HomeMy WebLinkAboutC2020-197 - 6/9/2020 - Approved
Service Agreement Standard Form Page 1 of 7
Approved as to Legal Form March 9, 2020
SERVICE AGREEMENT NO. 2932
Custodial Services for Police Department
THIS Custodial Services for Police Department Agreement ("Agreement") is entered
into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation (“City”) and Unified Service Associates (“Contractor"), effective upon
execution by the City Manager or the City Manager’s designee (“City Manager”).
WHEREAS, Contractor has bid to provide Custodial Services for Police Department
in response to Request for Bid/Proposal No. 2932 (“RFB/RFP”), which RFB/RFP includes
the required scope of work and all specifications and which RFB/RFP and the
Contractor’s bid or proposal response, as applicable, are incorporated by reference
in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in
its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Custodial Services for Police Department
(“Services”) in accordance with the attached Scope of Work, as shown in
Attachment A, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2.
2. Term. This Agreement is for one year, with performance commencing upon the
date of issuance of a notice to proceed from the Contract Administrator or the
Contracts and Procurement Department. The parties may mutually extend the
term of this Agreement for up to two additional one-year periods (“Option
Period(s)”), provided, the parties do so by written amendment prior to the
expiration of the original term or the then-current Option Period. The City’s
extension authorization must be executed by the City Manager or designee.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$93,143.76, subject to approved extensions and changes. Payment will be made
for Services completed and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. Contractor shall invoice no more
frequently than once per month. All pricing must be in accordance with the
attached Bid/Pricing Schedule, as shown in Attachment B, the content of which
is incorporated by reference into this Agreement as if fully set out here in its
entirety. Any amount not expended during the initial term or any option period
may, at the City’s discretion, be allocated for use in the next option period.
Invoices will be mailed to the following address with a copy provided to the
Contract Administrator:
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
Service Agreement Standard Form Page 2 of 7
Approved as to Legal Form March 9, 2020
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, Texas 78469-9277
4. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
Agreement, including deductions for non-performance and authorizations for
payment. The City’s Contract Administrator for this Agreement is as follows:
Name: Pat Eldridge
Department: Police Department
Phone: 361-886-2696
Email: Pat@cctexas.com
5. Insurance; Bonds.
(A) Before performance can begin under this Agreement, the Contractor must
deliver a certificate of insurance (“COI”), as proof of the required insurance
coverages, to the City’s Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days’
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
(B) In the event that a payment bond, a performance bond, or both, are
required of the Contractor to be provided to the City under this Agreement before
performance can commence, the terms, conditions, and amounts required in the
bonds and appropriate surety information are as included in the RFB/RFP or as
may be added to Attachment C, and such content is incorporated here in this
Agreement by reference as if each bond’s terms, conditions, and amounts were
fully set out here in its entirety.
6. Purchase Release Order. For multiple-release purchases of Services to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of Services to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized agent of the department or division. The
purchase release order must refer to this Agreement, and Services will not be
rendered until the Contractor receives the signed purchase release order.
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
Service Agreement Standard Form Page 3 of 7
Approved as to Legal Form March 9, 2020
7. Inspection and Acceptance. City may inspect all Services and products supplied
before acceptance. Any Services or products that are provided but not
accepted by the City must be corrected or re-worked immediately at no charge
to the City. If immediate correction or re-working at no charge cannot be made
by the Contractor, a replacement service may be procured by the City on the
open market and any costs incurred, including additional costs over the item’s
bid/proposal price, must be paid by the Contractor within 30 days of receipt of
City’s invoice.
8. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement
are new, quality items that are free from defects, fit for their intended purpose,
and of good material and workmanship. The Contractor warrants that it has clear
title to the products and that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Contractor or, if indicated in Attachment D by the
manufacturer, for the period stated in Attachment D. Attachment D is attached
to this Agreement and is incorporated by reference into this Agreement as if fully
set out here in its entirety.
(C) Contractor warrants that all Services will be performed in accordance
with the standard of care used by similarly situated contractors performing similar
services.
9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing
Schedule are estimates only and do not obligate the City to order or accept more
than the City’s actual requirements nor do the estimates restrict the City from
ordering less than its actual needs during the term of the Agreement and including
any Option Period. Substitutions and deviations from the City’s product
requirements or specifications are prohibited without the prior written approval of
the Contract Administrator.
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City, which fiscal year ends on September 30th annually, is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in said budget, and it is within the sole discretion of the City’s City
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor will perform the work required by this
Agreement as an independent contractor and will furnish such Services in its own
manner and method, and under no circumstances or conditions will any agent,
servant or employee of the Contractor be considered an employee of the City.
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
Service Agreement Standard Form Page 4 of 7
Approved as to Legal Form March 9, 2020
12. Subcontractors. Contractor may use subcontractors in connection with the work
performed under this Agreement. When using subcontractors, however, the
Contractor must obtain prior written approval from the Contract Administrator
unless the subcontractors were named in the bid or proposal or in an Attachment
to this Agreement, as applicable. In using subcontractors, the Contractor is
responsible for all their acts and omissions to the same extent as if the
subcontractor and its employees were employees of the Contractor. All
requirements set forth as part of this Agreement, including the necessity of
providing a COI in advance to the City, are applicable to all subcontractors and
their employees to the same extent as if the Contractor and its employees had
performed the work. The City may, at the City’s sole discretion, choose not to
accept Services performed by a subcontractor that was not approved in
accordance with this paragraph.
13. Amendments. This Agreement may be amended or modified only in writing
executed by authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA
taxes, unemployment taxes and all other applicable taxes. Upon request, the City
Manager shall be provided proof of payment of these taxes within 15 days of such
request.
16. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: Pat Eldridge
Title: Police Management Service Director
Address: 321 John Sartain St., Corpus Christi, TX 78401
Phone: 361-886-2696
Fax: 361-886-2614
IF TO CONTRACTOR:
Unified Service Associates
Attn: Samuel J., Salas
Title: General Manager
Address: 414 N. General McMullen Ste. 111, San Antonio, TX 78237
Phone: 210-473-1835
Fax: N/A
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
Service Agreement Standard Form Page 5 of 7
Approved as to Legal Form March 9, 2020
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS (“INDEMNITEES”) FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS’ FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
18. Termination.
(A) The City Manager may terminate this Agreement for Contractor’s failure to
comply with any of the terms of this Agreement. The Contract Administrator must
give the Contractor written notice of the breach and set out a reasonable
opportunity to cure. If the Contractor has not cured within the cure period, the
City Manager may terminate this Agreement immediately thereafter.
(B) Alternatively, the City Manager may terminate this Agreement for
convenience upon 30 days advance written notice to the Contractor. The City
Manager may also terminate this Agreement upon 24 hours written notice to the
Contractor for failure to pay or provide proof of payment of taxes as set out in this
Agreement.
19. Owner’s Manual and Preventative Maintenance. Contractor agrees to provide a
copy of the owner’s manual and/or preventative maintenance guidelines or
instructions if available for any equipment purchased by the City pursuant to this
Agreement. Contractor must provide such documentation upon delivery of such
equipment and prior to receipt of the final payment by the City.
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
Service Agreement Standard Form Page 6 of 7
Approved as to Legal Form March 9, 2020
20.Limitation of Liability. The City’s maximum liability under this Agreement is limited
to the total amount of compensation listed in Section 3 of this Agreement. In no
event shall the City be liable for incidental, consequential or special damages.
21. Assignment. No assignment of this Agreement by the Contractor, or of any right
or interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the
Contractor is of the essence of this Agreement, and the City Manager's right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
22. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
23.Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A.this Agreement (excluding attachments and exhibits);
B.its attachments;
C.the bid solicitation document including any addenda (Exhibit 1); then,
D.the Contractor’s bid response (Exhibit 2).
24.Certificate of Interested Parties. Contractor agrees to comply with Texas
Government Code Section 2252.908, as it may be amended, and to complete
Form 1295 “Certificate of Interested Parties” as part of this Agreement if required
by said statute.
25.Governing Law. Contractor agrees to comply with all federal, Texas, and City laws
in the performance of this Agreement. The applicable law for any legal disputes
arising out of this Agreement is the law of the State of Texas, and such form and
venue for such disputes is the appropriate district, county, or justice court in and
for Nueces County, Texas.
26.Public Information Act Requirements. This paragraph applies only to agreements
that have a stated expenditure of at least $1,000,000 or that result in the
expenditure of at least $1,000,000 by the City. The requirements of Subchapter J,
Chapter 552, Government Code, may apply to this contract and the Contractor
agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
Service Agreement Standard Form Page 7 of 7
Approved as to Legal Form March 9, 2020
27.Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
CONTRACTOR
Signature:
Printed Name:
Title:
Date:
CITY OF CORPUS CHRISTI
________________________________________________
Kim Baker
Director of Contracts and Procurement
Date: _________________________
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: RFB/RFP No. 2932
Exhibit 2: Contractor’s Bid/Proposal Response
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCF
General Manager
Samuel Salas
6/9/2020
DocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
M2020-097___________________Authorized By
Council ________________________06/09/2020
6/10/2020
ATTEST:
_____________________________
Rebecca Huerta
City Secretary
Page 1 of 11
ATTACHMENT A: SCOPE OF WORK
1. General Requirements
The Contractor will provide custodial services at the Main Police Station and
Municipal Court, 321 John Sartain St. Corpus Christi, Texas 78401, as described
herein. Custodial services apply to all designated spaces including, but not
limited to halls, rest rooms, office spaces, reception areas, conference rooms,
court rooms, auditorium, weight room, showers, locker rooms, parking lots, work
areas, entrance ways, lobbies, storage areas, elevators, warehouse areas,
stairways, stairwells, and turning off all lights not required and securing all
windows and doors as required for security as each job site is completed.
2. Scope of work
A. The services the Contractor will provide include furnishing all management
effort, supervision, transportation, labor, equipment, approved materials
and supplies to perform custodial services as required.
B. Custodial Cleaning Duties: Cleaning will include areas under furniture,
furnishings, floor mats, and runners. Small pieces of furniture such as tables,
chairs, trash cans, etc. will be moved to facilitate cleaning. Large pieces
of furniture such as desks, file cabinets, book cases, etc. will not be moved.
All furniture and furnishings will be restored to their proper locations after
cleaning has been completed. The Contractor will submit to the Contract
Administrator for approval a monthly schedule which corresponds to the
required tasks and frequencies. Cleaning frequencies, cleaning
requirements, summary and special cleaning and/or frequency
requirements are specified below as follows:
C. Floors
1. 1st Floor Property Room Gun Storage and 2nd Floor Weight Room Gym
floor (Sweep and Mop)
a. Daily - Rubber flooring will be swept and mopped daily removing all
loose dirt, lint, and foreign matter.
2. Vinyl and Ceramic Tile Floors, Approx. 4,800 sq. ft (Sweep, Mop, and Buff)
a. Daily - All vinyl tile floors will be mopped daily with an approved
cleaning solution to present a clean appearance, free from dirt,
traffic marks, streaks, scuff marks, stains, and foreign matter.
b. Monthly or as needed- Floors will be buffed.
c. Daily - When floors cannot be satisfactorily cleaned otherwise, they
will be spot scrubbed.
d. Daily - Floors will be treated with a rejuvenator or finishing compound
as necessary and buffed when completely dry to provide a uniform
glossy appearance.
e. Daily - All baseboards, doors, and walls will be cleaned of any mop
and buffer splatters.
f. Daily - Contractor will ensure that contract employees observe all
safety precautions including the posting of warnings such as wet
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
Page 2 of 11
floors.
g. Bi-Annual – Strip and wax flooring to a high buff finish.
3. Carpeted Floors and Rugs Approx. 4,800 sq. ft (Vacuum and Spot Clean)
a. Daily - Carpeted areas, rugs, and mats will be vacuumed free of all
loose soil and debris.
b. Daily - Unusual spots, spills, streaks, or stains will be spot cleaned with
an approved cleaner.
c. Bi-Annual – Shampoo and dry all carpets.
D. Rest Rooms and Shower Stalls 2nd Floor Gym
1. Three times Daily - (Monday thru Friday) All public restrooms throughout
the Police Building will be cleaned twice daily approximate times 10:00
am and 2:00 pm. The night shift will conduct a third cleaning.
2. Daily – (Monday thru Friday between 8:00 am – 5:00 pm) Private office
restrooms will be cleaned once daily.
3. Daily - Restroom fixtures, urinals, lavatories, and sinks will be washed
inside and outside utilizing a disinfectant and will be free of dirt.
4. Daily - The floor will be wet mopped with a disinfectant.
5. Daily - Floor mats where provided by the City will be cleaned free of dirt
and stains.
6. Daily - Walls and partitions will be cleaned free of dirt, streaks, stains, and
graffiti to the ceiling.
7. Daily - Mirrors will be cleaned and polished.
8. Daily - All metal and hardware will be clean and bright.
9. Daily - 2nd floor Gym will be cleaned twice a day. Once at 10:00 a.m.
and once during the evening cleaning shift. Clean and scrub shower
stalls, toilets and sinks free of soap film, dirt, and mildew with an
approved cleaner.
10. Daily - All waste receptacles will be emptied and trash deposited in
dumpster outside the building.
11. Daily - All restroom supply holders including paper towels, toilet tissue,
paper toilet seat covers, and soap dispensers will be cleaned and filled
daily.
12. Twice Weekly – (Mondays and Thursdays) an approved liquid live
bacterial cleaner will be applied to all rest rooms and shower floor
drains.
13. Once Weekly - Hard water deposits will be removed weekly from all
metal hardware such as water faucets and drinking fountains with
approved cleaner.
14. Monthly - The floor will be stripped and a floor sealer will be used but
NO WAX will be used.
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
Page 3 of 11
E. Offices, Open Office Space, Conference Rooms, and Court Rooms
1. Daily - Waste baskets will be emptied and a new trash can liner installed
if needed, remove torn or wet liners.
2. Daily - All trash will be deposited in dumpster outside the building.
3. Daily – Upon request, white boards, where present, will be erased and
washed clean along with trays.
4. Daily - Thoroughly clean all glass surfaces and doors, including glass in
doors and partitions.
5. Daily - Doors, woodwork trim, benches, walls, and wall partitions will be
wiped and spot free.
6. Daily - Chairs in conference rooms will be neatly arranged around the
conference table to present a neat appearance.
7. Daily - Paper Shredding Machines will be emptied, cleaned, and have
a new plastic trash bag installed when needed.
8. Weekly – Conference Rooms with wood paneling, wood table, and
wooden chairs will be cleaned and polished with a thin layer of
furniture polish.
9. Weekly - All furniture, desks, equipment including personal computers,
printers, kitchen appliances, snack machines, horizontal ledges, and
window sills will be dusted.
10. Weekly - All desks and tables free of papers, documents, and personal
effects of City employee will be cleaned or polished as necessary to
maintain an acceptable appearance.
11. Monthly - Waste baskets will be washed clean free of dirt monthly and
when needed if wet or messy.
F. Lobbies, Entrances, and Reception Areas
1. Daily - All furniture, fire apparatus, doors, horizontal ledges, and window
sills will be dusted and wiped free of dirt and smudges.
2. Daily - Drinking fountains will be cleaned and disinfected.
3. Daily - Glass windows and walls both inside and out along with railings
will be cleaned free of soil and markings including entrance glass doors.
4. Daily - Waste baskets will be emptied and a new trash can liner installed
if needed, remove torn or wet liners.
5. Daily - All trash will be deposited in dumpster outside the building.
6. Daily - Miscellaneous hardware and bright metal work will be wiped clean
daily.
7. Daily – The three main entrances and two stair well entrances to the
Police Department door thresh holds will be swept and cleaned to
remove any debris caught in the tracks.
8. Weekly - The three main entrances and two stair well entrances to the
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
Page 4 of 11
Police Department door thresh holds will be polished with approved
cleaner.
9. Weekly - Miscellaneous hardware and bright metal work will be polished
once a week.
10. Weekly – Drinking fountain surfaces are to be polished free of stains,
smudges, and chemical scale build up.
G. Stairs and Stairwells
1. This includes stairwell landings, stairs, and steps between landings for four
stair wells, two interior stair wells which cover five floors, one stair well
leading to the exterior of the building covering four floors, and one stair
well leading to the exterior of the building covering two floors.
2. NO WAX will be applied to any landing or stairs.
3. Daily - Interior stair landings and steps will be swept daily.
4. Daily – The two stair well exterior entrances to the Police Department
metal door thresh will be swept and cleaned to remove any debris
caught in the tracks.
5. Weekly - The two stair well exterior entrances to the Police Department
metal door thresh will be polished with appropriate cleaner.
6. Weekly - Interior stair landings and steps will be swept, scrubbed, and
damp mopped weekly.
7. Weekly - Hand railings, ledges, grills, fire apparatus, and doors will be
cleaned and dusted.
H. Elevators
1. The two passenger elevators and one service elevator will be cleaned
daily.
2. Daily - All surfaces in the interior and exterior of the elevator cab will be
cleaned and polished daily.
3. Daily - Stainless steel areas will be cleaned with an approved stainless
steel cleaner.
4. Daily - Laminate walls will be wiped with an approved cleaner.
5. Daily - Vinyl tile floors will be swept and mopped free of all loose soil and
debris.
6. Weekly - Vinyl tile floors will be waxed and buffed weekly to assure a
shiny, clean appearance.
I. Refuse Disposal
1. Daily - All loose trash removed from the buildings will be placed in plastic
bags deposited in outside dumpster.
2. Daily - All boxes small or larger will be broken down prior to placing in the
dumpster.
3. Daily - If requested, the Contractor will pick up and deposit recyclable
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
Page 5 of 11
waste such as computer paper and aluminum cans in containers
separate from the general refuse. The City will provide separate
containers for deposit of recyclable materials.
4. 911 Call Center/MetroCom
a. Twice Daily – All Trash must be emptied in the 911 Call
Center/MetroCom, every day of the week, Monday through
Sunday. Times of removal 10 a.m. and 8:00 p.m.
b. Daily – sweep floors and clean/dust small kitchen counter.
c. Coordinate with 911 Call Center/MetroCom supervisor to clean and
dust all desks and computer monitors.
J. Kitchen, Break Room, and Vending Areas
1. Daily - Waste baskets will be emptied and a new trash can liner installed
if needed, remove torn or wet liners.
2. Daily - All trash will be deposited in dumpster outside the building.
3. Daily - All furniture, equipment, appliances, horizontal ledges, and
window sills will be dusted.
4. Daily - Stove tops, counter tops, sinks, and the exterior of refrigerator,
freezers, microwaves, and conventional ovens will be washed clean free
of dirt and foreign material.
5. Daily – All tables, chairs, doors, woodwork, walls, and cabinets will be wiped
clean.
6. Daily - Chairs will be neatly arranged around the table(s).
7. Daily - Thoroughly clean all glass surfaces.
K. High Cleaning
1. Monthly - Clean all window blinds and office windows to remove all lint,
litter, and soil.
2. Monthly – Clean all air vents in offices, conference rooms, hallways, and
public spaces to remove all lint, litter, and soil.
3. Monthly – Clean all light fixtures, globes, reflectors, and plastic panels
will be cleaned - free of bugs, dust, grease and other foreign matter.
L. 911 Call Center
1. Three Times Daily - All Trash must be emptied three times daily in the 911
Call Center, every day of the week - Monday thru Sunday. Times of
removal 10:00 am, 2:00 pm, and 8:00 pm.
2. Monthly – Clean and dust all desk computer monitors.
M. Exterior
1. Daily – (Monday thru Sunday) All areas up to 50 feet of the exterior to
the Police Station building consisting of entrance stairs, landings,
smoker's deck, ramps, parking lots, sidewalks, exterior landscaped
areas, and porches leading to the first floor entrance and the service
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
Page 6 of 11
ramps will be maintained free of trash and refuse (including small paper,
leaves, empty bottles, cans, cigarette butts, and gum).
2.Daily - Trash will be removed from waste and cigarette receptacles
located outside the entrances.
3.Daily - (Monday thru Sunday) there are three main entrances to the
building as well as two stair well exits/entrances which consist of stairs
and landings. Immediately in front of these entrances are to be swept
to the far edge of the sidewalk. Scrub and remove any bird deification
or gum.
3.Invoicing Instructions
Contractor's invoices will be submitted to Accounts Payable and to the
Contract Administrator and or designee within five working days following the
end of each month in which services are performed. Invoices submitted prior
to the end of the period will not be processed until the period has been
completed. The original of each invoice will have attached a summary of
work performed and charges. On verification of work actually performed and
receipt of Contractor submittals, the Contract Administrator will process
invoices for payment. Payment will be based on a monthly charge based on
the contract price.
4.Work Site and Conditions
A.The work will be performed in the Main Police Building which includes the Main
Police Station and Municipal Court on 321 John Sartain St. Corpus Christi, Texas
78401.
B.Contractor shall supply the City with a work schedule showing projected work
times, days, number and names of personnel. Changes in the work schedule must
be approved by the City.
C.Normal Business Hours: The Contractor shall have one employee on site and one
supervisor on stand-by assigned to Police Building located at 321 John Sartain,
Monday – Friday, 8:00 a.m. to 5:00 p.m. On Saturday, Sunday and City designated
holidays the Contractor shall have one employee on site and one superv isor on
stand-by assigned to Police Building located at 321 John Sartain, 1:00 p.m. to 5:00
p.m. The stand-by supervisor must be able to respond by phone or in person within
30 minutes for assistance or emergencies.
D.Night Hours: Nightly services will occur Monday through Sunday and are to be
performed after normal business hours. Man-hours utilized will be sufficient to
ensure required services are performed in a professional manner. Nightly Services
are part of the scope in this contract. Contractor will have a Supervisor on site at
the Main Police Building during night hours, excluding City designated holidays.
E.Weekend Services: Weekend and or holiday cleaning will not require a supervisor
on site; however, a supervisor is required to conduct regular site inspections on
weekends. Supervisor must be accessible via phone during weekend working
hours.
F.Restricted or high security areas will be cleaned, as described in the scope of
work above, during normal business hours, Monday through Friday, while a City
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
Page 7 of 11
employee is present (See Attachment A-2). Contractor employees found to be
working in any Police or Municipal Court restricted or high security area who have
not been cleared in advance or is unaccompanied by a City employee will be
required to leave the area immediately and the Contractor will be fined $500 for
each employee, per instance.
G.Facilities: The City will make available to the Contractor janitorial closets for
storage space. Access to the water closets will be shared in the Main Building 1st,
2nd, 3rd, 4th and 5th floors. The Contractor will assume responsibility for
safekeeping of janitorial supplies, equipment and facilities and take adequate
precautions to ensure areas are kept clean to prevent fire hazards, odors and
vermin. Contractor will obtain and post in a conspicuous place OSHA and safety
requirements within the facilities for all chemicals used in the performance of this
work. At the completion of the contract, areas will be returned to the City in the
same condition as received, except for reasonable wear and tear. The
Contractor will be responsible for the cost of any repairs caused by negligence
on Contractors part or on the part of Contractor’s employees. The City will not
provide any office space to the Contractor. The Contractor is respons ible, at the
Contractor’s own expense, to secure and maintain the office space necessary
for the performance of the Contractor’s work.
H.The Contractor will provide all cleaning materials and supplies, necessary for the
performance of this contract with the exception of restroom consumables such
as toilet tissue, paper toilet seat covers, paper towels, trash can liners, and liquid
soap which the City will furnish. Materials and supplies provided will be
compatible with equipment provided by the City, of acceptable industry grade
and quality, and subject to approval by the Contract Administrator.
I.The Contractor is required to furnish all equipment necessary for performance of
the contract. Such equipment and use of equipment will be subject to inspection
and approval of the Contract Administrator prior and during the life of the
contract.
5.Contractor Quality Control and Superintendence
The Contractor shall establish and maintain a complete Quality Control Program
that is acceptable to the Contract Administrator to assure that the requirements
of the Contract are provided as specified. The Contractor will also provide
supervision of the work to insure it complies with the contract requirements. All
phases of the services rendered under this contract are subject to inspection by
the City both during the Contractor's operation and after task completion. If the
Contractor's overall performance is unsatisfactory, the City will so notify the
Contractor in writing. The Contractor will reply to such notice in writing. The
Contractor will reply to such notice within three working days with appropriate
corrective action.
6.Safety Requirements
A.Accident Reporting: The Contractor will maintain an accurate record of, and will
report to the Contract Administrator, all accidents resulting in the death,
traumatic injury or occupational disease. All accidents must be reported in
writing, in detail, within 24 hours of their occurrence.
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
Page 8 of 11
B. Fire Prevention: The Contractor will familiarize himself and require his employees
to become familiar with the method(s) for activating the fire alarm. The
Contractor and his employees will observe building regulations regarding
smoking and will be cognizant of and observe all requirements for handling and
storage of combustible supplies, materials, and daily disposal of combustible
waste, trash, etc.
C. Chemicals: All products (chemicals) shall be kept in a properly labeled container
and a Safety Data Sheet (SDS) kept on each item, in a clearly marked SDS
notebook by the contractor. The Contractor shall also supply a copy of all SDS
sheets to the Contract Administrator
7. Contractor Employees
The Contractor will furnish an adequate number of employees to perform all work
specified within the contract. Contractor's employees will conduct themselves in a
proper and efficient manner at all times, and especially to maintain a business-like
relationship with others. All Contractor employees working under this contract will
be identified by a distinctive uniform or other outer garment such as a shirt or blouse;
a tee shirt is not acceptable. The employee will wear a picture style identification
card on the upper outer garment. Such garment and identification will be provided
by Contractor and must be approved by the Contract Administrator. Contractor
employee/s found without identifying upper, outer garments or ID's will be removed
from the building.
8. Special Instructions
Post Award Security Requirements
A. The Contractor will comply with all City Security requirements. Due to the nature
of Police and Municipal Court information, Contractor employees must have
clear Criminal History Backgrounds and this must be verified before each
employee is cleared to work in the building. The Contractor will submit the name,
address, Social Security Number, height, weight, date of birth, copy of driver’s
license or picture ID of the Contractor and each employee hired for work on this
contract, a completed Personal History Statement and other forms may be
required for security. It will be the Contract Administrator’s decision whether a
Contractor’s employee is acceptable to work in the Police/Municipal Court
areas.
B. Contractor employees found to be working in any Police or Municipal Court area
who have not been cleared in advance will be required to leave the area
immediately and the Contractor will be fined $500 for each employee, per
instance. Changes in personnel will be furnished to the Contract Administrator,
in writing, prior to making such changes or before personnel begin working on
the property.
C. Pre-Performance Conference: Prior to commencing work under this contract, the
Contractor will meet in a conference with the Contract Administrator to discuss
and develop mutual understandings relative to the execution of this contract. A
contract incorporating the provisions of these specifications will be provided by
the City for execution by the successful Contractor.
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
Page 9 of 11
D. Performance Evaluation Meetings: The Contractor's Manager will visit the
Contract Administrator or designated representative monthly. Additional
meetings will be held at the discretion of the Contract Administrator, but not less
often than monthly. A mutual effort will be made to resolve all problems
identified.
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
Page 10 of 11
ATTACHMENT A-1
CITY RECOGNIZED HOLIDAYS
1. The first day of January (New Year’s Day)
2. The third Monday of January (Martin Luther King, Jr. Day)
3. The last Monday of May (Memorial Day)
4. The fourth day of July (Independence Day)
5. The first Monday of September (Labor Day)
6. The fourth Thursday and Friday of November (Thanksgiving Day)
7. The twenty-fifth day of December (Christmas Day)
When a holiday listed above falls on a Sunday, the following business day shall be
considered a holiday. When any holiday listed above falls on a Saturday, the preceding
Friday shall be considered a holiday. In addition to the above, any day may be
designated a holiday by proclamation of the Mayor, upon approval of the City Council.
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
Page 11 of 11
ATTACHMENT A-2
RESTRICTED AREAS
Cleaning Occurs – Monday thru Friday, 8:00am to 5:00pm excluding City holidays.
1st Floor: Property Warehouse
2nd Floor: Director of Municipal Courts
4th Floor: Forensics – offices and labs
5th Floor: Chief of Police (clean at 8:00A.M.)
Assistant Chief of Police (3 offices)
Room 525
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
CITY OF CORPUS CHRISTI
CONTRACTS AND PROCUREMENT
DEPARTMENT
BID FORM
RFB No. 2932
Custodial Services for Police Department
Date: March 15, 2020 PAGE 1 OF 1
Bidder: Unified Service Associates Authorized �Signature: \ � �
1.Refer to "Instructions to Bidders" and Contract Terms and Conditions before
completing bid.
2.Quote your best price for each item.
3.In submitting this bid, Bidder certifies that: a.the prices in this bid have been arrived at independently, without consultation,communication, or agreement with any other Bidder or competitor, for thepurpose of restricting competition with regard to prices. b.Bidder is an Equal Opportunity Employer, and the Disclosure of Interest informationon file with City's Contracts and Procurement office, pursuant to the Code ofOrdinances, is current and true. c.Bidder is current with all taxes due and company is in good standing with allapplicable governmental agencies. d.Bidder acknowledges receipt and review of all addenda for this RFB.
Description QTY Unit Unit Price Total Price
Custodial Services-Main Police
Building (Main Police Station and 12 MO $7,761.98 $93,143.76
Municipal Court)
ATTACHMENT B: BID/PRICING SCHEDULE
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
ATTACHMENT C: INSURANCE AND BOND REQUIREMENTS
I.CONTRACTOR’S LIABILITY INSURANCE
A.Contractor must not commence work under this agreement until all insurance required
has been obtained and such insurance has been approved by the City. Contractor
must not allow any subcontractor Agency to commence work until all similar insurance
required of any subcontractor Agency has been obtained.
B.Contractor must furnish to the City’s Risk Manager and Contract Administer one (1) copy
of Certificates of Insurance (COI) with applicable policy endorsements showing the
following minimum coverage by an insurance company(s) acceptable to the City’s Risk
Manager. The City must be listed as an additional insured on the General liability and
Auto Liability policies by endorsement, and a waiver of subrogation is required on all
applicable policies. Endorsements must be provided with COI. Project name and or
number must be listed in Description Box of COI.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
30-written day notice of cancellation,
required on all certificates or by
applicable policy endorsements
Bodily Injury and Property Damage
Per occurrence - aggregate
Commercial General Liability Including:
1.Commercial Broad Form
2.Premises – Operations
3.Products/Completed Operations
4.Contractual Liability
5.Independent Contractors
6.Personal Injury- Advertising Injury
$1,000,000 Per Occurrence
AUTO LIABILITY (including)
1.Owned
2.Hired and Non-Owned
3.Rented/Leased
$1,000,000 Combined Single Limit
WORKERS’ COMPENSATION
EMPLOYER’S LIABILITY
Statutory
$500,000 /$500,000 /$500,000
C.In the event of accidents of any kind related to this agreement, Contractor must furnish
the Risk Manager with copies of all reports of any accidents within 10 days of the
accident.
Page 1 of 3
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
II.ADDITIONAL REQUIREMENTS
A. Applicable for paid employees, Contractor must obtain workers’ compensation
coverage through a licensed insurance company. The coverage must be written on a
policy and endorsements approved by the Texas Department of Insurance. The
workers’ compensation coverage provided must be in an amount sufficient to assure
that all workers’ compensation obligations incurred by the Contractor will be promptly
met.
B.Contractor shall obtain and maintain in full force and effect for the duration of this
Contract, and any extension hereof, at Contractor's sole expense, insurance coverage
written on an occurrence basis, by companies authorized and admitted to do business
in the State of Texas and with an A.M. Best's rating of no less than A- VII.
C. Contractor shall be required to submit a copy of the replacement certificate of
insurance to City at the address provided below within 10 days of the requested
change. Contractor shall pay any costs incurred resulting from said changes. All notices
under this Article shall be given to City at the following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
D. Contractor agrees that with respect to the above required insurance, all insurance
policies are to contain or be endorsed to contain the following required provisions:
•List the City and its officers, officials, employees, volunteers, and elected representatives
as additional insured by endorsement, as respects operations, completed operation
and activities of, or on behalf of, the named insured performed under contract with the
City, with the exception of the workers' compensation policy;
•Provide for an endorsement that the "other insurance" clause shall not apply to the City
of Corpus Christi where the City is an additional insured shown on the policy;
•Workers' compensation and employers' liability policies will provide a waiver of
subrogation in favor of the City; and
•Provide thirty (30) calendar days advance written notice directly to City of any
suspension, cancellation, non-renewal or material change in coverage, and not less
than ten (10) calendar days advance written notice for nonpayment of premium.
E.Within five (5) calendar days of a suspension, cancellation, or non-renewal of
coverage, Contractor shall provide a replacement Certificate of Insurance and
applicable endorsements to City. City shall have the option to suspend Contractor's
performance should there be a lapse in coverage at any time during this contract.
Failure to provide and to maintain the required insurance shall constitute a material
breach of this contract.
Page 2 of 3
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
F.In addition to any other remedies the City may have upon Contractor's failure to provide
and maintain any insurance or policy endorsements to the extent and within the time
herein required, the City shall have the right to order Contractor to remove the exhibit
hereunder, and/or withhold any payment(s) if any, which become due to Contractor
hereunder until Contractor demonstrates compliance with the requirements hereof.
G.Nothing herein contained shall be construed as limiting in any way the extent to which
Contractor may be held responsible for payments of damages to persons or property
resulting from Contractor's or its subcontractor’s performance of the work covered
under this agreement.
H.It is agreed that Contractor's insurance shall be deemed primary and non-contributory
with respect to any insurance or self insurance carried by the City of Corpus Christi for
liability arising out of operations under this agreement.
I.It is understood and agreed that the insurance required is in addition to and separate
from any other obligation contained in this agreement.
2019 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services – Services Performed Onsite
04/26/2019 Risk Management – Legal Dept.
Page 3 of 3
BOND REQUIREMENTS: Bonds are not required for this agreement, therefore
Section 5. Insurance; Bonds. (B) is null to this agreement.
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4
ATTACHMENT D: WARRANTY REQUIREMENTS
Section 8. Warranty. (A) & (B) is null to this Service Agreement
Page 1 of 1
DocuSign Envelope ID: 3566F28E-338A-451A-B2B9-1E9B137C5CCFDocuSign Envelope ID: E8AA23BE-9A61-468A-A031-DF5AEBD0CDA4