Loading...
HomeMy WebLinkAboutC2016-404 - 10/11/2016 - Approved 400 ,:.;r, c' s zit. SERVICE AGREEMENT NO. 776 q aavoa►�o is a Street Sweeping THIS Street Sweeping Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Coastal Maintenance Concepts, LLC ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Street Sweeping in response to Request for Bid/Proposal No. 128 ("RFB/RFP"), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Street Sweeping ("Services") in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. This Agreement is for 12 months, with performance commencing upon the date of issuance of a notice to proceed from the Contract Administrator or Purchasing Division. This Agreement includes an option to extend the term for up to two additional 12-month periods ("Option Period"), provided, the parties do so prior to expiration of the original term or the then-current Option Period. The decision to exercise the option to extend the term of this Agreement is, at all times, within the sole discretion of the City and is conditioned upon the prior written agreement of the Contractor and the City Manager. 3. Compensation and Payment. The total value of this Agreement is not to exceed $466,297.50, subject to approved extensions and changes. Payment will be made for Services completed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. City of Corpus Christi Page 1 of 8 Service Aareement Standard Fnrm 2016-404 10/11/16 M2016-134 Coastal Maintenance Concepts INDEXED • 4. • Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Lawerence Mikolajczyk Solid Waste Department 361-826-1972 LawM@cctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. City of Corpus Christi Page 2 of 8 Service Agreement Standard Form Approved as to Legal Form 7/1/16 7. Inspection and Acceptance. Any Services that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. If immediate correction or re-working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, City of Corpus Christi Page 3 of 8 Service Agreement Standard Form Approved as to Legal Form 7/1/16 however, the Contractor must obtain prior written approval from the Contract Administrator if the subcontractors were not named at the time of bid or proposal, as applicable. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement, including the necessity of providing a COI in advance to the City, are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the work. 13. Amendments. This Agreement may be amended or modified only by written change order signed by both parties. Change orders may be used to modify quantities as deemed necessary by the City. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other related taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Lawrence Mikolajczyk Director of Solid Waste 2525 Hygeia, Corpus Christi, TX 78415 Fax: 361-826-1971 IF TO CONTRACTOR: Coastal Maintenance Concepts, LLC Attn: Byron Sharon Managing Partner 3540 Agnes Street, Corpus Christi, TX 78405 Fax: 361-884-6505 City of Corpus Christi Page 4 of 8 Service Agreement Standard Form Approved as to Legal Form 7/1/16 17. CONTRACTOR AGREES 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 WHATSOEVER ON ACCOUNT OF PERSONAL INJURIES (INCLUDING DEATH AND WORKERS' COMPENSATION CLAIMS), PROPERTY LOSS OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THIS AGREEEMENT OR THE PERFORMANCE OF THIS AGREEMENT, REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTORY NEGLIGENCE OF INDEMNITEES, BUT NOT IF BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City Manager may terminate this Agreement for Contractor's failure to perform the work specified in this Agreement or to keep any required insurance policies in force during the entire term of this Agreement. The Contract Administrator must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. City of Corpus Christi Page 5 of 8 Service Agreement Standard Form Approved as to Legal Form 7/1/16 (B) Alternatively, the City Manager may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City Manager may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 20. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 21. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement and its attachments B. the bid solicitation document, including addenda (Exhibit 1) C. the Contractor's bid response (Exhibit 2) 22. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement. 23. Governing Law. This Agreement is subject to all federal, State, and local laws, rules, and regulations. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 24. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and City of Corpus Christi Page 6 of 8 Service Agreement Standard Form Approved as to Legal Form 7/1/16 supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. (SIGNATURE PAGE FOLLOWS) City of Corpus Christi Page 7 of 8 Service Agreement Standard Form Approved as to Legal Form 7/1/16 CONTRACTOR Signature: Art77) Printed Name: Tho4�10,1 Title: Ma,npJ'tri +)0,-( �,pj— Date: L/'7/ JLQ CITY OF CORPUS CHRISTI Signature: M0. Pc j g Printed Name: (YAc.,,r.. �ra. .Z. Title: Pro c ur a Date: 10/ ia_ IlCe ATTEST: ! e�e...‹,..c..`t REBECCA HtJERTA v' FCRETAR'� Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance/Bond Requirements I �-- Attachment D: Warranty RequirementsI�AUthurcicL. sT COlfNCll..�. ILI Incorporated by Reference Only: / ,• Exhibit 1 : RFB/RFP No. 128 SECRETAPS' Exhibit 2: Contractor's Bid/Proposal Response City of Corpus Christi Page 8 of 8 Service Agreement Standard Form Approved as to Legal Form 7/1/16 ATTACHMENT A- SCOPE OF WORK 4.1 General Requirements/Background Information The Contractor shall provide Street Sweeping as outlined in this Scope of Work. 4.2 Scope of work A. This Scope contains minimal general, functional and performance requirements for cleaning and sweeping city streets. B. Contractor is to provide all elements for a turnkey maintenance project including, but not limited to, all necessary equipment, labor, supervision, insurance and safety devices. C. The Contractor shall clean street areas removing all dirt, mud, silt, sand, paper, rocks, cans, glass, and other debris between all curbs, gutters, median curbs, road shoulders, gore points (corners of medians), turning lanes, intersections and underpasses located in the City to the satisfaction of the Contract Administrator. (All of the above areas are hereinafter called "Streets.") Cul-De-Sacs, curb returns (radii) and curb "bulb outs" of streets will be swept along their entire length and free of debris on scheduled sweep days. Storm drain inlets are to remain free of debris and not collect sweeping debris during operations of the curb sweeping process. Due to its continuous efforts to improve public streets, the City cannot guarantee that the current street configuration of any streets designated for sweeping will not change during the term of the contract. Despite any such changes to street configuration, Contractor shall continue to perform at the most current price under the terms of the contract. D. All debris collected by the Contractor becomes the property of the Contractor and it is the Contractor's responsibility to dispose of such debris in compliance with all local, state and federal requirements. Proof of same (disposal tickets or invoices) shall be provided to the Contract Administrator on a monthly basis. All costs for water use and debris disposal shall be borne by the Contractor. E. Streets to be cleaned are outlined as shown on attached map and a List of Streets are also attached for reference. Areas to be swept include: - DOWNTOWN/ UPTOWN/NORTH BEACH AREA Page 1 of 13 - ARTERIAL/ STATE STREETS - BIKE LANES - CITY HALL PARKING LOTS - INSIDE LANES F. Streets will be cleaned at the following frequencies (at the sole discretion of the Contract Administrator, streets may be reclassified during the term of the contract to compensate for changes, including, but not limited to: higher traffic volume, greater volume of debris and unevenness of curb/street. At the sole discretion of the Contract Administrator, curb miles may be added or deleted): 1. All streets mapped in the Downtown/Uptown/North Beach Area on attached Map, shall be cleaned on 10 day sweep cycle= 36 sweeps per year, except during inclement weather. 2. All streets mapped as Arterial/State Streets on attached Map, shall be cleaned 20 day sweep cycle- 18 sweeps per year, except during inclement weather. 3. All streets mapped as Bike Lanes on attached Map, shall be cleaned on 20 day sweep cycle = 18 sweeps per year, except during inclement weather. 4. All streets mapped as Inside Lanes on attached Map, shall be cleaned on 30 day sweep cycle = 12 sweeps per year, except during inclement weather. G. The City may require unscheduled sweeping service as a result of accidents, citizens' requests, special events, etc. The contractor shall comply with such requests as follows: 1. During scheduled hours of operation (Monday through Friday 8:00 a.m. to 5:00 p.m.) the Contractor shall begin sweeping no more than one hour subsequent to the City making such request. 2. During unscheduled hours of operation (all other times not covered above) the Contractor shall begin sweeping no more than three hours subsequent to the City making such request. 3. Payment for such unscheduled services shall be for the time worked at a stipulated bid rate for unscheduled sweeping. Page 2 of 13 H. The City may also require use of the Contractor's services for seal coat clean up in conjunction with the City's Chip/Seal Program. The use of equipment for this purpose will be bid and paid at the bid rate for unscheduled sweeping. The City will request equipment needed two work days in advance, indicating the location and time to report for each work day. The Contractor shall honor all such requests. I. All operations described herein shall be conducted by the Contractor's personnel and the expense of all such operations shall be borne by the Contractor. J. The Contractor is required to have a competent and experienced supervisor/foreman on duty during each shift (nights and days) when work is being performed under this contract. The supervisor/foreman may be a sweeper operator. K. SAFETY: 1 . Applicable provisions of the following shall be incorporated into the specifications for this project: a. Texas Manual on Uniform Traffic Control Devices. b. Texas State Highway Standard Specifications. c. Occupational Health and Safety laws. d. Federal, State and Municipal acts, statutes, rulings, ordinances, decisions and regulations relative to performance of the contract. 2. The importance of safety cannot be over-emphasized. At its sole discretion, the City reserves the right to disallow payment for any work performed where the proper safety precautions were not observed. 3. The safety of the public and the convenience of traffic shall be regarded as of prime importance. Unless otherwise provided herein, all portions of streets shall be kept open to traffic. All equipment and personnel will move in the same direction as traffic at all times during all cleaning operations. The Contractor will be required to have a chase truck that follows the sweeper protecting it from rear end collision accidents. 4. Provisions for directing traffic will be paid for by the Contractor. 5. The Contractor shall hire competent drivers and properly train them. Contractor shall investigate the driving records of its drivers prior to and during their employment, and shall ensure that unsafe drivers do Page 3 of 13 not provide services under the terms of the contract to which these specifications apply. Contractor shall maintain strict rules against the use of alcohol, drugs and other intoxicants by its employees. For the purposes of these specifications, a driver whose driving record reflects the following citations within the last three years shall be deemed an "unsafe driver": a. Moving violations for excess acceleration or reckless driving. b. DWI. c. Furthermore, in the event an individual providing services for the Contractor during the effective dates of the contract relating to this specification, is convicted of DWI, the Contractor shall immediately prohibit said individual from providing services under the terms of the contract relating to this specification. L. WEATHER: 1 . For the purpose of this contract, the National Weather Service of Corpus Christi, Texas, shall be the weather forecasting and reporting agency. Any forecast by the National Weather Service shall be deemed to extend only 12 hours into the future. 2. Cleaning operations shall not be conducted when there are climatic conditions present or forecast that would make such operation ineffectual or dangerous. These climatic conditions are termed inclement weather and include, but are not limited to: heavy rains, snow, ice and sleet. 3. The Contractor may suspend operations during inclement weather. If such suspension occurs, the Contractor shall immediately notify the Contract Administrator. 4. The Contract Administrator shall have the right to order suspension of cleaning operations whenever, in his/her judgment, inclement weather exists or is forecast to occur, such that cleaning operations cannot be carried out in an effective manner. 5. The Contractor shall obtain approval from the Contract Administrator prior to making any alteration(s) to his/her route list due to inclement weather. 4.3. FUNCTIONAL REQUIREMENTS: A. EQUIPMENT AND MAINTENANCE: The equipment used for cleaning shall be of sufficient type, capacity and quantity to safely and efficiently perform the street cleaning work as specified herein. Page 4 of 13 1 . EQUIPMENT- Equipment shall consist of Brush/Vacuum, Mechanical or Regenerative Air, or may be a combination of these types of street sweeping vehicles equipped with gutter broom(s) capable of dislodging crusted debris from road surfaces, a water tank with proper spray assemblies for dust control, a pickup mechanism capable of removing debris from the roadway and a dirt hopper with sufficient capacity (eight cubic yard minimum capacity) to allow operation to progress with minimum interference when sweeping streets in traffic. Other types of cleaning and sweeping equipment, as well as hand labor, shall be provided where deemed necessary and approved by the Contract Administrator. The equipment, tools and machinery shall be at the work-site in good repair and operating condition and approved by the Contract Administrator prior to commencement of work. If at any time, the Contract Administrator determines any equipment is defective to the point that it may affect the quality of the work, that equipment shall be immediately repaired or replaced. 2. The Contractor is responsible for supplying their own water, and for purchasing all equipment necessary to obtain all water required for dust control and clean up, including, but not limited to an approved water meter, backflow preventer and cradle necessary to support the meter and backflow preventer. 3. The Contractor shall ensure all dust suppressor equipment is maintained and working efficiently at all times. All sweepers must be equipped with dual steering and dual brooms. Arrow boards are to be used on all street sweepers. 4. The Contractor shall provide a list of all equipment (including support equipment) to be used by the Contractor. All such equipment is subject to inspection by and final approval of the City. Such approval may require the Contractor to provide on-site demonstration of the capability of any proposed equipment. The City will allow the Contractor a reasonable lead-time to obtain equipment requisite to provision of the services described herein, however, the Contractor shall commence work with its existing equipment. Prior to commencing work with its existing equipment and within 15 days following award of this contract, the Contractor shall meet with the Contract Administrator and shall submit a route list schedule in which the Contractor describes how its existing Page 5 of 13 equipment shall be utilized. The Contractor shall secure the Contract Administrator's approval of said route list schedule prior to commencing any work described therein. 5. All vehicles used by the Contractor must be no older than 5 years old and considered performance-worthy by visual and operational inspection. Sweeper brooms must be washed once per day, inclement weather excepted, and all other equipment, a minimum of once per week. The City shall have the right to perform a complete inspection of all vehicles at any time during the term of the contract. Should any vehicle, when inspected, in the determination of the City, not meet those standards the City feels are necessary to provide the services specified herein or to operate safely, the City may require the Contractor to bring such vehicle to standard before the Contractor may return such vehicle to service. 6. MAINTENANCE - The Contractor must demonstrate evidence of an adequate service facility to ensure scheduled routine maintenance, as well as inventory of a sufficient supply of brooms and replacement parts to ensure the uninterrupted provision of cleaning services described herein. B. SCHEDULES: 1. Each Friday during the scheduled cleaning cycle, the Contractor shall prepare route lists for the upcoming two weeks and deliver said schedule to the Contract Administrator. If such Friday is a holiday, the Contractor shall prepare and deliver to the Contract Administrator, said schedule, on the workday preceding that Friday. 2. On a daily basis, during the scheduled cleaning cycle, the Contractor shall submit to the Contract Administrator for inspection and approval, a report of the actual work completed. 4.4. PERFORMANCE REQUIREMENTS: A. TIME OF OPERATION: All cleaning operations for the Downtown/Uptown/North Beach areas shall be performed between 11:00 p.m. through 7:00 a.m. Cleaning operations for arterial and state streets shall be performed between the daytime hours of 8:00 a.m. and 5:00 p.m. with the following provisions: Page 6 of 13 1. Arterial streets that have little or no impact on residential areas may be swept at night to increase safety and the efficiency of sweeping operations. 2. State streets may be cleaned at night, as approved by the Contract Administrator, but if cleaned during the day, they must be cleaned between 8:00 a.m. and 5:00 p.m. 3. Work on weekends from 7:01 a.m. Saturday to 11:00 p.m. Sunday is expressly prohibited without the prior written consent of the Contract Administrator. 4. No daytime cleaning shall be permitted on Memorial Day, Independence Day, Labor Day, Election Day, Thanksgiving Day, Christmas Day or New Year's Day. 5. The elimination of these sweeping days does not relieve the Contractor of its obligation to provide scheduled sweeping. 6. Streets listed in the Downtown/Uptown/North Beach area may be required to be cleaned at other hours, but only with approval from the Contract Administrator. B. DEBRIS: Collection and transportation of debris from the streets to the disposal site shall be the responsibility of the Contractor. The Contractor shall ensure all debris cleaned from the gutter is removed and loaded onto the hopper of the street sweeper. Excessive displacement of debris into the atmosphere (dust clouds), or onto the street (debris "windrow") is not acceptable. 1. The Contractor shall dispose of silt, mud/debris and floatable trash in compliance with paint filter test method and local, state and federal requirements. Written proof (disposal tickets or invoices) of said disposal shall be provided to the Contract Administrator on a monthly basis. 2. The Contractor shall be solely responsible for seal coat disposal in compliance with local,state and federal requirements. Written proof (disposal tickets or invoices) of said disposal shall be provided to the Contract Administrator on a monthly basis. 3. The Contractor shall deposit all debris collected from sweeping in compliance with all local, state and federal requirements. The Contractor is responsible for payment of all disposal fees, including, but not limited to: licenses, permits, penalties and citations. Copies of disposal tickets will be turned in with each monthly invoice. Page 7 of 13 4. The Contractor shall perform all handwork required to provide an efficient cleaning operation. The Contract Administrator shall have the right to identify for the Contractor those areas where handwork should be performed. C. DEFINITION OF CLEAN: For the purposes of this specification, clean is defined as a clear concrete surface free from any debris. No item shall be left on the surface including asphalt, floatable litter, caked mud, dirt, glass or any other item that is not permanently attached to the curb. The successful Contractor shall make every practical effort to attain this level of service. The Contract Administrator may allow for deviations from this definition due to street/curb conditions which may prevent the Contractor from attaining this level of service. D. CONDITION OF STREETS: At no time does the condition of the street relieve Contractor from sweeping responsibilities.The City recognizes that not all streets to be swept are in good repair. In those locations where streets are severely buckled, rolled, or in which the asphalt along the curb line is disintegrating, the Contractor will be expected to make the best effort possible to remove debris to a clean concrete finish. This may entail use solely of the vacuuming capabilities of the Contractor's equipment or handwork at the Contract Administrator's sole discretion. Inspections of work performed will take into consideration the condition of the streets. E. VERIFICATION OF WORK: 1. Within 15 days following award of this contract, the Contractor shall meet with the Contract Administrator to review the contract and make any necessary changes to the route lists and/or Contractor's work plan. Prior to commencing work, all listed routes shall be updated, in writing, by the Contractor, and, as approved by the City, shall thereafter become the basis for: a. The Contractor's cleaning routes, b. Tonnage-of-debris-removed report, c. The Department's inspection of cleaning, d. The invoicing for curb miles completed and e. Payment by the City for services rendered. 2. The Contractor shall not make any subsequent changes or revisions to the route lists without obtaining the express written consent of the Contract Administrator prior to making such change or revision. Page 8 of 13 3. The Contract Administrator will monitor, verify and approve the Contractor's work performance. All streets cleaned by the Contractor must present an appearance that is completely satisfactory to the Contract Administrator, as defined herein. 4. Any deficiency in the Contractor's performance shall be reported in writing by the City to the Contractor. Such deficiencies shall be corrected by the Contractor no later than 24 hours following the Contractor's receipt of such notice. 5. The Contract Administrator shall maintain a daily log of completed work and will verify completion of the Contractor's work with the Contractor once per week. 6. In the event a street rehabilitation or improvement project is under construction or will be under construction where cleaning is scheduled, that portion of the cleaning cycle will be deleted from the appropriate route lists at the direction of the Contract Administrator. If applicable, the section(s) of streets deleted will be re-entered at the first scheduled cleaning cycle following completion of the construction work. The Contractor shall not be paid for portions deleted from the route lists. 7. Prior to re-entering any such street into the cycle, a field inspection shall be made by the Contract Administrator and the Contractor to determine what cleaning will be allowed additional compensation by the City for initial cleaning of a re-entered street following rehabilitation or construction. 8. In addition to the procedure for verification of work performed as described herein, the Contractor shall lend to the Contract Administrator, that assistance requested by the Contract Administrator, with respect to verification of work performed. Contractor will maintain detailed written records of work performed during the term of the contract. F. PAYMENT: 1. Payment for street cleaning shall be made by the contract unit price per curb mile actually cleaned, upon completion of a cleaning cycle. 2. Request for partial payment may be made, forwarded to the City for approval, and shall include the following: a. Invoice showing curb miles cleaned, cycle completed and an extension in dollars at the quoted cost. Page 9 of 13 b. Copy of the route lists for the invoiced period showing the date each street was cleaned, the total mileage for the period and the signature of the Contractor's representative. c. The amount of debris picked up. 3. No payment shall be made for any service other than the number of curb miles cleaned or completion of a cleaning cycle. G. PERFORMANCE: 1. Primary objectives of the street sweeping program are: a. Contractor will comply with specific requirements of the City's Texas Pollutant Discharge Elimination System (TPDES) Municipal Separate Storm Sewer System (MS4) Permit. Contractor shall notify Contract Administrator immediately of any Pollution Discharge entering into storm drains as a result of Contractor performance. Failure to comply with City notification may result in termination of contract and/or criminal charges to Contractor. The Contractor shall be responsible for the costs and liabilities imposed by law as a result of the Contractor's failure or negligence in complying with the provision set forth in this section. For the purpose of this section, costs and liabilities include, but are not limited to, fines, penalties and damages whether assessed against the City or the Contractor, including those levied under the Clean Water Act. b. Establish and adhere to a regular schedule of performance. c. Maintain gutter flow lines free of debris for free flow of water. d. Sweeping speed shall be adjusted to street and debris condition as recommended by the manufacturer. Streets swept while driver exceeds manufacturer's recommendation will be re- swept in their entirety at Contractor's expense. e. Contractor shall use all reasonable methods to minimize dust emissions during the performance of the contract. No separate payment will be made for any work performed or material used to control dust resulting from Contractor's performance of the work, or by public traffic, either inside or outside City right-of- way. f. Sweeping shall normally consist of a single pass over an area. Contractor will make as many additional passes or such extra effort as may be required to adequately clean the street. The Contractor shall hand remove and hand sweep all debris in all specified areas that is not vacuumed up by the street sweeper. This removal shall occur during daylight hours in accordance Page 10 of 13 with the specified safety requirements. The City shall have the right to identify for the Contractor those areas where hand work should be performed. Obstructions such as small tree limbs and rocks will be removed from sweeping path and hauled away by Contractor rather than by-passing the area or placing the obstructions on rights-of-way. Larger obstructions such as impaired vertical and/or horizontal clearance by tree limbs, fallen tree limbs, construction equipment or materials, and/or other similar items shall be reported to the Contract Administrator. g. Contractor will make every reasonable effort to minimize streaks (i.e., debris in path of travel) left by sweepers. h. Inspections shall be performed on a regular basis, as well as spot checks and response to complaints. i. Contract Administrator shall decide adequacy of sweeping. j. In the event that results of a sweep are considered to be unsatisfactory, Contractor shall re-sweep unsatisfactory area(s) at Contractor's expense within 24 hours after notification. k. City reserves right to withhold payment for missed, incomplete or unsatisfactory sweeping performance. H. FAILURE TO PERFORM: 1 . It is essential to complete all cleaning cycles within the time limits specified. Contractor agrees that the failure to complete all cleaning cycles within the time limits specified will cause the City to incur damages that are difficult to compute and ascertain. Therefore, the Contractor agrees that liquidated damages may be assessed and recovered by the City against the Contractor in the amount of $300.00 for each month that all cleaning cycles have not been completed as described in the following paragraph. Such liquidated damages are intended to represent the estimated actual damages and are not intended as a penalty, and the City shall withhold the amount from Contractor's monthly invoice. Such liquidated damages shall not limit the City's right to terminate the contract for default. 2. Any streets not completed in a given month or cycle which areas were not cancelled by the Contract Administrator will be the first to be swept at the beginning of the next month or cycle. Thus, Contractor shall sweep the streets which were not swept during a given month or cycle at the start of the next month or cycle before Page 11 of 13 any other streets are swept. Contractor must sweep all streets during the next month or cycle. Contractor's failure to sweep all streets during the next month or cycle will result in liquidated damages being imposed against Contractor as described in the previous paragraph. Areas which were not swept due to acts of God will be swept at the beginning of the next cycle or month. 3. If any inspected areas are rejected by the City for Contractor's failure to meet performance expectations, Contractor shall re-sweep the rejected areas to meet performance expectations. Contractor shall not be paid for any areas that fail to meet performance expectations after a second inspection by the City. 4. Actions constituting a material breach of this contract shall include, but are not limited to a failure to satisfactorily complete cleaning, as defined herein, required for any given cycle in the allotted time frame. I. Contractor Quality Control and Superintendence The Contractor shall establish and maintain a complete Quality Control Program that is acceptable to the Contract Administrator to assure that the requirements of the Contract are provided as specified. The Contractor will also provide supervision of the work to insure it complies with the contract requirements. Page 12 of 13 Attachments to Scope of Work • Street Sweeping Contract Areas Map • Bike Lanes/Inside Lanes Street List • Downtown/Uptown/North Beach Street List • Arterial/State Street List Page 13 of 13 • /_ .*. 4 , NUECES BAY h CORPUS CHRISTI BAY I it‘- oU I LL 6 .�. oa rue ! ] Q 4 ✓ . .i a STREET SWEEPING CONTRACT AREAS .y �i BOA B - BikeLane ., ° -Downtown Street Sweeping i .. ip - State Sweeping sw° ♦am ° ewo ° (} -Arterial Street Sweeping FM �QUj n BIKE LANES/ INSIDE LANES a4 v' c' a � s E1'r BIKE LANES Street Name From To Length Zip Code YORKTOWN CIMMARON BLVD. BAY DR 4857 78413-78414 WEBER YORKTOWN CHAPMAN RANCH 1985 78413-78415 COMMODORES COMPASS AQUARIUS 1385 78418 SEA PINES PARK RD 22 EL SOCORRO 4185 78418 UP RIVER RD. MCKINZIE MORROW 8265 78410 FOOTAGE 20,677 TOTAL FOOTAGE X 2 41,354 TOTAL MILES/5280 8 (20 day sweep cycle= 18 sweeps per year) INSIDE LANES/TURNING ISLANDS ENNISJOSLIN OCEAN DR SPID 12265 78412 SARATOGA BLVD RODDFIELD RD HWY 286 32695 78413-78414-78415 YORKTOWN BLVD CIMARRON _WEBER RD 18680 78413-78414 STAPLES ST OSO PKWY SARATOGA BLVD 10950 78413-78414 FOOTAGE 74,590 TOTAL FOOTAGE X 2 149,180 TOTAL MILES/5280 28 (30 day sweep cycle= 12 sweeps per year) Downtown/Uptown/North Beach YEAR 2016 Street Name From To Length Zip Code ALAMEDA N KINNEY LIPAN 1,695 78401 ANTELOPE E STAPLES N UPPER BROADWAY 1,815 78401 ARTESIAN BLUCHER LEOPARD 1,150 78401 BELDEN BROADWAY N CONCRETE 2,279 78401 BLUCHER STAPLES N UPPER BROADWAY 1,450 78401 BROADWAY LOWER LIPAN TWIGG 2,060 78401 BROADWAY UPPER COOPER'S ALLEY INTERSTATE 37 2,875 78401 BUFFALO ARTESIAN UPPER BROADWAY 1,435 78401 CALDWELL NALAMEDA NSTAPLES 560 78401 CARANCAHUAN KINNEY BUFFALO 2,790 78401 CARRIZO ST BLUCHER DEAD END E 2,255 78401 CARRIZO ST COMANCHE BLUCHER 300 78401 CHAPARRAL KINNEY MESQUITE 6,960 78401 COMANCHE ALAMEDA N CARANCAHUA 2,160 78401 COOPER'S ALLEY SHORELINE N T-HEAD 5,921 78401 FITZGERALD MESQUITE SHORELINES 1,250 78401 HIRSCH CHAPARRAL MESQUITE 250 78401 HUGHES SHORELINE S CHAPARRAL 740 78401 JOHN SARTAIN DR UPPER BROADWAY SHORELINE N 4,270 78401 KINNEY DEAD END 5 UPPER BROADWAY 2,540 78401 KINNEY UPPER BROADWAY SHORELINE N 1,025 78401 LAWRENCE ST UPPER BROADWAY T-HEAD 5,586 78401 LEOPARD ST SAM RANKIN UPPER BROADWAY 2,860 78401 i LIPAN ST SAM RANKIN UPPER BROADWAY 2,860 78401 MANN MESQUITE SHORELINE N 1,255 78401 MESQUITE HARBOR UPPER BROADWAY 6,746 78401 MESTINA UPPER BROADWAY ARTESIAN 1,070 78401 I MUSSETT ALAMEDA N STAPLES S 350 78401 PALO ALTO N CHAPARRAL SHORELINE N 480 78401 PEOPLES SHORELINE N T-HEAD 5,506 78401 POWER MESQUITE SHORELINE N 1,260 78401 RAMIREZ ALAMEDA N EXPRESSWAY 1,577 78401 RESACA CHAPARRAL SHORELINE N 950 78401 SAM RANKIN CALDWELL INTERSTATE 37 1,960 78401 SCHATZEL UPPER BROADWAY SHORELINE N 2,380 78401 SHORELINE N PEARL COASTAL 1,100 78402 SHORELINES FURMAN HUGHES 7,740 78401 SHORELINE N FURMAN RESACA 7,990 78401 STAPLES N KINNEY EXPWY 2,955 78401 STARR ST LOWER BROADWAY SHORELINE N 1,580 78401 SURFSIDE PEARL BREAKER 2,450 78402 TANCAHUA S KINNEY DEAD END N 3,050 78401 TAYLOR ST UPPER BROADWAY SHORELINE N 1,850 78401 TWIGG LOWER BROADWAY SHORELINE N 1,870 78401 WACO ST KINNEY DEAD END N 2,455 78401 WATER ST KINNEY RESACA 5,998 78401 WILLIAMS ST LOWER BROADWAY SHORELINE N 1,500 78401 BURLESON SURFSIDE HWY 181 ACCESS 1,173 78402 BREWSTER MESQUITE CHAPARRAL 370 78401 FOOTAGE 122,701 TOTAL FOOTAGE X 2 245,402 TOTAL MILES/5280 46 (10 day sweep cycle=36 sweeps per year) ARTERIAL/STATE 2016 Street Name From To Length Zip Code SANTA FE HANCOCK ROBERTS 20,407 78404-78411 ALAMEDAS KINNEY ENNISJOSLIN 38,808 78404-78411-78412 PORT PORT-AYERS Y N BROADWAY 22,387 78415-78404 BALDWIN LEOPARD HWY 9 STAPLES 19,853 78404 AYERS ST S.STAPLES PORT-AYERS Y 14,335 78404 GOLLIHAR BELMEADE GREENWOOD 26,637 78416-415-411-412 YORKTOWN CIMARRON WEBER 36,432 78413-78414 ENNISIOSLIN OCEAN DR SPID 21,120 78412-78414 RODDFIELD SPID SARATOGA 10,560 78412-78414 HORNE RD KOSTORYZ BROWNSVILLE 14,678 78416-78415 MORGAN OCEAN DR VERA CRUZ 13,464 78405-78404 AIRLINE OCEAN DR RODD FIELD 23,602 78412-78414 CIMARRON AIRLINE YORKTOWN 11,457 78414 SARATOGA(STATE) RODD FIELD W.OF CREEK BRIDGE 69,169 78414 LAREDO ST CARRIZO ST TWENTY FIRST 5,280 78405-78401 AGNES ST COOPERS ALLEY NPID 22,995 78401 LEOPARD ST SAM RANKIN UP RIVER ROAD 9,610 78401 NUECES BAY LEOPARD WEST BROADWAY 5,280 78408 STAPLES&(STATE) OSO PARKWAY KINNEY 68,989 78401-404-411-413 WEBER&(STATE) STAPLES S YORKTOWN 21,595 78413 DODDRIDGE OCEAN DR STAPLES S 5,623 78411 HOLLY RD GREENWOOD RODD FIELD 33,924 78417-78415-78413 EVERHART RD ALAMEDA S OSO PARKWAY 24,921 78411-78413 KOSTORYZ STAPLES S SARATOGA 19,114 78415-78411 AGNES PORT AIRPORT 20,803 78405-78401-78406 WALDRON RD PADRE ISLAND DR CARIBBEAN 12,856 78418 WHITE CAP BLVD DEAD END E DEAD END W 21,120 78418 WINDWARD DR DEAD END S ST.BARTHOLOMEW 5,940 78418 LEEWARD DR DEAD ENDS ST.BARTHOLOMEW 4,224 78418 OCEAN DR FURMAN UNIVERSITY 67,848 78401-404-411-412 GREENWOOD PORT AVE SARATOGA 22,176 78416-78417 McARDLE HOLMES DR AIRLINE RD 4,752 78416 AGNES(STATE) BUCKHOLT CLARKWOOD 3,591 78406 OCEAN DR AYERS LEMING 3,150 78404 OCEAN DR AYERS COLE 410 78404 OCEAN DR DEL MAR NAPLE 355 78404 OCEAN DR ATLANTIC SOUTHERN 330 78404 SANTA FE PALMERA INDIANA 3,110 78404-78411 ALAMEDA S AYERS INDIANA 3,350 78404-78411-78415 ALAMEDA AYERS OHIO 3,035 78404-78411 STAPLES ALAMEDA S OHIO 4,070 78401 STAPLES 10TH BROWNLEE 470 78404 STAPLES 17TH 18TH 360 78405-78404 BALDWIN STAPLES S OSAGE 9,085 78404 SWANTNER' STAPLES S OHIO 805 78404 AYERS ST 10TH BROWNLEE 315 78404 AYERS ST 15TH 16TH 320 78404 AYERS ST DATE FERN ST 1,080 78404 AYERS ST SHELY EDWARDS 325 78404 AYERS ST RICHARD WATSON 665 78415 PORT AVE SOUTHGATE MORGAN AVE 6,565 78405-78415-78416 PORT AVE SEGREST BRANNON 350 78408 PORT AVE STANLEY BALDWIN 210 78405 PORT AVE STANLEY ALAMO 585 78405 PORT AVE SAN JACINTO GOLIAD 285 78405 PORT AVE SARITA TARLTON 1,010 78405-78416 MORGAN AVE BRIGHT OSAGE 2,005 78405 MORGAN AVE BRIGHT ROSEWOOD 1,550 78405 GREENWOOD BALDWIN REYNA 845 78405 GREENWOOD BALDWIN PORT AVE 1,025 78405 LOUISIANA OCEAN DR STAPLES 10,620 78404 BROWNLEE LOUISIANA MORGAN AVE 5,180 78404 BROWNLEE ELIZABETH PRESCOTT 880 78404 KOSAR BALDWIN NAPLES 590 78404 BLEVINS AYERS NAPLES 1,325 78415 NAPLES BLEVINS PRICE ST. 2,315 78415 TARLTON AYERS EISENHOWER 5,030 78404 NINETEENTH DAVID/XTOWN NIAGARA 365 78405 MCKENZIE BROWNLEE TENTH ST 320 78404 FOOTAGE 795,840 TOTAL FOOTAGE X 2 1,591,680 TOTAL MILES/5280 301 (20 day sweep cycle=18 sweeps per year) vs ATTACHMENT B- BID PRICE SCHEDULE sk.cP �� r r CITY OF CORPUS CHRISTI BID FORM "1852 PURCHASING DIVISION RFB No. 128 RFB SREET SWEEPING Date: June 16, 2016 Authorized Bidder: Coastal Maintenance Concepts, LLC Signature: 1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before completing bid. 2. Quote your best price for each item. 3. In submitting this bid, Bidder certifies that: a. the prices in this bid have been arrived at independently, without consultation, communication, or agreement with any other Bidder or competitor, for the purpose of restricting competition with regard to prices; b. Bidder is an Equal Opportunity Employer; and the Disclosure of Interest information on file with City's purchasing office, pursuant to the Code of Ordinances, is current and true. c. Bidder is current with all taxes due and company is in good standing with all required governmental agencies. d. Bidder acknowledges receipt and review of all addenda for this RFB. Item I Description UNIT QTY Unit Price Total Price 3 � 1 Inside Lanes, Turning Island Mile 336 58.75 € 19,740.00 2 ST. Sweeping Arterial Streets Mile 5418 58.75 318,307.50 3 ST. Sweeping-Seal Coat Clean Mile 250 ! 75.00 1 18,750.00 4 Street Sweeping Downtown Mile 1656 58.75 197,290.00 5 Sweeping Bike Lanes Mile 144 158.75 18,460.00 6 Unscheduled Sweeping Mile 50 75.00 11 3,750.00 Total ` 466,297.50 ATTACHMENT C- INSURANCE REQUIREMENTS CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administrator, 2 copies of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by applicable Per occurrence- aggregate policy endorsements Commercial General Liability including: $1,000,000 Per Occurrence 1. Commercial Broad Form 2. Premises—Operations 3. Products/Completed Operations 4. Contractual Liability 5. Independent Contractors AUTO LIABILITY (including) $1,000,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS' COMPENSATION Statutory EMPLOYER'S LIABILITY $500,000/$500,000/$500,000 C. In the event of accidents of any kind related to this agreement, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly met. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A-VII. C. Contractor shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Contractor shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty(30) calendar days advance written notice directly to City of any suspension, cancellation, non-renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a suspension, cancellation, or non-renewal of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this agreement. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2016 Insurance Requirements Street Department Street Cleaning Contract 4/24/2016 ds Risk Management ATTACHMENT C- BOND REQUIREMENTS Payment and Performance Bonds are not required for this service agreement. ATTACHMENT D - WARRANTY Warranty not required for this service agreement. CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-74152 Coastal Maintenance Concepts, LLC Corpus Christi,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 06/21/2016 being filed. City Of Corpus Christi,Texas Date kno ledged: N�'U 3 Provide the identification number used by the governmental entity or state agency to track or identify the c ntrac,and provide a description of the services,goods,or other property to be provided under the contract. 128 Street Sweeping Services 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. X 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. ,.; 't ,. MARGARITA G.BAYARDO ''6 "= MY COMMISSION EXPIRES ‘14.4,00/ 14 N a` March 21,2018 ignatu uthQ o agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said Ir ON S�(2f QIf this the /7/4 day of Tl1�e 20 114 ,to certify which,witness my hand and seal ot'Office. 6 iv;ii, 6-. tJ Signa a of, icer admini ring oath . Printed name of o>ffi er administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021