Loading...
HomeMy WebLinkAboutPR 15082: SOUTHEAST TX BUILDING SERVICES - JANITORIAL SERVICESMEMORANDUM CITY OF PORT ARTHUR UTILITY OPERATIONS DEPARTMENT TO: Steve Fitzgibbons, City Manager FROM: Kelly Eldridge, Director of Utility Operations ~`J~ DATE: January 28, 2009 SUBJECT: Proposed Resolution No: 15082 COMMENTS RECOMMENDATION We recommend the approval of Proposed Resolution No. 15082 authorizing a janitorial services contract with Southeast Texas Building Services, Inc-, ofNederland, Texas, for the Utility Operations Department, Water Utilities Service Center & Warehouse, located at 111 H. O. Mills Blvd., in the annual amount of - $7,020.00. This contract is for the janitorial services at the Water Utilities Service Center and Wazehouse. Seventeen bid packets were mailed or inquired, and the following two (2) bids were received on January 21, 2009: Bidder Southeast Texas Building Service Nederland, Texas Bid Amount Last Contract $7,020. $5,880. Y & M Cleaning Services Port Arthur, Texas $30,810. BUDGET/FISCAL EFFECT: Funds for this contract were included in the Utility Operations' FY 2009 budget account no. 410-1251- 532.59-00). This year's bid of $7,020 reflects a 19% increase over our last multi-year contract price eerfreations~nd~ouaac` -"----- •'-_._ _ ....«~ees-fo-be extended/renewed fortwo additional years with both parties' consent. STAFF/EMPLOYEE EFFECT: Staff will administer this contract and monitor the contractor's performance. SUMMARY: Approval of Proposed Resolution No. 15082 will authorize a new janitorial services contract with Southeast Texas Building Services, Inc., for the Utility Operations Service Center and Wazehouse. P. R No.15082 01/28/09 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A JANTTORIAL SERVICES CONTRACT FOR THE UTILITY OPERATIONS,SERVICE CENTER AND WAREHOUSE' WITH SOUTHEAST TEXAS BUILDING SERVICES OF NEDERLAND, TEXAS, IN THE AMOUNT OF $7,020 PER YEAR ACCOUNT N0.410-1251-532.59-00. WHEREAS, the City Council deems it necessary to approve a contract for janitorial services for the Utility Operations Service Center and Warehouse; and WHEREAS; two bids were received on January 21, 2009, a copy of the bid tabulation is attached hereto as Exhibit "A"; and WHEREAS, Southeast Texas Building Service has been identified as the lowest and most responsible bidder. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT the City Council of the City of Port Arthur hereby authorizes the City Manager to enter into a Contract for Janitorial Services between the City of Port Arthur and Southeast Texas Building Services, attached hereto as Exhibit B, for the total price of Seven Thousand Twenty Dollazs ($7,020) per yeaz; and, THAT, said Contract is an exact duplicate of a City Standazd Form contract except for the changes described in the Certificate of Standazd Form Contract, a copy of which is attached hereto as Exhibit C, and said changes aze hereby approved; and, THAT a copy of the caption of this Resolution be spread upon the Minutes. of the City Council. READ, ADOPTED AND APPROVED this day of A.ll., 2009 at a Regulaz Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: P. R. No. 15082 Page 2 of 2 AYES: Mayor: Commcilmembers: NOES: ATTEST: Terri Hanks Acting City Secretary APPROVED: Steve Fitzgibbons City Manager Deloris Prince Mayor APPROVED FOR ADMI`i IISTRATION: ~/ooD.~. 6.~?. Ke ly Eldri ge Director of Utility Operations APPROVED AS TO FORM: ~~~%~ Mark Sokolow City Attorney (~~~2h~LF dF~ P ROVED AS TO THE AVAILABILITY OF S: Rebecca Underhill Finance Director EXHIBIT "A" CITY OF PORT. ARTHUR TEXAS BID TABULATION SHEET DESCRIPTION: JANITORIAL SERVICE WATER SERVICE CENTER DATE: JANUARY 21, 2009 NAME OF BH)DER UNIT COST TOTAL COST LOCATION Y&M CLEANING SERVICE $ 2,567.50 $ 30,810:00 PORT ARTHUR, TX SOUTHEAST TEXAS BUILDING SERVICE $ 585.00 $ 7,020.00 NEDERLAND, TX DATE: f PURCHASING MANAGER: ~ a ~ y s .. ~ z~ .~~~ .EXHIBIT "B" JANITORIAL SERVICES CONTRACT FOR UTILITY OPERATIONS THIS AGREEMENT, made this day of February , 2009 by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and Southeast Texas Building Services , herein acting by and through Robert Bodin hereinafter called "CONTRACTOR" agree as follows: WITNESSETH: That for and in consideration of the payments, terms, conditions, and agreements set forth herein ,OWNER and CONTRACTOR agree as follows: The term of this Contract shall be from February 10, 2009 to Febnzarv 9, 2010 The contract will be for one year. The City of Port Arthu? has the right to extend the contract two additional one-year periods. 2. The Contractor agrees to perform all the work described in the specifications; and contract documents and comply with the terms therein for the sum of $ 7,020.00 Annually; The term "Contract Documents" means and includes the following: A. Agreement B. Advertisement for Bids C. Addenda D. Generallnformation E. Specifications F. Bid G. Notice to Proceed 5. This agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators,successors and assigns. 6. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by.their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first written above. Signed on the day of __ 2009. ATTEST Signed on the day of ATTEST CONTRACTOR CITY OF PORT ARTHUR BY BY 2009. DELORIS "BOBBIE" PRINCE, MAYOR JACK CHATMAN, IR., MAYOR PRO-TEM COUNCIL MEMBERS: ELIZABETH "LIZ" SEGLER MORRIS ALBRIGHT, III MARTIN FLOOD JOHN BEARD, JR ROBERT E. WII.LL4MSON D. KAY WISE THOMAS J. JJENDERSON INVITATION TO BID Vendors: STEPHEN FITZGJBBONS CITY MANAGER TERRI HANKS ACTING CnY SECRETARY . MARKTSOKOLOW - Crl'YATTORNEY January 5, 2009 Sealed Bids, subject to the General Instructions; Conditions and Specifications, as provided will be addressed to the City Secretary of the City of Port Arthur, Texas. in DUPLICATE. Sealed BIDS shall be received no later than 3:00 a.m. January 21, 2009. at the Citv Secretary's Office and all bids received will thereafter be opened and read aloud at 3:15 a.m. on January 21. 2009 in the City Council Chambers 5th Floor, City Hall, Port Arthur, Texas for the followrng: . JANITORIAL SERVICE FOR WATER SERVICE CENTER BIDS SHALL BE PLACED IN A SEALED ENVELOPE, with the bidder's name and address in the upper left hand corner of the envelope. FACSIMILE TRANSMITTALS SHALL NOT BE ACCEPTED. BIDS MUST BE submitted on the pricing form included for that purpose in this packet. and SIGNED BY A PERSON HAVING THE AUTHORITY TO BIND THE FIRM IN A CONTRACT. MARK ENVELOPE: JANTIORIAL Sealed Bids shall be submitted: CITY OF PORT ARTHUR CITY SECRETARY P. O. BOX 1089 PORT ARTHUR, TX 77641-1089 CITY OF PORT ARTHUR CITY SECRETARY 444 4TH STREET PORT ARTHUR, TX 77640 ALL BIDS MUST BE RECENED IN THE CITY SECRETARY OFFICE BEFORE OPENING DATE AND TIME. Page 1 of 16 P.O. 80X 1089 • PORT ARTHUR, TEXAS 77647-1089 • 409/983-8115 • FAX 409/983-8291 Bids received after the closing time specified will be returned to the bidder unopened. Award will be made as soon as practicable after opening. To obtain results, or if you have any questions, please contact Clifton Williams, at (409) 983-5161: The City of Port Arthur reserves the right to reject any or all Bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City of Port Arthur. Sincerely, Shawna Tubbs Purchasing Manager Page 2 of 16 l -~1 MANDATORY PRE-BID CONFERENCE A Mandatorv Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for JANITORIAL SERVICE FOR THE WATER SERVICE CENTER BUILDING will beheld at the Water Service Center which is located at 111 H. O. Mills Road, Port Arthur, Texas on January,l5, 2009 at 2:00 P.M. The purpose of the Mandatory Pre-Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. Bids received from firms orindividuals not listed on the roll of attendees of the Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder Page 3 of 16 CITY OF PORT ARTHUR BID INFORMATION SHEET DEPARTMENT: UTILITY OPERATIONS BID OPENING DATE: 21-Jan-09 DESCRIPTION: JANITORIAL SERVICE WATER SERVICE CENTER 1st PUBLICATION: N/A 2nd PUBLICATION: NIA NUMBER OF BID PACKETS MAILED/E-MAILED OR INQUIRED: 17 NUMBER OF BID PACKETSIPROPOSALS RECEIVED:2 DATE: !! IZZ/U~ PURCHASING Shawna Tubbs CITY OF PORT ARTHUR GENERAL INFORMATION: NOTE: It is extremely important that the. Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. The intent of this INVITATION TO BID (ITB) is to provide bidders with sufficient information to prepaze SEALED BIDS IN DUPLICATE for famishing: JANTTORIAL SERVICE FOR WATER SERVICE CENTER Bids must be in a sealed envelope addressed to the City Secretary, City of Port Arthur, P.O. Box 1089, Port Arthur, Texas 77641. Bids shall be received no later than 3:00 P. M. January 21, 2009. Bid proposal MUST BE SIGNED BY BIDDER. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. Bids cannot be altered or amended after submission deadline. Any interlineafions, alteration, or erasure made before opening time must be initialed by the signer of the bid, guazanteeing authenticity. The City reserves the right to: 1. Reject any and all bids and to make no awazd if it deems such action to be in Its best intere§t. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price. The awazd shall be made to the responsible vendor(s) whose bid i determined to be lowest offer, taking into consideration the relative importance of price, conformance to specifications and capability and experience of the contractor. Page 4 of 16 TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this TTB, the terms "Bid" and Proposal" shall be equivalent. Bidders aze cautioned to read the information contained in this TTB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this wntract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: - 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. _ 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an awazd. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. -The City Council shall not awazd a contract to a company that is in arreazs in its obligations to the City. E 7. No paymerits shall be made to any person of public moneys under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. Addenda will be mailed to all who are known to have received a copy of the ITB. Offeror's shall acknowledge receipt of all addenda. PRINCIPAL PLACE OF BUSINESS: The official business address (office location and office . personnel) shall be a Port Arthur address, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business ownei (s) shall be in Port Arthur or suck other definition or interpretation as is provided by state law. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appeaz on all itemized invorc. ~s. Page 5 of 16 INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Operations., P. O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment. will be made upon receipt of the original invoice and the the goods or services by the City of Port Arthur. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Federal Excise Tax; therefore the proposal shall not include Sales Tax. Utility of Tax and VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local I governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of other officer, employee or agent of the City who exercises any functions or re connection with the planning and carrying out of the program, shall have any pi interest, direct or indirect, in this Contract; and, the Contractor shall take apps assure compliance. DELINQUENT PAYMENTS.. DUE CITY: The City of .Port Arthur Code prohibits the City from granting any license, privilege or paying money to delinquent taxes, paving assessments or anymoney to the City until such debts satisfactory arrangements for payment has been made. Bidders must comple AFFIDAVIT included as part of this ITB. CONTRACT: The following will comprise the contract between the City and the bidder: 1. Agreement 2. Advertisement for Bids 3. Addenda 4. General Information 5. Specifications 6. -.Bid 7. Notice of Awazd 8. Notice to Proceed City, and no nsibilities in. nal financial fate steps to F Ordinances y-one owmg paid or until and sign -the QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed. that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantifies less than the estimated amount. A(1 bids will remain in effect for one year. Page 6 of 16 No person has the authority to verbally alter these specifications. Any interpretarions, corrections or changes to this ITB and specifications will be made in writing by the Purchasing Division of the City of Port Arthur and sent to each person having a bid package. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port i ur, Texas 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW:_ Each provisron and clause required by law to be inserted into the Contract.shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any suchprovision is not inserted or is not correctly inserted the Contractlshall be amended to make such insertion on application by either party CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work. and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the appazent omission from it of a detailed description concerning any point shall be regarded as meaning that only i e best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the sway of capability, performance, construction, and otherdetails, its use is not intended to deprive the City of Port Arthur the option of selecting goods which maybe considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained'verbally, the vendor is specifically advised that the written bid proposal will prevail in the det ~ 'nation of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the ground or national origin, be excluded from- participation in, be denied the benefits of, or discrimination under any program or activity receiving Federal financial assistan< Questions concerning this ITB or additional information shoo Qureshi at (409) 983-8555. Page 7 of 16 of race, color, e subjected to ~ -~ TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail timely and proper manner his obligations under this contract, or if the Contractor shi any of the covenants,. agreements or stipulations of this contract, the City shall there the right to temunate this contract by giving written notice to the Contractor of such and specifying-the effective date thereof, at least fifteen (15) days before the effecti~ such termination. Notwithstanding the above, the Contractor shall not be relieved o the City for damages sustained by the City by virtue of any breach of the contract b~ Contractor, and the City may withhold any payments to the Contractor for the putp< until such time as the exact amount of damages due the City from the Contractor is TERMINATION FOR CONVENIENCE: The City may terminate this contra giving at least thirty (30) days nofice in writing to the Contractor. If the Contract is by the City as provided herein, the Contractorwill be paid for the service that it has up to the temunation date. If this contract is terminated due to fault of the Contract previous paragraph hereof relative to termination shall apply. EXPERIENCE & CAPABILITY: Bidder shall include the following the experience and capability factors of the company: 1. Number of years in operation. 2. Largest project currently in effect with a business. 3. Number of employees currently employed, their job titles, and their job ~ 4. Equipment currently owned or leased by your company. 5. Be otherwise qualified and eligible to receive an awazd. 6. Other companies that you contracted with. 7. If a company wants to receive the award for more than one group, the a that it has the equipment and employees to handle more than one group. fulfill in a violate on have rmination date of iability to he of set-off ternuned. at any time xn-inated erformed ,the > describe show RELEASES AND RECEIPTS. The City of Port Arthur before making payments,lmay require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK. The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work perfo ed until completion and final acceptance by the City. SUB-CONTRACTS. The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he :as received from the City of Port Arthur written approval of such agreement Page 8 of 16 INSURANCE: All insurance must be written by an insurer licensed to conduct bnsiriess in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own ~ xpense, purchase, maintain and keep in force insurance that will protect against injury and/or, damages which may arise out of or result from operations under this contract, whether the opei ations be by himself or by any subcontractor or by anyone duectly or indirectly employed by any of them, or by anyone for whose acts any of them maybe liable, of the following types and 1units 1. Commercial General Liability occurrence type insurance City of Port~Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury $500,000 single limit per occurrence or $500,000 ea ~h person/$SOO,000pev occurrence for contracts of $100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or $500,000 each person /$1,000,000 per occurrence for contracts in excess of $100,000; and, b. Property.Damage $100,000 per occurrence regazdless of contract amount; and, c. Minimum aggregate policy yeaz limit of $1,000,000 for contracts i f $100,000 or less; or, Minimum aggregate policy yeaz limit of $2,000;000 for contracts in excess of $100,000. 2. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of $500,000. per occurrence, for l odily injury and property damage. b. If individual limits aze provided, minimum limits are $300,000 per person, $500,000 per occuaence for bodily injury and $100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner ~ None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of th~ s Contract. Page 9 of 16 1 CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. . Page 10 of 16 CITY OF PORT ARTHUR, TEXAS WATER DEPARTMENT SERVICE CENTER SPECIFICATIONS FOR: Janitorial Cleaning Services for a Twelve-Month Period Water Utilities Service Center 111 H.O. Mills Road. Port Arthur, Texas 77640 All janitorial services, except those otherwise specified, must be performed only during the following work hours (9:00 AM - 4:00 PM) three times per week. The work must be performed on Mondays, Wednesdays, and Fridays. Any departure from this schedule due to holidays, weather or any special circumstances will only be made by agreement between the bidder and Utility Operations Department. Therefore, billing for services rendered must be based on the total number of wmpleted services all cleaning materials, machinery, can liners and employees necessary to perform the duties involved. Personal items such as hand soap, bathroom tissue and dispenser towels for drying hands will be provided by the City of Port Arthur's Water Department. CUSTODIAN COMPLAINTS & SERVICE REPORTS Custodian Complaints & Service Reports and complaints from City Employees will be turned into the Utility Operations Supervisor. The Janitorial Service Contractor shall pick up the request and take coaecfive action immediately. TERM OF CONTRACT The contract will be for one year. The City of Port Arthur has the right to extend the contract two additional one-yeaz periods. Page 11 of 16 SPECIFICATIONS FOR JANITORIAL SERVICES WATER UTILTTIES SERVICE CENTER (continued) SERVICES PERFORMED ONLY AT THE BEGINNING OF THE MAINTENANCE CONTRACT Strip, seal, and wax tle floors of the wazehouse and temporary office building (includes individual offices, hallway, kitchen, restrooms, shower azea, locker room, wazehouse office, assembly room, foreman's room). SERVICES PERFORMED ONCE PER MONTH Buff tle floors of the warehouse and office buildings with high speed buffer: (Includes area listed above) Wash outside surface of windows of both wazehouse and office buildings. F SERVICES TO BE PERFORMED PER GENERAL MAINTENANCE VISIT Sweep and mop the floors of the warehouse and office buildings (azeas listed above). Clean restrooms (toilets, urinals, sinks, mirrors, soap dishes) Vacuum and clean carpets in offices where carpeting has been installed. Clean doors inside glass (non=window), thresholds, walls, inside surfaces of windows, water fountains and ashtrays when needed. Dust and clean table tops, window sills, and cabinets verbally specified by this department. Table tops aze to be polished once a week. Cleaz outside doorways of dirt, spider webs, and other debris. Wash and clean all floor mats. Empty office wastebaskets and all other trash containers in wazehouse and office buildings. Replace can liners in all wastebaskets and trash containers. Dispose of all trash into outside dumpster. Page 12 of 16 CITY OF PORT ARTHLR BID PROPOSAL RATE: January 21.2009 Bid Proposal For: JAoiITORIAL S.E.RVICE FOIL WATER SERVICE CENTER The undersigned Robert L. Bodin ,doing busyness in the CitylTown o£ N P d~ and , subznits herewith, in conformity with the General Instntctions, Conditions, and Specifications for the Following Bid: OUTLINE OF BID DAT QUA,PI UOM AESCRIPTION UNIT TOTAL COST COST 12 MTHS JANITORIAL SERVICE 7, 0 2 0. 0 0 WATER SERVICE CTR $ S 8 5.0 0 $ WORK WILL BEGIN same DAXS AFTER AWARD OF CONTRACT. Receipt of addendats acknowledged: No. 1 Dated O 1/ 15 / 0 9 Received O 1/ 14 / 0 9 Southeast Texas Building Service- 3304 Spurlock Road COMPANY NAME STREET ADDRESS ~~~ G..- SIGNATURE OF BIDDER - -- p.0. Box 1562 PO. BOX ._ _ .- _ Robert L. Badin (PRINT OR TYPE NAME) President/Owner TITLE Nederland, TX 77627 CITY STATE .ZIP (409) 722-4900 AREA CODT: TELEPHONE NO. Page 13 of 16 BID OPENING DATE: January 21.2009 CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders aze requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY .Southeast Texas Building Service, Inc. ADDRESS P.O. Box 1562 CITY/STATE/ZIP Nederland, Texas 77627 SEND PURCHASE ORDER TO: COMPANY ;----L----~- TPXa~ Building Service, Inc. ADDRESS P.O. Box 1562 CITY/STATE/ZIP Nederland, Texas 77627 TAX IDENTIFICATION NUMBER 7e ~6Ra67S Page 14 of 16 AFFIDAVIT All pages in the offeror's bid proposal containing statements, letters, etc. shall be signed by a duly authorized officer of the company, whose signature is binding on the bid proposal. The undersigned offers and agrees to one of the following: xx I hereby certify that I do not have outstanding debts with the City of Port Arthur. Further, I agree to pay succeeding debts as they become due during this agreement. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the.payment of said debts. I further agree to pay succeeding debts as they become due. NAME OF OFFEROR: R t,Prr t Bodin TITLE President/Owner ADDRESS P.O. Box 1562 CITY/STATE/ZIP Nederland. TX 77627 TELEPHONE NUMBER (409) 722-4900. SIGNATURE.. ,!?._.;~ r{~` _ STATE Texas COUNTY Jefferson SUBSCRIBED AND SWORN to before me by the above named Rnhc rr i. _ Rnd; n on this the 14th day of January , 2009 Notary ubli RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL ~9AA9AAtrAtrAAAAAAtrtrAAAAAAAAAAAA94AAAA!n- S ,aPPrc~m,;TARYN J. COLLIGAN; g _°• n'=_ Notary Public a . Page 15 of 16 tl =~=~;*= STATE OF TEXAS o'- :~>°. My Commission ; ~ •"'9j„,~•• Expires 05106/2D12 VP46PPPtl6tlV8PGPtltlptlPtltltlBtlPPPtltltlSPP4tl~lG EXHIBIT "C" (City of Port Arthur) (Law Department) {Required Form) (7/8/88) (10/5/89) (3/15/90) (4-8-44) (p.2 Revised 9/18/90) .CERTIFICATE OF STANDARD FORM CONTRACT FOR LAW DEPARTMENT REVIEW AND CITY COUNCIL AGENDA i certify that the contract (hereinafter called "said contract") affixed to the attached Proposed City Council Resolution No 19082 is an exact duptieate of an appticab(e standard form contract (the title of which is shown below) previously approved by the Law department and adopted as a standard form by City Council Resolution, except for the blanks that have been filled in with all necessary information and except for the changes described below. The title of the applicable .standard form contract is: { ] FecieralkYfunded Cor+sttacttorr Contract, Revised 818188; 7/89, 8189; 4128/94 (] Nort-Federatiy Funded Eomtructiort Contrail, Revised 1 /5/88, 7189, 8189; 4/28/94 [ ] Federat -Professional Services -EntineeringContract, Revised 1/5188, 3184 (§10) 7/89!(§8}; 10/89; 2/91 (§8) [ ] Non-Federal -Professional Services -Engineering. Contract, Revised 1 /5/88, 5/89(§10), 7/89(§8), 10/89; 2/91(§8) - [ ] CDBG -Professional Services -Engineering Contract, Revised 3 /5/88, 5/89 (§10), 7/89(§8), 10/89; 2/91 f~) [] Federal- Professionai Services- Non-Engineering (Consultant) Contract, Revised 1 /5/88, 5/89 (§30), 7/89 (§8); 10/89; 2/91 (§8) [ ] Non-Federal -Professional Services - Non-Engineering (Consultant) Contract, Revised 1 /5/88, 5/89 (§30), 7/89 (§8); 10/89; 2/91 (§8) [ ] CDBG -Professional services - Non-Engineering (Consultant) Contract, Revised 3/5!88, 5/89 (§30), 7189 (§8); f0l89; 2!93 {§8) (X] (3tlrer Standard Form £ontract, described as feNows: Janitorial Services Contrail The changes are as follows: (Put an "X" in the appropriate [ ]) [X] None. [ ] The following described provisions at the indicated page, section, etc. of the standard form have. been deleted from said contract: Page 1 of 3 (p.2•Revised 9/18/90) (Certificate of Standard Form Contrail, page 2) DELETIONS Page Number Section or Paragraph No. Subsection or Where and Caption Subparagraph No. Deleted Provision Which and Caption Is Contains Provision Which Contains Provision Found On Standard Form Deleted From Form Deleted From Form None. Description of Provision Deleted [ j The following described provisions at the indicated page, section, etc. of the standard form have been altered, modified, replaced or otherwise changed: ALTERATIONS, MODIFICATIONS, REPLACEMENTS, ETC. Page No. Where Provision Found on Standard Form No Changes. § or 4 No. & Caption of Standard Form which Contains Provision Sub § or Sub fl No. ft Caption of Standard Form which Contains Provision Page 2 of 3 Page § Fc caption ' sub § 8 caption, etc. of said contract Description which contains altered, of etc. provision; 8 Provision Description of Alteration in etc. Standard Form p.3 Revised 9/18/90) (Certificate of Standard Form Contract, page 3) [ ] The following provisions have been added to Said Contract: . Page,-Section and Caption Subsection and Caption,. etc. of Said Contract Which Contains the Added Provision and Description Thereof No additions I further certify that said attached proposed City Council Resolution contains the following provision: 'That said contrail is an exact duplicate of a City Standard Form Contrail except for the changes described in the Certificate of Standard Form Contrail, a copy of which is attached hereto as F~ibit "A" and is hereby incorporated by reference, and said changes are hereby approved." I understand that this certificate will be relied on by the Law Department in reviewing and approving (or rejecting) as to form and by the City Council in reviewing and adopting (or rejecting) said Resolution and Contrail. Signed this ~~ day of ~ ua ~ , 2009. (~b~ C Department Head Page 3 of 3