Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 23798: CONTRACT FOR JANITORIAL SERVICES WITH AGAPE CLEANING ENTERPRISES, INC, CITY HALL AND CITY HALL ANNEX
0 „rt rtlt� Te x a s www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: June 7, 2024 To: The Honorable Mayor and City Council Through: Ronald Burton, CPM, City Manager 9, .71 From: Flozelle Roberts, EIT, MEng, MBA, CPM, Director of Public Works RE: P.R. No. 23798—Authorizing the Contract for Janitorial Services wit Agape Cleaning Enterprises, Inc. for the Cleaning of City Hall and City Hall Annex Introduction: Proposed Resolution No. 23798 seeks City Council's approval for the City Manager to enter into a contract with Agape Cleaning Enterprises, Inc. of Houston, Texas, for janitorial services at City Hall and City Hall Annex (Annex) for a projected budgetary impact of$59,085.84. Background: The City advertised for janitorial services at City Hall and the City Hall Annex(Annex)on April 6,2024,and April 13,2024.Nine(9)bids were received in response to the advertisement.Agape Cleaning Enterprises, Inc. of Houston, Texas, was the lowest responsible bidder with an annual cost of$59,085.84.The City has the option to renew the contract for two(2)additional 12-month periods. Budget Impact: Funding is available in the Facilities Maintenance Building Maintenance Account—001-21-059- 5312-00-70-000. $14,771.46 will be encumbered in fiscal year 2024, with $44,314.38 to be encumbered in fiscal year 2025. "Remember,we are here to serve the Citizens of Port Arthur" 444 4th Street X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 Recommendation: It is recommended that the City Council authorizes the contract for janitorial services at City Hall and the Annex with Agape Cleaning Enterprises, Inc. of Houston, Texas, for a projected budgetary impact of$59,085.84. "Remember,we are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743 P.R.23798 06/07/2024 FCR Page 1 of 3 RESOLUTION NO. A RESOLUTION AWARDING THE CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND AGAPE CLEANING ENTERPRISES,INC.OF HOUSTON,TEXAS,FOR JANITORIAL SERVICES FOR CITY HALL AND THE CITY HALL ANNEX WITH A PROJECTED BUDGETARY IMPACT OF $59,085.84. FUNDING IS AVAILABLE IN THE FACILITIES MAINTENANCE BUILDING MAINTENANCE ACCOUNT,001- 21-059-5312-00-70-000. WHEREAS, the City advertised for proposals for janitorial services in City Hall and City Hall Annex on April 6, 2024, and April 13, 2024 (see Exhibit A); and, WHEREAS, the Purchasing Division received nine (9) proposals on April 24, 2024, in response to the advertisement(see Exhibit B),and Agape Cleaning Enterprises,Inc.was determined to be the most responsive; and, WHEREAS, staff recommends that the City enter into a one-year contract with Agape Cleaning Enterprises,Inc.of Houston,Texas,with the option to renew for two(2)additional one(1) year periods, each with a budgetary impact of$59,085.84; now,therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the facts and opinions in the preamble are true and correct; and, THAT, the City Council of the City of Port Arthur hereby authorizes and directs the City Manager to execute on behalf of the City a one-year contract with the option to renew for two (2) additional one-year periods with Agape Cleaning Enterprises, Inc. of Houston,Texas, (attached as Exhibit C) for the annual cleaning of City Hall and the City Hall Annex with an annual projected budgetary impact of$59,085.84; and, • P. R.23798 06/07/2024 FCR Page 2 of 3 THAT, funding is available in the Facilities Maintenance Building Maintenance account 001-21-059-5312-00-70-000; and, THAT, a copy of the caption of this Resolution shall be spread upon the Minutes of the Council. READ, ADOPTED,AND APPROVED,this day of ,2024 AD, at a regular meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor: Councilmembers: NOES: Thurman Bill Bartie Mayor ATTEST: Sherri Bellard, TRMC City Secretary APPROVED AS TO FORM: J s M. Black, Esq. Int rim City Attorney P. R.23798 06/07/2024 FCR Page 3 of 3 APPROVED FOR ADMINISTRATION: Ronald Burton, CP City Manager A-(__ 144P ozelle :. Robe :, E T, MEng, MBA, CPM Direc •r o Publi• Wo s APPROVED AS TO THE AVAILABILITY OF FUNDS: Clifton E. Williams, Jr., CPPB Purchasing Manager 6//44711 Liter 11=ti (ri Lynda Boswell ICMA-C1 M Director of Finance P. R. 23798 Exhibit A CITY OF PORT ARTHUR Request for Bids Janitorial Services for City Hall & Annex April 6, 2024 April 13, 2024 PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS INVITATION FOR BIDS DTICE IS HEREBY GIVEN THAT seated Bids,addressed to the City of PortArthur.will be received the Office of the City Secretary, City Hall 444 4th Street or P.O. Box 1089, Port Arthur, Texas• '641 no later than 3:00 P. M., Wednesday,April 24, 2024.Applicant names will be read aloud :ginning at 3:15 P.M.,Wednesday,April 24,2024 on this date in the City Council Chambers,City all,5th Floor for certain services briefly described as: JANITORIAL SERVICES FOR CITY HALL&ANNEX ds received after the deadline stated above,regardless of method of delivery,will not be considered id returned unopened. spies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 tt Street,City of Port Arthur,and are open for public inspection without charge.They can also be trieved from the from the City's website at www.portarthurtx.govlbids.aspx www.publicpurchase, • ON MANDATORY PRE-BID MEETING IS SCHEDULED FOR TUESDAY, APRIL 16, 2024 AT ):00 A.M.AT CITY HALL LOCATED AT 444 4TH STREET,PORT ARTHUR, =XAS le City of Port Arthur reserves the right to reject any and all bids and to waive informalities. ar Chapter 2 Article VI Sec. 2-262(C)of the City's Code of Ordinance,the City Council shall not PUBLIC NOTICE yard a contract to a company that is in arrears in its obligations to the City. fY OF PORT ARTHUR,TEXAS INVITATION FOR BIDS fix sealed Bids,addressed to the City of PortArthur,will be received difton V ittiams purchasing Manager City Hall 444 4th Street or P.O. Box 1089, Port Arthur, Texas dnesday,April 24, 2024.eegiwrng at 3:15 P.M.,Wednesday,April 24,2024 en this Applicant date Council City Coun llChambers,l be read aloud City Hall,5th Floor for certain services briefly described as: JANITORIAL SERVICES FOR CITY HALL&ANNEX Bids received after the deadline stated above,regardless of method of delivery,will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 4th Street.City of Port Arthur,and are open for public inspection without charge.They can also be retrieved from the from the City's website at www.portarthurtx.gov/bids.aspx www.publicpurchase. com NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR TUESDAY, APRIL 16, 2024 AT 10:00 A.M.AT CITY HALL LOCATED AT 444 4TH STREET, PORT ARTHUR, TEXAS The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C)of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. Clifton*hams Purchasing Manager P. R. 23798 Exhibit B 15 / Z \ '( \ I , / / 2 $ $ / .\ § I. 2 - _ / , '' $ ( k. -en \ \ r- % $ / q 4.I o'/ ." / C..) « 4 k 2 / $ kr $ h ^ J f z c (N Q / 7 ƒ ' \ / ƒ k = CO li ° 7. £ % C. 6 \ - ri $ \ f ƒ r ± 2 l CO § k 'L., 7 Z Id ƒ ƒ / § § CA \ $ $ % ri eV = \ \ 2 - bt c o c / ' w w R { / k § ( �\ 2 S C k W 7 / / 0) To 0 1— as p c a) m Q C.; Ifil) ] Irli' 411111111k ' . L am` �p V^ s.0 V'i NI 'iC 1 ti 6> S A. CA Q 4. C.) q 7 = o r (0 e ,r, kn o . cC.) C.:11iN;: 10 E f c C ,n N _ ' = S 7 N s v Z S. a L .: c -c V1 O kr, C kf'i (6 cC �+ zo a.,• V C a ao :^. =O O Z' U _cu L c� J CA C� J •is z C CD If, CD . •� V OC V h Vi N 2 G ,_ Q :J �A _ .^.L C c s L s o v � at o kr, v, o ;> O` h N `p M Q �G I o � r Q sf ii i s = CITY OF PORT ARTHUR TEXAS Bid Tabulation Request for Proposals Janitorial Service for City Hall & Annex Building Opening: April 24,2024 Bid Location: City Hall,5th floor Council Chamber P24-034 Firm Name Location Diamond Shine Building Service Port Arthur,TX Sam&Tash,Inc. Nederland,TX Agape Cleaning Enterprises, Inc. Houston,TX AHC Services,LLC Beaumont,TX Multi-Essentials Cleaning Services Beaumont,TX Southeast Building Services, Inc. Nederland, TX WCD Enterprises, LLC. Fort Worth,TX Leah Blessed Hands Orange,TX Leader's of Monumental Services,LLC. Port Arthur,TX Yolanda &Sc ion-Gor demx 4/2q/2024 Yolanda Scypion-Goudeaux,Purchasing Assistant Date P. R. 23798 Exhibit C CONTRACT FOR THE JANITORIAL SERVICES FOR CITY HALL AND THE CITY HALL ANNEX THIS AGREEMENT,made this day of , 2024, 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 Agape Cleaning Enterprises, Inc. hereinafter called "CONTRACTOR" WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be one year from the start date on the Notice to Proceed, with an option to renew for two (2) additional one-year periods. The City can terminate this contract at its convenience, which includes, but is not limited to, funding not being available in any budget cycle with thirty(30) days written notice. 2. The Contractor will perform work as stated in the Contract Documents. 3. During the term of this Contract,the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for the sum of $59,085.84. 5. The term "Contract Documents" means and includes the following: a) Agreement b) Addenda c) General Information d) Specifications e) Bid f) Bid Bond g) Notice to Proceed 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. A- 1 7. 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 above written. Signed on the day of 2024 ATTEST CITY OF PORT ARTHUR BY CITY SECRETARY CITY MANAGER Signed on the day of 2024 ATTEST CONTRACTOR BY CITY SECRETARY Agape Cleaning Enterprises Houston, Texas Print Name: Title: A- 2 THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM TIFFANY L.HAMILTON EVERFIELD CITY MANAGER MAYOR PRO TEM City of COUNCIL MEMBERS: SHERRI BELLARD,TRMC WILLIE BAE LEWIS,JR. CITY SECRETARY DONEANE BECKCOM n r t r t h t[r HAROLD L.DOUCET,SR JAMES M.BLACK THOMAS KINLAW,III Texas INTERIM CITY ATTORNEY DONALD FRANK,SR. APRIL 10, 2024 REQUEST FOR PROPOSAL JANITORIAL SERVICE FOR CITY HALL &ANNEX DEADLINE: Sealed Proposal submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, April 24, 2024 (The clock located in the City Secretary's office will be the official time.) All proposals received will be read aloud at 3:15 p.m. on Wednesday, April 24 2024 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P24-034 DELIVERY ADDRESS: Please submit one (1) original and three (3) exact duplicate copies of your RFP & USB to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Request for Proposal or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams P.O. Box 1089 Port Arthur, TX 77641 clifton.williams(a,portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 1089 1 444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 r The enclosed Invitation to Proposal (RFP) and accompanying General Instructions, Conditions and Specifications are for your convenience in submitting proposals for the enclosed referenced services for the City of Port Arthur. Proposals must be signed by a person having authority to bind the firm in a contract. Proposals shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL PROPOSALS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed RFP submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted RFP submittals will not be accepted. Clifton Williams Purchasing Manager Page 2 of 24 REQUEST FOR PROPOSAL JANITORIAL SERVICE FOR CITY HALL & ANNEX (To be Completed ONLY IF YOU DO NOT PROPOSAL) FAILURE TO RESPOND TO PROPOSAL SOLICITATIONS FOR TWO (2) PROPOSAL PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a proposal, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed proposal would be appreciated. NO PROPOSAL is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the proposal list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 24 SUBMIT THE FOLLOWING IN ADDITION TO PROPOSAL INFORMATION A. COST SHEETS-PAGE 13 B. NON-COLLUSION AFFIDAVIT-PAGE 14 (MUST BE NOTARIZED) C. AFFIDAVIT-PAGE 15 (MUST BE NOTARIZED) D. CONFLICT OF INTEREST-(IF NO CONFLICT WRITE N/A OR NOT APPLICABLE ON LINE 1 AND SIGN& DATE ON LINE 7- PAGE 16 E. CHAPTER 2252 CERTIFICATION-PAGE 18 F. HOUSE BILL 89 VERIFICATION-PAGE 19 Page 4 of 24 NON MANDATORY PRE-BID CONFERENCE A Non Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Janitorial Services for City Hall & Annex will be held at the City Hall located at 444 4th Street, Port Arthur TX on Tuesday, April 16, 2024 at 10:00 a.m. The purpose of the Non 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 construction. 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. Page 5 of 24 City of Port Arthur Request for Proposals Janitorial Service for City Hall OBJECTIVE: The intent of this Request for Proposal (RFP) is to obtain the services of a qualified contractor to perform Janitorial Services for City Hall & Annex. The contractor must perform Janitorial Services as specified in this RFP. SCOPE OF SERVICE: To set forth the requirements and conditions for performing Janitorial/Cleaning services for locations listed below. The bidder shall perform the required services in all areas and shall be qualified to furnish a complete and efficient custodial service, including all labor, supervision, cleaning materials and equipment. The successful bidder(s) shall be prepared to perform each task as stated according to the work schedule. Janitorial Services shall be provided(5)nights weekly, Monday through Friday.ALL regular scheduled NIGHT cleaning listed below MUST be done during the hours of 5:00 p.m. - 8:00 p.m., Monday through Friday. All areas determined to be security areas shall be cleaned upon request by the facility administrator and may require the presence of a representative of the agency. CONTRACT PERIOD: The term of this contract shall be for one(1)year. This contract may be renewed for up to two (2) additional 12—month periods. AREAS TO BE CLEANED: City Hall Building's Basement, First, Second, Third, Fourth Floors. City Hall Annex's First and Second Floors. All Stairwells and Restrooms(men and women). All conference Rooms, Break rooms and nooks. SQUARE FOOTAGE: The area to be cleaned is approximately 45,000 square feet of floor space, consisting of various types of flooring,wall, and door and window material. EMPLOYEES: One (1) Supervisor must be on the job a minimum of twice a week, and an English-speaking representative must be on site while janitorial staff is working. The supervisor's and employees' names and telephone number and supervisor's pager number/cell phone, if applicable, must be submitted before the contract begins. Contractor shall supply sufficient employees to maintain the buildings as required in these specifications. Personnel performing work under this contract shall be direct employees of the Contractor. The Contractor must ensure that all personnel assigned to this work site have at least one year's experience in the janitorial services industry, either with the contractor or another janitorial company. Should the maintenance of the building deteriorate, the Contractor will be notified, in writing, and steps shall be taken by the Contractor to correct all problems. If the situation has not improved after a reasonable length of time, the Contractor shall be in violation of the contract and appropriate action shall be taken to rescind the contract. The City of Port Arthur shall have the right to require the dismissal from the premises covered by the contract any employee(s) whose conduct is improper, inappropriate, or offensive as determined by the City of Port Page 6 of 24 Arthur. Any employee so dismissed from working on this contract shall not be allowed to return to the premises without the written consent of the City. Personnel not employed by the Contractor (including minors not employed by the contractor) shall not be permitted on the work premises. INSPECTIONS: The quality of the janitorial services performed under this contract shall be observed. Unscheduled job-site inspections will be performed by the City Representative. Any deficiencies or unsatisfactory performance shall be noted, and corrective action by the Contractor will be required. Continued failure to abide by the City's specifications will be grounds for termination of the contract. A minimum of one (1) monthly daylight inspections will be made by the City Representative and Contractor's representative. CUSTODIAN COMPLAINTS& SERVICE REPORTS: Custodian Complaints & Service Reports, from different departments which experience cleaning problems, will be turned into the Purchasing Office and will in turn be faxed to the Contractor. A notice will also be placed in Contractor's box in the Public Works Office. Janitorial service shall pick up request and take corrective action immediately when possible or schedule such corrective action. REFERENCES/EXPERIENCE: Each Bidder shall submit a list, with their bid, of three (3) commercial references for their performance of similar janitorial services. Preferred references are those of similar size and scope of work performed within the past twelve months. Please include name, address, telephone number of business along with the name and title of the person to contact. Bidder shall have a minimum of five (5) years of documented janitorial service experience. The Contractor is responsible for instructing his/her employees on appropriate safety measures, including but not limited to safe use of all chemicals, materials and supplies used to perform these services. Walkways and halls shall be kept free of unattended mops, brooms, machines and other tools. "Wet floor" signs shall be displayed in areas being wet or damp mopped. Signs shall be removed and stored after floors have dried. The contractor shall accompany a Designated City Employee on a tour throughout the areas to receive this janitorial service to establish and mutually agree upon the condition of surfaces, fixtures, furnishings and other City and personal property before starting work on this contract. Surfaces, fixtures or furnishings subsequently damaged by the contractor's employees shall be replaced or repaired to original condition, at no cost to the city. The contractor shall obtain and maintain in effect throughout the duration of this contact, all insurance required by the City of Port Arthur SUPPLIES FURNISHED BY CONTRACTOR: Contractor shall furnish all materials and equipment including, but not limited to, cleaners, bowl cleaner, dust mops, damp mops, brooms, buffer, vacuum cleaners, cloths, furnish polish and anything else pertaining to cleaning as well as white plastic liners for trash wastebasket containers. PRODUCT RESTRICTIONS: ENDUST is not to be used at any time for any reason in the City Hall or City Hall Annex buildings—NO EXCEPTIONS. No harsh cleaners shall be used on wallpaper or vinyl walls. Do not use furniture polish on any metal surface. PRODUCT REQUIREMENTS: Page 7 of 24 Johnson's Over and Under(or equal) Johnson's Step Ahead(or equal) All States Chemical's Lemon Glo Furniture Polish (or equal) Liquid Gold (or equal) Franklin's Spray Buff(or equal) Franklin's Disappear(or equal) NOTE: THE BURDEN OF PROOF PERTAINING TO EQUAL PRODUCT QUALITY OF REQUESTED MATERIALS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. The following definitions of terms shall be used in evaluating Janitorial services: Dusting - A properly dusted surface shall be free of all dirt and dust, dust streaks, lint, and cobwebs. Dusting shall be completed before vacuuming, sweeping/dust mopping. Sweeping/dust mopping-A properly swept or dust mopped floor shall be free of all dirt, grit, lint and debris. Vacuuming-A properly vacuumed carpet or floor shall be free of all dirt, dust, grit, lint and debris. All spots or stains shall be removed by the spot cleaning methods. The machine used to vacuum shall have adequate suction to lift dirt, grit and debris from the base of the carpet nap (3.5.amps or greater). All stains shall be removed immediately with an approved carpet cleaning solution in such a manner as to not leave rings or discoloration. Wet mopping-A properly wet mopped floor shall be free of all dirt, dust, grit, and debris. Fresh water,to which odorless detergent or cleaning agent has been added, shall be used with a sponge-type mop to removes all dirt and marks. Most of the water shall be squeezed from the mop prior to its application to the floor surface, to prevent free-flowing water from being applied to the floor. Damp mopping - A properly damp mopped floor shall be free of all dirt, dust, grit, marks and debris. Fresh water, to which an odorless detergent or cleaning agent has been added, shall be used with a sponge-type mop to remove all dirt and marks. Most water shall be squeezed from the mop prior to its application to the floor surface, to prevent free-flowing water from being applied to the floor. Glass cleaning- A properly cleaned glass/mirror surface shall be free of streaks dust film, deposits, debris, and stains shall have a uniformly bright appearance. All adjacent surfaces shall be wiped clean. Glass windows, doors and walls shall be cleaned on both sides. Plumbing- fixture, restroom stall, wall, floor cleaning- these restroom surface, when properly cleaned, shall be free of all deposits, stains, streaks, film, odor, debris, and germs. Page 8 of 24 CONTRACTOR SHALL PERFORM THE FOLLOWING SPECIFIC ITEMS OF WORK UNDER THIS CONTRACT:(City Representative may request additional cleaning if needed) DAILY SERVICES—FIVE(5) TIMES PER WEEK(MONDAY THROUGH FRIDA Y): Do not move any furniture or items other chairs and trash cans. All floor surfaces will be swept. All floors will be cleaned by damp CLEAN mop and rinsing with a disinfecting cleaner. All scuff marks will be cleaned. *All Trash receptacles will be emptied, disinfected and lined. Provide/replace trash can liners as required Trash can liners shall be replaced weekly at a minimum, or when they become stained, soiled, or torn. Dispose of trash in outside dumpster provided by the city. Clean all furniture to include desks, tables, chairs, file cabinets, bookshelves and telephones, taking care not to disturb papers left on desks. All glass doors and glass panels will be cleaned to remove smudges and fingerprints. Mats and runners will be thoroughly vacuumed and kept clean. *Sweep all stairs and landings. Mopped on a weekly basis. Any tiled landings to be cleaned in the same manner as tile floors. Clean and dry polish all glass doors and or glass partitions. Vacuum all carpeted areas floor surfaces, remove spots as needed with the approved spot cleaners. Clean countertops and sinks. The only glass that needs to be cleaned is the glass in the lobby areas. DAILY SERVICES—RESTROOM—FIVE(5) TIMES PER WEEK(MONDAY THROUGH FRIDAY) All restroom fixtures, including sinks, toilet bowls, toilet seats and urinals, will be scoured and disinfected and kept free of scales at all times. All toilet seats will be disinfected top to bottom. All bright metal accessories, including hardware on plumbing fixtures, partitions and dispensing accessories shall be cleaned and polished. All Soap, towel, and tissue dispensers will be filled nightly. Clean all mirrors. Restroom floors will be cleaned by damp CLEAN mop and rinsing with a disinfecting cleaner. SPECIAL INSTRUCTIONS Liquid Gold or equal product must not be sprayed onto walls/doors due to safety hazard. Clean City Manager Office on Monday's only. Do not enter Legal Office to clean. Trash Cans will be left outside. Janitorial employees can't enter the IT offices without City Representative present. Page 9 of 24 Page 10 of 24 The City of Port Arthur requires comprehensive responses to every section within this RFP. Conciseness and clarity of content are emphasized and encouraged. Vague and general proposals will be considered non-responsive and will result in disqualification. To facilitate the review of the responses, Firms shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain proposers with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Failure to arrange the proposal as requested may result in the disqualification of the proposal. It is requested that proposals be limited to no more than 50 pares, excluding resumes. All pages of the proposal must be numbered and the proposal must contain an organized, paginated table of contents corresponding to the sections and pages of the proposal. EVALUATION CRITERIA: The Proposer shall provide the following information: EXPERIENCE: 1. Proposer's performance in Janitorial Service for governmental entities or other clients. Proposer should indicate the number of years of experience the firm has in performing Janitorial Service with businesses of comparable size to the City or other clients. 2. State the ears of experience for the supervisor. REFERENCES: Include three (3) business references for which similar services have been provided. Include the following: 1. The period for which you have provided this service. 2. A brief description of the scope of work. 3. Contact name, title, address, and telephone number. The Proposer hereby authorizes and requests any person, firm, corporation and/or government entity to furnish any information requested by the City in verification of the references provided and for determining the quality and timeliness of providing the services. PRICING: Submit monthly rate on Bid Sheet on Page 13. PROJECT MANAGEMENT PLAN 1. Describe your firm's capability to provide all services required. (Number of employees, Janitorial equipment, supplies, and that will be used, etc) 2. Provide a description of the firm's typical approach to maintaining City Hall and the Annex Building. (Number of crews working, how many per crew, how the crews will work the floors, etc) Page 11 of 24 SELECTION PROCESS: All applications will be screened by an evaluation committee and those applicants selected for a short list may be invited to attend an interview, at the applicant's own expense. The City shall not incur any costs for applicant preparation and/or submittal of qualifications. The City of Port Arthur will evaluate all responses based on the qualifications, past performance and project approach. The City reserves the right to negotiate the final fee prior to recommending any business for a contract. The City's process is as follows: 1. The evaluation committee shall screen and rate all of the responses that are submitted. Evaluation ratings will be on a 100-point scale and shall be based on the following criteria: a. Experience ... 20 pts b. References 25 pts c. Pricing 30 pts d. Project Management Plan 25 pts 2. City staff shall recommend the most qualified business to the City Council and request authority to enter into a contract. 3. When services and fees are agreed upon, the selected business shall be offered a contract subject to City Council approval. 4. Should negotiations be unsuccessful, the City shall enter into negotiations with the next, highest ranked business. The process shall continue until an agreement is reached with a qualified business. 5. This RFP does not commit the City to pay for any direct and/or indirect costs incurred in the preparation and presentation of a response. All finalist(s) shall pay their own costs incurred in preparing for, traveling to and attending interviews. Page 12 of 24 CITY OF PORT ARTHUR, TEXAS COST SHEET ADDENDUM#1 PROPOSAL FOR: Janitorial Services for City Hall & Annex PROPOSAL DUE DATE: April 24,2024 DESCRIPTION UOM QTY UNIT COST TOTAL COST Janitorial Service for City Hall & Annex Months I2 $ 4,923.82 $ 59,085.84 Agape Cleaning Enterprises, Inc. 6340 North Eldridge Pkwy., Suite N434 COMPANY NAME STREET ADDRESS SIGNATURE OF BIDDER P.O. BOX Richard Intrau Houston TX 77041 PRINT OR TYPE NAME CITY STATE ZIP President 832-814-8262 TITLE AREA CODE TELEPHONE NO aceincorporated©sbcglobal.net EMAIL FAX NO. Page 13 of 24 NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm proposing this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the proposal made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a proposal committed any other act of collusion related to the development and submission of this proposal. Signature: Printed Name: Richard Intrau Title: President Company: Agape Cleaning Enterprises, Inc. Date: 4/22/2024 /2/(harj ►pi' ?I (1)tJ 44fjz Cie SUBSCRIBED and sworn to before me the undersigned authority by the of, Cv, ''ok'C behalf of said bidder. ,�pRY POe GERARDO RODRIGUEZ Notary ublic in and for the :°/�` Notary ID#133829669 State of Texas • ��'7j\�tr My Commission Expires yh, ,, June 24, 2026 My commission expires: ,)(,� Zy t0e6, Page 14 of 24 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: X I hereby certify that I do not have outstanding debts with the City of Port Arthur. 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 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. Agape Cleaning Enterprises, Inc. 4/22/2024 Firm Name Date / \\\ President Authorized Signature Title Richard Intrau 832-814-8262 Name (please print) Telephone aceincorporated@sbcglobal.net Email STATE: 1 e Ka S COUNTY: \ACxr v`t S SUBSCRIBED AND SWORN to before me by the above named ;chaG(i lrt'rao on this the 25"d day of 4i, / , 20Zy . •Otv°0a GERARDO RODRIGUEZ r�♦* Notary ID#133829669 Notary ublic y N,� ,p My Commission Expires +rF7.4+ June 24, 2026 RETURN THIS AFFIDAVIT AS PART OF THE PROPOSAL Page 15 of 24 i ' CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. ,J Name of vendor who has a business relationship with local governmental entity. None riCheck this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was it omplete or inaccurate.) Name of local government officer about whom the information is being disclosed. 3 . Name of Officer LJ Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts Aand B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes n No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? n Yes No tjj Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. [61 riCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). LI ` `'��j 4/22/2024 Signature of vendor doing business with the governmental entity Date =orr-n provided by Texas Ethics Commission www.ethics.state.tx.US Revised 11/30.2015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B): (a)A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; ar (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer,or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 Page 17 of 24 SB 252 CHAPTER 2252 CERTIFICATION I, Richard Intrau ,the undersigned and representative of Agape Cleaning Enterprises, Inc. (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153,certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that hould the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. Richard Intrau Name of Company Representative(Print) Signature of Company Representative 4/22/2024 Date Page 18 of 24 House Bill 89 Verification I, Richard Intrau (Person name), the undersigned representative (hereafter referred to as "Representative") of Agape Cleaning Enterprises, Inc. (company or business name, hereafter referred to as `Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. a -- SIGN TURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this day of .7`t7 , 200 . 'MAW Notary Public ,. r.$ GERARDO RODRIGUEZ t An Notary ID#133829669 ( :.S 1,, My Commission Expires ii >V June 24, 2026 .. Page 19 of 24 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 Proposal or Proposal Specifications listed in this Proposal Package. All proposals meeting the intent of this request for proposal will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE PROPOSAL. 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. ALTERING PROPOSALS: Proposals cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the proposal, guaranteeing authenticity. PROPOSAL AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value proposal. The City reserves the right to: 1. Reject any and all proposals and to make no award if it deems such action to be in its best interest. 2. Award proposals on the lump sum or unit price basis,whichever is in the best interest of the City. 3. Reject any or all proposals and to waive informalities or defects in proposals or to accept such proposals as it shall deem to be in the best interests of the City. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this RFP, the terms "Proposal" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this RFP 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 contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. Page 20 of 24 The following are the current City Council and City Employees who are anticipated to either recommend or approve award of the proposal. 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 award. 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 award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies 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. ADDENDA: Any interpretations, corrections or changes to the RFP and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the proposal to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before the proposal closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to proposal. 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 appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Accounts Payable, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601 f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax;therefore the proposal shall not include Sales Tax. 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. Page 21 of 24 COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this RFP. 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 quantities less than the estimated amount. SHIPPING INFORMATION: All proposals are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision 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 such provision is not inserted or is not correctly inserted the Contract shall 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 apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written proposal proposal and information obtained verbally, the vendor is specifically advised that the written proposal proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall Page 22 of 24 not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30)days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may 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 performed 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 has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contractor shall, at his own expense, 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 operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. 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 each person/$500,000 per 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 regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of$500,000 per occurrence, for bodily injury and property damage. Page 23 of 24 b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence 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 this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. Page 24 of 24 ti -CITY OF PORT ARTHUR,TEXAS Q?-1A ' II `�� ADDENDUM NO. ONE (1) APRIL 20,2024 BID FOR: JANITORIAL SERVICE FOR CITY HALL & ANNEX BID #24-034 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. Clean countertops, sinks, tables in kitchen and break room areas. Clean/dust surfaces of cabinets, appliances, and chairs. Cleaning tools (sponges, brushes etc.) used in kitchen and break room areas shall be used only in this area and shall not be used in any other area. Cleaning tools for kitchen and break areas will have a different color for items to be used. 2. Contractor will clan the 5th floor excluding the Heritage Room which is near the balcony. 3. Contractor must clean the 6th floor bathroom. 4. Buffing & waxing is not required. 5. City will supply paper towels, toilet paper, and soap. 6. Hours will be from 5:00 pm to 7:00 pm. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. (7-44 efrt. GI�aGO:c r� Clittoin Williams Purchasing T u_,ager 4/22/2024 Signature of Proposer Date Agape Cleaning Enterprises, Inc. Company Vendor Name ( , 0 '' -CITY OF PORT ARTHUR,TEXAS Vrt rtlr« � ADDENDUM NO. TWO (2) APRIL 20,2024 BID FOR: JANITORIAL SERVICE FOR CITY HALL & ANNEX BID#24-034 The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. Janitorial employees do not enter the IT offices. They will leave their rash cans on the outside. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. !4 G CliftWn Williams Purchasing Manager 4/22/2024 Signature of Proposer Date Agape Cleaning Enterprises, Inc. Company Vendor Name v ,r r' • ett ble l -t itl° • :� I � rr,rfi� '� ;'r�11 � Vti1j5'ti `' Invitation to Bid City of Port Arthur Janitorial Service for City Hall & Annex P24-034 444 4th Street, 4th Floor Port Arthur, Texas 77640 By ACE i Agape Cleaning Enterprises, Inc. 6340 North Eldridge Pkwy, Suite N 434 Houston, Texas 77041 Table of Content Cover Page Page 1 Executive Summary Page 2 Key Personnel Page 3-4 Project Management Plan Page 5 Organizational Chart Page 6 Equipment& Chemicals Page 7 Cost Analysis Spreadsheet Page 8 Qualifications/ References Page 9-10 Certification of Insurance Page 11-13 Appendices Bid Sheet Page 15 Non-Collusion Affidavit Page 16 Affidavit Page 17 Conflict of Interest Page 18-19 SB 252 Chapter 2252 Certification Page 20 House Bill 89 Verification Page 21 Addendum One Page 22 Addendum Two Page 23 Agape Ceuwiwg ewterprI,ses, Iwc. •Professi.Dwal,Maiwtewawce services April 23, 2024 Port Arthur Transit Clifton Williams, Acting Purchasing Manager P.O. Box 1089 Port Arthur, Texas 77641 Re: Janitorial Services for the City Hall & Annex Dear Mr. Williams, Thank you for allowing Agape Cleaning Enterprises, Inc. (ACE, Inc.) the opportunity to submit this proposal for Janitorial Services for Port Arthur City Hall located at 444 4th St, Port Arthur, Texas 77640, and Port Arthur Annex located at 1 423 Procter St, Port Arthur, Texas 77640. Our goal at ACE. Inc. is to provide our clients with the highest quality service available resulting in TOTAL CUSTOMER SATISFACTION. Enclosed is our package and pricing for your review explaining our approach of how we can best service your facilities. If you have any questions, please feel free to contact me at 832.814.8262 (cell). Thank you and I look forward to hearing and working with you in the future. Sincerely, Richard Intrau President Agape Cleaning Enterprises, Inc. 1 Agate C-Leawiwg Ewterpri.ses, Inc. •Professional.maintenance serdizes Executive Summary Agape Cleaning Enterprises, Inc. has been serving The City of Port Arthur for 11 years. During this tenure of service, we have performed for the City Hall/Annex, Transit, and Medical facilities. During this experience we have used local labor and local businesses to supply our services. Because of this experience we consider ourselves to be a local supplier, performing as well as any before us. Our goal is to perform on this contract to exceed expectations of the Port Arthur representatives managing the City Hall & Annex contract. This is our promise to you. You will find in our bid a Project Management Plan, Organizational Chart, and Personnel Schedule/Cost Analysis Spreadsheet that will explain our ability to meet the goal of exceeding expectations. Agape asks for the opportunity to continue to meet the expectations of the City Hall & Annex contract and give more years of satisfaction in our service. 2 „.....gp SCE Fc,,a1,e Gellwiwg evvterpri.$e , Iwc. •ProfesSiowat.Mai,wtewawoe Ser Ices Key Personnel Richard Intrau: President/CEO: has overall responsibility for creating, planning, implementing, and integrating the strategic direction of the organization. This includes responsibility for all components and departments of the business. Makes certain that the organization's leadership maintains constant awareness of both the external and internal competitive landscape, opportunities for expansion, customers, markets, new industry developments and standards, and so forth. Rick Intrau: Vice President: participates in the planning and budgeting process and manages the budget and controls overhead expenses. Implements cost reduction and profit enhancing strategies. Ensures service delivery is consistent with quality objectives and contractual requirements. Leads on-going efforts for process improvement to enhance productivity and increase efficiencies while sustaining a high level of quality. Maintains customer relations, both current and prospective. Supports business development activities including new account acquisition and customer retention initiatives. Leverages existing relationships for new business opportunities. Develops management team for continued professional growth. Responsible for ensuring the region follows and adheres to established company policies. Ensures all hiring, promotions and termination policies are followed. Ensures job inspections are properly made and deficiencies are corrected. Ensures timekeeping is completed daily and payroll is submitted on a timely basis. Ensures purchasing of supplies, equipment and inventory management of the supplies meets contractual requirements. Maintains in constant contact with the President. Carolyn Intrau: Office Manager: Manages the reception area to ensure effective telephone and mail communications both internally and externally to maintain professional image. Supervises and coordinates overall administrative activities for the Office Administration Department. Supervises the maintenance and alteration of office areas and equipment, as well as layout, arrangement and housekeeping of office facilities.. Negotiates the purchase of office supplies and furniture, office equipment, etc., for the entire staff in accordance with company purchasing policies and budgetary restrictions. Supervises the maintenance of office equipment, including copier, fax machine, etc. Responsible for the facilities day-to-day operations (such as distributing building access keys and back-up to security access cards, etc.) Participates as needed in special department projects. Bill Okeson: Corporate Representative: Bill's experience brings to ACE a full package for contract management. His responsibilities start with Business Development and continue through the life of the contract. As the individual that negotiated the contract, ACE believes Bill's input helps the client and ACE stay on the same page in meeting the quality that was set forth at contract implementation. His contract oversight is an avenue for the client to always have a clear understanding of each other's responsibilities to contract compliance. With 35 years' experience, Bill feels, he is responsible to the industry as well as the client and company and he remains active in industrial education and affiliations that will bring innovation to the client. Of course, when one has the years' experience that Bill has in the industry, it is hard for him not to think he has a knowledge of the business that is a value-added benefit to any client, an asset that ACE is proud to present to our clients. 3 &Caikl‘'4 Agape Fwterprise$, Iwc. •Professi.owaJ.M6ti-wtewAwce serv'Lces Port Arthur Project Manager Adriana Brantley: Operations Manager Golden Triangle Area: Adriana brings 20 years of experience to Agape Cleaning Enterprises. Ensures that the facilities in the Golden Triangle Area are cleaned correctly and according to the client's instructions or standards. To accomplish that goal, managers inspect the facility to determine any unusual or cyclical work that needs to be done, such as periodically stripping floor wax, cleaning overhead light fixtures or shampooing carpets. Managers maintain a checklist of routine or daily cleaning chores as well. They assign workers to specific chores or areas and then inspect the work to ensure it has been done satisfactorily. If the client has complaints about missed or improperly cleaned areas, the operations manager investigates the complaint and takes steps to ensure that the problem will not recur. Typically handles many personnel duties. They often interview applicants, train new employees and prepare performance reviews. If disciplinary action is needed, it is normally the manager's responsibility to issue reprimands, counsel employees about their performance, determine whether additional training is required or, if necessary,terminate the employee. They may prepare work schedules,as well as track employee attendance and report hours worked to the payroll department. Janitorial operations managers may inspect cleaning equipment and perform routine maintenance. Whenever necessary, managers may also assist workers to ensure that all tasks are completed in a timely manner. Knows how to use the tools and equipment needed for the job, such as carpet cleaners, floor polishers, steam cleaners and commercial washers and dryers. Knows the proper way to clean and dispose of biological waste, and they must ensure that workers use the proper protective gear when cleaning potentially hazardous areas. Is effective communicator who can explain tasks to staff, has good time- management skills and is able to prioritize tasks in a logical manner. Is physically able to perform any cleaning chore they might need to handle when assisting or training staff. Adriana brings over 30 years of experience to her assignments. 4 c.....iiik escape cLeuA,Lwc eikter rise, Iwc. •Professi.ovtal,maim.tetkato.ce servizes Project Management Plan PROJECT MANAGEMENT PLAN 1. Describe your firm's capability to provide all services required (Number of employees, Janitorial equipment that will be used,etc.) Agape is confident in our ability to perform services to meet the criteria set forth in the Proposal Requirements for meeting Contract Compliance. The hours of service will be covered by six persons working a two-hour shift. Since Agape has a local presence, we can provide backup personnel should absences or emergencies occur that require additional personnel. Equipment will be in the best condition and remain in excellent working condition during the contract. Quiet and efficient equipment will be used to provide the safest and the least intrusive to Client Personnel. A list of equipment will be verified and approved by the PA Representative. Inspections will occur with the Agape Quality Control Representative as required in the contract. A contract oversight person will be assigned to oversee the contract and will assist in contract compliance with management responsibilities for employee oversight. See Organizational Chart for personnel count. 2. Provide a description of the firm's typical approach to maintain the City Hall and the Annex Building. (Number of crews working, how many per crew, how the crews will work the floors,etc.) Summary of Approach The key to success involves three factors; I) Quality Personnel 2) Accurate Scheduling 3) Appropriate Contract Oversight Agape has processes that ensure the above factors are in place to accomplish the best practices in all areas of the contract. Experienced Personnel knowing how to accomplish tasks and scheduled to complete them on time will make contract oversight timely. Agape experience in Port Arthur is extensive with Government entities. Therefore, we believe this will be a successful endeavor for both Agape and Port Arthur. We ask for the opportunity to serve you. 5 • ciPikstweCii;Of ,cape Cion.%vl,a enterprises, Iwc •Pro-fessiovoi Matt/Item!ikce serdtces City Hall & Annex Organizational Chart President Richard Intrau Safety/Quality Manager Comptroller Contract Bill Okeson Rick Intrau Accounting Manager Carolyn Intrau Corporate Manager Michael Hoard Safety Coordinator Gonzalo Castillo Project Manager Lupita Alanis Restrooms Cleaning Tech. 2 Cleaners 3 Tech. 6 ACE Agape Clem/at/vs EtAter rues, iwc. •Professi.owai,mat Equipment and Chemicals 1 Equipment • Brute Barrels • Upright Vacuums • Backpack Vacuums • Slow Speed Buffer • Shampoo Machine • Mop Buckets/ Wringers • Dust Mops • Wet Mops • Dust Brooms Chemicals *3M Products are Green Certified • 3M Neutral Cleaner • 3M Glass Cleaner • 3M Quat Disinfectant • 3M Bowl Cleaner • 3M All Purpose Cleaner Liquid Gold • Johnson Shampoo • Johnson Spray Buff • Johnson Wax • Johnson Stripper 7 S, C r Agape ateA i g enterprise., lint, •Profe,ssiowat Matwtewawce-Senii,ces Cost Analysis 1 aid S. s i . 40'4 • Q. ' 4 1 I ,.� ..1 to N ._n v.,. ".I -. .n j ,n • .n .n n. '- aaI c ava, w 1 • ... 1 A I '.0 is e.-- .n ! x. 1 I,s! 1 J•. .n .n v". .!+ N hlu..;n, .iy`.y. i !-y ._, .arcs 1-..:.3: n 3 -_f_ a IF. a a o ram., 1:5Ci :� ..• i. :r;tit a rarrt'..N,v i ai t H i 4 ' 1 I � �. m � 0a � t t€ Q j sr I 1. n 1 c - t - i I - 1 a 4 ++ 1 1 I ' j • f` i ; ,- .I i yIt I�. 1'ti a N - -! 0 cA,41L;i it0p Agape alto v 61/1terprise.$, lwc, •Pro fessi.oi' t MatiwtewAwce serAces Qualifications / References Agape Cleaning Enterprises, Inc., began operation in 1994 giving the organization over twenty years of service in the industry. The following table shows some of our on-going experience and references for contracts of similar size and scope of services. Type & Square Period of Entity Managers Name & Telephone Frequency Footage Performance of Service Parkway Properties Chris Ball Janitorial (832) 515-2054 Daily 400,000 2009 - 2103 Parkway Present Houston, TX 77060 SAExploration Shelly Lawson Janitorial 2001 - 13645 Promenade slawson@saexploration.com Daily 75,000 Present Stanford, TX 77477 (346) 874-7593 Clarion Barbara Benavides Janitorial 2501 Central bbenavides cr ccmanagement.org Daily 2015 - 41,700 Parkway B 10 (713)963-0963 Ext 6 Present Houston, Texas 77092 City of Port Arthur Clifton Williams Janitorial 132,920 2016— 444 4`1' Street clifton.williams@portarthurtx.gov Daily Present Port Arthur, TX (409)983-8162 77640 Primoris Services Corporation Jermaine Ford 2019 iermaine.ford cr,prim.com Janitorial 145,800 Present 1455 Primoris Way (346) 352-5228 Daily Houston, TX 77048 9 cAtkimaiik rape ateuwivkg EvIterprtses, iwc. •Professiowat matwtewao.ceservices Managers Name & Type& Square Period of Entity Telephone Frequency Footage Performance of Service US Law Shield Vic Zachary Janitorial vzachary@texaslawshield.com Daily 60,200 2019 - Present 1020 Bay Area Blvd (713) 904-7764 Houston, TX 77058 Featherwood Properties Maneesh Sharma Janitorial 12727 Featherwood Maneesh.Sharma04(c�,yahoo.com Daily 40,000 2019 - Present Drive, Suite 285 Houston, TX 77034 T.P.I Kristin Jensen Janitorial 15894 Diplomatic kjensen n,transactionpacking.com Daily 44,000 2019 - Present Plaza Dr. (281) 443-0476 Houston, TX 77032 Headworks Janitorial 11000 Brittmoore Park Anna Piechoczek Daily 28.000 2018 - Present Dr. (713) 647-6667 Houston, TX 77041 LSI Industries Rhency Delgado Janitorial 14902 Sommermeyer rhency.delgadonalsicorp.com Daily 33,000 2022-Present Ste. 120 (713)329-4045 Houston, TX 77041 MAN Energy Solutions USA Inc. Celidio Assis celidio.assis n,man-es.com Janitorial 1758 Twinwood (832) 209-3001 Daily 32,576 2022-Present Parkway Brookshire, Texas 77423 USA 10 fm. ~~.!.414 te. DATE(MM/DD/YYYY) �A .a>R CY CERTIFICATE OF LIABILITY INSURANCE .,.. 02-27-2024 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 CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or 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 does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 713-270-1946 713-270-7036 NA IIreT SULMA MARTINEZ _ E &W HERNANDEZ INS.AGCY., INC. (a°,No,Ext): 713-270-1946 FAAi)a,No): 713-270-7036 6601 Hillcroft Suite 203 E-MAIL RESS:sulma@ewinsuranceagency.com Houston, TX 77081 1 INSURER(S)AFFORDING COVERAGE NAIL# INSURER A: EVANSTON INSURANCE COMPANY INSURED INSURER B: ` AGAPE CLEANING ENTERPRISES, INC INSURER C: EVANSTON INSURANCE COMPANY 6340 N ELDRIDGE PARKWAY STE N#434 INSURER 0: HOUSTON,TX 77041 INSURERS: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR. ADDL SUBR' POLICY EFF POLICY EXP _----- LTR TYPE OF INSURANCE INS) WYD', POLICY NUMBER (MM/DD!YYYY) (MMIDD/YYYY) LIMITS ✓ COMMERCIAL GENERAL LIABILITY 1 EACH OCCURRENCE $ 1,000,000.00 \ ` DAMAGE TO RENTED I CLAIMS MADE ✓i OCCUR PREMISES(Ea occurrence) $ 100,000.00 __ MASC23064 02-14-2024 02-14-2025 MED EXP(My one person) $ 5,000.00 _ I PERSONAL&,ADV INJURY $ 1,000,000.00 _ GEn'L AGGREGATE LIMIT APPLIES PER' GENERAL AGGREGATE $2,000,000.00 ` — . POLICY ✓ ECT LOC - ---- PRODUCTS-COMP/OP AGG $2,000,000.00 OTHER. $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO (Ea accident) $ 1 BODILY INJURY(Per person) $ OWNED .SCHEDULED AUTOS ONLY ,AUTOS • BODILY INJURY(Per accident) $ HIRED 'NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY I , (Per accident) $ ✓ UMBRELLA LIAR i'✓ OCCUR EACH OCCURRENCE $ 1,000,000.00 EXCESS Lwe EZXS3146430 02-14-2024 02-f 4 2025 __ 1 CLAIMS-MADE, I AGGREGATE $ 1,000,000.00 iI DED RETENTION$ I $ WORKERS COMPENSATION C PER OTH- AND EMPLOYERS'LIABILITY Y/NI. STATUTE ER _ _—_ ANYPROPRIETOR/PARTNER/EXECUTI VE OFFICER/MEMBEREXCLUDED? N/A E.L.EACH ACCIDENT $ (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,descrioe under .__ DESCRIPTION OF OPERATIONS betow 1 I E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS!VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER Phone: Fax: CANCE_LATION FOR BID ONLY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. N`` AUTHORIZED REPRESE41>1VE 1 rF i ( ©1988-2015 ACORD CORPORATION. Ail rights reserve'l. .;CORD 25(2016/03) The ACORD name and logo are registered marks of ACORD ACO C/D CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYYI09/22/2023 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 CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or 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 does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Colleen DeWitt NAME: IS Agency, LLC DBA Modern Insurance Partners LaleONE N :u: (800)409 8958 FAX No): 1475 S. Price Road, ADDAIL RESS: certs@vensure.com Chandler,AZ 85286 INSURER(S)AFFORDING COVERAGE NAIC# L __ _ _ INSURERA: State National Insurance Company 12831 -- p y -- INSURED INSURER B: __--_ -.._.._--- Harbor America Holdings,Inc L/C/F Agape Cleaning Enterprises,Inc. INSURER C 1475 S. Price Road INSURERD Chandler AZ 85286 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: 10003570 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR j IADDLSUBR ' POLICY EFF POLICY EXP LIMITS ,LTR TYPE OF INSURANCE IINSD W /Y VD POLICY NUMBER (MM/DD/YYYY) (MM/DDYYY) I COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE i$ DAMAGE TO RENTED I ' I CLAIMS-MADE OCCUR PREMISES(Ea occurrence) $ r_ _ i MED EXP(Any one person) $ j - - 1 ' PERSONAL&ADV INJURY $ GENII_AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ ' PRO- I i POLICY J JECT �' LOC PRODUCTS-COMP/OP AGG $ ( ! $ i ;OTHER. { 'AUTOMOBILE LIABILITY ' COMBINED SINGLE LIMIT $ (Ea accident) =NY AUTO BODILY INJURY(Per person) $ NED — SCHEDULED BODILY INJURY(Per accident) $ ..7 OS ONLY I AUTOS RED 1 NON-OWNED PROPERTY DAMAGE $ - -0S ONLY 'AUTOS ONLY (Per accident) I U7ISRELLA LIAR OCCUR EACH OCCURRENCE $ 1 EXCESS LIAB CLAIMS-MADE. AGGREGATE $ DED RETENTIONS ! $ WORKERS COMPENSATION PER ! OTH- 1'-, AND EMPLOYERS'LIABILITY AMX-231-0001-006 I�1 0/01/2023 1 0/01/2024 STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE YIN �! EL.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N N/AI' ---- (Mandatory in NH) I E.L.DISEASE-EA EMPLOYEE $ 1,000,000 !If yes,describe under - -- — i DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION � 'x-Texas SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Informational Purposes Only THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE _...,..,,,_ g._-- Eric Stein ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD ACORD CERTIFICATE OF LIABILITY INSURANCE DATE I MMIODIYYYY) 06/02/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS C ERTIFICATE 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 INSURI7R(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSUREDprovisions or 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 does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Ken IV Taylor Insurance Agency PHONE 281-345-2580 FAX INC,No.EMft: imc,Noy 281-345-1696 9405HuffineisterRD Suite Ii ADDRESS, kentaylorins@aoLcom Houston,TX 77095 • INSURER(S)AFFORDING COVERAGE NAIL M INSURER A: State Auto 25135 INSURED INSURER s: State Auto Agape Cleaning Enterprise Inc INSURER C: 6340 N Eldridge Pkwy N Ste#434N INSURER D: Houston,TX 7704 1-3 51 4 INSURER E: NSURER F: COVERAGES CERTIFICATE NUMBER REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE.INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR i - - ADDL SUBS LTR TYPE OF INSURANCE. POLICY EFF POLICY EXP IOW POLICY NUMBER IMMNDIYYYY) IMMAOPrYY)- LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE SDAMAGE I ED CIAIMS-MADE OCCUk PREMISES(OEaREaccrrenc) S . MEO EXP(Myer..parson) S • PERSONAL SADV INJURY S GENL AGGREGATE LIM IT APPLIES PER: GENERAL AGGREGATE S PR6 POLICY f i JECT I 1 LOC PRODUCTS-COMP/OP AGG' 'S • OTHER: - • - S AUTOMOBILE LIABILITY COMBINED SINGLE WAIT: ANY AUTO - (Ea saddest) S I,000,OOO BODILY INJURY(Per person) S SCHEDULED _ 08/03/23 08/03/24 BODILYINJURY(Pr accident( $ A AUTOS lONLY XAu;os 10033901CA XHIRED SW NON-OWNED AUTOS ONLY X AUTOS ONLY PROPERTY DAMAGE $ (P.. - r aced UMBRELLALIAB - OCCUR EACH OCCURRENCE S. EXCESS LIAB CLAIMS-MADE • AGGREGATE S QED RETENTION S $ W DITHERS COMPENSATION PER OH AND EMPLOYERS.LIABILITY • YIN STATUTE FR ANY PROPRIETORIPARTNERIEXECUTIVE — OFFICERIMEMBEREXCLUDED) N/A EL EACH ACCIDENT S (Mandator&NH) I if yes.describe under E.L DEiEASE-EA EMPLOYE[ $ I DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY UM!! S DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Addlebnal Remarks SrnMa le.maybe attache.Y more space is required) Project:Port Neches Independent School District And Groves Independent School District Policy has a 30 day Notice of Cancellation CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cadence McShane Construction Company LLC GO:myCOI THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN 1075 Broad Ripple Ave,Suite 313 ACCORDANCE WITH THE POLICY PROVISIONS. Indianapolis,IN 46220 AUTHORIZ - SENTATIVE /CA.-, 7 y ©1988-2015 A ORD CORPeyr•TION. All rights reserved. ACORD25(2016/03) The ACORD name and logo are registered marks of ACORD /