Loading...
HomeMy WebLinkAboutABM-SOUTHERN MANAGEMENT JANITORIAL SERVICES INC j.;,L V/ G = - E` O R G :..I A CONTRACT FOR CUSTODIAL SERVICES By and Between A UGUSTA RICHMOND COUNTY, GEORGIA FOR THE A UGUSTA REGIONAL AIRPORT AND ABM - SOUTHERN MANAGEMENT JANITORIAL SERVICES, INC. This Contract for Facilities Services (hereinafter designated as the "Contract ") made and entered into as of 2010, by and between Augusta- Richmond County, Georgia (hereinafter designated as "the City ") for the AUGUSTA REGIONAL AIRPORT, (hereinafter designated as "ARA ") and ABM - Southern Management Janitorial Services, Inc., (hereinafter designated as "Contractor"). WITNESSETH: WHEREAS, the City is the owner and operator of a full service commercial airport known as the Augusta Regional Airport; WHEREAS, the City has solicited a bid for Contract Custodial Services for the ARA, and Contractor has submitted a Bid for said services which was accepted by the City on behalf of the ARA; NOW, THEREFORE, in consideration of the mutual covenants, promises, and agreements herein contained, the City and Contractor hereby agree as follows: The Services of the Contractor shall be in accordance with the scope of services and all provisions provided herein. SECTION 1 GENERAL CONDITIONS ARTICLE I DEFINITIONS In addition to the terms that may be defined in the Bid document, the following terms have the following meanings whenever used in the Contract Documents (defined below), or in related documents, the terms or pronouns used in place of them shall be defined as follows: 1. ARA — Augusta Regional Airport 2. Administrator - The person authorized by the ARA to administer the Contract. 3. Aviation Commission- the Commissioners tasked with the overall administration of the Airport. 4. Aviation Director- the person tasked with the day to day operations of the ARA. 5. Augusta- Richmond County or City- the Augusta- Richmond County Commission 6. Change Order - A written order initiated by the Administrator directing the Contractor to perform changes, additions, or deletions in the work. 7. Contract Coordinator - Persons designated by the Administrator who shall coordinate the activities of the Contractor at the facilities 8. Contractor — ABM - Southern Management, Janitorial Services, Inc.; the individual, partnership, or corporation who enters into a Contract with the City for the services as described in the General Conditions and the Performance Work Statement. Page 2 of 33 Contract for Custodial Services 9. Contract Documents — The Bid, Form of Contract, General Conditions; Special Conditions, Performance Work Statement; Contractor's Technical and Cost inclusive, together with all addenda, supplemental change orders, required exhibits, and schedules. 10. Contract - The written agreement between the City and the Contractor for the performance of the work in accordance with the requirements of the Contract Documents. 11. General Manager - The person authorized by the Contractor to act fully on behalf of the Contractor in administering this Contract. 12. Performance Work Statement — The documents which describe the manner of performing the work, including detailed technical requirements as to labor, materials, equipment, and methods by which such work is to be performed, and describing the relations between the City and the Contractor. 13. Project Work - As specified in the Performance Work Statement. 14. Routine Work - As specified in the Performance Work Statement. 15. Subcontractor - Any individual, partnership, or corporation who is contractually bound to the Contractor to perform a specific portion of the total work package under this Contract which is limited to special projects approved by the Administrator. 16. Term - That period of time beginning from the date of execution of the agreement and one year from that date or any extensions thereof. ARTICLE 11 INDEPENDENT CONTRACTOR/SUBCONTRCTOR Contractor is acting, in performance of this Contract, as an independent contractor. Personnel supplied by the Contractor or its agents or subcontractors hereunder are not ARA's employees or agents and Contractor assumes full responsibility for their acts. Contractor shall be solely responsible for the payment of compensation to Contractor's employees. Neither the City or ARA shall be responsible for payment of worker's compensation, disability benefits, and unemployment insurance or for withholding and paying employment taxes for any Contractor employee, or Contractor's subcontractors or agents employees, but such responsibility shall be solely that of Contractor. This clause of the agreement does not prevent ARA from requiring Contractor to have its employees follow normal rules and guidelines for work performance, redirecting the efforts of the employees to meet the needs of the facilities, performing safety or from requiring Contractor to perform the requirements of this Contract satisfactorily, according to the General Conditions and Performance Work Statement. ARTICLE III CONTRACTOR'S PERFORMANCE A. Contractor shall, at its own expense, furnish all necessary management, supervision, labor, technical support and other accessories and services for the cleaning of the facilities and performance of other services as described in the Contract Documents. Such services shall be performed in strict accordance with the terms included herein, including the General Conditions and Performance Work Statement. B. All performance shall be subject to inspection and approval by the Administrator, or its designee, as provided in said Performance Work Statement. If the Contractor's performance is, or becomes Page 3 of 33 Contract for Custodial Services unsatisfactory, as determined by the Administrator, an appropriate reduction in approved hours or payment due will be made from Contractor's invoice and Contractor will be directed to provide adequate personnel, or otherwise correct the unsatisfactory performance. The correction of unsatisfactory performance shall be at no additional cost to ARA. C. The General Conditions and /or the Performance Work Statement may be amended from time to time, as deemed necessary by the Administrator, by written communication to the Contractor, and shall have the same effect as if fully written herein; such changes may include, but shall not be limited to increases or decreases in labor- hours, changes in work procedures, or changes in shift times. D. In the event an amendment to the General Conditions and /or the Performance Work Statement changes the labor -hours required for Routine Work, the approved Labor Hours shall be increased or decreased as appropriate. Any changes will require the execution of a Change Order by the parties. ARTICLE IV AUTHORIZED REPRESENTATIVES A. CITY /ARA'S REPRESENTATIVE ARA'S Representative shall be Gary LeTellier, Aviation Director or his designee. B. CONTRACTOR'S REPRESENTATIVE(S) Contractor must designate in writing a person(s) acceptable to ARA to serve as its representative ( "Contractor's Representative ") in all dealings with ARA. The Contractor's Representative will be Milton Smith, Operations Manager. Contractor's Representative may be changed upon prior written notice delivered to ARA's Representative. ARTICLE V PATENT INDEMNITY Except as otherwise provided, the Contractor agrees to indemnify the City and its Board of Commissioners, officers, agents and employees against liability, including costs and expenses for infringement upon any letters or patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City of supplies furnished or construction work performed hereunder. ARTICLE VI CHANGES The City may, during the Contract period, make changes to the Scope of Work, which may result in changes to the general scope of the Contract and its provisions. Written agreements, changes, or amendments to this Contract shall not be binding upon the City unless signed by the Aviation Commission. Page 4 of 33 Contract for Custodial Services ARTICLE VII TERM The term of this Contract shall commence on the date on the Notice to Proceed, and shall continue for a period of one (1) year from that date, unless terminated by ARA as provided in paragraph hereof. The Contract may be renewed for one additional year at the sole option of the City. The City shall notify the Contractor at least ninety (90) days prior to the expiration date of its intent to renew this Contract. ARTICLE VIII TERMINATION A. The City may, at its sole option, terminate the Contract with or without cause at any time upon thirty (30) days written notice by certified mail to the Contractor without prejudice to any other right or remedy it may have. B. This Contract shall terminate immediately upon written notice by the City or ARA upon the occurrence of any of the following circumstances: 1. If, with or without the Contractor's consent, a receiver, liquidator, trustee or similar administrator is appointed to take charge of all, or substantially all, of its assets; 2. If either the Contractor is adjudged, or becomes bankrupt or insolvent, is unable to pay its debts as they become due, or makes an assignment for the benefit of its creditors; 3. Of any judicial proceedings are commenced by or on behalf of the Contractor pursuant to any bankruptcy, insolvency or debtor relief law; 4. If the Contractor voluntarily or involuntarily undertakes to dissolve or wind -up its affairs. C. The City shall be the sole judge of non - performance, which shall include any failure on the part of Contractor to accept the award, to furnish required documents, and /or to fulfill any portion of this Contract within the time stipulated or within thirty (30) days, whichever is earlier. D. Upon failure of Contractor to perform any of its obligations hereunder and its failure to cure the default within ten (10) days after notice thereof, ARA may, at its option, terminate this Agreement and or pursue any other remedy at law or in equity. All such remedies are cumulative and may be exercised concurrently or separately. Contractor shall pay ARA all costs and expenses, including attorney' s fees, incurred by ARA in exercising any of its rights or remedies hereunder or enforcing any of the terms, conditions, or provisions hereof. E. Notice of elective termination pursuant to sub - sections and of this paragraph shall be deemed effective on the third business day after the postmark date of the certified mail notice. Page 5 of 33 Contract for Custodial Services F. This Contract shall terminate automatically and immediately upon the closing of ARA by the City, or if the City loses the funding necessary to maintain the Contract. Cancellation will be at no cost to the City, except for services already provided. ARTICLE IX COMMERICAL ACTIVITIES Neither Contractor nor its employees may establish any commercial activity or issue concessions or permits of any kind to third parties for establishing activities at the ARA. ARTICLE X RECORDS AND AUDIT Contractor and its subcontractors shall maintain records and accounts in connection with all aspects in the performance of this Contract, including those which will accurately document incurred costs, both direct and indirect, of whatever nature, during and for a period of three (3) years from the expiration or other termination of this Contract, unless otherwise specified by applicable law. City may examine and copy, at all reasonable times, with advance notification, those records and accounts. Contractor shall maintain all records in a central location in Augusta- Richmond County. ARTICLE XI CONTINGENT FEES Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Contract; and that Contractor has not paid or agreed to pay any company, association, corporation, firm or person, other than a bona fide employee working for Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Contract. For the breach or violation of this warranty and upon a finding after notice and hearing, City may terminate the Contract and, at its discretion, may deduct from the Contract Sum, or otherwise recover the full amount of any such fee, commission, percentage, gift or consideration. ARTICLE XII RIGHTS AND REMEDIES The rights and remedies of City provided in this paragraph are not exclusive and are in addition to any other rights and remedies provided by law or under this Contract. ARTICLE XIII NON - APPROPRIATIONS Notwithstanding anything contained in this Contract, if sufficient funds have not been appropriated to support continuation of this Contract for an additional calendar year or an additional term of the Contract, this Contract shall terminate absolutely and without further obligation on the part of the City at the close of the calendar year of its execution or if the City suspends performance pending the appropriation of funds. ARTICLE XIV REPRESENTATIONS AND WARRANTIES Page 6 of 33 Contract for Custodial Services Contractor's Representations and Warranties Regarding Capacity to Contract and Perform Work/Services. In order to induce the City to enter into this Contract, Contractor hereby represents and warrants to the City as of the date above written that: A. Contractor is duly organized and validly existing in good standing under the laws of the state(s) in which it is organized, is qualified to do business in all jurisdictions in which it is operating, and has the power and authority to execute and deliver and to perform its obligations under this Contract and the documents to which it is signatory; and B. The execution, delivery and performance by Contractor and its undersigned representative(s) of this Contract and other documents to which Contractor is a signatory do not require the approval or consent of any other person, entity or government agency and do not result in any breach of any agreement to which CONTRACTOR is a party or by which it is bound; and C. The execution, delivery and performance by Contractor of this Contract and other documents to which it is a signatory have been duly authorized by all necessary action, and constitute legal, valid and binding obligations of Contractor, enforceable against Contractor in accordance with its terms; and D. No action, suit or proceeding to which Contractor is a party is pending or threatened that may restrain or question this Contract, or any other document to which it is a signatory, or the enjoyment of rights or benefits contemplated herein. ARTICLE XV ASSIGNMENT Without the prior written consent of City, Contractor may not assign, transfer or convey any of its interests under this Contract, nor delegate any of its obligations or duties under this Contract except as provided herein. A. Consent of CITY Required. Any assignment of this Contract or rights under this Contract, in whole or part, without the prior written consent of City will be void, except that, upon ten (10) calendar days prior written notice to City, Contractor may assign monies due or to become due under this Contract. Any assignment of monies will be subject to proper setoffs in favor of City and to any deductions provided for in this Contract. B. No Relief of Responsibilities. No assignment will be approved which would relieve Contractor of its responsibilities under this Contract. C. No Partnership or Joint Venture; Independent Contractor. Nothing contained in this Contract will be deemed to create a partnership or joint venture between City and Contractor or cause City to be responsible for the debts or obligations of Contractor or any other party. Contractor must not represent to anyone that its relationship to City is other than as City's Contractor. Contractor must act as an independent agent and not as the agent of City in performing this Contract, maintaining complete control over its employees and all of its lower -tier suppliers and subcontractors. Nothing contained in this Contract or any lower tier purchase order or subcontract awarded by Contractor will create any contractual relationship between any lower -tier supplier or subcontractor and City. No act or direction of the City shall be deemed to be the exercise of supervision or control of the Contractor's performance hereunder. D. Parties Bound. This Contract will be binding upon and inure to the benefit of CITY and CONTRACTOR and their respective successors and assigns. ARTICLE XVI Page 7 of 33 Contract for Custodial Services NOTICES A. Delivery. All notices given by either party to the other under this Contract must be in writing and may be delivered by: (i) regular mail, postage prepaid; (ii) certified or registered mail; (iii) facsimile; or (iv) hand - delivery, to the parties at the addresses and facsimile numbers set forth in the Clause titled "Addresses ". B. Receipt. Notices sent by mail will be deemed to be received upon deposit in the mail, properly addressed. Notices sent by certified or registered mail will be deemed to be received upon the date of the acknowledgment. Notices sent by facsimile will be deemed to be received upon successful transmission to the proper facsimile number. Notices delivered by hand - delivery will be deemed to be received upon acceptance by the respective party or its agent. C. Change of Address or Facsimile Number. Either party may, at any time, change its respective address or facsimile number by sending written notice to the other party of the change. D. Addresses. To CITY: For all notices to CITY the address will be: Augusta Regional Airport 1501 Aviation Way Augusta, Georgia 30906 Fax: (706) 798 -1551 With a copy to: City of Augusta 501 Greene St. Ste. 302 Augusta, Georgia 30901 Attn: General Counsel Fax: (706) 842 -5556 To CONTRACTOR: For all notices to CONTRACTOR the address will be: Smiti.7&mmtvrrs-Mfirrageti ABM - Southern Management 489 Columbia Industrial Blvd. Evans, Ga. 30809 Phone: (706) 210 -4635 Fax: (706) 210 -4142 ARTICLE XVII WAIVER The failure of CITY to seek redress for any violation of or to insist upon the strict performance of, any term of this Contract will not prevent a subsequent violation of this Contract from being actionable by CITY. The provision in this Contract of any particular remedy will not preclude CITY from any other remedy. ARTICLE XVIII COMPLIANCE WITH APPLICABLE LAWS AND REGULATIONS Page 8 of 33 Contract for Custodial Services Contractor covenants and agrees that it, its agents and employees will comply with all Georgia, county, state, and federal laws, rules, regulations, and ordinances applicable to the work to be performed under this Contract, and that it shall obtain all necessary permits, pay all license fees and taxes to comply therewith. Further, Contractor agrees that it, its agents, and employees will abide by all rules, regulations, and policies of ARA during the term of this Contract, including any renewal periods. In the event that any governmental authority imposes new or materially increased taxes upon the Contractor's operations, the parties agree to negotiate changes in billing reflecting such increased tax costs. ARTICLE XIX INSURANCE A. During the term of this Contract, Contractor shall provide, pay for, and maintain with companies reasonably satisfactory to the City and the Aviation Commission, the types of insurance as set forth in the Augusta- Richmond County Code, and Georgia law as the same may be amended from time to time, and as described herein. All insurance shall be issued by insurance companies eligible to do business in the State of Georgia and Best Rated A- or equivalent. In the event of a conflict between the provisions of the Augusta- Richmond County Code and this Contract, the more stringent requirement shall govern. In no event shall Airline maintain any insurance less than the requirements set forth in the Augusta- Richmond County Code, as amended. B. All liability policies of Contractor and its subcontractors shall provide coverage that includes, or has the same substantive effect as the following: 1. Augusta- Richmond County and each of its Commissioners, officers, agents, elected representatives, Aviation Commission, volunteers, and employees, in their respective capacities as such, shall be additional insureds hereunder with respect to the products, premises, and operations of the named insured. 2. "It is agreed that this insurance policy shall apply as primary, and any insurance and /or self- insurance as may be maintained by the City or its Commissioners, officers, agents, elected representatives, volunteers, and employees shall apply in excess of, and shall not contribute with insurance provided by this policy." 3. This insurance shall not be materially changed, altered, canceled, or non - renewed until after thirty (30) days advanced written notice has been given to the City except that only ten (10) days notice shall be required in the event of cancellation due to non - payment of premium." C. All such evidence of insurance shall be in the form of certificates of insurance satisfactory to the City and its Risk Manager, accompanied by a certified true copy of an endorsement to each policy containing the above language. The insurance coverage and limits required shall be evidenced by properly executed certificates of insurance. These certificates shall be signed by the authorized representative of the insurance company shown on the certificate. The required policies of insurance shall be in compliance with the laws of the State of Georgia. D. If at any time the Aviation Director requests a written statement from the insurance company as to any impairment to the aggregate limit, Airline shall promptly authorize and have delivered such statement to the Aviation Commission. Contractor authorizes the Aviation Commission and /or the City's Risk Manager to confirm with Contractor's insurance agents, brokers, and insurance companies all information furnished. Page 9 of 33 Contract for Custodial Services E. The acceptance of delivery to the City and the Aviation Commission of any certificate of insurance evidencing the insurance coverages and limits required under this Contract does not constitute approval or acceptance by the City or the Aviation Commission that the insurance requirements in this Agreement have been met. No operations shall commence at the ARA unless and until the required certificates of insurance are in effect and approved by the City. F. The Contractor and the City understand and agree that the minimum limits of the insurance herein required may, from time to time, become inadequate, and Airline agrees that it will increase such minimum limits upon receipt of written notice defining the basis of the increase. The Contractor shall furnish the City, within sixty (60) days of the effective date thereof, a certificate of insurance evidencing that such insurance is in force. G. Contractor's insurance companies or its authorized representative shall give the City and the Aviation Commission thirty (30) days prior written notice of any cancellation, intent not to renew, or material reduction in any policy's coverage, except in the application of the Aggregate Limit Provisions. In the event of a reduction to the Aggregate Limit, it is agreed that immediate steps will be taken to have the prior Aggregate Limit reinstated. H. If at any time the Airport Director requests a written statement from the insurance companies as to any impairments to the Aggregate Limit, prompt authorization and delivery of all requested information will be given to the Aviation Commission. Renewal Certificates of Insurance must be provided to the City and Aviation Commission as soon as practical but in every instance prior to expiration of current coverages. The amounts and types of insurance shall conform to the following minimum requirements with the use of Insurance Service Office policies, forms, and endorsements or broader, where applicable. Notwithstanding the foregoing, the wording of all policies, forms, and endorsements must be reasonably acceptable to the City and Aviation Commission. J. Workers Compensation and Employer's Liability Insurance shall be maintained in force by Airline during the term of this Agreement for all employees engaged in the operations under this Agreement. The limits of coverage shall not be less than: Workers' Compensation Georgia Statutory Employer's Liability $1,000,000 Limit Each Accident $1,000,000 Limit Disease Aggregate $1,000,000 Limit Disease Each Employee K. Property Damage. Property damage liability insurance including coverage of motor vehicles with limits not less than $5,000,000, naming as an additional insured. L. Automobile Liability Insurance - Covering all owned, non -owned and hired vehicles, used in connection with the work, in amounts as indicated in (10.A.(2)) above. This policy must be endorsed to indicate that any premium, whether deposit or final, will be the sole obligation of the Contractor. M. Contractual Liability Insurance - Covering all liability arising out of the terms of the Contract Documents, in amount as indicated above. Page 10 of 33 Contract for Custodial Services N. The Commercial General Liability Insurance coverage as required in paragraph (10.A. (2)) above shall include those classifications, as listed in Standard Liability Insurance Manuals, which are applicable to the operations of the Contractor in the performance of this Contract. O. An insurance binder letter or a Certificate of Insurance must be sent to: City of Augusta 530 Greene St. Room 217 Augusta, Ga. 30901 Attn: Sandy Wright, Risk Manager P. All insurance policies above shall be issued by companies authorized to do business under the laws of the State of Georgia with the following qualifications as to management and financial strength: The Company must be rated no less than "A" as to management, and no Tess than "AAA" as to strength, by the latest edition of Best's Insurance Guide, published by Alfred M. Best Co., Inc., 75 Fulton Street, New York, New York 10038. ARTICLE XX INDEMNIFICATION AND HOLD HARMLESS Except where, and to the extent caused by the gross negligence of the City, its agents, employees, contractors, officers or the Board of the Aviation Commission, Contractor shall protect, defend, reimburse, indemnify, and hold Augusta- Richmond County, the Aviation Commission, its members, agents, employees, and elected officers and each of them, free and harmless at all times as set forth in the Augusta- Richmond County Code, and particularly Article 1, Chapter 3, Division 1, Section 1- 3 -8.5, Indemnity and Insurance, as the same may be amended from time to time, and described herein. In the event of a conflict between the provisions of the Augusta- Richmond County Code and this Contract, the broader requirement shall govern. ARTICLE XXI DISASTERS Contractor shall make his entire work force assigned to the ARA and materials to secure the Facilities available for protection of life and property in the event of a disaster such as, but not limited to, tornadoes, floods and fires. The Contractor shall do such work as directed by the Administrator and shall keep pertinent records of all work performed. The Contractor shall be separately reimbursed by Change Order for all such work performed which is beyond the scope of this Contract. ARTICLE XXII FORCE MAJEURE A. Neither party hereto shall be considered in default in the performance of its obligations hereunder to the extent that the performance of any such obligation, except the payment of money, is prevented or delayed by any cause, existing or future, which is beyond the reasonable control of Page 11 of 33 Contract for Custodial Services the affected party, or by a strike, lockout or other labor difficulty, the settlement of which shall be within the sole discretion of the party involved. B. Each party hereto shall give notice promptly to the other of the nature and extent of any Force Majeure claimed to delay, hinder or prevent performance of the services under this Contract. In the event either party is prevented or delayed in the performance of this obligation by reason of such Force Majeure, there shall be an equitable adjustment of the schedule. C. Contractor will not be liable for failure to perform or for delay in performance as a result of Force Majeure, including the following: 1. Any cause beyond its reasonable control; 2. Any act of God; 3. Inclement weather; 4. Earthquake; 5. Fire; 6. Explosion; 7. Flood; 8. Strike or other labor dispute; 9. Any shortage or disruption of or inability to obtain labor, material, manufacturing facilities, power, fuel or transportation from unusual sources, or any other transportation facility; 10. Delay or failure to act of any governmental or military authority; 11. Any war, hostility or invasion; 12. Any embargo, sabotage, civil disturbance, riot or insurrection; 13. Any legal proceedings; or 14. Failure to act by Contractor's suppliers due to any cause which Contractor is not responsible, in whole or in part. ARTICLE XXIII PERMITS Contractor will obtain all necessary licenses, permits and certifications to perform the work described in the Contract. Contractor will furnish copies of all licenses, permits, and certifications to the Administrator. ARTICLE XXIV WORK PERMITS REQUIRED Contractor agrees and acknowledges that its employees and agent's employees, as well as any subcontractors or subcontractors' personnel, working on the Contract must be United States citizens, or must be lawfully admitted for residence and be permitted to work in the United States under the Immigration and Naturalization Act, 8 U.S.C. 1101, et seq. Page 12 of 33 Contract for Custodial Services ARTICLE XXV NON DISCRIMINATION The Contractor shall not discriminate against any employee, or applicant for employment, because of race, creed, religion, color, sex or national origin, marital status, physical handicap or sexual orientation. Further, Contractor agrees, for itself, its personal representatives, successors in interest, and assigns, as a part of the consideration hereof, that (1) no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use ARA, (2) in the furnishing of services at ARA, no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination, and (3) Contractor shall use ARA facilities in compliance with all other requirements imposed by or pursuant to 14 CFR Part 152 and Title VI of the Civil Rights Act of 1964 and 49 CFR, Subtitle A, Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as such Title and Regulations may be amended. SECTION II ARTICLE XXVI SCOPE OF SERVICES A. The Contractor is to provide all necessary management, supervision, and labor to complete the following services at the facilities of the ARA: 1. All assigned custodial services, including routine and project work; 2. Other related custodial activities as requested. B. The services described above and in the Performance Work Statement are to be provided in the following facilities: MAIN TERMINAL NET CLEANABLE S.F. RESTROOMS FIXTURES PASSENGER GATES 15,352 6 26 PASSENGER TICKETING 7,300 3 16 MID - TERMINAL 11,318 2 4 PASSENGER BAGGAGE CLAIIM 9,969 2 14 ADMINISTRATION 9,048 3 13 TOTAL PASSENGER TERMINAL 52,987 16 73 FIXED BASE OPERATIONS 4,400 3 12 COMMAND CENTER 3,000 1 2 CONTRACT OPERATIONS 807 2 4 HANGAR 1 700 1 10 HANGAR 2 500 2 4 TOTAL ALL FACILITIES 62,394 25 105 C. The Contractor is responsible for the Monday — Friday complete routine cleaning of the main passenger terminal and assigned areas in the FBO and outlying areas, as shown in the chart above. The Contractor is not routinely responsible for custodial services for: Page 13 of 33 Contract for Custodial Services 1. The Lost Bags office and bag storage area; 2. Tug Drive area behind Baggage Claim; 3. Airline areas behind the ticket counters; 4. The Marshal's Offices, except for the restroom; 5. Food Prep and Staging area in the Mid - Terminal; 6. Passenger screening area "between the steel security gates "; and 7. The two (2) Concession areas and the Frequent Flier Room in the passenger gate area. D. Contractor's custodial responsibilities include, but are not limited to: 1. Daily cleaning of administrative areas; 2. Daily vacuuming (trafficked areas) of gate, ticketing, waiting, pre- and post- security areas, and baggage claim areas; 3. Daily cleaning of all restrooms; 4. Daily cleaning of the FBO, Command Center, Contract Operations, Hanger 1 and Hanger 2; 5. Daily cleaning of exterior areas; 6. Daily dust - mopping and auto - scrubbing of terrazzo concourses, weekly burnishing of terrazzo concourses; 7. Weekly dusting and spot - cleaning of furniture, glass and fixtures in all areas; 8. Policing of all areas, including restrooms and exterior areas; and 9. Assistance with baggage handling and other similar duties as requested. ARTICLE XXVII DUTIES OF THE ADMINISTRATOR AND CONTRACT COORDINATOR A. The person responsible for the performance of this Contract on behalf of ARA is the Administrator. The instructions of the Administrator will be strictly and promptly followed in every case. The Administrator shall have free access to the materials and the work at all times for measuring and inspecting the work. The Contractor is to afford the Administrator all necessary facilities and assistance for so doing. B. The Administrator will decide any and all questions that may arise as to the quality and acceptability of work performed, and as to the manner of performance and rate of progress of the work. The Administrator will decide all questions that may arise as to the interpretation of the Performance Work Statement, and plans relating to the work and to the fulfillment of the Contract on part of the Contractor. The Administrator will determine the amount and quality of the various kinds of work performed and materials furnished which are to be paid for under the Contract. The Administrator's or his designee's decisions upon all claims, questions, and disputes will be final and conclusive upon the parties to this Contract. Page 14 of 33 Contract for Custodial Services C. The Administrator or designee may make temporary changes in the routine assignments, tasks, or task frequencies if such changes do not require additional labor hours. If the Administrator directs the Contractor to assist in the performance of non - custodial duties such as baggage handling then the Contractor will not be responsible for any reductions in cleaning due to the performance on non - custodial duties. Such changes shall not be considered modifications of the Contract and shall not affect the amount or method of payment to the Contractor. ARTICLE XXVIII TYPE OF WORK SUPERVISION The Contractor will provide direct supervision to its own employees as well as subcontractor employees of subcontractors hired by the Contractor. On -site supervision will be provided by a working supervisor who also has specific cleaning duties. ARTCLE XXIX LABOR REQUIREMENTS A. The Contractor shall provide the following labor hours on the days and shifts shown in the table below: Position Shift Hours Shift Days Work Hours /Day Hrs/Week Working Supervisor S -1 lOpm-7am Sun - Thurs 8.00 40.00 Custodian N -1 10pm -7am Sun - Thurs 8.00 40.00 Custodian N -2 lOpm-7am Sun - Thurs 8.00 40.00 Custodian W -1 7am -4pm Sat -Sun 8.00 16.00 Custodian W -2 1pm -10pm Sat -Sun 8.00 16.00 B. The Contractor's employees assigned to the 10pm -7am shift will be responsible for the complete routine cleaning of the Passenger Terminal, FBO, Command Center, Contract Operations, Hanger 1 and Hanger 2. A detailed description of duties for this shift is contained in the Performance Work Statement. C. The Contractor's employees assigned to the Saturday /Sunday shift will be responsible for policing the Passenger Terminal and FBO, as well as fully cleaning the public restrooms once each shift. A detailed description of duties for this shift is contained in the Performance Work Statement. D. Contractor shall provide trained, qualified personnel to perform the duties required in accordance with the Performance Work Statement. Each Contractor employee assigned to work in the secured areas of the ARA facilities shall undergo a background check to receive the clearance necessary for the employee to work in "Secure Areas" without an escort. The Contractor will bear the cost for background checks. The Contractor shall not permit any personnel not having undergone such security background check to work in secured areas of the ARA. E. Subject to controlling law, the Administrator will refuse to permit the Contractor to use any employee on this job if the Administrator reasonably deems that individual to be unfit to work at the ARA Facilities in any respect. F. Contractor shall keep on file and furnish the Administrator each day a report which lists the names of all personnel present for work that day, showing the positions filled by each person to accomplish the specified work. G. Contractor shall instruct its employees that no gratuities shall be solicited for any reason whatsoever from occupants or other persons using the ARA Facilities or any other person. Contractor employees will not remove any property from the ARA grounds or facilities without receiving advance approval from the Administrator. H. Contractor's employees must be able to read, write, speak, and understand English. Page 15 of 33 Contract for Custodial Services All Contractor employees shall strictly adhere to ARA regulations while on the ARA premises, including but not limited to City, FAA, and TSA regulations governing access to buildings, personal conduct, and possession of prescribed substances, parking, and traffic. The ARA reserves the right to require the removal of Contractor employees from assignment to its facility. ARTICLE XXX RELIEF FOR ABSENTEEISM AND VACATION A. The Contractor shall provide relief personnel to perform routine work as necessary and /or to work overtime at no additional cost to the ARA to insure that each routine cleaning assignment is performed as required, and that the requirements for Labor Hours are met each day. B. If the on -site Working Supervisor is absent, the Contractor shall provide a replacement that is competent, has the necessary security clearances and has been given the authority to carry out the duties of the Supervisor, if authorized by the Administrator. ARTICLE XXXI CONTRACTOR'S EMPLOYEE UNIFORMS AND IDENTIFICATION Contractor shall insure that all employees assigned to the ARA are dressed in clean, neat - appearing uniforms and are wearing appropriate footwear. Cotton or synthetic smocks (approximately mid -thigh length) will be acceptable. Uniforms must not interfere with the safety of the employee. The Administrator must approve the style and color of Contractor uniforms. The City will not provide the uniforms. ARTICLE XXXII CONTRACTOR TRAINING Individual training for employees is to be done with materials supplied by the Contractor. At any time that a worker is new to the ARA facilities, Contractor shall provide immediate training as necessary, covering types of tasks performed in the assignment by the new worker. ARTICLE XXXII! MAINTENANCE OF EQUIPMENT AND CARTS A. Contractor shall require each employee to maintain the cleanliness of their assigned equipment. This shall include custodial carts, all tools, and powered equipment. B. At the end of each shift, all equipment must be returned to the Contractor's storage area and must be wiped off with a sponge and neutral detergent before returning it to the storage area. Cleaned equipment, including electrical cords, shall be free of all removable soil. ARTICLE XXXIV MATERIALS, SUPPLIES, TOOLS, AND EQUIPMENT MANAGEMENT A. Contractor shall supply all equipment, materials and supplies necessary to allow it to perform the work described in the General Conditions and Performance Work Statement of this Contract. Page 16 of 33 Contract for Custodial Services B. The Contractor will submit monthly requirements for needed items to the Administrator for approval. C. Contractor will provide a method to electronically account for all materials and supplies expended to perform the work required in this Contract and will provide monthly summaries of materials and supplier usage and purchases to the Administrator. D. The Contractor is solely responsible for the maintenance, upkeep, and inventory of materials, tools and equipment. Thirty days prior to beginning work on this Contract the Contractor will submit to the Administrator a complete list of supplies needed. ARTICLE XXXV KEY SECURITY A. ARA keys used by the Contractor will not be taken from the facilities. Keys must be stored in a secure lock box when not being used. In the event of lost or misplaced keys the Contractor will bear the cost of any necessary re- keying. B. Contractor employees will keep ARA keys on their person at all times while working in the facilities, securely attached to the body or to the clothing. C. Contractor employees may not leave a work area when the doors are unlocked. Unlocked doors must have a Contractor employee present at all times in the immediate area. D. Schedules for Deductions for Non - performance for Routine Work: Area Type Penalty Vestibule $25.00 /vistibule Terrazzo concourse $5.00 /square foot Office /Administrative Work Space $1.25 /square foot Gate Area $1.00 /square foot Ticketing Area $1.00 /square foot Baggage Claim Area $1.00 /square foot Restroom $100.00 /restroom Exterior Area $1.50 /square foot Waste Containers (Exterior /interior) $5.00 /container FBO /Outlying Spaces $1.00 /square foot E. Penalties will be deducted from the Contractor's invoice. ARTICLE XXXVI CONTRACTOR'S COMPENSATION FOR ROUTINE WORK A. Contractor shall be compensated monthly for routine cleaning work, after approval of invoice, for the approved actual weekday and weekend hours provided multiplied by the appropriate Loaded Hourly Rate, as shown on the Contractor's Cost Bid, Cost Schedules C, which are attached and incorporated by reference as if fully set forth herein. The total bi- weekly hours shall be a total of Page 17 of 33 Contract for Custodial Services the M -F hours provided each weekday, and the total of the Weekend hours provided each weekend, not to exceed two- hundred forty (240) M -F hours and sixty -four (64) weekend hours. The Contractor will not be given credit daily for approved work hours in excess of the daily work hours shown in the Contractor's Cost Bid, Cost Schedules 1.0 and 3.0. B. Approved Labor Hours are defined as the total hours spent each day by the Contractor in the performance of the custodial work as defined in the Performance Work Statement. C. ARA will make every effort to insure the Contractor's invoice is paid within fifteen (15) working days after receipt of the invoice. D. ARA or its accountants may, during regular business hours, inspect as much of the Contractor's books and records as pertain to the cost incurred in furnishing the services described in the Contract as deemed necessary by ARA. ARTICLE XXXVII CONTRACTOR'S COMPENSATION FOR EXTRA SERVICES WORK Extra Services (project cleaning) will only be performed with prior notice to and approval by ARA. The Contractor shall use the employees normally assigned to routine cleaning for project cleaning and miscellaneous work. The Contractor will be compensated for Extra Services Work in the manner described above. ARTICLE XXXVIII NON - PERFORMANCE OF ROUTINE WORK A. Routine Work will be considered not to have been performed (non - performed) when any one of the following conditions exists: 1. The appearance of the area does not comply with the Quality Standards. 2. The required work tasks were not completed. 3. The correct number of work hours was not applied to the work. 4. The proper materials, tools, or equipment were not used. 5. The above list of conditions which determine non - performance of work is not exhaustive. B. All Routine Work tasks required by the Performance Work Statement must be performed in an area before that area is considered acceptable. If all tasks have not been properly completed as required by the Quality Standard, including leaving doors open in an area then the entire area will be considered unacceptable. The Contractor may be penalized for non - performance. SECTION III ARTICLE XXXVIX Page 18 of 33 Contract for Custodial Services PERFORMANCE WORK STATEMENT A. The intent of this Performance Work Statement is to describe the work that the Contractor shall do in full compliance with the provisions contained herein. The Contractor shall do all the work provided in this Performance Work Statement and shall do additional work and incidental work as may be considered necessary by the City from time to time to comply with the Performance Work Statement in a satisfactory manner. B. The apparent silence on any specification, detail or the omissions of any detailed description concerning any service or point whatsoever shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality are to be used. All workmanship is to be of first quality. All interpretations of this specification will be made upon the basis of this statement. C. The Performance Standards are intended to provide the Contractor a platform for the conformance to the Quality Standards. The Contractor may utilize methods and techniques that differ from those shown in the Performance Standards, provided that the different methods and techniques do not reduce the quality level, damage the ARA facilities and grounds, create unsafe working conditions for the Contractor's employees, or require additional time or materials. D. The conformance to the requirements of the Performance Work Statement will be measured by the conformance of the Contractor to the Quality Standards. That is, the result carries more weight than the method used to achieve the result. The desired results can only be achieved if the tasks and frequencies for the work are adhered to by the Contractor. Adherence to these tasks and frequencies by the Contractor will also be used to measure the conformance to the requirements of the Performance Work Statement. E. The Contractor shall provide, for the approval of the Administrator, recommendations for procedures, products, and materials that are considered "Green" from an environmental standpoint. The use of micro -fiber products is encouraged, as is the use of "Green" cleaning chemicals which are not considered hazardous materials by the Federal or State Environmental Protection Agencies. F. Any procedure, product, or material that is approved by the Administrator as "Green" shall at least match, if possible, the cleaning abilities of the more traditional cleaning agents, shall not cause the expenditure of additional Contractor labor, and shall not add to the cost of products and supplies. Cleaning and other products approved by the Administrator for use in this Contract will be hereinafter referred to in the Performance Work Statement as ACP (Approved Cleaning Product). ARTICLE XL WEEKEND POLICING A. Police Exterior Areas, Including Curbside and Verandas Collect and dispose of trash in waste receptacles; replace trash liners as needed; empty and clean ash receptacles, collect surface litter with small broom and dustpan, powered blower or "Billy Goat" vacuum. Spot clean entrance door glass and frames; clean trash containers and lids. Mop /pressure wash verandas as needed to remove obvious soil. B. Police and Restock Restrooms Place "Closed for Cleaning" signs at entrances, pick up and dispose of trash and litter, empty trash receptacles and replace liners as needed; restock paper goods, soap and sanitary napkins; damp mop floors under urinals and other areas as needed, clean plumbing fixtures and mirrors as needed and report malfunctioning automatic valves. Page 19 of 33 Contract for Custodial Services C. Police Terminal and Other Areas Clean glass doors at entrances, collect and dispose of trash and replace liners as needed; spot vacuum or dust mop as needed; spot clean interior glass; remove any gross soil or stains from furniture and building surfaces. D. Deep -Clean Restrooms Place "Closed for Cleaning" signs at entrances, pick up and dispose of trash and litter, empty trash receptacles and replace liners as needed. Clean the restrooms according to the Performance Work Statement. E. CUSTODIAN W -1: SHORT INTERVAL SCHEDULE Activity Start Police Gate area, including restrooms 7:00 AM Police Ticketing area, including restrooms 7:45 AM Police Mid - terminal area, including TSA 8:10 AM Police Bag claim area, including restrooms 8:40 AM Police exterior 9:30 AM Police FBO & outlying areas 10:00 AM Clean Gate area restrooms 10:30 AM Lunch Break 12:00 PM Police Administration area 1:00 PM Clean Ticketing area restrooms 1:15 PM Clean Bag claim area restrooms 2:15 PM Clean exterior 3:00 PM End of Shift 4:00 PM Total Work Hours: 8.00 /Day F. CUSTODIAN W -2: SHORT INTERVAL SCHEDULE Activity Start Police Gate area, including restrooms 1:00 PM Police Ticketing area, including restrooms 1:45 PM Police Mid - terminal area, including TSA 2:10 PM Police Bag claim area, including restrooms 2:40 PM Police exterior 3:30 PM Police FBO & outlying areas 4:00 PM Clean Gate area restrooms 4:30 PM Page 20 of 33 Contract for Custodial Services Lunch Break 6:00 PM Clean Ticketing area restrooms 7:00 PM Clean Bag claim area restrooms 8:00 PM Clean exterior 9:00 PM End of Shift 10:00 PM Total Work Hours: 8.00 /Day G. WORKING SUPERVISOR S -1 SHORT INTERVAL SCHEDULE Activity Start Clean the Mid - Terminal Area 10:00 PM Clean the Baggage Claim Area 11:45 PM Lunch Break 1:30 AM Clean all Vestibules & Terrazzo Concourses 2:30 AM Supervisory Duties 5:30 AM End of Shift 7:00 AM Total Work Hours: 8.00 /Day H. CUSTODIAN N -1: SHORT INTERVAL SCHEDULE Activity Start Clean the Gate Area, except for Terrazzo Concourse 10:00 PM Lunch Break 2:15 AM Continue Cleaning the Gate Area 3:15 AM Clean the Ticketing Area, except for Terrazzo Concourse 4:45 AM End of Shift 7:00 AM Total Work Hours: 8.00 /Day CUSTODIAN N -2: SHORT INTERVAL SCHEDULE Activity Start Clean the Administrative Wing (2 floor) 10:00 PM Lunch Break 1:30 AM Clean the FBO and other Outlying Facilities 2:30 AM Clean the Exterior and Curbside Walk Areas 5:30 AM End of Shift 7:00 AM Total Work Hours: 8.00 /Day The schedules shown above are to be used as guidelines only, although they can be used to depict the expected actions of the custodial staff. The Contractor may substitute its own short Page 21 of 33 Contract for Custodial Services interval work schedules as long as the emphasis is placed on performing the assigned cleaning work effectively and efficiently, not necessarily in the right place at the right time. J. ROUTINE CUSTODIAL TASKS /FREQUENCY MATRIX sn L N e d '' iS 06 Cleaning Task o ° a o m o w Remove Trash, Replace Liners D D D D D Vacuum Walk -off Mats Clean Entrance Glass Dust Horizontal Surfaces Damp Clean Surfaces Dust Mop /Sweep D D D D Spot Mop - W D Damp Mop Wet Mop D AR -_- Scrub with Auto - Scrubber Restore Finish Spray- buff /Burnish Vacuum Complete Spot Carpets Disinfect Drinking Fountains D - D D Clean Interior Glass Vacuum /Damp Clean Furniture Report items needing repair D D D D D Clean Glass and Mirrors Clean and Disinfect Fixtures D _ - -- Damp Wipe All Surfaces D _ - -- Replace Paper /Soap D - - -_ De -scale Urinals /Commodes Scrub /Pressure Wash Floor M _ - -- Power blow /vacuum Exterior Area Pressure Wash Verandas 5/D =Five (5) times /day; 3/D =Three (3) times /day; D= Daily; W= Once/Week; M= Monthly ARTICLE XLI PERFORMANCE STANDARDS FOR ROUTINE CUSTODIAL WORK A. The Performance Standards for Routine Custodial Work are intended to provide a platform for the routine cleaning tasks and frequencies for the most common housekeeping tasks that will be performed on a frequent basis. The basic task category and frequency for the performance of the tasks is shown on the preceding Task Frequency Matrices. Page 22 of 33 Contract for Custodial Services B. If the facilities are properly cleaned following these performance standards and on the frequencies stated earlier then the cleanliness of the facilities will meet or surpass the expectations of ARA management. ACP will be used in these standards to represent "Approved Cleaning Product" for the job as described. C. REMOVE TRASH, REPLACE LINERS 1. All waste receptacles and other trash containers within the area should be emptied and returned to their initial location. Boxes, cans, papers, etc. placed near a trash receptacle will not be removed unless placed within the receptacle itself or affixed with a label marked "please throw" or "trash ". All waste from such trash receptacles should be removed from the area and placed at in one of the collection dumpsters outside the terminal. The exterior of waste receptacles should damp -wiped with the ACP as needed. 2. All plastic liners that are torn or obviously soiled should be removed from trash receptacles and replaced with new plastic liners. The liners should be folded back over the rim of the receptacle and made secure. D. CLEAN ENTRANCE MATS 1. Interior entrance mats should be vacuumed daily. If the mat or surrounding area is wet, it may be necessary to use a wet/dry vacuum. The mat should be periodically removed at least weekly and the area underneath should be mopped and allowed to completely dry before replacing the mat. 2. Clean exterior mats by sweeping, vacuuming, "bumping ", or hosing. Exterior mats should be replaced when they become worn, or are no longer capable of trapping dirt and moisture. In the main terminal where the "slotted" matting or other devices are installed in a pan, the matting shall be removed and the pan cleaned at least once per month. E. DUST BUILDING AND FURNITURE SURFACES 1. Use a micro fiber cloth, Iambs -wool dusting tool, tank vacuum with dusting attachments, or combination of these dusting tools to remove all dust, lint, litter, dry soil, etc. from the horizontal surfaces of desks, chairs, file cabinets, and other types of furniture and equipment and from horizontal ledges, window sills, blinds, hand rails, etc., below 8'0" from the top of the floor surface. Items on desktops are not to be disturbed. After regular dusting, all such surfaces should have a uniform appearance, be free of any streaks, smudges, dust, lint, or litter. Dusting should be accomplished by removal of soil from the area and not by rearranging it from one surface to another. Desktops, counter tops, file cabinets and the like must be completely cleared before dusting. 2. In stairwells, the tops and sides of any exposed, wall mounted lighting fixtures shall be dusted weekly, as well as the tops of suspended light fixtures in other areas of the buildings, up to a height of eight (8) feet. F. REARRANGE FURNITURE AS REQUIRED 1. Chairs or other furniture moved by the custodial worker during the performance of the work should be returned to their appropriate location. Furniture must be Page 23 of 33 Contract for Custodial Services placed in specified location and missing items be reported. Seating in the Gate area shall be damp -wiped once per week. G. SPOT CLEAN FURNITURE, FIXTURES, WALLS, PARTITIONS, DOORS, ETC. 1. Use a clean micro fiber cloth and spray bottle of ACP (what is this) to remove fingerprints, smudges, marks, streaks, etc. from washable surfaces of walls, partitions, doors, desks (must be completely cleared), furniture, fixtures, appliances, rest rooms and drinking fountains. After spot cleaning, there should be no streaks, spots, or other evidence of removable soil. This includes both sides of glass in exterior doors and vestibules and in offices. H. DUST MOP /SWEEP 1. All visible litter such as paper, rubber bands, paper clips, chewing gum, etc. should be picked up or swept and placed in a waste collection container. 2. Prior to sweeping the floor surface, use a mop and solution of ACP to remove spills and obvious soil from the floor. Use a putty knife to remove gum, tar, and other sticky substances. On terrazzo or other smooth finished floor surfaces, use the largest micro fiber dust mop that is practical to remove accumulated soil and litter. On concrete exterior areas use a push broom. The entire area to be swept should be cleaned thoroughly to remove dust, dry soil, and other litter. Chairs and trash receptacles should be tilted or moved where necessary to sweep underneath. After the floor has been swept, the floor surface, including corners and abutments should be free of streaks, litter, and spots caused by spills or tracking. Soil can be removed from the dust mop by vacuuming, or carefully brushing into a trash bag or container. SPOT MOP 1. A wet mop, mop bucket and wringer, and an ACP solution should be used to remove all obvious soil and non - permanent stains from the entire area. The ACP solution should be changed periodically and remain clear. Trash receptacles, chairs, etc. should be moved when necessary to spot mop underneath. After being spot mopped, the floor should have a uniform appearance with no streaks, swirl marks, detergent residue, or any evidence of soil. There should be no splash marks or mop streaks on furniture, walls, baseboards, etc. or mop strands remaining in the area. J. DAMP MOP 1. Boarding ramps in the Gate area should be damp- mopped daily. Prior to being damp mopped, the floor surface should be swept or dust mopped. A wet mop, mop bucket and wringer, and an ACP solution should be used to remove soil and non - permanent stains from the entire area. The ACP solution should be changed periodically and remain clear. All accessible areas should be damp mopped. Chairs, trash receptacles, etc. should be moved when necessary to mop underneath. After being damp mopped, the floor should have a uniform appearance with no streaks, swirl marks, detergent residue, or any evidence of soil. There should be no splash marks or mop streaks on furniture, walls, baseboards, etc. or mop strands remaining in the area. K. WET MOP FLOORS Page 24 of 33 Contract for Custodial Services 1. Prior to being wet cleaned, the entire floor surface should be swept or dust mopped. A wet mop, dual compartment mop bucket, and wringer, scrub brush, floor squeegee and ACP should be used to remove all soil and non - permanent stains from the entire floor, baseboards, etc. The ACP solution should be applied to the entire floor area and allowed to remain for three to five minutes. Then the entire floor area should be scrubbed with the scrub brush if the floor is heavily soiled. In areas with floor drains, the floor should then be squeegeed dry and rinsed with clear water. In areas without a floor drain, the solution should be picked up with a wet mop and mop bucket and wringer or a wet pick -up vacuum if available and then rinsed twice with clean water. The mop should always be placed in the rinse water compartment of the mop bucket before being placed in the ACP side of the bucket. All accessible areas should be wet cleaned. Chairs, trash receptacles, etc. should be moved when necessary to mop underneath. After being wet cleaned, the floor should have a uniform appearance with no streaks, swirl marks, detergent residue, or any evidence of soil. There should be no splash marks or mop streaks on furniture, walls, baseboards, etc. or mop strands remaining in the area. L. VACUUM TRAFFIC PATTERNS 1. Use an upright carpet vacuum or Power -vac with carpet tool to remove obvious soil and litter from the carpet in the traffic areas and where surface soil is apparent. Pick up and dispose of larger pieces of litter and debris. M. VACUUM COMPLETE 1. Use an upright carpet vacuum to collect surface soil and embedded grit from all areas accessible to the carpet vacuum. The vacuum should be adjusted to correspond with the pile height of the carpet. Chairs and trash receptacles should be tilted or moved where necessary to vacuum underneath. Additionally, as necessary, to prevent any visible accumulation of soil or litter in carpeted areas inaccessible to the upright carpet vacuum, a crevice tool and brush attachment should be used. After the carpeted floor has been completely vacuumed, it should be free of all visible litter, soil, and embedded grit. N. SPOT CLEAN CARPETS 1. Use an ACP (carpet stain remover) solution, a clean micro fiber cloth, and a nylon brush to remove obvious spots and stains from carpets. Spot cleaning should be attempted only after the carpet has been completely vacuumed. Spray a small amount of the solution directly onto the spot to be removed. Using the nylon brush, start at the outer edges of the spot and brush toward the center. Remove the residue with the clean micro fiber cloth. If the spot is not completely removed, repeat the procedure. If the spot remains after the second attempt, report the problem to the Supervisor. O. RESTORE FINISH (SPRAY -BUFF FLOORS COATED WITH SYNTHETIC FLOOR FINISH) 1. Prior to being spray- buffed, the floor surface should be dust mopped and damp mopped to remove any dry or wet soil. A single -disc floor machine, buffing pad, and a spray bottle with spray- buffing solution should be used to restore a uniform gloss and protective finish to terrazzo floors which are finished with a synthetic floor finish. The spray -buff solution should be prepared by mixing a solution of equal parts of water and floor finish. The areas accessible to the floor machine should be spray buffed. Chairs, trash receptacles, etc. should be tilted and Page 25 of 33 Contract for Custodial Services moved where necessary to spray -buff underneath. The floor should be dust mopped after spray buffing. After spray buffing the entire floor should have a uniform, glossy appearance, free of scuff- marks, heel marks, and other stains, and should have a uniform coating of floor finish. All spray -buff solution should be removed from baseboards, furniture, and waste receptacles. Entrance vestibules should be spray -buffed daily. P. RESTORE FINISH (BURNISH FLOORS COATED WITH SYNTHETIC FLOOR FINISH) 1. In wide open, non - obstructed, and clear areas use the "burnishing" technique to restore the floor finish. This technique relies on the high level of heat generated by a pad driven by an ultra high -speed floor machine to polish and restore the surface of the finish. Generally, if the coat of floor finish is in good condition no spray buff or burnishing material is required to polish the floor and restore the surface of the finish. The burnishing technique requires an ultra high -speed floor machine (1000 to 2500 RPM). The burnishing effect of the high -speed machines is all that is needed to restore the luster and shine to the surface. If the floor begins to show some signs of deterioration a solution of % water and 1 /2 floor finish can be damp- mopped onto the clean floor. Once this solution has dried the floor can be burnished using the ultra high -speed floor machine equipped with a burnishing pad. Q. CLEAN AND DISINFECT DRINKING FOUNTAINS 1. Use a spray bottle of cleaner /disinfectant, micro fiber cloth, and a small percolator brush or bottle brush to remove all obvious soil, streaks, smudges, etc. from the drinking fountains and cabinets. Next clean all the porcelain and polished metal surfaces including the orifices and drain. Damp wipe the sides of the fountain and clean any exposed piping, as well as ventilation louvers. Report any leaks or malfunctions to the supervisor. After cleaning, the entire drinking fountain should be free of streaks, stains, spots, smudges, scale, and other removable soil. R. CLEAN INTERIOR GLASS 1. Use a spray bottle of ACP glass cleaning solution and a clean dry micro fiber cloth to completely clean both sides of interior glass in doors, windows, partitions, workstations, displays, trophy cases, mirrors, and other areas, up to 8'0" high. Remove any papers, notices, and the like taped or otherwise attached to the glass surfaces. Use a scraper or safety razor blade to remove these items. Spray a small area (usually about 3'x4') with the glass cleaner, and remove the cleaner and soil with a circular motion of the clean cloth Use a brush, squeegee and bucket of glass cleaning solution to clean large expanses or areas of glass. After cleaning the glass shall present a clean, uniform appearance and be free of any streaks, smudges, stain, or soil. S. RESTROOMS 1. Refer to the frequency matrix for the frequencies for completing the restroom cleaning tasks. Many of the restroom tasks are the same as for general cleaning and are not duplicated here in this section. 2. Place a "Closed for Cleaning" sign in front of the restroom entrance. Sweep or dust mop the floor and pick up and dispose of all litter. Empty the waste Page 26 of 33 Contract for Custodial Services containers and damp wipe them as needed. Replace any soiled or torn liners. Refill the soap and paper towel dispensers and replace toilet tissue as needed. Hand soap dispensers and adjacent surfaces should be damp -wiped to remove spillage. T. CLEAN AND DISINFECT SINKS, COMMODES AND URINALS 1. Apply window cleaner to the mirrors and clean the mirrors with a paper towel, being sure to remove any streaks or marks. Using the pump -up sprayer, apply the ACP solution to the basins and counter tops and to the tiled wall area beside the basins. Clean the tops, sides, insides, hardware, piping underneath and counter tops between the basins with a micro fiber cloth. Dry the surfaces with a dry cloth or paper towel to prevent spotting. 2. Use the pump -up sprayer to apply the ACP solution to all the urinals and to the tiled wall area between and below the urinals and clean with a micro fiber cloth. This cloth should be of a particular color that will be used only on commodes and urinals. Clean the insides of the urinals with a bowl mop, making sure to remove any scale and buildup. Use the bowl mop to clean the underside of the flushing rim. Wipe metal surfaces dry with a clean cloth to prevent spotting. Clean under the urinal if wall hung. 3. Use the pump -up sprayer to apply the ACP solution to the insides and outsides of the commodes and to the wall areas beside them. Spray the top of the seat first, then lift the seat and spray the remainder of the fixture. Clean the seat, outside of the fixture, and wall beside the fixture with the same color cloth used to clean the outsides of the urinals. Clean the inside of the fixture with a bowl mop, making sure to remove any scale and buildup. Use the bowl mop to clean under the flushing rim. Wipe dry the top of the seat and the metal surfaces with a cloth to prevent spotting. 4. In smaller rest rooms, particularly in the Administration, TSA and Marshal's areas the use of a pump -up sprayer may not be practical. In these areas, use an aerosol or spray bottle to apply the cleaner /disinfectant. 5. Spray a liberal amount of ACP solution onto the tiled floor surfaces. Mop the floor, removing all soil and stains. Use a scrub brush for heavy or greasy soil. Squeegee the mopping solution into the floor drain, or finish the mopping with a well -wrung mop and mop bucket filled with ACP solution. Vacuum the carpeted entranceway. ARTICLE XLII QUALITY STANDARDS The standards shown below will, if enforced day -to -day, result in the ARA being maintained at a very high level of cleaning. The key to success is the timely completion of the prescribed cleaning tasks on a regular basis. A. CARPETS 1. Cleaning: Carpets will be thoroughly clean and free from dust, dirt, embedded grit, stains, and debris. Nap will be laid in one direction. Visible spots or stains shall be Page 27 of 33 Contract for Custodial Services removed. Worn or un- cleanable carpet tile should be replaced with new carpet tile. Contractor to notify Administrator of need to replace any carpet tiles. B. NON - CARPETED FLOORS 1. Preparation for wet cleaning a. The entire floor surface shall be dust mopped. Cleaning solutions, where used, have been mixed thoroughly and in the proportions specified in approval products test without undue spillage of either solution or rinse water. The concourse areas (terrazzo) will be power scrubbed with the auto - scrubber. b. Proper precautions will be taken to advise terminal occupants of wet and /or slippery floor conditions, and erect suitable safety warning signs. c. Care will be taken to prevent damage to furnishings, etc. The space to be wet - cleaned will be properly prepared by sweeping or vacuuming the floor area as necessary or otherwise clearing it of visible debris. 2. Floor Mopping: a. The mopping work will be performed in such a manner as to properly clean the floor surface, care having been taken to see that the correct type and mixture of cleaning solution, if required, has been used. b. All mopped areas will be clean and free from dirt, streaks, detergent residue, mop marks and strands, etc., properly rinsed, if required, and dry mopped to present an overall appearance of cleanliness. c. Wall, baseboards, furniture and other surfaces will be free of watermarks, scars, or marks from the cleaning equipment striking the surfaces and splashing from the cleaning solution and rinse water. d. Care will be taken throughout the mopping operation to prevent the liquids and equipment from coming into contact with electric outlets located in the floor areas or baseboards. 3. Preparation of Floor Area for Burnishing a. Prepare the surface by dust mopping the entire area and removing any wet spills or heavily soiled areas with a damp mop. Dried residue (gum, etc.) should be removed with a putty knife and /or gum remover. When finished, walls, baseboards, furniture bases and other surfaces will be free of watermarks, marks from the cleaning equipment or cleaning solutions. 4. Burnishing a. Use the burnishing machine to burnish the entire floor (use a burnishing pad), overlapping each pass by at least 6 ". When the burnishing has been completed, the floor surface shall have a uniform high gloss with no scratch marks, swirl marks or blemishes of any kind. The burnishing solution can be applied by using the auto scrubber. Burnishing solution will be applied thinly, uniformly and evenly in such a manner as to avoid skipping of areas. Walls, baseboards, furniture and other surfaces will be free of solution residue and marks from the equipment. C. PUBLIC AREAS Page 28 of 33 Contract for Custodial Services 1. Sweeping, Dusting and Pickup: a. Public areas will be clean and free of dirt streaks, litter and spots caused by spilling or tracking. No dirt or debris will be in corners, under furniture, behind doors, or where dirt or debris has been picked up in cleaning operations. Chewing gum and other foreign materials will be removed from the area. All horizontal surfaces or surfaces that will hold dust will be free of observable dust. b. All surfaces shall have a uniform appearance, free of streaks, smudges, dust, lint or litter. c. There will be no spots on interior glass up to a height of 8'0" from floor level. Doorknobs, panic bars, kick plates, railings, floors, and other surfaces shall be cleaned and polished to the luster of new product. d. Drinking fountains, including all sides, will be free of all debris and spots. The wall surfaces around the drinking fountains will be free of water spots and streaks. Drinking fountains will be sanitized to reduce the possibility of germ contamination. D. ALL TERMINAL AREAS 1. All wastepaper baskets will be empty and in place, clean and ready for use with new liners. There will not be any foreign substances left in corners, under furniture or behind doors. Carpets will be clean. Composition floors will be clean, and have a uniform shiny gloss appearance. Furniture and equipment moved during cleaning will be returned to its original location. There will be no trash or litter under tables, or chairs. 2. All surfaces shall have a uniform appearance, free of streaks smudges, dust and litter. Corners and crevices will be free from any dust. There will smudges or finger marks on walls or interior glass. Window sills, door ledges, door frames, door louvers, elevator doors, window frames, wainscoting, baseboards, columns and partitions will clean and free of smudges or marks. 3. Mirrors, entrance doors and all interior glass will be clean and free of dirt, dust, streaks, and spots. Exterior windows will be washed on both sides as scheduled. E. RESTROOMS 1. After cleaning, restrooms will have no objectionable odor, all surfaces (except wallpaper) will be wiped clean with no marks; commodes, urinals, sinks and counter -tops will be dry, clean, and polished. Mirrors will be clean and streak - free. Floors will be clean, dry, and free from streaks, stains or whirl marks. Grout and baseboards will be clean and free of stains. All towel and hand soap dispensers will be filled. Waste baskets will be empty and will have clean liners. ARTICLE XLIII ENTIRE AGREEMENT This Contract, together with all of the Contract Documents, shall constitute the entire agreement between the parties and any prior understanding or representation of any kind preceding the date of this Contract shall not be binding upon either party except to the extent incorporated in this Contract. Page 29 of 33 Contract for Custodial Services ARTICLE XLIV GOVERNING LAW This Contract will be construed under Georgia law, including the Georgia Uniform Commercial Code; all remedies available under that code are applicable to this Contract. Contractor and City fix jurisdiction and venue for any action brought with respect to this Contract in Augusta- Richmond County, Georgia. ARTICLE XLV LEGAL CONSTRUCTION If any provision contained in this Contract is held to be invalid, illegal or unenforceable, that invalidity, illegality or unenforceability will not effect any other provision of this Contract and this Contract will be construed as if the invalid, illegal or unenforceable provision had never been contained in this Contract. ARTICLE XLVI PRIOR CONTRACTS SUPERSEDED This Contract and the Contract Documents constitute the sole and only agreement between CONTRACTOR and CITY with respect to the subject matter of this Contract and supersede any prior understandings or written or oral contracts between CITY respecting the subject matter of this Contract. ARTICLE XLVII COUNTERPARTS This Contract may be executed concurrently in one or more counterparts, each of which will be deemed to be an original, but all of which will together constitute one Contract. ARTICLE XLVIII FURTHER ACTS CITY and CONTRACTOR each agrees to perform any additional acts and execute and deliver any additional documents as may reasonably be necessary in order to carry out the provisions and effectuate the intent of this Contract. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their appropriate officials, as of the date first written above. SIGNATURES TO FOLLOW BALANCE OF PAGE LEFT BLANK INTENTIONALLY Page 30 of 33 Contract for Custodial Services AUGUSTA -RICH OND COUNTY, GEORGIA (..., 2 A i 7 -M By: Mayor Deke Copenhave ,,, . ® ®ab�1 • ,r� .. - 7'."'n ,,,��/ . , ,fit ATTEST �'F °` ,.,J' / / (/ ,1f• °f ,�'�%' ' v Lena Bonne � � i , 7'''' � ' ...%;\ .'r. o �� r • K 01 � o • / .. o EST. • 'V AO coo S996 ••• w - AUGUSTA AVIATIOIO1I4 OW A. ,4eL4 ALAI iv , � ik By: Karlton How. d Title: Chairman ABM Sout 1 - ► .?lent :'� ent •y: s its: rN' """() 1 t `'e (SEAL) Page 31 of 33 Contract for Custodial Services G £ 'R G , I A Attachment A PRICING Page 32 of 33 Contract for Custodial Services G Ef O ,R Attach B BID SU BMITTAL FORMS Page 33 of 33 Contract for Custodial Services ig . --,,L iiii-t- -- - I - _,, - --' / G F' 0 R r...; / ,9 TO: All Bidders Phyllis Mills, Quality Assurance Analyst Gary LeTellier, Augusta Regional Airport 1, FROM: Geri Sams ...... %-- Procurement Director DATE: June 2, 2010 SUBJ: Site Visit for Bid item 10-138 BID ITEM: 10-138 Contract Custodial Services BID DATE: Friday, June 18, 2010 at 11:00 A.M. ADDENDUM NO. 1 The site visit will be Friday June 11, 2010 © 8:30 a.m. Potential bidders are to assertible in the baggage claim area to meet Tim Weegar, Operations Manager for Augusta Regional Airport. The limit is Two People per company for the site visit. The site visit is not mandatory; however no other visits will be scheduled prior to bid opening. Please acknowledge addendum in your submittal END ADDENDUM Rood, 605 330 Greene Sisem, A Geniigia 30901 (706) 8?-1-2422 - Fax (706)821-281 www.ap§tiaoaov Addendum 1 Bid item #10-138 Page 1 of 1 Reuil al: vii-oiw ticimancistar.coin supplier :bi automat::: bid non feat on E G., iYi/'ttVrib7 G.9vx CaVf PLAN 9 A RA - -cs Rona Air,- southern Manage -GSM Ma Plan and Comm n structure � x eiii• Arut —A A A IRPOR7 ;a te • ` Y c am .; ` - : l s fVtnw► N t�YC t S ESEAT _- IDav�rf' Giesron isaiz n � - : t w# a+ r�g�rr,�riterra.�}pr�tahor3s „_: �ilark Arni ` i SOtrtheIII M ma +ent Easwrn i ARA 1 St git}t Mate app = �r'r ry A rea'. , .. , �x a, St Peisrr AR$ , y ;�� ,v Y. _ Ct3.�'traCt r r s � s . - i M " - « '�. Yom - 3 gr bee .. -- �� . Y 4- i rai tii1, F € �e6ui m ` 4. REQUIRED DOCUMENTS i E t; 0 A) EXCEPTION SHEET B) BID SIGNATURE PAGE C) ATTACHMENT (B) OF ARA BID ITEM # 10 -138 WITH NOTARIZED CONTRACT AFFIDAVIT & AGREEMENT Dj BIDDER ACKNOWLEDGE OF ADDENDA E) CERTIFICATION STATEMENT LOCAL VENDOR PREFERENCE W/ ATTACHED COPY OF AUGUSTA BUSINESS LICENSE F) BID COST SCHEDULE G) SAMPLE CERTIFICATE OF INSURANCE / - G' F 3 R (y I EXCEPTION SHEET If the cor odity (es) .and/or services proposed in the response to this bid is in anyway different from that contained in this proposal or bid, the bidder is responsible to clearly identify by specification section number, ail such differences in the space provided below. Otherwise, it will be assumed that bidder(s) offer is in total compliance with all aspects of the proposal or bill. Below are the exceptions to the stated specifications: "Bidder",(Southe Management -ABM) has provided pricing counter to Sid Item #18 -138, Page 15, Section 4.3. MATERIALS, SUPPLIES, TOOLS AND EQUIPMENT stating, "Contractor will furnish the my materials, supple tools & equipment for the performance of the necessary work." "Bidder", (Southern Management -ABM) has in counter of Bid Item #111"138, Page 15, Section 4.3. MATERIALS, SUPPLIES, TOOLS AND EQUIPMENT, provided pacing in accordance with the prior cancelled RFP# 10 -€153, Page 13, Sects 11_ MATE L% SUPPLIES, TOOLS & EQUIPMENT stating, "ARA will furnish necessary material's, StipplieS, tools and equipment the performance of work. Any damage outside the normal ar and tear of the tools and equipment will be the Contractors respansibi! Date 06/16/2010 Signature /g4„,- f Company: Southern Management-ABM Title: Regional Sales Manager Bid Signature Page (Must be signed by an officer of the company to to varrd.) Company Southern,P4anacaemeet-ABM iir I r flame Brian 3.B. Neelev r7" Title $eaionat Sally nager Date 06P17/2010 Gentlemen; 'the undersigned, as Bidder, herby cleclanes that the only pew or persons interested this bid as;prindpal, or principals, is or are named herein, and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with arty other person, company or parties making a bid; and it is in all respects fair and in good faith without collusion or fraud. Bidder certifies that this Bid is made wiiheut any collusion or fraud and that Bidder has not offered or received any kickbacks or inducements from any other contractor, supplier, manufacturer or subcontractor in connection with their response, and that, they have not conferred with any Comrrtissioner or Augusta- tt"iehmond County employee, past, or present, nor made any payment, loan, subscription, advance deter of money, provided travel, services or provided even items of a nominal value, present or promised. The Bidder further declares that it has examined the site of the rsautlne and project work and Informed themselves 'fully In regard to all conditions pertaining to the place where the work is to be done; that it has examined the General Conditions and Performance Work Statement for the work, and other Contract Documents relative thereto, and has read att of the Addenda furnished prior to the opening of the Bids, as acknowledged below and that the Bidder is informed fully relative to the work to be performed, and the tie le within which it s to be completed. if talc Bid Package is accepted by the City on behalf of the ARA, the Bidder agrees to contract with the city pursuant to the terms and conditions referenced in the Form of Contract, to furnish att management, supervision, tabor, and incidentals necessary to perform and complete within the time sped`fied the work described in this bid, the General Conditions, Perfortriance Work Staterner t and all schedules and exhibits attached hereto. OP J , { G E!' it R G I A is Attachment B Listed below is a consolidated listing of the Statement of Nor°r- Discrimination, Non-Collusion Affidavit of Prime Bidder/Offeror, Conflict of Interest and Contractor Affidavit and Agreement Please complete, date, notarize and return pages 1 -3 of Attachment B with your submittal. The undersigned understands that it is the policy of Augusta-Richmond County to promote full and equal business opportunity for all persons doing business with Augusta - Richmond County. The undersigned covenants that we have not discriminated, on the bass of race, rem, gender, national origin or ethnicity, with regard to prime contracting, subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participatiorr of local small businesses on the bid or contract awarded by Auugusta- Riches County.. The undersigned further covenants that we have Meted troth fully and fully the required forms regarding good faith efforts and local small business s acterf serpplier uti l ion. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta- Richmond County's Local Small Business Opportunity Program Set fort below is the signature of an officer of the bidding/contracting entity with the autrityr to bind the entity. The tlildetSigned acknowledge and Waffart that this Company has been made aware of understands and } agrees to take affirmative action to provide such companies with the axirnum practicable opportunities to business with this Company; That this promise of non-discrimination as made and set forth herein stall be continuing in nature and shall remain In full force and effect without interruption; That the promises of non- discrirnination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract Ong the Oty of Augusta to declare the fact in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract, termination of the =tract, suspension and debarment from future contracting opportunities, and withholding and or forfeiture Attachment g _ Page 2 of 3 geftg211"....eidditiirdriPM By submission of a bid, the Bidder certifies, under penalty of perjury, that to the best of its fledge and tom: (a) The prices in the bid have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the bid have not been knowingly disclosed by the Bidder prior to opening, directly or`Indirectly, to any other Bidder or to any competitor: (c) No attempt has been made, or will be made, by the Bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of resaiding compeblion. Collusions and fraud bid preparation shall be reported to the State of Georgia Attorney General and the tinted States Justice Department. Conflict By subm sion of a bid, the responding firm certifies, under penalty of perjure, that to the best of its !m ledge. and b 1. No dreumstances exist which cause a Conflict of interest in per fui r Bing the services required by this !TB, and 2. That no employee of the County, nor any member thereof, not any public agency or offidal affected by this TTB, has any pecuniary interest in the business of the responding firm or his sub- consult s) has a;ry interest that would conflict in any canner or degree with the perfonvrance related to this ITB.. By submission of a bid, the Bidder certifies under penalty of perjury, that to the best of its knowledge and belief: (a) The pries in the bit have been arrived at independently without stn, consultat%on, communications, or agreement, forthe purpose of reel, sting competition, as to any matter relating to such prices with any or with any comp t or. (b) Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly dis 'disclosed by the Bidder pry to opening, directly or mom, to any other Bidder or dder o competitor been No attempt has been made, or will be made, by the Bidder to induce any other person, reartnership or cooperation to submit or not to submit a bid for the purpose of restricting cocoon. For any � or v` � provision, the County sly the e:}}r� to terminate is contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift, payment or consideration. Attachment B Page 3 of 3 AMintSiStrAirithIl Agreerr eint By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A. 13 -1°-- 91, stating affrrrmiatively that the individual, f`u i aa, or corporation which is contracting wilt" Augusta Richmond County Board of Commissioners has registered wilh and is '€ participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the tinted States Dirt tent of Homeland Security or any equivalent federal work authorization program operated by the linked States Department of Homeland nd Se+ ity to verify infmnation of newly had employees, pursuant to the Immigration Reform and Control Act of 1986 (MCA), P.L. • 31, in accordance with the applicability provisions and deadlines established in O.C.G.A 13 -1°- J J . . . T h e undersigned f u r t h e r agrees. t ,:mod: it t -em of contract with any_ l tiactur(s) in connection with the , physical performance of services pursuant to this contract with Augusta Richmond County Board of Oommissioners, contractor will sure from such subcontractor(s) similar verification of compliance with 0.C.G.Ar 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta Richfnond County Boanzi of Corarnissioners at the time the subr ac s) is retained to perform such service. Georgia Law requites your Pany to have an E Verifl'User Identification Number on or after Arty 1, For additional 1Ftfui riration visit the State of Georgia website: https :fle. veriifv.uscis.novlenroili endfor hfto://www.dol.state.qaus/pdfirules/300 10 1 2 E-Verify * User Ickntif n Number the undersigned further agrees In submit a notarized copy of Attachment 8 and any moire documentation noted as part of the Augusta Richmond County Board of Commissions specifications which govern this process. In add ion, the undersigned agrees to submit all required forms for any subcontractor(s) as requested and or required. 1, fondles understand that my submittal will be deemed l if any part of this pmeess is Company Name: Mara �! 1 BY: Authorized Officer or Agent / t c., 1/ 7 0 (Contractor Signature) ! Title of Authorized Officer or Agent of amt. Regional Sales Manager Printed Name of Authorized Officer or Agent Brian J.E. Neely > >cYtrr SUBSCRIBED AND SWORN BEFORE ME ON THIS THE l�i DAV OF 304t - ,, � k)d-r-rtt a a- a " — --3 ' Cnmmissinn pe } / L. Cy .» Expires My Commission Expires: ;� ' 1 01 1 3/20 1 9 x = d t •• Please complete, date, notarize and return pages 1 -3 of Attachment B with yomr4 REV. 11/13/09 GEO R d A BIDDER'S FORM/ACKNOWLEDGEMENT OF ADDENDA City of Augusta Proeurernent Department 530 Greene Street, Suite 605 Business Locations: (Check One) Augusta, Georgia 30901 X Augusta Richrnorid County ATIN: Procurement - Director Other Name of Bidden Southern Planaciement-ABM, Set Address: I81 Cotumb4a InduhiaI Bh,d . city. state, ZIP Cede: EmitgALEs&AQVAII Phone: zorrizEtral fox 706- 210-4342 Erna: Oty license Requirement: Contactor mist be licensed in the State of Georgia or -IP/the-Governmental entity for which they do the majority of their business. Do You Have A Business License? Yes: KNo: _ licensed By what GA.Auriusta &Richmond County Business license #: UM 3999ea1481 N Fed Tax Id #: 63122 Acknowledgement of Ackien7heck vs( id initial the appropriate bor. Addenda 1 X Addenda 5 !Anti Addenda 2 Inidai Addenda 6 Addenda 3 Initial Addenda 7 Initiai Addenda 4 Initial Addenda 8 lnftial THE UNDERSIGNED PROPOSES TO FURNISH THE FOLLOWING ITEMS IN STRICT CONFORMANCE TO THE BID/RFP/RFQ SPECIFICATIONS AND BIDIRFPIRFQ INVITATION ISSUED BY THE CITY' OF AUGUSTA FOR THIS BID/RFP/RFO ANY EXCEPTIONS ARE CLEARLY MARKED IN 11-tE ATTACHED COPY OF BIDIRFP/RF PEC Signattire: Date: OC 1/01 THIS FORM MUST BE COIVIPIXTED AND SUBMI'TTED Nvrrit YOUR SUBMTUTAL REV. 11113/09, G re 6R G f A Certification Statement Local Vendor Preference certify that my company meets all of the following qualifications to be eligible for the local vendor preference: (1) That my company has a fixed office or distrilmfron poirit located in and having a street address within Augusta for at least six (6) months immediately prior to the issuance of the request for competitive bids or request for proposals by Augusta; and (2) That my company holds any business license required by the Augusta Richmond County Code for at least 6 months- (3) That my company employs at least one (1) full time employee, or two (2) part time employees whose primary residence is in Augusta, or if the business has no employees, the business shall be at least - fifty percent (50%) owned by one or more persons Whose wintery residence is irt Augusta (4) Attached is a copy of my Augusta Business License_ Company Name: Southern Management Address: 489 Coltunbia tockistriat Blvd, Evans. GA 30809 BUSifieSS License Number LC819990014845 - Phone Number 706-210.4635 fax Number 706-2104142 Owners Name: ABM In Signature: IMIffame, ...1 BIDDER to NoT CO mpLETE __- - 1 To be completed by Authorized City Representative from Augusta Richmond County Procurement Departmerit Bidder Certified: Date: Authorized City Representative Signature Bid 10-138 Contract Custodial &entice Specs Page 54 of 54 Jun 16 10 012:04p SOUTHERN MRNRGEMENT RUGUS 7062104142 __ '.'.. :,••.- -- . .. ... . . . i . - ,_„ • , I - - ". ---... ------ - - _ -; ''', -4. ''-"`"-:' " ' • -..' "..-.... "' -1 ""- •-• • --:. -..:: ..- - - -- 4 1 .a.:': .. ';:. ' ... 7:, .1 , THIS CERTIFICATE IS TO BE POSTED IN A CONSPICUOUS PLACE IN THE BUSINESS HEREIN ubsciotsw. I , . ... .. _ I . • -__, .. ,. ..,,, _ . ..,. . - ' _.- - * • '....--..:.::. _ - - - - ' BUSINESS: • , - _ 1 0 • ' CERTIFICATE • i "THIS .CERTIFICATE EXPIRES , . I , December 3Ist, 2040 mmLiNG.ADDRAss INFORMATION : =NIANAGEMENT COMPANY - .. - :---• ;-:-.-„........_ -, ... ,_-_:•• ...-;.....:-........-., 7...Y. 7."77:.:.; — . . • . . ; _ .. ..:. 5751 tliFIA1111111 STE408, • . -:.. .1. -: ,.-....-.• -- . . CRATTANOOGA, TN 37411 " . . i BUSINESS • LICENSE # - LOB 9 00 8 . ... ... .... _ ., I ..._____......_. _ —. issuE-pATg:-01,-8/201 -- ---„, --- - ---. -- .... ..„-- - - - - _ „..... , I - -- -• --- CERTIFICATE-ISSUED IN THE NAME OF:' .9*C.KI COMPANY •.'. .-..;_- . .- , . 1 '..7, ..• 7: _. - ".. I . , CLASSICATIOIOSY- -: - " ,--- - - 1 - ' - 23322--WILIETIFAmiLY HOUSING top4STRC..ic31DN (2)" •••••:, ..,.''..- - '• ,-- =_, -,,-.. ' : - _ 7 . 1.! •.:_•-.,:::. - , -......- ! . . ., BUSINESS TYPE: Business I ..... - . . . _ . - - . , ... 4- ---- - BUSINESS i..66iON: 5751 UP'fAINR1J..SOITE STE40&: .!: • .. , _ ,,. : , .: :. • ..' _ - . -. CERTIFICATE ADDRESS INFORMATION: I TERRI•CORRELL - • . 1 . . , . ... . .. _ . -. •r*. .•• <NO 3112tErA *-- . - • ;., ,. - . • 1 ... _ , . - . . . . .._ „, -.-. - • .. . , . . , ...; •- --• - . -_ -...! ...„. .-. _ _.•,„;::: I .. s . ... , . . _ ...._ , .. • :-- - THE LIPENSEA.ND IINISPECTION DEP.ARTNI ENT SHALL HAVE THE RIGHT TO SUSPENCr..ANY; .. _. . , _ , • CERTIFICATE W THE BUSINESS VIOLATES ANY LAW OR ORDINANCE 'OF THE UNITEDSTATE St THE STATE OF GEORGIA, Oft RICHMOND COUNTY. . _ I - . 1 _ . . . . , -,..,- .... _... -. '- - • . ,_ ,_ . , 1 , . I _ .. I 1 --:. : -- ,.. - - .. - y :: -.- --. ." . : . . . , - - • ., ,...: .:„ . ...., .. I , . . 1 - - • .. • s_ - - ': s.' a ''' ....,:: „:, _ _ _,.. . . _ ... I . . t , ... .. ,- . : , , „ _ . _ . . '` '-" '-?.:. ..-*. _ • . , . _ •.': - --.- - Bid Item 10-138 Contract Custodial Services Due Date: Friday, June 18. 2010 at 11:00 A.M. C. BID C:OST COST SCBEDULE HOURS OR RATE 1,0 DAILY M-F WORK HOURS 24 2.0 LOADED NI-F HOURLY RATE $ itaa /Sr 3.0 SATURDAY/SUNDAY WORK HOURS 32 4.0 LOADED WEEKEND HOURLY RATE $ 11.86 /Hr 5. DAILY M-F OVERTIME RATE $ 14.40 II-Ir 6, WEEKEND 6-6 OVERTIME RATE $ 13.13 IHT BID COST: COST SCHEDULE HOURS RATE/Hr $/WEEK (A) Api M-F WORK HOURS/WEEK 120 $ 9.34 $1.454.41 8,0S-S MAK HOURSNVEEK 32 $ 8_75 *44S_Sa NOT TO EXCEED WEEKLY ROUTINE 152 $ 1.803.78 COST: (7(t) .8- 8(C) - CALCULATION OF LOADED M-F HOURLY RATE 3 O B CLASS COST PER HOUR $10.50 Working Supentisor 40 hourslweek M-F 2 0800 hours /week M-F $ 17.60 PaYma taxeeriasurance $ 1.57 Absenteeism relief $ .27 Overhead $ .22 Profit/Management Fee - LOADED M-F 'HOURLY RATE $ 11.82 CALCULATION OF LOADED WEEKEND HOURLY RATE .30B -CLASS COST PER HOUR 32.0 Custodial hours/weekend $ 835 Pay:ciliates/insurance Absenteeism relief $ Ai Overhead $ .72 ProfitAilanagement Fee $ .69 LOADED WEEKEND HOURLY KATE 4.11.6a Am mar/ ACORD CERT KATE F L A 3IL INS " DATE ( EOMN YYYY} 2009 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Commend Lures- (415) 541 -7900 ONLY AND CONFERS NO morrs UPON THE CER+TI WICATE Welts Fargo of California insurance Services Inc.. HOLDER. THIS CERTIFICATE DOES NOT AAMENO, EXTEND OR 45 Fremont She Suite 80D'" ALTER THE COVERAGE AFFORD BY THE POLICIES BELOW. San Francisco. CA 94105 -2259 INSURERS AFFORDING COVERAGE NAIL # INSURED Southern Management Co./ABM NEMER A ACE Amman Insurance ORTIParlY 22667 Various Locations NsuRER a ACE Property & Casualty Co. 20699 iNSURatG Indennsly Insurance Cony or North America 43575 uRes HaAford; Insurance Co 19682 _ e COVERAGES THE POLICIES OF INSURANCE t1STE ' BELOW HAVE BEEN ISSUED TO THE INSJRED NAMED ABOVE FOR THEPOUCT PERIOD INDICATED- NCTIWITHSTAM ING ANYREQUIIREMEN' t. TERMOR CONDIT1ONOE ANY CONTRACTOROTHERDOCUMENTWITHs1 ZESPECTTOWHicHTHIS CEIRIFicATENNY IE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BYTHE POLICIES DESCRIBED HEREIN ISSUnJECT$OAU.THE TERM, NS AN O CONDITIONS OF SUCH PouciE s_ AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CHAINS A GENERAL LW: AY XSLG23742317 11/01/2009 11/0112010 EhcH oc $ 3000 0 X COADERCIAL GENERAt.uAMJ1Y Tcren mo • 2.000 30 1 CLAMS M A D E a OCCUR ?ED E P (Any onsperson) $ End X 51,000;000 Sot- PERSONAL SAC�V iiill3RY S 2000,000 X XtXF ReERAL AGGREGATE S 2A5O.000 .._ G INITAPPLES pEct PRODUCTS - rompicPAGt3 $ 2.000,(b S i ii 1 3117 fl Loc _ A T AUTOMOBILE LIABILITY' ISAI308245009 11/01/2009 11/01/2010 comeINEOsNctsLeir s x ANY AUTO (Go 2 ALL OWNED AUTOS BODILY WARY (Perms+) SCHEDULED AIMS - HIRED AUTOS BOOST MUURY ... . NON.OWNED AUTOS (Peremitter* PROPERTY DAMAGE i GARAGE uAmurr AUTO ONLY - EAACCID9Tf $ _ ANY AUTO OTHB2 TI-IAN EA ACC ':$ AtTtO AGG :$ B EXCISSAIREIRBAA LIATULOY X00G24903382 11 /0112009 11/01/2010 FACHOCODRFENGE $ stt00,000 x1 OCCUR 1 1 CLAIMS MADE AST $ SMG.G56 DeutranatE RETENTION. :$ 4 . C W° Wif20;4A346457 1 110112009 1 1101/20/0 x - wc fogy o 1 ER aNr LABIUM $1,000,000 Incident EL FA( tACCtD IT 3 txa OFFICERWEMBER EXCLUDED? Deductible Lire EL. oee SE -EA EMPLOYEE $ 2000,000 Tyes. desvibe 8PEGIAL PROVISIONS below EL DISEASE. POLICY tAHT $ 2000.000 OTHER A Excess Auto ISAH0830175A002 11/01/2009 11101/2010 $3:00 ooa limTed AOadsnt °ESCRr:TJON OF lDPEftATIoNS /Lomarces r vascLEs IEtaLY.US10 EAnVEn BY ENDORSEMENT 1 SPECIAL. nnoveriars - .. Evidence of Coverage. For Bid Purposes Only. CERTIFICATE HOLDER CANC ELLATIOIi Ten Day Notice for Non - Payment SHOULD ANY OFTHE. ABOVE . DESCIDEED POUCIES SE:CANCELLEDBEFORE THE EXPtRA'i70t+1. DATE THEREOF, THE ISSUWG INSURER WILL ENDEAVOR TO MAL 1r1 DAYS TrEN Sample ` NOTICE TO THE CERTIFICATE HOLDER NaTOIRELEFT-RUT FAILURE TO DO 8,0 SHALL mf NOOt$. eariow CR W H LEEY cff AillY MID UPONTHE EMINIER, RSAGORS t RENIESENTATIVER AUTHORIZED REPRESENTATIVE . ACORD 25 (2001/08) 1 of 2 971554 y � i(•i O ACORD CORPORATION 1988 ('This certificate replaces oertiftmte# 971505 issued on 1'1/20/2009) OTHER Coverage (Continued from Page 1) INSR TYPE. OF INSURANCE Pt)LTCY NUMBER EFFECTIVE DATE EXPIRATION DATE LIMIT LTR (MMJDDJYY) (MM/t !YY) L► r ee Dishonesty/FMe Ity 4XiFA024632809 i1t91/2009 i1101i2010 $1,600010 Raeh°cemente $2000 Deductible A Garage Keepers t egt U+aWitY tSAN08245009 '11Ki1J2009 1111112016 $333004100 Unit S1.r OW Deb . s Coil GarageUabiBj X$LG23742317 11101/2009 1 4J0i12O1Q $ OO Ce >s),000 • 4 IMPORTANT ft the certificate holder is an ADDITIONAL INSURED, the pofrcy(ies) must be endorsed_ A siatemsi t on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate Feder in flea of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this Fu ue does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate Folder, nor does it affirmatively or negatively amend. extend or alter the coverage afforded by the policies fisted thereon. ACORD 25.S (2001/08) 2 of 2 #S9152601M915043