HomeMy WebLinkAboutResolution - 2011-R0146 - Contract - Invisible Windows - LPSIA Window Cleaning, Annual Pricing - 04_14_2011Resolution No. 2011—RO146
April 14, 2011
Item No. 5.25
RESOLUTION
I BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 9991 for window cleaning
services at Lubbock Preston Smith International Airport -annual pricing, by and between
the City of Lubbock and Invisible Windows, and related documents. Said Contract is
attached hereto and incorporated in this resolution as if fully set forth herein and shall be
included in the minutes of the City Council.
Passed by the City Council on April 14, 2011
/A 6 r - Ate, 0 '--tw
TOM MARTIN, MAYOR
ATTEST:
D'0���e a
Ribec)a Garza, City Secretary
APPROVED AS TO CONTENT:
�w_'ee.' A/(�� ;F 9- 1�
Loomis, Director of Aviation
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vw:ccdocs/RES.Contract-Invisible Windows
March 29, 2011
Resolution No. 2011—RO146
CONTRACT # 9991
CITY OF LUBBOCK
CONTRACT FOR SERVICES
Window Cleaning Services
at
Lubbock Preston Smith International Airport Annual Contract
Bid No. 11-9991-DD
THIS CONTRACT, made and entered into this April 14, 2011, by and beth%cen the City of Lubbock
�ttld Invisible Windows of Lubbock ("Contractor") of Lubbock, Texas.
«'1TNESS MI:
WHEREAS, the City of Lubbock duly advertised for bids for Window Cleaning Seri ices at Lubbock
Preston Snlith International Airport for the City of Lubbock and bids were received and duly opcn�d as rctluircd
b` la%%; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City of Lubbock has
accepted such bid, and the execution, in the name of the City of Lubbock tt contract with said Contractor
covering the purchase and services of the said Window Cleaning Services at Lubbock Preston Smith
International Airport.
NOW, THEREFORE, in consideration of the mutual aureenlent contained herein, as well as the
financial consideration hereinafter referred to, the parties hereby covenant and agree as follows:
1. In accordance with City's specifications and Contractor's bid, copies of which specifications and hid
are hereto made part hereof, Contractor will purchase and service to the Window Cleaning Services "it
Lubbock Preston Smith International Airport specifically referred to as ltetn(s) No. 1-7 and niore
particularly described in the bid submitted by the Contractor or in the specifications.
2. The contract shall be for a period of one year, said date of term be,llllllil21 upon City Council dMe cif'
formal approval. The City and Contractor may, upon written mutual consent, extents the contract 161,
two additional one-year periods. The rates may be adjusted upward or downward at this time it it
percentage not to exceed the effective change in the Consumer Price Index (CPI) or Product Price Index
(Pill), whichever is most appropriate for the specific contract for the previoLIS I2-month;. At the City's
discretion, the effective change rate shall be based on either the local or national index aNeragc rate for
all items. If agtreenlent cannot be reached, the contract is terminated at the end of the currcalt contract
period.
}. This contract shall remain in effect until the expiration date, performance of services ordered, or
termination by either party \with a thirty (30) day written notice. Such written notice must state the
reason for cancellation. The City of Lubbock reserves the right to award the canceled contract to the
next lowest and best bidder as it deems to be in the best interest of the city.
4. The City promises and agrees to employ, and does employ, the Contractor to cause to be dolls the cork
provided for in this Contract and to complete and finish the same according* to the attached
specification~, offer, and terms and conditions contained herein. The City a�xreeti to pay the CO[ltracttar
according to the payment schedule attached; said payment schedule does not include any applicable
sales or use tax.
5. The: Contractor shall perform the work according to the procedure outlined in the specifications, anti
Invitation to Bid attached hereto and incorporated herein.
6. Contractor shall at all times be an independent contractor and not an agent or representative of City
with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as,
an agent or representative of City. In no event shall Contractor be authorized to enter into any
agreement or undertaking for or on behalf of City.
7. The Contractor shall obtain and maintain in full force and effect during the term of the contract,
commercial general liability coverage with insurance carriers admitted to do business in the State of
Texas. The insurance companies must carry a Best's Rating of A- VII or better. The policies will be
written on an occurrence basis, subject to the following minimum limits of liability:
INSURANCE COVERAGE REQUIRED
The City reserves the right to review the insurance requirements of this section during the effective
period of the contract and to require adjustment of insurance coverage and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decisions, or the claims
history of the industry as well as the Contractor.
Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are approved by
the City, the Contractor shall obtain and maintain in full force and effect for the duration of this
contract, and any extension hereof, at Contractor's sole expense, insurance coverage written by
companies approved by the State of Texas and acceptable to the City, in the following type(s) and
amount(s):
Worker's Compensation the Contractor shall elect to obtain, worker's compensation coverage pursuant
to Section 406.002 of the Texas Labor Code. Further, Contractor shall maintain said coverage
throughout the term of the Contract and shall comply with all provisions of Title 5 of the Texas Labor
Code to ensure that the Contractor maintains said coverage. Any termination of worker's compensation
insurance coverage by contractor or any cancellation or non -renewal of worker's compensation
insurance coverage for the Contractor shall be a material breach of this Contract." The contractor must
maintain Occupational Medical and Disability Insurance in lieu of Workers' Compensation. In either
event, the policy must be endorsed to include a waiver of subrogation in favor of the CITY OF
LUBBOCK. The Contractor shall also provide to the CITY OF LUBBOCK proof of Employers'
Liability in an amount no less than $500,000.
TYPE AMOUNT
Commercial General Liability
Per Occurrence:
General Aggregate
$100,000
Automotive Liability Any Auto: $100,000
Combined Single Limit
The City of Lubbock shall be named a primary additional insured on auto/general liability with a
waiver of subrogation in favor of the City on all coverage's and to include products of completed
operations endorsement. All copies of the Certificates of Insurance shall reference the ITB number for
which the insurance is being supplied.
The Contractor will provide a Certificate of Insurance to the City as evidence of coverage. The
certificate will provide 30 days notice of cancellation, and under the cancellation section, the wording
"endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind
upon the company, its agents or representatives" will be crossed out. A copy of the additional insured
endorsement attached to the policy will be included with the certificate.
The Contractor shall also maintain workers compensation insurance in the statutory amount. If at any
time during the life of the contract or any extension, the contractor fails to maintain the required
insurance in full force and effect, all work under the contract shall be discontinued immediately. Any
failure to maintain the required insurance may be sufficient cause for the City to terminate the contract.
8. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City or the State of Texas, at its expense and at reasonable times, reserves the
right to audit Contractor's records and books relevant to all services provided to the City under this
Contract. In the event such an audit by the City reveals any errors or overpayments by the City,
Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such
audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from
any payments due Contractor.
Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or interests
accruing from this Contract without the written consent of the other,
10. This Contract consists of the following documents set forth herein; Invitation to Bid #11-9991-DD,
General Conditions, Specifications, and the Bid Form.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year
first above written. Executed in triplicate.
CITY OF LUBBOCK
Tom Martin, Mayor
ATTEST:
Rebec a Garza, City Secretary
tw
cc e ., l
Director of A
APPRO AS O FORM:
Assistant City Attorney
CONTRACTOR
BY (/""�
Authorized Representative
30 5 3 J)on "I L A,
Address
A CCU
A�"t=
Resolution No. 2011—RO146
CONTRACT # 9991
CITY OF LUBBOCK
CONTRACT FOR SERVICES
Window Cleaning Services
at
Lubbock Preston Smith International Airport Annual Contract
Bid No. 11-9991-DD
THIS CONTRACT, made and entered into this April 14, 2011, by and between the City of Lubbock ("City"),
and Invisible Windows of Lubbock ("Contractor") of Lubbock, Texas.
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Window Cleaning Services at Lubbock
Preston Smith International Airport for the City of Lubbock and bids were received and duly opened as required
by law; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City of Lubbock has
accepted such bid, and the execution, in the name of the City of Lubbock a contract with said Contractor
covering the purchase and services of the said Window Cleaning Services at Lubbock Preston Smith
International Airport.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the
financial consideration hereinafter referred to, the parties hereby covenant and agree as follows:
1. In accordance with City's specifications and Contractor's bid, copies of which specifications and bid
are hereto made part hereof, Contractor will purchase and service to the Window Cleaning Services at
Lubbock Preston Smith International Airport specifically referred to as Item(s) No. 1-7 and more
particularly described in the bid submitted by the Contractor or in the specifications.
2. The contract shall be for a period of one year, said date of term beginning upon City Council date of
formal approval. The City and Contractor may, upon written mutual consent, extend the contract for
two additional one-year periods. The rates may be adjusted upward or downward at this time at a
percentage not to exceed the effective change in the Consumer Price Index (CPI) or Product Price Index
(PPI), whichever is most appropriate for the specific contract for the previous 12-months. At the City's
discretion, the effective change rate shall be based on either the local or national index average rate for
all items. If agreement cannot be reached, the contract is terminated at the end of the current contract
period.
This contract shall remain in effect until the expiration date, performance of services ordered, or
termination by either party with a thirty (30) day written notice. Such written notice must state the
reason for cancellation. The City of Lubbock reserves the right to award the canceled contract to the
next lowest and best bidder as it deems to be in the best interest of the city.
4. The City promises and agrees to employ, and does employ, the Contractor to cause to be done the work
provided for in this Contract and to complete and finish the same according to the attached
specifications, offer, and terms and conditions contained herein. The City agrees to pay the Contractor
according to the payment schedule attached; said payment schedule does not include any applicable
sales or use tax.
5. The Contractor shall perform the work according to the procedure outlined in the specifications, and
Invitation to Bid attached hereto and incorporated herein.
6. Contractor shall at all times be an independent contractor and not an agent or representative of City
with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as,
an agent or representative of City. In no event shall Contractor be authorized to enter into any
agreement or undertaking for or on behalf of City.
7. The Contractor shall obtain and maintain in full force and effect during the term of the contract,
commercial general liability coverage with insurance carriers admitted to do business in the State of
Texas. The insurance companies must carry a Best's Rating of A- VII or better. The policies will be
written on an occurrence basis, subject to the following minimum limits of liability:
INSURANCE COVERAGE REQUIRED
The City reserves the right to review the insurance requirements of this section during the effective
period of the contract and to require adjustment of insurance coverage and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decisions, or the claims
history of the industry as well as the Contractor.
Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are approved by
the City, the Contractor shall obtain and maintain in full force and effect for the duration of this
contract, and any extension hereof, at Contractor's sole expense, insurance coverage written by
companies approved by the State of Texas and acceptable to the City, in the following type(s) and
amount(s):
Worker's Compensation the Contractor shall elect to obtain worker's compensation coverage pursuant
to Section 406.002 of the Texas Labor Code. Further, Contractor shall maintain said coverage
throughout the term of the Contract and shall comply with all provisions of Title 5 of the Texas Labor
Code to ensure that the Contractor maintains said coverage. Any termination of worker's compensation
insurance coverage by contractor or any cancellation or non -renewal of worker's compensation
insurance coverage for the Contractor shall be a material breach of this Contract." The contractor must
maintain Occupational Medical and Disability Insurance in lieu of Workers' Compensation. In either
event, the policy must be endorsed to include a waiver of subrogation in favor of the CITY OF
LUBBOCK. The Contractor shall also provide to the CITY OF LUBBOCK proof of Employers'
Liability in an amount no less than $500,000.
TYPE AMOUNT
Commercial General Liability
Per Occurrence:
General Aggregate
$100,000
Automotive Liability Any Auto: $100,000
Combined Single Limit
The City of Lubbock shall be named a primary additional insured on auto/general liability with a
waiver of subrogation in favor of the City on all coverage's and to include products of completed
operations endorsement. All copies of the Certificates of Insurance shall reference the ITB number for
which the insurance is being supplied.
The Contractor will provide a Certificate of Insurance to the City as evidence of coverage. The
certificate will provide 30 days notice of cancellation, and under the cancellation section, the wording
"endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind
upon the company, its agents or representatives" will be crossed out. A copy of the additional insured
endorsement attached to the policy will be included with the certificate.
The Contractor shall also maintain workers compensation insurance in the statutory amount. If at any
time during the life of the contract or any extension, the contractor fails to maintain the required
8.
9.
10.
insurance in full force and effect, all work under the contract shall be discontinued immediately. Any
failure to maintain the required insurance may be sufficient cause for the City to terminate the contract.
At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City or the State of Texas, at its expense and at reasonable times, reserves the
right to audit Contractor's records and books relevant to all services provided to the City under this
Contract. In the event such an audit by the City reveals any errors or overpayments by the City,
Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such
audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from
any payments due Contractor:
Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or interests
accruing from this Contract without the written consent of the other.
This Contract consists of the following documents set forth herein; Invitation to Bid #11-9991-DD,
General Conditions, Specifications, and the Bid Form.
IN WITNESS WBEREOF, the parties hereto have caused this Contract to be executed the day and year
first above written. Executed in triplicate.
CITY OF LUBBOCK
Tom Martin, Mayor
ATTEST:
Rebec a Garza, City Secretary
.S TO CONTI
Q- -,
Director of A
APPRO AS O FORM:
Assistant City Attorney
CONTRACTOR
BY 1�9
Authorized Representative
`3o S 13 �l: e►�. a�u�
Address
L6CL TX 7ayib
Window Cleaning Services at Lubbock Preston Smith International Alnmrt - Annual Pricing, ITB-11-MI-OD
Resolution No. 2011—RO146
City of Lubbock, Texas
Purchasing and Contract Management
Window Cleaning Services at Lubbock Preston Smith International Airport - Annual Pricing
BID FORM
In compliance with the Invitation to Bid ll-"91-DD, the undersigned Bidder having examined the Invitation to Bid and
Specifications, and- being familiar with the conditions to be met, hereby submits the following Bid for furnishing the
material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at
the locations and for the prices set forth on this form. The Invitation to Bid 11-"91-DD is by reference incorporated in this
contract. The Bid Form must be completed in blue or black ink or by typewriter.
ITEM
SERVICE LOCATION
BI-MONTHLY
FREQUENCY
*ANNUAL RATE
RATE
1
Interior and exterior surfaces of windows in the four terminal
entranceways, including glass doorways and above doors as
specified herein. This item does not include the upper windows
Ion
$ 6S xb
X 6
$
the sides of the entranceways.
,
2
Interior surfaces of all floor -level exterior windows in the
terminal building on the main level, including all windows in the
passenger gate stairwell areas; and interior surfaces of 2"d floor
X 6
hallway windows overlooking the parking tot, as specified
,
herein. This item does not include the short, upper windows
-4 I q4b, as
a rox. 24-inches hi
1
8ioL1\,r(i{
3
Exterior surfaces of all exterior windows on the main floor
including all floor -level windows, upper windows brick side
(excluding the airline ticket counter area covered by blinds),
X 6
upper windows carpet side, all passenger gate stairwell windows,
and the second floor hallway windows overlooking the parking
lot, as specified herein.
I$
1,qo0oa
g4tio.00
ITEM
SERVICE LOCATION
ANNUAL RATE
FREQUENCY
"ANNUAL RATE
4
Interior and exterior surfaces of uppermost windows in the four
terminal entranceways, and sterile side partitions near passenger
$
X 1
$
gates 3 and 8, as specified herein.
5
Interior surfaces of upper windows on carpet side overlooking
ramp area, and interior surface of upper windows on the brick
X 1
side, as specified herein.
�,
I A00, 00
6
Interior surfaces of all windows on the second floor of the
terminal building overlooking the carpet sidelsterile area.
X 1
Locked offices must be accessed, as specified herein.
�
Scmo
560 , 00
7
Exterior surfaces of all windows on the second floor of the
terminal building overlooking the carpettsterile area, and the
X 1
exterior surfaces of the upper windows at the airline ticket
It
counter area covered by blinds, as specified herein.
60 ' 00
TOTAL ANNUAL BID
$
*PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed
PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of --6— %, net = calendar days.
Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will
be NET TFIIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice
Page 4 of 3.1-:
Window Cleaning Services at Lubbock Preston Smith International Airport -Annual Pricing, ITt3-11-9991-0D
orafter the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City
within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the
date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever
event occurs later. Discounts for payment in less than ten days will not be considered.
MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged
anyone else, including its most favoured customer, for like quality and quantity of the products/services; does not include
an element of profit on the sale in excess of that normally obtained by the Bidder on the sale of products/services of like
quality and quantity; and does not include any provision for discounts_ to selling. agents. If_at_any time during the contract_
period, the supplier should sell or offer for sale to any other customer, an equal or less quantity of similar contract products
of like or better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same
product(s) at the lower price(s) on all deliveries made during the period in which such lower price(s) is effective.
INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the
State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements
as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same
services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space
provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should
these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms,
conditions, specifications, and pricing would apply?
Other governmental entities that might have interests in this contract are Frenship Independent. School District,
Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School
District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas
Municipal Power Agency, Lynn County, and City of Wolfforth.
YES NO
• If you (the bidder) checked YES, the following will apply:
• Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will
be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this
solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that
governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another
governmental entity's debts. Each governmental entity will order their own materialstservice as needed.
THIS BID IS SUBMITTED BY a corporation organized under
the laws of the State of 1 or a partnership consisting of
or an individual trading as �1Uu,`s r nnit W f ►v do u.2 S of the City of
Firm- �N1/l.ciVe W , yVaDWS
Address: So s- . ,V U tA6Z.
City: State:_ zip 7 7
MIWBE
Firm:
Woman Black American Native can
Hispanic American
Asian Pacific
Other (S*ify)
Americ
Window Cleaning Services at Lubbock Preston Smith International Airport -Annual Pricing, ITB-11-9991-Do
``o� Authorized Representative -must sign by hand
Officer Name and Title: e_ o� tr �/t 1yP Y/cam / VCi✓74-
Pleasye Print /
Business Telephone Number RV 6 - q % 9 - / Q" FAX:'
E-Mail Address: _ /ji_1/t 6 _lA J e-A.0 i (VG _ s & • �0�►'1
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over $25, 000): Date P.O./Contract Issued:
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND
TIME, AND YOUR COMPANY NAME AND ADDRESS.
Page 6 of 31