Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 15817: OPERATIONS CENTER SECURITY GUARD
. PUBLIC WORKS DEPARTMENT COUNCIL ACTION MEMO TO Stephen B. Fitrgibbons, City Manager FROM -Ross E. Blackketter, P.E., Director of Public Works SUBJECT P.R. #15817 -Operations Center Security Guard DATE 29 March 2010 RECOMMENDATION: I recommend that the City Council approve Proposed Resolution No. 15817, authorizing a three (3) year contract with Marks 8c Associates of Baytown, Texas for security guard services at the Operations Center and. Garage in the amount of $62,376 per year, an increase of 13.6% over the previous contract. Funding is available in account 001-1201-531-59-00 (Public Works Administration - 66% of the contract) and 501-1281-531.59-00 (Equipment Services - 34% of the contract). BACKGROUND: Seven (7) bids were received and opened on 03 March 2010 as follows: Lofton Security Service, Inc. $68,455.44/year ($5,704.62/month) Southwestern Security Services, Inc. $75,102.12/year ($6,258.51/month) 'Priority Asset Protection $83,243.88/year avg. ($6,936:99/mo avg.) DSI Security Services $65,830.80/year avg. ($5,485.90/mo avg.).. Marks & Associates $62,376.00/year ($5,198.00/month) banner's Inc. $81,486.20/year avg. ($6,790.52/mo-avg.) Patriot Security EOC $65,127.72/year avg. ($5,427.31/mo avg.) BUDGETARY/FISCAL EFFECT: Funding is available in Public Works account 001-1201-531.59-00 to pay for 66% of this contract and Equipment Services account 501-1281-531.59-00 for the remaining 34%. EMPLOYEE/STAFF EFFECT: None. SUMMARY I recommend that the City Couhcil approve Proposed Resolution No. 15817, authorizing a three (3) year contract with Marks & Associates of Baytown, Texas for security guard services at the Operations Center and Garage in the amount of $62,376 per year, an increase of 13.6% over the previous contract. Funding is available in account 001-1201-531-59-00 (Public Works Administration - 66% of the contract) and 501-1281-531.59-00 (Equipment Services - 34% of the contrail). - Ross E. Blackketter, P.E. Director of Public Works REB/reb Z:\engineer\documents\CAMS\Security Guard-l0.doa P.R. No. 15817 03/16/10 reb RESOLUTION NO. A RESOLUTION AUTHORIZING THE EXECUTYON OF A NEW THREE (3) YEAR CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND MARKS & ASSOCIATES OF BAYTOWN, TEXAS FOR. SECURITY GUARD SERVICES AT THE OPERATYONS CENTER AND GARAGE YN THE AMOUNT OF $62,376 PER YEAR. ACCOUNTS 001-1201- 531.59-00 AND 501-1281-531.59-00. WHEREAS, seven (7) bids were received and opened on 03 March 2010 for the above referenced Contract as shown on Exhibit "A", and it has been evaluated by Public Works and Purchasing that Marks & Associates submitted. the lowest and most responsive bid; now, therefore, • BE IT RESOLVED BY THE CITY COUNCIL OF THE. CITY OF PORT ARTHUR: - THAT the City Manager of .•the City of Port Arthur is hereby authorized and directed to execute on behalf of the City, a: Contract between the City of Port Arthur and Marks & Associates of Baytown, Texas. as shown on Exhibit "B'~ attached hereto and made a part hereof for the amount of $62,376 peryear; and, THAT the total price for the three-year contract. is $187,128 as bid; and, THAT this approval is contingent on funding in each of the next three fiscal years; and, ` THAT this contract may be renewed yearly during this three-year period at the direction of the City Council; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. P.R. No. 15817 Page 2 READ, ADOPYED AND APPROVED this the day of A.D. 2010 at a meeting of the City of Port. Arthur,' Texas by the_ following vote: Ayes: Mayor: ' Councilmembers: Mayor Attest: City Secretary APPROVED AS TO FORM: APPROVED AS TO AVAILABILITY OF FUNDS: Gty Attorn Deborah Echols, CPA Director of Finance P.R. No. 15817 Page 3 APPROVED FOR ADMINISTRATION: Stephen B.`Fitrgibbons • - . City Manager Ross E. Blackketter, P.E. Shawna Tubbs Director of Public Works Purchasing Manager . ,• • Z:\engineer\documents\Resolutions\PR15817.doc , . .~ EXHIBIT A .. CITY OF PORT ARTHUR TEXAS Bid Tabulation Guard Services at the Operation Center and Garage Bid Opening Date: March 3, 2010 i Bidder Names ' Lofton Security Southwestern Security Priority Asset DSI , Service, Inc. Services, Inc: Protection Security Services ' ~ Beaumont TX Brownsville TX Grand Prairie TX Houston TX Monthly Yearly .Mou[hly Ycxrly - Monthly Yearly Monthly Yearly Item # Descd i lion Cost Cost Cost Cost Cost Cast Cost Cost 1 1't Yea r $5 704.62 $68455.44 $6 258.51 $75 102.12 $fi 786.78 $81 441.36 $5 322.68 $63 872.16 2 2" Yd ar $5 704.62 $68 455.44 $6 258.51 $75 102.12 $6 922.52 $R3 070.24 $5 484.27 $65 811.24 3 3' Ye ar $5 704.62 $6R 455.44 $6 258.51 $75 102.12 $7 060.97 $84 731.64 $5,650.75 $67 8U9.U0 1'o[al:~ $205 66.32 $225 306.36 $249 243.24 $197 492.40 - Bidder Names Marks & Associates banner's Inc. Patriot Security EOC Baytown, TX Pt. Arthur, TX Nederland,'CX ' Item # 1 Descr 1'~ Ye Lion r Monthly Cost $5 198.00 Yearly' Cost $62 376.00 Monthly Cost $6 656.50 Yearly Cost $79 878.00 Monthly Cost ~ $5 337:52 Yearly Cost $64 050.24 - 2 2" Ye r $5 198.00 " $6Z 376.00 $6 789.63 $81 475.56 $5 427.31 $65 127.72 - 3 3r° Y r - $5 198.00 $62 376.00- $6 925.42 $83 105.04 $5 517.10 $66 205.20 Total: $187 128.00 $244 458.60 $195 383.16 Date Page 1 of 1 i 1_ ' '~ ,., SECURITY GUARD SERVICES AGREEMENT THIS AGREEMENT, made this the 6"' day of Aril 2010; 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 Marks & Associates hereinafter called "CONTRACTOR". WITNESSED: 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 from Aril 6. 2010 to Aoril 6. 2013 inclusive, subject to annual renewal by the City Council. 2. The CONTRACTOR will perform the work as delineated in the Scope of Work and Specifications attached hereto. 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 and Scope of Work. The CONTRACTOR agrees to perform all the work. described in the specifications and contract documents and to comply with. the terms therein for the cost of 562.376 per year. 5. The CONTRACTOR will commence the work required by the. Contract Documents upon receipt of a Notice to Proceed. 6. The term "Contract Documents" means and includes the following: 1) Agreement 2) Advertisement for Bids 3) Addenda 4) General Information 5) Specifications 6) Bid 7) Notice to Proceed. Z:\engineer\Documents\Contracks\M&A Sec Guard-l0.doc 1 7. This Agreement shall be binding upon all parties. hereto and their respective heirs, executors, administrators, successors and assigns. 8. 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 April 2010. OWNER: CITY OF PORT ARTHUR Stephen B. Fitrgibbons, City Manager Signed on the day of April 2010. - CONTRACTOR: Marks & Associates Shearon A. Marks, CEO Z:\engineer\Documents\Contracts\M&A Sec Guard-l0.doc 2 DELORIS "BOBBIE" PRINCE, MAYOR. ELIZABETH "LIZ" SEGLER, MAYOR PRO TEM COUNCIL MEMBERS: JACK CHATbIAN, JR. MORRIS ALBRIGHT, III MARTIN FLOOD JOHN BEARD,.JR. ROBERT E. WILLIAMSON D. KAY WISE THOMAS J. HENDERSON FEBRUARY 22, 2010 City ~F "7rii~°~P~ /~, ort rthu~- Texas INVITATION TO BID STEPHEN FITZGIBBONS CITY MANAGER TERRIHANKS CITY SECRETARY VAL T[ZENO ACTING-CITY ATTORNEY GUARD SERVICES AT THE OPERATION CENTER AND GARAGE" DEADLINE: Sealed Bid submittals must be received-and time stamped by 3:OOp.m., Central Standard Time, Wednesday, March 3, 2010. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15p.m. on Wednesday, March 3, 2010 in the City Council Chambers, City Ha11, 5w Floor, Port Arthur, TX. MARK ENVELOPE: GUARD SERVICES DELIVERY ADDRESS: Please submit two (2) complete copies of your bid to: CITY OF PORT ARTHUR CITY SECRETARY P.O. BOX 1089 PORT ARTHUR, TEXAS 77641 POINTS OF CONTACT: CITY OF PORT ARTHUR CITY SECRETARY: 444 4TH STREET, 4`h-Floor PORT ARTHUR, TEXAS 77640 Questions concerning the Invitation to Bid. should be directed to: City of Port Arthur, TX Shawna Tubbs, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 409.983.8160 Shawnann,nortarthui.net Questions concerning the Scope of Work should be directed to: City of Port Arthur, TX Ross Blackketter, Director of Public Works P.O. Box 1089 Port Arthur, TX 77641 409.983.8180 rblackketter(n portarthur.net Page l.of 17 P.O. BOX 1089 • PORT ARTHUR, TEXAS 77641-1089.4091983-SIIS • FAX 409/983-8291 INVITATION TO BID MANDATORY • ' PRE-BID CONFERENCE ` A Mandatorv Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Guard Services at The Oaeration Center and Gara¢e will beheld at 201 H.O. Mills on Fridav February 26 2010 at 10.00 a 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 construction. No addendum -will be issued at this meeting, but subsequent thereto, the Purchasing Manager, ifnecessary, will. _ a issue an addendum(s) to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. Page 3 0[ 17 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS; are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. 'Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's hame and address in the upper left-hand comer of the envelope. ALL BIDS MUST BE RECEIVED N THEL CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regazdless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accented. ~(~/ 'l/~ ` / ~/~ Shawna Tubbs _ Purchasing Manager Page 2 of 17 INVITATION TO BID GUARD SERVICES AT THE OPERATION CENTER AND GARAGE FAILURE. TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY" ..RESULT IN REMOVAL FROM THE VENDOR'S LIST. Howevei, if you aze removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only -not this commodity/service only (To be Completed ONLY IF YOU DO NOT BID.) Yes No Does our com au rovide this roduct or services? Were the s ecifications clear? Were the s ecifications too restrictive? Does the Ci a -its bills on time? ' Do ou desire to remain on the bid list for this roduct or service? Does our resent work load ermit additional work? . Comments/Other Su estions: Company Name: , Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: -. Date: Page 4 of 17 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: , GUARD SERVICES AT THE OPERATION CENTER AND GARAGE 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 Arthut. Bids 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 bid, guaranteeing authenticity.. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. ' 2..Awazd 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 is determined to be lowest offer, taking into consideration the relative importance of price,'conformance to specifications and capability and experience of the contractor. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose ~of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are- cautioned to read the information contained in this ITB cazefully-and to submit a complete response to all requirements and questions as directed. Page 5 0[ 17 CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title ~, 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 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 arreazs in its obligations to the City. 7. No payments shall be made to any person of public moneys under any contractby 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 Managei• 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. BONA FIDE BUSINESS THAT CLAIMS THE CITY OF'PORT ARTHUR AS ITS 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 owner(s) shall 6e ih Port Arthur or such 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 Part 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.: Public Works, P. 0. 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. Page 6 of 17 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. COMPLIANCE WITH LAWS: The Contractor.. shall comply with all applicable laws, ordinances, nrles, 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 fmancial 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 aze paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. ' 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 bids are to be F.O.B., City of Port Arthur, Port Arthur, Texas 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAWN 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 famish 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 Eby this Contract, in accordance with the provisions of this Contract and said specifications. The appazent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regazded as meaning that only 'the best commercial practices aze to prevail. ' Page 7 of 17 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 beriveen the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid 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 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. 2 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 pazagraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to famish 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 connecfion 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 orpermit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur wYitten approval of such agreement INSURANCE: All insurance must be wYitten by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that wilt protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be Page 8 of 17 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 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 $00,000 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 $00;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 $1OQ000. 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 bodily injury and property damage. 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 ofPort 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) shalLin any event be "filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. 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 9 of 17 CITY OF PORT ARTHUR, TEX-AS' SPECIFICATIONS FOR SECURITY GUARD SERVICES It is the intent of these specifications to describe services for Security. Successful bidder shall be responsible for securing, monitoring, and safeguazding City facilities and' equipment at the named locations. It is neither the purpose nor the intent to alienate any prospective bidder within the following descriptions: Workdays and Hourly Schedule A. Weekdays/Weekends Central Standard Time Weekdayx 5:00 p.m. to 6:00 a.m. (13 hours) Saturdays: 24 hours per day (24 hours) - Sundays: 24 hours per day (24 hours) B. Holidays for hventy-four (24) hour-per day period. 1. New Year's Day' 2. Martin Luther King Day 3. Good Friday ' 4. Memorial Dav 5. Independence Day 6. Labor Day 7. Thanksgiving Day 8. Day after Thanksgiving 9. Christmas 10. Floating Holiday (to be announced) Information Source Successful Bidder's contact and information source shall be the Director of Public W"orks, or his designee. Responsibilities A. Maintain security of Public Works Operations Center Compound and Gazage-Service Station Compounds, to include all buildings, parking areas, storage areas and grounds. B. Ensure that all five (5) drive-thru gates locked by City Personnel at the end of the workday aze kept locked. Lock any gates that are found to be unlocked at the beginning of duty time. Page l0 of 17 C. Keep a written record of all vehicles entering or attempting to enter the premises when access is attempted without the use of access PIN. number. The following information should be obtained and recorded. , 1. Name of driver of vehicle , 2. Type of vehicle 3. Time of arrival and departure 4. Vehicle ID number or license plate number 5. Number of occupants in vehicle 6. Stated nature of business on premises D._ DO NOT OPEN ELECTRONIC GATE FOR ANYONE IN A PRIVATE VEHICLE WHO REFUSES TO GIVE THE INFORMATION REQUIRED IN SECTION C. E. Punch time clack every 1-1/2 hours at specified locations. (Clocks to be supplied by Contractor) F.. Maintain records of and report the following types of incidents: 1. Fire or other imminent hazards, and report same to Fire Department or Police Department as situation warrants. 2. Security lights out or damaged, and submit exact location on reports. 3. Equipment left running or a light left on, and indicates equipment number and location on reports, and turn off ifpossible. - 4. Unlocked doors or gates and signs of forced entry, and indicate location and time noticed on reports. Contact the Police Department if any break-ins or other illegal activity is suspected in any area being secured. ' 5. Any property damages such as: a. Equipment b. Buildings c. Fencing d. Plumbing e. Electrical £ Windows, etc. Page ll of 17 Indicate location and time noticed on reports. 6. Storm Damages. 7. Other incidents that, in the opinion of the security guazd, warrant reporting and documenting. Security guard shall also immediately contact the Director of Public Works, or his designee, and advise of any adverse situations, circumstances, conditions, etc. that exists of have occurred. G. SUBMIT WITH BID- THREE f3) REFERENCES INDICATING NAME OE COMPANY CONTACT PERSON ADDRESS AND TELEPHONE NUMBER. Supervision Contractor shall supervise its employees to such a degree to ensure that they are ;performing the required services in accordance with these specifications and are not derelict in their duties. The City will, from time to time, make spot checks of the service being provided and will report any deficiencies to the Contractor: Repeated failure to live up to all terms and conditions set out herein may result in termination of the contract. Insurance Contractor must comply with the City's insurance requirements and must be approved by Owner before contract commences. Terms of Contract This Contract will terminate approximately one (1) year from date of execution with the option to renew for two (2) additional one (1) year periods. Compliance with Laws The Contractor shall comply with applicable laws, ordinances, rules, orders, regulations and codes of federal, state and local governments relating to performance. of work herein at no additional expense to City during the term of this contract. Termination of Contract Contract will be terminated within fifteen (15) days notice if contract is not fulfilled as specified in a timely and proper manner. Page 12 of 17 Personnel . ~• . A. The Contractor will secure at his own expense all personnel required,in performing the work under this Contract: Such personnel shall not be employees of or have anv contractual relationship with the City. " B. All personnel engaged in the work shall be physically and mentally qualified for the type of service to be provided; be of good character, and shall be authorized or permitted under state and local law to perform such services. C. None of the work coffered. by this Contract.. shall be subcontracted without the prior written approval of the City. Licensin¢ The Contractor shall be properly licensed to perform the type of services requested herein. • CITY OF PORT ARTHUR. TEXAS BID SHEET BID FOR: Guazd Services at the Operation Center and,Gara~~e BID OPENNG DATE: March 3.2010 DESCRIPTION MONTHLY COST YEARLY COST 1sT YEAR I $ $ 2ND YEAR $ $ 3RD YEAR $ $ TOTAL $ . Receipt of addenda is acknowledged: No. 1 Dated• ~ Received COMPANY NAME STREET ADDRESS. SIGNATURE OF BIDDER P.O. BOX (PRINT OR TYPE NAME) ~ . CITY/STATE/ZIP _ TITLE AREA CODE TELEPHONE NO. AREA CODE FAX N0. EMAIL Page 14bf 17 .~ ' 9 BID OPENING DATE: Mazch 3.2010 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 ADDRESS CITY/STATE/ZIP SEND PURCHASE ORDER TO: COMPANY ADDRESS ' CITY/STATE/ZIP TAX IDENTIFICATION NUMBER ,. Page 15 of 17 AFFIDAVIT All pages in Offerors 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 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. Firm Name Date Authorized Signature Title Name (please print) Telephone Email STATE: COUNTY: SUBSCRIBED AND SWORN to before me by the above named on this the day of , 20 Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 16 of 17 CONFLICT OF INTEREST QUESTIONNAIRE FOI21b1 CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the taw by H.B. 1491, 80` Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Govemment Code by a person who has a business relationship as defined by Section 176.001 (I-a) with a local governmental entity and the person 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 7'h business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006; Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Govemment Code. An offense under this section is a Class C misdemeanor. ' 1. Name ofperson who has a business relationship with local governmental entity. 2. ^' Check this box i[ you are filing an update to a previously Sled questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than T° business day after the date the originally filed questiotittaire becomes incomplete or inaccurate:). 3. Name of local a government officer with whom Sler has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the fifer has an employment or other business relationship as detned by Section 176.00 l (1-a), Local Govemment Code. Attach additional pages to this Form CIQ as necessary. ` A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? -. Yes ~ No B. Is [he filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local . governmental entity? Yes ~ No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director, or holds an ownership of 10 percent or more? ^ Yes ~ No D. Describe~each em Lo ment or business relationshi with the local overnment officer named in this section. 4. Si nature of erson doin business with the ovemmental enti Date Page 17 of 17 CITY OF PORT ARTHUR, TEXAS Cir.• nJ ~ 'c±.' , ~ -.~...:,~, awe ~.-- ADDENDUM NO.OIV~E (1) ort rth rtr - - Trxas' DATE: March 1, 2010 Public Works Bid Proposal For: Guard Services at the Operation Center and Garage The following clazifications, amendments, deletions, additions, revision and/or modifications aze 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 ACKNOWZEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. On Page 11 of. 17 item~E states: "Punch time clock every 1 '/: hours at specified locations. (Clocks to be supplied by Contractor)" Please include additional specifications: "Four (4) time clocks are required. Time clocks are to be all-weather or weather resistant." On Page 13 of 17, please include additional specifications: "In the event of an emergency evacuation due to an industrial incident or pending . natural disaster, the site will be secured and all personnel evacuated as necessary. Security services will fie resumed upon the direction of the Director of Public. Works or his designee." . "Contractor to provide a cell phone for the use of the security guard in the event that emergency services (police, fire department, or ambulance) are required or the Director of Public Works or his designee needs to be contacted according to the terms of this contract." If you have any questions you can coritact, Yolanda Scypion-Goudeaux, Purchasing Assistant; (409) .983.8177 or Ross Blackketter, Director of Public Works, (409) 983.8180. (~ / /. \ Shawna Tubbs, Purchasing Manager Page 1 of l F BID FOR: Guazd Services at the Operation Center and Garase BID OPENING DATE: Mazch 3.2010 ~. DESCRIPTION MONTHLY COST YEARLY COST _o~ IsTYEAR ~ . $. q ~ ~~ ~'1~.~~ p 2Nn YEAR ~ $ ~I "I D o~ . ~ ~. `~ a $ lU0 p n 3ft°YEAR $ 5ig8..~° !~ $ (~ ~~t)i7 TOTAL, ., .. ~a $ Ig~l I~ ~. Receipt of addenda is acknowledged No. 1 Dated ~' I - I O Received ~ " I - I CO ANY NAM STREET ADDRESS ~~ ~.0 4~i©a~ SIGNATURE OF BI E P.O. BOX ~~~ ~ t~~~ t1.5 (PRINT OR TYPE NAME) ~~n . TITLE IYI~rkSa l1550C1cC~PS~.VQ~NI • EMAIL ~V~lA~1~1 ~~C'y.QS ~7~~ CI~TATE/ZIP '' 11~ ~g0-~~J~~~ID'T AREA CODE TELEPHONE NO. ~3d~-105- 3i~'7 AREA CODE FAX NO. , .Page 14 0117 - ' ' ,BID OPENING DATE: March 3.2010 CITY OF PORT. ARTHUR. INSTRUCTIONS TO BIDDER ested furnish their wm lete REMIT TO ADDRESS and Bidders are requ to P TAX IDENTIFICATION NUMBER.as indicated below: REMIT PAYMENT TO: ~ ~ n_ ~ °. COMPANY ~~ I~ 1'c ~~7 0~ J (~,1.~ .ADDRESS `( l) ~X ~ O z~ CITY/STATF/ZIP SEND PURCHASE ORDE\RnTO: ~ . . coMPANY ~`~ \C~r~S ~'(~~ ~ SSOGt 1,~~5 ADDRESS ~ ~ ~ ti oa~i crrYisTATE/z>p ~CA\~~'~1~rJ~° ~ ?C<JIS '~'~5~~ - TAX Page 15 of.17 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: ~~ 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. 0 - 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. J~ T~C S ~ z~ c_' c ~ , / ~ 5 Fir am Date Authorized Signature Title. Name (please print) - Telephone Email STATE: ~ %~ " ~ ~ COUNTY: ~~/~~~`` SUBSCRIBED AND SWI~RN to before me by-the above named `7 ~~ on this the ~ ~ ,day of ~' ~1Gv~" , 20~ ~sEt'a.~ t?II5KOIKSKE tJctary Public ~ STn~"r= OF TEXAS ftAy Comm. Exp. 0&10-10 Notary ~C~~= "~ i~'~1G~1( S 'ART OF THE BID PROPOSAL Page 16 of 17 ~ CONFLICT OF INTEREST QIJESTIONNAIRE FORM CIQ For Vendor or other person doing busiaess with local gwernmentsl entity This ques6omave is being filed in aceordance with Chapter 176,.Loca1 Govemmem Code by a person who has a businress relationship as defined by Section 176.001(la) with a local governmental entity and the person meets requirements raider Section 176.006 (a). By law this questionnaree must be filed with the records admiuistrator~ofrement two be filed. See Section t 76. 06, Lacaf Governments day after the date the person becomes aware of facts that require Code. A person commits an offense if the persoa lmowingly violates Section 176.006, Local Govemmem Code. An offense radar this section is a Class C misdemea~r. . - ` 1. Name ofpersoa who has s bnsiness relafionship with local governmental enttty. tJ/ Dos if yon are fdiag an ~--~ crate fil" authority not later than ^//~ (Tlte law requires that you file an updated completed gaestionaaire with the approp >n8 716 business day after the date the originally filed questionnaire becomes incomplete or inazcutate.) 3. Name of local a government ofrtcer wRh whom titer has employment or bnsioess relationship. . ~ r I~ Name of Officer , This sectioa (item 3 including subpartsA, B, C, 8c D) must be completed for each officer withwhom the filer has an employmem or other business relationship as defined by Section 176.001(t-a), Local Government Code. Attach additional pages m this Form CIQ as necessary. - _ ~ . A. Is the local government officer named in this section receiving or IOcely [o receive taxable income, other than nvesoent income, from the 5ler of the questonnaire? ~. Yes ~ No ~ - k B. Is the filer of thequeNstr~ nnaire receiving or likely to receive taxable income, other than investment income, from or at the. direction of the local government officer named in this section AND the taxable income is not received firm the local govetrunenffiI amity? Yes ~ No C. Is the filer of this questio ~ sire employed by a corporation or other business entity with n:spect to which the local government Officer serves as an officer or director, or holds an ownership of 10 percent or more? ^ yes ~ No D. srnbe each em a t~ b e relationshi with the local wemmem officer named 'm this section. ~~- ,t/ 3- !- I,~lo Page 17 of 17 Is Duly Licensed as - -`Security Contractor. Guard Company Under the provisions of Chapter 1702 Texas Occupations Code, as amended This License EXPIRES: 8/31/2010 " i PSB-47(8/05) ~'. ~" - .' i; _Bin~ctc~rY'z-Hcpt-of t~rbtrc9n, feh7-_-_ i P x ~' -. f%^~; The Texas Comptroller of Public Accounts (CPA), hereby certifies that MARKS & ASSOCIATES y has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program ` to be recognizedas a HUB: This certificate,-printed 29-NOV-2008, supersedes any registration and certificate previously issued by the HUB Program. If there are any changes regarding the information (i:e., business structure, ownership, day-today management, operational control, addresses, phone and fax numbers or authorized signatures) provided in the submission of the business' application for registration/certification as a HUB, you must immediately (within 30 days of such changes) notify the HUB Program in writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upon findings of ineligibility. CertificateNlD Number: 1262794648100 Paul A. Gibson FileNendor Number: 57948 Statewide HUB Program Manager. Approval Date: 26-NOV-2008 Texas Comptroller of Public Accounts Expiration Date: 26-NOV-2012 Texas Procurement and Support Services Division -Note: In order for State agencies and institutions of higher education (universities) to be credited for utilizing this business as a HUB, they must award payment under the Cert~cateNlD Number identified above: Agencies and universities are encouraged to validate HUB certification prior to issuing a notice of award by accessing the Internet (http:!/www.window.state.tx.us/procurement//cmbl/hubonly.html) or by contacting the HUB Program at (888) 863-5881 or (512) 463-5872. MARKS & ASSOCIATES • P.O. Box 1027 Baytown, Texas 77522 (281) 837-7464 Office (832) 695-3147 Fax No. Email:marksandassociates@yahoo.com Lic.6-15249 Executive Summary Marks & Associates Security Services and Training Academy Is duly licensed. in accordance with all state, county and local- laws governing the security industry. Shearon A. Marks is a 100% minority owner, devoting 24 hours a day to management in the Houston area. She will .provide capable ` management and personnel to support the City of Port Arthur. The company started in business on June 18, 2008 presently employs 13 security guards which have completed 30-hours of Commissioned Security Officer Training. Marks & Associates plans to be the prime contractor on this RFP. Founded in 2008, the company can provide complete. security services to government, industrial, commercial and professional organizations .and agencies nationwide.. Our owner has over 20+ years combined experience and has provided similar services'to a variety of state and federal organizations, as well as to the private z sector. ~~~E~ Marks & Associates will provide manage ent, supervision, manpower, equipment (vehicle), and supplies to ensure contract compliance and complete customer satisfaction to the City of Port Arthur. Marks & Associates agrees at its sole expense to_ substantiate claims made concerning capabilities, performance, service-features and any other claims made in this Proposal. Marks & Associates will provide references, personal interview`s, demonstrations and other means to verify Proposer's claims. . The Proposer and/or any of its principals have not been debarred, suspended, proposed for debarment, or been declared ineligible for the award of contracts by any government, state or local'agency. Letter of Transmittal: Marks & Associates will provide armed uniformed personnel and protective service for The City of Port Arthur . The services. will include security .guard services to staff The- City of Port Arthur facility to include the following hours. Marks & Associates Security Officers (Licensed through the Texas Department of .Public Safety) will control access and • cause criminals to perceive personal risks and help prevent crime, control. entering/departing people Jefferson County,property and help with safety, asset protection and crime and loss prevention initiates. The security guards will process employees, clients, customers, vendors, guests, visitors, and properties in and out of The City of Port Arthur and maintain accurate records,, transaction receipts and reports. All violations, incidents and unlawful acts will be reported and documented. All security guards will be qualified, trained and have a good working knowledge of the City of Port Arthur, business and goals prior to being assigned to and being posted at any of the proposed sites belonging to the City of Port Arthur. All security guards will. receive four (4) hours of initial training. with in the first forty (40) hour workweek at each of the stated posts = as outlined in this summary.. Ongoing training will be consisting of one (1) hour per calendar month will be provided. Successful completion of training. will be documented and (provided by Marks & Associates upon request.) Marks & Associates services include the following: formal written drug screening program, background checks (State CERTIFIED- education, criminal search, employment verification and national identifier search) and computer-generated reports. All Marks & Associates Security Officers will be required to display professional demeanors and attitudes at all times; report to duty stations at appointed time, with appropriate uniforms with emblems and badges, identifying the company as well as the officer. Our Officers are responsible for their own transportation to job site. The company will abide by all contract terms, warrants that it has been issued a Certificate . of License from Texas Department of Public Safety- as a Security Contractor (Guard. Company) and- is licensed as a Level III & IV Training School. Additionally, the company will provide the minimum insurance coverage as required. Marks & Associates hires only professionally trained security personneTand as an incentive Marks & Associates treats our employees as we would like to be treated, by rewarding those with outstanding performance rewards. In doing so, we are able to basically maintain the same staff since the business was formed, with relatively few changes. All employees are covered by our health insurance plan except for new hires,. which will receive these benefits after remaining employed with this company for a period of ninety (90) days. ' r The Contractor will provide: • Pre-service Training: • And in-service Training: , • A Screening Services and background investigations ' (License, age, driver's license, transportation, appearance and demeanor, high school diploma or equivalent, telephone at residence, .U.S. citizenship, command of the English language with report writing ability, physical. examinations (color blindness, communicable disease, ~ binocular vision, hearing, proficiency, psychological/emotional; mental defect or disease, and nofelony conviction or misdemeanor); • AnfEnforced Client's security policies, procedures and orders; • A list of names and phone- numbers of supervisory personnel who can be contacted 24 hours a day to respond to client's needs; • A list of rules, procedures, post orders (quarterly) divided according to "General" and "Specific"; • Compliance:with personnel standards; • Compliance with personnel screening requirements; • ~ Required vehicle, radio's, and approved uniforms and equipment, material and supplies; and • Compliance with security officer man-hour requirements including schedule changes or manpower additions requested by client. Authorized Persons to Make Representations for the Proposer Shearon A. Marks Chief Executive Officer and President Marks & Associates • P O Box 1027(Corporate) • Baytown, Texas 77522 •• (281) 837-7464 -Primary '' ® (832} 695-3147 -Fax • Email: marksandassociates(a~yahoo.com Accountant manager with overall responsibility for ensuring. that services are being provided in accordance with the requirements of City of Port Arthur (at no cost to the client). Reasa Vaughhn "Senior Operations Manager" Marks & Associates • P O Box 1027 (Corporate ) • Baytown, Texas 77522 • (281) 837-7464 -Primary • (832) 695.-3147 -.Fax ® Email: marksandassociates(ayahoo.com • Oversees Contract and Manages guard duties Contract Terms Marks .& Associates will sign the Contract Documents and provide any post-proposal documentation, insurance certificates, the Purchase Order,.. honor and modifications. Marks & Associates will furnish a "Certificate of Registration" Qualified, efficient, well-trained and discreet employees will perform all services in strict accordance with the recognized industry best practices and with the standards and special instruction of City of Port Arthur.. All personnel essential to continuity of quality- service will be available throughout the duration of the contract..Prior approval on personnel substitutions will be obtained and proposer will provide any substitute employees upon approval of the client. The proposer can provide as many officers needed to comply with contract requirements and supervisor(s) with 24-hour minimum notice time required for client to obtain extra service. Shearon A. Marks is authorized to make representations for the proposer and is authorized to bind Marks & Associates. Marks & Associates request 14 days notification of award of contract -until commencement of the required security services.. Marks & Associates will furnish-trained (prior to assigned) and competent personnel and shall -begin the work on the date specified by the contract and ensure its continuation for -the term of the contract. , Marks & Associates certifies. that its services will be discharged in anon-discriminatory manner. p. • Marks & Associates will provide continuing feedback as to the effectiveness of security procedures and recommended changes or development of new procedures. Contractor will prepare and submit security officer work' shift schedules to Client Representative at least (5) working days before effective date of implementations (changes or substitutions will receive prior consent of the Client Representative, except iri a bona fide emergency. ` Personnel will work their assigned post completely alert and. fit to perform their prescribed tasks.. Metropolitan Trer4sit Authority 7900 MaM P.O. Box 61429 - Houston,Texas 77203-429 713-739-4000 www.rMemetro.org July 15, 2008 METRO Board of Directors, David S. Wo91; Chairman Gerald B. Smith, Vice Chairman Jackie L Freeman, Secretary Burl BaDardant ' George A OeMOhtrand III James D'ocan II Carmen Oria Trinidad Mentlenha0 Sosa C. Jim Stewart III Presldem & Chief Executive Officer Frank J. Wilson SMALL BUSINESS PROGRAM NOTICE OF CERTIFICATION 6206082539._ Ms. Shearon A. Marks - Marks & Associates 340 N. Sam Houston Pkwy E, # 255 N ~,4V+~n TY 77~ir.!1 Dear Ms. Marks METR® ~~~ Congratulations! Yourapplicationfor certfication as a small business enterprise in METRO's SmaII Business Program has been approved. This affirms your certification . wfth METRO for projects in the area(s) fisted below: Professional Services (Security Guard Services) Provided: there are no changes in the firm, this certfication is valid for three years from the date on this IetYer. After three years, recer6ficatitin will. be required. Note,. too, that the firm's certification eligibility is subject to METRO's review at any time and you may be requested to provide relevant documentation. METRO appreciates your interest in its Small Business Program. You may request management and technical assistance by writing to my attention and stating specifically how .you would like to be assisted. Should you have any questions concerning METRO's small business provisions or procedures, feel free to contact Shurronda Murray _at (713) 739845. Si cerely, - ose Jimenez Director, Small siness Compliance ..Marks And Associates Reference Sheet 1). Company: VRM Security & Protection A¢encv, Inc. Contact Person: Vivian Martin, CEO Zf (r S Address: 12239 D West Vi11aQe Drive Telephone: 281.726.1270: 4~;~~, ~,..: !i 2). Company: The Martin's Groua. a~ ''f7 i ;. a J~ ~ ~ Contact Person:. Aer-al Martin, CEO ~ Address: 340 N Sam Houston Parlavav E., Suite 160 F Telephone: 281.780.9080. 3). Company: First Transit. Inc.. Contact Person: Randa Mc Kee, Project Manager Address: 5555 Deauville, Houston, Texas 77092 Telephone: 713.290.2868 irstTransit. 5555 Deauville Plaza Dr. Houston, Tx 77092 Tel: 713 290 2850 March 1.2010 Marks and Associates Security , PO Box 1027 Baytown, Texas 77522 To Whom It May Concern: First Transit, Inc. is a subcontractor for Houston MetYopolitan Transit Authority (METRO). As a part of ourcontract with METRO, we are obligated to have on contract Small Business Development companies as SBE or DBE's. We currently use Marks and Associates as our Security company for the facility located at 5555 Deauville Plaza Drive where we house 283 buses and employ over 450 employees. Marks and Associates have been certified by METRO as an SBE and currently have over 2.5 years in a 5 year contract with First Transit. They have performed their duties as theircontract states and First Transit hopes to continue to do business with-them in the future with otherlocations. If you have any questions concerning this information, please do not hesitate to contact me at 713 290-2868. Thank you, Ronda McKee - Executive Administrative Assistant f A FirslGroup America Company vrvnv.nrsnranse.com