Loading...
HomeMy WebLinkAboutResolution - 4969 - Contract - Pedus Building Services - Custodial Services - 09/28/1995Resolution No. 4969 September 28, 1995 Item 418 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract and all related documents by and between the City of Lubbock and Pedus Building Services of Lubbock, Texas to furnish all services as bid for the Custodial Services for the City of Lubbock, which contract is attached hereto, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and bq?rjro esolution as if fully copied herein in detail. Passed by the City Council this 2*&th o tembrr JV VID R. LANGSTON, MA ATTEST: BettyOMYolms8n, City Secretary APPROVED AS TO CONTENT: Victor Kilman, Aurchasing Manager APPROVED AS TO FORM: Donald G. Vandiver, First Assistant City Attorney dplccd=\pedus.res September 4, 1995 4q67 CITY OF LUBBOCK CUSTODIAL SERVICES CONTRACT BID #13267 Lubbock, Texas R95 04 CONTRACT STATE OF TEXAS § COUNTY OF LUBBOCK § THIS AGREEMENT, made and entered into this 28th day of mber 1995, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R Langston, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and Pedus Building Services Inc of the City of Lubbock County of Lubbock and the State of Texas, hereinafter termed CONTRACTOR WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER the CONTRACTOR hereby agrees with OWNER to commence and complete the performance of the contract as described in the following: BID #13267 CITY OF LUBBOCK-CUSTODIAL SERVICES -VARIOUS BUILDINGS INCLUDING Municipal Square Municipal Building Mahon Library r' Health Department Building Services Maintenance Shop Police Storage (Property Room) Fire Maw Police Academy Fleet Services (Garage) Solid Waste (Administration) Municipal Hill (Electric, Water/Streets) Fire Academy �.. Fine Arts Center Godeke Library Safety City Community Centers (6) Senior Citizen Centers (3) and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own rr proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the performance of this contract in accordance with the contract documents as defined in the General Conditions of Agreement. ,�accm ma acme ton or the ei be a rosted for the subsequent term(s) un to one hundred oerVmd (100%) of the cost of living increase/decrease as measured by the Consumer Puce Index (CPI) CPI refer -d to herein is the Consumer Price Index for Urban Wage Earners and Clerical Workers fAll Items) for the U S Crtv Average The CONTRACTOR hereby agrees to commence performance of the contract within ten days after the date written notice to do so shall have been given to him. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make .. payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presen have ex agreement in Lubbock, Lubbock County, Texas in the year and day first above written. .. ATTEST: C LUBB OSEPM . r 'VAYOR APPROVED AS TO CONTENT: CONTRACTOR: APPROVED AS TO FORM: r ATTEST: Corporate Secretary r T1TLE: �P�, �a w / 11taka7eo- COMPLETE ADDRESS: ec.41 �,or r/YQ� t keit 006 (40 u S�O 14 T;, /-7019- 7 CONTRACT #13267, CUSTODIAL SERVICES GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner is used in this contract, it shall be understood as referring to the City of Lubbock, POO Texas. 2. CONTRACTOR Whenever the word Contractor, it shall be understood to mean the person, persons, co -partnership or corporation, to -wit: Pedus Building Services. Inc. who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to the Building Services Manager, City of Lubbock, under whose supervision these contract documents, including the specifications, were prepared, and who will inspect work; or to such other representative, supervisor, �.., or inspector as may be authorized by said Owner to act in any particular instance under this agreement. Supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise € the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. S. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. ` 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. b 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. 7 CONTRACT #13257, CUSTODIAL SERVICES 8. PERFORMANCE OF THE CONTRACT All work shall be done and all materials furnished in strict conformity with the specifications and contract documents. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY As provided in the bid specifications and the bid, it is mutually agreed between the parties to this Agreement that the Owner's Representative shall review all work included herein. Additionally, contractor agrees that he has the authority to provide for deductions as provided in the contract documents. 10. SUPERINTENDENCE AND INSPECTION a It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such inspectors as the said Owner's Representative may deem proper to inspect the work done under this Agreement, and to see that said work is done in accordance with the specifications therefore. 11. CONTRACTOR'S DUTY AND SUPERINTENDENCE 4 " The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the premises, during the term of the contract, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and all r» directions given to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the contract and lack of such supervision shall be grounds for suspending operations of the Contractor. The services to be provided under the contract shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the services. .. 12. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the services to be provided, the character of equipment needed during the prosecution of the contract, and all other matters which in any way effect the services under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 13. CHARACTER OF EMPLOYEES The Contractor agrees to employ only orderly and competent employees as provided in the contract documents; and agrees that whenever the Owner's Representative shall inform him in writing that any person or persons on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such person or persons shall be discharged from the work and shall not again be employed at the owner's premises without the Owner's Representative's written consent. 14. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe the work done under this agreement as provided in the contract documents. r t 7 CONTRACT #13267, CUSTODIAL SERVICES t^ 15. DEFECTS AND THEIR REMEDIES It is further agreed that if the services or any part thereof, or any supplies, shall be deemed by the Owner or Owners' Representative as unsuitable or not in conformity with contract documents, the Contractor shall, correct such defects as provided in the contract documents 16. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all services to be provided pursuant to the contract documents is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to provide the service in accordance with the intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions in these specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, as described in the Invitation to Bid, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his bid to complete the work in accordance with the specifications. 17. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If, at any time, the working force of the Contractor is inadequate to provide the services contemplated by this agreement, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance. The Owner may, by written order, make changes in the general scope of the contract and in the specifications. The contractor will be given as much advance notice as is practicable when, for example, an entire facility of or floor of an office building, is to be added or deleted from the contract. If the changes so ordered cause an increase or decrease in the price of the contract, an equitable adjustment will be made and the contract modified accordingly. 18. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Worker's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Worker's Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building codes. The Contractor, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor its agents or employees, in the performance of said contract. The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions of either the Contractor or any of his subcontractors. 19. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. 1 CONTRACT #13267, CUSTODIAL SERVICES A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of 51,000,000 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion "c" waived) B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows: For bodily injuries, including accidental death and or property damage, 1 000 000 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, S 1000 000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $2.000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least 51,000,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services, for the duration of the contract. CONTRACT #13267, CUSTODIAL SERVICES a 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements + ' of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services pursuant to this contract. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the contractor's current certificate of coverage ends during the contract, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the contract. 6. The contractor shall retain all required certificates of coverage for the duration of the contract and for one year thereafter. 7. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services pursuant to the contract. 8. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The contractor shall contractually require each person with whom it contracts to provide services on the project, to: i (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services. I (b) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person r i providing services, for the duration of the contract; (c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current !^ certificate of coverage ends during the duration of the contract; (d) obtain from each other person with whom it contracts, and provide to the contractor: (1) a certificate of coverage, prior to the other person beginning work; and i 7 CONTRACT #13267, CUSTODIAL SERVICES (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the contract and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services pursuant to the contract will be covered by worker's compensation coverage for the duration of the contract, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work pursuant to this contract is commenced, each Contractor and subcontractor shall submit to r. the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (S) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. v CONTRACT #13267, CUSTODIAL SERVICES f r (8) If policy limits are paid, new policy must be secured for new coverage to complete the contract. H. Fidelity Bond In addition, all employees of Contractor and any Subcontractor shall be subject to a blanket fidelity bond of not less than $100,000.00, which shall be obtained at the Contractor or Subcontractor's expense. 20. DISABLED EMPLOYEES Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 21. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the r" Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs ` arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 22. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. Contractor agrees that the contract will not be sublet without the Owner's prior written consent. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 23. TIME OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. 24. TERMINATION r Termination for Convenience: The Owner may terminate the contract in whole or in part, wherever the Owner determines that such termination is in the best interest of the City of Lubbock, without showing good cause, upon giving written notice to the contractor. The Owner shall pay all reasonable costs incurred by contractor up to the date of termination. However, in no event shall contractor be paid an amount which exceeds the price bid for the CONTRACT #13267, CUSTODIAL SERVICES work performed. The contractor shall not be reimbursed for any profits which may have been anticipated but which have not been earned up to the date of termination. Termination for Default: When the contractor has not performed or has unsatisfactorily performed the contract, the owner may terminate the contract for default. Upon termination for default, payment may be withheld at the discretion of the owner. Failure on the part of the contractor to fulfill the contractual obligations shall be considered just cause for termination of the contract. The contractor will be paid for work satisfactorily performed prior to termination less any excess costs incurred by the owner in reprocuring and completing the work. 25. CONFLICTS In the event any general terms of this agreement conflict with the any specific terms of the bid specifications and such conflict cannot be resolved, the terms of the bid specifications shall control. 26. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the services to be provided, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the provision of services, shall be sustained and borne by the Contractor at his own cost and expense. 27. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. r INDEMNIFICATION BY CONTRACTOR Contractor agrees to defend, indemnify and hold City, its officers, agents, and employees, harmless against any and all claims, lawsuits, judgments, costs and expenses for personal injury (including death), property damage or other harm for which recovery of damages is sought that may arise out of or be occasioned by Contractor's intentional or negligent breach of any of the terms or provisions of the Contract, or by any other negligent or strictly liable act or omission of Contractor, its officers, agents, employees or subcontractors, in the performance of this Contract; except that the indemnity provided for in this paragraph shall not apply to any liability resulting from the sole negligence or fault of City, its officers, agents, employees or separate contractors, and in the event of joint and concurring responsibility of the Contractor and the City, responsibility, if any, shall be apportioned comparatively in accordance with the law of the State of Texas, without waiving any governmental immunity available to the City under Texas law and without waiving any defenses of the parties under Texas law. The provisions of this paragraph are solely for the benefit of a reto and not intended to create or grant any rights, contractual or otherwise, to an other person entity. APPROVED AS TO C. DATE: r CITY OF LUBBOCK PURCHASM DEPARTMENT P.O. BOX 2000 LUBBOCK, TEXAS 79457 (806)767-2167 Gentlemen: Please QUOTE the following not later than 2:00 p.m., July 4-,,8,1995: INVITATION TO BID BID #13267 CUSTODIAL SERVICES I. INSTRUCTIONS TO BIDDERS 1.0 BID DELIVERY, TMIE & DATE 1.1 The City of Lubbock will receive written and sealed bids to furnish all labor, equipment, materials, tools, insurance, supervision, and all other items incidental thereto and to perform all work necessary and specified in the prescribed manner and time, to provide all CUSTODIAL SERVICES per the attached specifications. Sealed bids will be received until 2:00 p.m. CST Tuesday. July 44 18 1995 at the office listed below at which time they will be opened and read aloud. Bids received after that date and time will not be opened. Each bid and supporting documentation must be in a sealed envelope or office plainly labeled in the lower left-hand corner: 'BID #13267, CUSTODIAL SERVICES" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or office. Bids must be addressed to: Victor Kilman Purchasing Manager City of Lubbock 1625 13th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsindle transmission. Bids may be withdrawn prior to the above scheduled time set for closing of the bids. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2.0 BID COPIES 2.1 Each bid is to be submitted in three (3) copies by the date and time indicated. Additional copies may be requested by the City of Lubbock if deemed necessary. 2.2 All bids must be submitted on this form and the attached specification sheets. Bidder shall state on the Bid Form in spaces provided the monthlv rate for the Custodial Services he/she can provide for each location. The payment terms are to be Net 30 unless a discount is offered. The Bidder must sign in the space provided. BID #13267, CUSTODIAL SERVICES ADDENDUM k2 3.0 BID PACKET ADDENDA & MODIFICATIONS 3.1 Any bidder in doubt as to the true meaning of any part of the specifications or other contract documents may request an interpretation thereof from the Purchasing Manager. In order to have a request for interpretation considered, the Bidder must submit a written request to the Purchasing Manager no later than fourteen (14) days prior to the date bids are due (Close Date). In the event the Purchasing Manager deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Manager. Such addendum issued by the Purchasing Manager will be sent to all bidders receiving the original Invitation to Bid (ITB) and attending the mandatory pre-bid conference and said addendum will become part of the bid package having the same binding effect as provisions of the original M. No verbal explanations or interpretations will be binding. 3.2 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4.0 BID PREPARATION COSTS 4.1 Issuance of this PTB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 4.2 Issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 4.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 5.0 PROPRIETARY INFORMATION 5.1 If you consider any portion of your bid to be confidential information and that disclosure of its contents to competing bidders would be detrimental to your company, identify clearly those portions. The identified portions will be protected from disclosure to the extent possible under the law. 5.2 Bidders will not be provided copies or viewing of the detailed bid responses prior to award of the contract. After the award of the contract, complete bid documentation (except for those portions classified as proprietary) will be available for inspection at the address where bids are submitted. 6.0 MANDATORY PRE-BID CONFERENCE 6.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the elarification of the bid documents, a mandatory pre-bid conference will be held at the Municipal Building, Committee Conference Room 103,1625 13th Street, Lubbock, Texas, on Tuesdav, June 20, 1995 at 9:00 am., CST. All persons attending the conference will be asked to identify themselves and the prospective bidder they represent. 6.2 Bidders must attend the pre-bid conference prior to submission of a bid. The Citywill not be responsible for providing information discussed at the pre-bid conference to bidders who do not attend the pre-bid conference. 6.3 Attendance at the pre-bid conference is mandatory for a bid to be considered. 7.0 MINORITY AND WOMEN BUSINESS ENTERPRISE (MlWBE) REQUIREMENTS 7.1 The City of Lubbock encourages opportunities for Minority and Women Business Enterprises (M/WBE's). A MIWBE is defined as a small business concern which is at least 51% owned and controlled by one or more socially and economically disadvantaged individuals, or in the case of any publicly owned business, at least 51% of the stock of which is owned by one ore more socially and econonucally disadvantaged individuals. Socially and economically disadvantaged include Women, 2 BID #13267, CUSTODIAL SERVICES Black Americans, Hispanic Americans; Native Americans, Asian -Pacific Americans, ADDENDUM #2 and Asian -Indian ^ Americans. t; 7.2 The City of Lubbock notifies all bidders that in regard to any contract entered into, Minority and r . Women Business Enterprises (M(WBE's) will be afforded equal opportunity to submit bids and will not be discriminated against on the basis of race, color, sex, or national origin in consideration for an award. .r 8.0 AUTHORIZATION TO BIND SUBMITTER OF BID 8.1 Bids are to be signed by an officer of the company authorized to bind the submitter to its provisions. Bids are to contain a statement indicating the period during which the bids will remain valid. A period of not less than ninety (90) days is required. The bid submitted by the bidder shall become an integral part of the contract between the City and the Bidder and the representations, covenants, and conditions therein contained shall be binding upon the person, firm or corporation executing the same. 8.2 Failure to manually sign bid will disqualify it 9.0 TAXES 9.1 The City is exempt from all State sales taxes. Do not include sales tax in your bid price or on your invoices. Tax exemption certificates gill be supplied upon request. 10.0 VENDOR INQUIRIES 10.1 No bidder shall request anv information verbally Requests for additional information or clarification concerning this bid must be in writing and addressed to: Victor Kilman Purchasing Manager City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Fax (806)767-2164 10.2 No verbal agreement or conversation with any officer, agent or employee of the City either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in the Contract. Any such verbal agreement or conversation shall be considered as unofficial information and in no way binding upon the City or the Contractor. 11.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 11.1 Before submitting a bid, each bidder must thoroughly examine the contract documents and project sites to ensure that the services you are proposing meet the intent of these specifications. 11.2 Submission of a bid, will serve as prima facia evidence that the Bidder has examined the sites and is fully aware of all conditions affecting the Contract service. 12.0 BIDDING 12.1 Bidders are instructed to consider the following factors in preparation of your bid: 12. 1.1 Bids shall remain firm for a period of 90 calendar days after bid opening. 12.1.2 No Bidder shall take exception to the specifications herein. Bids submitted taking exception to the specifications may be rejected as non-responsive. F" e BID #13267, CUSTODIAL SERVICES ADDENDUM #2 12.1.3 Bidders are instructed to include all necessary charges related to the contract 12.2 Right of First Refusal Bid. 12.2.1 The Bidder must submit an alternate bid which shall include Right of First Refusal employment to all current City of Lubbock employees whose positions would be eliminated in the event that the City awards the contract to the Contractor. All such employees shall be offered employment in a comparable position to that held by the employee immediately prior to the contract start date and the Contractor shall offer each affected City employee the same level of pay and benefits to those provided by the City based on the employee's position and seniority during the first year of the contract. The City of Lubbock shall agree that any such affected employees, who are rehired by the City _ within six (6) months after separation from the City, will retain the seniority associated with their City employment (as of the date of separation from the City) for any pay or benefits based on seniority. The Contractor shall guarantee employment to those employees who are hired _ from current permanent employees for a minimum of one (1) year during which period of time they can only be terminated for cause as defined by the City's Rules and Regulations (See Exhibit 2). Affected Employee(s) HOURLY SALARY RANGE _ JOB TITLE MIN. M4X. POSITIONS Custodian 85.97 $8.79 25 Supervisor 89.18 $13.84 1 Hourly rates effective October 1,:1994. Progression through salary range based on performance. Item Monthly Salary Benefits 1-7 S23,738.00 S4,927.00 8-12 S2,590.00 $564.00 13-16 82,462.00 5533.00 17-20 (Exclude 57,383.00 51,473.00 Party Houses) 21 Party Houses $0.00 50.00 (Benefits include cost of health, dental and life insurance, retirement, and FICA. They do not include worker's compensation costs or unemployment compensation costs). Positions Affected Item Custodian Supervisor 1-7 16 1 8-12 2 0 13-16 2 0 17-20 (Exclude Party Houses) 5 0 21 Party Houses 0 0 Affected employees must meet Contractor's written pre-employment standards. Contractor's written pre-employment standards must be submitted with your bid. 12.3 Irregular bids. 122.3.1 Bids will be rejected which are not submitted on the forms furnished to the bidder by the Cit}. No alterations in bids will be acceptable unless each such alteration is signed or initialed by the 4 BID #13267, CUSTODIAL SERVICES l ADDENDUM Bidder. If initialed, the City may require the Bidder to identify any alterations so initialed. A R., bid may be rejected in which omissions occur or which has been conditioned by the Bidder or wherein the alterations are unacceptable to the City. 12.2.2 The City has the right to reject any and all bids which fail to meet the literal and exact 7 requirements of the specifications. The City expressly reserves the right to waive minor or slight irregularities in a bid which in the City's judgment are in the best interest of the public and do not provide a material advantage to the Bidder over all other Bidders. The City's 711 decision on irregularities in a Bid, shall be final and conclusive and shall create no right in any bidder. 13. BID BOND 13.1 Bidders are required to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the city of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract within ten (10) days after notice of award of the contract to him/her. 14.0 ACCEPTANCE OR REJECTION OF BIDS 14.1 The City reserves the right to accept the Bid which in the judgment of the City Council is the lowest and best Bid, to reject any and all Bids without qualifications, and to waive irregularities in any Bid. 14.2 Any or all Bids will be rejected if there is reason to believe that collusion existed among the Bidders. r� Bids received from participants in such collusion will not be considered for the same work when and if t re -advertised. Bids may be rejected from Bidders who are or have been in default on a previous Contract with the City. r-� 15.0 AWARD OF CONTRACT BY CITY COUNCIL 15.1 As soon as practicable after opening the bids the name(s) of the apparent successful bidders) will be submitted to the Cite Council for final approval of award Bids will be awarded for Items 1-7 All or r None Items 5-12 All or None Items 14-16 All or None and Items 17-20 All or None or Items 1-20 (excluding Item 13) All or None. 15.2 If approved by the City Council, the Purchasing Department will provide properly prepared Contract documents to the Contractor. After proper execution of the Contract, the Contractor shall return all documents required to the Purchasing Manager for submission to the City Secretary 15.3 No award will be made until all necessary investigations have been made to determine the eligibility and responsibility of the Bidder under consideration. The City may require the three lowest Bidders to submit a certified financial statement; an experience record, a list of additional equipment available for the Work; and a certified statement disclosing all ownership interests whether direct, indirect or beneficial and including intermediate and ultimate ownership interests where several levels of ownership exist, disclosing any single source for in excess of 30% of outstanding debt and disclose any person or entity that has guaranteed in excess of 30% of the Bidders outstanding debt; furthermore, such disclosures shall contain any information of or relating to any and all common ownership, control, management or common pecuniary benefit said bidding entity, its owners, management or representative possess or retain in any other entity now participating in CUSTODIAL SERVICES contracts. (The City Council shall be the sole judge as to the eligibility of the Bidder and the responsibility of the Bidder to satisfactorily perform the work specified within the Contract time). 15.4 The City may, by written notice to contractor, cancel the contract if it is found by the City that gratuities, in the form of entertainment, gifts, or otherwise, were offered or given by contractor or any agent or r., representative of contractor, to any employee or City council member with a view toward securing an F BID #13267, CUSTODIAL SERVICES ADDENDUM 92 order or securing favorable treatment with respect to the awarding or amending, or the making of any determinations with respect to the performing of such order. 15.5 The foregoing action by the City or the Bidder shall in no way provide any cause whatsoever for a claim against the City by the Bidder. _ 15.6 All actions taken pursuant to this bid and/or contract must be in compliance with all Federal and Texas State Laws and regulations. 16.0 EXECUTION OF CONTRACT ' 16.1 Within ten (10) calendar days after notification of award of Contract, the Bidder to whom the award is — made shall execute the Contract and submit it to the Purchasing Manager and shall furnish Insurance satisfactory to the City. 17.0 FAILURE TO EXECUTE CONTRACT 17.1 It is agreed by the Bidder that upon its failure to enter into the contract within ten calendar days, the amount of the Bidder's Surety shall become the property of the City and shall be retained, not as a penalty but as liquidated damages. The award of the Contract may then, at the discretion of the City, be made to the next lowest responsible Bidder, or the work may be re -advertised or may be performed by the City in any legal manner. — 18.0 NOTICE TO PROCEED 18.1 Since no interruption of the existing service is permissible, any service transition must be coordinated and executed at the time set. 18.2 The Bidder should be aware of the City's intent to issue the Notice to Proceed upon awarding of the contract. 18.3 The Contractor shall commence work within ten (10) days after receipt of the Notice to Proceed. 18.4 Thirty days after the contract start date; and on the contract start date in subsequent years, if a follow-on contract is negotiated; the contractor will furnish the Building Services Manager: A Daily Cleaning Schedule for all buildings, indicating times (within 1 hour) that cleaning will be completed by building, area and room. The requirement for, within 1 hour, will apply to buildings 10,000 square feet or larger. The contractor will also furnish a Periodic Cleaning Schedule (Weekly, Monthly, Quarterly, Twice Yearly, and Yearly). a. Daily Cleaning is defined as services performed every work day. b. Periodic Cleaning is defined as services performed less frequently than daily. 19.0 EXAMINATION OF THE SITE OF THE WORK Submission of a bid, will serve as prima facia evidence that the Bidder has examined the sites and is fully aware of all conditions affecting the Contract service. 20.0 FAMILIARITY WITH LAWS AND ORDINANCES The submission of a Bid on the Work to be performed under the Contract shall be considered as the representation that the bidder is in compliance with all federal, state and local laws, ordinances and regulations pertaining to the Work or equipment used in the Work, or which in any way affects the conduct of the Work; and no plea of misunderstanding will be considered on account of ignorance thereof. If the Bidder discovers any provision in the specifications or Contract documents which are contrary to or inconsistent with any law, ordinance or regulation, they shall immediately report it to the City Purchasing Manager in writing. 6 BID #13267, CUSTODIAL SERVICES ADDENDUM 92 21.0 BIDDER'S CERTIFICATION By the submission of the bid, the Bidder certifies that the Bid is genuine and is not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rule of any group, association, organization, or corporation; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid; that the Bidder has not solicited or induced any person or corporation to refrain from Bidding, and that the Bidder has not sought by collusion or otherwise to obtain any advantage over any other Bidder or over the City. 22.0 CONTENTS OF BID The following items must be included in the bid: a. The Bid Form b. Contract c. Bid Bond. d. Contractor Information Report (Exhibit 1). e. Current financial statement. 23.0 PREPARATION OF BID 23.1 The Bid shall be legible, written in ink or typed on the forms supplied by the City and shall be completely executed by the Bidder in ink with a full signature. The Bidder shall indicate whether it is an individual, partnership, joint venture, Texas corporation, or a foreign corporation and enter its correct name. The business address of the Bidder shall be typed or printed on the Bid form. The Bid shall be signed by an authorized agent. If submitted by a corporation, the Bid must be signed by the President and Secretary or other officers authorized by a resolution of the Board of Directors with a copy of the resolution accompanying the Bid. 23.2 Any omission of prices on such items shown on the Bid form or any addition in writing to the form of the bid or any condition, limitation or provision may render the bid non-responsive and may cause the rejection. I i7 7 L BID #13267, CUSTODIAL SERVICES Addendum #�} CITY OF LUBBOCK INVITATION TO BID #13267 CUSTODIAL SERVICES II. SPECIFICATIONS — 1.0 SCOPE To furnish custodial services at various City facilities as outlined in the attached contract documents, specifications, and bid sheets. 2.0 BIDDER'S QUALIFICATIONS 2.1 All bidders must be primarily engaged in providing the service as outlined in these specifications and _ must have been actively engaged in this field for a period of no less than 2 years. 2.2 All bidders shall have a proven record of having provided this service requirement. 2.3 All bidders shall have adequate equipment, personnel, and financial ability to insure that the work will be performed with high standards at all times. 2.4 The City reserves the right to perform such investigations as may be deemed necessary to insure that competent personnel and management will be utilized in the performance of the contract. 2.5 The City of Lubbock reserves the right to check all references furnished and consider the response received in determining the award of this Bid. 3.0 CONTRACT TERM The term of this agreement shall be for one year from the date of execution of this agreement, subiect to being extended for up to two (2) additional one year periods under the same terms and conditions and at the sole option of the Owner. The Owner may exercise its option by written notice delivered to Contractor at least thirty (30) days prior to expiration of the original or subsequent term All prices bid for the original term may, at the option of the City, be adiusted for the subsequent term(s) up to one hundred percent (100%) of the cost of living increase/decrease as measured by the Consumer Price Index (CPI) CPI referred to herein is the Consumer Price Index for Urban Wage Earners and Clerical Workers (All Items) for the U.S. City Average. 4.0 PRICING All pricing shall include all costs for labor, materials, supervision and overhead. 5.0 WORK SCHEDULE The bidder -(s) shell — ass —M4 of theiF bid, sebedule fer each building bid. cause &r- r-ejeeden of bid. Within thirty (30) days of award of contract the Contractor shall provide a daily work schedule for each facility. 6.0 EXCEPTIONS The bidder shall furnish a statement on company letterhead giving a complete description of all exceptions to the terms, conditions, and specifications. Failure to furnish the statement will mean that the bidder agrees to meet all requirements of the terms, conditions, and specifications. 8 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 7.0 TERMINATION 4 7.1 Termination for Convenience: The Ci of Lubbock may terminate a City y contract, in whole or in part, whenever the City determines that such termination is in the best interest of the City, without showing cause, upon giving written notice to the contractor. The City of Lubbock shall pay all reasonable costs a incurred by the contractor up to the date of termination. However, in no event shall the contractor be paid an amount which exceeds the price bid for the work performed. The contractor shall not be reimbursed for any profits which may have been anticipated but which have not been earned up to the date of termination. 7.2 Termination for Default: When the contractor has not performed or has unsatisfactorily performed the contract, the City may terminate the contract for default. Upon termination for default, payment may be withheld at the discretion of the City. Failure on the part of a contractor to fulfill the contractual obligations shall be considered just cause for termination of the contract. The contractor will be paid for work satisfactorily performed prior to termination less any excess costs incurred by the City in reprocuring and completing the work. 8.0 EMPLOYEE IDENTIFICATION All employees of the contractor shall wear name patch and uniforms as a means of identification during the time the employees are in the buildings. 9.0 LOST AND FOUND ARTICLES The contractor shall be responsible for insuring that articles found by its employees are turned in to the Owner's Representative's Office. 10.0 UTILITIES AND SUPPLIES FURNISHED BY THE CITY 10.1 The City shall furnish electric light and power at facilities to be serviced to provide power for cleaning equipment to be used in the performance of this contract. 10.2 Employees of the contractor shall conserve electric energy at all times. For example, in a multi -story office building, the contractor shall illuminate only those wings, suites, or floors actually occupied by personnel engaged in custodial service activity. First level supervisors shall be required to become familiar with energy saving light switches that the City may have installed. As custodial workers complete their work in a suite of offices, they shall turn the lights off before leaving. 10.3 The City shall provide the contractor with water supply. The contractor shall adhere to accepted sanitary practices governing the disposal of wastewater of every kind. While the contractor shall notify the City of Lubbock of the locations of defective lamps, they are not required to replace incandescent lamps, tubular fluorescent lamps, or lamp ballasts. 10.4 The City will not furnish liquid soap, paver products, trash or sanitary nankin receptacle liners or women's sanitary products for installation in restroom dispensers. The contractor shall be responsible for collection of their money from sanitary dispensers. The contractor is also responsible for maintenance of these dispensers. 7 11.0 BUILDING SECURITY 11.1 Keys will be furnished to the successful contractor for some buildings for access at time of assignment. The contractor shall be responsible for safe keeping of all keys in their custody. 11.2 Any lost keys shall be reported immediately to the Owner's Representative. The contractor will be charged for the replacement of any lost key. If the security of an area where a key is lost necessitates t BID #13267, CUSTODIAL SERVICES ADDENDUM #2 replacement of lock cylinders, locks or any other hardware, the contractor shall pay the cost of such _ replacement and rekeying. 11.3 If any keys issued to the contractor during the term of the contract are not returned at the expiration date of the contract, replacement keys or hardware replacement as described in Paragraph 11.2 above shall be — deducted from the final payment to the contractor. 11.4 Where a facility to be serviced is equipped with an intrusion alarm, the contractor shall be responsible for disarming the alarm when their people enter the building, and for arming the alarm when they leave. The Owner's Representative shall be responsible for furnishing instructions to the contractor supervisory personnel in the correct procedure for each operation. It shall be the responsibility of the contractor to instruct any temporary or replacement employees in the complete operation of arming and disarming alarm systems. 11.5.. Contractor shall be responsible for adherence to building security after final completion of work and/or when the cleaning staff j"temporarily leaves the building to empty trash. Additionally, they shall be responsible for same while they are the sole occupant of the building. 12.0 PERSONNEL 12.1 A fully qualified force shall be maintained throughout the period of this contract with a sufficient number of workers to perform all required services within the hours indicated by the schedule. These workers shall be thoroughly instructed by their supervisors as to required duties and methods of performance. All personnel will receive close and continuing first line supervision. Additionally, all personnel shall maintain a courteous and respectful attitude toward the public at all times. At no time shall there by any soliciting or requesting of gratuities of any type. 12.2 The contractor shall assume full responsibility for any and all damages or claim for damage, for injury to persons, property and equipment which might result from any services performed under this contract. 12.3 Each bidder shall furnish a staffing chart for each building with the bid. Failure to do so may be cause for rejection of the bid. 12.4 The contractor's supervisors shall be thoroughly familiar with all phases of contract work and shall possess at least 2 years of supervisory experience supervising janitorial crews and the cleaning of buildings. The City shall review each supervisor's qualifications. Should a supervisor lack the necessary qualifications, the contractor shall replace such supervisor with a qualified supervisor. 12.5 Supervisors shall be well qualified to operate all equipment under their charge and to train personnel in its operation 12.6 The contractor or his on-site representative shall be available at all times when the contract work is in progress to receive notices, complaints, reports, or requests from the City's Representative. In the 'absence of the on-site supervisor, the on-site representative shall have the authority to accept and sign for notices of deduction and inspection reports. It is the policy of the City of Lubbock that City employees' direction and supervision of contractor's employees, directly or indirectly, shall not be exercised. 12.7 The contractor shall provide, in writing to the Building Services Manager at least five working days prior to the contract start date, the names, addresses, and telephone and/or pager numbers of all on-site supervisors. The term "on-site supervisor" means a person designated in writing by the contractor, who has the authority to act for the contractor on a day-to-day basis at each worksite and to accept and sign notices of deductions, inspection reports, and all other correspondence on behalf of the contractor. The contractor shall designate someone to act in the absence of the on-site supervisor. This alternate will have the same responsibilities and authorities. 10 t BID #13267, CUSTODIAL SERVICES ADDENDUM #2 13.0 CHEMICAL DATA i 13.1 All materials to be used which are to be as stated in the material list or Owner's Representative approved equal shall be submitted to Owner's Representative seven (7) days prior to bid closing. _Owner's Representative will give written notice to Contractor of approval or denial within forty-eight (48) hours for material submitted. Approved list of materials are as follows: 1. Hard surfaced floor cleaning, stripping, rewaxing a. Rinse Free Stripper Floor Liquidator (Spartan Chemical Company) b. HDQ Neutral One Step Germicidal Detergent and Deodorant (Spartan Chemical Company) C. ONBASE Floor Sealer and Conditioner (Spartan Chemical Company) d. Sheen -17 Durable Acrylic Metal Interlock Floor Finish (Spartan Chemical Company) 2. Carpeted Surfaces a. Triple S Carpet Maintenance (Triple S Manufacturing) b. Gum Remover (Hill Manufacturing Company) C. Spotrate Spot Remover (Certified Labs) 3. Restroom Cleaning a. HDQ Neutral One Step Germicidal Detergent and Deodorant (Spartan Chemical Company) b. - Sparcling Restroom Disinfectant (Spartan Chemical Company) C. SSS Cleanser Powder (Triple S Manufacturing) 4. Hard Inanimate Surfaces a. Citro Shield Furniture Polish (Spartan Chemical Company) b. SSC -14 Aerosol Metal Polish (Certified Labs) C. SNB -130 Super Strength Non -Butyl Degreaser (Spartan Chemical Company) 13.2 The lists shall include: 13.2.1 Manufacturer, 13.2.2 Technical Data; 13.2.3 Brand Name; 13.2.4 Intended Use; and 13.2.5 Other Pertinent Data for Product Evaluation 13.3 The City of Lubbock may conduct or have tests conducted in the performance of this contract to insure that products specified by the contractor are of acceptable quality. 13.4 Material Safety Data Sheets shall be furnished in duplicate by the Contractor to the Building Services Manager and to each Building Safety Officer for each of the products listed in Paragraph 13.1 above. 13.5 If the contractor changes or substitutes chemicals during the performance of this contract, the Building Services Manager shall be furnished with 2 copies of the list of the chemicals replacing the original chemicals. BID #13267, CUSTODIAL SERVICES ADDENDUM 92 13.6 Any chemicals not approved by the City for use in its buildings shall be removed within 3 working days after notification by the City to the contractor to do so. 14.0 CHANGES IN THE SCOPE OF THE CONTRACT The Citymay, by written order, make changes in the general scope of the contract and in the specifications. The contractor will be given as much advance notice as is practicable when, for example, an entire facility, or floor of an office building, is to be added or deleted from the contract. If the changes. so ordered cause an increase or decrease in the price of the contract, an equitable adjustment will be made and the contract will be modified accordingly. 15.0 CITY OF LUBBOCK OBSERVED HOLIDAYS 15.1 The City of Lubbock observes the following holidays: New Year's Day - January 1st Martin Luther King Day - 3rd Monday in January Good Friday - Friday before Easter Memorial Day - Last Monday in May Independence Day - July 4th Labor Day - First Monday in September Thanksgiving Day - 4th Thursday in November Christmas Day - December 25th Note: When designated holiday falls on Sunday, Monday is observed. When designated holiday falls on Saturday, Friday is observed. 15.2 These City ef Lubbock buildings are the above lk-1;A­_ --A em—ge fer. eustedial not be required of the eenta City of Lubbock buildings are typically closed on the above holidays and coverage for custodial services may not be required However. Party Houses are rented 365 days uer year and may require custodial services on holidays. 15.2.1 The Communication Center and P.D. Desk Sergeant area remain open 24 hours every day. 16.0 BUILDING CLEANING CONTRACT DEDUCTIONS 16.1 General 16.1.1 A clean and well maintained building is the City's goal and while deduction provision for work omitted or improperly performed is designed to protect the City's interest, it is not ordinarily a desirable substitute for getting the job accomplished through the normal processes. 16.1.2 Schedule for Deductions for Omitted or Unsatisfactory Work will be used by the City in determining the deductions for non-performance of work under this contract or for deficiencies in the work performed. 16.1.3 It is the objective of the City to obtain full cleaning performance in accordance with the terms of the specifications and quality work requirements of this contract. To this end, the City is contracting for the complete performance of each cleaning job as identified in the specifications, and deductions will, therefore, be made as stipulated. If this provision of the contract must be invoked frequently, it will be indicative of overall non- performance, and grounds for cancellation of the contract. 12 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 16.1.4 Under the Superintendence and Inspection clause of this contract, payment may be I adjusted if any services do not conform with contract requirements. The Building Services Manager will inform the contractor, in writing, of the type and dollar amount of proposed deductions by the tenth workday of the month following the performance period for which the deductions are to be made. 16.1.5 The contractor may, within ten working days of receipt of the notification of the proposed deductions, present to the Building Services Manager specific reasons why any or all of the proposed deductions are not justified. Reasons must be solidly based and must provide spec facts to justify reconsideration and/or adjustment of the amount to be deducted. Failure to respond within the ten day period will be interpreted to mean that the contractor accepts the deductions proposed. 16.1.6 Payment (except for the final one) will not be delayed or withheld until disputes over proposed deductions are settled. If the Building Services Manager determines that any or all of the deductions are warranted, the Building Services Manager shall notify the contractor and adjust subsequent payments under the contract accordingly. 16.2 Criteria for Cleaning Deductions 16.2.1 Toilet Cleaning - In instances where restrooms are not satisfactorily cleaned or policed and serviced as determined by the City's designated representative, deductions will be made at the rate indicated in the Schedule of Deductions multiplied by the number of fixtures in the restroom (fixtures are water closets, urinals, and washbasins). 16.2.2 Room Cleaning - In instances where room cleaning has not been satisfactorily performed, or any portion or portions of work omitted or improperly performed, a deduction €erthe en fire room area will be made at the rate indicated in the Schedule of Deductions. 16.2.3 Work Required Daily or Scheduled for Performance Weekly - If any work required for performance daily or scheduled for performance weekly is omitted or unsatisfactorily performed, the attention of the contractor or designated representative will be called to this failure or omission and a deduction will be made from any moneys due or to become due to the contractor. Costs to be deducted under this paragraph will be determined by using item unit costs shown in the Schedule of Deductions. 16.2.4 Work Scheduled for Monthly or Less Frequent Accomplishment - In the case of failure by the contractor to comply with the frequency for those items scheduled for performance monthly or less frequently, the attention of the contractor will be called to this failure or omission and they will be requested in writing by the contract coordinator then to perform the omitted operation. If the contractor does not comply with the request within such time as the contract coordinator deems to be reasonable, the work will be performed by other means, and the cost thereof will be deducted from any money due or to become due the contractor. If this omitted or unsatisfactory work cannot be accomplished by other means, and cannot be rescheduled, a deduction covering the cost of service omitted or not satisfactorily performed will be made from any moneys due or to become due the contractor. Costs to be deducted under this paragraph will be determined by using the unit costs shown in the Schedule of Deductions. 16.2.5 All Other Work (Miscellaneous) - Any other omitted or unsatisfactory work not �•. specifically listed above or which does not clearly fall into one of the above categories, will be deducted at the hourly rate indicated on the deduction table multiplied by the hours required to perform the omitted or unsatisfactory work. 13 L BID #13267, CUSTODIAL SERVICES ADDENDUM #2 16.3 Deductions for Failure to Furnish Minimum Man Hours _ 16.3.1 In the event the contractor, for any reason whatsoever, fails to provide the minimum man- hours stipulated, the City reserves the right to either: A 16.3.1.1 Engage additional custodial personnel under a separate contract, in sufficient numbers to make up the difference between the minimum number of productive man-hours stipulated as required to perform the work, and the number actually furnished by the contractor. The cost of this separate contractual service, as well as any related costs incurred by the City shall be charged to the contractor and deducted from moneys due them; or 16.3.1.2 Make deductions for the number of productive or supervisory man-hours not furnished. A deduction shall be computed by dividing the minimum hours required into the daily rate, times the number of hours not provided. 16.3.2 Deductions for failure to furnish minimum man-hours for up to 3 times will not be deducted at the same time cleaning deductions are made for an area, however, the _ contractor shall be required to provide to the City the man-hours not furnished in accordance with the contract to correct the deficiencies within 30 calendar days from date of notification from the City. 16.3.3 The City will notify the contractor in writing that there shall be no other shortage of minimum contract man-hours during the contract period. After this notification, failure by the contractor to furnish the minimum man-hours shall result in deductions being _ made for failure to furnish the minimum man-hours in accordance with Paragraph 16.3. 16.3.4 Schedule of Deductions Room Cleaning Daily $.20 Per 100 Sq. Ft. Restrooms Daily $5.00 Per Room Restroom Fixtures Daily $1.00 Per Fixture Entrances, Lobbies Corridors, Stairways Daily $.20 Per 100 Sq. Ft Janitorial Closets Daily $1.00 Per Room Un -emptied Wastebaskets Daily $.10 Each Carpet Not Vacuumed Daily $.10 Per 100 Sq. Ft. Elevator Daily $3.00 Each Patios and Entrances Daily $5.00 Each Blinds Quarterly $1.00 Per Blind Per Day Window Sills Daily $.05 Each Furniture Not Moved For Vacuuming Baily $.10 Each Floor Mopping Daily $.20 Per 100 Sq. Ft. Water Fountain Daily $.20 Each Lobby - Glass Daily $.02 Per Sq. Ft. 14 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Baseboards Weekly: $.02 Foot Unacceptable Wax $10.00 Per Day Until Application or Quarterly Corrected Waxing Not Done Exterior Windows Annually $6.00 Per Window Per Day 16.3.4.1 Deductions will be based on the schedule provided by the contractor. The, deductions will begin after the date provided on the schedule. For example, if the exterior windows are to be done annually in April, the deductions will begin after April. 17.0 SERVICE FREQUENCY Noted throughout document dependent on facility, area in facility, and type of service performed. Evenings means after business hours. 18.0 CLEANING SPECIFICATIONS The following services will be performed on a regular basis in all City buildings included in the bid specifications. . 18.1 Restroom 18.1.1 Floors - The entire restroom floor area will be swept and thoroughly mopped or scrubbed with a neutral soap/ disinfectant - detergent and hot water solution, rinsed, and dried. Special attention will be given to maintaining the appearance of the floors around toilet fixtures and urinals. Hard -to -reach areas and corners shall be given special attention by hand -washing. 18.1.2 Toilet Bowls and Urinals- Water closets, seats and urinals shall be washed inside and outside with a neutral soap solution. A toilet brush in good condition shall be used to brush into the trap of the bowl and to wash under the rounded inside rim. All rust, encrustation, water rings or other stains will be removed. The outside of the bowls and the seats, tank and cover will be wiped dry with a clean cloth, and the seats will be left in a raised position. Urinal strainers will be thoroughly cleaned of all foreign matter, and all traps will be maintained free from odors at all times. 18.1.3 Clean all fixtures, including metal and chrome, flush handles, piping, water closets, commodes, urinals, wash basins, mirrors, waste receptacles, dispensers and surrounding wall surfaces, using a quat-type germicidal detergent. Raise commode seats. 18.1.4 Prior to building occupants' official starting time, empty and/or service and clean waste receptacles, paper towel, toilet tissue, soap and seat cover dispensers. Empty, clean and disinfect all sanitary napkin receptacles; replace non -permeable bag with a new one. Collect soiled bags in a separate container for disposal (Blood Borne Pathogens Precaution). 18.2 Room Cleaning: All office areas, file rooms, libraries, conference rooms and corridor space adjacent to - these areas will receive the following daily cleaning: 18.2.1 Ash trays, butt cans, or other receptacles located outside buildings will be emptied daily into fireproof metal containers for disposal as trash and wiped clean with a damp cloth. 15 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 18.2.2 Wastebaskets will be emptied and all wastepaper and trash removed to main disposal areas. Covers will be replaced on outside receptacles after emptying. Wipe exterior of waste basket clean. For severely soiled baskets, clean with detergent solution. Where waste baskets have plastic liners, the liners will be replaced only when necessary. If a liner is not contaminated with food or other vermin breeding substances, the liner will remain in use. ' The City will monitor this to insure compliance. 18.2.3 Floors will be swept clean and dust mopped so that no dust streaks are left and no dust _ remains where dirt is picked up with dustpan. No dirt or dust shall be left in comers, behind radiators or heaters, under furniture or behind doors. All furniture or other equipment moved during sweeping will be replaced. Baseboards, doors, furniture and equipment will not be disfigured by brushes or otherwise damaged in moving. Any spot cleaning will be performed which is necessary to remove coffee or soft drink stains, chewing gum, tar, etc. from floors or carpets. 18.2.4 All horizontal exposed surfaces (desks, file and table tops, chair seats, wearing apparel racks, window sills, handrails, radiator tops, desk lamps, letter trays, etc.) within approximately 70 inches of the floor will be dusted. mith a tFeated dust ele . Glass desk tops will be cleaned. . 18.2.5 All rugs and walk -off mats will be vacuum -cleaned daily. 18.2.6- All wall surfaces, partitions, doors, window frames and sills will be spot cleaned. 18.2.7 All bright metal work (door knobs, hardware, switch plates, etc.) will be maintained in a polished condition. 18.2.8 All glazing of doors, partitions, mirrors, pictures, bookcases, shall be cleaned with spray glass cleaner, wiped dry and polished. 18.3 Entrances, Lobbies and Corridors - Floors will be swept in all corridors and lobby areas, hard floors will be wet mopped or scrubbed daily; and resilient and wood floors damp mopped. All surfaces will be dusted, metal and wood panel surfaces, spotted walls and interior glass and drinking fountains cleaned. 18.4 . Stairways - Stair landings and steps will be swept or vacuumed. Hand railings, ledges, grilles, fire apparatus, doors and radiators will be dusted and cleaned. 18.5 Outside Entrances 18.5.1 Landings, steps and sidewalks will be swept. 18.5.2 Both sides of entrance glass will be cleaned. 18.5.3 Kick plates, push plates and push bars will be cleaned and polished. 18.6 Vending Machine Areas - Contractor will clean floor and wall areas around vending machines, collect and dispose of all trash. No cleaning of vending machines will be required. — 18.7 Drinking Fountains- Drinking fountains and water coolers will be cleaned by washing the bowl with a neutral soap solution. The remainder of the fountain or cabinet will be wiped with a clean cloth. No metal polish is to be used on fittings. Drinking fountains will be kept free of trash, ink, coffee grounds, etc. and nozzles free of encrustation. Walls and floors adjacent to fixtures will be kept free of spots, drippings, and watermarks. . 16 r" SIDO13267, CUSTODIAL SERVICES ADDENDUM #2 18.8 Registers, Diffusers and Louvers - Weekly elean dust the opening of all air registers, diffusers and r louvers to remove accumulated dust, lint, etc. Remove build-up of dust from walls and ceiling surfaces I immediately surrounding these openings, height rest" etien `"' A task witn reach using ''''• '� j an 8' ladder and an extended duster. 18.9 Passenger Elevators - All surfaces in the interior of the car will be cleaned including hoistway doors and crevices on the corridor side of the elevator, and all bright metal surfaces polished. Vacuum clean all rugs. Resilient floors will be cleaned, waxed and polished. Rubber floor mats will be removed, washed, dried and replaced. 18.10 Blinds - All venetian, mini, vertical, etc. blinds will he cleaned dusted on a quarterly basis.vM These inelude not enly dusting, but, may occasionally reauire Mt cleaning. 18.11 Rugs and Carpets - All rugs and carpets located in offices, conference rooms and wherever else found in the buildings included in this specification shall be vacuum cleaned daily (high traffic areas daily. the rest sant vacuumed as needed and entire area weekly) and area rugs shall be removed periodically or as scheduled to permit proper cleaning of the area covered by the rug. Under side of rugs shall be vacuumed prior to replacement. Move chairs, chair pads on floor, trash cans, small pieces of furniture and free standing ash receptacles, etc. out of the way to prepare area for vacuum cleaning as required. Small pieces of furniture means all furniture excluding files cabinets, storage cabinets, bookcases, desks, computer furniture with computer equipment and any piece of furniture attached to a building. Replace all items moved after vacuuming. Spot clean all new stains found on carpet. with spat r-emg selut�er}: 18.12 Concrete Floors 18.12.1 Sweeping - Interior floors, including stairways, shall be swept each scheduled work day. Vacuum cleaning may be substituted, if desired. 18.12.2 Mopping - Floors shall be damp mopped as scheduled. A non -injurious soap will be used to remove dirt, traffic marks and stains. Clean ll be d final Hinse ymsh. During inclement weather, more frequent mopping will be required as necessary to meet cleanliness standards in entrances and corridors. 18.13 Floor Maintenance 18.13.1 Resilient flooring in all office space, file rooms, libraries, conference rooms and normal traffic areas in public space will be thoroughly scrubbed or stripped to remove all dead wax, soil and gum. 18.13.2 Mopping - Floors shall be damp mopped as scheduled using a neutral soap solution which does not remove the wax or injure the floor. Floors shall be mopped to remove dirt, traffic marks and stains that cannot be removed by sweeping. Scrubbing with neutral soap solution, rather than damp or wet mopping, shall be resorted to only when floor cannot be cleaned by mopping. Wash a rinse water shall be ti a ez•.Gl.J. I _s shall dried after- mopping to prevent my standing m eF ftem bei g absorbed by fle-of mateEW Hard to reach places shall be mopped by hand. Mop water splashed on baseboards, doors, furniture and equipment shall be removed immediately. 18.13.3 Cleaning and polishing shall be performed as scheduled with a material consisting of a polyethylene gel combined with synthetic detergents. Material shall be slip resistant, non- flammable and not a solvent or water emulsion paste wax. In rooms provided with rugs, material shall be applied to exposed surfaces of the floor on all sides of the rug and under i' 17 BID #13267, CUSTODIAL SERVICES ADDENDUM 92 the edges of the rug for a distance of 1 foot. After buffing, floor surfaces shall be dry mopped to remove all loose dirt, shreds of steel wool, etc. 18.13.4 Finishing and Buffing - Proper preparation of a floor, prior to refinishing, is considered the most important procedure in floor maintenance, therefore, special attention will be given to the following requirements: 18.13.4.1 Apply proper wax removers, stripping agents or synthetic detergents to the floor. 18.13.4.2 Scrub with a floor scrubbing machine or agitate with a mop to remove all dead wax, soap film, dirt, and stains. 18.13.4.3 Pick up dirty solution with mop, squeegee or wet -vacuum, and thoroughly rinse with clean water and dry. 18.13.4.4 Wax will be applied in thin, even coats. and mac -Mae buMd immediately aft" a«.:.,,. 18.13.4.5 The number of coats applied will depend on the type and condition of the floor. Spray buffing shall be done vmekly as scheduled. Sweep floor-, amp mop, spray en diluted fleer finish-, buff by fnaebine le po 18.13.4.6 Refinishing of resilient floor and wood floors shall be done qua#er as scheduled. ' famituEe,svnep v +.. fl.d. StEipping ele fi n to floor- --__r_ Jnr. ....�' .. -- be required in some areas to pEepar-e fleer- fer sealing and finishing. ANGA lint free applic-aten Allew finish to dry and harden, then buff by machine to remove unevenness. Damp mop lighAly A4th eeld water- to remove all maaer- loosened by the buffing pad, allow te dr -y. Apply seeend eeat finish to heaAly tFaveled areas. 18.13.4.7 Apply finishes to stairways. 18.14 Ash Receptacles 18.14.1 Dry Type - The container and bucket will be emptied and cleaned; the trash removed. 18.14.2 Sand Type - The trash removed from the sand and the exterior and opening will be cleaned. 18.14.3 Liquid Type - Container will be emptied, washed, and refilled; the exterior and the funnel cleaned. 18 1� 18.15 All cleaning shall include items previously stated and the following: BID 013267, CUSTODIAL SERVICES ADDENDUM #2 18.15.1 Daily * Empty Trash • Clean Ash Trays • Wipe and Dry Metal Surfaces • Clean Door Kick Plates • Spot Clean Doors and Walls • Fill Paper Towel, Toilet Tissue, Soap • Empty Sanitary Napkin Receptacles & reline 18.15.2 Weekly a , • Light Fixtures, Ledges • Door Jambs, Window Sills • Floor Polishing and Buffing • Baseboard Cove Base • Dust Wall Moldings, Electric Outlets it 18.15.3 Monthly 18.15.4 Quarterly 18.15.5 Bi Annually 19.0 RECYCLING PROGRAM • Machine Scrub Restroom Floors with Disinfectant Detergent Solution * Wash the outside of exterior windows at the Garden & Arts. * Wash the outside of exterior windows at the Party Houses and Item 17. 19.1 Definitions - Recyclable Mixed Office Paper: The goal of the program is to collect recyclable mixed papers only. The contractor is responsible only for keeping non -paper items out of the recycling dumpster. This program is mandatory and shall be performed by the successful contractor. 19.2 Recycling Tasks by Contractor 19.2.1 Designated deskside recyclable paper bins, located adjacent to each desk, shall be emptied daily, or as required, and all recyclable paper materials shall be placed loose into the designated recycling dumpster. The City shall monitor this to insure compliance. 19.2.2 If the deskside recyclable bin contains any visible non -paper items, the contractor shall empty the contents of the recyclable paper bin into the trash container. 19.3 Criteria for Deductions - Recycling Program - Contaminated Recyclable Materials: If the contractor of their staff loads the recycling dumpster with non -paper or contaminated paper items in excess of 20%, the contractor shall pay to the City the deduction as described in Paragraph 19.4. 19.4 Amount of Deduction - Recyclables Contamination: Each collection service - $25.00 each. tJ� 19 BID #13267, CUSTODIAL SERVICES 20.0 OCCUPANT COMPLAINT PROGRAM ADDENDUM #2 20.1 The City will institute a customer complaint program as a means of assisting in documenting certain kinds of service problems. This occupant complaint program will be considered in evaluating the contractor's performance and in taking deductions. 21.0 QUALITY ASSURANCE PROGRAM 21.1 The contractor shall provide and maintain a Quality Assurance Program that is acceptable to the City covering the services under this contract. Complete records of all inspection work performed by the contractor shall be maintained and made available to the Building Services Manager during the contract performance and for as long afterwards as the contract requires. A Quality Assurance Program should cover all the services stated in the Cleaning Requirements section of this contract. A checklist can be used in inspecting for contract performance with the name of the inspector and the performer. The inspector should not be the person performing the work. The checklist should include every area of the operation serviced by the contractor as well as every task required to be performed. The program should have a system for identifying and correcting deficiencies in the quality of service before the level of performance becomes unacceptable and/or the City inspectors point out the deficiencies. All inspections conducted by the contractor and the corrective action taken should be maintained on file. This documentation shall be made available to the Building Services Manager during the term of the contract. NOTE: The Quality Assurance Program is an essential part of this contract and will be actively enforced by the Building Services Manager. Failure to submit an approved plan and abide by this requirement will result in withholding of all moneys due the contractor. The following is established as the minimum inspection frequencies acceptable for the buildings covered by this contract (buildings are listed as Item #'s): ITEM 1, 2, 3, 4 s, c, , 4, 17 6,17 0 17-6 a. A portion of the building to be inspected daily. b. A complete building inspection to be conducted monthly. ITEM 2, 7 Q� 12 ,c ,,c ,7. , ,7 � ,7 � ,� 4 ,�7 c ,�7 � ,7 o 17,A > > > > > > > > > > > > > > , 9, 10, 11-1, 11-2. 15, 16, 17-1, 17-2, 17-3 17-4 17-5 17-7 17-8 17-9 17-10 20 a. A portion of the building to be inspected weekly. b. A complete building inspection to be conducted monthly. ITEM a , n 1 13 17 , n 1 7 1 17 12 17 13 17 , c 17 16 > > > > > > > > > 5. 6, 7. 8, 12, 13, 14, 21-1, 21-2, 21-3.21-4 21-5 21-6 a. A portion of the building to be inspected every two weeks. b. A complete building inspection to be conducted monthly. NOTE: When inspecting a "portion" of the building, the inspection should include at the minimum: one room of each type such as restroom, office, corridor, lobby, etc. 20 BID #13267, CUSTODIAL SERVICES ADDENDUM#2 22.0 CITY'S QUALITY ASSURANCE PROGRAM 22.1 The City's Quality Assurance Program will mirror the contractor's in many respects and the objectives are the same; a clean and well maintained building(s). It is also to assure that there is no deviation from .the contract's terms, conditions, requirements, specifications, details and schedules. Quality Assurance Inspector(s) islare subordinate(s) of the Building Services Manager and are responsible for the day -today inspecting and monitoring of the contractor's work. The responsibilities of the Quality Assurance Inspector include, but are not limited to, inspecting the work to,ensure compliance with the contract requirements, documenting through written reports the results of all inspections conducted, following through to ensure that all defects and omissions are corrected, conferring with representatives of the contractor regarding any problems encountered in the performance of the work and generally assisting the City's Building Services Manager in the administration of the contract. { The City has the right to inspect and test all services called for by the contract, to the extent practical, at ` all times and places during the term of the contract. The City will perform inspections and tests in a r manner that will not unduly delay the work. k If any of the services do not conform with contract requirements, the City may require the contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects cannot be corrected by re -performance, the City may: 1. Require the contractor to take necessary action to ensure that future performance conforms to contract requirements, and 2. Reduce the contract price to reflect the reduced value of the services performed. If the contractor fails to promptly perform the services again or to take necessary action to assure future r' t . performance in conformity with contract requirements, the City may: r► I By contract or otherwise, perform or have performed the services and charge to the contractor any cost incurred by the City, or 2. Terminate the contract for default. 21 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 DEFICIENCY CORRECTION REPORT The following thorough cleaning/correction has been made in the following areas in accordance with Section II, 21.2 City's Quality Assurance Program Building/Area/Room # 1. Sweep Floor 1. Clean Commode 2. Wet Mop Floor 2. Clean Commode 3. Machine/Hand Scrub 3. Clean Commode 4. Trash Removal 4. Clean Urinal 5. Clean Mirrors 5. Clean Urinal 6.Clean Partition Walls 6. Clean Urinal 7. Clean Walls 7. 8. Clean Receptacles 8. 9. Restocking: 9. Room/Lobby/Entrance/Corridor Cleaning a. Toilet Tissue a. Vacuum/Sweep Floor b. Paper Towels b. Spot Clean/Spot Mop Floor c. Soap Dispensers c. Trash Removal d. Sanitary Napkin Bag d. Empty/Clean Ashtrays e. Seat Covers e. Sweep/Wet Mop/Scrub Floor f. Other f Bonnet/Sham Carpet • Poo g. Extract Carpet h. Clean & Recoat Floor i. Strip & Refinish Floor j. Spray Bung k. Clean Walls up to 70" 1. Other REMARKS: WORK COMPLETED BY: DATE: RE -INSPECTED BY: DATE: SUBMITTED BY: DATE: 22 CUSTODIAL INSPECTION CHECKLIST Building/Area/Room 4 Employee No./Name Work Performed Adequately In Accordance With Schedule of TOILET CLEANING Item Yes No Item Vacuum/Sweep Floors Spot Clean/Spot Mop Floors Trash Removal Empty/Clean Ashtrays Dust Desks, File Cabinets, Etc. Under Dusting Low Dusting up to 70" - Walls Spot Clean Walls up to 70" BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Date ROOM CLEANING Sweep Floors ❑ ❑ Wet Mop/Scrub Floors ❑ ❑ Trash Removal ❑ ❑ Clean Mirrors ❑ ❑ Clean Partition Walls ❑ ❑ Spot Clean Walls ❑ ❑ Clean Receptacles ❑ ❑ Servicing: Strip & Refinish Floors ❑ Toilet Tissue ❑ ❑ Paper Towels ❑ ❑ Soap Dispensers ❑ ❑ Sanitary Napkin Bags ❑ ❑ Seat Covers ❑ ❑ Other ❑ ❑ Clean Commodes ❑ ❑ Clean Urinals ❑ ❑ Clean Washbasins ❑ ❑ Wash Walls ❑❑ 0 ENTRANCE/LOBBY/CORRIDOR Vacuum/Sweep/Dust Mop Floor ❑ crash Removal ❑ Entrance Glass - Clean ❑ Dther Glass - Clean ❑ Empty/Clean Ashtrays/Stands ❑ Spot Clean Carpet ❑ Bonnet Clean Carpet ❑ Shampoo Carpet ❑ Extract Carpet ❑ Spray Buff Floors ❑ Clean & Recoat Floors ❑ Strip & Refinish Floors ❑ Clean Walls up to 70" ❑ REMARKS: ❑ INSPECTED BY: CORRECTIONS MADE BY: Other Bonnet/Shampoo Carpet Sweep/Wet Mop/Scrub Spray Buff Clean & Recoat Strip & Refinish PERIODICS ❑ 1. 1J LJ ❑ 2. ❑ ❑ ❑ 3. ❑ ❑ ❑ 4. ❑ ❑ ❑ 5. ❑ ❑ ❑ b• ❑ ❑ ❑ 7. ❑ ❑ ❑ s. ❑ ❑ ❑ 9. ❑ ❑ ❑ 10. ❑ ❑ ❑ 11. ❑ ❑ ❑ 12. ❑ ❑ ❑ 13. ❑ ❑ 23 DATE: DATE: BID #13267, CUSTODIAL SERVICES CLEANING WORK AND QUALITY REQUIREMENTS ADDENDUM #2 RESTROOMS - - CLEANING REQUIREMENTS QUALITY REQUIREMENTS A. Daily: Unless otherwise indicated, building with more than one cleaning shift will be cleaned at the beginning of each shift. (Includes employee private restrooms). 1. Prior to building occupant's official starting After SERVICING, all supplies shall be provided and time, empty, supply, service and clean, using dispensers filled. Waste receptacles shall be emptied a quat-type germicidal detergent, paper and disinfected and new bag inserted. Outside of towel, toilet tissue, soap, seat cover and receptacles, dispensers shall be clean and bright with no sanitary napkin dispensers, and waste water spots, streaks, lint or dust. If stainless, shall have receptacles. Replace used non -permeable bag no oil residue. from sanitary napkin disposal with a new one. Put in separate container for discarding (Blood Borne Pathogen Precaution). 2. Clean all fixtures, including metal and After FIXTURE CLEANING porcelain fixtures and chrome, flush handles, piping, water closets, metal surfaces (washbasins, urinals, commodes, water commodes, urinals, washbasins and mirrors, pipes, stalls, etc.) shall be clean and bright. There shall clean walls surrounding receptacles, be no dust, spots, stains, rust, green mold, encrustation, dispensers and fixtures, using a quat-type excess moisture or cleaner/polish stains and smears. germicidal detergent. (An acid and/or non- acid bowl cleaner may be used in commodes and urinals). Rinse and raise commode seats. 3. Spot clean other surfaces. Thoroughly dust After SPOT CLEANING, smudges, marks or spots shall horizontal surfaces. have been removed without causing unsightly discoloration. After THOROUGHLY DUSTING, there shall be no dust streaks. Corners, crevices, moldings and ledges shall be free of all dust. There shall be no oils, spots or smudges on dusted surfaces caused by cleaning tools. 4. Sweep and wet mop floors using a quat-type After SWEEPING, WET MOPPING OR SCRUBBING, germicidal detergent. the floors shall be clean and free of dirt, water streaks, mop strings, gum, grease, tar, etc., and present an overall appearance of cleanliness. All surfaces shall be dry and corners clean. NOTE: Floor and lower wall around urinal in restroom across from Room 103 in the Municipal Building will be cleaned and mopped every hour on the hour, from 9:00 a.m. to 4:00 p.m., using a quat-type germicidal detergent. 5. Frequently during the day, check restrooms After SERVICING - see Quality Requirement outlined and empty full waste receptacles, service in Paragraph 1 above. dispensers, clean fixtures and police as traffic demands. After POLICING, restrooms shall be free of all paper, trash, empty bottles and other discarded material. 24 NOTE: Contractor shall supply paper products ojequal quality to that currently being used by the City. 25 BID #13267, CUSTODIAL SERVICES ADDENDUM X12 F" 6. Service and maintain all City furnished After SERVICING MACHINES monthly, they will be e machines. The contractor will furnish all full. In case of malfunction of the machines, the sanitary supplies and will refill monthly. All contractor will be responsible for reimbursement of revenue from the machines shall belong to coins lost in the machines. The City will repair and/or the contractor. replace machines that are beyond economical repair. B. Weekly: Damp mop and spray buff all resilient After DAMP MOPPING AND SPRAY BUFFING, the floors. floors shall be free of streaks, mop marks, strings, marks and skipped areas. Walls, baseboards, stall bases and other surfaces shall be free of splashings and markings from the equipment. The finished area will have a uniform luster. .. C. Monthly: Damp wipe and/or sponge mop walls, After DAMP WIPING, all dirt, dust, water stains, spots, stall partitions, doors, window frames, sills and streaks, and smudges shall be removed from the waste receptacles using a quat-type germicidal surfaces. detergent. Scrub ceramic tile floors with an .r abrasive bristle brush on a floor machine. After SCRUBBING - See Quality Requirement outlined in number 4. NOTE: Contractor shall supply paper products ojequal quality to that currently being used by the City. 25 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 CLEANING WORK AND QUALITY REQUIREMENTS ROOMS: (Includes all offices, office areas, class rooms, meeting rooms, conference rooms, file rooms, data processing areas, office waiting areas, libraries, and the corridor space adjacent to these areas). CLEANING REQUIREMENTS A. Daily: (Unless otherwise indicated) 1. Empty wastebaskets and remove trash to a designated area. a. All containers utilized for storage of waste material at collection points must be fireproof. Other containers for room - to -room collecting shall be of a flame retardant, non-combustible material to be approved by the Building Services Manager. b. Contract employees shall not smoke while collecting trash. 2. Empty and clean ashtrays. htte a separate This eeataineF44e QUALITY REQUIREMENTS After SOLID WASTE COLLECTION, all waste generated in the building shall be collected and removed to storage areas designated for trash by the Building Services Manager. Wastebaskets shall be free of dust, ashes, paper, pencil shavings, etc., and relined with a non -permeable bag. After CLEANING, ashtrays shall be free of ashes, dust, streaks and spots, and replaced in original position. 3. As directed by the Building Services After EMPTYING, see Quality Requirement A.1 above. Manager, all containers with recycled items (paper, aluminum, etc.) will be emptied and contents removed to a designated area. 4. Clean both sides of plate glass entrance doors After INTERIOR GLASS CLEANING, the glass shall to offices within the building prior to be clean and free of dirt, dust, water marks, streaks, occupants' arrival. spots, grime, hand prints, and shall not be cloudy. 5. Sweep and/or vacuum traffic patterned areas and extend the sweep or vacuum radius to remove obvious debris from around and under furniture. After SWEEPING, the floor surfaces shall be free of obvious dirt, debris or spillage. After VACUUMING, carpet surfaces shall be free of obvious dirt, dust and other debris. NOTE: For the purpose of this contract, whenever the term carpet or carpeting is used, it is intended to include wall-to-wall carpeting as well as room size rugs and area rugs. NOTE: After traffic patterns have been established by the contractor and agreed to by the Building Services Manager or their representative, the following Cleaning Schedule can be used. 26 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 RECOMMENDED SCHEDULE FOR CARPET CARE Procedure Low Traffic Medium Traffic Heavy Traffic Vacuuming Daily Daily Wines Dail Spot & Stain Removal Daffy Dail Daily Bonnet Cleanina Every 6 Months Quarterly Monthly Shampooing Annually Every 6 MonthsQuarterly Extracting Annually Annually EvcEX 6 Months 6. Dust those After DUSTING, available horizontal surfaces shall be horizontal surfaces that are readily available free of obvious dust. and visibly require dusting. NOTE: When dusting horizontal and vertical surfaces etO do not dust any controls or computer screens, etc. Also, do not tum OFF any of this equipment that is on. Do not plug in vacuum cleaners into the same plugs as electronic equipment. _ In dusting horizontal spaces, working papers and desk lupe items shall not be disturbed. Lr..vmye_ desk t5Te items . haH be lifted and dust FefneN,ed fwm sumunding meas. If the desk top needs to be cleaned. the person who uses the desk is responsible for removing all items and replacing them after the cleaning. 7. Spot carpet to remove all spots and stains. B. Weekly: Unless otherwise indicated I. Thoroughly sweep and/or vacuum with a vacuum cleaner equipped with brushes and/or beater bars. After THOROUGHLY DUSTING, there shall be no dust streaks. Comers, crevices, moldings and ledges shall be free of all dust. There shall be no oils, spots, or smudges on dusted surfaces caused by equipment. After CARPET SPOTTING, excessive build-up, spillage, or crusted material shall have been removed along with spots, smears, spills and stains. There shall be no evidence of fuzzing caused by excessive rubbing or brushing. Cleaned areas shall blend with adjacent areas of carpeting. After THOROUGHLY SWEEPING, the floor shall be clean and free of spills, stains and foreign matter. No dirt or debris shall be left in corners, behind equipment, appliances, or doors. After THOROUGHLY VACUUMING, carpets shall be clean and free of dirt, dust balls, and other debris. Nap on carpets shall lie in one direction after vacuuming. 27 2. Damp mop and spray buff all hard and resilient floors. C. Monthly: Unless otherwise indicated BID #13267, CUSTODIAL SERVICES ADDENDUM #2 After DAMP MOPPING AND SPRAY BUFFING, the floors shall be free of streaks, mop strand marks or strings, and skipped areas. Walls, baseboards and other surfaces shall be free of splashings and marks from the equipment. The finished area should have a uniform - luster. 1. Thoroughly dust horizontal surfaces of After THOROUGHLY DUSTING, there shall be no furniture and all wall surfaces up to 70" from dust streaks, oil, spots, or smudges on dusted surfaces the floor; also vertical surfaces and under caused by equipment. Corners, crevices, moldings and surfaces (knee wells, chair rungs, table legs, ledges shall be free of dust, dirt and cobwebs. etc.). 2.' Spot clean wall surfaces up to 70" from the After SPOT CLEANING, the walls shall be without floor. smudges, marks, spots, or unsightly discoloration caused by removal D. Semi -Annual: Unless otherwise indicated 1. Strip and refinish with four coats - all After STRIPPING, all old finish and/or wax shall be medical labs, medical examination rooms, removed. There shall be no evidence of gum, rust, print shops, photography darkrooms, etc. burns, scuff marks, and old finish or stripper. After FINISHING, walls and other surfaces shall be free of finish residue and marks from equipment. Floors and baseboards will be free of streaks, mop strand marks or strings, and skipped areas. The finished area shall have a uniform luster. E. Annually: Unless otherwise indicated 1. Strip and apply four coats of floor finish to After STRIPPING AND REFINISHING, See Quality all hard and resilient floors. This must be Requirements in D.1 above. performed during the first three months of the contract's initial period and each stipulated frequency thereafter. 2. Wipe down and treat surfaces of wood After WIPING DOWN & TREATING WOOD paneling using a product containing . PANELING, paneling shall be free of dirt, dust, spots carnauba wax or an oily appearance. The wax must be rubbed into the paneling. F. Services to be Performed as Required to Maintain Ouality Standards: 1. Wash or damp wipe the inside and outside of wastebaskets semi-annually but more frequently if necessary to keep them in acceptable condition. If liners are used, they are to be replaced at least weekly, but more frequently if necessary to maintain a clean appearance. After CLEANING WASTEBASKETS, they shall be free of dust, ashes, paper, pencil shavings, coffee or food stains, toner, other debris and relined with a non - permeable bag. 28 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 eafnauba wax an oily ap^ppeaf nee. Th2i cmst be fubbed into the paneliW. 3 2. Clean slate and/or dry -erase boards as Auer CLEANING, the boards shall be completely clear requested using manufacturer's and have no "ghost" letters. There shall be no dust in recommended products. trays. Note: Use RECOMMENDED SCHEDULE FOR CARPET CARE, Low or Medium Traffic, where their recommendation is listed in the frequency. 29 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 CLEANING WORK AND QUALITY REQUIREMENTS MAIN ENTRANCES MAIN LOBBIES AND MAIN CORRIDORS CLEANING REQUIREMENTS A. Daily: Unless otherwise indicated. 1. Thoroughly sweep and/or vacuum full floor area. Clean and polish all interior and exterior metal doorknobs, push bars, kickplates, railings, and other metal surfaces. Clean and polish we 3d handr-ails,. dDers an ether veed-stufaees-. Clean handrails. Clean spots and marks off walls and doors, dust all surfaces up to 70" from the floor. QUALITY REQUIREMENTS After THOROUGHLY SWEEPING, the floors shall be clean and free of trash and foreign matter. No dirt or debris shall be left behind equipment or machine, under furniture or behind doors. After THOROUGHLY VACUUMING, the carpet shall be clean and free of dirt, dust balls and other debris. Nap on carpets shall lie in one direction after vacuuming. After METAL POLISHING, metal surfaces shall be free of smears, stains, and finger marks. They shall be clean and bright and polished to a uniform luster. After DUSTING, there shall be no dust streaks. Comers, crevices, moldings, and ledges shall be free of all dust. There shall be no oils, spots, or smudges on dusted surfaces caused by equipment. 2. Damp mop all hard and resilient floors. After DAMP MOPPING, the floors shall be free of streaks, mop strand marks and skipped areas. Walls, baseboards, and other surfaces shall be free of splashings and markings from the equipment. The finished area should have a uniform luster. 3. Clean both sides of entrance glass and glass After GLASS CLEANING, all glass shall be clean and surrounding doors within reach. free of dirt, grime, dust, streaks, watermarks, and spots and shall not be cloudy. B. Weekly: 1. Spot clean carpet to remove all spots and stains. After CARPET SPOTTING, excessive build-up, spillage, or crusted material shall have been removed along with spots, smears and stains. There shall be no evidence of fuzzing caused by excessive rubbing or brushing. Cleaned areas shall blend with adjacent areas of carpeting. 2. Polish kickplates, pushplates and bars on After POLISHING, metal surfaces shall have a polished doors, hnndrni-ls, door knobs and other metal and lustrous appearance. There shall be no smears, surfaces. stains, or finger marks. 30 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 C. Quarterly: Clean and polish metal door After CLEANING THRESHOLDS, they shall be clean thresholds. and free of oil, grease, gum, dirt, and grime. D. Annualiv: Strip and apply four coats of floor After STRIPPING, all old finish shall be removed. finish to all hard and resilient floors. There shall be no evidence of rust, bums, or scuff marks. There shall be no build-up of old finish. After FINISHING, walls and other surfaces shall be free of finish residue and marks from equipment. Floors and baseboards will be free of streaks, mop strand marks and skipped areas. The finished area shall have a uniform luster. NOTE: Use RECOMMENDED SCHEDULE FOR CARPET CARE, Medium or Heavy Traffic where there is no recommendation listed in the frequency. 31 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 CLEANING WORK AND QUALITY REQUIREMENTS SECONDARY ENTRANCES SECONDARY LOBBIES AND SECONDARY CORRIDORS CLEANING REQUIREMENTS QUALITY REQUIREMENTS A. pall : Thoroughly sweep and/or vacuum the full floor area. B. Weekly After THOROUGHLY SWEEPING, floors shall be clean and free of trash and foreign matter. No dirt shall be left in corners, behind equipment or doors. After THOROUGHLY VACUUMING, floors shall be free of dirt, dust balls and other debris. 1. Damp mop and spray buff all hard and After DAMP MOPPING AND SPRAY BUFFING, the resilient floors. floors shall be free of streaks, mop strand marks and skipped areas. Walls, baseboards and other surfaces shall be free of splashing and marks from the equipment. The finished area shall have a uniform luster. 2. Spot clean carpet to remove all spots and stains. 3. Clean spots and marks off walls, dust all surfaces within 70" from floor. After CARPET SPOTTING, excessive build-up, spillage, or crusted material shall have been removed along with spots, smears and stains. There shall be no evidence of fuzzing caused by excessive rubbing or brushing. Cleaned areas shall blend with adjacent areas of carpeting. After SPOT CLEANING, smudges, marks or spots shall have been removed without causing unsightly discoloration. After DUSTING, there shall be no dust streaks. Corners, crevices, moldings, and ledges shall be free of dust, dirt, and cobwebs. There shall be no marks caused by cleaning tools. 4. Polish kickplates, pushplates and bars on After POLISHING, metal surfaces shall have a polished doors, #mails; door knobs and other metal and lustrous appearance. There shall be no smears, surfaces. stains, or finger marks. C. Quarterly: Clean and polish metal door thresholds. D. Annually: Strip and apply four coats of floor finish to hard and resilient floors. Carpeting should be shampooed and extracted. After CLEANING THRESHOLDS, they shall be clean and free of oil, grease, dirt, and grime. After STRIPPING, the floors will have all old finish removed. There shall be no evidence of rust, burns, scuff marks, or old finish or stripper. After FINISHING, the walls, baseboards, and other surfaces shall be free of finish residue and marks from equipment. Floors shall have a uniform luster. 32 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 After SHAMPOOING AND EXTRACTING, carpeting will be clean and free of dirt, dust, spots, and stains. There shall be no evidence of fuzzing or matting and colors shall be clear and even. NOTE: Use RECOMMENDED SCHEDULE FOR CARPET CARE, Low or Medium Traffic where there is no recommendation listed in frequency. STAIRWAYS A. Daily: Sweep and/or vacuum steps and landings. Dust railings, ledges, grilles, fire apparatus, doors and heating/cooling equipment. B. Weekly: Wet mop steps, risers and landings. Spot clean walls to a height of 70" above the floor. C. Me : Annually: Scrub steps, risers and landings. Polish metal and weedwedc. After SWEEPING OR VACUUMING, the steps and landings shall be free of loose dirt, dust, streaks, gum, tar and other foreign substances. After DUSTING, railings, ledges, grilles, fire apparatus, doors and heating/cooling equipment shall be dust free in comers and crevices. There shall be no oil, spots or smudges on dusted surfaces. After WET MOPPING, steps, risers and landings shall be free of dirt, water streaks, strings, gum, tar, grease, etc., and present an overall appearance of cleanliness. All surfaces shall be dry and the corners clean. After SPOT CLEANING, smudges, marks, or spots shall have been removed without causing unsightly discoloration. After SCRUBBING, steps, risers, and landings shall be free of dirt, water streaks, strings, gum, tar, grease, etc., and present an overall appearance of cleanliness. All surfaces shall be dry and the corners clean. NOTE: Use RECOMMENDED SCHEDULE FOR CARPET CARE, Low or Medium Traffic, where there is no recommendation listed in the frequency. ELEVATORS A. Daily: Sweep and wet mop floors, polish interior of cab if stainless or wood (clean otherwise), clean handrails. Clean/polish interior and exterior doors and door frames at each landing. B. Weekly: Clean and polish door tracks. After SWEEPING AND WET MOPPING, the floor shall be free of dirt, water streaks, strings, gum, tar, grease, etc., and present an overall appearance of cleanliness. All surfaces shall be dry and the corners clean. After WOOD/STAINLESS POLISHING, surfaces should be free of dirt, dust, streaks and spots. Surfaces should have a polished and lustrous appearance. There shall be no visible polish or cleaner residue. After CLEANING AND POLISHING door tracks, they shall be free of oil, grease, gum, tar, and dirt. 33 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 C. Monthly: Strip and refinish hard and resilient After STRIPPING AND REFINISHING, the floor shall floors. be free of rust, burns, or scuff marks. Walls and other surfaces shall be free of streaks or marks. Finished areas will have no skipped areas and have a uniform luster. NOTE: Use RECOMMENDED SCHEDULE FOR CARPET CARE, Low or Medium Traffic, where there is no recommendation listed in the frequency. EMPLOYEE REST AREA CLEANING A. Dail 1. Sweep, damp mop and buff rest area floors. After SWEEPING, MOPPING AND BUFFING, the eaks 2. Clean washbasins, fixtures and drinking fountains. 3. Empty trash receptacles, service dispensers and clean ashtrays. floors shall beclean and free of dirt, water str , mop strings, gum, grease, tar, etc., and present an overall appearance of cleanliness. All surfaces shall be dry and corners clean. The floor shall have no skipped areas and have a uniform luster. After CLEANING, washbasins, fixtures and drinking fountains will be clean and bright. There shall be no dust, spots, stains, rust, green mold, encrustation or excess moisture. After EMPTYING trash receptacles, waste generated shall be collected and removed to designated storage area. After SERVICING, dispensers shall be full and outsides shall be clean and bright. After CLEANING, ashtrays shall be free of ashes, dust, stains and spots. 4. Dust horizontal surfaces within 70" of the After DUSTING, there shall be no dust streaks. floor. Corners, crevices moldings and ledges shall be free of all dust and cobwebs. B. Weekly: Clean waste receptacles, using a quat- After CLEANING waste receptacles, outsides and type germicidal detergent. insides shall be dry before relining with a non - permeable bag. NOTE: Use RECOMMENDED SCHEDULE FOR CARPET CARE, Low or Medium Traffic, where there is no recommendation listed in the frequency. EMPLOYEE REST AREA POLICING A. Frequently: During the workday: 1. Clean tops of tables and damp wipe using a After CLEANING, tables shall be clean with no trash or quat-type germicidal detergent. food stuff on tops. Tables will be dry after damp wiping. 34 BID #13267. CUSTODIAL SERVICES ADDENDUM #2 2. Police floor and damp mop to remove spills. After POLICING, the floors shall be clear of trash and j debris. d After DAMP MOPPING, the floors shall be free of stains from spills. TRASH AND ASH RECEPTACLES A. Daily: Empty trash and ash receptacles at all After EMPTYING, trash receptacles shall be clean and entrances and in all corridors. dry and relined with a new non -permeable bag. Cigarette butts, matches, and other discarded smoking material shall be placed in a metal container with a lid, the receptacle wiped so that it is free of ashes, dust, odors, tar and streaks. DRINKING FOUNTAINS A. Daily: Clean drinking fountains and replenish paper cups where dispensers are provided. ENTRANCE MATS A. Every Two Months: Clean by shampooing or steam cleaning as required to maintain quality R standard, but not less than six times a year. „M VENETIAN OR MINI BLINDS A. . h Quarterly: Dust all blinds in the building. Glean owds and tWs. Defective cords and tapes should be reported to the Building Services Manager. TELEPHONE AREAS (PUBLIC) A. Daily: Clean all vertical and horizontal surfaces and telephones using a quat-type cleaner. After CLEANING drinking fountains, porcelain or stainless steel surfaces shall be clean and bright. They shall be free of dust, spots, stains, and streaks. Drinking fountains shall be kept free of trash, ink, coffee grounds, etc., and nozzles free of encrustation, green mold or mildew. After POLISHING, bright metal surfaces shall have a shiny and lustrous appearance. After CLEANING, mats shall be clean and free of dirt, grime, stains, and excessive build-up and encrusted material. After DUSTING, both sides of blind slats shall be free of dust. After CLEANING, all vertical and horizontal surfaces, including both sides of glass, and the telephone shall be clean and free of dirt, dust, streaks, and spots. 35 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 WINDOWS AND GLASS A. Semi -Annually: Wash both sides of exterior glass, glass over and in exterior and vestibule After WASHING, glass shall be clean and free of dirt, grime, streaks and excessive moisture and shall not be doors, and all plate glass around entrances, lobbies cloudy. Window sashes, sills, and other surroundings and vestibules. Outside of windows must be of interior glass shall be wiped free of drippings and washed from outside; windows will not be pivoted. other watermarks. Both sides of all windows will be washed during the same inspection period. Schedule will be approved by the Building Services Manager. EXTERIOR CLEANING A. Dail 1. Sweep entrances, landings, steps and After SWEEPING, areas shall be free of all trash. No sidewalks adjacent to entrances in the dirt shall be left where sweepings were picked up. morning before the occupants official starting time. 2. Policing all sidewalks, parking areas, After POLICING, areas shall be free of all paper, trash, driveways, lawns, etc. empty bottles and other discarded material. 3. Dam wi After- PO IS UNG metalor- o hand ..ails r]»llPn Damp -wipe er-palish all hand rails. B. Weekly: Sweep sidewalks, parking areas and After SWEEPING, areas shall be free of dirt and trash. driveways, including moats, arcades, courts, No dirt shall be left where sweepings were picked up. atriums, weather permitting. A machine sweeper may be used when the area is 10,000 square feet or more. STORAGE SPACE A. Monthl : Sweep the full floor area. After SWEEPING, floors shall be clean and free of dirt, trash and other foreign matter. No dirt shall be left in comers, behind equipment, under furniture and shelves or behind doors. 36 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Municipal Sauare (Item #1) 916 Texas Avenue ITEM QUANTITY Elevator 2 Phones 282 Offices 146 Work Stations 122 Computers 298 Restrooms 23 Windows (Include Those on Doors) 331 H2O Fountains 13 Conference Rooms 12 Carpet Square Feet 63,221 Hard Floor Square Feet 47,465 Janitor Closets 6 Stairwells 7 Entrances 11 Sidewalk, Patio, Covered Spaces Sq. Ft 33,271 Recycle Bins 14 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Communication Center & Police Desk Sergeant area Daily. The rest - Week Days. Hours Cleaned PD Administration, Narcotics, & Detectives -Between 8:00 a.m. & 5:00 p.m. The rest - Between 5:00 p.m. & 8:00 a.m. NOTE 1: One Custodian Present from 8:00 a.m. to 5:00 p.m. NOTE 2: The raised floor carpet in the Communication Center needs to be cleaned thoroughly every 6 months. It needs to be cleaned such that no liquid penetrates through the raised floor tiles to the wires below. 37 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Municipal Building (Item #2) 162513th Street ITEM QUANTITY Elevator, Escalator 2,4 Phones 207 Offices 76 Work Stations . 130 Computers _ 166 Restrooms 11 Windows (Include Those on Doors) 263 H2O Fountains 8 Conference Rooms (+101 & 103) 16 Carpet Square Feet 64,207 68,652 Hard Floor Square Feet 10,102 Janitor Closets 2 Stairwells _ 3 Entrances 3 Sidewalk, Patio, Covered Spaces Sq. Ft 9,357 Recycle Bins 12 Sq. Ft Undeveloped Area 3,475 Frequency of Cleaning Monday - Friday Hours Cleaned Between 5:00 p.m. & 8:00 a.m. OTHER Kitchenettes (4) Televisions (5) Lunchroom (1) Kitchen (1) Print Shop (1) NOTE 1: One Custodian present from 8:00 a.m. to 5:00 p.m. NOTE 2: Clean the exterior of the outside windows of Room 101 (and their frames) monthly. NOTE 3: Finance Deparhnent needs to be cleaned between 12: 00 p.m. and 1: 00 p.m. Print Shop needs to be cleaned between 4: 00 p.m. and 5: 00 p.m. 38 Custodial Services Checklist Mahon Library (Item #3) 1306 9th Street BID #13267, CUSTODIAL SERVICES ADDENDUM4 ITEM OUANTITY Elevator, Escalator 2 Phones 34 Offices 16 Work Stations 41 Computers 56 Restrooms 7 Windows (Include Those on Doors) 122 H2O Fountains 4 Conference Rooms 4 Carpet Square Feet 41,906 Hard Floor Square Feet 9,123 Janitor Closets 2 Stairwells 3 Entrances 3 Sidewalk, Patio, Covered Spaces Sq. Ft 16,362 Recycle Bins 10 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Daily Hours Cleaned 2nd Floor & Basement May be cleaned between 5:00 p.m.& 8:00a.m.. Monday - Friday. 1st Floor may be cleaned between 9:00P.m. & 8:00 a.m.. Monday -Thursday. and between 6:00 p.m. to 8:00 a.m. on Fridays. OTHER Glass Show Cases (7) Microfilm Machines (10) Kitchen Areas (2) 39 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist health Department Qtem #4) 1902 Texas Avenue ITEM QUANTITY Elevator, Escalator 0 Phones 70 Offices 27 Work Stations 68 Computers 40 Restrooms 10 Windows (Include Those on Doors) 62 H20 Fountains 3 Conference Rooms 2 Carjet Square Feet 4,391 Hard Floor Square Feet 19,641 Janitor Closets I Stairwells 2 Entrances 4 Sidewalk, Patio, Covered Spaces Sq. Ft 2,681 Recycle Bins 1 Sq. Ft Undeveloped Area 9,369 Frequency of Cleaning Monday - Friday Hours Cleaned Between 7:30 P.M. & 8:00 a.m. OTHER Bio Hazardous Waste Container (1) Televisions (4) Examination Rooms (23) Laboratory (1) NOTE: One Custodian present from 8:00 a.m. to 5:00 p.m. The Laboratory has one concrete floor that requires sealant on an annual basis. 40 Custodial Services Checklist _Building Services Maintenance Shop (Item #5) 5th & Avenue J BID #13267, CUSTODIAL SERVICES ADDENDUM #2 ITEM QUANTITY Elevator, Escalator 0 Phones 4 Offices 2 Work Stations I Computers I Restrooms 1 Windows (Include Those on Doors) 3 H2O Fountains 0 Conference Rooms 0 Carpet Square Feet 162 Hard Floor Square Feet 1,248 Janitor Closets 0 Stairwells 0 Entrances I Sidewalk, Patio, Covered Spaces Sq. Ft 64 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Tuesdays & Fridays Hours Cleaned Between 8:00 a.m. & 5:00 p.m. OTHER Storage Room (1) 41 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Police Storage (Property Room) (Item #6) 816 Texas Avenue ITEM QUANTITY Elevator, Escalator 0 Phones 6 Offices _ . 2 Work Stations 6 Computers 3 Restrooms 2 . . Windows (Include Those on Doors) _ 3 H2O Fountains 2 Conference Rooms 0 Carpet Square Feet 1,538 Hard Floor Square Feet 138 Janitor Closets 0 Stairwells 0 Entrances I Sidewalk, Patio, Covered Spaces Sq. Ft 0 Recycle Bins U Sq. Ft Undeveloped Area 0 Frequency of Cleaning Every Other Friday Hours Cleaned Between 1:00 P.M. & 3:30 p.m. 42 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Fire Adminostrateen Marshall Qtem #7) 519 Avenue K ITEM QUANTITY Elevator, Escalator 0 Phones 24.12 Offices 468 Work Stations 2.1 Computers 4-15 Restrooms 62 Windows (Include Those on Doors) 6324 H2O Fountains 21 Conference Rooms -21 Carpet Square Feet 3,328 2.091 Hard Floor Square Feet 4-,M 360 Janitor Closets -to Stairwells 0 Entrances 4.2 Sidewalk, Patio, Covered Spaces Sq. Ft 489 974 Recycle Bins I Sq. Ft Undeveloped Area 0 Frequency of Cleaning Tuesdsay & Friday Hours Cleaned Between 1:00 p.m. & 5:00 p.m. OTHER 2 Breakrooms 1 Kitchen 43 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Police Academy (Item #8) 615 Municipal Drive ITEM QUANTITY Elevator, Escalator 0 Phones 10 Offices 4 Work Stations 4 Computers 5 Restrooms 3 Windows (Include Those on Doors) 23 H2O Fountains 2 Conference Rooms 2 Carpet Square Feet 8,500 Hard Floor Square Feet 250 Janitor Closets 2 Stairwells 0 Entrances 2 Sidewalk, Patio, Covered Spaces Sq. Ft 600 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Tuesday & Friday Hours Cleaned From 3:00 p.m. to 5:00 p.m. OTHER Break room Gym 44 Custodial Services Checklist Fleet Services (Garaee) (Item #9) 324 Municipal Drive BID #13267, CUSTODIAL SERVICES ADDENDUM #2 I'MM QUANTITY Elevator, Escalator 0 Phones 12 Offices 5 Work Stations 4 Computers 8 Restrooms 2 Windows (Include Those on Doors) 14 H2O Fountains 0 Conference Rooms I Carpet Square Feet 2-,663 2.694 Hard Floor Square Feet 2,306 Janitor Closets 0 Stairwells 2 Entrances 2 Sidewalk, Patio, Covered Spaces Sq. Ft 120 Recycle Bins 3 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday - Friday 17 Hours Cleaned 1 Between 4.00 p.m. & 8:00 a.m. OTHER Break room (1) Locker Room (1) Waiting Room (1) Showers (1) 45 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Solid Waste Administration (Item #10) 324 Municipal Drive ITEM QUANTITY Elevator, Escalator 0 Phones 13 Offices Work Stations 6 Computers 9 Restrooms 4 Windows (Include Those on Doors) 17. H2O Fountains 1 Conference Rooms I Carpet Square Feet 1,104 Hard Floor Square Feet 2,324 Janitor Closets 1 Stairwells 1 Entrances 3 Sidewalk, Patio, Covered Spaces Sq. Ft 200 Recycle Bins 3 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday - Friday Hours Cleaned Between 4:00 p.m. & 8:00 a.m. OTHER Locker Room (1) 46 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Municipal Hill - Electric Distribution (Item #11-1) 600 Municipal Drive ITEM QUANTITY Elevator, Escalator 0 Phones 36 Offices 21 Work Stations 10 Computers 12 Restrooms 5 Windows (Include Those on Doors) 39 H2O Fountains 3 Conference Rooms 2 Carpet Square Feet 11,450 Hard Floor Square Feet 14,000 Janitor Closets I Stairwells 4 Entrances 5 Sidewalk, Patio, Covered Spaces Sq. Ft 3,400 Recycle Bins 0 Sq. Ft Undeveloped Area 1,350 Frequency of Cleaning ,Monday - Friday Hours Cleaned One Custodian present between 8:00 a.m. to 5:00 p.m. OTHER Stripping, waxing, and re -coating to be done after hours. NOTE: Carpets in traffic and public areas require monthly shampooing. 47 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Water/Streets Qtem #11-2) 600 Municipal Drive ITEM QUANTITY Elevator, Escalator 0 Phones 26 Offices 25 Work Stations 1 Computers 19 Restrooms 3 Windows (Include Those on Doors) 15 H2O Fountains 1 Conference Rooms 1 Carpet Square Feet 4,129 Hard Floor Square Feet 4,248 Janitor Closets 1 Stairwells 0 Entrances 4 Sidewalk, Patio, Covered Spaces Sq. Ft 2,540 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday - Friday Hours Cleaned Between 8:00 a.m. & 5:00 p.m. OTHER Stripping, waxing, and re -coating of floors to be done between 5:00 p.m. & 8:00 a.m. or on weekend. 48 I^ POO FN BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Fire Academy Qtem #12) 102 Municipal Drive ITEM OUANTITY Elevator, Escalator 0 Phones 8 Offices 4 Work Stations 0 Computers 3 Restrooms 2 Windows (Include Those on Doors) 17 H2O Fountains I Conference Rooms (Meeting Rooms) 2 Carpet Square Feet 907 Hard Floor Square Feet 4,765 Janitor Closets I Stairwells 0 Entrances 6 Sidewalk, Patio, Covered Spaces Sq. Ft 0 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday & Thursdsay rs Cleaned r From 8:00 a.m. to 11:00 a.m. OTHER Storage Rooms (2) Ceiling Air Grills (26) i F Y 49 BID #73267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Land Application Qtem #13) 1 Mile East of Loop 289 on East 19th Street ITEM QUANTITY Elevator, Escalator 0 Phones 7 Offices 4 Work Stations I Computers 3 Restrooms 2 Windows (Include Those on Doors) 12 . H2O Fountains I Conference Rooms (Meeting Rooms) I Carpet Square Feet 825 Hard Floor Square Feet 1,100 Janitor Closets I Stairwells 0 Entrances 2 Sidewalk, Patio, Covered Spaces Sq. Ft 20 Recycle Bins 1 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Tuesday; Wednesday, & Friday Hours Cleaned Between 8:00 a.m. & 5:00 p.m. 50 BID #13267, CUSTODIAL SERVICES ADDENDUM#2 Custodial Services Checklist Solid Waste (Landfill) (Item #14) 6500 N. Avenue P ITEM QUANTITY Elevator, Escalator 0 Phones 5 Offices 3 Work Stations I Computers 4 Restrooms I Windows (Include Those on Doors) 7 H2O Fountains 0 Conference Rooms 0 Carpet Square Feet 0 Hard Floor Square Feet 946 Janitor Closets I Stairwells 0 Entrances 2 Sidewalk, Patio, Covered Spaces Sq. Ft 0 Recycle Bins I Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday - Friday Hours Cleaned Between 4:00 p.m. & 5:00 p.m. 51 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Water Treatment (Item #15) 6001 N. Guava ITEM QUANTITY Elevator, Escalator 2 Phones 27 Offices 20 Work Stations 32 Computers 14 6 Restrooms Windows (Include Those on Doors) 100 H2O Fountains 4 Conference Rooms, Training Rooms, Lunchrooms 3 Carpet Square Feet 2,000 Hard Floor Square Feet 25,000 Janitor Closets 4 Stairwells 5 Entrances 3 Sidewalk, Patio, Covered Spaces Sq. Ft 1,000 Recycle Bins 3 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday - Friday, Hours Cleaned Between 8:00 a.m. & 11:00 P.M. 52 BID 013267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Water Reclamation (Item #16) E. 37th & Guava ITEM QUANTITY Elevator, Escalator I Phones 25 Offices 6 Work Stations 9 Computers 23 Restrooms 3 Windows (Include Those on Doors) 216 H2O Fountains 3 Conference Rooms (Meeting Rooms) 2 Carpet Square Feet 2,569 Hard Floor Square Feet 7,431 Janitor Closets 2 Stairwells I Entrances 5 Sidewalk, Patio, Covered Spaces Sq. Ft 3,500 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Daily Hours Cleaned Between 8:00 a.m. & 5:00 p.m. NOTE 1: Week Days have Custodian there 6 hours per day. NOTE 2: Weekends have Custodian there 4 hours per day. 53 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Rodgers Community Center (Item #17-1) 3200 Amherst ITEM QUANTITY Elevator, Escalator 0 Phones 3 Offices 2 Work Stations I Computers 2 Restrooms 2 Windows (Include Those on Doors) 34 H2O Fountains I Conference Rooms (Meeting Rooms) 3 Carpet Square Feet 320 Hard Floor Square Feet 7,046 Janitor Closets 1 Stairwells 0 Entrances 1 Sidewalk, Patio, Covered Spaces Sq. Ft 0 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday -Friday Hours Cleaned From 8:00 a.m. to 12:00 p.m. OTHER Kitchen (1) Televisions (1) Concession (1) NOTE: Must have Custodian on duty during hours cleaned. Custodian is also responsible for setting up and taking down for classes, meetings, etc. 54 BID #13267, CUSTODIAL SERVICES ADDENDUM 92 Custodial Senices Checklist Mae Simmons Community Center (Item #17-2) 23rd & Oak ITEM OUANTITY Elevator, Escalator 0 Phones 3 Offices 1 Work Stations I Computers I Restrooms 2 Windows (Include Those on Doors) 67 H2O Fountains I Conference Rooms (Meeting Rooms) 3 Carpet Square Feet 320 Hard Floor Square Feet 7,046 Janitor Closets 1 Stairwells 0 Entrances 1 Sidewalk, Patio, Covered Spaces Sq. Ft 0 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday - Friday Hours Cleaned From 1.00 p. 5!00 p�� 8:00 a.m. to 12:00 p.m. OTHER Kitchen (1) Concession Stand (1) NOTE: Must have Custodian'on duty during hours cleaned. Custodian is also responsible for setting up and taking down for classes, meetings, etc. 55 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Mae Simmons Senior Center (Item #17-3) 2004 Oak ITEM QUANTITY Elevator, Escalator 0 Phones 2 Offices 1 Work Stations I Computers 1 Restrooms 2 Windows (Include Those on Doors) 10 H2O Fountains 1 Conference Rooms (Meeting Rooms) 3 Carpet Square Feet 974 Hard Floor Square Feet 3,483 Janitor Closets I Stairwells 0 Entrances I Sidewalk, Patio, Covered Spaces Sq. Ft 0 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday - Friday Hours Cleaned From 1:00 p.m. to 5:00 p.m. OTHER Kitchen (1) NOTE: Must have Custodian on duty during hours cleaned. Custodian is also responsible for setting up and taking down for classes, meetings, etc. 56 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist George Woods Communitv Center (Item #174) Zenith & Erskine ITEM OUANTITY Elevator, Escalator 0 Phones 2 Offices 1 Work Stations I Computers I Restrooms 2 Windows (Include Those on Doors) 10 H2O Fountains I Conference Rooms (Meeting Rooms) 3 Carpet Square Feet 410 Hard Floor Square Feet 3,182 Janitor Closets I Stairwells 0 Entrances I Sidewalk, Patio, Covered Spaces Sq. Ft 0 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday - Friday Hours Cleaned From 8:00 a.m. to 12:00 p.m. OTHER Kitchen (1) Televisions (1) Concession Stand (1) NOTE: Must have Custodian on duty during hours cleaned. Custodian is also responsible for setting up and taking down for classes, meetings, etc. 57 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Arnett Benson Senior Ccnter (Item #17-51 Amherst & Gary ITEM QUANTITY Elevator, Escalator 0 Phones 2 Offices 1 Work Stations 1 Computers 1 Restrooms 2 Windows (Include Those on Doors) 9 H2O Fountains I Conference Rooms (Meeting Rooms) 3 Carpet Square Feet 992 Hard Floor Square Feet 1,960 Janitor Closets I Stairwells 0 Entrances 2 Sidewalk, Patio, Covered Spaces Sq. Ft 0 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday - Friday Hours Cleaned From 1:00 p.m. to 5:00 P.M. OTHER Kitchen (1) Televisions (2) NOTE: Must have Custodian on duty during hours cleaned. Custodian is also responsible for setting up and taking down for classes, meetings, etc. 58 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Lubbock Senior Citizens Center (Item 17-6) 2001 19th Street ITEM QUANTITY Elevator, Escalator 0 Phones 5 Offices 3 Work Stations 2 Computers 2 Restrooms 4 Windows (Include Those on Doors) 152 H2O Fountains 2 Conference Rooms (Meeting Rooms) 5 Carpet Square Feet 7,121 Hard Floor Square Feet 16,458 Janitor Closets 2 Stairwells 0 Entrances 3 Sidewalk, Patio, Covered Spaces Sq. Ft 0 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday - Friday Hours Cleaned From 8:00 a.m. to 5:00 P.M. OTHER Kitchen (1) NOTE: Must have Custodian on duty during hours cleaned. Custodian is also responsible for setting up and taking down for classes, meetings, etc. 59 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Maaev Community Center (Item #17-7) 30th & Ozford ITEM QUANTITY Elevator, Escalator 0 Phones 3 Offices I Work Stations I Computers I Restrooms 3 Windows (Include Those on Doors) 18 H2O Fountains I Conference Rooms (Meeting Rooms) 4 Carpet Square Feet 510 Hard Floor Square Feet 6,076 Janitor Closets I Stairwells 0 Entrances I Sidewalk, Patio, Covered Spaces Sq. Ft 500 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday - Friday Hours Cleaned From 8:00 a.m. to 3:A0-p:n�-12:00 u.m. OTHER Kitchen (1) Televisions (1) NOTE: Must have Custodian on duty during hours cleaned. Custodian is also responsible for setting up and taking down for classes, meetings, etc. 60 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Hodges Community Center (Item 17-8) 4011 University ITEM OUANTITY Elevator, Escalator 0 Phones 3 Offices I Work Stations I Computers I Restrooms 2 Windows (Include Those on Doors) 57 H2O Fountains I Conference Rooms (Meeting Rooms) 3 Carpet Square Feet 132 Hard Floor Square Feet 8,772 Janitor Closets I Stairwells 0 Entrances 2 Sidewalk, Patio, Covered Spaces Sq. Ft 0 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday - Friday ours Cleaned r From 1:00 p.m. to 5:00 p.m. OTHER Kitchen (1) Televisions (1) NOTE: Must have Custodian on duty during hours cleaned. Custodian is also responsible for setting up and taking down for classes, meetings, etc. 61 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Garden and Arts Center (Item #17-9) 4215 University ITEM QUANTITY Elevator, Escalator U Phones 5 Offices I Work Stations I Computers 0 Restrooms 2 Windows (Include Those on Doors) 40 H2O Fountains I Conference Rooms (Meeting Rooms) 5 Carpet Square Feet 1,013 Hard Floor Square Feet 6,433 Janitor Closets I Stairwells 0 Entrances 2 Sidewalk, Patio, Covered Spaces Sq. Ft 147 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday - Friday Hours Cleaned From 8:00 a.m. to 4� A0 n3- 5 -.00 -p.m. OTHER Kitchen (1) Televisions (1) VCR (1) NOTE: Must have Custodian on duty during hours cleaned. Custodian is also responsible for setting up and taking down for classes, meetings, etc. 62 BID #P13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Conner Rawlings Qtem #17-10) 40th & Avenue B ITEM QUANTITY Elevator, Escalator 0 Phones 3 Offices 2 Work Stations I Computers I Restrooms 2 Windows (Include Those on Doors) 15 H2O Fountains I Conference Rooms (Meeting Rooms) 3 Carpet Square Feet 0 Hard Floor Square Feet 5,721 Janitor Closets I Stairwells 0 Entrances 3 Sidewalk, Patio, Covered Spaces Sq. Ft 0 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday - Friday Hours Cleaned From 1:00 p.m. to 5:00 p.m. OTHER Kitchen (1) Televisions (1) NOTE: Must have Custodian on duty during hours cleaned. Custodian is also responsible for setting up and taking down for classes, meetings, etc. 63 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Godeke Library (Item #18) 6601 Quaker Avenue ITEM QUANTITY Elevator, Escalator 0 Phones 5 Offices 1 Work Stations 8 Computers 13 Restrooms 4 Windows (Include Those on Doors) 28 1120 Fountains 2 Conference Rooms 1 Carpet Square Feet 10,823 Hard Floor Square Feet 324 Janitor Closets 1 Stairwells 0 Entrances 3 Sidewalk, Patio, Covered Spaces Sq. Ft 904 Recycle Bins 0 Sq. Ft Undeveloped Area Frequency of Cleaning Daily Hours Cleaned Between 9:00 p.m. & 8:00 a.m. OTHER Break Room (1) [Carpeted] 64 BID #13267, CUSTODIAL SERVICES ADDENDUM#2 Custodial Services Checklist Safety City (Item 419) 46th & Avenue U ITEM QUANTITY Elevator, Escalator 0 Phones 2 Offices 2 Work Stations 2 Computers I Restrooms 4 Windows (Include Those on Doors) 16 H2O Fountains I Conference Rooms (Meeting Rooms) I Carpet Square Feet 773 Hard Floor Square Feet 1,063 Janitor Closets 1 Stairwells 0 Entrances 2 Sidewalk, Patio, Covered Spaces Sq. Ft 424 Recycle Bins I Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday - Friday Hours Cleaned Between 2:00 p.m. & 8:00 a.m. OTHER Television (1) VCR (1) Answering Machine (1) Kitchen (1) 65 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Fine Arts Center (Item #20) 2600 Avenue P ITEM QUANTITY Elevator, Escalator 0 Phones 2 Offices 2 Work Stations 3 Computers 1 Restrooms 2 Windows (Include Those on Doors) 8 1120 Fountains 0 Conference Rooms (Meeting Rooms) 0 Carpet Square Feet 3,000 Hard Floor Square Feet 600 Janitor Closets 1 Stairwells 0 Entrances 3 Sidewalk, Patio, Covered Spaces Sq. Ft 360 Recycle Bins _. 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Monday & Thursday rs Cleaned r Between 1:00 P.M. & 5:00 p.m. OTHER Gallery (1) Gift Shop (1) Darkroom (1) BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Landwer Party House (Item #21-1) 2525 Canyon Lake Drive ITEM QUANTITY Elevator, Escalator 0 Phones I Offices 0 Work Stations I Computers 0 Restrooms 2 Windows (Include Those on Doors) 15 H2O Fountains I Conference Rooms (Meeting Rooms) 0 Carpet Square Feet 0 Hard Floor Square Feet 1,475 Janitor Closets 1 Stairwells 0 Entrances 2 Sidewalk, Patio, Covered Spaces Sq. Ft 2,800 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Daily/As Needed Hours Cleaned Between 12:00 a.m. & 10:00 a.m. OTHER Kitchen (1) 67 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Mahon Party House (Item #21-2) 24th & Chicago ITEM QUANTITY Elevator, Escalator 0 Phones I Offices 0 Work Stations 1 Computers 0 Restrooms 2 Windows (Include Those on Doors) 2 H2O Fountains I Conference Rooms (Meeting Rooms) 0 Carpet Square Feet 0 Hard Floor Square Feet 1,250 Janitor Closets 0 Stairwells 0 Entrances 2 Sidewalk, Patio, Covered Spaces Sq. Ft 0 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Daily/As Needed Hours Cleaned Between 12:00 a.m. & 10:00 a.m. OTHER Kitchen (1) 68 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Outdoor Center Party House (Item #21-3) E. Broadway Entrance to Mackenzie Park ITEM QUANTITY Elevator, Escalator 0 Phones 0 Offices 0 Work Stations 0 Computers 0 Restrooms 2 Windows (Include Those on Doors) 55 H2O Fountains 0 Conference Rooms (Meeting Rooms) 0 Carpet Square Feet 0 Hard Floor Square Feet 2,430 Janitor Closets I Stairwells 0 Entrances 2 Sidewalk, Patio, Covered Spaces Sq. Ft 0 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Daily/As Needed Hours Cleaned Between 12:00 10:00 a.m. b9 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist Lou Stubbs Party House (Item #214) _ 36th & Avenue N ITEM QUANTITY Elevator, Escalator 0 Phones 1 Offices 0 Work Stations 0 Computers 0 Restrooms 2 Windows (Include Those on Doors) 16 H2O Fountains 0 Conference Rooms (Meeting Rooms) 0 Carpet Square Feet 0 Hard Floor Square Feet 2,448 Janitor Closets I Stairwells 0 Entrances 2 Sidewalk, Patio, Covered Spaces Sq. Ft 600 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Daily/As Needed Hours Cleaned Between 12:00 a.m. & 10:00 a.m. OTHER Kitchen (1) 70 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist KN. Clapp Party House (Item #21-5) 46th & Avenue U ITEM OUANTITY Elevator, Escalator 0 Phones I Offices 0 Work Stations 0 Computers 0 Restrooms 2 Windows (Include Those on Doors) 12 H2O Fountains 0 Conference Rooms (Meeting Rooms) 0 Carpet Square Feet 0 Hard Floor Square Feet 986 Janitor Closets I Stairwells 0 Entrances 2 Sidewalk, Patio, Covered Spaces Sq. Ft 625 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Daily/As Needed Hours Cleaned Between 12:00 a.m. & 10:00 a.m. OTHER Kitchen (1) 71 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Custodial Services Checklist A B Davis Party House (Item #21-67 42nd & Nashville ITEM QUANTITY Elevator, Escalator 0 Phones I Offices 0 Work Stations 0 Computers 0 Restrooms 2 Windows (Include Those on Doors) 1s H2O Fountains 0 Conference Rooms (Meeting Rooms) 0 Carpet Square Feet 0 Hard Floor Square Feet 1,251 Janitor Closets I Stairwells 0 Entrances 2 Sidewalk, Patio, Covered Spaces Sq. Ft 600 Recycle Bins 0 Sq. Ft Undeveloped Area 0 Frequency of Cleaning Daily/As Needed Hours Cleaned Between 12:00 a.m. & 10:00 a.m. OTHER Kitchen (1) 72 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Summarized List of Duties Performed by Custodial Services 1 Sweep & dust -mo (all hard -surfaced floors & stairs) Dail 2 Vacuum ted floors Dail 3 Dam -mo all hard -surfaced floors Dail 4 Spot -clean ted floors Daily as needed 5 Strip, seal & wax all hard -surfaced floors & stairs As scheduled 6 Empty all trash cans and re -line when necessary) Dail 7 Clean and restock the restrooms Numerous times daily 8 Clean telephones Dail 9 10 Clean entry glass Twice daily 11 Dust Dail 12 Sham trMulluarry As scheduled 13 Police and clean outside & parking lots Dail 14 Clean outside ash receptacles Dail 15 Clean Liberty Bell (Municipal Building) Dail 16 Scrape & candy off sidewalks Dail 17 Spray -buff d -surfaced floors) Weekly 18 Wax floors (re-coatQuarterly 19 Clean flower beds Dail 20 Clean baseboards Weekly 21 Clean ceilings As often as needed 22 Spot clean walls Dail 23 Clean display cases Dail 24 Clean air vents Weekly 25 Clean ledges Weekly 26 Clean window sills Weekl 27 Set-up meeting rooms Daily according to schedule 28 Clean water fountains Daffy 29 Clean lunchrooms Twice daily 30 Sweep & damp -mop kitchens Dail 31 Refillpaper dispensers Dail as often as needed 32 Refill sanitary supplies machines At least monthly/or as often as needed 33 1 Clean the elevators Dail /or more often if needed 34 Clean escalators (Municipal Building) Dail 35 Clean and disinfect showers (Fleet Services) Dail 36 _Empty recycle containers Dail 37 Polish brass door handles, push plates and kickplates Weekly 38 Clean meeting rooms after each meeting (wipe off the tables, vacuum, return dirty dishes to Lunchroom, deodorize the room As required/seveml times daily 39 Restroom walls spot cleaned Dail 40 Restroom walls thoroughly scrubbed down and disinfected Quarterly 41 Clean door kick and push plates Dail 73 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Miscellaneous Services Provided by Custodial Services 1 Wash dishes coffee cups, coffee Is, etc.)Dail As requested 2 Move furniture boxes, etc. during work hours As requested 3 Assist patrons with loading and unloading of their personal belongings. As requested 4 Clean refrigerators As requested- uested5 5 Defrost refrigerators As requested Daily 6 Clean microwave ovens Dail Dail 7 Give directions to the Public As requested 8 We& "ens to their- cars after4ark As4egHesW 9 Assist caterers with their belongings to & from meeting rooms As requested 10 Collect recyclable materials and deposit into bins I Dail Additional Miscellaneous Services Provided by Custodial Services at Health Department 1 Clean exam tables and side tables after each Clinic Session As requested 2 Biohazard waste will be taken to lab rsonnel for aut aving As requested 3 Clean Dental Lab Dail 4 Clean up spills or accidents regarding body fluids, etc. Daily as needed 5 Make coffee Daily as requested 6 Clean all laboratory sinks Dail 1. Exterior Cleaning (Day & Night Crew, All Buildings) A. Sweep dirt and rocks from the sidewalks and in front of the entMyays: This task is done twice a day, once by the day -time custodian and once by the night custodians. B. Remove trash and debris from the parking lot: This is done daily by the night custodians. C. Clean dirt and bird feces off the Liberty Bell: This is done daily by the night custodians (Municipal Building). D. Clean outside ash receptacles and empty outside trash cans: This is done daily by the night custodians. E. Scrape gum and candy from sidewalks: This is done daily by the night custodians. F. Entry glass: Spot clean inside and outside twice daily. 2. Interior Cleaning (Offices, Meeting Rooms, Hallways, All Buildings) A. EmM all trash receptacles and reline: All trash receptacles are checked throughout the day by the day- time custodian and emptied as needed. The night custodians empty all trash cans and fit each can with a new liner as needed. This is done on a daily basis. B. Hard -surfaced floors: All the hard -surfaced floors are swept and/or dust -mopped throughout the day by the day -time custodian on an as needed basis. All the hard -surfaced floors are swept and/or dust - mopped (using a treated dust -mop cover), damp -mopped (using an environmentally safe HDQ Neutral Cleaner) by the night custodians each evening. 74 P" BID #13267, CUSTODIAL SERVICES ADDENDUM #2 Strippin , sealing, waxing: All the hard -surfaced floors (hallways, entryways, and some offices) are stripped, sealed and waxed by the night custodians on an annual basis. © Spray buff or burnish floors: In order to maintain the shine and luster of freshly waxed floors, I the night custodians spray -buff the floors weekly. Q Re -coat floors: Two coats of fresh wax are applied to all the hard -surfaced floors (quarterly) by night custodians to restore luster to the floors. C. Carpeted Floors: The carpeted floors are spot -vacuumed during the day. The night custodians vacuum all the carpeted floors every evening and spot -clean the carpet as they are going through their nightly cleaning routine. All the carpeted floors are shampooed at least once a year and in some cases, two or three times, if needed. D. Baseboards: The baseboards are cleaned by wiping them down by hand (in the carpeted areas) or with the mop while the floors are being mopped. This is done weekly. E. Ceilings and walls: Accessible ceilings are dusted as needed. The interior walls are spot cleaned each evening by the night custodians. In some cases, this is done throughout the day in the higher traffic areas. F. Interior windows and display cases: The windows in most of the buildings that Custodial Services takes care of are cleaned throughout the day as needed and then they are cleaned again by the night custodians. In the buildings that have display cases, both shifts clean them during their work hours as needed. G. Telephones and Gemiuter-s: The telephones and eempute- se -fee are cleaned nightly. The telephones are cleaned using a germicidal solution in order to prevent the spreading of germs and bacteria. H. M, Vents. Ledges, Window Sills: The air -vents, ledges, and sills are dusted and/or wiped down -iveelydy or as needed daily. I. Tables, Desks, Chairs: Unless instructed to do otherwise, the desks are dusted and -polished -nigl�ily daily. Tables are cleaned and polished as needed. Office chairs that are able to be cleaned are shot cleaned daily or as needed. Fabric covered chairs are vacuumed weekly. J. Meeting Tables and Chairs: Assemble and arrange for meetings. Disassemble, clean (if needed), and put away after meetings. 3. Restrooms A. Mirrors: The restroom mirrors are checked and cleaned as needed throughout the day and cleaned thoroughly by the night custodians every evening. B. Sinks: The sinks are checked and cleaned as needed throughout the day and are cleaned and sanitized thoroughly by the night custodians every evening. C. Vanities: The vanities are checked and cleaned and sanitized as needed throughout the day and again by the night custodians. D. Commodes and Urinals: The commodes and urinals are kept clean throughout the day and are cleaned, sanitized and thoroughly washed (using a disinfectant/germicide spray) nightly. E. Walls: The restroom walls are spot cleaned nightly, and thoroughly scrubbed down and disinfected quarterly. 75 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 F. Floors: The restroom floors are swept and damp -mopped (using a disinfectant/germicide solution) nightly. Floor under urinal in restroom across from Room 103 in Municipal Building is damp -mopped and disinfected hourly. G. Dispensers: Paper towels and toilet paper dispensers are checked and restocked throughout the day. The sanitary supplies machines are restocked monthly or more often if they run out. H. Emntv all trash receptacles and reline: All restroom trash receptacles are checked throughout the day by _ the day -time custodian and emptied as needed. The night custodians empty all restroom pzsh receptacles and fit with a new liner. This is done on a daily basis. 4. Lunchrooms A. Windows: The lunchroom windows are cleaned weekly or more often as needed. B. Kitchen Floors: Swept and damp -mopped (using a mild -medium degreaser) daily. C. Dining Room Floors: Swept and damp -mopped daily (using HDQ neutral cleaner in order to maintain the shine and luster). Pull mop along baseboards to avoid build-up in corners and on baseboards. O Spray buff or burnish floors: In order to maintain the shine and luster on freshly waxed floors, the night custodians spray buff the floors bi-weekly. © Re -coat floors: Two coats of fresh wax is applied to all the hard -surfaced floors (quarterly) to restore luster to the floors. © Stripping sealing, waxing: All the hard -surfaced floors are stripped, sealed and waxed by the night custodians on an annual basis. D. Water Fountains: Cleaned and sanitized using a germicidal solution. This is done on a daily basis. E. Baseboards: The baseboards are cleaned by wiping them down by hand (in the carpeted areas) or with the mop while the floors are being mopped. This is done weekly. F. Ceilings and walls: Accessible ceilings are dusted as needed. The interior walls are spot cleaned each evening by the night custodians. In some cases, this is done throughout the day in the higher traffic areas. G.Air—Ledges, Window Sills: The air- yents, ledges, and sills are dusted and/or wiped down weekly or as needed daily. 76 r BID 913267, CUSTODIAL SERVICES BID FORM FOR ADDENDUM #2 I" CUSTODIAL SERVICES CITY OF LUBBOCK, TEXAS BID #13267 In compliance with the Invitation to Bid #13267, the.undecsigned Bidder having examined the Contract, site of work, and being familiar with the conditions to be met, hereby submits the following Bid for famishing the material, equipment, labor and everything necessary for the completion of the work listed and agrees to execute the Contract and furnish the required bonds and certificates of insurance for the completion of said work, at the locations and for the prices set forth on the inside pages of this form Bidder understands that the bid shall be submitted with a Bid guarantee of cash, cedXed check, cashier's check, or bid bond in an amount not less than five percent (3%) ofthe Total Bid. Bidder agrees that upon receipts of Notice of Award from the City of Lubbock, the Bidder will execute the Contract documents. The Bidder hereby acknowledges receipt of and agrees its bid is based on the following Addenda: #1 #2 #3 #4 #S #6 #7 w, - nor nnrmr��n n ITEM TY DESCRIPTION UNIT MEASURE UNIT PRICE BID EXTENDED AMOUNT 1. 12 Municipal Square Month S S 2. 12 Municipal Building Month S S 3. 12 Mahan library Month S $ 4. 12 Health Department Month S S 3. 12 Building Services Maintenance Shop Month S S 6. 12 Police -Storage Room Month S S 7. 12 Fire Marshall Month S S ITEMS 1-7 ALL OR NONE: S g. 12 Police Academy Month S S 9. 12 Fleet Services (Garage) Month S S 10. 12 Solid Waste Administration Month S S 11. 12 Municipal Hill(Electric, Water/Streets Month S $ 12. 12 Fire Academy Month S S ITEMS 9-12 ALL OR NONE: S 13. 12 Land Application Month S $ 14. 12 Solid Waste Landfill Month S $ 15. 12 Water Treatment Plant Month S S 16. 1 12 Water Reclamation Plant Month $ $ ]ITEMS 13-16 ALL OR NONE: $ 17. 12 Indoor Recreation (Community Centers & Sr. Citizen Centers Month $ S is. 12 Godeke Library Month S S 19. 12 Safety City Month S $ 20. 12 Fine Arts Center Month S S 21 360 Party Houses (6 Locations) (Approx 30 cleanings per month Each $ $ ITEMS 17-21 ALL OR NONE: S ITEMS 1-21 ALL OR NONE: $ rrx a ivir v4 a a r nma: ntaucr overs a prompt payment mscount or % FROXIMO or calendar days, to apply after receipt of invoice or final acceptance of the services provided, whichever is later. If no prompt payment discount is offered, enter 0 in the % space to indicate Net 30 days, otherwise payment term shall be Net 30 days and will be considered in the bid evaluation process. THIS BID IS SUBMITTED BY . a partnership consisting of of the City of a corporation organized under the laws of the State of or individual trading as M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) By. Date: Authorized Representative - must sign by hand Officer and Title: Please Print or Type Business Telephone Number FAX: 77 Y BID #13267, CUSTODIAL SERVICES ADDENDUM #2 BID FORM FOR ALTERNATE BID CUSTODIAL. SERVICES WITH RIGHT OF FIRST REFUSAL EMPLOY111EA'T CITY OF LUBBOM TEXAS BID #13267 In compliance with the Invitation to Bid # 13267, the undersigned Bidder having examined the Contract. site of work, and being familiar with the conditions to be met, hereby submits the following Bid for famishing the material, equipment, labor and everything necessary for the completion of the work listed and agrees to execute the Contract and furnish the required bonds and certificates of insurance for the completion of said work, at the locations and for the prices set forth on the inside pages of this form Bidder understands that the bid shall be submitted with a Bid guarantee of cash, certified check, cashier's check, or bid bond in an amount not less than five percent (50/6) of the Total Bid. Bidder agrees that upon receipts of Notice of Award from the City of Lubbock, the Bidder will execute the Contract documents. The Bidder hereby acknowledges receipt of and agrees its bid is based on the following Addenda: #1 #2 #3 #4 #5 #6 #7 PAYMENT TERMS: Bidder offers a prompt payment discount of -% PROXIMO or calendar days, to apply after receipt of invoice or final acceptance of the services provided, whichever is later. If no prompt payment discount is offered, enter 0 in the % space to indicate Net 30 days, otherwise payment terms shall be Net 30 days and will be considered in the bid evaluation process. THIS BID IS SUBMITTED BY a partnership consisting of of the City of a corporation organized under the laws of the State of or individual trading as DL/WBE Finn:Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) By Date: Authorized Representative - must sign by hand Officer and Title: Please Print or Type Business Telephone Number FAX: 78 Dl1 pt.11LLVLa+ UNIT PRICE EXTENDED ITEM QTY DESCRIPTION UNIT MEASURE BID AMOUNT 1. 12 Municipal Square Month $ S 2. 12 Municipal Building Month S S 3. 12 Mahon Library Month S S 4. 12 Health Department Month $ S 5. 12 Building Services Mavitenance Shop Month $ S 6. 12 Police Storage (Property Room Month S S 7. 12 Fire Adnikiie&fttiee Marshall . Month $ S ITEMS 1-7 ALL OR NONE: $ 8. 12 Police Academy Mom S S 9. 12 Fleet Services (Garage) Month $ S 10. 12 Solid Waste Administration Month S $ 11. 12 Municipal Hill(Electric, Water/Streets Month S $ 12. 12 Fire Academ Month S $ ITEMS 8-12 ALL OR NONE: S 13. 12 Land Application Month $ $ 14. 12 Solid Waste Landfill Month $ $ 15. 12 Water Treatment Plant Month $ $ 16. 12 Water Reclamation Plant Month $ $ ITEMS 13-16 ALL OR NONE: $ 17. 12 Indoor Recreation (Community Centers & Sr. Month $ $ Citizen Centers 18. 12 Godeke Li Month $ $ 19. 12 Saf cityMonth S $ 20. 12 Fine Arts Center Month S S 21 360 Party Houses (6 Locations) [Approx 30 cleanings Each $ $ per month ITEMS 17-21 ALL OR NONE: $ ITEMS 1-21 ALL OR NONE: $ PAYMENT TERMS: Bidder offers a prompt payment discount of -% PROXIMO or calendar days, to apply after receipt of invoice or final acceptance of the services provided, whichever is later. If no prompt payment discount is offered, enter 0 in the % space to indicate Net 30 days, otherwise payment terms shall be Net 30 days and will be considered in the bid evaluation process. THIS BID IS SUBMITTED BY a partnership consisting of of the City of a corporation organized under the laws of the State of or individual trading as DL/WBE Finn:Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) By Date: Authorized Representative - must sign by hand Officer and Title: Please Print or Type Business Telephone Number FAX: 78 E r l 4 7 L 1 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 EXHIBIT "1" CONTRACTOR'S INFORMATION REPORT The information provided herein is in conjunction with our company's bid for Bid No. 13267, to the City of Lubbock. NAME OF BIDDER TELEPHONE ADDRESS CONTACT CITY, STATE, ZIP TITLE A. CUSTODIAL EXPERIENCE 1. State all custodial contracts your company completed between January 1, 1990 and December 31, 1994. DATES OF SERVICE $ VALUE DATE CONTRACTING ENTITY FROM TO OF CONTRACT COMPLETED 2. State all current custodial contracts your company is performing at the present. If none, enter "none". CONTRACTING ENTITY DATES OF SERVICE $ VALUE DATE FROM TO OF CONTRACT COMPLETED B. MANAGEMENT List the names and a brief description of the custodial experience of the management personnel of your company who will be directly involved with the management and supervision of this contract. NAME 79 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 NAME NAME . WORK PLAN Describe in detail how you will prosecute the CUSTODIAL SERVICES detailed in these specifications. Include in your description the function of all equipment to be used. CUSTOMER REFERENCES Users you have provided with this product or service. Please use comparable projects and government entities, if any. COMPANY NAME CONTACT NAME PHONE NUMBER r 80 BID #13267, CUSTODIAL SERVICES STATUTORY PAYhIENT BOND PURSUANT TO ARTICLE 5160 ADDENDUM k2 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Dollars (S l lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. r WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of 19 to and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 19 Surety Principal *By: By: (Title) (Title) By: (Title) By: (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates _ an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety s By. (Title) Approved as to form City of Lubbock By: City Attorney • Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation If signed by an Attorney in Fact, we must have copy of power of attorney for our files. e �.., 81 I CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000 TYPE OF PROJECT: LUBBOCK, TX 79457 THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to _ standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY General Aggregate S ❑ Commercial General Liability Products-Comp/Op AGO S 0 Claims Made Personal & Adv. Injury s 0 Occurrence 0 Owner's & Contractors Protective Each Occurrence S Fire Damage (Any one Fire) S 0 Med Exp (Any one Person) S AUTOMOTIYELIABXnT Combined Single Limit $ 0 Any Auto Bodily Injury (Per Person) S ❑ All Owned Autos Bodily Injury (Per Accident) $ 0 scheduled Autos Property Damage S 0 Aired Autos 0 Non -Owned Autos GARAGELIABILITY Auto Only -Each Accident S ❑ Any Auto Other than Auto Only: 0 Each Accident S Aggregate S ❑ BUILDER SRISK S 0 100% of the Total Contract Price S 0 INSTALL4TIONELOATER EXCESSLIABILITY Fadi Occurrence S 0 Umbrella Form re Aggregate s ❑ Other Than Umbrella Form S WORKERS COMPENSATION AND EMPLOYERS'LIABILITY Statutory Limits The Proprietor/ 0 Included Each Accident S Partners/Executive ❑ Excluded Disease Policy Limit S Officers are: Disease -Each Employee s OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK. (Name of Insurer) By: Title: 82 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage f" of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices r shall be the following text provided by the commission on the sample notice, without any additional words or changes: r �, 83 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 84 Firm ices: Bid prices must be firm for a minimum of ninety (90) days. Bids subject to price increases will not be considered In case of discrepancy between the unit price and the extension The unit price shall govern. Authorized Signature: By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid Bids must show vendor nano; and address of bidder and be manually signed Failure to do so will disqualify bid Penson signing bid must show title or AUTHORITY TO BIND HIS FIRM IN A CONTRACT. Withdrawal - Alteration of Bids: Bids CANNOT be altered or amended after bid closing. Alteration made before bid closing must be initiated by bidder guaranteeing authenticity. No bid may be withdrawn after bid closing without acceptable reason in writing and with the `i approval of the Purchasing Agent. Invoices: Seller shall submit separate invoices, in duplicate, on each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading, and the freight waybill when applicable, should be attached to the invoice. Mail to Purchasing Department, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79437. Payment shall not be due until the above instrumaNs are submitted after delivery. Cash Discounts: Normal payment toms are approximately 30 calendar days given that the goods andfor services received are in satisfadory condition Any discounts available to the City or early payment should be noted Discounts may be considered in determining low bid " axes: The City is exempt from Federal Excise, State Sales and Transportation taxes. TAX MUST NOT BE INCLUDED IN BID. Tax ` exemption certificates will be executed by the Purchasing Agent upon request. i L GENERAL CONDITIONS READ CAREFULLY: INSTRUCTIONS: These instructions apply to all bids and became a part of the terns and conditions of any bid submitted unless bidder takes exception in writing when submitting bids. j The City shall mean the City of Lubbock. Forms: Bids must be submitted on the form provided only and must be signed. Identify the item bid, including brand name and model number, if applicable, in the C.O.L. stock number column. Enter unit and total pries in the columns provided Bid Returns: Each bid must be sealed in an envelope clearly marked with "Bid Enclosed # " and addressed to City of Lubbock, Purchasing Office, P.O. Box 2000, Lubbock, TX,. 79457. Late Bids: Bids must be in the Purchasing Office prior to the closing date and time. NO LATE BIDS WILL BE ACCEPTED for any reason C Facsimile Bids: THE CITY WILL NOT ACCEPT FAX BIDS. �+*Acceptance: The right is reserved to accept or reject any or all of the bids, waive minor technicalities and to accept the offer most advantageous to the City of Lubbock. The City of Lubbock reserves the right to accept or reject all or part of an offer and to accept the 4 offer the city considers the most advantageous to the city. Alternates are acceptable if in the city's opinion the necessary requirements are met. rError-Ouantity Bids must be submitted on units of quantity speed - extend and show total. In the event of discrepancies in extension, l the unit price shall govern Any suggestions as to quantity to secure a better price are welcome. Quantities: The quantities appearing in this request for bid are approximate only and the City reserves the right to increase, decrease or j� delete any or all items. If the quantities of materials to be furnished are increased, such increase shall be paid for according to the unit prices established for the item. The successful bidder shall have no claims against the City for anticipated profits for the quantities called for, diminished or deleted F. O. B. - Damage: Bids will not be considered unless bid F.O.B. delivered and include all delivery and packaging costs. The City assumes no liability for goods delivered in damaged or unacceptable condition. The successful bidder must handle all claims with carriers, and in case of damaged goods, shall ship replacement goods immediately upon notification by the City. Product Guarantee: Bidder guarantees equipment or product offered will meet or exceed specifications identified in this bid invitation. The bidder shall, upon request, replace any equipment or product proved to be defective and make any and all adjustments necessary without any expense to the City. Vat anytime, the equipment or product cannot satisfactorily meet the requirements of the specifications, the bidder shall upon written request from the City, promptly remove such equipment or product without any further expense to the City. Firm ices: Bid prices must be firm for a minimum of ninety (90) days. Bids subject to price increases will not be considered In case of discrepancy between the unit price and the extension The unit price shall govern. Authorized Signature: By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid Bids must show vendor nano; and address of bidder and be manually signed Failure to do so will disqualify bid Penson signing bid must show title or AUTHORITY TO BIND HIS FIRM IN A CONTRACT. Withdrawal - Alteration of Bids: Bids CANNOT be altered or amended after bid closing. Alteration made before bid closing must be initiated by bidder guaranteeing authenticity. No bid may be withdrawn after bid closing without acceptable reason in writing and with the `i approval of the Purchasing Agent. Invoices: Seller shall submit separate invoices, in duplicate, on each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading, and the freight waybill when applicable, should be attached to the invoice. Mail to Purchasing Department, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79437. Payment shall not be due until the above instrumaNs are submitted after delivery. Cash Discounts: Normal payment toms are approximately 30 calendar days given that the goods andfor services received are in satisfadory condition Any discounts available to the City or early payment should be noted Discounts may be considered in determining low bid " axes: The City is exempt from Federal Excise, State Sales and Transportation taxes. TAX MUST NOT BE INCLUDED IN BID. Tax ` exemption certificates will be executed by the Purchasing Agent upon request. i L Specifications: Any catalog, brand name or manufacturers reference in the specifications are descriptive and NOT restrictive, and are used to indicate type and quality level desired. Bids on brands of Lice nature and quality may be considered unless specifically excluded If bidding on other thaa reference or specifications, bid must show manufacturer, brand, trade name, catalog and/or lot number, etc. on article offered and certify article offered is equivalent to specifications. If other than specified brand of items are offered, :pecifiaatioms, illustrations and complete descriptive literature must be submitted with bid unless previously filed with the Purchasing Agent Minor deviations from written specifications shall not necessarily disqualify a vendor's bid The City of Lubbock specification committee will be the sole determiner of what constitutes a minor deviation. Approved Brands: The City may deem it necessary to specify Approved Brands after conclusive testing, prior usage or standardization. The City will test any sample(s), supplied free of charged, to qualify for the Approved Brand list Each sample must be marked with bidder's name and address At bidder's request and expense, the sample(s) not destroyed or used in examinations and testing will be returned. Samples: When specifications call for samples to be submitted, samples shall be delivered by the bidder, at bidders expense, five days prior to the opening of bids. Each sample shall be clearly tagged to show bidders name and address and item number. Warranty/Maintenance Agreement: Any information regarding warranties and/or maintenance agreements pertaining to said bid items) are to be included in the bid Delivery Promise/Penalties: Bids must show the number of calendar days required to place the materials in the City's receiving point under normal conditions DO NOT quote shipping dates. Failure to specify delivery time will obligate bidder to COMPLETE delivery in two weeks. A minimum of five days better delivery will automatically break a tie bid Unrealistically short or undue long delivery promises may cause bid to be disregarded. Consistent failure of a bidder to meet his delivery promises without a valid reason may cause removal from the bid list When delivery delay can be foreseen, the bidder shall give prior notice to the Purchasing Agent, who shall have the right to extend the delivery date if reasons for delay appear acceptable. The bidder must keep the Purchasing Officer informed at all times of the status of the oder. Default on promised delivery, without acceptable reasons, or failure to meet specifications authorizes; the Purchasing Officer to purchase goods elsewhere and charge any increase in cost and handling to the defaulting bidder. Every effort will be made by the Purchasing Office to locate the goods at the same or better price as than originally contracted. acka : Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently marked as follows: (a) Sellers name and address. (b) Consignee's name, address and purchase order or purchase release number and the supply agreement number if applicable, (c) Container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided Goods shall be ,suitably packed to secure lowest transportation casts and to conform with requirements of common carriers and any applicable specifications. Buyers count or weight shall be final and conclusive an shipments not accompanied by packing lists. DeliveryTime: Deliveries will be accepted only during normal working hours: 8:00 A.M. -4:00 P.M., Monday through Friday, except on City holidays, at the designated location Tie Bids: In case of tie bids, preference will be given to local vendors. Consistent and continued tie bidding on any commodity could be cause for rejection of bids by the Purchasing Officer and/or investigation by the Attorney General to determine possible Anti -Trust violations. Non -Resident Bids: Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. Patent Rights: The vendor agrees to protect the City of Lubbock from any claim involving patent right infringement or copyrights on goods supplied As part of this compact for sale Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to this agreement will give rise to such a claim, and in no event shall Buyer be liable to Seller for indemnification in the event that Seller is sued on the grounds of infringement or the like. If Seller is of the opinion that an infringement or the like will result, he will notify the Buyer to this effect in wiring within two weeks after the signing of this agreement. Myer does not receive notice and is subsequently held liable for the infringemerit or the like, Seller will save Buyer harmless. If Seller in good faith ascertains the production of the goods in accordance with the specifications will result in infringement or the like, this contract shall be null and void Bid Evaluation: All bids are evaluated for compliance with specifications before the bid price is considered Response to specifications is primary in determining the best low bid Failure to comply to the listed General Conditions may result in disqualification of bid Safety Data Sheets: Provide Material Safety Data Sheets (MSDS) for all chemicals to comply with provisions of the Texas Hazard Communication Act, Title 89, Article S 18b, Texas Civil Statutes. Cfhis Act is corollary to OSHA Standard 29 CRF 1910.1200, which is generally known as the Right to Know Law.) Acknowledgment of Amendments: Any changes, additions, or clarification's to bid requests are made by bid amendments (addenda). These addenda are sent to all bidders on our vendor register, and must be acknowledged upon receipt This is done by signing the addendum, and returning it with the completed Request for Bid form when the sealed bid is submitted. Partial Awards: Unless the bid document specifies otherwise, Purchasing may award a oontract for any item or group of items shown or the bid request F e I Local Sources: Consideration may be given to local bidders for services and local stocks when evaluating bids. This consideration will be t coninie curate with the economic benefits provided to the City when making such purchases. When the total cost factors for any or all bids is equal, the City may select equipment, materials, supplies or services produced in the Lubbock area or offered by Lubbock bidders. No other local preference other than that based on economic justification is allowable by State of Texas statues (reference Attorney General of Texas opinion H-1084 Minority and Women Business Enterprise: Minority and Women Business Euteprises (M/WBE's) will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. Persons with Disabilities Needine Assistance: The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre-bid meetings and bid openings ane available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday - Friday, 8:00 - 5:00 p.m.) or 1623 13th Street Room L-04 at least 48 hours in advance of the meeting. CITY OF LUBBOCK BID # I (We) are bidding in accordance with the general conditions and established specifications. DATE: COMPANY: ADDRESS: TELE #: FAX #: NUMBER OF CALENDAR DAYS REQUIRED TO PLACE MATERIALS IN THE CITY'S RECEIVING POINTS UNDER NORMAL CONDITIONS: PAYMENT TERMS: AUTHORIZED SIGNATURE: typed AUTHORIZED SIGNATURE: signed IF UNABLE TO QUOTE. PLEASE EXPLAIN: Do not sell this commodity. Bid direct by Manufacturer. Cannot meet specifications. Job too large. Job too small. Cannot provide required bonding. Cannot provide required insurance. Bidding duu dealer. Do not wish to do business with the City of Lubbock. (Letterhead attached with explanation.) If unable to respond to this bid and you wish to continue to receive invitations to bid please return this shell to the following address: Purchasing Department City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 9 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Appropriate Insurance Agent/Broker Prior to Award of Contract I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Agent (Signature) Name of Aeent/Broker: Address of Agent/Broker: City/State/Zip: Agent/Broker Telephone #: ( ) Date: CONTRACTOR'S NAME: (Print or Type ) CONTRACTOR'S ADDRESS: Agent (Print) NOTE TO AGENT/BROKER If this time requirement is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806)767-2165. it BID # F" City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 806-767-2167 6��MAIILEWTO VENDOR CLOSE DATE: T13267 - CUSTODIAL SERVICES ADDENDUM #1 June 23,1995 July 11, 1995 @ 2:00 P.M. Office of Purchasing Where any item called for in the original bid documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. In the case of a conflict between the spccifications and a Custodial Service Checklist, the Custodial Service Checklist requirement shall apply. 2. Paragraph 16.3.4.1 on page 13 of the TTB is added as follows: Deductions will be based on the schedule provided by the contractor. The deductions will begin after the date provided on the schedule. For example, if the exterior windows are to bedone annually in April, the deductions will begin after April. 3. Paragraph 5.0 on page 7 of the PTB is changed to read: Within thirty (30) days of award of contract, the Contractor shall provide a daily work schedule for each facility. 4. Paragraph 15.2 on page 11 of the PTB is changed to read: City of Lubbock buildings are typically closed on the above holidays and coverage for custodial services may not be required. However, Indoor Recreation facilities are rented 365 days per year and may require custodial services on holidays. 5. The Bidder must submit an alternate bid which shall include Right of First Refusal employment to all current City of Lubbock employees whose positions would be eliminated in the event that the City awards the contract to the Contractor. All such employees shall be offered employment in a comparable position to that held by the employee immediately prior to the contract start date and the Contractor shall offer each affected } Office of City of Lubbock Purchasing P.O. Box 2000 Lubbock, Texas 7J457 BOB -767-2167 MAILED TO VENDOR: July 5, 1995 OLD CLOSE DATE: July 11, 1995 @ 2:00 P.M. NEW CLOSE DATE: July 19, 1995 @ 2:00 P-1VL ITB #13267 - CUSTODIAL SER CES ADDENDUM #2 Lam;;;✓ Where any item called for in the bid documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The closing date of this TIB has changed From: July 11, 1995 @ 2:00 P.M. To: July 18, 19952 2:00 P.M. 2. Please find attached revised ITB which supercedes the original ITB and Addendum #1. All requests for additional information or clarification must be submitted in writing and directed to: Victor Kilman Purchasing Manager City of Lubbock P.O. Boz 2000 Lubbock, Tem 79457 Questions may be faxed to: (806) 767-2164 THANK YOU, VICTOR KILb PURCHASING MANAGER PLEASE RETURN ONE COPY WTTH YOUR BID I City of Lubbock P.O. Box 2000 Lubbock, Texes 7J457 606-767-2167 MAILED TO VENDOR: July 14,1995 Office of Purchasing OLD CLOSE DATE: July 19, 1995 @a 2:00 P.M. NEW CLOSE DATE: August 3,1995 @ 2:00 P»M. ITB #13267 - CUSTODIAL SERVICES r--- (ADDENDUM 1#13 / Where any item called for in the bid documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The closing date of this ITB has changed From: July 18, 1995 @ 2:00 P.M. To: August 3.1M-0 2:00 P.M. 2. The contract may be terminated any time during the year by either party giving written notice of thirty (30) days prior to cancellation. 3. Items 13 and 21 on pages 77 and 78 of the ITB are DELETED. 4. Page 67 and pages 67 through 72 of the IIB are DELETED. t" 5. The contractor agrees to comply with all requirements of the Texas Hazard Communication Act while functioning on City of Lubbock property. This requirement includes, but is not limited to, provision of a notebook at each work site containing as MSDS sheet for each hazardous material brought to the site by the contractor, employee training, and Tier Two reports that may be required by the Texas Department of Health. All requests for additional information or clarification must be submitted in writing and directed to: �-• -Ador KZman Purchasing Manager City of Lubbock P.O. Box 2000 �.. Imbbock, Texas 79457 , Questions may be faxed to: (806) 767-2164 TRANK YOU, PM VICTOR PURCHASING MANAGER PLEASE RETURN ONE COPY WITH YOUR BID W r i r.u..-a<-a.. wca+ ao:n•► "i 1 Y Uf- L4-025114-JUK 806767:2164 MCC Of City of Lubbock Purchasing P.O. Box 2000 Lubbock. Texas 79467 i 806-767-2167 MAILED TO VENDOR Augua 2,1995 CLOSE DATE: August 3,1995 Q 2:00 P M. TTB 013267 - CUSTODLAL SERVICES ADDENDUM" Where any item called for in the bid documents is supplemented Isere, the original roquirements, not affbaed by this addendum shall remain in effect 1. Please find attached revised pages 5, 8 and 39 of the ITB and revised page 1 of the Contract. All requests for additional inforamdoA or clarification must be submitted in writing and directed to: Vidor Xnman Purchadng Manager City of Lubbock P.O. Hoa 2000 Lubbock, Texas 79457 Questions may be faxed to: (806) 767.2164 PLEASE RETURN ONE COPY WITH YOUR BID THANK YOU, kn VICTOR PURCHASING MANAGER P.01 r I s �� /} {: i:::;r:;',,::tiiii:{,+'f,'kit;iyj;<s<3ii;;iiG1K S aCSYEOAT!(MM/DOI ��VSU�tN:C� :Y....:.{::::;...vSY%WPfK2•.Y.+Aye::'r,:\r.Y...v:.}:•.{...i.•...4..v.•...{.:.x..... ....:.v:: ... .. .,. ... ..: ... ii::<i .; ,:,>•{:Y t� I' INI-QKMATION ONLY AND MOM Associates CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 3130 Wilshire Boulevard POLICIES BELOW. Sixth Floor COMPANIES AFFORDING COVERAGE Santa Monica. CA 90403 310-449-1164 COMPANYLETTER A Reliance - C of LLEETTER"" B , Company Pedus Building Services, Inc. COMMPPAANY 3500 W. First Street LEITER C Los Angeles, D LfnERNY CA 90004 COMPANY LEITER E ..:: :':.:. ..::i •. v. .,.:.....}}Y.v.•.:{'{•.a... r..k }n: v.Y :.: .x. .n ........... ...: .. ..... ........:::•?:: •....v...............'.::?:•v.{i:•%i?:r4:•:.:..: :.::::: n�ii?i:iv' :..,v <v r xn.vJ:n;v.v:x..n.v: Y...vn.rL:.{ .....; :., }.Y•�: :v�.:•: v:i }:.?'i...?}':.':•+;;::; ;Y;iti ::: r: { v.v.•.+.v. vn....r.vi; ;:::,.:u ..C•:i::iniL::Y:� �nS:6:iWr6n+•+n'{ ' �'Jlw:•r:vi:wt{S.: •}'i':..:::::4'w:::w:ir.:.':. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD B+IDICATED. NOtwITHST ANOBVG ANY REOUtREMENT, TERM OR CONOITIONOF ANY CONTRACTOR OTHER DOCUMENT WITHRESPECT 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. LMITS SHOwNMAY HAVE BEEN REDUCED BY PAID CLAIAS. CO L TYPE Of NttMiANOE POLICY POLIOYZ"ECTNE POLICYEXPIRATp LIMRS DATE(MM/DD/YY) DATE(MM/DD/YY) aENEAAL LIABLRY A COWERCIAL GENERAL LIABILITY ClAO,IS MADE ©OCCUR NGS0121464 4/01/95 4/01/96 GENERAL AGGREGATE f 2000000 PROQUCT$-COMP/OP AGO, f 2000000 PERSONAL i AOV INJURY f 2000000 OWNER'S i CONTRACTOR'S PROT. $250.000 SIR PER EACH OCCURRENCE f 2000000 OCCURRENCE `L FIRE DAMAGE (Any one Iirel 1 100000 MED. EXPENSE (A one erso f AtROM08LEL1A8LRY c7y B ANY AUTO ALL OWNED AUTOS BUA0025218QL'4 ��� n^ 4/01/95 4/01/96 COMQINEO SINGLE LIMA f 2000000 BODILY INJURY IPer Person) f SCHEDULED AUTOS G�v 0� MIRED AUTOS BODILY INJURY f (Per accident NON -OWNED AUTOS GARAGE LIABILITY PROPERIY DAMAGE f EXCESS LIABILITY EACH OCCURRENCE f UMBRELLA FORM AGGREGATE f OTHER THAN IMBRIUA FORM MIORi='a OOMPENiATWN STATUTORY LIMITS ACCIDENT f ATn EASE -POLICY tIMt1 f EMPLOYT9tt'LIABL/TY r1ACH EASE-FACH EMPLOYEE I antEa DESCRIPTION Of oPEAATNNii7L00ATW4tYEH0=jsKOIAL ITEMS .Y....:....vh.i{•}:{..{•?}:.:;:r:}}:•;:•?:•?:::i•>.Y>:.;.:.�»>:::>::><::<::<>:;::: :,:" .... ; •: � CILNCELCATION ,>. . SHOULD ANYOFTHE ABOVE DESCRIBED POLICIFSBECANCELLED BEFORE'HL AcG YG ': EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO O ;MAIL 3) DAYSwRITTENNOTICE TOTHECER IFICATEHOLDERNAMEDTOTHE SAMPLE CERT LEFT, BUT FAILURE TO MAIL SUCH NOT�EL POSE NO OBLIGATION OP LIABILITY OF ANY KIND UPON THECpQ�F�1t IT,>iWU TSORREPRESENTATIVES AUTHORIZED REPRESENTATIVE 004455501 ;. ,......, ..,• :.. SSC ACORN: CO RPO RATION:1980 A/'/11�110 `:x .`TA.5:45�u:;r:T+�".�•ddRta�iii:sY�.y?i:fii 6's.�'r4�:�.:{}:,�' •,�•'•�..pyp�a''p•T: ^�3.:;',y: ` K7C�,I ,jOHNSON & HIGGINS OF CALIFORNIA 2021LCENTURY PARK EAST LOS94NGELES, CALIFORNIA 90067 (310) 552.8791 ANNA M. MARTINEZ *WE mu XMMMWM n 04/10/95 srna -.cn o irwn o o io lQbWLU AU A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY 59700-00000 SECUR ETI A TRANSPORTATION INSURANCE COMPANY INsuREeNY S CONTINENTAL CASUALTY COMPANY PEDUS SECURITY SERVICES, INC. 3500 WEST FIRST STREET COMPANY C LOS ANGELES, CALIFORNIA 90004-6951 COMPANY D LETTER COMPANY E LETTER r :.ix..r.;,N%;:+f:v:{:}n•:i...:�t• •. .}•y. ♦•.:}:a'k{•.. .... ,�i:^.f:Y.;,ri.i•:v.;{ii:'i•:;::;':;;{;:i'•i:::ti::y:.y:i.;:::: :Y...,,�,..,.1+!.v���{v::••.;f::..: ...fi �.,T: R. 1 •S .Y,v,. .ya. <<. x.. b,<.�'yy�'��k.y ;k, •{.. .:,?.. :a.:> r .n..... .... N..,{. :K:vi {.}, .. .} }}. :•:: .. .�c s�irr 3�yr� ... •h.. .... m.�}. .•. :. h.. {.. h•[a.{4 •n:6w••+�:5!'.`}{:0:'+:f<ii:i:h':h:iif'<•i}}if}ji`: '.{{{.; .:::v0: .... , ... a.,........xT.i•,w.n�ax��T�.VRKS.y:::�:R,sry4:r:E�3�:�`.a�h�.'�.''Xava. .. �'{:•{} .io.,. ,: v+S!i.{,;..;{}:, .; e>:. :.3<: {fX• ••x;:y5 �: �' {4.`w,.Sx.;.`.'•2 q r.;x d:•': •.:s}•.}h.{ff{:T•�:af X1 a ., ,�af�•^ih :''}'{•'%'{G:$.i.ai;Y'!i:$;}:•i:4::i•v,.�i: r.;{li:;:: `.�. THIS IS TO CERTIFY THAT THE POLICIES Of INSURANCE LISTED BELOW RAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OSO THER DOCUMENT WITH RESPECT TO WHICH THIS I CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCWSIAN3 t1UR f�Aumm�►�u n� e„i.0 s.., u..�., .....�� �..�..._. _____--'--- ___-- _ -- ' co LTR - - TYPE O! imumNCI< ------ ----- -- — POLICY Nuumm •c .accn r•cVVVGV o Y unCT n O�rA1VHWM:7. POLICY OO�IMTom XMMI0411 Y) UiiRi Olm"LTMIEJTY MMMEFiCIAL GENERAL LIABILITY CLNMSMADE�COMAi' OWNEATi i CCNTRACTOFI S PROT GENERALAt3C1FtflATE _ PR]OUC'TB.mMPJOP ADEI. i —� PEY'�OtIALiADY.JURY III EACH COMMENCE II FIRE DAMAGE Wy ar Am) I MED.E7CPEAtSE orrD.rson E AUTOYO�ELi LIAN LRY ANYAUTOBINED ALLOWNEDAUTOS 8CHEDULEO AUTOS HIFE:D AUTOS NON*NNED AUTOS GARAGE UABIM BWGXE E _ � P�rsarUWUiTY i KAX i PROPERTY mmunE i EMM UA&LLnY LIAASRELLA fOp1A OTHER THAN UMBRELLA FOW EACH OCCURRENCE XX AGGREGATE E A A B DucmPTm rrorocEtt7 NDPexaATlow AND ampLaygm, LtArt+LrlY OTHt11 OF OP[lIATIOIiiIIDCJ W0702520553 (CA) WC102520542 (AZ) WC602520554 (CO. LA, NM NY mru. 12101194 1=1195 NTMATUrORY UM EACHACCIDENT t 1,000,000 0WA- w-POLcruMrT t 1,000.000 DISEASE -EACH EMPLOYEE t 1,000,000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO s MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE SAMPLE FOR BID PURPOSES 74.LEFT, SLIT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR ti^ LIABILITY OF ANY IONO UPON THE COMPANY, ITS AGENT'S OR REPRESENTATIVES AIIT}W 1119PRICKMATM i Where People Make A Difference. R Building Maintenance Services Proposal for City of Lubbock 4 . August 1, 1995 r The Pedus Promise TABLE OF CONTENTS MANAGEMENT PROPOSAL RESOURCES 2 PERSONNEL CAPABILITIES 3 PROPOSAL TO PERFORM THE WORK 4 MOTIVATION AND TRAINING 5 PERSONNEL AND SECURITY 7 CLEANING METHODS AND PROCEDURES 8 TRANSITION ASSURANCE 9 ENERGY CONSERVATION 11 SAFETY 12 EEOC AND AFFIRMATIVE ACTION 13 REFERENCES 14 COST PROPOSAL 15 SUPPLIES AND EQUIPMENT 16 INSURANCE AND TAXES 17 ADJUSTMENTS AND UNION CONTRACTS 18 SPECIFICATIONS 19 Proposal for City of Lubbock MANAGEMENT PROPOSAL 1 Proposal for City of Lubbock RESOURCES Throughout the world, Pedus Service has become a leader inrovidin P g security services, building maintenance, food services, medical housekeep- ing, sanitation and engineering services. Our United States headquarters is located in Los Angeles, California, with branch offices in Corpus Christi, Dallas, Denver, Houston, Irvine, New York, Phoenix, Rancho Cucamonga, Sacramento, San Diego, San Francisco, and Tucson. We employ 40,000 people worldwide; over 6,000 in the United States. Locations of Pedus Building Services, Inc. l .)f • 4 - r Pedus Building Services, Inc. is at the forefront of the building service industry by providing quality service and constantly developing alternative techniques and products to improve maintenance of our client's facilities. We are nationally recognized as a leader due to our prominent roles in various industry and civic organizations, such as the Building Owners and Managers Association (BOMA) . These affiliations enable us to continually address the needs of our clients. r 2 Proposal for City of Lubbock PERSONNEL CAPABILITIES We will furnish and provide all necessary labor required for the efficient maintenance and operation of your facility, including the services of any of the following classifications within the specifications attached hereto: Elevator Operators Project Manager Electronic Technicians Porters Engineers Foremen Gardeners Guards Instrumentation Technicians Janitors Laborers 3 Supervisors Utility Men Waxers Matrons Watchmen Window Cleaners Miscellaneous Personnel as needed 7, Proposal for City of Lubbock PROPOSAL TO PERFORM THE WORK As outlined throughout this proposal, Pedus proposes to perform the janitorial services as set forth. Please be assured that we have analyzed the specifications, visited the site, and fully intend to maintain the high level of cleanliness that is expected, and follow the frequencies and scope ofwork as presented. Once Pedus is awarded the contract, we immediately respond by providing you with quality service that ensures the proper maintenance of your property. Over the years, Pedus has defined and refined all points of concern in assuming the responsibilities of building maintenance services. As explained in detail in the following sections, these points include: • Motivation and Training of Personnel • Cleaning Methods and Procedures • Transition Assurance • Energy Conservation • Safety 4 Proposal for City of Lubbock MOTIVATION AND TRAINING Upon close examination of today's building services industry, it may be concluded that most companies do not provide adequate manpower motiva- tion and training. Educating employees with a proper and thorough training program is essential to improve the employee's motivational state. Since creativity and innovation can only be encouraged with a complete under- standing of the maintenance function, the Pedus philosophy of "why" as well as "how" permeates our entire training program. As a result, this training program is based on a "cleaning with intelligence" perspective. TRAINING The Pedus training facility is used year round, not only for educational purposes, but also for research and testing of new products as they become available. The facility is equipped with large-scale samples of almost every type of floor, wall, carpet, metal, and other surfaces which we are responsible for maintaining. Employees are able to experience "on -the job" training in this facility through actual usage of equipment and chemicals on a variety of surfaces. In addition, our classroom is fully equipped for any audio-visual training that mightbe part ofan employee's curriculum. Our training facility is also used for formal course instruction in specialized and technical maintenance functions to develop an individual's job flexibility within standard cleaning procedures. For example, two Pedus courses, Carpet Cleaning Techniques, and Floor Maintenance Methodology, culminate in a certification exam. Students passing the test are given the rank of "Special- ist" in their particular area, and also receive monetary compensation for their abilities. One of the most important roles our training department has is keeping supervisory personnel abreast of the latest developments in equipment, methodology, chemicals, and management techniques. At least twice a year, intensive supervisory educational seminars are conducted to maintain Pedus Building's technical superiority in field operations. Division Managers also attend a week-long seminar designed to explore new problem -solving meth- ods, both with technical and management applications. 5 Proposal for City of Lubbock MOTIVATION Realizing that participation is one of the best ways to motivate personnel, we hold regularly scheduled meetings at many of our client locations. All personnel are invited to attend in order to discuss their work and provide any ideas they may have that will improve any particular task. In addition, we acknowledge and commend employees for exceptional work on the job through regularly printed employee publications. Finally, constant communications exists between all levels of management, which reduces paperwork and increases responsiveness to problems. While lines of authority are well defined, channels of communications among operations, administration and marketing are open, available and used by all personnel. By communicating problems, the lead time in the development of viable alternative solutions is drastically reduced and employees are educated in a more responsive manner. This open line of communications allows all employees to effectively respond to your needs. 6 r roll Proposal for City of Lubbock PERSONNEL AND SECURITY We can, at your option, make provisions for all personnel to be attired in suitable dress, uniforms, or trousers and shirts. We are engaged as an independent contractor, and all personnel employed by us for your facilities are PEDUS BUILDING SERVICES, INC. employees. Our employees are carefully screened for temperament, ability and character with means legally available. Work in your facilities will be performed only by permanently assigned Pedus employees, carrying Pedus I.D. cards, and only during authorized working hours. Pedus employees will be instructed as to your security procedures and will comply with same. Keys to your facilities, in our custody, shall be accounted for at all times. Pedus Building Services, Inc. is an equal Opportunity Employer. 7 r* Proposal for City of Lubbock 1 CLEANING METHODS AND PROCEDURES Labor efficiency at Pedus is enhanced through the use of programmed maintenance, a unique concept in our industry. Our total cleaning respon- sibility is reduced to separate cards for each area, denoting daily and periodic work. These cards fit into a plastic folder, allowing easy scheduling and inspection of nightly activities. The following direct customer benefits are derived: 1. Increased manpower productivity. 2. Task responsibility pinpointed. 3. Insures that no periodic task is overlooked. 4. Increases communications between janitor and supervisor. 5. Eliminates lost production man-hours previously required to explain crew's individual responsibility as itrelates to performance ofperiodic tasks. 6. The system has built-in methods to cross-check an individual's perfor- mance. The use of this system will facilitate the daily reporting of work scheduled and accomplished. An entire area can be inspected for standard operations and, coupled with ourwork order or special request forms, ensures a complete and detailed procedure. In addition, programmed maintenance is easily adapted to unusual tenant requirements, i.e., doors to be opened, closed, secured and the logging of such requests derived from said requirements. 8 Proposal for City of Lubbock y. TRANSITION ASSURANCE r� Realizing the importance of a smooth transition, Pedus' objective is to avoid any disruption in service and to accelerate the learning curve of all parties involved. To accomplish this, we have established the following methodology for contractor conversion: TRANSITION PROGRAM: 1. An initial meeting between Pedus management and the client's representative (s) will be held prior to starting work to identify specific problem areas not previously discussed, to establish a 24-hour channel of communication and, to define specific parameters for compliance {. with security needs and regulations. 2. Pedus will meet with trained, on-site supervisors and team leaders at the client's location prior to starting work. Several "dress rehearsals" will be held to acquaint Pedus personnel with the intimate details of �•• the facility, including: specifications, security, lighting and energy reduction programs, water conservation programs, safety regulations, time frequencies, etc. 3. All cleaners will be screened and selected for this facility, and having met all requirements, will participate in the following orientation program: a. First day orientation consists of an initial briefing (Company rules and job policies explained), a tour of the workstations, and an explanation of job motivation, building security and maintenance techniques. b. During the first week on the job, the supervisor will work with ?� the maintenance foreman and team. A c. During the second week on the job, the supervisor will check employee time schedules and quality of work, correcting any deficiencies that may occur. d. During the third week on the job, the supervisor will conduct .N* spot checks and each individual will be given the responsibil- ity to work on his own. e. Spot investigations and reinforcement of personnel will continue on an on-going basis. i. 9 Proposal for City of Lubbock 4. Additional management and supervision will be provided during the transition period and will remain as long as necessary to ensure performance of work, systemize the maintenance and stabilize the work force. This additional supervision is provided at no additional cost to City of Lubbock. 5. Frequent and regular meetings will be held, perhaps daily in the initial stages, between Pedus management and City of Lubbock's delegated representative until the cleaning needs of the facility are performed with no problem or restraint. 6. Pedus Building will immediately institute a quality control inspection program after the transition period to ensure that the level of cleanliness reached during the transition is maintained. Because your needs change, Pedus will maintain the initial flexibility and intensity of the transition period throughout the term of the contract. The most visible result of this program will be a dramatic increase in the level of cleanliness of your facility. I 10 r� r 7 Proposal for City of Lubbock ENERGY CONSERVATION Recognizing that energy savings is of the utmost concern, and probably the single greatest operating cost of building management, we have instituted energy conservation programs in most of the facilities we service. In conjunction with the implementation of advanced electrical devises, our cooperation and effort should result in a significant reduction in usage. The first step in the process is to start the entire crew as soon as possible each night. Each cleaner will have a specific station that he/she cleans every night and will be responsible for extinguishing all lights in unoccupied areas prior to commencing work. He/she then will turn the lights on by section, clean the area, and then turn them off. Responsibility for monitoring this procedure will be that of the on-site supervisor, who will continually inspect adherence to this program and remind all personnel of our goals. -9 11 f Proposal for City of Lubbock . ....... . . ...... SAFETY F ... ........... iThe importance of safety in janitorial maintenance cannot be overlooked because of employee welfare, government regulations and, the impact of increased insurance rates on a company's profitability. Pedus Building strictly complies with OSHA standards and uses only approved equipment. Not only do our company's rules and regulations stress this fact, but each large building location has a Safety Committee and Chairperson to hold regular on-site meetings to address any concerns. Also, the various Chairper- sons attend regular meetings at our regional offices to review any progress and the latest regulations for safety. 12 r I Proposal for City of Lubbock EEOC AND AFFIRMATIVE ACTION As a principle of good business, Pedus Building has always upheld guidelines setforth by the Equal Employment Opportunity Commission. Our Industrial Relations Manager is responsible for hiring and promotion practices which coincide with this philosophy. The Manager monitors that Pedus Building is on target with the goals and timetables contained in our Affirmative Action Program. Below is a table illustrating the diversification of employees working for Pedus. Our organization subscribes fully to "promotion from within". Recent reorganization within the company has resultedin promotions for numerous employees. These new managers were thoroughly trained and exposed to our unique philosophy of management and service to our customers. Not only do we feel our company is greatly strengthened, but also, we are proud to know that these new managers came from our present staff. Pedus Service Employee Totals As of 11/29/94 3000 2500 ® Female 2000 Male — 1500 — 1000 500 i����'>•'•.�•.;.,•. ''2} z•. •.............a • : While Black Hispanic Asian Indian 13 F" Proposal for City of Lubbock COST PROPOSAL 15 r BID #13267, CUSTODIAL SERVICES ADDENDUM #2 BID FORM FOR CUSTODIAL SERVICES CITY OF LUBBOM TEXAS BID #13267 In compliance with the Invitation to Bid # 13267, the undersigned Bidder having examined the Contract, site of work, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the nuterial, equipmetrt, labor and everything necessary for the completion of the work listed and agrees to execute the Contract and furnish the required bonds and certificates of insurance for the completion of said work, at the locations and for the prices set forth on the inside pages ofthis form Bidder understands that the bid shall be submittal with a Bid guarantee of cash, certified check, cashier's check, or bid bond in an amount not less than five percent (S%) of the T id Bidder agrees that upon receipts of Notice of Award from the City of Lubbock, the Bidderwill th a Bidder ges receipt of and agrees its bid is based on the following Addenda: #1 #3 #6 97 Am crUMM t: ITEM QTY DESCRIPTION UNIT MEASURE UNIT PRICE BID EXTENDED AMOUNT 1. 12 Municipal Square Month $ 9399.76 S 112797.12 2. 12 Municipal Building Muth $ 7j73 S .36 3. 12 Mahon Library Month $ S 4. 12 Health Month $ 3198.48 S38381.76 S. 12 Building Services Maintenance Shop Month S 108.08 S1296. 6. 12 Police Storage Room Month $ 128.05 S15%.60 7. 12 Fire Mien Marshall Month S s4993.62 ITEMS 1-7 ALL OR NONE: s2%543.48 s. 1 12 Police Academy Month s674.02 S 8088.24 9. 12 Fleet Services Gan Month $ 383.62' $ 4603.44 10. 12 Solid Waste Administration Month $ 2M S 11. 12 Municipal Hitt(Electric, Water/Streets Month $ 1939.52 S 23274.24 12. 12 Fire Academy Month $ 438.49 s%61.88 ITEMS 9-12 ALL OR NONE: S 44468.40 13. 1 12 Land Application Month $ S 14. 12 Solid Waste Landfill Month $ 76.25 S915.00 15. 12 Water Treatment Plant Month $ s25219.44 16. 12 Water Reclamation Plant Month $ 1928.06 S 23136.96 ITEMS 13-16 ALL OR NONE: S 49271.40 17. 12 Indoor Recreation (Community Centers & Sr. Citizen Centers Month S 570.68 S 68648.16 is. 12 Godeke Ubrary Month $ 857.69 S10292.28 19. 12 Safety City Month $ 149.81 $ 1797.72 20. 12 Fine Arts Center Month S 276.71 S 3314 52 21 360 Party Houses (6 Locations) (Approx 30 cleanings per month Each $ S ITEMS 17-21 ALL OR NONE: S 84052.68 ITEMS 1-21 ALL OR NONE: S 469335,96 PAYMENT TERMS: Bidder offers a prompt payment discount of U % PROXIMO or calendar days, to apply after receipt of invoice or final acceptance of the services provided, whichever is later. If no prompt payment discount is offered, enter 0 in the % space to indicate Net 30 days, otherwise payment terms shall be Net 30 days and will be considered in the bid evaluation process. THIS BID Is SUBMITTED BY Ply EU11D ' SWIM, W. , a corporation organized under the laws ofthe State of CA a partnership consisting of or individual trading as of the City of Address: 502 78th SM City: ID8'BOfZC M/WBE Firm: States TK 71n Woman Black American Native American Hi mcan Asian Pacific American Other (S ) Officer and Title: EHMM HUMM - RALHI R. EUMM Please Print or Type Business Telephone Number 8D6-745-1375 FAX: 77 BID 1113267, CUSTODIAL SERVICES ADDENDUM #2 BID FORM FOR ALTERNATE BID CUSTODIAL SERVICES WITH RICHT OF FIRST REFUSAL EMPLOYMENT CITY OF LUBBOM TEXAS BID #13267 In compliance with the Invitation to Bid # 13267, the undersigned Bidder having examined the Contract, site of work, and being familiar with the conditions to be met, hereby submits the following Bid for famishing the material, equipment, labor and everything necessary for the completion of the work listed and agrees to execute the Contract and furnish the required bonds and certificates of imuratice for the completion of said work, at the locations and for the prices set forth on the inside pages of this form. Bidder understands that the bid shall be submitted with a Bid guarantee of cash, certified check, cashier's check, or bid bond in an amount not less than five percentS°k) of the Total Bid Bidder agrees that upon receipts of Notice of Award frorn the Ci of ex idder a led es receipt ofaad �' Lubbock, Bidderwill 8 Pt �� its bid is based on the following Addenda: #1 #2 ��' #4 #S #6 #7 ITEM TY DESCRIPTION UNITMEASURE UNIT PRICE BID EXTENDED AMOUNT 1. 12 Municipal Square Month S S 2. 12 Municipal Building Month S S 3. 12 Mahon Library Month S S 4. 12 Health Department Month $ S 3. 12 Building Services Maintenance Shop Month S S 6. 12 Police Storage MppertyRoom Month S S 7. 12 Fire Aatien Marshall Month S S ITEMS 1-7 ALL OR NONE: s 523940.88 8. 12 Police Academy Month S S 9. 12 Fleet Services (Garage) Month S S 10. 12 Solid Waste Administration Month S S 11. 12 Municipal Hill(Electric, Water/Streets Month S S 12. 12 Fire Academy Month S S ITEMS 8-12 ALL OR NONE: is 57501.60 13. 12 Land Application Month S S 14. 12 Solid Waste Landfill Month S S 15. 12 Water Treatment Plant Month S S 16. 12 Water Reclamation Plant Month -S S ITEMS 13-16 ALL OR NONE: _ s 56696.16 17. 12 Indoor Recreation (Community Centers & Sr. Citizen Centers Month S S 18. 12 Godeke Pbrary Month S S 19. 12 Safety City Month S s 20. 12 Fine Arts Center Month S S 21 360 Party Houses (6 Locations) [Approx 30 cleanings per month Each S S ITEMS 17-21 ALL OR NONE: $ 176258.88 ITEMS 1-21 ALL OR NONE: S 814397.52 rAT MENT 7 !Fans: t3ldder otters a prompt payment discount of_ L) % PROXIMO or calendar days, to apply after receipt of invoice or final acceptance of the services provided, whichever is later. If no prompt payment discount is offered, enter 0 in the % space to indicate Net 30 days, otherwise payment terms shall be Net 30 days and will be considered in the bid evaluation process. THIS BID IS SUBMITTED BY FEEW ffiI1DM SII VIECES, 1W. , a corporation organized under the laws of the State of CA . a partnership consisting of or individual trading as of the City of Address: 502 78th SUM City: 1 Stale: TK yip 794M M/WBE Firm: Woman Blade American Native American Hispanic American Asian Pacific American Other (S . ) - must sign by hand Officer and Title: IZCKM HAND — RAM H. EST Please Print or Type Business Telephone Number 806--745-1375 FAX: 78 09/20/95 WED 09:38 FAX 713 697 9955 PEbtlS SERVICES Proposal for City of Lubbock CONSIDERATION Commencing on the date of the start of this contract, services in addition to those set forth in our proposal will be invoiced at: SPECIAL SERVICES: Full strip and wax ............................... $0.10 CENrs/SQ. Fr. Extraction and/or shampoo (Minimum of 2400 sq. ft.) ................ $0.08 cENTs/sQ. rT. Construction Clean -Up ..................... $0.09 cExrs/sQ. Fr. SPECIAL REQUEST: Manager $15.00/ms- $22.50/Hr..OVERTIME Supervision $10.00/HR. $15.00/Hp- OVEF.TIME Central Cleaners $ 7.50/miL. $11.25/mv- ovERTIME Utility Worker 12.00/HR. $18.00/HR.OVERiIME ADDITIONS /DELETIONS OF SQUARE FOOTAGE: Cost of cleanable space $0.0889/sQ. Fr. Vacancy credit $0.08 30/SQ. FT. 16 002 BID #13267, CUSTODIAL SERVICES ADDENDUM 92 EXHIBIT"1" t, CONTRACTOR'S INFORMATION REPORT The information provided herein is in conjunction with our company's bid for Bid No. 13267, to the City of Lubbock. NAME OF BIDDER PEOIs Swim, 11E• TELEPHONE 6W 745-1375 ADDRESS 502 78th STIM CONTACT DEBBY STANSFID'D CITY, STATE, ZIP Lumm, TEZA.5 794114 - TITLE DIVISION MANA= RECIUM CWHE713-6979600 352 C�ffiN OARS N.M. HI MIN, ACAS 77018 .• A. CUSTODIAL EXPERIENCE I 1. State all custodial contracts your company completed between January 1, 1990 and December 31, 1994. DATES OF SERVICE $ VALUE . DATE CONTRACTING ENTITY FROM TO OF CONTRACT COMPLETED ME smy=, IAC. PBOPl1&5 C[Slmm smvxz IN E=M OF GE MIXON DMLLARS PER WM OM 311E PERIOD DESIQJAM. A EWMM UST OF CLIERM r IS INCLE ED IN OUR PROPOSAL. 7 2. State all current custodial contracts your company is performing at the present. If none, enter "none". CONTRACTING ENTITY DATES OF SERVICE $ VALUE DATE FROM TO OF CONTRACT COMPLETED SAYE AS f1. B. MANAGEMENT List the names and a brief description of the custodial experience of the management personnel of your company who will be directly involved with the management and supervision of this contract. NAME RALPH H. 1UT — 15 MRS — MEOAAL K4 M= DAVE wmawAnx — 20 WARS — REGIONAi. OPERATIM HANPM DEBBIE STANSFIEM — 7 YEW — DIVISION HANAM 79 BID #13267, CUSTODIAL SERVICES ADDENDUM #2 NAME • NAME WORK PLAN Describe in detail how you will prosecute the CUSTODIAL SERVICES detailed in these specifications. Include in your description the function of all equipment to be used. I� CUSTOMER REFERENCES Users you have provided with this product or service. Please use comparable projects and government entities, if any. COMPANY NAME CONTACT NAME PHONE NUMBER SM ATLACM REFERMM LTM 80 r 7 Proposal for City of Lubbock SUPPLIES AND EQUIPMENT As part of our quality control and safety policies, Pedus Building will furnish and provide all necessary cleaning supplies and equipment required to perform the cleaning assignments outlined in this proposal. These include: - Electrical Equipment - Cleaning Supplies - Custodial Tools - Laundered Material - Safety Devices All such supplies and material shall be of the highest quality possible. No additional charges shall be made for these items. Customer will furnish expendable supplies such as towels, toilet tissue, toilet seat covers, sanitarynapkins, and deodorants. Ifyou wish us to purchase these supplies on your behalf, they shall be of the highest quality and rebilled at cost plus 10%. 16 7, Proposal for City of Lubbock . INSURANCE AND TAXES E `> For all work performed within or upon your facility, Pedus Building Services, Inc. will, for its own protection: 1. Carry Employer's Liability, Worker's Compensation Insurance and $2,000,000 Combined Single Limit Bodily Injury and Property Damage Insurance. Such insurance may include a deductible or self- insured retention as Pedus deems appropriate. r" 2. Make all necessary required Federal, State, and Local reports, records and payments in connection with Social Security, and Unemployment Insurance. 3. Withhold from payroll such amounts for insurance and taxes as may be required by Federal, State, or Local governments with respect to all persons employed by us in connection with the maintenance and operation of your facilities. 4. Promptly furnish Certificates of Insurance upon your request. Quotations in this proposal are based on present costs of wages, fringes, insurance and r taxes. Should these costs be increased, our charges shall be increased by the amount i.., necessary to coversuch increased costs and the necessary costs of operation in connection thereto. Our employees are covered by a Blanket Fidelity Bond in the amount of �., $500,000. r r r r 17 Proposal for City of Lubbock i ADJUSTMENTS AND UNION CONTRACTS This proposal outlines in detail, areas to be serviced and the frequency with which work is to be performed, for the prices set forth herein. In the event that contracted conditions change, the contract price may be increased or decreased accordingly from the time such a change is in effect. These changes will occur only after both parties mutually agree to said changes. Our firm has the necessary union agreements covering all trades and crafts employed by us. We will handle labor relations or negotiations incident thereof. Quotations in this proposal are based on present wage and fringe costs. If wage or fringe costs should be increased as a result of negotiations and agreements with any Unions covering our employees, our charges shall be increased by the necessary costs of operations in connection thereto. Rates will also be subject to adjustment in the event of increased labor costs to Pedus resulting from changes to the existing Fair Labor Standards Act (Federal Wage and Hour Law), or any applicable labor agreement, or an increase in or new Federal, State or Municipal taxes levied on payrolls or services or an increase in the cost of fringe benefits or insurance or Pedus' costs of operation in connection thereto. The company reserves the right to negotiate any such adjustments. The following employee/customer holidays are included, and shall be observed as holidays with pay for all regular full-time and part-time employ- ees: NEW YEAR'S DAY LABOR DAY PRESIDENTS DAY THANKSGIVING DAY MEMORIAL DAY DAY AFTER THANKSGIVING INDEPENDENCE DAY CHRISTMAS DAY Holidays worked are not covered by this agreement. 18 r Proposal for City of Lubbock SPECIFICATIONS FREQUENCY Monday through Friday COVERAGE All General and private offices, conference rooms, common areas, hallways, entry ways and restrooms. NIGHTLY OFFICE SERVICES • Sweep all entrance steps and porches. Clean entry mats. • Spot clean entry doors, glass, handles and hardware. • Vacuum all carpeting and remove spots. • Sweep all resilient tile floors with chemically treated mops. • Clean spillage spots from tile floors. Damp mop as needed. • Dust desks, chairs, files, furniture and accessories. • Spot clean glass tables, desk tops and partitions. • Dust telephones and damp wipe as needed. • Clean ashtrays and sand urns. Refill sand as needed. • Empty and clean waste baskets. • Clean, sanitize and polish all drinking fountains. • Keep janitor's closet clean and orderly. • Secure doors and lights after completion of work. 19 Proposal for City of Lubbock WEEKLY SERVICES • Perform low dusting of sills, ledges, shelves, rugs, etc. • Dust picture frames, hangings and wall ornaments. • Clean soil marks from desk, counter tops & partitions. MONTHLY SERVICES • Perform all high dusting, i.e., over seven feet. • Brush or vacuum all vents and areas around vents. • Dust or vacuum blinds and upholstered furniture. RESTROOM SERVICES • Clean and sanitize lavatory fixtures, toilets and urinals. • Pumice toilets and urinals as needed to remove scale. • Clean and disinfect all toilet seat tops and undersides. • Clean wall around sinks, towel dispensers and urinals. • Refill soap, towel, tissue and seat cover dispensers. • Clean mirrors and polish hardware. • Empty sanitary napkin containers. • Empty and clean waste receptacles and dispose of trash. • Mop floors using approved disinfectants. • Clean doors and partition walls. 20 Proposal for City of Lubbock FLOOR FINISHING SERVICES • Scrub and refinish all resilient tile floors, monthly. • Strip and refinish floors as dictated by conditions. 21 r�ui gut✓ ar va . t a YL1J I J.y �lJno4 rML)UJ JGKV 1 l b LA --- ebUU:S nUUN 1 UN ppppp�UG��p0�x�95 WED 108t45 oM M3DM ASSOCtATMO 2 15 10449 1024 rAA ♦ii OUT 8959 mra at3R141cu X. to mdw4Pw4 AiiacvBrdcm mmo du Ie�os f$qw==w madkL d* bid dQarnmea)u� baa t�vitvrad6yato �� ht��„�.d Com, ittbo bo]cla►{d�dded Cmttt,i b awarde4 t aodnet byGw CbyofLttbbook lwlU baabk to, =(10) dw �•• +oo .d ads d uy vae�aoola, ifirdd, a dfaa�me ootdSom 16 am City mttda� n1t of Qua roquNaa�eastt defia6d ib thl� �pr�rnl, fie bam AsIdMbpan) Name c1A8wAM o F r. 11= ASS=AM Adatm of AmOd 9atdror. 3130 Wilshire Blvd. 6th noon C*IB Z& seats bbnica Qaliform" 80403 Mm Tstepbaao 8: 310�1,� , Dna; 8/2/$5 CO'NM1Ut,`MIS NAME: Pedw Servico (PAnt )----,---- aDrtt'"=R•s AaDRt�la� 350A 1�T_ �1'irta+ �at„m+ Loa ops, , clalf nia 80004 &a "Am amv WMISU a =1 t: toot met, the i ti" oQ ri0b! bs ryjaef tbit b1eV � ±'- !rite tht contract to knottier. entraatar. Tf yomubmuftu Wtva mU' gr+e�lod caaattatn e 19MIA IA rim" aootsr* the FurduaiuX MoaW thr as CtW OfEA bboek st �tID N 132 G 7 ' R-O&X 10(dfdzeOOz P. OP 0�_ 0,002 oe-QI-04 oa;�i81d ��ao�z eslts