Loading...
HomeMy WebLinkAboutC2013-245 - 7/30/2013 - Approved Attachment I SERVICE AGREEMENT Contractor ABM Janitorial Services—South Central, Inc. Supply Agreement No. SA THIS Qustodial Se (this "Agreement") is entered into by and between ABM Janitorial Services — South Central, Inc. (the "Contractor") and the City of Corpus Christi, a Texas home-rule municipal corporation (the "City") by and through its dilly 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 Police Department Main Building and Municipal Court, 321 John Sartain Street, in response to Bid Invitation No. BI-0161-13 in accordance with Specification No. 1063, dated Revised 03/15/13 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 Police Department Main Building and Municipal Court,. 321 John Sartain Street in accordance with Specification No. 1063. 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 Administrator, who is Police Maintenance & Operations 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 nn ,-irrnm--tnnces or conditions may any agent, servant, ore ployee of Contractor be considered 2013-245 7/30/13 M2013-117 ABM 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 t o t he 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 assignirnent 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 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. 1063, or Contractor's bid offer to Bid Invitation No. BI-0161-13 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 Nueves 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. R_1-0161-13 or Specification No. 1063. 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 oft 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 forte 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 it day after deposit if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Police Maintenance & Operations Superintendent P.O. Box 9277 Corpus Christi,Texas 78469-9277 FAX No.: (361) 826-3395 IF TO CONTRACTOR: Contractor Name: ABM Janitorial Services— out Central, Inc. Contact Person: Attn: Ron Peden Address: 10521 Gulfdale City, State,Zip: San Antonio TX 78216 Fax No.: 866-502-4809 I7. Month-to-Month Exte si . If the City has not completed the bidding process d awarded a new supply agreement upon 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 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 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 SHALL TO INDEMNIFY HOLD HARMLESS AND DEFEND THE LOSS,CITY OF CoRpUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS (INDEMNITEES) FROM AND AGAINST ANY AND ALL LIABILITY, INCLUDING CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE ON ACCOUNT OF DEA1H, PERSONAL INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER KIND OF D"AGE, CLAIMED LITIGATION, COURT COSTS, ATTORNEYS- FEESAND EXPERT WITNESS FEES WHICH ARISE OR ARE IN CONNECTION CONTRACT,WITH THIS CONTRACT OR THE PERFORMANCE OF THIS REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE NEGLIGENCE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTING , BUT NOT BY THE SOLE EXPENSE,NEGLIGENCE OF INDEMNITEES UNMIXED W[TH THE FAULT OF ANY OTHER PERSON OR GROUP. CONTRACTOR MUST, AT ITS OWN INVESTIGATE SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SA TISFA CTOR Y To INDEMNITEES AND PA Y ALL CHARGES OF ATTORNEY AND L OTHER COSTS AND EXPENSES OF ANY CLAIMS,KIND ARISING FROM ANY OF SAID LIABILITY DAMAGE, LOSS� SURVIVE DEMANDS OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRA CTOR UNDER THIS SECTION SHALL SOONER TERMINATION OF THIS AGREEMENT SIGNED this day of , 0 Contractor: ABM Janitorial Services South Central, Inc. Name: Ron Peden Title: Branch Manager CITY OF CORPUS C I ---- ate: Michael Barrera ° Assistant Director of Financial Services AMST CVSECWNV Incorporated by Reference: E ibit A-l: Bid Invitation No. BI-0161-13 (Includes Specification No. 1063 Insurance Requirements). Exhibit : Bidder's Bid dy Wk. ASS?"?? ACC)REP CERTIFICATE OF LIABILITY INSURANCE DATE( I 8/512013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS !UPON THE CERTIFICATE. HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIRCATE HOLDER, IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the pcllcy(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 on this certificate dues not confer rights to the certificate holder In Ileu of such endorsement It(, PRODUCER NTA Commercial Lines-(415)541®7900 PHONE FAX IC R_ Wells Fargo Insurance Services USA,Inc.-CA LIB,OD09406 ADDRE83t: 45 Fremont Street,Suite 600 INS I�s 17R�IN COVERAGE a San Francisco,CA 941 W2259 INSURER CE R A: American Insurance Company 22 7 INSURED INSURERB: ACE Property and Casualty Ins.Co. 20699 ABM Janitorial Services-South Central,Inc. INSURER C: Illinois Union Insurance Company 27960 an ADM Industries Incorporated Company INSURER 0: Hartford Fire Insurance Company 19692 1775 The Exchange SE,Suite 600 INSURER F .Atlanta,GA 30339 INSURER F COVERAGES CERTIFICATE NUMBER- 6430530 REVISION NUMBER: See below 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,TERN 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 CLADS. l � f TYPE OF INSURANCE POLICY NUMBER M CY E Y IS ITS GENERAL LIABILM EACH OCCURRENCE S 2, A SL2701325 1190112012 1110112013 X S CLAIMS-MADE v_?� CUR MED Ars one pe 5 Esd 31. SIR PERSONAL A ADV INJURY S 2, 2C87_ ____.� ��,,,,_ GENERAL AGGREGATE S 4> GEN°L AGGREGATE LIMIT APPLIES PER. PAGG S 20 r I LILY PRA L17C S A AUTOMOBILE I I AH08711756 1110112012 t 11101/2013 �®�sttdE�ss�cL LIMIT s x Y AUTO & BODILY INJURY(Per BODILY .--TT- X X ALL OWNED SCHEDULED BODILY INJURY JPer dent) S AUTOS AUTOS x HIREDAUTCS AUTOS PROPERTY GA GE 9 S S x UMaaE x OCCUR X004327049047 11}0192012 11101/2013 EACH OCCURRENCE S 5, LESS IUIAB I I CLANMS E AGGREGATE S 5. I]EC R DN$ 25,000 3 WORKERS COMPENSATION S TORY I IMIT CT&�.. S FA C D EM oY s YIN TNSC4711830A 1110112012 11101/2013 - ANY PROPIUCTC TNEWFXECUrIVE E.L.EACH ACCIDENT S 1° OFFICEP"MEMBER EXCLUDED? NIA Retention: 5 a®Ea AC (Idarada In NH) 56da000 Each Employee E.L DISEASE=EA EMPLOYE S 1• It r C CRI ON OPE TIONS bel E.L.DIS E- LICY LIMIT S 1, D Employee Dishonesty/Fidelity OOFA024632612 11, 1 12 11101/2013 s2,0000lxl Each o=Lmnw DESCRI ON OF OPERATIONS I LOCATIONS 6 VEHICLES(AK@ch ACOAD 101,Additional Remarks Schedule,If ream apace Is nab ) Ref:Hid levitation IVs, 1-0161-13,Juba Police Department Building 321 John Sartain Street, Corpus Christie TX, City of Corpus Christi its officers officials, employees,volunteers,and elected representatives are included as additional Insured as respects general liability and auto liability as required by Written retract. If required by the written Contract or agreement with said additional Insureds,this Insurance shall be primary Insurance to any ether insurance available to said insured Covering the same loss.Such other Insurance available to said additional Insureds shalt be excess to and non-contributing to this insurance. Waiver of subrogation applies in favor of additional insured as respects ers` mpen tion,general liability and auto liability as required by written contract,Thirty(30)days written notice of cancellation or non-renewal shall be givers to the additional insured(s)In the event of cancellation of the general CERTIFICATE HOLDER CANCELLATION City of Corpus Christi SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Pt MN DATE THERIll NOTICE °MILL B DELIVERED IN Attn:Risk Management THE THE POLICY PROVISIONS, P.C.Box 9277 Corpus Christi,TX 76469-9277 AUTHORIZED REPRESENTATIVE 1 ` I the ACORD male and logo am registered marks of ACORD 0 1966.2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) CI ,AB579 77 S&6430530 Additional liability,auto liability,workers'oompensation and umbrella policy(les),. t f h 91 Ad6���at fiatrrark� �h�dt�3a���n®t CITY OF CORPUS CHRISTI PURCHASING DIVISION P. 0. BOX 9277 CORPUS CHRISTI,TEXAS 78469-9277 BID ENVITATION INVITATION TO: INVITATION O.: BI-0161-13 (Must appear on Bidder's return envelope) COMMODITY: Custodial Services for Police t® Building Located at 321 John Sartain St. REQUISITION NO.(S) BID CLOSING TIME: 11:00 il 2 A.M. Central Time Apr4,2013 This invitation includes these forms: (By Purchasing Division Time Stamp) *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 1063 Senior Buyer Insurance Requirements Telephone: (361)826-3165 Attachment I Service Agreement Supply Agreement Standard Provisions *Disclosure of Interest *Business Desip-nation Fonn NThese documents must be pro_perl ind returned by the BID CLOSING TIME. BID(Referto"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 or the attached Bid Invitation, Specifications, and Special Provisions for the amount(s) shown on the accompanying bid documents, If the offer Is accepted within 90 calendar days (90 days unless a different period is inserted) after date of bid opening. it Name: Ron Peden Telephone: 210-733-6015 Address: 10521 Gu Fax: 866-5024809 City: San Antonio State: TX Zip: 782,16 E-mail: ron.peden@abm.com Firm's Principal Place of Business: Ad d ress: 10521 Gulfdale City: an Antonio State: TX Zip: 78216 Date: -April.19,ZD13- Signatuie of Person Authorized to Sign Bid Signer's Name: Ron Peden Title: Branch Manager (Please print or type) CITY OF CORPUS CHRISTI PURCHASING DIVISION BIDSHEET BID INVITATION NO.BI-0161-13 PAGE I OF I DATE: April 19,2013 ABM Janitorial Services-South Central Inc. BIDDER ORIZED 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 certily: 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 or restricting competition with regard to prices; b. That I am an Equal Opportunity Employer;and c. That the disclosure orInterest information on rile with City purchasing pursuant to the Code of Ordinance is current and true. -—b—NIT —TOTAL ITEM DESCRIPTION QTY UNIT PRICE PRICE Twelve on Supply Agreement 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 for Custodial Services in accordance with Specification No. 1063. 1.0 in Police Building (Includes Main Police Station and 12 Mo. 7,125.00 85,500 Municipal Court) located at 321 John Sartain Street, Corpus Christi, Texas 78401 in accordance with Specification No. 1063. NOTE: 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. 0 ABA& BuRdIngVale as Ah Presented to: Gabriel Maldonado Senior Buyer City of Corpus Christi Presented by: ABM Amanda N, Reed Account Executive Arnanda,N Reed@abm,com (210) 248-8961 April 23, 2013 0 ABM_ Building Value April 23, 2013 Gabriel Maldonado City of Corpus Christi P.O. Box 9277 Corpus Christi. TX 78469 Dear Gabriel Maldonado, We understand that the City of Corpus Christi needs a quality-oriented, cost-effective janitorial services program that will meet your needs and build wlue for your custodial seNces for the Police Department Building, With our level of expertise in facilities services, ABM will provide you with reliable, quality service that lowers your operating costs. ABM will meet and exceed your expectations with our dedicated personnel, innovative processes and technology, and commitment to client satisfaction, Our entire organization stands behind this proposal and all of the commitments made to the City of Corpus Christi, With over 100 years of industry experience, servicing hundreds of industrial manufacturing facilities across the U.S., you can be assured you are partnering with a professional. reputable and dedicated serVce partner. ABM will help you meet your goals. If there is any additional information I might pro%Ade, please don't hesitate to call or write, All of us at ABM are ready to put our solutions to work for you. Sincerely, 41a_� Amanda N Reed Account Executive Building Va",ue Table of Contents Executive Overview _ ......... Organized to Respond to Your Needs.... .... . .... .... ....... .. ....... 7 Cleaning Methodologies .... _ 11 Green Clearing Overview . Planning fora Seamless Transition ..... _ _.14 Our People................. . 1 Managing Risk through Safety Programs.................._.... . . 19 Billing Flexibility and Custom Reports.. ......... ......... . ... .... ...... . _,21 Quality Assurance Program .:,. ...22 Equipment, Supplies and hemicals.:.. . . : .; ___24 Unilb ffns `ours or Curs . : :... . Just Ask Our 0ients ...,._ ......... .......... . ....... _...... 7 Should Your Facility Needs Expand _ .. .: What to Expect From ABA _ 30 Ilk, 0 ABAN. Building Value Executive Overview Building Value for City of Corpus Christi The City of Corpus Christi needs a facilities partner who builds value for you by reducing operating expenses while keeping your Police Department safe, clean, comfortable and energy efficient. With our people and our technology, we'll preserve your assets and increase their performance—maximizing their value for you Service excellence and industry expertise To deliver you a quality, cost-effective uniform standard of service, we use our own highly qualified employees. We've got the expertise to understand your industry and empower our workforce to provide you with reliable, high-quality service specific to your needs. Plus, with our nation 'de presence, we've got local experts who understand the unique needs of your area. Breadth of services In addition to the services proposed here, you can rely on ABM for Virtually all of your facility needs. You'll receive simplified support for all of our solutions, whether stand-alone or integrated. Technology-enabled workforce In addition to intensiw training, the workforce seNng your facility will use our award-winning, innovative technology to drive efficiencies, lower costs and ensure compliance. Your service delivery will be streamlined with the use of technological tools that will allow both the City of Corpus Christi and ABM to have greater access and transparency to your account. Guaranteed energy and sustainability solutions The City of Corpus Christi's sustainability objectNes will become ours. We'll help you meet short-term goals. like green cleaning, and we can help you establish and meet long-term goals for water efficiency, energy consumption, materials and resources. We have a Director of Sustainability and certified LEER APs who are ready to work with you on specific plans to update your systems and increase efficiencies to meet your sustainability goals. We encourage you to call our clients listed in this proposal that are currently benefitting from our solutions, 0 0 ABAA Building Value Experience in Government We provide expertise in Govemment and deploy our technology-enabled workforce immediately so you can focus on your core business. ABM works with you to reduce your operating expenses and is ready to build Tae fbr you while keeping your property safe, clean, comfortable and energy efficient Similar lirets ABM serves a range of local and federal government facilities across the country, Below is a sampling of ABM s gow-mment clients: Nueces County City of Phoenix Collier County Govemment • Federal Renen�e Fort Stewart, Georgia General Services Administration Houston Downtown Management District Memphis intema' Revenue Service Center Nebraska Military Department Philadelphia City Hali State of California Superior Court of California United Nations US Postal Service Womack Army Medical Center 0 ABA& Building Value Your Service Quote We'll help you create new efficiencies to improve your bottom line To reduce your costs and build value for your facilities, we focus on new, efficient methods and management of labor and technology to eliminate unnecessary costs and maintain quality. Based on City of Corpus Christi's walk-throughs and specifications and our expertise, we determined the best practices for you and infused them into a program designed to meet your service needs. Prepared for: The City of Corpus Christi Police Department Building Location(s): 321 John Sartain St, Ser,ice(s)- Custodial Service Price $7,125.00 per month. Price includes all labor, payroll taxes and insurance, and supervision. Additional Senices: ava;lable upon request Prepared by: Amanda N. Reed Account Executive 2M24&8961 Amanda N Reed@abrn,corn Primary Transition Contact Ron Peden Primary Operations Contact. Josie Rendon ABAA , Building Value Organized to Respond to Your Needs The City of Corpus Christi will receive personalized seNce that emphasizes client satisfaction. Through our organizational structure, leadership and consistent management, we' developed an approach that allows us to manage your facility's service needs and exceed your expectations. The City of Corpus Christi Police Department Building will benefit from our industry experts and local specialists in recruitment operations, account management, quality assurance, safety, risk manag erne nt, training and technical support. All are focused on delivering quality, reliable seNce with the latest technology to continually meet your unique needs, Descriptions of service personnel's roles and responsibilities that will directly support your account are listed here to provide you clarification of what should be expected from each, Client Operations Support Sets goals and objectives for the region ImplemerrIs operabonal improvement strategies Ensures the region s and district s compliance with company policies and govern ment regulations Hires and trains employees Plans,assigns and directs work performance Subcontractor selection.if ap pits` able Perform site inspecUons and monitors compliance Analyses reports,identifies trends and develops a plan to correct problems Oversees local inspections,quality control measures and inventory for the assigned buildings Manages safety programs and conducls manthly safety meetings Oversees 1=1 inspections,quality control measures and inventory control of eqwpment and supplies for the assigned location(s) Organize and control local area activities Carrying out day to-day operations Conducts on-site training Serves as immediale on-site contact Directs work activities Minagesse,vice workers 0 ABAA_ Building Value Service Personnel Resumes Below are resumes for the key personnel proposed to support the project outlined in this request for proposal If you need further information, please contact your ABM representative. RON PEDEN 1119 Fresno San Antonio. Texas 78201 Office (210) 733-6015 Mobile (210) 336-7196 ron,Peden @abm corn am corn SKILLS Extensive experience and expertise managing sales and operations for a multi-million SUMMARY dollar seNce company- Recognized for exceptional organization-building skills with a demonstrated ability and track record of success analyzing processes and devising and implementing procedures to enhance productiWy and profitability. Disciplined and well- organized in work habits and has strong time-management, prioritizing and problem resolution skills. EMPLOYMENT ABM Janitorial Services 1992 — Present Branch Manager an Antonio, El Paso, Corpus Christi and Rio Grande Valley Stearnatic of El Paso 1980 — 1992 General Manager El Paso, Texas EDUCATION El Paso Community College I University of Texas at El Paso 1976 - 1979 El Paso, Texas ESSENTIAL 1 Plans, organizes, and controls the activities of a geographic area (city)within a region FUNCTIONS 2 Coordinate sales and service actii. in accordance with policies, principles, and procedures established by ABM 3 Schedule customer msitations, meetings ani:kor inspections to assure customer satisfaction le is are being met or exceeded, kk 0 ABM , BuildingValua ROSA VALADEZ 1119 Fresno San Antonio, TX 78201 Office (210) 733-6015 Mobile (210) 336-7255 rvaladez@abm.com www,abm corn SKILLS Extensi experience in building customer operations and service organizations SUMMARY herring significant background in building national and international strategic account management programs in Fortune 500 companies, government and education. Excellent customer service skills and time management skills EMPLOYMENT ABM Janitorial Services 2002 - Present San Antonio. TX District Manager ABM Janitorial Services 1994 - 2002 Houston, TX District Superisor Area Manager EDUCATION Northshore High School Year graduated 1978 Graduate Houston, TX ESSENTIAL 4. Coordinate senAce activities for assigned buildings. Ensure that senAces are FUNCTIONS performed as contracted 5 Control supplies, equipment, and personnel necessary to meet customer specifications. Schedule personnel for daily and pedodic work 6 Conduct quality of se rice inspections at assigned buildings 7 Interact with customer contacts daily to obtain feedback on services and special needs. Troubleshoot potential problems and concerns 0 ABAA Building Value Conveniently Located to Serve You San Antonioi, TX Branch The below organization chart displays key resources within the branch Resources will be assigned to the City of Corpus Christi Police Department based on size and scope of work San Antonio Branch Office Information: 10521 Gulfdale San Antonio, TX 78216 Telephone 210-733-6015 Fax. 210-737-1843 Corpus Christi Office Information: 4410 Dillon Lane, Suite 50 Corpus Christi, TX 78415 Telephone: 361-225-1700 Fax: 361-225-1777 Square Footage Cleaned: 11 5 million sf Number of Employees: 750 Number of Customers: 140 Annual Sales: 512,13 million V"t"vg T—x ---------------- ----- -—------------------ ---------j--------- -------L------ -P$W' —------------- -----------— f,Pas- All ---------- ------------------ ------------- ------------- —------------ ----------------------- "W.M -—------------ j aft -------------------- Amw 0 ABM Building Value Cleaning Methodologies Improving Service Levels through New Approaches to Cleaning To meet the City of Corpus Christi's need for cost-sang, high-quality service, we employ new approaches to cleaning. Because of these approaches, we're able to deliver superior results and increased producti%4ty, while promoting a safer and healthier emAronment for your facility- We clean more than 2 billion square feet of floor space e%ery day, so our methods are based on prom results, Our cleaning approaches combine daily, %mriable and extensive periodic services to perform to your expectations. We offer a full spectrum of care and as your business operations evolve, we also provide a progressNe collection of additional methods and equipment to continually meet your needs. You'll find our extensive selection of services to be rare in the facility seNces. industry The following cleaning methods are recommended for City of Corpus Christ!s Police Department Building * ABM Green Care Te Cleaning * Day Porter Services * Night Cleaning s . uatdin value Green Cleaning Overview The ABM Greets Care TP1 programs focuses on products, toots, equipment, processes and policies, Our programs promotes a healthier en*onment for your building's occupants while significantly reducing the harm done to the environment Green cleaning also preserves your capital _ r investments (floors, furniture, etc.)because green products ,, are less harsh than traditional products. We use � environmentally preferable products and sustainable procedures following the requirements of the U.S, Green Building Council, Greets Seal, Environmental Protection Agency, Environmental Choice, and the Carpet and Rug � Institute, who pro%hde nationally recognized standards for , green products and procedures. Our program is overseen by Alan France, our dedicated Sustainability Director He is supported by LEER PEI's and Green Associates located throughout the country. Flexible Program to Meet Your Sustainabillity Goals We've made the program flexible by offering three distinct levels, We'll help you take a more holistic approach to green cleansing; whether it's sw tchmg to greets cleaning products, implementing sustainable equipment and processes or assisting with LEER certifications Eased on your sustainability goals, we are recommending Level One, but if you would like to select components from different levels to customize your program, we will gladly accommodate your request, We'll use our ,Assessment and Transition Flan Tool to assess your existing sustainability efforts and develop pricing and a transition plan to implement greens cleaning, F N-0 ax.=41, 0 ABAN, BufldingValue ABM Green Care Tm Level One Based on City of Corpus Chdsti's' sustainability goals and our green cleaning expertise, ABM will implement Level One, Lave., One covers basic sustainability installations and addresses the chemicals and paper products at your buildings. Product Selection Chemicals The first step is to substitute Green Seal certified products or Environmentally Preferable Products (as determined by the En*onrnental Protection Agency) in place of traditional ones. Our Director of Sustainability, Environmental Services maintains the ABM Green CareT11 Chemical List,which identifies these products. In ad&Uon to this cost-neutral step,we'll also reduce the number of chemical choices available onsite and simultaneously switch out the most high-volume use chemicals for more sustainable ones. If you require a particular chemical that is not available in a Green Seal certified or Environmentally Preferable Products option, we recommend choosing a chemical based upon minimizing environmental and health risks We will provide training to ensure the substitute products are used according, to the manufacturer's specifications. ABM Green Car m Training Procedures Manual The ABM Green Care 1161 Procedures Manual outlines proper cleaning processes and ensures our employees effectively use the chemicals, equipment and tools pirmAded and establish proper techniques in their daily tasks, ABM will work with you to establish propet cleaning intervals throughout the day and ensure our staff is following the proper cleaning procedires outlined in the manual —--------- all Chart The ABM Green Care"61 Mall Chart is posted in janitorial closets and serves as a reminder of the processes and procedures taught during training It provides quick visual instructions on safety, tools, and processes and step-by-step 1 I_J instructions on how to clean every room INJ Is It,9 Q M Partnership Training from Vendors left& Our chemical and equipmert vendors provide training for the products they provide us with sm which ensures that they are being used safety F and effectively. We have partnered w4h them s to create training cards which outline the r. G proper usage of chemicals and detaJed step- by-step instructions for each part of the process. 0 ABM BulldingValue Planning for a Seamless Transition It's an easy shift Your transition process will be painless because we identify your service needs, select the appropriate personnel, create a detailed implementation plan and communicate it toe ryone involved. Our teams will work to create a smooth start-up, free from time-consuming disruptions:. Estimated Timeframe Ha%Ang reviewed your number of locations, breadth of service and requirements. we will, transition your account within approximately 30 days, Our service start-up plan customarily takes place during a four- to six- week period and typically starts within thirty days of an award. Importance of ongoing communication In our years of experience, we've learned that the key to a successful transition is clear, ongoing communication of expectations, objectives and outcomes with all parties inwlved, particularly with management at all levels on both sides. From the beginning. ABM will hold regular meetings with you to discuss all phases of the transition, identify best practices and implement them, as needed. We will survey everyone on your staff who will be affected by the transition in order to address key concerns. Support and coordination A start-up team will work with the City of Corpus Christi Police Department's designated Project Manager to implement the transition plan The team will remain dedicated until your planned level of service is achieved and your objectives are being met The City of Corpus Christi Police Department Building transition team will consist of the following key staff, a Ron Peden — Branch Manager, an Antonio a Rosa Valadez —Sr Director of Operations, San Antonio 0 Josie Rendon —District Manager, Corpus Christi Building Value Start-Up l Below is an example of a start-up plant, showing how ABM becomes an integrated part of your workflow, As we mow forward, we will pro%hde a more detailed and customized plant. Once the plan is finalized, we complete your transition timetable, identifying each task, who owns it and its expected completion data 'task Week 1 week 3 Week 2 Week t post Start Qp •M6.0 nveo„tom-trarmtm lmrn Fe.A40 Ms d F9J ew&ad and ti a Rwvmw ewimt%;= i mwrbem. �,g, �.v .?3n?''"°'.„ ,,”m ryrrrr�t~hrr✓���'rS ys ! it e 9 I Mpvwn ptan WW wMane C�a.dB4 k°E`rzaeda;999�w7f�t (� �.�. 3 Repodrg rw xts !''2sc rrwagemerd and feecydng re C:n!§cxtss ersu� reea - CDwr g k F AP unt*ChWt 6:gn MwopamanP leam a T woew eer NMI MIZZM C ` as tad VaLrA chwkS&urvk IeWmV fas s,. bae) Sett' s `,g wud ra'x� prxedwes Asia traiaur:g n az arxy to e, o or , e k"Mn wul�akr k a # devrwcr4}anax dints a t. -ri"IA&49"s 2nd,a*AWM ', sT�saa argr��b''{�1 rS i��P k?"��}�". ��a'r j ✓ �a t � , atsNe, ,,.,,,�r'r:� `�< � Ga rmv* ' ., ynte&A pnxasemvit pmerst Sel Lo w w sq=ks=rniunxAtan r€emes t inonrtary r„retz�s " r� ' r?S � fES � las7f� r� q 1 �i uy , aaa# procadurn - Canymswzte cusmw romw wrsa..to rjjWeq QxAm tn{° ma a& t INam D&vvicp thaI4 MWtiarn(mDeocm sw+vys A ors: • Tram t: . r ter=..CMcawcahon t9w°: a t 09dw syriit-.&CfAlb Crae'ar rs s&I r2l cantar w'Ngt :£as , UM=0 per ISO tn!a CUS W10 k rutgtr trt Sy flt Rs-raaw ai�and areas to Wt pwfmm;rte bra to vibmmad * smv Weam 0 �ere#hmv as rwcamry ffi�' MEN, V - to " tALkZ 6 rl in OF 99 VaraAm"tat" * Cortm stx r!ivs w Li z -L°:sr:y t? , };,a m A sr. same t Ilk, 0 ABAA , BuildingValue Our People Our promise to you is fulfilled by our people. Your expectations need to be met by employees who are willing and able to give their best, e%ery day—which ABM's employees haxe demonstrated Consistently. We attract, select and retain employees who will exemplify our core values—respect, integrity, collaboration, innovation and excellence at every job site. We hire superior employees from dKerse backgrounds, give them thorough training, encourage them to be accountable for their work and reward them for exceptional performance. With well-managed people in the right jobs, City of Corpus Christi benefits in many ways. 0 Higher quality service a Increased productMty and reliability 0 Professional interaction with your employees 0 Reduced turnover, resulting in more familiar faces and more consistent service 8 Lower costs as a result of a safer workplace Aftract and Recruit Recruiting the best Your facilities will be staffed by highly qualified professionals who were attracted to ABM because of our strong reputation for employee development and retention, Your facility requires personnel who are able to adapt to your culture and present themselves in a fhendly, professional manner. That is why we make great efforts to recruit employees who don't just match the job profile, but also will adapt to meet your facility's needs and ABM a culture of learning, teamwork and prooding high-quality service Screen and Select Careful selection to ensure safety and quality Through professional interviewing and selection processes, we select quality candidates who meet your needs. To ensure the safety of your customers, employees and business assets. we prmAde a range of employee screening packages, We will conduct tiered screening based an your industry's best practices and your business' requirements. 10 a ABAN, BuldingValue Our screening packages can include any of the following� * Standard background checks 0 Drug screening (upon contract * Criminal/sex offender background checks requirement) (CORIISORI) 6 Professional certification checks ® Credit checks 0 Additional reference checks Train and Develop An emphasis an safety and training To deliver you the refiable, high-quality service that you expect, we develop training programs at the national and regional level. and emphasize best practices and safety, For more detailed information, see the section titled 'Training Program' in this proposal. Retain Employee benefits and incentives attract and keep good people Maintaining a broad, competitive benefits program enables us to keep well-trained, experienced employees who are committed to your facility and ABM.We prwAde you with the flexibility to personalize a benefit package that meets your cost objectives while still achieving a work life balance for the employees Grow Encouraging professional growth Another component of our retention program is the support we proode to employees as they grow in their careers Your facility will be ser%Aced by employees who are allowed to grow, which typically results in higher productnAlly and better service quality. Our culture encourages each employee to openly communicate with his or her manager to dew-lop a career path that builds on irclMdual strengths, The quality of each individual ern ployee°s service continually improves because of the ongoing coaching facilitated by regular performance reviews. 0 ABA& Building Value Training Program We provide you with employees that haw the training they need to successfully perform janitorial in your factlity, improve efficiency, and de lop new skills, Every ABM employee meets the following criteria: Technically proficient with chemicals,equipment and methods Familiar with the rules and regulations of your site(s) Thoroughly trained in job safety Committed to pro ing outstanding client seNce New Hire Orientation and Training During the start-up phase, ABM Project Managers and Supervisors conduct employee training sessions at one of your locations in a classroom setting.These sessions include site-specific rules and regulations, ABM, policies and procedures and basic job training. Training for service workers concentrates on specific work tasks. Our Supervisors demonstrate each task step-by-step, detailing the importance of each step along the way, and train them to perform visual inspections before completing work. The Supervisors also provide guidance to the seNce workers as they Work Once initial training is complete, Supervisors perform recurring reviews to make sure that they are maintaining the City of Corpus Christi and ABM's standards. By empowering our employees with comprehensive training, we are able to minimize deficiencies and quickly identify opportunities for improvement. Recurrent Training Sessions Our managers conduct recurrent training sessions for current and replacement employees at your site(s). These sessions are more technical in nature and concentrate on specific job tasks and duties, such as specialized certifications and interdisciplinary training, Employees are trained in groups specific to their function. Compliance is measured and tracked by attendance, job perfo rmance. tests,etc. to ensure all employees are receiving the proper level of training, 10 Buildin Value Managing Commitment and Belief To maintain our high levels of productivity and work quality and decrease the chance of incidents, we teach safety awareness to each employee. We take these preventative measures to enhance the safety of your tenants and we ensure that training, inspections and reporting are in compliance with government agencies and company policy—yours and ours. In the event that an accident happens, we ha e loped procedures that enable us to report it immediately- file claims documentation properly and pro de employees with the resources to be able to return to work in a reasonable tirneframe. Resources As an ABM client you'll ha resources to depend on, including specialists in safety, training, prevention. workers' compensation, ar anes-Oxley (SOX), liability,claims and insurance management, To manage the safety of your sites and stay ahead of the latest safety procedures, ABIVI s Safety Committee meets monthly tree Report on training, inspections and incidents • Re sit safety objectives and lass pre ntion goals • ProiAde recommendations for the prevention of future incidents • e\Aew monthly Branch Safety Reports Below are a few of the pnMary tools we use to teach safety awareness and manage performance • ABM Safety and Health Manual: This manual describes the essential policies related to organizational responsibilities, safety program organization safe work practices and recordkee in requirements It helps us app'y procedures consistently at e " site. • Safety Communications: ABM supervisors hme online access to the ABM library, which includes over 130 training topics.. Also available in English and Spanish. • OSHA Injury and Illness ecor kee ing; ABM maintains and monitors the OSHA 300 Log recordkee ing process to comply with Federal requirements, and also to track safety performance at the local level. proiAding real-time incident rate data • Motor Vehicle Record ( ) Check and Driver's Alert Programs: We check employees' personal drNing records if they are to driw a company vehicle Periodic rechecks are made to determine their continued eligibility, In addition, we require that all Al vehicles haw a decal asking the public to report unsafe dri ng a a toll"-free number, Ilk 10 0 ABA& SulklingValue 0 Loss Control: ABIVI monitors our Experience Modificatton Rates (E MR) to better understand and lower our workers compensation costs. Since an EMR compares our claims experience to other employers of similar size in our industry, it is a measure of how ABM's loss prevention and control practices stack up to the competition Our intrastate FIR has been consistently below 1.0, better than the industry average. a Medical Coverage: ABIVI has partnered with a medical telephonic triage service to give our employees 2417 access to medical professionals in case of an injury, This program not only advises our employees of the proper care for injuries and when to seek emergency services but also provides timely reporting of all on-the-job incidents Monthly Safety Training Topics On-Lme Training and Resourte Gside ma W_ Cm"-,y P*a" Wrftbn P y"kftrme&m Cn UM,IA4 76" N300=1 ------------ All ABM employees receive safety orientation upon hire and monthly thereafter. A schedule will be sent out quarterly along with the training material The material is available in video, CD, on-line and hard copy formats, The attendance roster must be available for inspection at the branch office, A copy of each month's attendance rosters is submitted to the Regional Safety Director by the middle of the following month Copies must be kept on location as well for the duration of the contract • Safe Lift ing ® Natural Disaster Safety • Fire Safety a Blood borne Pathogens • Electrical Safety 0 Emergency Evacuation • Personal Protective Equipment 0 Barricade Training • Slips, Trips and Falls a Forklift Training • Hazard Communication a Cleaning for Safety • First Aid 6 Pandernic Prevention • Safe DrhAng ff Site Specific Certification ® Lock Out 9 Tag • Ergonomics Awareness Out, etc. 0 ABAK. BulldingValue Billing Flexibility and Custom Reports Billing You'll be presented with a variety of flexible billing options. Depending on your needs and contractual requirements, your billing will be administered either out of a local branch or our national office. We have established an internal goal of 100% accuracy the first time, however, if a problem should occur, ABM will resolve all invoice issues as quickly as possible, Your invoices can be delivered electronically or in hard copy format Should you desire consolidated billing for all your ABM services, we can easily handle this, giving you * Fewer invoices and less paperwork, swing time and money * Better money management because work is Uled routinely and accurately * Better resew and control of budgets * No additional cost for the custornization of your billing Reporting Moreover, our goal is to prmide you with timely. relevant information. We will customize reports to meet your requirements and fit your format, You can view these reports online or receke them in hard copy.We will provide reports weekly, monthly, quarterly and annually with a roll-up of the information to illustrate year-to- date perfon-nance. We can pro�de report recommendations, however, the format of the report and the frequency are up to you. Examples of standard reports we can prove include • Total Spend • Additional Service Detail • Work Order Status • Work Order Priority CUMT DAMMAM A13A. • Response Time "%A ad&%4 Pmft Aftft"SW—."DMI • Inspection Results • Timekeeping • Training and Safety ----------- ------------------- 0 ABAA, Building Value Quality Assurance Program We've established a quality culture that focuses on client satisfaction, involves employees, measures performance, and is continuously improving. To support your quality goals and requirements, we use a unifying quality management system that places a variety of processes into a single framework. This framework acts as a starting point from which CH21 Hill and ABM will customize a quality program for your facility. The program will improve efficiencies and altow for greater transparency into your account activity, Your account will be managed with innovative technology tools that improve communication, increase worker productiaty and integrate processes to measure results. Your ABM Project Manager and service workers will be utilizing laptops, tablets or other wireless deices far data entry and communication The staff sermc�ng your facility will be more dependable because of the effibiency and transparency of our systems. Benefi ts You'll Receive: * Automated communication, resulting in reduced response time * Complete, up-to-date work order status * Round-the-clock access, communication and tracking * Periodic scheduling and tracking * Customized inspection and work order reports promcling data for process improvement * Improved client satisfaction * Less time spent managing issues 0 ABAA . Building Value Quality Management System ABM's quality management tool is a web-based control system that supports your quality goals and requirements.. The system allows both the City of Corpus Christi and ABM to view inspection results., work order statuses, periodic ma ntenance schedules, and reports through a central online portal. ABM focuses on • Analyzing inspection results • Automating work order management • Establishing and tracking accountability • Continually impro%Ang processes Tracking Accountability In order to proide you with transparent accountability, all work requests will clearly define who is responsible for the work and the time involved for completion. The requests will be time stamped, and automatic escalations are triggered by that time, notifying management, You will have the opportunity to measure, quantify and analyze service delivery, alongside ABM management. This process makes it easy to identify and disseminate best practices. As work is accomplished and work orders are closed, the reporting system is updated. Supervisory personnel will follow up with service workers on issues and requests to make certain all work is completed to our high standards, Any problems that emerge from this follow-up are immediately corrected and the communication loop is then close but only when our clients are absolutely satisfied. Your faciiihes will be inspected on a regular schedule, and the data is entered into the system a a wi reless device, allowing for real-time access to inspection results. During inspection, tasks are rated on a scale from one to five, producing a percentage of the maximum possible The total for all tasks during that inspection becomes the quality scare for the sitefs). Customized quality control inspection reports, showing results and trends will be accessible online or via an Excel spreadsheet. This information allows our managers to determine what actions are necessary to maintain compliance, continuous improvement, and ultimately, your satisfaction. Process Improvement We optimize our processes to achieve more efficient results for you through planning, standardization, employee engagement and other means. We continuously look to identify areas of opportunity and target any problem areas, formulate a detailed strategy, and promptly execute the solution When we engage in a proactNe process improvement strategy, we are able to build upon our foundation of best practices, procedures and processes so you rece'Ae the best service Our quality management system helps us identify where to focus our efforts, Ilk, 0 ABAA. Building Value Equipment, Supplies and Chemicals Quality and efficiency at lower costs The quality of the service that you'll receive is enhanced by our commitment to providing the best delivery, senAce and employee training on the equipment, supplies and chemicals we use You save money because we use superior products and methods, requiring fewer man hours. ABM has strong, established relationships with industry-le din supply, chemical and raw material manufacturers that share our commitment to excellence. This affords us cost-control advantages over our competitors and provides you with several distinct advantages: * Best quality products available at the best possible prices * Cost control due to our ability to negotiate long-term, fixed-price contracts with our suppliers * Access to new products and concepts that save time while increasing productimty * Personal attention when it comes to problem solving for you and managers * Prompt deliveries and comprehensixe training CIE; 0 ABM,. Building Value Equipment ABM has standardized the equipment that our se 'c workers use, providing benefits for our clients, including: * Better cleaning results due to better product and equipment selection * Increased safety because our employees are thoroughly trained and familiar with the equipment * Reduced training time and expense because we limit the types of equipment used * Reduced repair time and, therefore, less equipment downtime Supplies ABM selects suppFes based on our quality standards, and the product's overall ability to meet the rigorous requirements established for your facility. We ham a range of products to suit your environment that will maint&n maximum efficiency, safety and hygiene. We can tailor product selection as needed to best suit your requirements and offer you a complete solution. Chemicals By align,ng environmental issues with key business goals. our chemical cleaning program is not only good for the enmronment—it s good for your facility. We consider environmental impact. worker safety and product performance when selecting cleaning products. The chemicals we use are premixed by the manufacturer which eliminates the possiblRy of improper dilution of cleaning. Also, having fewer types of chemicals on-site reduces the risk of property damage, and the packaging of our various types of chemicals helps you and the service workers easily identify improper chemical usage Our chemical cleaning program benefits you in se ral ways. * Cleaner, healthier enmronment for occupants and visitors to your facility * lmpro d indoor air quality * Reduced possibility of property damage due to improper use of chemicals * Possibility of reduced liability insurance premiums for your facility ABM advocates consistency at all of our clients' locations by establishing * Standardized packaging and dilution ratios * Optimal choices of products for each cleaning application * Uniform training on product use * Simplified HazCorn programs 10 0 ABAN. Building Value Uniforms — Yours or Ours People in your Police Department Building will always be able to recognize the janitorial staff because they'll proudly be wearing either the ABM uniform or a special unribrim chosen to reflect the character of your fiacility. The professional image of our service employees is just one more way ABM works to enhance the overall image of your facility.We understand that establishing an identity and presence at your sites is trnperafi%e as security has become heightened in recent years. The power of a uniform doesn't stop there, It also gives our service employees a greater sense of respon&'bility and accountability. They are required to keep their uniforms looking clean and presentable Our agreement with vendors enables us to prmAde you with an array of well-made, high-quality apparel to choose from. For this proposal, the uniforms will be: Work shirts, knit polo shirts, slacks and trousers r. Building Value Just Ask Our Clients Hear first-hand how we build value for our clients.. Below is a reference list of clients similar to you for whom we currently prWde services. Bear first-hand how we build value for our clients. Below is a reference list of clients similar to you for whom we currently provide services. Reference 1 Company Name Travis Commercial Realty Location(s) One Oak Park Contact Name Melinda Felts Title Property Manager Phone Number 2°10.828 7712 Ser\Aces PrmAded Janitorial SeNce Since 2002 Reference 2 Company Marne Primers Partners Location(s) Riverview Towers Contact tame Jerry Steuart Title Property tanager Phone Number 210.444 1400 Sentices Promded Janitorial and Day Porter Services Service Since 1999 Reference Company Marne Reata Property Management ement Location(s) Court and `rogue Buildings Contact lame Jackie Mallette Title Property Manager Phone Number 210.222 21 0 Se 'ces Pro\Aded Jandairial and Day Porter Ser ces Service Since 1999 Building Value Should Your Facility Needs Expand Should your fi ci#ity needs expand, we have a pride range of services to meet your needs.. Guaranteed energy sang programs Smart building technologies V charging stations Renewable energy solutions On-site maintenance technicians Mobile maintenance technicians Preventative maintenance Handyman seNces Clinical engineehn Landscape and grounds maintenance Golf coursemaintenance renovations Exterior pest and fertility management Athletic and sports field maintenance ® h ation maintenance and management Revenue enhancement and expertise control Shuttle and transportation service Special event and valet parking services On and off street parking management 0 Security personnel a Video monitoring and virtual guarding a Compliance and investigations Security consulbrig and system design 9 Predictive and preventive maintenance programs 0 interior and exterior energy efficiency retrofits and programs * Engineering se `ces. cask assessment and mitigation i Commissioning, start-up and acceptance testing 0 Life extension, upgrade and modernization Preventive maintenance programs 0 Repairs, replacements and retrofits 9 Engineering and recommissioning 0 Bundled energy solutions wo 01 1 0 ABA& Buildin&Value What to Expect From ABM ABM provides solutions that lower your operating costs, preserve your assets and maximize their vWue We focus on these core areas in order to deliver the best seNce possible' Service Excellence With our highly-trained, in-house workforce, you can trust that well provide you with ser%hces that increase efficiencies and lower your operating expenses—all while maintaining a uniform standard of sermee excellence Breadth of Services We'll provide you with an unrivaled range of facilities solutions that will keep your properties safe, clean, comfortable and energy efficient, Deep Industry Expertise From our national office to our local branches, we ve made sure our workforce understands your industry, After all, in over 100 years' of sermce, we've developed the expertise to make our solutions work best for you, Technology-Enabled Workforce Your facilities will be serviced with the support of innovative technology solutions that will simplify service delRery and allow for greater transparency. Guaranteed Sustainab iii ty Solutions We've got expertise to support all of your sustainability goals, including green cfeaniig, LEED support, bundled energy solutions, and more We Are Ready to Build Value For City of Corpus Christi. C 10, C C&S?t& i SUIIPLIFR NUMBER TO BE ASSIONci)BYrI17— PURCHASING DIVISION CITY OF CORPUS CHRISn DISCLOSURE OF INTEREST Corpus Christi Ordinance 17112,as amended,requires all ons or firms seeking to do business with the C provide the following information., Every guestion must answered. If the question is not applicable, City City too, rE answer with 'NA". See reverse side for Filing Requirements,Certifications and definitions. COMPANY NAME* ABM Janitorial Services®South Central,Inc. P.0.BOX- STREET ADDRESS: 10521 Gulfdale CiTY: San Antonio STATE: TX ZIP: 78216 FIRM IS: 1° Corporation 2. Partnership 3. Sole Owner 4. Association 5. Other 0 DISCLOSURE%ESTIONS 0 If additional space is necessary,please use the reverse side o this attach separate sheet. .ge or onstit tin 51 1. State the names of each -employee- of the City of Corpus C isti having an "ownership interest c U 9 3%or more of the ownership in the above named"firm." Job Title and City Department(if known) Name 2. State the names of each"official"of the Ci7 of Corpus Christi having an"own ership interest" constituting 3% or more of the ownership in the above name "fl rrn." 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"for the City of Corpus Christi who worked on an matter related to the subject of this contract and has an "ownership inter constituting 3% or more of the y ownership in the above named 1i ." Consultant Name FILING REQUIREMENTS action will confer an economic benefit If a person who re uests official action on a matter knows that the requested on an a� e e that is distinguishable from the eff e6t that the action will have on members of the If' 0 ' MI segment d disclose that fact in a siged writin tot City official, C ci I ' mpo e City owicial ®r emplop City 0 b tantu thereof),on shall di public in general or a subs b ftr lic g d at has n requested to act in the ma�er,artless the ,ee in employ ee r T 0 s y that apparent. he disci shall also be made in a signed writing filed with the City Secretary. [ thics e matter i I rdinance Sectl on 2_34 (d) CERTIFICATION I certify that all information rovided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure o information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi.Texas as changes occur. Certifying Person: Ron Peden Title: Branch Manager (r)PV aq 'lei Date. April 19,2013 Signature of Certifying lcrsota; 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 an 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 enti%v 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 sale proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture,receivership or trust,and entities w ich 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 ers® 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 fi rm, 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, proximo, or special terms of venture or partnership agreements," g. "Consultant."Any person or firrn, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consuliation and recommendation. CITY OF CORPUS CHRISTI PURCHASING DrVISION BUSINESS DESIGNATION FORM ENSURE THIS FORM IS SUBMITTED WITH YOUR BID RESPONSE PLEASE INDICATE I WHETHER YOUR COMPANY IS ANTY ONE OF THEFOLLOWING- E] YES Z NO - CERTIFIED HISTORICALLY UNDERUTILIZED BUSINESS{ ) Select all that are appropriate: ASIAN PACIFIC BLACK HISPANIC NATIVE AMERICAN WOMAN please wjsj,,,the rollowing wcbsitc ror infornnnon on becoming a Texas Cen:rmd HUB h1w Av-1 11.�111 —0 v_z__A a wAtmakow- YES 0 NO - LOCAL SMALL BUSINESS(LSB) A ror-prolit entity employing less thwi 49 employees Imted within the City limits or Corpus Christi.Texas E]YES 0 NO OTHER(PLEASE SPECIFY): Z THIS ANY 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:gl_-0161-13 Firm Name: ABM Janitorial Services—South Central,Inc. Telephone: 210-733-6015 Address: 10521 Gulfdale Fax: 866-502-48D9 - TX Zip: 78216 E-mail: ron. LewWa�mxom City: San Antonio State. Date- April 19,2013 Signature of Person Authorized to Sign Form Signer's Name: Ron Peden Title: Branch Manager (Please print or type) CITY OF CORPUS CHRISTI PURCHASI­NG DIVISION 9277 CORPUS CHRISTI, TEXAS 78469-9277 BID INVITATION IWITATION TO: INVITATIONNO.: BI-0161-13 (Must appear on Bidder's return envelope) COMMODITY: Custodial Services for Police Dept. Building Located at 321 John Sartain St. REQUISITION NO. (S) BID CLOSING TIME: 11:00 A.M. Central Time April 24, 2013 (By Purchasing Division Time Stamp) This invitation includes these forms: *Bid Invitation Notice to All Bidders For info rma ' contact: n n ontact: Special Instructions to Bidders l al on Instructions to Bidders Standard Purchase Terms&Conditions rie *Bid Sheet riel Mal 0 o Specification 1063 for Buyer Insurance quir ts Reemen Attachment I Service Agreement Telephone: (361)826-3165 Supply Agreement Standard Provisions *Disclosure of Interest *Business Desimnation Form *These documents must Pb!eRp!operly completed and returnedby the BED CLOSING TEME. BID(Refer to"Instructions to Bidders"before completing) The undersigned, by his/her signature, represents that he/she is authorized to hind 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 as(90 days unless a different period is inserted) after date of bid opening, Firm Name: Telephone: Ext. Address: Fax: City: State: Zip: E-mail: Firm's Principal Place of Business: Address: City: State: Zip: Date: Signature of Person Authorized to Sign Bid Signer's Name: Title: (Please print or type) NOTICE TO ALL BIDDERS 1. BIDDER SHALL SUBMIT ffS BID ELECTRONICALLY, AS INSTRUCTED 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 is 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, contacl the buyer indicated on the Bid Invitation. Any discrepancies between the Bid Invitation and the Bidder's Les M o n se gggergH —extend the bid evaluation _gt and.....-often -cause the bid to be declared non- reggonsive 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. Therefor?, bids submitted direg UI to the CijX by facsimile machine or e-mail will be considered non-responsive gUdj%jMh&Wjminatcd ftnmsAnaidffAU=. SPECUL INSTRUCTIONS TO BIDDERS A pre-bid conference will be held in the Administrative Conference Room, 5'h Floor, Police Departmen Building, 321 John Sartain, ex as at 10:00 AM Central Time (CT) on Monday, April 15 2013. The purpose of the pre-bid conference is to discuss the bid invitation and specifications. You are encouraged t( attend. Bidders' questions shall be submitted in writing, online via Pub lit Purchase.com using the electronic question feature specific to this bid and shall be submitted no later than 5:00 PM CT on April 16, 2013. Questions submitted a 5:00 PM CT on r® 16 2013 shall be deemed late and shall not be considered. The City shall provide responses in writing online via Pub lit Purchase.com using the electronic response feat and/or in the form of written addenda electronically posted via Pub lit Purchase.com if such information is necessar, to bidders in submitting bids or if the lack of such information would be prejudicial to uninformed bidders. Ora explanations or instructions provided by the City before the award oft a contract shall not be binding upon the City, The date and time the Bidder electronically submits its bid via Pub lit Purchase.com shall be electronically recorde( by Pub lit Purchase.com and shall be the official "time stamp" for the purpose of this bid. The time maintained b, Pub lit Purchase.com shall be the official time for the purpose oft e 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 it writing to the Purchasing Division as detailed in Special Instructions To Bidders. Oral explanations or instructions given before the award of the contras will not be binding. Any information given to a prospective Bidder concerning a Bid Invitation %%ill be furnished to all prospective Bidders in writing online via PublicPurchase.com using the electronic response feature and/or in the form of written addenda electronically posted via PubliePurchase,com,i such information is necessary to Bidders in submitting bids in response to the Bid Invitation or if the lack of such information would be prejudicial tc uninformed Bidders. 1. Specifications Bidders are expected to examine the specifications, drawings, standard provisions and all instructions. Failure to do so will be at tht Bidder's risk. Bidders may provide a product exceeding specifications,as an alternate bid,if they so desire. 2. Information Required Each Bidder shall famish the information required by the Bid Invitation, The Bidder shall sign the Bid Invitation, Bid Sheet, and, whet appropriate, Specifications. Erasures or other changes must be initialed by the person signing the offer. Bids signed by an agent are to bc 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 bic price, multiple bids may be made so as to indicate "price break' quantities in order for the City to determine maximum economit benefit Pricing should include packaging and transportation unless otherwise specified. Pricing shall be entered as instructed on tht Bid Sheet. In case of discrepancy between unit price and total price,the unit price will be presumed 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 bi 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 of transportation 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 cat 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 ver 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 submitted on other tha rms or with different terms or provisions will be considered nonreig2nsive and will bq ;-Em-—inated from consideration. 3. Submission of Bids A Bids should be submitted via PublicPurchase.com and in them ner instructed in the Bid Invitation. B. Bids must be submitted before the exact hour and date of the BID CLOSING TIME. Bids received at or after the exact hour and dat of the BID CLOSING TIME shall not be considered. 4. Modification or Withdrawal of Bids Bids tray be modified or withdrawn via PublicPurchase.com prior to the exact hour and date of the BID CLOSING TIME. S. Evaluation Factors A. Lowest Responsible Bidder or Best Value. This contract 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, I. The City may award purchase orders and contracts to the Lowest Responsible Bidder. To deterinine the Lowest Responsible Bidder,the City may take into consideration: a. the quality of the product; & the adaptability to the particular use required; c. the ability,capacity,experience,efficiency and integrity of a bidder, & a bidder's flnancial responsibility; c. a bidder's past performance or relationship with the City or with other entities, I 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 pi" ise orders and contracts to the bidder who provid *ds 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-, c. 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, & 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 invitationl1equest for bids or proposals. MILURE TO COMPLI 14IT11 ALI, REQVIREMENITS, AND CRITERIA Oil QUALIFICATIONS OF ANY KIND MAY RESULT IN RIDDER'S 011)RLING ELIMINATED FROM CONSIDERATION. B, partial Awards. Bidders may furnish pricing for all or any portion orthe 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: 1, Waive any immaterial defect,irregularity or informality in any bid or bidding procedure, 2. Reject or canccl 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 it),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 forin of a purchase order. Acceptance or Bidder's offer for supply agreements will be by acceptance letter. Acceptance of Bidder's offer for service agreements will be by fully executed contract. Subsequent purchase orders and release orders may be issued as appropriate. 7, Conflicts ofinterest Bidders must comply with the conflict of interest provisions of the City Charter and Code of Ordinances. Prior to the submission of any bid,each Bidder must file with the City's purchasing office a disclosure of interests on the form supplied by the City. Bidders are obligated to provide updated information 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's 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 an file is current and true. 8. 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 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 OF CORPUS CHRIST] PURCHASING DIVISION STANDARD PURCHASE TERMS AND CONDITIONS Seller and City agree as follows 12. SAFETY WARRANTY Seller warrants that the product sold to City shall conform t i i SELLER TO PACKAGE GOODS Seller will package goods i CITY OF CORPUS CHRISTI PURCHASING DIVISION BED SHEET BID INVITATION NO. ® 1 PAGE 1 OF 1 BID ER AUTHORIZED SIGNATURE 1. Refer to"Instructions to Bidders"and Standard c er and Conditions fore completing i . 2. Quote your best price, F.O.B.Destination, each item. 3. In submitting s bK 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; ® That I am an Equal Opportunity Employer;and c. That the disclosure of Interest information o e with City purchasing u t to e Code of Ordinance is current and true. UNIT TOTAL ITEM DESCRIPTION TY UNIT PRICE PRICE Twelve month Supply Agreement with option to extend or up tot ( additional twelve month periods, subject to the approval of the supplier and the City Manager or his designee for Custodial ices in accordance with Specification No. 1063. 1.01 Main Police Building (Includes Main Police Station and 12 Mo. Municipal Court) located at 321 John Sartain Street, Corpus Christi, Texas 78401 in accordance with Specification No. 1063. NOTE: Attachment I (Service Agreement) Bidders are required to sign attached contract marked as Attachment . The signed contract will be made of bidder's offer and must be returned it i . Failure to do so may result in your bid being deemed non-responsive. The City complete the successful bidder's contract er is accepted. CITY OF CORPUS CHRISTI SPECIFICATIONNO. 1063 MATERIALS MANAGEMENT DATE: 3/15/13 PAGE I OF 17 SPECIFICATIONS FOR CUSTODIAL SERVICES FOR THE MAIN POLICE BUILDING SECTION I General Requirements and Bidding Instructions I. GENERAL I`NTENTION: The purpose of this specification is to obtain custodial services a s s pecified in the standards contained herein. 2. GENERAL DESCRIPTION: The services the contractor will provide include furnishing all management effort, supervision, transportation, labor, equipment, approved materials and supplies to perform custodial services as required. 3. LOCATIONS: The work will be located in the Main Police Building (includes Main Police Station and Municipal Court), 321 John Sartain Street. 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. PRE-AWARD SURVEY: The City may make a pre-award survey of the Best Value conforming bidder 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 forwarded within three (3) days of such a E Luest. a. Identification of Contractor's personnel and management to be used on this contract, to include the complete name, social security number, date of birth, height and weight for all employees who will work in any Police Building. 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. SPECIFICATION NO. 1063 PAGE 2 OF 17 C. Description of Contractor's facilities and equipment. d. Summary of the Contractor's experience in performing work of this type, similar size, scope and nature required by this specification. Recommend that contractor have at least three years of prior experience working in large commercial buildings of this type. e. Current financial statements and data, to include a statement from the Tax Assessor's Office stating that n o t axes are currently due or overdue. f. Other similar work presently under contract. 9. Prior contracts for similar work, dates of contracts and the names and current addresses of the individuals with the organization who oversaw the day to day cleaning who may be contacted for infonnation 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. SECTION 11 Technical Specifications I. GENERAL REQ C1 ENT : The Contractor will provide custodial services as described herein. Custodial services apply to all designated spaces including, but not limited to halls, rest rooms, office spaces, reception areas, conference rooms, court rooms, auditorium, weight room, showers, locker rooms, parking lots, work areas, entrance ways, lobbies, storage areas, elevators, warehouse areas, stairways and stairwells. Cleaning will include areas under furniture, fumishings, 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, summary and special cleaning and/or frequency requirements are specified in the appendices. The Contractor will have one employees assigned to the in Police Station, one employee assigned to work from 8-00 a.m., to 5:00 p.m., Monday through Friday excluding City designated holidays. Contractor will have a supervisor on site during all Contractors' working hours after 5:00 P.M., Monday through Friday, excluding City designated holidays. Weekend and or holiday cleaning will not require a supervisor on site; however, a supervisor is required to conduct regular site inspections on weekends. Both the Day Porter and Supervisor must be accessible via phone during working hours, even if this means carrying a cell one furnished by the Contractor during all contractors' working hours. Restricted or high security areas will be cleaned during normal working hours while City employees are present. The majority of cleaning will occur after normal working hours. SPECIFICATION NO. 1063 PAGE 3 OF 17 2. CONTRACT ADMINISTRATOR- The person designated by the City of Corpus Christi to administer this contract is the Police Maintenance & Operations Superintendent. The Contract Administrator will approve all phases of performance and operations under this contract including deductions for no performance and authorizations for payment. The Contract Administrator will be the single point of contact for the Contractor for all contractual matters. 3. I`NVOICING INSTRUCTIONS- Contractor's invoices will be submitted to the Contract Administrator and or designee within five working days following the end of each on in which services are performed. Invoices submitted prior to the end of the period will not be processed 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 submittals, the Contract Administrator will process invoices for payment. Payment will be based on a monthly charge based the contract price. 4. CONSEQUENCES OF CONTRACTOR'S FAILURE TO PERFORM REQUIRED SERVICES- The City will give the Contractor written notice of deficiencies via email notices, a° prior to charging liquidated damages, and b. whenever unsatisfactory services are performed. The parties hereto agree that due to the obligations of the Contractor under another clause herein to maintain an effective inspection system, Contractor will be conclusively presumed to have actual knowledge of work not performed. In the case of unsatisfactory or non-performed work (deficiency), the City will have the option to: C. afford the Contractor an opportunity to perform the non-performed work within three (3) hours of the Contractor being advised that he/she will be afforded the opportunity, in the case of daily services; or twenty-four (24) hours in the case of all other services. Contractor will not use the on-site custodian if it results in the non-completion of the minimum 8:00 A.M. to 5:00 P.M. requirements (restricted or high security areas and twice a day requirements), but will bring in a different custodian; or d. perform the services by City personnel or by other means. e° terminate the contract as described in this Agreement. SPECIFICATIONNO. 1063 PAGE 4 OF 17 5. CONTRACTOR i3 LITY CONTROL: The 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. 6. CITY. UALITY ASSURANCE: All phases of the services rendered under this contract are subject to inspection by the City both during the Contractor's operation and after task completion. All incomplete or unsatisfactory work will be handled as previously noted. If the Contractor's overall performance is unsatisfactory, the City will so notify the Contractor in writing. The Contractor will reply to such notice in writing. The Contractor will reply to such notice within three (3)working days with appropriate corrective action. 7. FACILITIES PROVIDED FOR THE CONTRACTOR: The City will make available to the Contractor janitorial closets for storage space. Access to the water closets will be shared in the Main Building I", 2nd, 3rd, 4th and 5th floors. The Contractor will assume responsibility for safekeeping of his supplies, equipment and facilities and take adequate precautions to ensure are are kept clean to prevent fire hazards, odors and vermin. Contractor will obtain and post in a conspicuous place OSHA and safety requirements within the facilities for all chemicals used in the performance of this work. At the completion of the contract, areas will be returned to the City in the same condition as received, except for reasonable we and to The Contractor will be responsible for the cost of any repairs caused by negligence on his/her part or on the part of his/her employees. The City will not provide any office space to the Contractor. The Contractor is responsible, at his own expense, to secure and maintain the office space necessary for the performance of his work. The Contractor will maintain a telephones by which Contractor's representative and supervisor can be reached during normal City working hours, Monday through Friday, except City designated holidays, 8:00 A.M. through 5:00 P.M.. 8. CONTRACTOR FURNISHED SUPPLIES AND EQI T: a. SUPPLIES: The Contractor will provide all cleaning materials and supplies, necessary for the performance of this contract with the exception of rest room consumables such as toilet tissue, paper toilet seat covers, paper towels, trash can liners, liquid soap, Materials and supplies provided will be compatible with equipment provided by the City, of acceptable industry grade and quality, and subject to approval by the Contract Administrator. The City will furn-ish to the Contractor all rest rooms consumables including toilet tissue, paper toilet seat covers, paper towels, trash can liners, and liquid soap. Cleaning supplies for the rest rooms and all other areas of the building is the responsibility of the Contractor. SPECIFICATION NO. 1063 PAGE 5 OF 17 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 Contract Administrator prior and during the life of the contract. 9. SECURITY REQUIREMENTS: The Contractor will comply with all City Security requirements. a. Due tote nature of Police and Municipal Court information, Contractor employees must have clear Criminal History Backgrounds and this must be verified before each employee is cleared to work in the building. b® The Contractor will comply with all City Security requirements. The Contractor will submit the name, address, Social Security Number, height, weight, date of birth, copy of driver's license or picture ID of the Contractor and each employee hired for work on this contract, a completed Personal History Statement and other forms as may be required for security® It will be the Contract Administrator's decision whether a Contractor's employee is acceptable to work in the Police/Municipal Court areas. C. Contractor employees found to be working in any Police or Municipal Court area who have not been cleared in advance will be required to leave the area immediately and the Contractor will be fined $500 for each employee, per instance. d. There are designated restricted or high security areas that are of even higher concern where Contractor employees must be accompanied by a Police or Municipal Court employee at all times. Contractor employees found to be working in any Police or Municipal Court restricted or high security area who have not been cleared in advance or is unaccompanied by a Police or Municipal Court employee will be required to leave the area immediately and the Contractor will be fined $500 for each employee, per instance. e. The Contractor will have a supervisor on site during all periods the building is being cleaned after normal working hours. SPECIFICATION NO. 1063 PAGE 6 OF 17 10. ACCIDENT REPORTING: The Contractor will maintain an accurate record of and will report to the Contract Administrator all accidents resulting in the death,traumatic injury or occupational disease. All accidents must be reported in writing, in detail, within twenty-four(24) hours of their occurrence. 11. SUPERINTENDENCE BY THE CONTRACTOR: a. The Contractor will have a competent Manager immediately available during normal working hours 8:00 A.M. to 5:00 P.M., including lunch hour, Monday through Friday, excluding City holidays. b. Manager must be able to respond by phone or in person within 30 minutes, and have immediate communications with on-site workers. c. During other Contractor working hours, after 5:00 P.M. Monday through Sunday, excluding holidays, an onsite supervisor must be on site at the Main Police Building. No services shall be performed unless approved supervisor is in place. If requested by City, Contractor agrees to replace person in supervisor position in order to meet this requirement. d. Manager will visit and inspect the work site at least twice (2 times) a month. Manager or owner(s) will schedule time/date of monthly visits with the Contract Administrator. e. Manager will have the written authority to speak and act for the Contractor. f. Changes in personnel will be furnished to the Contract Administrator, in writing, prior to making such changes or before personnel begin working on the property. 12. SUPERINTENDENCE BY THE CITY: There are restricted or high security areas which require that a City employee be present during Contractor employee work; see Appendix "B"'. Contractor will coordinate the cleaning of these areas to ensure areas are cleaned between 8:00 A.M. and 5:00 P. through Friday, excluding City designated holidays. 13. CONTRACTOR EMPLOYEES: The Contractor will fumish an adequate number of employees to perform all work specified within the contract. This will include an on-site supervisor to accompany the work crew after City normal working hours. or accomplished during normal working hours will be monitored periodically, but does not require an on-site supervisor. The employees' responsibilities include turning off all lights not required and securing all windows and doors as required for security as each job site is completed. SPECIFICATION NO. 1063 PAGE 7 OF 17 Contractor's employees will conduct themselves in a proper and efficient manner at all times, and especially to maintain a business-like relationship with others. The Contractor expressly agrees to remove from the site any employee: a. whose continued employment is deemed by the City to be contrary to the Public interest or inconsistent with the best interests of the City; or b. who has submitted false or misleading information on any employee information form, i.e., Personal History Statement; or C. who is found to be in a restricted or high security area while not in the company of a Police Department or Municipal Court employee. 14. IDENTIFICATION OF CONTRACTOR EMPLOYEES: All Contractor employees working under this contract will be identified by a distinctive uniform or other outer garment such as a shirt or blouse; a tee shirt is not acceptable. The employee will we a picture style identification card on the upper outer garment. Such garment and identification will be provided by Contractor and must be approved by the Contract Administrator. Contractor employee/s found without identifying upper, outer garments or ID's will be removed from the building. 15. NORMAL CONTRACTOR WORKING HOURS: a. All work will be performed at the work site during the hours established, see Appendix "B". b. Areas designated as five (5) days per week must be cleaned Monday through Friday excluding designated City holidays. c. Those designated as seven (7) days per week must be cleaned every day including holidays. d. The areas designated restricted or high security, which require Police or Municipal Court personnel presence, will be cleaned between 8:00 A.M. and 6:00 P.M. Monday through Friday, excluding City designated holidays. 16. PRE-PERFORMANCE CONFERENCE: Prior to commencing work under this contract, the Contractor will meet in a conference with the Contract Administrator to discuss and develop mutual understandings relative to the execution of this contract. A contract incorporating the provisions of these specifications will be provided by the City for execution by the successful Contractor. SPECIFICATION NO.1063 PAGE 8 OF 17 17® PERFORMANCE EVALUATION MEETINGS: The Contractor's Manager will visit the Contract Administrator or his designated representative monthly. Additional meetings will be held at the discretion of the Contract Administrator, but not less often than monthly. A mutual effort will be made to resolve all problems identified. 18. FIRE PREVENTION: The Contractor will familiarize himself and require his employees to become familiar with the method(s) for activating the fire alarm. The Contractor and his employees will observe building regulations regarding smoking and will be cognizant of and observe all requirements for handling and storage of combustible supplies, materials, and daily disposal of combustible waste,trash, etc. 19. ACCESS TO POLICE AND MUNICIPAL COURT BUILDING: It is the Contractor's responsibility to initially obtain keys from the Police Operations Manager for access to all designated areas for cleaning. All keys will be returned on the last effective date of the contract or the City shall deduct from contractor's last invoice, an amount equal to a $200 fine for each key not turned in tote City. a. General access to the building will be located on the first floor. Access to cleaning areas not considered high security areas will be provided by a set of keys issued to Contractor for the supervisor on site. These keys are t® be carried by the On-site Supervisor only. These keys will not be taken away from the building. No keys will be duplicated for any reason. Access to and cleaning in restricted or high security areas will be during normal working hours while City employees are present. b. The Contractor will be liable for rekeying, replacing or otherwise altering locks and security systems should these systems become compromised as a result of Contractor or Contractor employee negligence. Similarly, the Contractor will be liable for the loss of any goods, materials or records which occur as a result of negligence on the part of the Contractor or Contractor employees. 20. AVAILABILITY OF UTILITIES: Water and electric power as required for the work in This contract are available at existing outlets at no cost to the Contractor. 21. DAMAGE OR LOSS OF CONTRACTOR'S SUPPLIES AND CONTRACTOR EMPLOYEE PROPERTY: The Contractor is responsible for taking action to protect supplies, equipment, and personal property of his employees from loss, theft, or damage. 22. MAINTENANCE MANAGEMENT: The Contractor will be responsible for the management of the total custodial effort. This is to include at least the following: the planning and programming for all services described herein, a Quality Control Program record and reporting requirements and monthly visits with Contract Administrator. SPECIFICATION NO. 1063 PAGE 9 OF 17 23. CUSTODIAL CLEANING REQUIREMENTS: Cleaning requirements for all areas are to be performed in accordance with the frequencies indicated in Appendix "B". The Contractor will submit to the Contract Administrator for approval a monthly schedule which corresponds t o t he required tasks and frequencies. Performance requirements for the work items contained in Appendix "B" are further defined as follows® FLOORS 1) Is' Floor Property Room Gun Storage & 2 d Floor Weight Room Q m Floor (Sweep & Mop)- Daily - Rubber flooring will be swept and mopped daily removing all loose dirt, lint, and foreign matter. 2) Vinyl & Ceramic Tile Floors (Sweep, Mop, • Daily - All vinyl the floors will be mopped daily with an approved cleaning solution to present a clean appearance, free from dirt, traffic marks, streaks, scuff marks, stains, and foreign matter. • Daily - Floors will be buffed. • Daily - When floors cannot be satisfactorily cleaned otherwise, they will be spot scrubbed. • Daily - Floors will be treated with a rejuvenator or finishing compound as necessary and buffed when completely dry to provide a uniform glossy appearance. • Daily - All baseboards, doors, and walls will be cleaned of any mop and buffer splatters. - • Daily - Contractor will ensure that contract employees observe all safety precautions including the posting of warnings such as Wet Floors. • Bi-Annual - Strip and wax flooring to a high buff flnish.- 3) Cameted Floors & Ru (Vacuum & Spot Clean)- • Daily - Carpeted areas, rugs, and mats will be vacuumed free of all loose soil and debris. • Daily ® Unusual spots, spills, streaks, or stains will be spot cleaned with an approved cleaner. • Bi-Annual - Shampoo and dry all carpets. SPECIFICATION NO. 1063 PAGE 10 OF 17 REST ROOMS & SHOWER STALLS • Twice Daily - (Monday thru Friday) All public restrooms throughout the Police Building will be cleaned twice daily approximate times 10:00am and 2:00p m. The night shift will conduct a third cleaning. • Daily— (Monday thru Friday between 8:00a m— 5:00p in) Private office restrooms will be cleaned once daily. • Dail - Restroom fixtures, inals, lavatories, and sinks will be washed inside and outside utilizing a disinfectant and will be free of dirt. • Dail- The floor will be wet mopped with a disinfectant. • Daily - Floor mats where provided by the City will be cleaned free of in and stains. • Daily- Walls and partitions will be cleaned free of dirt, streaks, stains, and graffiti to the ceiling. • Daily- Mirrors will be cleaned and polished. • Daily- All metal and hardware will be clean and bright. • Daily - Showers, walls, and floors will be scrubbed free of soap film, dirt, and mildew with an approved cleaner daily. • Dail - All waste receptacles will b e e mptied and trash deposited in dumpster outside the building. • Daily - All restroom supply holders including paper towels, toilet tissue, paper toilet seat covers, and soap dispensers will be cleaned and filled daily. • Twice Weekly — (Mondays & Thursdays) An approved liquid live bacterial cleaner will be applied to all rest rooms and shower floor drains on assigned days. • Once Weeklv - Hard water deposits will be removed weekly from all metal hardware such as water faucets and drinking fountains with approved cleaner. • Monthly- The floor will be stripped and a floor sealer will be used but NO WAX will be used. SPECIFICATION NO. 1063 PAGE I I OF 17 OFFICES, OPEN OFFICE SPACE, CONFERENCE ROOMS, & COURT ROOMS • Daily - Waste baskets will be emptied and a new trash can liner installed if needed, remove to or wet liners. • Ddly- All trash will be deposited in dumpster outside the building. • Daily- White boards, where present, will be erased and washed clean along with trays. • Daily- Thoroughly clean all glass surfaces and doors, including glass in doors and partitions. • Daily - Doors, woodwork trim, benches, walls, and wall partitions will be wiped and spot free. • Daily- Chairs in conference rooms will be neatly arranged around the conference table to present a neat appearance. • Daily- Paper Shredding Machines will bee tied, cleaned, and have a new plastic trash bag installed when needed. • Weekly—Conference Rooms with wood paneling, wood table, and wooden chairs will be cleaned and polished with a thin layer of furniture polish. saki ® All furniture, desks, equipment including personal computers, printers, kitchen appliances, snack machines, horizontal ledges, and window sills will be dusted. Weekly - All desks and tables free of papers, documents, and personal effects of City employee will be cleaned or polished as necessary to maintain an acceptable appearance. Monthly - Waste baskets will be washed clean free of dirt monthly and when needed if wet or messy. SPECIFICATION NO. 1063 PAGE 12 OF 17 LOBBIES, ENTRANCES, & RECEPTION AREAS • Daily - All furniture, fire apparatus, doors, horizontal ledges, and window sills will be dusted and wiped free of dirt and smudges. • Daily- Drinking fountains will be cleaned and disinfected. • Daily - Glass windows and walls both inside and out along with railings will be cleaned free of soil and markings including entrance glass doors. • Daily - to baskets will be emptied and a new trash can liner installed if needed, remove to or wet liners. • PAL- All trash will be deposited in dumpster outside the building. • Daily- Miscellaneous hardware and bright metal work will be wiped clean daily. • Daily -- The (3) main entrances and (2) stair well entrances to the Police Department door thresh holds will be swept and cleaned to remove any debris caught in the tracks. • Weekly - The (3) main entrances and (2) stair well entrances to the Police Department door thresh holds will be polished with approved cleaner. Miscellaneous hardware and bright metal work will be polished once a week. Drinking fountain surfaces are to be polished free of stains, smudges, and chemical scale build up. SPECIFICATION NO. 10603 PAGE 13 OF 17 STAIRS & STAIRWELLS • This includes stairwell landings, stairs, and steps between landings for (4) stair wells (2) interior stair wells which cover five floors, (1) stair well leading to the exterior of the building covering four floors, and (1) stair well leading to the exterior of the building covering two floors. • NO WAX will be applied to any landing or stairs. • Daily- Interior stair landings and steps will be swept daily. • Daily -- The (2) stair well exterior entrances to the Police Department metal door thresh will be swept and cleaned to remove any debris caught in the tracks. • Weekly - The (2) stair well exterior entrances to the Police Department metal door thresh will be polished with appropriate cleaner. • Weekly - Interior stair landings and steps will be swept, scrubbed, and damp mopped weekly. • Weekl - and railings, ledges, grills, fire apparatus, and doors will be cleaned and dusted. ELEVATORS • The (2) passenger elevators and (1) service elevator will be cleaned daily. • Daily - All surfaces in the interior and exterior of the elevator cab will be cleaned and polished daily. • Daily - Stainless steel areas will be cleaned with an approved stainless steel cleaner. • Dailv - Laminate walls will be wiped with an approved cleaner. • D AL ly - Vinyl tile floors will be swept and mopped free of all loose soil and debris. • Weekly - Vinyl the floors will be waxed and buffed weekly to assure a shiny, clean appearance. SPECIFICATION NO. 1063 PAGE140F17 REFUSE DISPOSAL • Qp :ly - All loose trash removed from the buildings will be placed in plastic bags deposited in outside dumpster. • Daily - All boxes small or larger will be broken down prior to placing in the dumpster. • Daily- If requested, the Contractor will is up and deposit recyclable waste such as computer paper and aluminum cans in containers separate from the general refuse. The City will provide separate containers for deposit of recyclable materials. KITCHEN, BREAK ROOMS, & VENDING AREA • Daily - Waste baskets will be emptied and a new trash can liner installed if needed, remove to or wet liners. • Daily- All trash will be deposited in du Aster outside the building. • Daily - All furniture, equipment, appliances, horizontal ledges, and window sills will be dusted. • Daily - Stove tops, counter tops, sinks, and the exterior of refrigerator, freezers, microwaves, and conventional ovens will be washed clean free of dirt and foreign material. • Daily — All tables, chairs, doors, woodwork, walls, and cabinets will be wiped clean. • Dails - Chairs will be neatly arranged around the table(s). • Daily - Thoroughly clean all glass surfaces. HIGH CLEANING • Monthly- Clean all window blinds & office windows to remove all lint, litter, and soil. • Monthly — Clean all air vents in offices, conference rooms, hallways, and public spaces to remove all lint, litter, and soil. • Monthly — Clean all light fixtures, glo bes, reflectors, and plastic panels will be cleaned - free of bugs, dust, grease and other foreign matter. SPECIFICATION NO. 1063 PACT E15OF17 911 CALL CENTER • Three Times Daily ® All Trash must be empted (3) times daily in the 911 Call Center, every day of the week ® Monday thru Sunday. Times of removal 10°00 , 2:00pm, and 8:00pm. • Monthly— Clean and dust behind all desk computer monitors. EXTERIOR • IDail y— (Monday thru Sunday) All areas exterior to the Police Station building consisting of entrance stairs, landings, smoker's deck, ramps, parking lots, sidewalks, exterior landscaped areas, and porches leading tote first floor entrance and the service ramps will be maintained free of trash and refuse (including small paper, leaves, empty bottles, cans, cigarette butts, and gum). • Dails ® Trash will be removed from waste and cigarette receptacles located outside the entrances. • Dails ® ( on ay thru Sunday) There are (3) main entrances to the building as well as (2) stair well exits/entrances which consist of stairs and landings. Immediately in front of these entrances are to be swept to the far edge of the sidewalk. Scrub and remove any bird deification or gum. IN SPECIFICATION NO. 1063 PAGE160F17 APPENDIX A CITY RECOGNIZED HOLIDAYS 1. The first day of January (New Year's Day). 2. The last Monday of May (Memorial Day). 1 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. SPECIFICATION O. 1063 PAGE 17 OF 17 APPENDIX B RESTRICTED AREAS Cleaning Occurs®Monday thru Friday, 8:00am to 5:00pm excluding City holidays. I st Floor: Property Warehouse 4th Floor: Forensics — offices and labs 5th Floor: Chief of Police (clean at 8:00 A.M.) Assistant Chief s of Police (3 offices) Room 525 ADDITIONAL INFORMATION The Contractor will provide custodial services as described herein. Custodial services apply to all designated spaces including, but not limited to: halls, office spaces, reception areas, conference rooms, court rooms, entrance ways and lobbies. Cleaning will include areas under furniture, furnishings, floor mats and runners. All furniture and furnishings will be restored to their proper locations after cleaning has been completed. Cleaning frequencies, cleaning requirements, summary and special cleaning and/or frequency requirements are specified in the appendices. The Contractor will have at least one supervisor on site after 5:00 pm, Monday t Friday. The day porter and on site supervisor must be reachable via phone during working hours. INSURANCE REQUIREMENTS Ie 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 e 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 ®r termination required on all certificates Per occurrence'aggregate and policies Commercial General Liability including: $1,000,000 COMBINED SINGLE LIMIT 1° Commercial Form 2. Premises®Operations 3. Products/Completed Operations Hazard 4. Contractual Liability 5, Broad Form Property Damage G. Independent Contractors 7. Personal Injury AUTOMOBILE LIABILITY--OWNED,NON-OWNED $500,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKER� WORKERS' COM PENS ATION 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 (1 0)days of the accident. Its 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 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 bBlow 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 9 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 polices; • Provide for an endorsement that the "other insurance" clauses all 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 (1 0) 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. I n a ddition 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, andlor 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 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 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. Attachment I SERVICE AGREEMENT Contractor Supply Agreement No. SA THIS Custodial Service Ap=tmr, W (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 Afanager or designee ("City Manager"), effective for all purposes upon execution by the City Manager. WHEREAS Contractor has proposed to provide Custodial Service for Police Department Main Building and Municipal Court, 321 John Sartain Street, in response to Bid Invitation No. BI-0161-13 in accordance with Specification No. 11063, dated Revised 03/15/13 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. 1063. 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 tote 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 Administrator, who is Police Maintenance & Operations Superintendent. 4. Independent Contractor. Contractor will perform 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, o r e mployee 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. Ffiscal 'Vear. 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. iver® No waiver of any breach of any to or condition of this Agreement, or Specification No. 1063, or Contractor's bid offer to Bid Invitation No. BI-0161-13 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 Nucces 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-0161-13 or Specification No. 1063. 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. tice® 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: Police Maintenance & Operations 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-Montl xtension. 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/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. 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 SHALL TO INDEMNIFY HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS (INDEMNITEES) FROM AND AGAINST ANY AND ALL LIABILITY, LOSS., CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE ON ACCOUNT OF DEATH, PERSONAL INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER K1ND OF D"AGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, A TTORIVE 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 DAMAGES 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 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, D"AGE, LOSS, CLAIMS, DEMANDS OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SUR V7VE THE EXPIRATION OR SOONER TERMINA TION OF THIS AGREEMENT SIGNED this day of 20—. Contractor: Name: Title: CITY OF CORPUS CHRISTI Date: Michael Barrera Assistant Director of Financial Services Incorporated by Reference: Exhibit A-1: Bid Invitation No. BI-0161-13 (Includes Specification No. 1063 Insurance Requirements). Exhibit 13: 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 oft °s 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. 1 Descri tip n - 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 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. Rep lace me 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. City of Co C hlutl SUPPLIER NUMBER TO BE ASSIGNED B=7— PURCHASING DIVISION CITY OF CO"US CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all ersons or firms seeking to do business with the City to provide the following information. Every question must te 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: FIRM IS: 1. Co oration F1 1 Partnersbip 3. Sole Owner E] 4. Association Li 5. Other B 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 "employee" of the City of Corpus Christi having an 'ownership interest" constituting 3%or more of the ownership in the above named "finn." 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% o 44 "7 r more of the ownership in the above name 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" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Consultant FILING REQUIREMENTS If a person who re uests o fficial action on a matter knows that the requested action will confer an economic benefit on an ffi y City ocial or employee 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 fficial, employee or body that has been requested to act in the matter, unless the interest of the City owicial or em 10 ee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. 17thics Ordinance Section 2-349 Ml CERTEFICATION I certify that all information rovided is true and correct as of the date of this statement, that I have not knowing withheld disclosure ref information requested; and that supplemental statements will be promptly submitteyto o the City of Corpus Christi,Texas as changes occur. Certifying Person: Title: (Type or[Tint) 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. "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. CITY OF CORPUS CHRISTI PURCHASING DIVISION BUSINESS DESIGNATION FORM ENSURE THIS FORM IS SUBMITTED WITH YOUR BID RESPONSE PLEASE INDICATE VfHETHER YOUR COMPANY IS ANY ONE OF THE FOLLOWING: El YES El NO - CERTIFIED HISTORICALLY UNDERUTILIZED BUSINESS (HUB) Select all that are appropriate: ASIAN PACIFIC BLACK HISPANIC NATIVE AMERICAN WOMAN Pl=c visit the followins webi-itc for infonnation on bccoming a Texas Certirted HUB WPILICUrOwwo, t�bl YES [_1 NO ® LOCAL SMALL BUSINESS (LSB) A for-profit entity employing less than 49 employees located within the City limits of(,orpus Christi,Texas E:1 YES F1 NO OTHER (PLEASE SPECIFY): El THIS COMPANY IS NOT A CERTIFIED HUB or LSE 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: BI- Firm Name: Telephone: Ext, Address: Fax: City: State: Zip: E-mail: Date: Signature of Person Authorized to Sign r rn Signer's Name: Title: (Please print or type)