/Zip Code All other parts of the policy remain unchanged, 07480(01012008) Texas inlegon National insurance Company National neral Commercial Auto PCB Box 3199 1=;su'sp--ice Insurance Applicatlon 4,mns,,on-Salem_rte 7102.319 Policy M T D Effective Date' Time: x0,00.00 Amount Enclosed. ! Agency information Agency Plas1�e: blab rg�Insuran ce Grou p fine Produc ra NIch las t l sides Agency Plumber-Produde: 9002595 Agency E--Mail, office IClebeegi!nsurartc .coat A Ilcartt lrtforrrsatlors Applicant Narrte;Janio Klein Social Security#m Afflnit rou a P�t6t1� y`AE ��PLAhJ CAE wiling dressm 3702 l�llcs R llnit� itym Corpus Christi State:TX Zip;78413-1951 ail Address: one Number: Work Number: °anie.klein ahoo.corn 351-334-4223 Entity; Occupation., Individual Janitors and Janitorial Work Payment Options Policy°farm; #of Payments, Payment Type- Account#a 12 Months 10 Direct Bill Underwriting Information Policy Discount and Surcharge Information Package Discount Prior Company Nausea Transfer Discount Pro resslve Prior Policy Expiration/Cancellation Date; 51912014 L Prior BI Limits: 550,000 J S100,000 Vehicle information Veh Terr Year Make Model Body Style Serial(VIN) Number � Usage 1 4 1995 CARAVAN S4PPS2°�V7256 uslness ilea On Vehicle Information(continued) -T-Garaging dodo G.V.W. �#Job Sits s Ilse Veh (if different from mailing er Day Class Discounts and Surcharges address above) 1 75413-1961 19 S Ve lcle Information (continue ) I C files Maximum Rad us List permanently attached Current i Current Value of Stated Amount Leh of Operation equipment to be covered for Vehicle Value Equipment of Vehicle h sical dame e 1 ( 50 S6,000.00 S6,000_00 10119T (47012010) Coverage Limlts/Deductibles Premium Bodily Injury I Property Damage- S500,000 Combined Single Limit S706,00 Combined Stngle Limit — Uninsured Motorist Bodily Injury- $500,000 Combined Single Limit _L63,A Combined Sm �le Limit S 100 Personal Injury Protection S61 00_ Other Than Collision S250 Deductible 57000 Collision S250 Deductible— S126,00 Hired Auto S50,00 Non-Ownership Liability $50,00 Combined Vehicle Premium: S1,42600 Additional Char as: S2700 cl S1,45100 Total 12 Month Poll 1 Premium, Driver and Household Member Information–List all persons of eligible driving age or permit age. rive's Mantel St tu Status Name e F_T ' ___TG �de]r iciv 's License Driver Date nder Marital Relationship to Dr ic s State Status Status Applicant mber license) Nu b _Ln 1 Jan�ieKtein XX�X316525 TX Owner 1011711951 Fernale Mamed Named Insured Driver 2�ILuciaa D Ch�ampion XXX0939 TX Employee 10/2611944 Female� Single Other Driver and Household Member Information(continued) SR-22 Discounts and Surcharges No Name and Address of Additional Insured (A$25 fee will be charged for each additioftal Insured listed.) Relationship to Named If Lessor,Te of Name Address—Street, City,State, Zip Insured Lease— Risk Management Corpus Christi,TX 1 City Of Corpus Christi 1011 9TX(07012010) ta-i 'me t Are sort r vel'li�l �1e�5�d �r rented tC$�t11erS� Are en vehicles reuul�rC vi'! ble t� non-;fisted � eratnrs'� I h� Are sr°dy�Peh€c#�s used t+�carry 11rdus rntrM;�ls.frnd"e su�stnce, farerr�ls: ur �J tans cart csue9 d��s? Are In vehicles u 5e Du r uses? Are vehicles used t #r r art i3 s en4ers? Are any vehicles used in fast food deliver v�rlth liras constr nts? N Are vehicles leasedr eery€ed t0 Gathers !V 9 Are an vehicles re ula ri veil We tc scar-II'sler er tcrs? N Are ray vehicles used t carry kaa rduu rrl :er#�#s fi rr�rrs�b'e subst nce,fi,e rues, or N traraspnrt u rd d s? O O O Are an vehicles used icr erner ersc ur uses? 1011 'sX{07012010 tatement—Please read car I agree all answers to all questions in this Application are true and correct I understand, recognize, and agree said answers are given and made for the purpose of inducing the Company to issue the policy for which I have applied. I further agree that ALL persons of eligible driving age or permit age who live with me, as well as ALL operators who regularly operate my vehicles and do not reside in my household, are shown above. I agree that my principal residence and place of vehicle garaging is correctly shown above and is in the state for which I am applying for insurance at least 10 months each year. I understand the Company may rescind this policy pursuant the terms and conditions of Chapter 705, Subchapter A, of the Texas Insurance Code if said answers on this Application are false or misleading, and materially affect the risk the Company assumes by issuing the policy, In addition, I understand that I have a continuing duty to notify the Company of any changes of, (1) address-, {2) location of vehicles, (3) members of my household of eligible driving age or permit age: (4) operators of any vehicles listed an the policy; or (5) use of any vehicles listed on the Policy. I understand the Company may rescind this policy pursuant the terms and conditions of Chapter 705, Subchapter A, of the Texas Insurance Code if I do not comply with my continuing duty of advising the Company of any change. I understand and agree that in connection with my request for a premium quotation and Application for insurance, (1) the Company may obtain consumer reports which may include a driver history report, credit information, or personal or privileged information from third parties: (2) such information may be disclosed to affiliated or unaffiliated third parties without my prior permission but only as permitted or required by law; (3) upon my written request, the Company will inform me if a consumer report was requested and the name and address of the consumer reporting agency that furnished the report; (4) 1 may also request access to and correction of information the Company has collected on me; (5) the Company may request and use subsequent consumer reports in updating and renewing any insurance afforded in connection with this Application: (6) the Company will furnish a more detailed explanation of its information practices upon my request: and(7) refusal to authorize the Company to obtain a consumer report may give the Company the right to decline insurance to me. I hereby authorize the Company to obtain consumer reports on me. I agree the named members of my household and all other operators listed under this policy have authorized me to consent on their behalf to all coverages provided herein and to authorize the Company to obtain consumer reports on them for the rating and/or underwriting of the insurance for which I am applying and for any renewal thereof. I agree that a radius restriction will apply when vehicle(s) listed on this application is (are) in commercial use and I have accurately listed each vehicle(s) radius of operation. I agree to pay any additional premium owed if the amount of premium shown is inaccurate for any reason. I have had the liability coverages and limits available for the purchase fully explained to me and have selected the limits shown on the Application, I have had the different policy coverage levels available to me fully explained. I made an informed decision and have selected the policy coverage level shown on the Application. I understand the policy may be rescinded and no coverage provided if my premium down payment or full payment is paid by check, credit card, or debit card and the bank returns said check unpaid or fails to honor the credit charge or debit charge in full. I unders®and there may be a processing fee imposed on any returned checks. I understand processing fees may be Included with tray down payment and installment payments, and additional fees may be charged for late payments. I understand my payments are first applied to the fees owed and then to the premium. I understand my producer will receive compensation for this policy in the form of a commission and may from time to time receive other compensation from the Company based on sales andlor profitability, By signing below, I hereby appoint the President of Home State County Mutual Insurance Company with full power of subscription, as my proxy and with authority to vote for me, in my absence, at any membership meeting. The authority granted to the President shall remain in effect for as long as I am a policyholder of the Company, unless I give written notice otherwise, I agree to be governed by the provisions of Section 912, of the Texas Insurance Code, WARNING: Any person who knowingly, and with intent to injure, defraud or deceive any Insurer, makes any claim for the proceeds of an insurance policy containing any false, incomplete or misleading information is guilty of a felony. Applicant's Signature Date PRODUCER'S STATEMENT., PLEASE READ CAREFULLY I have asked the applicant(s) all questions on this Application and these are the applicant(s) responses. To the best of my knowled 11 f the information on this nolication Is true, correct and cnim lete vA 2ge� all or the PRODUCER'S NAME: Nicholas Viisides Please Priest) LPPIRODUCER�'.S �. SIG�NATURE: Bound Date: I I Time: 101199 X 107012010� National General >> insurance PO Box 3199 a Winston Sarern,NC 27102-3199 SAME KLEIN Kleberg lnsuraf�ce Group Inc 3702 APOLLO RD UNIT A PO Box 1592 CORPUS CHRISTI TX 78413-1961 Ki,,igsv;I1e TX 78363 (361)595.2970 INTEGON NATIONAL INSURANCE COMPANY EXCLUSION OF NAMED DRIVER AND PARTIAL REJECTION OF COVERAGES WARNING READ THIS ENDORSMENT CAREFULLY This acknowledgement and rejection Is applicable to all renewals issued by us or any affiliated insurer, However,we must provide a notice with each renewal as follows 'This policy contains a named driver exclusion,' You agree that none of the insurance coverages afforded by this policy shall apply while-, Full Name Date of Birth Driver's License is operating a covered auto or any other motor vehicle. You further agree that this endorsement will also serve as a re'ection of uninsuredfunderinsured motorists coverage and personal injury protection coverage while a covered auto or any other motor vehicle is operated by the excluded driver, Janie Klein TBD Named Insured Policy Number Signature Date 113577(090120111 TE 99 41 National General Insurance, Inc. pace I of I Quote Bill Plans jan, 16�,,n- Feu T X n: a t c, Hello,Wabogg hmumnes Graup Inc H ONI L' SALE5 SERME AGENCY ADMIN PPODUCM,'i NEWS H"E,i P quote SIAlU2 A-pc!t DrjctrS Driver HAtM Vshic!ts underwftg Coverage$ 9,1 zlanS Re,=nS 'Ayap Up 2M1,Dowl 3 Frayrnenls 1,453 02 35325 371,25 251��,Dowl 6 Paymoils I'453 DO 36322 18963 20 Down,9 Payments' 1,45303 2>'-O 5-8 13716 101A D""Im 10 paynents, 1,45303 14530 13577 EdKMML§2Mq& Amount 6;3012013 $146 X 9113312013 $13877 40I 2443 5138,67 1113012013 5138 17 %2r=2012 5138 77 1130MI4 $138 77 3M2014 5136 7? 4'1!2014 513973 51112014 5':39.77 611£2014 3 130,77 7,112014 S,3377 'Amokmi vc,udes mstal,men,,lee 71110"10 1 ier Insuraince TRAVELERS i Web The Travelers Indemnity Company and its Affiliates Workers Compensation Insurance Proposal for: KLEIN, J I DBA. MARTIN'S JANITORIAL SERVI 3702 APOLLO SUITE A CORPUS CHRISTI, TIC 7 413 Policy For I 08/30/2013 thru 08/30/2014 Proposal Number: ®q 1-A-1 Proposal Presented By: KLEBERG INSURANCE , X15 KINGSVILLE, TX 78363 On Behalf of KLEBERG INSURANCE , and The Travelers Indemnity Company and its Affiliates, we appreciate the opportunity to rovi KLEIN, JANIE with the following policy proposal. THE FOLLOWING OUTLINES THE COVERAGE FORMS, LIMITS INSURANCE, POLICY OTHER ENDORSEMENTS AND ITC ONS PROVIDED IN THIS PROPOSAL/QUOTE. ANY POLICY LIMITS INSURANCE, POLICY ENDORSEMENTS, COVERAGE SPECIFICATIONS, T TERMS CONDITIONS T YOU HAVE REQUESTED T ARE NOT INCLUDED IN THIS PROPOSALIQUOTE HAVE NOT BEEN AGREED TO BY TRAVELERS. L REVIEW THIS PROPOSALIQUOTE `( AND IF YOU HAVE ANY QUESTIONS, PLEASE CONTACT Y TRAVELERS T I . The Travelers Indemnity Company and its Affiliates Workers Compensation Insurance Proposal for: KLEIN, JANIE This proposal will expire t y (30) days from the date of creation identifi ed below and is not a binding contract for insurance. *A rate change request may be under consider Mion by the proper regu;atory authority which may result in final rates different from the rates and premium shown above, Created on 0712912013 by KLEBERG INSURANCE GROUP, 711-premiums for this policy will be determined by our manuals of rules, rates, rating plans and classifications We may change our manuals and apply the changes to this policy if authorized by law or a govemmental agency regulating this insurance, 2 The Travelers Indemnity Company and its Affiliates Workers Compensation Insurance Proposal for: KLEIN, JANIE COVERAGE INFORMATION: • Part One • Workers Compensation Insurance, Statutory Requirements • Part One of the policy applies to the Workers Compensation Law of the states listed here. TX • Part Two Employers Liability Insurance.,, Part Two of the policy applies to work in each state listed in Part One- The I'mits of our liability under Part Two are', Bodily Injury by Accident 5500,000 each accident Bodily Injury by Disease 5500,000 policy limit Bodily Injury by Disease 5500,000 each employee • Part Three Other States Insurance: Part Three of the policy applies to the states, if any, listed here, All states except AK, OH, NO, WA,WY POLICY PREMIUM: 6 Total Deposit Amount Due 52,668 Notes Section: 'A rate change request may be under consideration by the proper regulatory authority which may result in final rates different from the rates and premium shown above. Created on 0712912013 by KL G INSURANCE GROUP, All premiums for this policy will be determined by our manuals of rules, rates., rating plans and classifications We may change our manuals and apply the changes to this policy if authorized by law or a governmental agency regulating this insurance. 3 The Travelers Indemnity its flit Workers Compensation Insurance Proposal fore KLEIN, JANIE STATE IU SCHEDULE State TX THE TRAVELERS INDEMNITY COMPANY F CONNECTICUT Pretlurn Basis - Rates Per Mass Estimated Total 5100 of Estimated Location Code Desc neration* Premium JANITOR SERVICE BY 001 9014 CONTRACT _.. ...__... S85,000 , ...... .. . ..311.. 52,644 001 . ... 0930 WAIVER OF SUBROGATION S2,644 0200 $53 Epl. Liab, Increased Limits(9807) Estimated Premium Merit Rating Modification(9885) 52,,451 Total Estimated Standard Premium $2,451 Expense Constant S200 Terrorism 517 Taal Estimated Premium 52666 Deposit Amount Due $2.666 Terrorism °I Insurance i I r On December 26; 2007, the President of the United States signed into law amendments to the Terrorism Risk Insurance Act of 2002 (the"Act'), which, among other things, extend the Pict and expand its scope. The Act establishes a program under which the Federal Government may partially reimburse'I nsured Losses" (as defined in the Act)caused by"acts of terrorism", An Fact of terrorism" is defifned in Section 102(1) of the Act to mean any act that is certified by the Secretary of the Treasury®in concurrence with the Secretary of State and the Attorney General of the United States—to be an act of terrorism; to be a violent act or an act that is dangerous to human life, property, or infrastructure; to have resulted in damage within the United States, or outside the United States in the case of certain air carriers or vessels or the premises of a United States Mission; and to have been committed by an individual or individuals as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. The federal government's share of compensation for Insured Losses is 65% of the amount of Insured Losses in excess of each Insurer's statutorily established deductible, subject to the".Program"Trigger", (as defined in the Act): In no evert, however, will the federal government or any Insurer be required to pay any portion of the amount of aggregate Insured Losses occurring in any one year that exceeds S1 00,000,000,000, provided that such Insurer has met its deductible. If aggregate Insured Losses exceed S100,000,000,000 in any one year, your coverage may therefore be reduced, The charge for this exposure is an additional premium, which is reflected in the premium schedule and does not include any charge for the portion of losses covered by the federal government under the Act. Note®Terrorism premium charges are subject to change at any time based on Federal Lave and state regulatory action, rate change request may be under consideration by the proper regulatory authority which may result in final rates different from the rates and premium shown above. Created on 0772912013 by KLESERG INSURANCE GROUP,. AIf�rerrritrrrts for this policy will be determined by our manuals of rules, rates, rating plaits and ciaasifications. �Ve may change our manuals and apply the changes to this policy if authorized bylaw or a govern mental agency re uia ting this;nsuran ce. 4 The Travelers Indemnity Company and its Affiliates Workers Compensation Insurance Proposal for: KLEIN, JANIE Health Care Network — Texas 0 v e r v i e w What Employers Should Know A certified workers compensation Health Care 0 Employees residing in a certified County Network (H N; is a network of medical must choose a Treating Doctor from the professionals who provide inital and specialty care Network for the treatment of work-related iril'uries, The Travelers custom HCN is certified by the Texas a Treating Doctors include Occupatona`' Department of Insurance, and integrates Travelers Medicine Clinics, Urgent Care Clinics, and claim and medical processes by provil'ding a primary care physicians such as Famj`y customized network of appropriately credentialed Practice, General Practice, Internal medical providers who coilaborate with our claim Medicine, and Occupational Medicine, and medical professionals in Texas. The dynamic Travelers HCN Treating Doctors do not network continues to evolve to respond to our include Chiropractors. customer and business needs. Referrals to Specialist Physicians are jointly Advantages of the Texas HCN controlled by the Treating Doctor and the • Employers enrolled in the Travelers HCN Travelers Case Manager. can experience better claim outcomes and The current fee-for-service discounts on medical cost reduction. medical services Travelers Insureds enjoy • Employers enjoy greater control of both the outside the H will be eliminated at the medical and indemnity components of their end of 2010 as a result of a statute passed workers compensation costs by directing by the Texas Legislature, leading to a rise in employees to use Network Providers. medical costs for Employers who are not enrolled in the H • Network Providers have agreed to collaborate with Travelers to promote an active return-to-work and stay-at-work The Bottom Line Results program that is medically appropriate for Employers benefit by using the Travelers HCN to each injured employee and are required to help control workers compensation medical and render care based on medically appropriate, indemnity costs. H providers follow the latest evidence-based treatment protocols. evidence-based medicine treatment protocols and • Employees with dates of injury after the partner with Travelers claim teams to promote Employer's enrollment date are required to efficient and effective return4o-work or stay-at-work use Network Providers for the life of their strategies. claim. Employees with dates of injury before The reduction in workers compensation costs that the Employer's enrollment date will be Employers are likely to see by enrolling in the individually evaluated for enrollment based Travelers H will translate into lower premium an criteria set out by the Texas Department costs. Employers written an a guaranteed cost policy of Insurance. will receive a 12% premium credit effective on the • Employees have access to a broad network enrollment date. Employers written on a loss of quality medicali providers with expertise in sensitive policy will directly benefit from reductions in treating work-related injuries. loss dollars. • Employers who consistently support the use Travelers has a custom Health Care Network(HCN) of Network Providers can expect a positive in conjunction with First Health. Please visit impact in overall claim payout. tgg:llv4ww.travelers.com/TXHCN for access to HCN provider directories, as well as other workers compensation related information. Created on 0712912013 by KL G INSURANCE GROUP, All premiums for this policy will be determined by our manuals of rules, rates, rating plans and classifications. We may change our manuals and apply the changes to this policy if authorized by law or a governmental agency regulating this insurance. 5 The Travelers Indemnity Company and its Affiliates workers Com ensation Insurance Pr IMPORTANT NOTICE REGARDING COMPENSATION DISCLOSURE For information about how Travelers compensates independent agents, brokers, or other insurance producers, please visit this website: htto:lfwv vw,travelers.com/w3c/lgtg al/Producer Q Ln I If you prefer, you can call the following toll-free number: 1-866-904-8348. Or you can write to us at Travelers, Enterprise Development, One Tower Square, Hartford, CT 06183 THIS PROPOSAUQUOTE DOES NOT AMEND, OR OTHERWISE AFFECT, THE PROVISIONS OF COVERAGE OF ANY RESULTING INSURANCE POLICY ISSUED BY TRAVELERS. IT IS NOT A REPRESENTATION THAT COVERAGE DOES OR DOES NOT EXIST FOR ANY PARTICULAR CLAIM OR LOSS UNDER ANY SUCH POLICY. COVERAGE DEPENDS ON THE APPLICABLE PROVISIONS OF THE ACTUAL POLICY ISSUED, THE FACTS AND CIRCUMSTANCES INVOLVED IN THE CLAIM OR LOSS AND TOTAL DEPOSIT AMOUNT DUE*: $2,668 Underwritten By: The Travelers Indemnity Company and its Affiliates Acknowledged and Accepted By: On (Signature of the Insured) (Date) The Travelers has been in the business for over 140 years and has established itself in the marketplace as a financially stable company that you can rely one You can feel confident knowing that your business will be protected in the event of a loss® Our highly qualified to of professionals, including our sales force, underwriters, risk control consultants and claim professionals, know their business well and will provide you with the no- hassle service you expect from your insurance carrier. Our dedicated, knowledgeable claim professionals are committed to providing you with exceptional claim service 24 hours a day, 365 days a year. Simply call us directly using our toll- free claim reporting number, 800.238.6225, and your loss will be handled in a fast and efficient manner so you can got back to running your business. *A rate change request may be under consideration by the proper regulatory authority which may result in final rates different from the rates and premium shown above Created on 0712912013 by KLEBERG INSURANCE GROUP, _Z1-premiums for this policy will be determ_FnW6y our manuals of rules, rates, rating plans and classifications We may change our manuals and apply the changes to this policy if authorized by law or a govemmental agency regulating this insurance. 6 CITY OF CORPUS CHRISTI PURCHASING DIVISION P. 0. BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 BUD ENVITATION INVITATION TO: INVITATION NO.: ®1 (Must appear on Bidder's return envelope) COMMODITY: Custodial Services for City Hall,Frost Building & Facility Maintenance REQUISITION NO.(S) BID CLOSING TIME: 11:00 A.M. Central Time March 20,2013 (By Purchasing Division Time Stamp) This invitation includes these forms: *Bid Invitation Notice to All Bidders For information contact® Special Instructions to Bidders Instructions to Bidders Standard Purchase Terms&Conditions *Bid Sheet Gabriel Maldonado Specification 1088 Senior Buyer Additional Instructions to Bidders Insurance equirements Telephone., (361)826-3165 R Supply Agreement Standard Provisions *Attachment I Service Agreement *Disclosure of interest *Business Designation Form *These documents must be Dr, ed and returned before the BID CLOSING TIME. BED(Refer to"Instructions to Bidders"before completing) The undersigned, by his/her signature, represents that he/she is authorized to bind the Bidder and shall fully comply with the terms and conditions of the attacked Bid Invitation, Specifications, and Special Provisions for the amount(s) shown on the accompanying bid documents, If the offer Is accepted within _ calendar days (90 days unless a different period is inserted) after date of bid opening. Firm Name: Martin's Janitorial Service— Telephone: 361 -334-4223 Address: PO Box271759— Fax: 361 -334 4225 city. CotalLs Christi State: TX Zip: 78427 - E-mail: Jan ie.kleinj2ayahoo.co m Firm's Principal Place of Business- Address: 3702 Apollo Rd Suite A city- or us Christi State: TX Zip- 78413 - ate® ignature of Person Authorized to Sign Bid Signer's Name: Janie B Klein Title: Owner (Please print or type) NOTICE TO ALL BMDERS 1. BIDDER SHALL SUBMIT ITS BID ELECTRONICALLY, AS INSTRUCTED IN THE BID., VIA . The Bid Invitation and all Bid Sheets must be signed y Bidder. 3. Bidder must state if bid is all or none, otherwise, i is choose any item or group of items according tote City's st interest. 4. Before submitting your id, please read all bid invitation documents carefully. f there are questions, contact e buyer indicated on a Bid Invitation. 'Any disc between t i Invitation a Bidder's re a e y to t evaluation eri od ,and_ often cause the bid to e declared non- responsive,and eliminated fr si r ti . E-MAIL FACSIMILE AND The City's Charter and the City's Electronic Procurement Policy require at all submitted i be sealed, secret, unopened and time-locked through the closing time specified in the Bid Invitation, to be publicly opened read aloud in a presence of one or more City employees and those Bidders desiring o be present. Therefore, bids submitted directly to the facsimile machine or e-mail will be considered non-re s' e . . i . SPECLAL INSTRUCTIONS TO BIDDERS A re® i conference will be held in the Finance Conference Room, 4,h Floor, City Hall Building, 1201 Leopard Street,Corpus Christi,Texas at 10:00 AM Central Time(CT) on Monday,March 11,2012. The purpose of the pre-bid conference is to discuss the Bid Invitation and specifications. You are encouraged to attend. Bidders' questions shall be submitted in writing, online via PublicPurchase.com using the electronic question feature specific to this bid and shall be submitted no later than 5:00 PM. CT on March 11, 2013. Questions submitted after 5:00 PM CT on March 11,2013 shall be deemed late and shall not be considered. The City shall provide responses in writing online via Publie Purchase.com using the electronic response feature and/or in the ® of written addenda electronically posted via PublicPurchase.com if such information is necessary to bidders in submitting bids or if the lack of such information would be prejudicial to uninformed bidders. Oral explanations or instructions provided by the City before the award of the contract shall not be binding upon the City. The date and time the Bidder electronically submits its bid via PublicPurchase.com shall be electronically recorded by PublicPurchase.com and shall be the official "time stamp" for the purpose of this bid. The time maintained by PubliePurchase.com shall be the official time for the purpose of the BID CLOSING TIME for this Invitation to Bid. CITY OF CORPUS CHRISTI PURCHASING DIVISION INSTRUCTIONS TO BIDDERS Preparation of Bids Any explanation desired by a Bidder regarding the meaning or interpretation of the Bid Invitation,drawings,specifications,etc.,must be submitted in writing to Purchasing as detailed in Special Instructions To Bidders. Oral explanations or instructions given before the award of the contract will not be binding. Any information given to a prospective Bidder concerning a Bid Invitation will be furnished to all prospective Bidders as an addendum to the Bid Invitation, if such information is necessary to Bidders in submitting bids on the Bid Invitation or if the lack of such information would be prejudicial to uninformed Bidders. 1. specifications Bidders are expected to examine the specifications, drawings, standard provisions and all instructions. Failure to do so will be at the Bidder's risk. Bidders may provide a product exceeding specifications,as an alternate bid,if they so desire. 2. Information Required Each Bidder shall furnish the information required by the Bid Invitation. The Bidder shall sign the Bid Invitation,Bid Sheet,and,when appropriate,Specifications. Erasures or other changes must be initialed by the person signing the offer. Bids signed by an agent are to be accompanied by evidence of his authority unless such evidence has been previously furnished to the City purchasing office. A. The Bidder should quote its lowest and best price, F.O.B.destination on each item. If delivery and shipping quantities affect unit bid price, multiple bids may be made so as to indicate "price break" quantities in order for the City to determine maximum economic benefits. Pricing should include packaging and transportation unless otherwise specified. Pricing shall be entered on the Bid Sheet in ink or typewritten. Totals shall be entered in the"Total Price' column of the Bid Sheet. In case of discrepancy between unit price and extended price,the unit price will be presumed to be correct. B. Bids should be firm. If the Bidder, however, believes it is necessary to base its price on a price adjustment, such a bid may be considered,but only as an alternate bid. C. Transportation Charges. If the quoted price does not include transportation charges, such charges must be itemized separately; provided,however,that the City shall have the right to designate what method oft spo tion shall be used to ship the goods. D. Taxes. Tbe City does not have to pay Federal Excise Taxes or state and local retail sales and use taxes. Tax exemption certificates can be provided upon request. E. Time, if stated as a number of days,will include Saturdays,Sundays,and holidays. Time of delivery is part of the bid and is very important. The required delivery date indicated is at point of destination. If the indicated date cannot be met or date is not indicated,Bidder shall state its best delivery time. F. If the Bid Invitation indicates"approved equal"products are acceptable,the seller may offer an"equal"product as an alternate bid. Final"approved equal"determination remains with the City. G. Bids jubmitted on other than City.form _w ,1L s, ifferent ter ms or provisions will be considered nonresMnsive a . nd will be qr _ eliminated from consideration. 3. Submission or Bids A. Sealed bids should be returned in an envelope marked on the outside with the Bidder's name and address and bid number. Address to: City of Corpus Christi Purchasing Division P.0.Box 9277 Corpus Christi,Texas 78469-9277 BID NO.:BI-0135-13 BIDCLOSINGTIME. MARCII20 26113 It, z00 AM B. Sealed bids may be delivered in person or by courier to the Purchasing Division on the 41h Floor of City Hall at 1201 Leopard Street,Corpus Christi,Texas,78401-2825. C. Bids must be returned in sufficient time so as to be received and time-stamped at the above location on or before the published bid date and time shown on the Bid Invitation. Bids received after the published time and date shall not be considered. 4. Modification or Withdrawal of Bids Bids may be modified or withdrawn by written or telegraphic notice received by the City purchasing office prior to the exact hour and date specified for receipt of bids. A bid may also be withdrawn in person by a Bidder or his authorized representative, provided his identity is made known and he signs a receipt for the bid,but only if the withdrawal is made prior to the exact hour and date set for the receipt of bids. 5. Evaluation Factors A. Lowest Responsible Bidder or Best Value. This contmct is being solicited by competitive scaled bids. Therefore,the City will award the contract to either the lowest responsible bidder or the bidder who provides goods or services at the"best value"for the City. 1. The City may award purchase orders and contracts to the Lowest Responsible Bidder. To determine the Lowest Responsible Bidder,the City may take into consideration. a, the quality of the product; b. the adaptability to the particular use required; c. the ability,capacity,experience,efficiency and integrity of a bidder, d. a bidder's financial responsibility; ca a bidder's past performance or relationship with the City or with other entities; f. a bidder's safety record;or g. whether a bidder is in pending litigation or is involved in a lawsuit or claim against the City. 2. The City may award purchase orders and contracts to the bidder who provides goods or services at the"best value" for the City. To determine the best value for the City,the City may consider: a, the purchase price; b. the reputation of the bidder and of the bidder's goods or services; c. the quality of the bidder's goods or services; d. the extent to which the goods or services meet the City's needs; e. the bidder's past relationship with the City; f. the impact on the ability of the City to comply with laws and rules relating to contracting with historically underutilized businesses and nonprofit organizations employing persons with disabilities, g. the total long-term cost to the City to acquire the bidder's goods or services;and h. any other relevant criteria specifically listed in this bid invitation/request for bids or proposals, FAILURE TO COMPLY WITH ALL REQUIREMENTS AND CRITERIA OR QUALIFICATIONS OF ANY KIND MAY RESULT IN BIDDER'S BID BEING ELIMINATED FROM CONSIDERATION. B. Partial Awards. Bidders may furnish pricing for all or any portion of the Bid Invitation. Unless the Bidder specifies otherwise in his bid,the City may award the contract for any item or group of items shown on the Bid Invitation. C. Reservations. The City expressly reserves then t to: 1. Waive any immaterial defect,irregularity or informality in any bid or bidding procedure; 2. Reject or cancel any or all bids; 3. Reissue the Bid Invitation; 4. Extend the bid opening time and date; 5. Procure any item by other means; 6. Increase or decrease the quantity specified in the Bid Invitation,unless the Bidder specifies otherwise; 7. Consider and accept an alternate bid,as provided herein,when most advantageous to the City, in the event no bid is received that fully complies with all requirements and criteria used to determine the lowest responsible bid. 6. Acceptance Acceptance of Bidder's offer for an open market purchase will be in the form of a purchase order. Acceptance of Bidder's offer for supply agreements will be by acceptance letter. Subsequent purchase orders and release orders may be issued as appropriate. 7. Conflicts of Interest Bidders must comply with the conflict of interest provisions of the City Charter and Code or Ordinances. Prior to the submission of any bid, each Bidder must file with the City purchasing office a disclosure of interests on the form supplied byte City. Bidders are obligated to provide updated information concerning the disclosure of interests,as wan-anted,throughout the time the bids are being considered. Bidders who already have a current disclosure or interest form on file in the City purchasing office will not be required to submit a separate form with their bids provided that they have signed the certificate on the Bid Sheet certifying that the disclosure of interest information on file is current and true. 8. Equal Employment Opportunity Bidders are expected to comply with the Affin-native Action Policy Statement of the City with respect to its provisions concerning contractors. Any complaints filed with the City alleging that a Bidder is not an Equal Opportunity Employer due to activities arising during a previous City contract will be referred to the Human Relations Commission("Commission")of the City for the purpose of review and recommendation. Summaries of reports by the Human Relations Administrator or the Commission may be considered in any future bid awards by the City. The City expressly reserves the right to consider such reports in determining the lowest responsible bid. CITY US CHRISTI PURCHASING NISI N STANDARD PURCHASE TERMS AND CONDITIONS Seiler and City agree as follows 12, SAFETY WARRANTY Soler warrants that the product sold to City shall conform go !. SELLER TO PACKAGE GOODS Seiler will package goods in accordance with good the standards promulgated by the U.5.Department of Labor under the Occupational commercial practice. Each ship ing container shall be clearly permanently marked Safety Health A (OSHA). tat the event the product not conform to OSHA as follows:(a)Seller's name at - (b)Consignee's s and pp s City y ref the for sots or replacement at the Seller's o or p eel n the supply agreement number if applies It; (c) expense. In the event Seller fails to make the appropriate correction within a container number and total number of containers,e.g.box I of 4 boxes;and(d)the reasonable tithe,correction made by City will be at Seller's expense. number of the container beating the parking slip Seller shall bear cost of packalping. 11 NO WARRANTY BY CITY AGAINST INFRINGEMENTS Asp of this contract unless otherwise provided. Goods shall be suitably packed to see= lowest for sale Seller agrees to meergoin whether goods manufactured in accordance with the transportation costs and to conform to requirements of common carriers and any sptcifcatiotas at Las ties c twill give to the righ claim of y tlsird a i le specifications. City's count or weight shalt be final and conclusive on n by evsy of irsfrtaa ant or the Gke. City amaak�s w ty that riot u n roam is not accompanied by puking lists, of ace ing to the spociftcataon will trot govt t® h a clairraa and im no 2. SHIPMENT UNDER RESERVATION PROHIBITED Seller is not authorized to ship evcsat 11 City be liable to Setter for in siifsataon in the o t t Salter is surd tan the goods under reservation and no tender of a bill of lading will operate as a tender of the grounds of infringement or the hike. If Seller is of the opinion that an infringement or the lake will msult,he will nofify City to this effed in writing within two weeks after 3 TITLE&RISK OF LOSS Ilse title and risk of loss of the goods shall not passto,City the signing of this con t. If City does not receive notice and is subsequently held until City actually iv and takes possession of the pods at the point or points of liable for the infringement or the like,Seller will hold City lgwivhiss. If Seller in good delivery faith ascernims that production of the goods in accordance with the specifications will 4 DELIVERY TERMS AND TRANSPORTATION CHARGES F.0 B, Best' sort mutt in infringement or the likes this contract shall be null and void except than City unku delivery terms use speeffied otherwise in bid. City apecs to reimburse Seller for will pap Seller the reasonable cost of his search as to infringemtents. transportation costs in the amount specified in Seller's bid®or actual c whichever is 14. RIGHTS OF INSPECTION City shall have the tight to inspect the goods at delivery lower,if the quoted delivery term do not include transportation casts®provided City before accepting shall have the right to designate what method of tramportation shall be used to ship the 15 CANCELLATION City shall have the right to cancel for default all or any of the g deliv portion of this order if Seller any of the terms he inchrding S NO REPLACEMENT OF DEFECTIVE TENDER Every tender or delivery of goods warrmoics of Seller or if the Seiler becomes insolvent t or commits acts of bankruptcy, mast fully comply with all provisions of this contract as to time of delivery,quality and Such right of cancellation is in addition to and not its lieu of any other remedies which the like If a lender is made which does not fully conform,this shall constitute a breech City may have in law or equity. and Seller shall not have the right to substitute a conforming ten vided,where 16 TERMINATION ct of w under this o y beterminated in die time for o ce has not yet expired,die Satter may sonab y notify City of whole,or in part by the City in accordance with this provision. Termination of work his intention to cum and may then snake a conforming tender within the contract time hereunder shall be effected by the delivery to the Seller of a"Notice of Termination- but not afterward. specifying the extent to which performance of work under the order is terminated and 6 PLACEOFIDELIVERY The place ofdelivery shalt be that set fbith in the block of the date upon which such termination becomes effective. Such right of termination is the purchase order entitled"Receiving Ag y" Any change t o shall be effected in addition to and not in lieu of the rights of City set forth in Claim IS.herein. by modificaflan as provided for in Clause 20 hereof entitled"tviodifications" The 17, FORCE MAJEURE Neither party shall be held responsible for losses resulting if the terms of this asmement are"no arrividi no sate." fulfillment of any terms or provisions of this contract is delayed or prevented by any 7 INVOICES&PAYMENTS cause not within the control of the party whose performance is interfered with and a. Seller shall submit separate invoices, in duplicate, on cub purchase order or which by the exercise ofreasonable diligence said piny is unable to preveric purchwe micase after each delivery, Invoices shall indicate the purchase order or 19 ASSIGNMENT-DELEGATION No right or inteml in this contract shall be assigned purchase relemenumber and the suppiyagreelmint number ifapplicabie invoices or delegation of any obligation made by Seller without the writias permission of the shall be itemized ard transportation c esa if stay,shall be listed separately A City Any attempted assignment or delegation by Setter shall be wholly void and copy of the bill of lading,and the freight waybill when applicable,should be totally ineffective for all purposes unless made in conformity with this paragraph. attached to the invoice. Mail to Accounting Division,City of Corpses Christi,P. 19, WAIVER No claim or right wising out of a breach of this contrast can be discharged 0: Box 4277,Carpus Christi,T 78469. Payment shall not be due until the in whole or in pan by a waiver or renunciation of the claim or right unless or above a carts suturiitttd after delivery, renunciation is supported by consideration and is its writing signed by the aggrieved b. City's obligation is payable onl solely Fromm fiends available for the p of party. this porch k of funds s t render this contract null and void to the extent a0, MODIFICATIONS This contract can be modified or rescinded only by a writing funds aft not available®and any delivered but unpaid for goods will be returned to signed by both of the panics or their dally authorized agents: Seller by City. 21: INTERPRETATION-PAROL EVIDENCE This writing is intended by the ics as a c, Do not inckuk Federal Excise,State or City Sales Tax. Laity shall furnish tax Gnat expression of their agreement is intended also as a complete exclusive exemption conifcines upon request. statement of the terms of their agreement No course of prior derilings between the d. Payment terms are no 30 days after the goods are provided or services are parties and no usage of else trade shall be relevant to supplement or explain any term completed,ass faired,or a correct invoice is received,whichever is law. used in this contract, Acceptance or us escetice in it course of performance rendered S. GRATUITIES The City way,by written notice to the Seller>cancel this contract under this contract shall not be relevant to determine the meaning of this contract even without liability to Seiler if it is determined by City that gratuities, in the form of though the ing or a uiescing knowledge of the performance and to ent,gifts,or o he °se,w offered as givens by the Soler;or y agent or o utaaty for objection. 1V mev�r a t deft by the Uniform Commercial C rotative of the Seller,to any officer or employee of the City with a view toward s In this corer t,die definition contained in the Code is to control sectemi;a contract or securing favorable treatment with respect to the awarding or 22 APPLICABLE LAW This contract shall be governed by the Uniform Commercial amending,or the making of any determinations with respect to the performing of such a Cc& Whemver the t "Uniform Commercial Code"is wed,it shall be construed as contract. In the event this contract is cancelled by City pursuant to this provision,City meaning the Uniform Commercial Code as adopted in the State of Tc.xm as effective shall be entitled,in acklition to any other rights and remedies,to recover or withhold the wul in force on the date of this contract, counter of the cost incurred by Seller in providing such gratuities. 23° ADVERTISING Seller shall not advertise or publish,without City's prior consent.the 9. SPECIAL TOOLS&TEST EQUIPMENT If the price soled on the face berwif fact that City has entered into this contracL cx t to the extent accessary to comply includes the cost of any special tooling or special lost equipment fabricated or required with proper requests for information from an glaTorized representative of the federal. by Seller for the purpose of Ellin this h special tooting equipment and any a or local government, process is related the f become the property of the City and to the extent 24. RIGHT TO ASSURANCE Whenever one party to this contract in good faith has feasible shall be identified by the Seller as such. mason to question the o 's intent to perform he may demand that the other 10. WARRANTY-PRICE party given written sscurmice of has intent to perform, In the event that a demand is a. The price to be paid by the City shall be that contained in Sellers bid which Seller made and no assurance is given within five(5)days,the demanding party y al this warrants to be no higher t Seller's at d our o by others for fail as aantacipatory udiatioas of the contract products of the kind d specification cove by this cone for similar 25. EQUAL LO R ITY quantities under similar or like conditions and mersedis of purchase, In the event Seiler specs that during the performance of its contract it will Seller breaches this warranty, the prices of the items shall be reduced to the a. Treat all applicants and employm without discrimination as to race,color; Seller°s cuff cnr prim an orders by others,or in the alt tire,City may cancel religions national origin,mantalstalus,age,or handicap, this curious without liability to Seller for breach or Seller's actual expense. b, Identify itself as an "Equal Opportunity Employer" in all help wanted b. The Seller warrants that no person or selling agency has been employed or retained advertising or request. to solicit or accure this contract upon an agreement or understanding for The Seller shall be advised of any complaints fled with the City alleging ding Seiler is commussion, percentage, brokerage, or contingent fee excepting bona fide not an Equal Opportunity Employer, employees of bona fide established commercial or selling agencies maintained by The City reserves the right to consider its reports from its human Relations the Seller for the purpose of securing business For breach ear violation of this Administrator in response to such complaints in determining whether at not to warranty the City shall have the right in lion to y other right or rights to terminate any portion of this contract for which purchase orders or authointies to deliver cancel this con=without liability and to deduct from the contract price,or have not been included, however, the Seller is specifically advised dial no Equal otherwise mcolmr the full amount of such commissim percentage.brokerage or Opportunity EmCayment cone [will be the basis for Illation of contract contingent fee. for which a p e order =issued or authority,to deliver granted.. I f. WARRANTY-PRODUCT Seller shall not lint or exclude any implied warranties 26 CONFLICTS OF INTEREST Setter agrees to comply with the conflict of smlc t d y attempt to do so shall der this tmott voidable at the option oaf the City. visions of the City Cl er and C of Ordinances, Seller n to maintem Seller warrants that the goods furnished will conform to the if imis,drawings, curmid, updated disclosure of information on file with the City purchasing office andl descriptions fasted in the bid invitation,and to the pie(s)furnished by Self,if throughout the term of this contract any In die event of a conflict between the specifications.drawings,and descriptmris, the specifications shall govmrtt. CITY OF CORPUS CHRISTI PURCHASING DIVISION BID SHEET BID INVITATION NO. BI-0135-13 PAGE 1 OF 2 DATE: Marrb 19,2013 Janie B. Klein BIDDER THORIZED SIGNATURE 1. Refer to"Instructions to Bidders"and Standard Purchase Terms and Conditions before completing bid. 2® Quote your best price,F.O.B.Destination,on each item. 3. In submitting this bid,I certify: a. That 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. That I am an Equal Opportunity Employer;and e® That the disclosure of Interest information on f i l e with City purchasing pursuant t o t he Code of Ordinance is current and true® UNIT TOTAL ITEM DESCRIPTION QTY UNIT PRICE PRICE Twelve month Supply Agreement with option to extend for up to two (2) additional twelve month periods, subject to the approval of the supplier and the City Manager or his designee for Custodial Services in accordance with Specification No. 1088. 1.0 Custodial Service for three(3) locations price shall include: I. All Labor®Nightly Services 2. Insurance 3. Service Equipment 4. Materials 5® Supplies 1.1 Custodial Service for City Hall located at 1201 Leopard 12 Mo. 10568 126,816 Street, Corpus Christi, Texas 78401 in accordance with ecificati®n No. 1088. 1.2 Frost Building Facility located at 2406 Leopard Street, Corpus Christi, Texas 78401 in accordance with 12 Mo. Specification No. 1088. 4945. 59.340 1.3 Facility Maintenance located at 5352 Ayers, Bldg 3A Unit, Corpus Christi, Texas 78415 in accordance with 12 Mo. Specification No. 1 088. 795.54 9546.48 CITY OF CORPUS CHRISTI PURCHASING DIVISION BID SHEET CONTINUATION BID INVITATION NO. BI-0135-13 PAGE20F2 —March 19 2013 e lei Ja BIDDER THORIZED SIGNATURE r r- UNIT TOTAL ITEM DESCRIPTION QTY UNIT PRICE PRICE 2.0 Daytime Custodial Service–Outside the Building– I Debris Removal after inclement weather, natural 120 Hours 14.00— 1 680®00 disasters or cat astropWc emergencies. Debris would be considered any small objects less than 40 lbs. (broken glass, leaves,tree limbs, building materials, etc.) Hourly pere oyee: NOTE: Attachment I (Service Agreement) Bidders are required to sign attached contract marked as Attachment I. The signed contract will be made part of bidder's offer and must be returned with bid. Failure to do so may result in your bid being deemed non- responsive. The City will complete the successful bidder's contract when offer is accepted. CITY OF CORPUS CMSTI SPECIFICATION NO. 1088 MATERI.ALS MANAGEMENT DATE: 02/14/13 Revised Page I of 20 SPECIFICATIONS FOR CUSTODIAL SERVICES FOR CITY HALL, FROST BUILDING, AND FACILITY MAINTENANCE GENERAL REQUIREMENTS AND BIDDING INSTRUCTIONS I GENERAL INTENTION: The purpose of this specification is to obtain custodial services as specified in the standards contained herein. 2. GENERAL DESCRIPTION: Under this contract, the contractor will fumish all labor, supervision, insurance, service equipment, materials and supplies necessary to perform services required at frequencies specified. All contractor equipment must be maintained to ensure safe, effective, efficient operation. 3. NIGHTLY SERVICES: All Locations: Nightly services (5 days, Monday through Friday} are to be performed a ter normal business hours. Normal business hours are f r o m (8:00 AM to 5:00 PM). Man hours utilized will be sufficient t o e nsure required services are performed in a professional manner. Nightly Services are part of the Minimum Requirements of this contract, and costs for providing this service must be included in the Contractor's annual fixed bid. See Schedules & Requirements ( A.1.0 A.I 5.A} and Appendix"A" for City designated holidays. IQLty Hall: Includes nightly meeting/training room set ups on various floors. Nightly work must be completed by 6:00 am. Frost B it tt :Nightly or must be completed by 11:00 pm. Ltg Maintenance By iii : Nightly work must be completed by 11:00 pm. 4. TERM OF CONTRACT: The to of the contract will be twelve months with option to extend for up to two (2) additional twelve on periods, subject to the approval of the supplier and the City Manager or his designee. 5. INSURANCE: Within fifteen (15) days after the award of this contract and prior to beginning work, the Contractor will furnish the Facilities Manager a certificate of insurance as evidence of the existence of the following insurance coverage in amounts not less than the amounts specified herein. SPECIFICATION NO. 1088 Page 2 of 20 6. PRE-AWARD SURVEY: The City may make a pre-award survey of the lowest responsible bidder; the City may take into consideration the ability, capacity, experience, efficiency and integrity of the bidder as well as their financial responsibility to determine whether such bidder is qualified and capable to perform the contract. The pre-award survey will involve examination of the bidder's financial and technical status and its understanding of the contract requirements. The following are examples of the type of information that, upon request, the bidder will be prepared to provide in writing tote pre-award survey team. Requested information will be forwarded within three L3) days of such a re guest: a. Identification of Contractor's personnel and management to be used on this contract,to include the complete name and job title. ® The Contractor's technical and management plan for performing the required services. Contractor will provide anticipated work schedule showing projected work times, days, number and names of personnel. C. Description of Contractor's facilities and equipment. d. Summary of the Contractor's experience in performing work of the type, similar size, scope and nature required by this specification. e. Current financial statement and data, to include a statement from the Tax Assessor's Office stating that not es are currently overdue. f. Other work presently under contract. 9- Prior contracts for similar work, dates of contracts and the names and current addresses of individuals with the organization issuing the contract who may be contacted for information concerning the Contractor's performance. Failure to provide requested information; or if after review of the information,the City determines the bidder is not a responsible bidder, the bidder's bid may be rejected. SPECIFICATION NO. 1088 Page 3 of 20 1. TECHNICAL SPECIFICATIONS GENERAL RE_QUIREMENTS: The Contractor will provide custodial services as described herein. Custodial services apply to all designated spaces including, but not limited to: public areas,halls, office spaces, break rooms, elevators, stairwells, restrooms, shower stalls, locker rooms, janitor closets, delivery arealloading dock, and outside servicing. Cleaning will include areas under furniture, furnishings, floor mats, and runners. all pieces of furniture such as tables, chairs, trash cans, etc. will be moved to facilitate cleaning. Large pieces of furniture such as desks, file cabinets, book cases, etc. will not be moved. All furniture and furnishings will be restored to their proper locations after cleaning has been completed. Cleaning frequencies, cleaning requirements, are specified in the schedule and requirements section. 2. FACILITY MANAGER: The person designated by the City of Corpus Christi to administer this contract is the City Facility Manager or in her absence the Building Maintenance Supervisor. The City Facility Manager will be the single point of contact forte Contractor for all contractual matters, differences of opinion, disputes, complaints and contract interpretation. Contractor shall respond, in writing, to all written inquiries by the City within fifteen as of inquiry receipt. The Facility Manager will approve all phases of performance and operations under this contract including deductions for non- performance and authorizations for payment. 3. WORK SITES AND CONDITIONS: Cily Hall building, Corpus jstiTexas. The building consists of a basement, ground floor, five upper level floors with a mezzanine level for elevator operating equipment, and two (2) stair wells. Net floor area in the building is approximately 130,000 square feet which consists primarily of commercial office spaces. The basement contains storage, training room, print shop, it room, loading dock, mechanical room, computer center and various office spaces. The first floor contains the in atrium, four (4) prominent entrances, the office of the Mayor and City Secretary, it Council Chambers with meeting rooms, Utilities Business Offices and Collections, Central Tellers and Cash Management, Senior Community Services, E-Governinent, and Human Relations. Second Floor through fifth floor contains offices, meeting rooms, storage, and reception areas. Sixth floor contains meeting rooms, wellness clinic, and dining room, office spaces. Each floor has a male and female restroom. The City Hall building is served by three (3) passenger elevators, one (1) freight elevator; and two (2) escalators. The escalators only serve the first and second floor levels. Frost Building, Corpus Christi,Texas. The building consists of a ground floor and four upper level floors. Net floor area in the building is an approximately 41,289 square feet which consists primarily of commercial office spaces. The first floor contains the main lobby, with (1) prominent entrance, Development Services, and cashiering services. Second floor through third floor contains offices, kitchen area, meeting rooms, storage, and reception areas of the Fire Department. SPECIFICATION NO. 1088 Page 4 of 20 Fourth floor contains the EOC, meeting rooms, ices aces, storage, and media area. Each floor has a male and female restroom. The Frost building is served by one (1) elevator. FaciftX,Maintenance BuildingCorpus, `s s. The building consists of a ground floor. Net floor area in the building is an approximately 800 square feet which consists primarily of o ices aces. The ground floor contains the main reception area, with(1)prominent entrance, 3 offices, an administrative area with 7 workstations, kitchen area, storage closet, and female restroom, the men's restroorn is located in the shop area and is included in the space required to be cleaned. 4. INVOICING INSTRUCTIONS: Contractor's invoices will be submitted in duplicate to the Facility Manager within five working days following the end of each on period in which services are performed. Invoices submitted prior tote end of the period will not be processed for payment until the period has been completed. The original of each invoice will have attached a summary of work performed and charges. On verification of work actually performed and receipt of Contractor submittal, the Facility Manager will process invoices for payment. 5. CONTRACTOR FURNISHED SUPPLIES AND EQUIPME T: a. SUPPLIES: The Contractor will provide all cleaning materials and supplies, necessary for the performance of this contract. Materials and supplies provided will be of acceptable industry grade and quality and subject to approval by the Facility Manager. Custodial supplies that the Contractor will provide include but are not necessarily limited t o t he following: • Trash Can Liners (Large& Small) • Liquid soaps where required • Wax lined sanitary napkin bags • Consumable cleaning supplies to include waxes, cleansers, shampoos, trash liners,etc. b. EQUIPMENT: Contractor is required to furnish all equipment necessary for performance of the contract. Such equipment and use of equipment will be subject to inspection and approval of the Facility Manager prior and during the life oft e contract. SPECIFICATION NO. 1088 Page 5 of 20 6, CITY FURNISHED RESOURCES: The City will provide secured custodial storage space for the Contractor's equipment and supplies. 7. UNIFORMS & IDENTIFICATION: The Contractor shall furnish uniforms (minimum of shirt o r s mock) for all custodial employees. Contractor shall also provide identification badges with photograph for each employee. Uniforms & ID badges shall be prominently displayed by Contractor's personnel at all times. 8. EM-PLOYEE LISTINGS: Contractor will provide the Facility Manager with a listing of current employees authorized to work at each location; listings will be updated and resubmitted as changes occur. 9. ADEQUATE SUPERVISION: Contractor shall ensure that adequate supervision is figon-site" as necessary for safe, effective & efficient management of cleaning operations. Contractor shall organize cleaning schedules to minimize or areas requiring lighting & electrical services; place a high priority on energy conservation; and coordinate with City staff to ensure economical operation of building equipment, systems and machinery. 10. SUIPERVISORY KNOWLEDGE: Supervisors must have a sound working knowledge of cleaning tasks, equipment, materials and building systems so as to properly train and direct cleaners in individual assignments, and maintenance & control of an effective inspection& follow-up program. 11. Contractor will immediately report situations discovered that require maintenance and/or repairs by City staff to the City's Facility Maintenance Division(826-1980) and Security Guard assigned to the building. 12. WORK SCHEDULING: Any Contractor work will be one at the convenience of the City and not conflict with normal City operations. The City reserves the right to revise the Contractor's work schedule in the event of conflicts. In the event or schedule revisions are necessary, the Facility Manager will advise the Contractor and request the change. SPECIFICATION NO. 1088 Page 6 of 20 13. CONTRACTOR INTERFACE RESPONSIBILITIES: a. At least one week (seven days) prior to contract effective date, the Contractor & supervisors wfll meet with City Facility Management staff to discuss facility operations & contractual requirements. The City incurs no added costs associated with this meeting. b. Contractor shall name an individual employee responsible for all contractual matters, differences of opinion, disputes and complaints. If the complaint pertains tote servicing of one of the facilities, this person will appear in person on the day of the complaint to inspect the problem area with City staff and make corrections required. Corrections will be done during normal business hours at no additional cost tote City. Lastly, the City reserves the right to approve the appointment aft is individual. C. The City's designated individual for contractual matters, differences of opinion, disputes complaints and contract interpretation shall be the City's Facilities Manager, or in her absence the Building Maintenance Supervisor. d. Contractor shall respond, in writing, to all written inquires by the City within fifteen days of inquiry receipt. 14. CONTRACTO CONTROL: Contractor will establish and maintain a complete Quality Control Program that is acceptable to the Contract Administrator to assure the requirements of the contract are provided as specified. SPECIFICATION NO. 1088 Page 7 of 20 SCHEDULES & REQUIREMENTS A.1 Minimum Reguirements,-All Areas: areas covered under minimum Mqu ire ments include the f6flowing: (I)Public Areas; (2)Restrooms; (3)Office Areas Minimum services performed by Contractor personnel include, but are not limited to, services outlined below. Unless otherwise approved by the City's Facility Manager, the following services will be performed on an eve basis. A.I.O. NIGHTLY SERVICES LPUBLIC AREAS Contractor shall perform the following nightly: A.1.L Waste-RecepLacles: ® Empty and wipe clean outdoor ash trays &waste paper receptacles of trash&debris;replace liners& sand when required. Liners are to be used in all waste receptacles and are Contractor furnished. b. Empty recycling bins nightly and place materials in designated containers. c. Contractor will replace liners when containers have trash; liners are wet or contain a foreign substance. d. Contractor is required to place an extra dry liner in each receptacle bottom. e. to receptacles will be washed &disinfected periodically as required. A.1.2. Glass le i clean doors; interior and exterior door glass, inside & outside surfaces UiR2Lij2ffl= and window sills. A.1.3. Drinking Fountains: wash& disinfect, followed by dry shine to prevent spotting;polish bright metal surfaces as required. A.1.4.Break Rooms: ® Clean sinks nightly. b. Wipe down counter tops. c. Wipe down tables. ® Vacuum & spot clean carpets. e. Sweep& spot mop hard surface floors. E Empty trash containers, replace liners; extra liner in container bottom. SPECIFICATION NO. 1088 Page 8 of 20 A.1.5. 'Outside SeoigiM a. Sweep outside entrance ways. ® Empty cigarette receptacles. e® Pick up& remove debris around building and in parking lots. I n a ddition to nightly services above, following services are required at intervals shown: A.2.0. THREE TIMES-WEEKLY SERVICES BLIC AREAS 11 rf rm ) on wi pe b following services three (3) times per week; on Monday, Wednesday & Friday unless stated otherwise. A.2.1. Floors: a. Vacuum all carpets including meeting rooms&elevators. ® Dust mop all the floors. 1halls, entrances, lobbies, elevators, etc.) c. Scrape gum from floors as required. d. of mop all the floors to remeves ills&foreign matter. e. Spray buff the floors. E Spot clean carpets as required. g. Vacuum floor mats at all entrances. A.3.0. WEEKLY SERVICES (P LIC AREA Contractor shall perform following services at least one time per week: 3.1. Dusti n, & Cleani tin le ® Dust all ftirnishings in public areas & conference rooms (tables, chairs, fixtures,pictures, decorations,etc.)and all other horizontal & vertical surfaces except as noted herein. ® Dust window sills, fi-ames& blinds. c. Vacuum cloth ftuniture cushions. d. Clean & disinfect all telephone handsets. e. Wash door handles& metal framing around entrance door glass. A.3.2. Elevators: a. Dust all elevator is& doors with treated cloths. b. Dust, wipe&dry shine metal railings& side wells. A.3.3. DeliveEy Area/Loading Dock: ® Sweep all finished surfaces. b. is up& remove trash ftom around area. A.3.4. Drinking Fountains: Polish all bright metal surfaces. SPECIFICATION NO. 1088 Page 9 of 20 ►.3.5. Glass le `n : ® Clean all partition glass as well as pictures, bookcases, etc. in common areas and lobbies. A.3.6. Walls: a. of wash painted walls in all hallways around light switches,drinking fountains, coffee makers, and other heavy traffic areas. b. Dust all pictures/frames. A.3.7. Stairwells: sweep clean all interior stairwells; spot mop all spills& stains. A.4.0. MONUHLY SERVICES ( LMLIC AREAS) contractor shall perfonn the following services monthly; AA 1. Carpets Carpets in public areas are to be cleaned with bonnet method monthly, excepting months specifying shampoo/extraction method specified in provision A.5.0. Schedule will be developed by Contractor and approved by the Facility Manager. A.4.2. Stairwells: Wet mop all interior stairwells. A.4.3. Walls: dust all fire equipment& exit lights. A.4.4. Delivery Area/Loading Dock: wet mop all finished interior surfaces; sweep walls up to ceilings to remove spider webs, dirt, etc. A.4.5. Elevators: a. Clean carpets by extraction method; tile by stripping& refi nishing. b. Vacuum, clean & polish door tracks on cars & floors. A.4.6. Stainless Steel Surfaces: Equipment with stainless steel or polished aluminum surfaces (elevator panels, refrigerators, waste receptacles, towel dispensers, etc.) shall be cleaned, wiped & polished; care must be taken to ensure wall paint, carpet or adjacent surfaces are not damaged. SPECIFICATION NO. 1088 Page 10 of 20 A.5.0. QUARTERLY SERVICES (LPUBLIC AREA contractor shall perform the following services quarterly; A..5.1. CqMes. all carpets in public areas must be cleaned by extraction method one time per year (see definitions section) after cleaning with bonnet method at year end; Contractor will develop schedules for floor & carpet services and submit to the Facility Manager for approval. A.6.0. ANNUAL SERVICEE( IMLIC AREAS): contractor shall perform the following services annually; A.6.1. Stairwells: scrub all hard surfaced landings; refinish with two coats of floor is if tile or sealed concrete surface. A.7.0.RESTROOMS -MINITAUM REQUIREME-N-TS; `gyres trooms shall mean all public restrooms (unisex, handicapped, men's, and women's), locker rooms and private toilets located within offices. A.8.0. NIGHTLY SERVICES-(RESTROOMS is Contractor shall perform the following services nightly; A. .1. Floors: Sweep, then mop al I restroom floors with clean disinfectant detergent. A.8.2. Waste Receptacles: empty all to receptacles & replace plastic liners. A.8.3. Glass Cleaninp-: Clean &polish all mirrors with glass cleaner. A.8.4. Water Closets&Urinals: (a) Wash all toilets, seats, urinals inside& out with disinfectant detergents; leaving seats ® the raised position when finished. (b) Contractor shall not use any acid based bowl cleaners. A.8.5. Walls: (a) Wash stall dividers& walls with disinfectant detergents. (b) Clean all door interiors. (c) Clean bright metal hardware,rinse &dry shine to prevent spotting including door locks. SPECEFICATION NO. 1088 Page I I of 20 A.8.6.0 Wash Basins: (a) Clean wash basins, wipe free of all water marks; Contractor shall not use abrasive scouring powders. (b) Clean,rinse &dry shine all bright metal hardware. A.8.6.1 o Dispensers: refill or restock towel, tissue, soap dispensers &hand sanitizer. A.8.6.2 Hand D;iLers: Disinfect/damp wipe hand dryers and surrounding walls. A.9.0. WEEKLY SERVICES (RESTROOMS): the Contractor shall perform the following services weekly, A.9.1® Waste-ReMtacles: damp wipe all waste receptacles inside & out with disinfectant solution. A.9.2. it& Door ills® dust and clean all air return, air supply grills. A.9.3. Showers: Remove soap scum from floors, partitions, walls & doors; clean bright metal hardware; disinfect all surfaces. A.9.4. Locker Rooms: Damp mop all the floors; dust all horizontal surfaces (locker tops, shelves, etc.). A.M. Janitor Closets: Clean sinks; sweep& mop floors; remove trash. A.9.6 Wash Basins: Remove water deposit buildup on basins and fixtures. A.10.0. MONTHLY SERVICES-fRESTROOME); the Contractor shall perform the following services monthly; A.10.1 Floors.; mechanically scrub restroom floors; clean baseboards to eliminate residue and build-up. A.10.2. Shower-Stalls; hand scrub walls& floors; spray with disinfectant. A.10.3. Janitor Close ig wet mop floors; apply sealer wax if tiled. SPECIFICATION NO. 1088 Page 12 of 20 A.11.0 OFFIQE_.AREAS (M1NIr MENTS�- "Office e Aras" s all mean ._ V1LJM spaces used for or off public corridor areas; these include open & private offices, libraries,conference rooms, classrooms& office storage areas. A.®11.1. TL SERVICES (OFFICE AREAS): Contractor shall perform the following nightly. A.11.1.1 Dusting & Desk Top Cleanin L INOTE: if office is locked & keys not provided to Contractor,then that pairticular office is not to be cleaned.) (a) Dust desk tops in office areas NOTE: stacks ofpaper& desktop equipment are not to be moved; only cleared areas ofdesktops are to be dusted (b) Dust horizontal& vertical surfaces of all furniture. (c) Dust all high & low office partitions & cubicle separators. (d) Dust bottoms &back braces of chairs. x..11.1.2. Doors & Frames: Dust & spot clean doors, frames & surrounding wall areas; special attention to areas with visible hand and/or footprints. A.12.1. THREE TIME-WEEKLY SER3UCES (OFFICE AREAS): Contractor shall perform the following services three (3) times each week; to be perforined on Monday, Wednesday& Friday if not stated otherwise. A.12.1.1. to Receptacles: Empty trash receptacles, replacing liners and leave an extra trash bag in the bottom of the receptacle. Place receptacle in original location and position. A.12.1.2. Floors: (a) Sweep& spot clean hard surface floors. (b) Vacuum & spot clean all carpeted areas including break rooms & copier areas. (c) Replace chairs into desk knee wells & under tables. (d) Damp mop& spray buff hard surface floors. A.13. MONTHLY SERVICES ( FFICE AREAS): contractor all perform the following services monthly,- A.1 .1 Dusting& Cleaning: (a) Vacuum & damp wipe clean all air vents. (b) Dust window blinds& frames. SPECIFICATION NO. 1088 Page 13 of 20 A.14.0. 21!ABIERLY_aERYICEL(2EEICE_AREAa The Contractor shall perforrn the following services quarterly; A.M.I. Carpets A.M.A. Extraction Method: All carpets in office areas are to be cleaned by extraction method four times per year (see Definitions for details). This cleaning is to follow the four quarterly shampoo cleanings each year. A.14,13. Schedule: Schedules for performance of floor & carpet cleaning services shall be developed by the Contractor and submitted to the City's Facilities Manager for approval. .15® SEMI-ANNUAL SERVICES fQEEIQE_AREA& Contractor will perform the following service semi-annually (twice per year); A.15.1. Floors: Scrub all hard surface flooring and refinish as required. A.15.2. CaMets A.B.A. Shampoo Method: All carpets in office areas will be cleaned by shampoo method four times per year with the exception of the month in is the extraction method is performed as specified below(see Definitions for details). SPECIFICATION NO. 1088 Page 14 of 20 DEFINITIONS B.1. Definitions: The following terms, definitions, and procedures apply to all sections of this document; and are to be used by the City in monitoring the quality and quantity of Contractor deliverables throughout the contractual period(s). B. 1.1. Bri ht Metal Polis h' e one by damp wiping and buffing with a dry cloth provided a polished appearance is obtained. If a polished appearance cannot be produced,however,an appropriate metal polish must be used. B.I.2. C=et Cleaning; Shampoo JWet or Dry Methodsj.- Contractor shall safely, thoroughly clean carpets using cornmercially rated vacuum or cleaning machines capable of removing all foreign matter. Carpets must be vacuaumed (total surface area) before & after shampooing; in addition all stains shall be pre-spot treated prior to shampoo application. B.1.3. C@Met Cle Carpets shall be cleaned thoroughly with a commercial vacuum machine capable of removing all embedded foreign matter. Cleaning process must not cause carpet shrinkage nor affect appearance & durability. Cleaning process must remove all traces of dirt, grime & soil, leaving carpets free from residual & foreign matter. Contractor is fully responsible for repair or correction of carpet damage caused by Contractor cleaning methods or workmanship. Carpet under all furniture is to be cleaned as well as exposed carpet, with Contractor responsible for fin-niture over & relocation. Carpets will be brushed to restore flattened pile as necessary as part of the cleaning process. .1.4. CgMet Cleaning: Bonnet Method: Consists of shampooing using a cotton bonnet soaked i n s hampoo solution, wrung out to a moist condition, and applied using a buffer or designated floor machine run in all directions. Carpet is slightly damp and should dry within one hour of application/extraction. B.I.S. Contractor: An independent entity or corporation; is not an agent ore to ee of the City of Corpus Christi. B.1.6. Damp Wiving: Using a clean damp cloth o r s ponge containing an appropriate cleaning agent to remove all dK spots, streaks & smudges from walls, glass, furniture or other surfaces, then drying to provide a polished appearance. When damp wiping in toilet areas a multi-purpose (disinfectant/deodorizer) cleaner must be used. SPECEFICATION NO. 1088 Page 15 of 20 B.I.7. Dustin Dust must be removed from areas treated, not simply moved from area to area, using dust cloths, vacuum tools, etc. as appropriate. When high dusting, dust shall not fall onto finniture & equipment below. Following conditions must exist after completion of dusting tasks: a. No dust streaks on surfaces ® Comers, crevices, moldings & ledges free of dust C. No oils, spots or smudges on surfaces caused by dusting tools B.1.8. Elevator Floor Cle resilient tile surfaces shall be cleaned & waxed to provide a clean&polished appearance at all times. B.1.9.Hard Surfaced Floors: defined as tile, wood, composition or concrete floors. .1.1 .Loadina Docks: areas designated for shipping & receiving incoming and outgoing materials& supplies used in facility operations. B.I.H.Locker Rooms: Employee locker/dressing rooms, including areas adjacent to restrooms. B. 1.12.MovWg of Furniture &_EquiRment: For operations where furniture/equipment must be moved, no chairs, to baskets, or similar items may be stacked on desks, tables or now sills; upon work completion all furniture, equipment & accessories must be returned t o t heir original position(s). 1 B. 1.13.Nightly Services. Performed five nights per wee 'I'll the hours of 5:00 PM and 1:00 AM, Monday through Friday, legal holidays ecepted. equirements listed in Section A. oft °s specification. B.I.I4.Wggkly-,-Services: Performed each week, Monday through Friday, as per Section A. of this specification, except for legal holidays. If service scheduled fora workday falls on a holiday or Contractor is unable to perform due to inclement weather, natural disasters, power outages or similar conditions, service shall be rescheduled by the Contractor for the same or subsequent week and approved by the Facilities Manager. Schedules for performing weekly services will be developed by the Contractor & approved by the Facilities Manager. Weekly services shall be completed during same times as Nightly Services above. SPECIFICATION NO. 1088 Page 16 of 20 B.1.15. Monthly,--Services: Performed each month, Monday through Friday, as per Section A. of this specification, except for legal holidays. If service scheduled for a workday is on a holiday or Contractor is unable to perform due to inclement weather, natural disasters, power outages or similar conditions, service shall be rescheduled by the Contractor within the same on and approved by the Facilities Manager. Schedules for performing monthly services will be developed by the Contractor & approved by the Facilities Manager. Monthly services shall be completed during same times as Nightly Services above. B.1.16. Qmpgerly Services: Performed each calendar quarter, Monday through Friday, as per Section A. of this specification, except for legal holidays. If service scheduled for a workday falls on a holiday or Contractor is unable to perform due to inclement weather, natural disasters, power outages or similar conditions, services l be rescheduled by the Contractor within the same quarter and approved by the Facilities Manager. Schedules for performing services will be developed by the Contractor&approved by the Facilities Manager. Quarterly services shall be completed during same times as Nightly Services above. B. 1.17. Semi-Annual Services: Performed twice each contract year, Monday through Friday, as per Section A. of this specification, except for legal holidays. If service scheduled for a workday falls on a holiday or Contractor is unable to perform due to inclement weather, natural disasters, power outages or similar conditions, service shall be rescheduled by the Contractor within seven work- days of originally scheduled date and approved by the Facilities Manager. Schedules for performing semi-annual services will be developed by the Contractor & approved by the Facilities Manager. Semi-annual services shall be completed during same times as Nightly Services above. .1.1 ervices: Performed annually in the last month of the contract year, Monday through Friday, as per Section A. of this specification, except for legal holidays. If service scheduled for a workday is on a holiday or Contractor is unable to perform due to inclement weather, natural disasters, power outages or similar conditions, annual service shall be rescheduled by the Contractor within seven days of original date and approved by the Facilities Manager. Schedules for performing annual services will be developed by the Contractor & approved by the Facilities Manager. Annual services shall be completed during same times as Nightly Services above. SPECIFICATION . l Page 17 of 20 ®1.19. Office Areas: defined as enclosed spaces used as work areas off of public areas, including open offices, private offices & suites, libraries, conference rooms, class rooms& office storage areas. Services shall conform to minimums stated in Section A. of this specification. B.1.20. Porcelain Ware and/or Stainless Steel Clegging Porcelain or stainless steel fixtures (drinking fountains,wash basins, urinals,toilets, etc.) shall be clean& bright without dust, spots, stains, rust,encrustation or moisture; walls &floors adjacent to fixtures must be free of spots, drips, watermarks&chemical stains. B. 1.21. Public Areas: defined as all entrances, lobbies, stairwells, elevators,hallways & exterior building areas. Services shall be in accord with Section A. of this Specification. B.1.22. Restrooms: defined as all public restrooms (men& women), locker rooms& private office toilets. Services shall be in accord with Section A. of this Specification. B.1.23. CgMet Vacuuming® c e shall be clean& free of dust-balls, dirt& debris after each vacuuming; spot cleaned nightly to remove spills ors ots. B.1.24. Scrubbing: means removal of foreign material from floor using water/detergent solution resulting in removal of dirt, heel marks, oil film&residual cleaning solutions; floors shall be scrubbed with cleaner& recoated with 2 to 4 coats of floor finish. "Hand Scrubbimg" means removal of all dirt, film, and residue from a surface using cleaning solutions as required. B.1.25. of CleaniM removal of smudges,marks and/or spots from designated surfaces without causing unsightly discoloration. 13.1.26. of Moppinp: removing spillages, marks, spots or stains from designated areas. .1.27. of ins® removing dust and/ors u es ® designated areas. SPECIFICATION NO. 1088 Page 18 of 20 B.1.28. S n furniture and W2pL-g: complete removal of old wax including areas under around edges of baseboards & filing cabinets; when completed, floor must have a slightly dull but overall even appearance. Wax and/or mop water accumulations and splash marks must be removed from all furniture, equipment, doors, baseboards and filing cabinets; care must be taken to prevent damage to all painted surfaces. Contractor will move for stripping and/or waxing; replacing all furniture in its original location when complete. After stripping is complete, Contractor will refinish surface with 3 coats of sealer/preservative, followed by 3 to 4 coats of wax finish. .1. . SwegRing& Dust MODDinf! OgMations: all floors will be clean & free of dust streaks after operations; no dirt shall be left in comers, behind radiators, under furniture, behind doors or on stair landings & treads; no dirt will remain where sweepings were picked up. Dust mops are to be properly cleaned prior to use to aid in removal of dust/dirt; mop treatments that leave an oily film on floors are prohibited due to safety cones s. After dust mopping all floors are to be free of litter, debris and grit. .1.3 . Trash Removal: when removing trash from public areas, offices, cubicles, meeting rooms and restrooms, Contractor must use a lined container on wheels with a liner fit tote bottom & a 6" lap around the top. Liner must be replaced whenever food, drink or human waste has been processed/carried. B.1.31. Waxing: refers to systematic procedure to ensure optimum floor maintenance; floor care products (strippers, finishers, sealers,cleaners, waxes and maintenance products) must be chemically compatible and matched to ensure durability, wear, scrub ability and appearance of floor surfaces. Wax & sealers shall be applied in thK even coats and allowed to completely dry between coats; number of coats as required by type and condition of floors. B.1.32. Wet Mopping & Scrubbing: all floors must be properly prepared; swept to remove all visible dirt & debris; u pon completion of mopping & scrubbing floor shall be clean and free of dirt, water streaks, mop marks, strings, etc.; surfaces shall be dry, comers & cracks clean; may be performed either by machine or by hand with a brush. B.1.33. Window Cleanigg_Service: refers to glass areas to be cleaned other than areas designated by specifications as "glass cleaning" (door glass, shelves, partitions, pictures, bookcases/she Ives). Contractor is to use Tri- Sodium/Water solution as cleaning agent, applied by sponge & removed with squeegee to prevent streaks & smears on windows. All tape & other gummed articles will be removed from window surfaces by or blade or similar instrument prior to cleaning; drop cloths will be used to prevent watermarks SPECIFICATION NO. 1088 Page 19 of 20 where necessary. Areas to be cleaned — all inside & outside windows of the building under this specification. .1.34. or Order: written document issued by the City requesting the Contractor either increase or decrease work performed under Contract; amounts to be added/reduced will be based on negotiation of applicable work rates between the Contractor and City Facility Manager as approved by the Director of General Services. SPECEFICATION NO. 1088 Page 20 of 20 APPENDIX A CITY RECOGNIZED HOLIDAYS I The first day of January (New Year"s Day). 2. The last Monday of May (Memorial Day). ® The fourth day of July (Independence Day). 4. The first Monday of September(Labor Day). 5. The fourth Thursday ® November(Thanksgiving Day). 6. The twenty-fifth day of December(Christmas Day). 7. One holiday to be determined by the City. When a holiday listed above falls on a Sunday, the following business day shall be considered a holiday. When any holiday listed above falls on a Saturday, the preceding Friday shall be considered a holiday. I n a ddition to the above, any day may be designated a holiday by proclamation of the Mayor, upon approval of the City Council. ADDITIONAL REQUIREMENTS I . A. Successful Bidder must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. If workers' compensation coverage is not written in accordance with Texas law, "All Other States" endorsement must be indicated on the certificate of insurance. B. Successful Biddees financial integrity is of interest to the City; therefore, subject to Successful Bidders right to maintain reasonable deductibles in such amounts as are approved by the City, Successful Bidder shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Successful Bidder'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. The City shall be entitled, upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply tote limits required by the City, and may require the deletion, revision, or modification of particular policy terms, conditions, limitations or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any such policies). Successful Bidder shall be required to comply with any such requests and shall submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Successful Bidder 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 Management P.O. Box 9277 Corpus Christi, TX 79469-9277 (361) 8264555- Fax# D. Successful Bidder agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • Name the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation and professional liability policies; • 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 (3 0) 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, Successfttl Bidder all provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Successful Biddees 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 Successfttl Bidder's failure to provide and maintain any insurance or policy endorsements t o t he extent and within the time herein required, the City shall have the right to order Successful Bidder to stop or hereunder, and/or withhold any payment(s) which become due to Successful Bidder hereunder until Successful Bidder demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to is Successful Bidder may be held responsible for payments of damages to persons or property resulting from Successful Bidder's or its subcontractor's performance of the work covered under this agreement. H. It is agreed that Successful Biddees 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 contract. 1. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2009 Custodial Service for Fmst building bid ins req. 7-17-09 ep Risk Mgmt. INSURANCE REQUIREMENTS ® SUCCESSFUL BIDDER'S LIABILITY INSURANC A. Successful Bidder shall not commence work under this agreement until all insurance required herein has been obtained and approved by the City's Risk Manager or designee (Risk Manager). Successful Bidder must not allow any subcontractor to commence work until all similar insurance required oft e subcontractor has been so obtained. B. The Successful Bidder shall ftu-nish to the Risk Manager, two (2) copies of Certificates of Insurance, showing the following minimum coverage by insurance company(s) acceptable to the Risk er® The City must be named as an additional insured for the General Liability policies, and a blanket waiver of subrogation is required on all applicable policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 day written notice of non-renewal,material change, Bodily Injury and Property Damage cancellation or termination required an all certificates Per occurrence/aggregate and policies Commercial General Liability including- Si,000,000 COMBINED SINGLE LIMIT I Commercial Form 2. Premises®Operations 3. Products/Completed Operations Hazard 4. Contractual Liability 5. Broad Forrn Property Damage 6, Independent Contractors 7, Personal Injury AUTOMOBILE LIABILITY—OWNED,NON-OWNED $500,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKER! WORKERS' COMPENSATION COMPENSATION ACT AND SECTION 11 OF THIS EXHIBIT EMPLOYERS' LIABILITY 5500,000 BLANKET COM MERCIAL ON $25,000 per employee (For the City's protection against vendor employee dishonesty) C. In the event of accidents of any kind, Successful Bidder shall furnish the Risk Manager with copies of a reports of such accidents within ten(1 0) days of the accident. 2009 Custodial Service for Frost building bid ins,req, 7-17-09 ep Risk MgML CITY OF CORPUS CBMSTI PURCHASING DIVISION SUPPLY AGREEMENT STANDARD PROVISIONS Contractor and the City of Corpus Christi ("City") agree as follows: I Term. The to of this Supply Agreement is twelve months, with the option to extend for up to two (2) additional elve® periods, subject to the approval of the Contractor and the City Manager or designee. If the City has not completed the bidding process and awarded a new contract upon the expiration of the original contract period or any extension period, the Bidder shall continue to provide goods/services under this Supply Agreement at the most current price under the terms of this Supply Agreement ore ension, on a month-to-month basis, not to exceed six months. This Supply Agreement automatically expires on t e e ffective date of a new contract. 2® Descrip ion - Sale of Goods and Services. Contractor will transfer and deliver to the City, and the City will pay for and accept the City's requirements, during the to of the Agreement for all of the items described on the Bid Sheet(s). Quantities shown on the Bid Sheet(s) are estimates and do not obligate the City to order or accept more than the City's actual requirements during the term of this Supply Agreement, nor do the estimates limit the City to ordering less than its actual needs during the to of this Supply Agreement, subject to availability of appropriated funds. 3. Purchase Order. The City will exercise its right to specify time, place and quantity to be delivered in the following manner: Any City department or division may send to Contractor a purchase order signed by an authorized agent of the department or division. The purchase order will refer to this Supply Agreement and will specify the its delivery date, shipping instructions and receiving address of the ordering department or division. 4. Default In One Installment to Constitute Total Breach. Each installment of this Supply Agreement is dependent on every other installment, and a delivery of non-conforming goods or services, or a default of any nature under one installment will impair the value of the entire Supply Agreement and may constitute a total breach of the Supply Agreement. 5. tee e of Merchandise. Any merchandise rejected by the City must be corrected or replaced by suitable merchandise within two weeks, at no charge to the City, or a replacement will be bought on the open market and any costs incurred, including additional costs over the bid price, shall be paid by the Contractor within thirty days of receipt of the City's invoice. 6. Price AdLustment. All goods and services to be delivered pursuant to this Supply Agreement, including any extensions thereof, will be purchased at the prices on the Contractor's Bid Sheet, provided that, at renewal or extension of the Supply Agreement for an additional twelve-month period(s), the prices for goods and services to be delivered during the ensuing twelve-month period(s) may be increased or decreased tote extent of changes in the cost of materials to the Contractor, as reflected in written documentation provided by the Contractor to the City. Attachment I SERVICE AGREEMENT Contractor Janie B. Klein DBA Martin's Janitorial Service Supply Agreement No. SA THIS (this "Agreement") is entered into by and between in®s Janitorial Service (the "Contractor") and the City of Corpus Christi, a Texas home-rule municipal corporation (the "City") by and through its duly authorized City Manager or designee ("City Manager"), effective for all purposes upon execution by the City Manager. WHEREAS Contractor has proposed to provide Custodial Service for City Hall, Frost Building and Facility Maintenance in response to Bid Invitation No. BI-0135-13 in accordance with Specification No. 1088, dated Revised 02/14/13 which is incorporated and attached as Exhibit A; WHEREAS the City has determined Contractor to be the lowest responsible bidder; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor will perform the Custodial Service for City Hall, Frost Buildings and Facility Maintenance in accordance with Specification No. 1088. 2. Term. This Agreement is for twelve (12) months commencing on the date signed by the last signatory hereto and continuing for twelve months thereafter. The to includes an option to extend for up to two additional twelve-month periods subject to the approval of the Contractor and the City Manager or his designee ("City Manager"). 3. 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. All of Contractor's notices or communications regarding this Agreement must be directed to the Contract Achninistrator, who is Building Maintenance Superintendent. 4. Independent Contractor. Contractor will perform the services hereunder as an independent contractor and will furnish such services in its own manner and method, and under no circumstances or conditions may any agent, servant, ore to ee of Contractor be considered as an employee of the City. 5. 1nsurance8 Before activities can begin under this Agreement, Contractor's insurance company(ies) must deliver a Certificate of Insurance, as proof of the required insurance coverages tote Contract Administrator. Additionally, the Certificate must state that the Contract Administrator will be given at least thirty (30) days' notice, by certified mail, of cancellation, material change in the coverages 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 15 days of the City Manager's written request. 6. Assignment. No assignment oft `s Agreement or any right or interest therein by Contractor is effective unless the City first gives its written consent to such assignment. The performance oft is Agreement by Contractor is of the essence of this Agreement and the City's right to withhold consent to such assignment is within the sole discretion of the City on any ground whatsoever. 7. Fiscal Year. All parties recognize that the continuation of any contract after the close of any fiscal year of the City, which fiscal year ends on July 31 of each year, is subject to appropriations and budget approval providing for covering such contract item as an expenditure in said budget. The City does not represent that said budget item will be actually adopted, that determination is within the sole discretion of the City Council at the time of adoption of each budget. 8. Waiver. No waiver of any breach of any to or condition of this Agreement, or Specification No. 1088 or Contractor's bid offer to Bid Invitation No. .BI-0135-13 waives any subsequent breach of the same. 9. Compliance with laws. This Agreement is subject to all Federal laws and laws of the to of Texas. All duties of the parties will be performed in the City of Corpus Christi, Texas. The applicable law for any legal disputes arising out of this Agreement is the law of Texas and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 10. Subcontractors. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, Contractor must obtain prior written approval from the Building Maintenance Superintendent, Contract Administrator. In using subcontractors, Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of Contractor. All requirements set forth as part of this Agreement are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the services. 11. Amendments. This Agreement may be amended only by written Agreement duly authorized by the parties hereto and signed by the parties. 12. Termination. The City Manager may terminate this Agreement for Contractor's failure to perform the services specified in Bid Invitation No. BI-0135-13 or Specification No. 1088. Failure to keep all insurance policies in f o r c e f o r the entire to o f t his Agreement is grounds for termination. The Contract Administrator must give Contractor 5 work days' 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. Alternatively, City may terminate this Agreement on 20 days' written notice to Contractor. However, City may terminate this Agreement on 24 hours' written notice to Contractor for failure to pay or provide proof of payment of taxes as set out herein. 13. Taxes. Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes, and all other related taxes according to Circular E Employer's Tax Guide, publication 15, as it may be amended. Contractor must provide proof of payment of these taxes within 30 days after payment is due. Failure to pay or provide proof of payment is grounds for the City Manager to immediately terminate this Agreement. 14. Drug Policy. Contractor must adopt a Drug Free Workplace Policy. 5® Violence Policy. Contractor must adopt a Violence in the Workplace Policy. 16. ace® Notice may be given by f delivery, or certified mail, postage prepaid, and is received on the day faxed or hand delivered and on the third day after deposit if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Building Maintenance Superintendent P.O. Box 9277 Corpus Christi, Texas 78469-9277 FAX No.: (3 61) 826-3395 IF TO CONTRACTOR: Contractor Name: Martin's Janitorial Service Contact Person: Janie B. Klein Address: PO Bo x .2171759 City, State, Zip: CoEpus Christi®- Texas 78427 Fax No.: -361-334-4225 17. Month-to-Month Exto s . If the City not completed e bidding process and awarded a new supply agreement u on expiration of the original contract period or any extension period, the Bidder shall continue to provide goods/services under this Agreement, at the most current price under the terms of this supply agreement or extension, on a month-to- month basis, not to exceed six months. This supply agreement automatically expires on the effective date of a new contract. 18. Severability. Each provision of the Agreement shall be considered to be severable and, if, for any reason, any such provision or any part thereof, is determined to be invalid contrary to any existing or future applicable law, such invalidity shall not impair the operation of or affect those portions of this Agreement that are valid, but this Agreement shall be construed enforced in all respects as if the invalid or unenforceable provision or part thereof had been omitted. 19. INDEMNIFICATION CONTRACTOR AGREES TO INDEMNIFY, HOLD HARMLESS AND OFFICERS,DEFEND THE CITY OF CORPUS CHRISTI AAD ITS LIABILITY,EMPE,0 YEES AND AGENTS (INDEMNITEES) FROM AND AGAINST ANY AND ALL LOSS, CLAIMS, DEMANDS, SUITS AAD CAUSES DEATH,OF ACTION OF ANY NATURE ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER KIND OF DAMAGE, ! f YS' FEES AND EXPERT WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THIS CONTRACT OR THE PERFORMANCE OF THIS CONTRACT, REGARDLESS OF WHETHER THE INJURIES, DEATH OR D"AGES GROUP.ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTING NEGLIGENCE OF INDEMNITEES, BUT NOT BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON OR MUST, AT EXPENSE,ITS OWN DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON Wf TH COUNSEL SATISFACTORY TO INDEMNITEES AAD PAY ALL CHARGES OF ATTORNEY AND ALL OTHER COSTS AAD EXPENSES OF ANY KIAD ARISING FROM ANY OF SAID LIABILITY, f LOSS, CLAIMS, DEMAADS OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR SOONER SIGNED this 19 day of March 20 13 Contractor: Janie B. Klein- Owner Name: Title: CITY OF CORPUS CHRIST[ Date-, Michael Barrera Assistant Director of Financial Services Incorporated by Reference: Exhibit A-1: Bid Invitation No. BI-0135-13 (Includes Specification No. 1088 Insurance Requirements). Exhibit B: Bidder's Bid City or Corpus Christi SUPPLIER NUMBER TO BE ASSIGNED BYT77— PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all ersons or fi rms seeking to do business with the City to provide the following information. Every guestion must ge answered. If the question is not applicable, answer with"NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Martin's Janitorial Service P. 0. BOX: —271759 STREET ADDRESS. 3702 Apollo Rd Suite A CITY- Co us Christi STATE- Texas ZIP: 78427 FIRM IS: 1. Corporation 2. Partnership 3. Sale Owner 1A 4. Association 5. Other 0 DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "e to ee 55 of the City of Corpus Christi having an 'ownership interest" constituting 3%or more of the ownership le above named"firm." Name Job Title and City Department(if known) 2. State the names of each "official" of the t�CiT of Corpus Christi having an "ownership interest!'constituting 3% or more of the ownership in the above name 6&fi rm. Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board, Commission or Committee ----------------- 4. State the names of each employee or officer of a"consultant" forte City of Corpus Christi who worked on any matter related tote subject o f t his contract and has an "ownership interese' constituting 3% or more o f t he ownership in the above named"fi rm." Name Consultant ---------- FILING REQUIREMENTS If a person who re uests official action on a matter knows that the requested action will confer an economic benefit on any City official ore loyee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writin to the City official, employee or body that has been requested to act in the matter, unless the interest oft e City owicial ore mplo ee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [ tics Ordinance Section 2-349(d)] CITY OF CORPUS CHRISTI PURCHASING DIVISION BUSINESS DESIGNATION FORM ENSURE THIS FORM IS SUBMITTED WITH YOUR BID RESPONSE PLEASE INDICATE WHETHER YOUR COMPANY IS ANY ONE OF THE FOLLOWING: [9 YES [I NO - CERTIFIED HISTORICALLY UNDERUTILIZED BUSINESS (MM) Select all that are appropriate: ASIAN PACIFIC BLACK HISPANIC NATIVE AMERICAN WOMAN Please visit the following%wbsilc for inrormalion on becoming a Texas Certified HUB: h tale tx,u YES [-] NO - LOCAL SMALL BUSINESS (LSB) A for-profit entity employing less than 49 employees located within the City limits of Corpus Christi,Texas [:1 YESE]NO OTHER(PLEASE SPECIFY): [:] THIS COMPANY IS NOT A CERTIFIED HUB or LSB THE INFORMATION REQUESTED IN THIS FORM IS FOR STATISTICAL REPORTING PURPOSES ONLY AND WILL NOT INFLUENCE AWARD DECISIONS OR THE AMOUNT OF MONIES EXPENDED WITH ANY GIVEN COMPANY. BID INVITATION ® BI-BI-0135-13 - Finn Name: Martin's Janitorial Service Telephone: 361-334-4223 Address: 3702 Apollo Rd Suite A Fax: 361-3344225 city: Co us_Christi State: Tx Zip: 78413 E-mail: Janie.klein@,yalioo.com .......... Date: -March 1902013 rature of Person Authorized to Sign Form igner's Name: Janie B. Klein Title: Owner (Please print or type) CERTIFICATION I certify that all information rovided is true and correct as of the date of this statement, that I have not knowing withheld disclosure orany infon-nation requested; and that supplemental statemts will be promptly submittey en to the City of Corpus Christi, Texas as changes occur. Certifying Person: Janie B. Klein Title: Owner (Type or plim) Signature of Certifying Person: Date: March 19,2013 DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Finn." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture,receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. REQUEST FOR BED CITY OF CORPUS CHRISTI PURCHASING DIVISION Bid Invitation for Bid No.: BI-01 35-13 -Addendum No. I Date March 12, 2013 In reference to the above Bid Information the following change is to be noted. 1) Specification No. 1088, page 12 of 20, subtitled A.11.1 NIGHTLY SERVICES (OFFICE AREAS): which currently reads: A.11.1. T VICES (0 FICE AREAS): Contractor shall perform the following nightly. x.11.1.1 Dusting & Desk Top-Cleanin . (NOTE: if office is locked & keys not provided to Contractor, then that particular office is not to be cleaned.I (a) Dust desk tops in office areas NOTE. stacks of paper& desktop equipment are not to be moved; only cleared areas of desktops are to be dusted. (b) Dust horizontal &vertical surfaces of all furniture. (c) Dust all high& low office partitions &cubicle separators. (d) Dust bottoms &back braces of chairs. .11.1.2. Doors &Frames: Dust & spot clean doors, frames & surrounding wall areas; special attention to areas with visible hand and/or footprints. IS CHANGED TO READ A. 11.1. SERVICE S-JQEEjCE_AKEAah Contractor shall perform the following nightly. A.11.1.1. Waste,Receptacl ty trash receptacles, replacing liners and leave an extra trash bag in the bottom oft e receptacle. Place receptacle in original location and position. A.11.1.2 Dusting & Desk Top Cleanin . (NOTE: if office is locked & keys not provided to Contra car, p, then that particular office is not to be cleaned.) (a) Dust desk to in office areas NOTE. stacks ofpaper&desktop equipment are not to be moved.- only cleared are of desktops are to be dusted. (b) Dust horizontal &vertical surfaces of all furniture. (c) Dust all high& low office partitions &cubicle separators. (d) Dust bottoms&back braces of chairs. A. 11.1.3. Doors &Frames: Dust & spot clean doors, frames & surrounding wall areas; special attention to areas with visible hand and/or fbotprints. 2) Specification No. 1088, page 12 of 20, subtitled A.12.1 THREE TIME-WEEKLY SERVICES (OFFICE ® which currently reads: A.12.1. THREE TIME-WEEKLY SERVICES ( FFICE AREAS): Contractor shall perform the Mowing services three (3) times each week; to be peribrined on Monday, Wednesday & Friday if not stated otherwise. A.12.1.1. Waste Ree tact es: Empty trash receptacles, replacing liners and leave an extra trash bag in the bottom of the receptacle. Place receptacle in original location and position. .12.1.2. Floors: (a) Sweep &spot clean hard surface floors. (b) Vacuum&spot clean all carpeted areas including break rooms & copier areas. (c) Replace chairs into desk knee wells & under tables. (d) Damp mop &spray buff hard surface floors. IS CHANGED TO READ A.12.1. THREE TIME-WEEKLY SERVICES f FFICE AREASI Contractor shall perform the following services three (3) times each week; to be performed on Monday, Wednesday & Friday or as required. A. 12.1.1. Floors: (a) Sweep & spot clean hard surface floors. (b) Vacuum &spot clean all carpeted areas including break rooms & copier areas. (c) Replace chairs into desk knee wells &under tables. (d) Damp mop & spray buff hard surface floors. "ALL-OTHER-T-EftMS AND CONDITIONS TO REMAIN THE SAME" Buyer: G:afiel Maldonado, i S ior Buyer ACKNOWLEDGED BY: FIRM NAME AUTHORIZED SIGNATURE DATE One copy must be returned to the Purchasing Division prior to the closing date of the Bid. CITY OF CORPUS CHRISTI PURCHASING DIVISION 9277 CORPUS CHRISTI, TEXAS 78469-9277 BIOD INVITATION RqVrrATION TO: IN[VITATION NO.: BI-0135-13 (Must appear on Bidder's return envelope) COMMODITY: Custodial Services for City Halt Frost Building & Facility Maintenance REQUISITION NO. (S) BID CLOSING TIME: 11:00 A.M. Central Time March 20, 2013 (By Purchasing Division Time Stamp) This invitation includes these forms: *Bid Invitation Notice to All Bidders For information contact: Special Instructions to Bidders Instructions to Bidders Standard Purchase Terms&Conditions *Bid Sheet Gabriel Maldonado Specification 1088 Senior Buyer Additional Instructions t®Bidders Telephone. (361)826-3165 Insurance Requirements Supply Agreement Standard Provisions *Attachment I Service Agreement *Disclosure of Interest *Business Designation Form *These documents must be properly completed and returned before the BED CLOSING TIME. BED (Refer to"Instructions to Bidders"before completing) The undersigned, by his/her signature, represents that he/she is authorized to In the Bidder and shall fully comply with the terms and conditions of the attached Bid Invitation, Specifications, and Special Provisions for the amount(s) shown on the accompanying bid documents, If the offer is accepted within calendar days (90 days unless a different period is Inserted) after date of bid opening. Firm Name: Telephone: Ext. Address: Fax: City: State: Zip: E-mail: E in Firm's Prcipal Place of Business: Add:::resss: City: State: Date: Signature of Person Authorized to Sign Bid Signer's Name: Title.- (Please print or type) NOTICE TO ALL BIDDERS 1. BIDDER SHALL SUBMIT ITS BID ELECTRONICALLY, AS STRUCTED IN THE BID, VIA PUBLICPURCHASE.COM. 2. The Bid Invitation and all Bid Sheets must be signed by Bidder. 3. Bidder must state if bid is all or none, otherwise, City may pick and choose any its or group of items according to the City's best interest. 4. Before submitting your bid, please read all bid invitation documents carefully. If there are questions, contact the buyer indicated on the Bid Invitation. Any discrepancies between the Bid Invitation and the Bidder's response generally extend the bid ev ti eri od and often cause the bid to be declared non- rensine and eliminated from consideration. FACSIMILE AND E-MAIL BIDS: The City's Charter and the City's Electronic Procurement Policy require that all submitted bids be sealed, secret, unopened and time-locked through the closing time specified in the Bid Invitation, to be publicly opened and read aloud in the presence of one or more City employees and those Bidders desiring to be present. Therefo re, s bmitted directly to the Cjb®_�bfacsimile machine or e-mail will be considered non-respon sive_an4l_n�jILbg_diminate-d fro m-causidsraiLQu. SPECIAL INSTRUCTIONS TO BIDDERS, A re® i conference will be held in the Finance Conference Room, 4 A Floor, City Hall Building, 1201 Leopard Street, Corpus Christi, Texas at 10:00 AM Central Time (CT) on Monday, March 11, 2012. The purpose of the pre® i conference is to discuss the Bid Invitation and specifications. You are encouraged to attend. Bidders' questions shall be submitted in writing, online via Public Purchase.com using the electronic question feature specific to this bid and shall be submitted no later than 5:00 PM CT on March 11, 2013. Questions submitted after 5:00 PM CT on March 11, 2013 shall be deemed late and shall not be considered. The City shall provide responses in writing online via PublicPurchase.com using the electronic response feature and/or in the form of written addenda electronically posted via PublicPurchase.com if such information is necessary to bidders in submitting bids or if the lack of such information would be prejudicial to uninformed bidders. Oral explanations or instructions provided by the City before the award of the contract shall not be binding upon the City. The date and time the Bidder electronically submits its bid via PublicPurchase.com shall be electronically recorded by PublicPurchase.com and shall bete official "time stamp" for the purpose of this bid. The time maintained by PublicPurchase.com shall b e t he official time forte purpose of the BID CLOSING TIME for this Invitation to Bid. CITY OF CORPUS CHRISTI PURCHASING DIVISION INSTRUCTIONS TO BIDDERS Preparation of Bids Any explanation desired by a Bidder regarding the meaning or interpretation of the Bid Invitation,drawings, specifications,etc., must be submitted in writing to Purchasing as detailed in Special Instructions To Bidders, Oral explanations or instructions given before the award of the contract%%ill not be binding. Any information given to a prospective Bidder concerning a Bid Invitation will be furnished to all prospective Bidders as an addendum to the Bid Invitation, if such information is necessary to Bidders in submitting bids on the Bid Invitation or if The lack of such information would be prejudicial to uninformed Bidders. 1. Specifications Bidders are expected to examine the specifications, drawings, standard provisions and all instructions, Failure to do so will be at the Bidder's risk. Bidders may provide a product exceeding specifications,as an alternate bid,if they so desire. 2. Information Required Each Bidder shall furnish the information required by the Bid Invitation. The Bidder shall sign the Bid Invitation,Bid Sheet,and,when appropriate, Specifications. Erasures or other changes must be initialed by the person signing the offer. Bids signed by an agent are to be accompanied by evidence of his authority unless such evidence has been previously furnished to the City purchasing office, A. The Bidder should quote its lowest and best price, F.O.B. destination on each item. If delivery and shipping quantities affect unit bid price, multiple bids may be made so as to indicate "price break" quantities in order for the City to determine maximum economic benefits. Pricing should include packaging and transportation unless otherwise specified. Pricing shall be entered on the Bid Sheet in ink or typewritten, Totals shall be entered in the "Total Price" column of the Bid Sheet. In case of discrepancy between unit price and extended price,the unit price will be presumed to be correct. B, Bids should be firm. If the Bidder, however, believes it is necessary to base its price on a price adjustment, such a bid may be considered,but only as an alternate bid. C. Transportation Charges. If the quoted price does not include transporation charges, such charges must be itemized separately-, provided,however,that the City shall have the right to designate what method oft sportation shall be used to ship the goods- D. Taxes. The City,does not have to pay Federal Excise Taxes or state and local retail sales and use taxes. Tax exemption certificates can be provided upon request, E Time, if stated as a number of days, will include Saturdays, Sundays,and holidays. 'rime ordefiven is part of the bid and is weer}, important. The required delivery date indicated is at point of destination, If the indicated date cannot be met or date is not indicated,Bidder shall state its best delivery time. F. If the Bid Invitation indicates"approved equal"products are acceptable,the seller may after an"equal"product as an alternate bid. Final"approved equal"determination remains with the City- G. Bids submitted on other than City forms or with different terms tar tarovisians suit! a considered nt�rares�ansivi�and will be eliminated from consideration. 3. Submission or Bids A. Scaled bids should be returned in an envelope marked on the outside with the Bidder's name and address and bid number. Address to: City of Corpus Christi Purchasing Division P.0.Box 9277 Corpus Christi,Texas 78469-9277 BID NO.; BID CLOSING TIME: B. Scaled bids may be delivered in person or by courier to the Purchasing Division on the 4th Floor of City Hall at 1201 Leopard Street,Corpus Christi,Texas,78401-2825. C. Bids must be returned in sufficient time so as to be received and time-stamped at the above location on or before the published bid date and time shown on the Bid Invitation. Bids received after the published time and date shall not be considered. 4. Modification or Withdrawal of Bids Bids may be modified or withdrawn by written or telegraphic notice received by the City purchasing office prior to the exact hour and date specified for receipt of bids. A bid may also be withdrawn in person by a Bidder or his authorized representative, provided his identity is made known and he signs a receipt for the bid,but only if the withdrawal is made prior to the exact hour and date set for the receipt of bids, 5. Evaluation Factors A, Lowest Responsible Bidder or Best Value. This contract is being solicited by competitive sealed bids. Therefore, the City will award the contract to either the lowest responsible bidder or the bidder who provides goods or services at the"best value"for the City. I The City may award purchase orders and contracts to the Lowest Responsible Bidder. To determine the Lowest Responsible Bidder,the City may take into consideration., a. the quality of the product, b, the adaptability to the particular use required-, ce the ability,capacity,experience,efficiency and integrity ofa bidder; d, a bidder's financial responsibility, e. a bidder's past performance or relationship with the City or with other entities-, f. a bidder's safety record;or g. %whethcr a bidder is in pending litigation or is involved in at lawsuit or claim against the City-, 2. The City may award purchase orders and contracts to the bidder%vho provides goods or services at the"best value- for the City. To determine the best value for the City,the City may consider., a. the purchase price, b. the reputation of the bidder and or the bidder's goods or services; c. the quality of the bidder's goods or services-, d. the extent to which the goods or services meet the City's needs.; c, the bidder's past relationship with the City: f. the impact on the abilit) of the City to comply with laws and rules relating to contracting with historically underutilized businesses and nonprofit organizations employing persons with disabilities; g. the total long-terin cost to the City to acquire the bidder's goods or services-,and h, any other relevant criteria specifically listed in this bid invitationlrequest for bids or proposals- FAILCRI" -10 COMPL M1111 ALL laQt IRE%iLNrS AND CRITE111% OR QVA Ll 1,1CA1 IONS 01' A%N KIND NIA) RESULTIN BIDDER'S BID BEING 1`1AMINA I ED HIOM (O B. Partial Awards. Bidders may furnish pricing for all or any portion of the Bid Invitation. Unless the Bidder specifies otherwise in his bid,the City may award the contract for any item or group of items shown on the Bid Invitation. C. Reservations. The City expressly reserves the right to- L Waive any immaterial defect,irregularity or inflarmality in an) bid or bidding procedure, 2. Reject or cancel any or all bids; 1 Reissue the Bid Invitation-, A. Extend the bid opening time and date, 5. Procure any item by other me s; 6. Increase or decrease the quantity specified in the Bid Invitation,unless the Bidder specifies otherwise; T Consider and accept an alternate bid.as provided herein, when most advantageous to the City, in the event no bid is received that fully complies with all requirements and criteria used to determine the lowest responsible bid. 6. Acceptance Acceptance of Bidder's offer for an open market purchase will be in the form of a purchase order- Acceptance of Bidder's offer for supply agreements will be by acceptance letter. Subsequent purchase orders and release orders may be issued as appropriate. 7. Conflicts of Interest Bidders must comply with the conflict of interest provisions of the Cit) Charter and Code of Ordinances. Prior to the submission of any bid, each Bidder must file with the City purchasing office a disclosure of interests on the form supplied by the City: Bidders are obligated to provide updated infon-nation concerning the disclosure of interests,as warranted, throughout the time the bids are being considered. Bidders who already have a current disclosure of interest form on rile in the City purchasing office v%ill not be required to submit a separate terra with their bids provided that they have signed the certificate on the Bid Sheet certifying that the disclosure of interest information on File is current and true. S. Equal Employment Opportunity Bidders are expected to comply with the Affirmative Action Policy Statement of the City with respect to its provisions concerning contractors. Any complaints riled with the City alleging that a Bidder is not an Equal Opportunity Employer due to activities arising during a previous City contract will be referred to the Human Relations Commission("Commission")of the City for the purpose of review and recommendation. Summaries of reports by the Human Relations Administrator or the Commission may be considered in any future bid awards by the City. The City expressly reserves the right to consider such reports in determining the lowest responsible bid. ITV OF CORPUS CHRIST[ PURCHASING DIVISION STANDARD Lf ASE TERMS AND CONDITIONS Seller and City agree as follows 12 SAFETY WARRANTY Seller warrants that the product scald to City shall conform to I SELLER TO PACKAGE GOODS Seller will package goods in accordance with good the standards promulgated by the U.S Del mint of Labor under the Occupational commercial practice. Each shipping container shall be clearly and pinnnimently marked Safety and Health A (OSHA). to the event the product does not conform to OSHA as follows:(a)Seller's name and address, (b)Cosnsig7s `s name,address and purchase standards,City may return the product for correction or replacement at the Seller's orderor purchase release an number and the supply agreement number if applicable, (c) expense In tire e event Seiler fails to make the appropriate correction within a container number and total number of containers,c.g box t of 4 boxes;and(d)the reasonable there,collection made by City will be at Seller's expertise number of the container bearing the packing slip. Seller shall bear cost of packaging 13 NO WARRANTY BY CITY AGAINST INFRINGEMENTS Aspancifthiscontraci unless otherwise provided, Goods shall be suitably packed to secure lowest for sale Seller agrees t«ascertain whether goods manufactured in accordance with the transportation costs and to conform to requirements of common carriers and any specifications attached to this contract will,give rise to the rightful classn of any third applicable specifications. City's count or weight shall be final and conclusive on person by way of infringement or the like. City retakes no o- mty that the production shepmeats not accompanied by packing lists. of goods according to the specification will not gave rase to such a claim,and in no 2 SHIPMENT UNDER RESERVATION PROHIBITED Seller is not author reed.to ship event shall City be liable to Seller for indemnification in the event that Seller is sued on the go under reservation and no tender of a bill of lading will operate as a tender of the grounds of infringement or the like. If Seller is of the opinion that an infringement goods. or the like will result,he will notify City to this effect in writing within two weeks after 3 TITLE&RISK OF LOSS The title and task of loss ofthe goods shall not pass to City the stgnang of this contract. If City doss not receive notice and is subsequently held until City acmadly receives and takes possession of the goods at the point or points of liable for the infringement or the like.Seller will hold City harmless if Seller im good delivery. faith ascerrains that production of the goods in accordance with the specifications ns will 4 DELIVERY TERMS AND TRANSPORTATION CHARGES F G E destinatinn result in infringement or the like.this contract shall be mill and void except that City. unless delivery terms arc specified otherwise in bid. City macs to reimburse Seller for will pay Seller the reasonable cost of his search as to infringements transportation costs in the amount specified in Selhir s bid„or actual costs,whichever is 14, RIGHTS OF INSPECTION City shall have the right to inspect the goods at delivery lower,if the quoted delivery terms do not include transportation costs provided City before accepting;thetas shall have the right to designate what method of transportation shall be used to ship the 15 CANCELLATION City shall have the right to cancel for default all or any part of the goods undelivered portion of this order if Seller breaches-any of the terms hereof including 5: NO REPLACEMENT OF DEFECTIVE TENDER Every tender or delivery of goods warranties of Seller or if the Seller becomes insolvent or commits acts of bankruptcy must fully comply with all provisions of this contract as to tame of delivery,quality and Such right of cancellation is in addition to and not in lieu of any other remedies which the like. ff a tender is made which does not fully conform,this shall constitute a breach City may have in lave or equity and Seiler shalt not have the right to substitute a conforming tender,provided,where 15 TERMINATION The performance of work sander this order may be terminated its the time for pefformance has not yet expired,the Seller may reasonably notify City of whole,or in part by the City in accordance with this provision. Termination of work has intention to cure and may then make a conforming tender within the contract time hereunder shall be effected by the deliv'esy to the Seller of a"Notice or Termination" but not afterward. speciftmg the extent to which performance of work,under the order is terminated and 5 PLAC£OE DELiV'ERY The place of delivery shall be that set forth in the block of the date upon which such termination becomes effective Such tight of termination is the purchase order entitled"Receiving Agency'° Any change Therein shall be effected in addition to and not in lieu of the rights of City set forth in Clause 15,herein by modification as provided for its Clause 20 hereof entitled"Modifications.' The 17 FORCEMAJEURE ,Neither party shall be held responsible for losses resulting if the terms of this auccurem am"no affivaL no sale." fulfillment of any tames or provisions of this contract is dela}cd or prevented by any 7. INVOICES&PAYMENTS cause not within the control of the putty whose performance is interfered with,and a. Seller shall submit separstic invoices, in duplicate an each purchase order or which by the exercise oaf reasonable diligence said party is unable to prevent porchasc release after each delivery. Inivices shat•`indicate the purchase order or 18 ASSIt'aNMENT>DEL EGATIO N No right ar interest in this contract shall be assigned putthase release number and the supply agreement number if applicable Invoices or delegation of any obligation made by Seller without the written permission of the shall be itemized and transportation charges,if any,shall be listed separately A City Any attempted assignment or delegation by Seller shall be wholly void and copy of the hill of lading and the freight waybill when applicable, should be totally midlectiv'e for all purposes unless,made in conformity with this paragraph attached to the invoice. Mail to:Accounting Division,City of Corpus Christi,P 19 WAIVER No claims or right anring out of a breach of this contract can be discharged G lox 9271,Corpus Christi;Texas 78469 Payment shall not be due until the in whole or in pan by a waiver or renunrtatioo of the claim or right unless the waiver or above instruments am submitted after delivery renunciation is supported by consideration and is in writing signed by the aggrieved b City's obligation is payable only and solely from funds available for the purpose of pairly this porch . Luck of funds shall render this contract null and void to the extent 2€3 MODIFICATIONS This contract can be rnodifaed or rescinded only by a writing, funds are not available,and any delivered but unpaid for goods will be returned to signed by both of the parties or their duly authorized agents. Seller by City 21 INTERPRETATION-PAROL EVIDENCE This writing is intended by the Pam cs as a c. Do not include Federal Excise, State or City Sales Tax- City shall furnish tax final expression of their agreement and is intended also as a complete and exclusive exemption certificates upon request statement of the terms of their agreement No course of prior dealings between the d Payment terms are net 30 days after the goods are provided or services are panics and no usage of the trade shall be relevant to supplement or explain any term connpleted,as required,or a correct invoice is received,whichever is later used in this contract Acceptance or acquiescence in a come afpci-formance rendered S. GRATUITIES The City may, by written notice to the Seller,cancel this contract under this contract shall not be relevant to determine the meaning of this contract even without liability to Seller if it is dincirmined by City that gratuities, in the form of though the accepting or acquiescing party has knowledge of the performance and cnteriammem,gifts,or otherwise,were offered or given by the Seller;or any agent or opportunity for objection. Whenever a term defined by the Uniform Commercial Code representative of the Seiler,to any officer or employee of the City with a view toward is used in this contract,the definition contained in the Code is to control securing a contract or securing fiv^arable treatment with respect to the awarding.or 22 APPLICABLE LAlt! This contract shall he governed by the Uniform Commercial aanending,or the making of any determinations with mspece to the performing of such a Code. Whatever the to "Uniform Commercial Code"is used,it shall be construed as contract In the event this contract is cancelled by City"pursuant to this provision,City meaning the Unifitern Commercial Code as adopted in the State of Texas as effective shall be entitled,in addition to any other rights and remedies,to recover or withhold the and in farce on the date of this contract amount ofthe cost incurred by Seller in providing;such tuitics. 23 V*ERTISING Seller shall not advertise or publish,without City's prior consent,the 4 SPECIAL_TOOLS & TEST EQUIPMENT If the price stated on the face hereof fact that City has entered into this contract,except to the extent necessary to comply includes the cost of any special tooting or special test equipment fabricated or required with proper requests for information from an authorized representative of the federal, by Seller for the purpose of filling this order,such special tooling equipment and any state or local government. process sheets related thereto shall became the property of the City and to the extent 24 RIGHT TO ASSURANCE Whenever one party to this contract in good faith has feasible shall be identified by the Seller as such. reason to question the other party's intent to perform he may demand that the other lit WARRANTY-PRICE party give winnen assurance of his intent to perform In the event that a demand is a The price to be paid by the City shall be that contained in Seller's bid which Seller made and no assurance is given within five(5)days,the demanding party may treat this warrants to be no higher than Seller's current prices an orders by caltins for failure as an anticipatory repudiation ofthe contract products of the kind and specification covered by this contract for similar 25. EQUAL EMPLOYMENT OPPORTUNITY quantities under similar or like conditions and methods of purchase hi the event Seller u that during the performance of its contract it will Seller breaches this warminty, the prices of the items shall be reduced to the a 'treat all applicants and employees without discrimination as to race,color: Seller's current prices on orders by others,or in the alternative,City may cancel religion,sex,national origin,marital status,age,or handicap. this contract without liability to Seller for breach or Seller`s actual expense b ldenti6, itself as an "Equal Opportunity Employer" in all help wanted b. The Seller warrants that n.person or selling agency has n employed or retained advertising,or request. to solicit or secure this contract upon an agreement or understanding for The Salter shall be advised of any complaints filed with the City alleging that Seller is commission, percentage,. brokerage, or contingent let excepting, bona fide not an Equal Opportunity Employer employees of bona fide established cosminerciat or selling agencies maintained by The City reserves the tight to consider its reports from its Human iLelations the Seller for the purpose of securing business. For breach or violation of this Administrator in response to such cormpphunts in determining whether or not to warmly the City shall have the right in addition to any other tight or tights too terminate any portion of this contract for Nich purcluesic orders or authorities to deliver cancel this contract without liability and to deduct from the contract price, or have nowt been included, however, the Seller is specifically advised that no Equal otherwise recover the full amount of such commission,percentage,brokerage or Opportunity Employment complaint will be the basis for cancellation of this contract contingent fee. for which a p hase order has m issued or authority to deliver granted 1 I, AtNTY-PRODUCT Seller shall not limit or exclude any implied warranties 26. CONFLICTS OF INTEREST Seller agives to comply with the conflict of interest d any attempt to do so shall render this contract voidable at the option of the City provisions of the City Chatioer and Code of Ordinances, Seller agrees to maintain Scher warrants that the goods furnished will conlonn to the specifications,drawings, current, updated disclosure of inficirmanon on file with the City purchasing office and descriptions listed in the bid invitation,and to the sample(s)furnished by Seller,if throughout the term of this contract. y In the event 01`2 conflict between the specifications,drawings,and descriptions, the specifications shall governs CITY OF CORPUS CHRISTI PURCHASING DIVISION BID SHEET BID INVITATION NO. BI-0135-13 PAGE 1 OF 2 DATE: BIDDER AUTHORIZED SIGNATURE I. Refer to"Instructions to Bidders"and Standard Purchase Terms and Conditions before completing bid, 2® Quote your best price,F.O.B. Destination,on each item, 3. In submitting this bid,I certify: a. That 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. That I am an Equal Opportunity Employer;and c. That the disclosure of Interest information on rile with City purchasing pursuant to the Code of Ordinance is current and true. UNIT�TOTAL ITEM DESCRIPTION QTY UNIT ::P�RICE PRICE Twelve month Supply Agreement with option to extend for up to two (2) additional twelve month periods, subject to the approval of the supplier and the City Manager or his designee for Custodial Services in accordance with Specification No. 1088. 1.0 Custodial Service for three (3) locations price shall include: I. All Labor®Nightly Services 2. Insurance 3. Service Equipment 4. Materials 5. Supplies 1.1 Custodial Service for City all located at 1201 Leopard 12 Mo. Street, Corpus Christi, Texas 78401 in accordance with Specification No. 1088. 1.2 Frost Building Facility located at 2406 Leopard Street, Corpus Christi, Texas 78401 in accordance with 12 Mo. Specification No. 1088. 1.3 Facility Maintenance located at 5352 Ayers, Bldg 3A Unit, Corpus Christi, Texas 78415 in accordance with 12 Mo. Specification No. 1088. CITY OF CORPUS CHRISTI PURCHASING DIVISION BID SHEET CONTINUATION BID INVITATION NO. 13 ® 3 PAGE20F2 DATE: BIDDER AUTHORIZED SIGNATURE UNIT TOTAL ITEM DESCRIPTION QTY UNIT PRICE PRICE 2.0 Daytime Custodial Service—Outside the Building— 2.1 Debris Removal after inclement weather, natural 120 Hours disasters or catastrophic emergencies. Debris would be considered any small objects less than 40 lbs. (broken glass, leaves, tree limbs, building materials, etc.) Hourly per employee: ® Attachment I (Service Agreement) Bidders are required to sign attached contract marked as Attachment 1. The signed contract will be made part of bidder's offer and must be returned with bid. Failure to do so may result in your bid being deemed non- responsive. The City will complete the successful bidder's contract when offer is accepted. CITY OF CORPUS CHRISTI SPECIFICATION NO. 1088 MATERIALS MANAGEMENT DATE: 02914/13 Revised Page I of 20 SPECIFICATIONS FOR CUSTODIAL SERVICES FOR CITY HALL, FROST BUILDING, AND FACILITY MAINTENANCE GENERAL REQUIREMENTS AND BIDDING INSTRUCTIONS 1. GENERAL INTENTION: The purpose of this specification is to obtain custodial services as specified in the standards contained herein. 2. GENERAL DESCRIPTION: Under this contract, the contractor will furnish all labor, supervision, insurance, service equipment, materials and supplies necessary to perform services required at frequencies specified. All contractor equipment must be maintained to ensure safe, effective, efficient operation. 3. NIGHTLY SERVICES: All Locations: Nightly services 5 days, Monday through Friday) are to be performed after normal business hours. Normal business hours are from {8: AM to 5:00 PM}. Man hours utilized will be sufficient to ensure required services are performed in a professional manner. Nightly Services are part o f t he Minimum Requirements of this contract, and costs for providing this service must be included in the Contractor's annual fixed bid. See Schedules & Requirements I A.1.0 — ®1 5.A} and Appendix "A" for City designated holidays. : Includes nightly meeting/training room set ups on various floors. Nightly work must be completed by 6:00 am. Frost Bu : Nightly work must be completed by 11:00 pm. FaggLty,.Mainte nano e Bit : Nightly work must be completed by 11:00 pm. 4. TERM OF CONTRACT: The to of the contract will be twelve months with option to extend for up to two (2) additional twelve month periods, subject to the approval of the supplier and the City Manager or his designee. 5. INSURANCE: Within fifteen (1 5) days after the award of this contract and prior to beginning work, the Contractor will fumish the Facilities Manager a certificate of insurance as evidence of the existence of the following insurance coverage in amounts not less than the amounts specified herein. SPECIFICATION NO. 1088 Page 2 of 20 6. PRE-AWARD SURVEY: The City may make a pre-award survey of the lowest responsible bidder; the City may take into consideration the ability, capacity, experience, efficiency and integrity of the bidder as well as their financial responsibility to determine whether such bidder is qualified and capable to perform the contract. The pre-award survey will involve examination of the bidder's financial and technical status and its understanding of the contract requirements. The following are examples of the type of information that, upon request, the bidder will be prepared to provide in writing to the pre-award survey to Requested information will be for-warded within three (3) dais of such a request. a. Identification of Contractor's personnel and management to be used on this contract, to include the complete name and job title. b. The Contractor's technical and management plan for performing the required services. Contractor will provide anticipated work schedule showing projected work times, days, number and names of personnel. C. Description of Contractor's facilities and equipment. d. Summary of the Contractor's experience in performing work of the type, similar size, scope and nature required by this specification. e. Current financial statement and data, to include a statement from the Tax Assessor's Office stating that not es are currently overdue. f. Other work presently under contract. 9- Prior contracts for similar work, dates of contracts and the names and current addresses of individuals with the organization issuing the contract who may be contacted for info anon concerning the Contractor's performance. Failure to provide requested information; or if after review of the information, the City determines the bidder is not a responsible bidder, the bidder's bid may be rejected. SPECIFICATION NO. 1088 Page 3 of 20 TECHNICAL SPECIFICATIONS 1. GENERAL REQUIREMENTS: The Contractor will provide custodial services as described herein. Custodial services apply to all designated spaces including, but not limited to: public areas, halls, office spaces, break rooms, elevators, stairwells, restrooms, shower stalls, locker rooms, janitor closets, delivery area/loading dock, and outside servicing. Cleaning will include areas under furniture, furnishings, floor mats, and runners. Small pieces of furniture such as tables, chairs, trash cans, etc. will be moved to facilitate cleaning. Large pieces of furniture such as desks, file cabinets, book cases, etc. will not be moved. All furniture and furnishings will be restored to their proper locations after cleaning has been completed. Cleaning frequencies, cleaning requirements, are specified in the schedule and requirements section. 2. FACILITY MANAGER: The person designated by the City of Corpus Christi to administer this contract is the City Facility Manager or in her absence the Building Maintenance Supervisor. The City Facility Manager will be the single point of contact for the Contractor for all contractual matters, differences of opinion, disputes, complaints and contract interpretation. Contractor shall respond, in writing, to all written inquiries by the City within fifteen days of inquiry receipt. The Facility Manager will approve all phases of performance and operations under this contract including deductions for non- performance and authorizations for payment. 3, WORK SITES AND CONDITIONS. City Hall building,...Co.rpus Christi. Texas. The building consists of a basement, ground floor, five upper level floors with a mezzanine level for elevator operating equipment, and two (2) stair wells. Net floor area in the building is approximately 130,000 square feet which consists primarily of commercial office spaces. The basement contains storage, training room, print shop, mail room, loading dock, mechanical room, computer center and various office spaces. The first floor contains the main atrium, four (4) prominent entrances, the office of the Mayor and City Secretary, City Council Chambers with meeting rooms, Utilities Business Offices and Collections, Central Tellers and Cash Management, Senior Con-ununity Services, E-Government, and Human Relations. Second Floor through fifth floor contains offices, meeting rooms, storage, and reception areas. Sixth floor contains meeting rooms, wellness clinic, and dining room, office spaces. Each floor has a male and female restroom. The City Hall building is served by three (3) passenger elevators, one (1) freight elevator; and two (2) escalators. The escalators only serve the first and second floor levels. Frost Building, Corpus Christi, Texas. The building consists of a ground floor and four upper level floors. Net floor area in the building is an approximately 41,289 square feet which consists primarily of commercial office spaces. The first floor contains the main lobby, with (1) prominent entrance, Development Services, and cashiering services. Second floor through third floor contains offices, kitchen area, meeting rooms, storage, and reception areas of the Fire Department, SPECIFICATION NO. 1088 Page 4 of 20 Fourth floor contains the EOC, meeting rooms, office spaces, storage, and media area. Each floor has a male and female restroom. The Frost building is served by one (1) elevator. Facility Maintenance Building, Corpus Christi,Texas. The building consists of a ground floor. Net floor area in the building is an approximately 800 square feet which consists primarily of offices aces. The ground floor contains the main reception area, with(1) prominent entrance, 3 offices, an administrative area with 7 workstations, kitchen area, storage closet, and female restroom, the men's restroom is located in the shop area and is included in the space required to be cleaned. 4. INVOICING INSTRUCTIONS: Contractor's invoices `11 be submitted in duplicate to the Facility Manager within five working days following the end of each on period in which services are performed. Invoices submitted prior to the end of the period will not be processed for payment until the period has been completed. The original of each invoice will have attached a summary of work perfon-ned and charges. On verification of work actually performed and receipt of Contractor submittal, the Facility Manager will process invoices for payment. 5. CONTRACTOR FURNISHED SUPPLIES AND EQUIPM NT- a. SUPPLIES: The Contractor will provide all cleaning materials and supplies, necessary for the performance of this contract® Materials and supplies provided will be of acceptable industry grade and quality and subject to approval by the Facility Manager. Custodial supplies that the Contractor will provide include but are not necessarily limited to the following: • Trash Can Liners (Large & Small) • Liquid soaps where required • Wax lined sanitary napkin bags • Consumable cleaning supplies to include waxes, cleansers, shampoos, trash liners, etc. b. EQUIPMENT: Contractor is required to furnish all equipment necessary for performance of the contract. Such equipment and use of equipment will be subject to inspection and approval of the Facility Manager prior and during the life of the contract. SPECIFICATION NO. 1088 Page 5 of 20 6. CITY FURNISHED RESOURCES: The City will provide secured custodial storage space for the Contractor's equipment and supplies. 7. UNIFORMS & IDENTIFICATION: The Contractor shall furnish uniforms (minimum of shirt o r s mock) for all custodial employees. Contractor shall also provide identification badges with photograph for each employee. Uniforms & ID badges shall be prominently displayed by Contractor's personnel at all times. 8. EMPLOYE4 E LISTINGS: Contractor will provide the Facility Manager with a listing of current employees authorized to work at each location; listings will be updated and resubmitted as changes occur. 9. ADEQUATE SUPERVISION: Contractor shall ensure that adequate supervision is C4on-site" as necessary for safe, effective & efficient management of cleaning operations. Contractor shall organize cleaning schedules to minimize work areas requiring lighting & electrical services; place a high priority on energy conservation; and coordinate with City staff to ensure economical operation of building equipment, systems and machinery. 10. SUPERVISORY KNOWLEDGE: Supervisors must have a sound working knowledge o cleaning tasks, equipment, materials and building systems so as to properly train and direct cleaners in individual assignments, and maintenance & control of an effective inspection & follow-up program. 11. REPORTING RFQU REMENTS: Contractor will immediately report situations discovered that require maintenance and/or repairs by City staff to the City's Facility Maintenance Division (826-1980) and Security Guard assigned to the building. 12. WORK SCHEDULING: Any Contractor work will be done at the convenience of the City and not conflict with normal City operations. The City reserves the right to revise the Contractor's work schedule in the event of conflicts. In the event work schedule revisions are necessary, the Facility Manager will advise the Contractor and request the change. SPECIFICATION NO. 1088 Page 6 of 20 13. CONTRACTOR INTERFACE RESPONSIBILITIES: a. At least one week (seven days) prior to contract effective date, the Contractor & supervisors will meet with City Facility Management staff to discuss facility operations & contractual requirements. The City incurs no added costs associated with this meeting. b. Contractor shall name an individual employee responsible for all contractual matters, differences of opinion, disputes and complaints. If the complaint pertains to the servicing of one of the facilities, this person will appear in person on the day of the complaint to inspect the problem area with City staff and make corrections required. Corrections will be done during normal business hours at no additional cost to the City. Lastly, the City reserves the right to approve the appointment of this individual. C. The City's designated individual for contractual matters, differences of opinion, disputes complaints and contract interpretation shall be the City's Facilities Manager, or in her absence the Building Maintenance Supervisor. d. Contractor shall respond, in writing, to all written inquires by the City within fifteen days of inquiry receipt. 14. CONTRACTOR QUAL TY CONTROL: Contractor will establish and maintain a complete Quality Control Program that is acceptable to the Contract Administrator to assure the requirements of the contract are provided as specified. SPECIFICATION NO. 1088 Page 7 of 20 SCHEDULES & REQUIREMENTS .I Minimum Reouirements. All Areas: areas covered under minimum reQuirements include the following: (1}Public Areas; (2)Restrooms; (3} Ice Areas Minimum services performed by Contractor personnel include, but are not limited to, services outlined below. Unless otherwise approved by the City's Facility Manager, the following services will be performed on an evening/nighttime basis. A.I.O. NIGHTLY SERVICES....JPUB LIC AREAS - Contractor shall perform the following nightly: A.I.I.Waste ReceDtacles: a. Empty and wipe clean outdoor ash trays & waste paper receptacles of trash & debris; replace liners & sand when required. Liners are to be used in all waste receptacles and are Contractor furnished. b. Empty recycling bins nightly and place materials in designated containers, c. Contractor will replace liners when containers have trash; liners are wet or contain a foreign substance. ® Contractor is required to place an extra dry liner in each receptacle bottom. e® to receptacles will be washed & disinfected periodically as required. ,x.1.2. Glasas.�Cle �' clean doors; interior and exterior door glass, inside & outside surfaces and window sills. ,x.1.3. Drinking Fountains: wash& disinfect, followed by dry shine to prevent spotting; polish bright metal surfaces as required. x..1.4.Break Rooms: a. Clean sinks nightly. ® Wipe down counter tops. c® Wipe down tables. ® Vacuum & spot clean carpets. e. Sweep & spot mop hard surface floors. L Empty trash containers, replace liners; extra liner in container bottom. SPECIFICATION NO. 1088 Page 8 of 20 A.1.5. Outside Se a. Sweep outside entrance ways. b. Empty cigarette receptacles. c. Pick up & remove debris around building and in parking lots. In addition to nightly services above, following services are required at intervals shown: A.2.0. THREE TIMES-WEEKLY SERVCS_jEUBLjC--AREASS Contractor will perform following services three (3) times per week; on Monday, Wednesday & Friday unless stated otherwise. A,.2.1. Floors: a. Vacuum all carpets including meeting rooms & elevators. b. Dust mop all the floors. (halls, entrances, lobbies, elevators, etc.) c. Scrape gum from floors as required. ® Spot mop all the floors to remove spills & foreign matter. e. Spray buff the floors. f. Spot clean carpets as required. ® Vacuum floor mats at all entrances. A.3.0. WEEKLY SERVICES (PiJ BLIC AREAS orm following services Contractor shall perf at least one time per week: .4.3.1. Dusting & CleqnLn&. ® Dust all furnishings in public areas & conference rooms (tables, chairs, fixtures, pictures, decorations, etc.) and all other horizontal & vertical surfaces except as noted herein. ® Dust window sills, frames& blinds. c. Vacuum cloth furniture cushions. d. Clean & disinfect all telephone handsets. e. Wash door handles & metal framing around entrance door glass. A.3.2. Elevators® a® Dust all elevator walls & doors with treated cloths. ® Dust, wipe & dry shine metal railings & side wells. A03.3. Delive[y Area/Loading Dock: a. Sweep all finished surfaces. ® Pick up& remove trash from around area. A.3.4. Drinking Fountains: Polish all bright metal surfaces. SPECIFICATION NO. 1088 Page 9 of 20 A.3.5. Glass Cleaninpu a® Clean all partition glass as well as pictures, bookcases, etc. in common areas and lobbies. A.3.6. Walls: a® Spot wash painted walls in all hallways around light switches, drinking fountains, coffee makers, and other heavy traffic areas. b. Dust all pictures/ es. A.3.7. Stairwells: sweep clean all interior stairwells; spot mop all spills & stains. A.4.0. MONTHLY SERVICES fPUBLIC AREAS): contractor shall perform the following services nionlhly; AA.L Carpets: Carpets in public areas are to be cleaned with bonnet method monthly, excepting months specifying shampoo/extraction method specified in provision A.5.0. Schedule will be developed by Contractor and approved by the Facility Manager. A.4.2. Stairwells: Wet mop all interior stairwells. A.403. Walls: dust all fire equipment & exit lights. A.4.4. Delivery Area/Loading Dock: wet mop all finished interior surfaces; sweep walls up to ceilings to remove spider webs, dirt, etc. A.4.5. Elevators: a. Clean carpets by extraction method; the by stripping& refinishing. b. Vacuum, clean & polish door tracks on cars & floors. A.4.6. Stainless Steel Surfaces: Equipment with stainless steel or polished aluminum surfaces (elevator panels, refrigerators, waste receptacles, towel dispensers, etc.) shall be cleaned, wiped & polished; care must b e t aken to ensure wall paint, carpet or adjacent surfaces are not damaged. SPECIFICATION NO. 1088 Page 10 of 20 A.5.0. QUARTERLY SERVICES (PUBLIC AREAS)- contractor shall perform the following services quarterly; A05.1. etsm all carpets in public areas must be cleaned by extraction method one time per year (see definitions section) after cleaning with bonnet method at year end; Contractor will develop schedules for floor & carpet services and submit to the Facility Manager for approval. A.6.0. ANNUAL SER VICES..fPUB LIB..AREAS): contractor shall perform the following services annually; .team Stairwells: scrub all hard surfaced landings; refinish with two coats of floor finish if tile or sealed concrete surface® A.7.0.RESTROOMS — MINIMUM REQ11LEEMENTS.: "restrooms shall mean all public restrooms (unisex, handicapped, men's, and women's), locker rooms and private toilets located within offices. A.S.O. NIGHTLY SERVICES CRESj&0OMSj- Contractor shall perform the following services nightly; A.8.1. Floors: Sweep, then mop all restroom floors with clean disinfectant detergent. A.8.2. to Receptacles: empty all waste receptacles & replace plastic liners. A.8.3. Glass Cleaning: Clean & polish all mirrors with glass cleaner. A.8.4. Water Closets & Urinals: (a) Wash all toilets, seats, urinals inside & out with disinfectant detergents; leaving seats in the raised position when finished. (b) Contractor shall not use any acid based bowl cleaners. A.8.5. Walls: (a) Wash stall dividers& walls with disinfectant detergents. (b) Clean all door interiors. (c) Clean bright metal hardware, rinse & dry shine to prevent spotting including door locks. SPECIFICATION NO. 1088 Page 11 of 20 A.8.6.0 Wash Basins: (a) Clean wash basins, wipe free of all water marks; Contractor shall not use abrasive scouring powders. M Clean, rinse & dry shine all bright metal hardware. .M.1 e Dispensers: refill or restock towel, tissue, soap dispensers & hand sanitizer. A.8.6.2 Hand Drvers: Disinfect/damp wipe hand dryers and surrounding walls. x4.9® m WEEKLY SERVICES IREaIROOMS). the Contractor shall perform the following services weekly; x4.9.1. late....Recep!qcles. damp wipe all waste receptacles inside & out with disinfectant solution. A.9.2. Air& Door Grills: dust and clean all air return, air supply grills. A.9.3. Showers: Remove soap scum from floors, partitions, walls & doors; clean bright metal hardware; disinfect all surfaces. A.9.4. Locker Rooms: Damp mop all the floors; dust all horizontal surfaces (locker tops, shelves, etc.). A.M. Janitor Closets: Clean sinks; sweep & mop floors; remove trash. A.9.6 Wash Basins: Remove water deposit buildup on basins and fixtures. A.10.0. MONTHLY SERVICES-JZESTROOMS): the Contractor shall perform the following services monthly; A.10.1 Floors, mechanically scrub restroom floors; clean baseboards to eliminate residue and build-up. A.10.2. Shower Stalls-,hand scrub walls& floors; spray with disinfectant. A.10.3. JanitorClosets wet mop floors; apply sealer wax if tiled. SPECIFICATION NO. 1088 Page 12 of 20 X4.11.0 OFFICE...AREAS....fMINIMUM RE-QUIREMENT$I: "Office Areas" means all spaces used for work off public corridor areas; these include open & private offices, libraries, conference rooms, classrooms & office storage areas. X4.11.1. I T'L, ERVIgB5 LOFFICE AREAS); Contractor shall perform the following nightly. ;4.11.1.1 Dustima & Desk ToD Cleaning: (NOTE: if office is locked & keys not provided to Contractor, then that particular office is not to be cleaned.) (a) Dust desk tops in office areas NOTE.- stacks of paper & desktop equipme onl nt are not to be moved, y cleared areas of desktops are to be dusted. (b) Dust horizontal & vertical surfaces of all furniture. (c) Dust all high& to office partitions & cubicle separators. (d) Dust bottoms & back braces of chairs. X4.11.1.2. Doors & Frames: Dust & spot clean doors, frames & surrounding wall areas; special attention to areas with visible hand and/or footprints. A.12.1. THREE TIME-WEEKLY SERVICES IC ICE AREAS): Contractor shall perform the following services three (3) times each week; to be performed on Monday, Wednesday & Friday if not stated otherwise. p INVIM tacli66ts 9, o'' It, gq P Mai,W., .11 W Ue' a6je.2,nrP-1a:ce-; tam' ME 6 p .x.12.1.2. Floors: (a) Sweep & spot clean hard surface floors. (b) Vacuum & spot clean all carpeted areas including break rooms & copier areas. (c) Replace chairs into desk knee wells & under tables. (d) Damp mop & spray buff hard surface floors. A.13.0 MONTHLY SER VICES--(OFFICE AREASI contractor shall perform the following services monthly,, A.13.1 Dustinag & Cleani jLS� in (a) Vacuum & damp wipe clean all air vents. (b) Dust window blinds & frames. SPECIFICATION NO. 1088 Page 13 of 20 A.14.0. QUARTERLY SERVICES OFFICE AREAa. The Contractor shall perform the following services quarterly; A.14.1. Cg wets A.1 .A. Extraction Method: All carpets in office areas are to be cleaned by extraction method four times per year (see Definitions for details). This cleaning is to follow the four quarterly shampoo cleanings each year. A.14. . Schedule: Schedules for performance of floor & carpet cleaning services shall be developed by the Contractor and submitted to the City's Facilities Manager for approval. A.15.0 SEMI-ANNUAL SERVICES (OFFICE ABEASS: Contractor will perform the following service semi-annually (twice per year); A.15.1. Floors: Scrub all hard surface flooring and refinish as required. A.1 . . CaTets A.15.A. Sham000 Method: All carpets in office areas will be cleaned by shampoo method four times per year with the exception of the month in which the extraction method is performed as specified below (see Definitions for details). SPECIFICATION NO. 1088 Page 14 of 20 DEFINITIONS B.I. Definitions: The following terms, definitions, and procedures apply to all sections of this document; and are to be used by the City in monitoring the quality and quantity of Contractor deliverables throughout the contractual period(s). B.1.1. Bright Metal Polishing: May be done by damp wiping and buffing with a dry cloth provided a polished appearance is obtained. If a polished appearance cannot be produced, however, an appropriate metal polish must be used. B. 1.2. Carvet Cleaninp-, Shamvoo (Wet or Dry Methods): Contractor shall safely, thoroughly clean carpets using commercially rated vacuum or cleaning machines capable of removing all foreign matter. Carpets must be vacuumed (total surface area) before & after shampooing; in addition all stains shall be pre-spot treated prior to shampoo application. 13 1.3. Camet--Cleaning: Extraction; Carpets shall be cleaned thoroughly with a commercial vacuum machine capable of removing all embedded foreign matter. Cleaning process must not cause carpet shrinkage nor affect appearance & durability. Cleaning process must remove all traces of dirt, grime & soil, leaving carpets free from residual & foreign matter. Contractor is fully responsible for repair or correction of carpet damage caused by Contractor cleaning methods or workmanship. Carpet under all furniture is to be cleaned as well as exposed carpet, with Contractor responsible for furniture moves & relocation. Carpets will be brushed to restore flattened pile as necessary asp of the cleaning process. B.1.4. Camet_Cleanina: Bonnet Method: Consists of shampooing using a cotton bonnet soaked in shampoo solution, wrung out to a moist condition, and applied using a buffer or designated floor machine run in all directions. Carpet is slightly damp and should dry within one hour of application/extraction. B.1.5. Contractor: An independent entity or corporation; is not an agent o r e mployee of the City of Corpus Christi. B.1.6. Damp Wiping: Using a clean damp cloth or sponge containing an appropriate cleaning agent to remove all dirt, spots, streaks & smudges from walls, glass, furniture or other surfaces, then drying to provide a polished appearance. end wiping in toilet areas a multi-purpose (disinfectant/deodorizer) cleaner must be used. SPECIFICATION NO. 1088 Page 15 of 20 B.I.7. Dgitin Dust must be removed from areas treated, not simply moved from area to area, using dust cloths, vacuum tools, etc. as appropriate. When high dusting, dust shall not fall onto furniture & equipment below. Following conditions must exist after completion of dusting tasks: a® No dust streaks on surfaces b. Comers, crevices, moldings & ledges free of dust C. No oils, spots ors udges on surfaces caused by dusting tools B.1.8. Elevator Floor Cle4aLn& resilient the surfaces shall be cleaned & waxed to provide a clean & polished appearance at all times. B.1.9.Hard Surfaced Floors: defined as tile, wood, composition or concrete floors. B. 1.1 .Loadin ocksm are designated for shipping & receiving incoming and outgoing materials& supplies used in facility operations. B.I.H.Locker Rooms: Employee locker/dressing rooms, including areas adjacent to restrooms. 13.1.12.Moving of FumituLL&_Egui ment: For operations where furniture/equipment must be moved, no chairs, to baskets, or similar items may be stacked on desks, tables or window sills; upon work completion all furniture, equipment & accessories must be returned to their original position(s). B. 1.13. fitly e ices: Performed five nights per week between the hours of 5:00 PM and 1:00 AM, Monday through Friday, legal holidays accepted. Requirements listed in Section A. of this specification. 1.14. eels Services: Performed each week, Monday through Friday, as per Section A. of this specification, except for legal holidays. If service scheduled for a workday falls on a holiday or Contractor is unable to perform due to inclement weather, natural disasters, power outages or similar conditions, service shall be rescheduled by the Contractor for the same or subsequent week and approved by the Facilities Manager. Schedules for performing weekly services will be developed by the Contractor & approved by the Facilities Manager. Weekly services shall be completed during same times as Nightly Services above. SPECIFICATION NO. 1088 Page 16 of 20 B. 1.15. Monthlv Services: Performed each month, Monday through Friday, as per Section A. of this specification, except for legal holidays. If service scheduled for a workday falls on a holiday or Contractor is unable to perform due to inclement weather, natural disasters, power outages or similar conditions, service shall be rescheduled by the Contractor within the same month and approved by the Facilities Manager. Schedules for performing monthly services will be developed by the Contractor & approved by the Facilities Manager. Monthly services shall be completed during same times as Nightly Services above. B. 1.16. Quarterly Services: Performed each calendar quarter, Monday through Friday, as per Section A. of this specification, except for legal holidays. If service scheduled for a workday falls on a holiday or Contractor is unable to perform due to inclement weather, natural disasters, power outages or similar conditions, service shall be rescheduled by the Contractor within the same quarter and approved by the Facilities Manager. Schedules for performing services will be developed by the Contractor& approved by the Facilities Manager. Quarterly services shall be completed during same times as Nightly Services above. B.1.17. Semi-Annual Services: Performed twice each contract year, Monday through Friday, as per Section A. of this specification, except for legal holidays. If service scheduled for a workday falls on a holiday or Contractor is unable to perform due to inclement weather, natural disasters, power outages or similar conditions, service shall be rescheduled by the Contractor within seven work- days of originally scheduled date and approved by the Facilities Manager. Schedules for performing semi-annual services will be developed by the Contractor & approved by the Facilities Manager. Semi-annual services shall be completed during same times as Nightly Services above. B.L 18.Annual Services: Performed annually in the last month of the contract year, Monday through Friday, as per Section A. of this specification, except for legal holidays. If service scheduled for a workday falls on a holiday or Contractor is unable to perform due to inclement weather, natural disasters, power outages or similar conditions, annual service shall be rescheduled by the Contractor within seven days of original date and approved by the Facilities Manager. Schedules for performing annual services will be developed by the Contractor & approved by the Facilities Manager. Annual services shall be completed during same times as Nightly Services above. SPECIFICATION NO. 1088 Page 17 of 20 B. 1.19. Office Areas: defined as enclosed spaces used as work areas off of public areas, including open offices, private offices & suites, libraries, conference rooms, class rooms& office storage areas. Services shall conform to minimums stated in Section A. of this specification. B. I. J. Porcelain Ware and/or Stainless Steel Cleanipp.,1 Porcelain or stainless steel fixtures(drinking fountains, wash basins, urinals, toilets, etc.) shall be clean & bright without dust, spots, stains, rust, encrustation or moisture; walls & floors adjacent to fixtures must be free of spots, drips, watermarks & chemical stains. I. I. P_u-blic-Areas: defined as all entrances, lobbies, stairwells, elevators, hallways & exterior building areas. Services shall be in accord with Section A. of this Specification. B.1.22. Restrooms: defined as all public restrooms (men & women), locker rooms & private office toilets. Services shall be in accord with Section A. of this Specification. B.1.23. Car-net Vacua mina: carpets shall be clean & free of dust-balls, dirt & debris after each vacuuming; spot cleaned nightly to remove spills or spots. B.1.24. Scrubbing: means removal of foreign material from floor using water/detergent solution resulting in removal of dirt, heel marks, oil film & residual cleaning solutions; floors shall be scrubbed with cleaner & recoated with 2 to 4 coats of floor finish. "Hand Scrub in " means removal of all dirt, film, and residue from a surface using cleaning solutions as required. B.1.25. Snot Cleanina: removal of smudges, marks and/or spots from designated surfaces without causing unsightly discoloration. 13.1.26. Spot Mopping: removing spillages, marks, spots or stains from designated areas. B.1.27. Spot usting:,removing dust and/or smudges from designated areas. SPECIFICATION NO. 1088 Page 18 of 20 B.1.28. Strinning: complete removal of old wax including areas under furniture and around edges of baseboards & filing cabinets; when completed, floor must have a slightly dull but overall even appearance. Wax and/or mop water accumulations and splash marks must be removed from all furniture, equipment, doors, baseboards and filing cabinets; care must be taken to prevent damage to all painted surfaces. Contractor will move for stripping and/or waxing; replacing all furniture in its original location when complete. After stripping is complete, Contractor will refinish surface with 3 coats of sealer/preservative, followed by 3 to 4 coats of wax finish. B.1.29. SweeDinp- & Dust Mormina eratios® all floors will be clean & free of dust streaks after operations; no dirt shall be left in comers, behind radiators, under furniture, behind doors or on stair landings & treads; no dirt will remain where sweepings were picked up. Dust mops are to be properly cleaned prior to use to aid in removal of dust/dirt; mop treatments that leave an oily film on floors are prohibited due to safety concerns. After dust mopping all floors are to be free of litter, debris and grit. B.1.30. Trash Removal: when removing trash from public areas, offices, cubicles, meeting rooms and restrooms, Contractor must use a lined container on wheels with a liner fit to the bottom & a 6" lap around the top. Liner must be replaced whenever food, drink or human waste has been processect/carried. B.1.3 L Waxing: refers to systematic procedure to ensure optimum floor maintenance; floor care products (strippers, finishers, sealers, cleaners, waxes and maintenance products) must be chemically compatible and matched to ensure durability, wear, scrub ability and appearance of floor surfaces. Wax & sealers shall be applied in thin, even coats and allowed to completely dry between coats; number of coats as required by type and condition of floors. B.1.32. Wet Morming & Scrubbing: all floors must be properly prepared; swept to remove all visible dirt & debris; upon completion of mopping & scrubbing floor shall be clean and free of dirt, water streaks, mop marks, strings, etc.; surfaces shall be dry, comers & cracks clean; may be performed either by machine or by hand with a brush. 13.1.33. Window Cleaning Service. refers to glass are to be cleaned other than areas designated by specifications as "glass cleaning" (door glass, shelves, partitions, pictures, bookcases/shelves). Contractor is to use Tri- Sodium/Water solution as cleaning agent, applied by sponge & removed with squeegee to prevent streaks& smears on windows. All tape & other gummed articles will be removed from window surfaces by razor blade or similar instrument prior to cleaning; drop cloths will be used to prevent watermarks SPECIFICATION NO. 1088 Page 19 of 20 where necessary. Are to be cleaned — all inside & outside windows of the building under this specification. B.1034. or Order: written document issued by the City requesting the Contractor either increase or decrease work performed under Contract; amounts to be added/reduced will be based on negotiation of applicable work rates between the Contractor and City Facility Manager as approved by the Director of General Services. SPECIFICATION NO. 1088 Page 20 of 20 APPENDIX A CITY RECOGNIZED HOLIDAYS I o The first day of January (New Year's Day). 2. The last Monday of May (Memorial Day). 3. The fourth day of July (Independence Day). 4. The first Monday of September(Labor Day). 5. The fourth Thursday of November(Thanksgiving Day). 6. The twenty-fifth day of December(Christmas Day). 7. One holiday to be determined by the City. When a holiday listed above falls on a Sunday, the following business day shall be considered a holiday. When any holiday listed above falls on a Saturday, the preceding Friday shall be considered a holiday. In addition to the above, any day may be designated a holiday by proclamation of the Mayor, upon approval of the City Council. INSURANCE REQUIREMENTS L SUCCESSFUL BIDDER'S LIABILITY INSURANCE A. Successful Bidder shall not commence work under this agreement until all insurance required herein has been obtained and approved by the City's Risk Manager or designee (Risk Manager). Successful Bidder must not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been so obtained. B. The Successful Bidder shall furnish to the Risk Manager, two (2) copies of Certificates of Insurance, showing the following minimum coverage by insurance company(s) acceptable to the Risk Manager, The City must ben ed as an additional insured for the General Liability policies, and a blanket waiver of subrogation is required on all applicable policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 day written notice of non-renewal,material change, Bodily Injury and Property Damage cancellation or termination required on all certificates Per occurrence/aggregate and policies Commercial General Liability including: $1,000,000 COMBINED SINGLE LIMIT I. Commercial Form 2. Premises®Operations Products/Completed Operations Hazard 4. Contractual Liability 5. Broad Form Property Damage 6. Independent Contractors 7. Personal Injury AUTOMOBILE LIABILITY--OWNED,NON-OWNED $500,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKER! WORKERS'COMPENSATION COMPENSATION ACT AND SECTION 11 OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 BLANKET com MERCIAL BOND $25,000 per employee (For the City's protection against vendor employee dishonesty) C. In the event of accidents of any kind, Successful Bidder shall furnish the Risk Manager with copies of all reports of such accidents within ten (I 0) days of the accident. 2009 Custodial Smite for Frost building bid ins req, 7-17609 ep Risk PAR gmt, ADDITIONAL REQUIREMENTS A. Successful Bidder must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. If workers' compensation coverage is not written in accordance with Texas law, "All Other States" endorsement must be indicated on the certificate of insurance. B. Successful Bidder's financial integrity is of interest to the City; therefore, subject to Successful Bidders right to maintain reasonable deductibles in such amounts as are approved by the City, Successful Bidder shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Successful Bidder'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. The City shall be entitled, upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply to the limits required by the City, and may require the deletion, revision, or modification of particular policy terms, conditions, limitations or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any such policies). Successful Bidder shall be required to comply with any such requests and shall submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Successful Bidder 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 Management P.O. Box 9277 Corpus Christi, TX 78469-9277 (361) 826-4555- Fax # D. Successful Bidder agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • Name the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation and professional liability policies; • 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, Successful Bidder shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Successful Bidder'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 Successful Bidder'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 Successful Bidder to stop or hereunder, and/or withhold any payment(s) which become due to Successful Bidder hereunder until Successful Bidder demonstrates compliance with the requirements hereof G. Nothing herein contained shall be construed as limiting in any way the extent to which Successful Bidder may be held responsible for payments ofd a es to persons or propsrty resulting from Successful Bidder's or its subcontractor's performance of the work covered under this agreement. ' H. It is agreed that Successful Bidder'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 contract. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2009 Custodial Service for Frost building bid ins req 7-17-09 ep Risk Mgmt Attachment I SERVICE AGREEMENT Contractor Supply Agreement No..SA THIS Custodial SgUjggA e yjgg= (this "Agreement") is entered into by and between (the "Contractor") and the City of Corpus Christi, a Texas home-rule municipal corporation (the "City") by and through its duly authorized City Manager or designee ("City Manager"), effective for all purposes upon execution by the City Manager. WHEREAS Contractor has proposed to provide Custodial Service for City Hall, Frost Building and Facility Maintenance in response to Bid Invitation No. BI-0135-13 in accordance with Specification No. 1088, dated Revised 02/14/13 which is incorporated and attached as Exhibit A; WHEREAS the City has determined Contractor to be the lowest responsible bidder; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor will perform the Custodial Service for City Hall, Frost Buildings and Facility Maintenance in accordance with Specifi cation No. 1088. 2, Term. This Agreement is for twelve (12) months commencing on the date signed by the last signatory hereto and continuing for twelve months thereafter. The to includes an option to extend for up to two additional twelve-month periods subject to the approval of the Contractor and the City Manager or his designee ("City Manager"). 3. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of perforTnance and operations under this Agreement including deductions for non-performance and authorizations for payment. All of Contractor's notices or communications regarding this Agreement must be directed to the Contract Administrator, who is Building Maintenance Superintendent. 4. Independent Contractor. Contractor will perform the services hereunder as an independent contractor and will furnish such services in its own manner and method, and under no circumstances or conditions may any agent, servant, ore loyee of Contractor be considered as an employee of the City. 5. Insurance. Before activities can begin under this Agreement, Contractor's insurance company(ies) must deliver a Certificate of Insurance, as proof of the required insurance coverages to the Contract Administrator. Additionally, the Certificate must state that the Contract Administrator will be given at least thirty (30) days' notice, by certified mail, of cancellation, material change in the coverages or intent not to renew any of the policies. The City must b e n amed as an Additional Insured. The City Attorney must be given copies of all insurance policies within 15 days of the City Manager's written request. 6® Assignment. No assignment of this Agreement or any right or interest therein by Contractor is effective unless the City first gives its written consent to such assignment. The performance of this Agreement by Contractor is of the essence of this Agreement and the City's right to withhold consent to such assignment is within the sole discretion of the City on any ground whatsoever. 7. Fiscal ear® All parties recognize that the continuation of any contract after the close of any fiscal year of the City, which fiscal year ends on July 31 of each year, is subject to appropriations and budget approval providing for covering such contract its as an expenditure in said budget. The City does not represent that said budget its will be actually adopted, that determination is within the sole discretion of the City Council at the time of adoption of each budget. 8. Waiver. No waiver of any breach of any to or condition of this Agreement, or Specification No. 1088, or Contractor's bid offer to Bid Invitation No. ® 3 waives any subsequent breach of the same. 98 Compliance with laws. This Agreement is subject to all Federal laws and laws of the State of Texas. All duties of the parties will be performed in the City of Corpus Christi, Texas. The applicable law for any legal disputes arising out of this Agreement is the law of Texas and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 10. Subcontractors. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, Contractor must obtain prior written approval from the Building Maintenance Superintendent, Contract Administrator. In using subcontractors, Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of Contractor. All requirements set forth as part oft is Agreement are applicable to all subcontractors and their employees t o t he same extent as if the Contractor and its employees had performed the services. 11. Amendments. This Agreement may be amended only by written Agreement duly authorized by the parties hereto and signed by the parties. 12. Termination. The City Manager may terminate this Agreement for Contractor's failure to perform the services specified in Bid Invitation No. I® 13513 or Specification No. 1088. Failure to keep all insurance policies in force for the entire to of this Agreement is grounds for termination. The Contract Administrator must give Contractor 5 work days' 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. Alternatively, City may terminate this Agreement upon 20 days' written notice to Contractor. However, City may terminate this Agreement on 24 hours' written notice to Contractor for failure to pay or provide proof of payment aft es as set out herein. 13. Taxes. Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes, and all other related taxes according to Circular E Employer's Tax Guide, publication 15, as it may be amended. Contractor must provide proof of payment of these taxes within 30 days after payment is due. Failure to pay or provide proof of payment is grounds for the City Manager to immediately terminate this Agreement. 14. Drug Policy. Contractor must adopt a Drug Free Workplace Policy. 15. Violence Policy. Contractor must adopt a Violence in the Workplace Policy. 16. Notice. Notice may be given by fax, hand delivery, or certified mail, postage prepaid, and is received on the day faxed or hand delivered and on the third day after deposit if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Building Maintenance Superintendent P.O. Box 9277 Corpus Christi, Texas 78469-9277 FAX No.: (361) 826-3395 IF TO CONTRACTOR: Contractor Name: Contact Person: Address- City, State, Zip: Fax No.: I7. Month-to-Month Extension. If the City has not completed the bidding process and awarded a new supply agreement upon expiration of the original contract period or any extension period, the Bidder shall continue to provide goods./se under this Agreement, at the most current price under the terms of this supply agreement or extension, on a month-to- month basis, not to exceed six months. This supply agreement automatically expires on the effective date of a new contract. 18. Sever ability. Each provision of the Agreement shall be considered to be severable and, if. for any reason, any such provision or any part thereof, is determined to be invalid and contrary to any existing or future applicable law, such invalidity shall not impair the operation of or 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 thereof had been omitted. 19, INDEMNIFICATION CONTRACTOR AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPL 0 YEES AND A GENTS (INDEMNITEES) FROM AND A GAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE ON ACCOUNT OF DEATH, PERSONAL INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER KIND OF DAMAGE, INCLUDINGALL EXPENSES OFLITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THIS CONTRACT OR THE PERFORMANCE OF THIS CONTRACT, REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE CA USED OR ARE CLAIMED TO BE CA USED BY THE CONCURRENT OR CONTRIBUTING NEGLIGENCE OF INDEMNITEES, BUT NOT BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON OR GROUP. 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 INDEMNITEES AND PAY ALL CHARGES OF ATTORNEY AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY OF SAID LIABILITY, DAMAGE., LOSS, CLAIMS, DEMANDS OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS . SECTION SHALL SVRV7VE THE EXPIRATION OR SOONER TERMINA TION OF THIS A GREEMENT. SIGNED this—day of 20—. Contractor: Name: Title: CITY OF CORPUS CHRISTI Date: Michael Barrera Assistant Director of Financial Services Incorporated by Reference: ExhibitA-1: Bid Invitation No. BI-0135-13 (Includes Specification No. 1088 Insurance Requirements). Exhibit B: Bidder's Bid CITY OF CORPUS CHRISTI PURCHASING DIVISION SUPPLY AGREEMENT STANDARD PROVISIONS Contractor and the City of Corpus Christi ("City") agree as follows: 1. Term. The to of this Supply Agreement is twelve months, with the option to extend for up to two (2) additional twelve-month periods, subject to the approval of the Contractor and the City Manager or designee. If the City has not completed the bidding process and awarded a new contract upon the expiration of the original contract period or any extension period, the Bidder shall continue to provide goods/services under this Supply Agreement, at the most current price under the terms of this Supply Agreement or extension, on a month-to-month basis, not to exceed six months. This Supply Agreement automatically expires on the effective date of a new contract. 2. Descri tion ® Sale of Goods and Services. Contractor will transfer and deliver to the City, and the City will pay for and accept the City's requirements, during the to of the Agreement for all of the items described on the Bid Sheet(s). Quantities shown on the Bid Sheet(s) are estimates and do not obligate the City to order or accept more than the City's actual requirements during the term of this Supply Agreement, nor do the estimates limit the City to ordering less than its actual needs during the to of this Supply Agreement, subject to availability of appropriated funds. 3. Purchase Order. The City will exercise its right to specify time, place and quantity to be delivered in the following manner: Arty City department or division may send to Contractor a purchase order signed by an authorized agent of the department or division. The purchase order will refer to this Supply Agreement and will specify the item, quantity, delivery date, shipping instructions and receiving address of the ordering department or division. 4. Default In One Installment to Constitute Total Breach. Each installment of this Supply Agreement is dependent on every other installment, and a delivery of non-conforming goods or services, or a default of any nature under one installment will impair the value of the entire Supply Agreement and may constitute a total breach of the Supply Agreement. 5. Replacement of Merchandise. Any merchandise rejected by the City must be corrected or replaced by suitable merchandise within two weeks, at no charge to the City, or a replacement will be bought on the open market and any costs incurred, including additional costs over the bid price, shall be paid by the Contractor within thirty days of receipt of the City's invoice. 6. Price Adjustment. All goods and services to be delivered pursuant to this Supply Agreement, including any extensions thereof, will be purchased at the prices on the Contractor's Bid Sheet, provided that, at renewal or extension of the Supply Agreement for an additional twelve-month period(s), the prices for goods and services to be delivered during the ensuing twelve-month period(s) may be increased or decreased to the extent of changes in the cost of materials to the Contractor, as reflected in written documentation provided by the Contractor to the City. Ciro° of Corpus Christi SUPPLIER NUMBER TO BE ASSIGNED B PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 171124 as amended, requires all arsons or firms seeking to do business with the City to provide the following information. very guestton must e answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. 0. BOX: STREET ADDRESS: CITY: STATE:< ZIP. FIR IS: I. Corporation 2. Partnership 3. Sole Owner . Association 5. Other 0 QUESTIONS DISCLOSURE If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an `ownership interest" constituting 3%or more of the ownership in the above named "firm." Name Job Title and City Department(if known) 2. State the names of each "official" of the Ci of Corpus Christi having an "ownership interest" constituting 3�j'�: or more of the ownership in the above name �'fi " Marne Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a`consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting % or more of the ownership in the above named"firm." Name Consultant FILING T'S If a person who re nests o fficial action on a matter knows that the requested action will confer an economic benefit on any City o tcia caremployee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writin to the City o tcial, employee or body that been requested to act in the matter, unless the interest of the City o tcial or ernplo ee in the matter is apparent. The disclosures all also be made in a signed writing filed with the City Secretary. [ thics Ordinance Section -349( )l CERTIFICATION I certify that all information rovided is true and correct as of the date of this statement, that I have not knowing withheld disclosure ofany information requested; and that supplemental statements will be promptly submitteyto the City of Corpus Christi,Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Person: Date: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee," Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture,receivership or trust, and entities which for purposes oft °ation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. fi "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or fi rm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. CITY OF CORPUS CHRISTI PURCHASING DIVISION BUSINESS DESIGNATION FORM ENSURE THIS FORM IS SUBMITTED WITH YOUR BID RESPONSE PLEASE INDICATE WHETHER YOUR COMPANY IS ANY ONE OF THE FOLLOWING: [I YES 0 NO ® CERTIFIED HISTORICALLY UNDERUTILIZED BUSINESS (HUB) Select all that are appropriate: ASIAN PACIFIC BLACK HISPANIC NATIVE AMERICAN WOMAN Please visit the following websitv for information an becoming a Texas Certified HUB, 11wh YES [:1 NO - LOCAL SMALL BUSINESS (LSB) A ror-proflt entity employing less than 49 employees located within the City limj�ts of-Corpus Christi,1'exas [:1 YESE]NO OTHER(PLEASE SPECIFY): [I THIS COMPANY IS NOT A CERTIFIED HUB or LSB THE INFORMATION REQUESTED IN THIS FORM IS FOR STATISTICAL REPORTING PURPOSES ONLY AND WILL NOT INFLUENCE AWARD DECISIONS OR THE AMOUNT OF MONIES EXPENDED WITH ANY GIVEN COMPANY. BID INVITATION NO: Firm Name: Telephone: P xt. Address: Fax: City. State: Zip: E-mail: Date: Signature of Person Authorized to Sign Form Signer's Name: Title: (Please print or type)