HomeMy WebLinkAboutC2020-422 - 12/8/2020 - Approved
Service Agreement Standard Form Page 1 of 7
Approved as to Legal Form March 9, 2020
SERVICE AGREEMENT NO. 3159
Bailiff and Security Guard Services for Municipal Court
THIS Bailiff and Security Guard Services for Municipal Court Agreement
("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-
rule municipal corporation (“City”) and Sec-Ops, Inc. (“Contractor"), effective upon
execution by the City Manager or the City Manager’s designee (“City Manager”).
WHEREAS, Contractor has bid to provide Bailiff and Security Guard Services for
Municipal Court in response to Request for Bid/Proposal No. 3159 (“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 Bailiff and Security Guard Services for Municipal
Court (“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 three years, 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 zero additional zero-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
$653,952.00, 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: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
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:
Gilbert Hernandez
Municipal Court
361-826-2540
GilbertH@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: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
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: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
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: Gilbert Hernandez
Director of Municipal Court
120 N. Chaparral St., Corpus Christi, TX 78401
Phone: 361-826-2540
Fax: 361-826-2540
IF TO CONTRACTOR:
Sec-Ops, Inc.
Attn: Robert D. Lott
CEO
5729 Leopard Street, Bldg. 8, Corpus Christi, TX 78408
Phone: 361-299-6767
Fax: 361-299-6769
DocuSign Envelope ID: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
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: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
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: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
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. 3159
Exhibit 2: Contractor’s Bid/Proposal Response
DocuSign Envelope ID: 62D68F04-457D-41C1-A525-F696F9281DD1
Robert Lott
CEO/Owner
11/11/2020
DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
M2020-239___________________Authorized By
Council ________________________12/08/2020
12/9/2020
ATTEST:
_____________________________
Rebecca Huerta
City Secretary
Page 1 of 8
Attachment A: Scope of Work
1.1 General Requirements
A. The Bailiffs and Security Guards will be Security Officer Commissioned to
carry a firearm, commissioned by the Service Contractor, and will carry a
weapon while on duty at the Municipal Court.
B. The Contractor is expected to ensure that all Bailiffs and Security Guards
assigned to the Municipal Court possess a certified identification card.
The Contractor must provide proof of Crime Policy/Employee Dishonesty
Bond and deliver respective copies for all Bailiffs and Security Guards
assigned to duty at the Municipal Court. Failure to provide this information
prior to Bailiff and or Security Guard starting work will constitute a violation
to this contract. Trainees must be commissioned to carry prior to starting
their training and will only be allowed to be posted alongside a Security
Guard for training purposes, and only after proper courtroom etiquette
and security have been properly conveyed, will they be allowed to be
posted alongside Bailiffs.
C. The Bailiffs and Security Guards will conduct themselves in a professional,
businesslike manner at all times; and adhere to the provisions as set forth
in the Contractor’s Violence in the Workplace Policy and Alcohol and
Drug Abuse Policy. The Contractor shall provide at least two passport size
photographs of all Bailiffs and Security Guards assigned to work at the
Municipal Court upon each designated Bailiff’s And Security Guards first
day of assignment. Bailiffs, Security Guards, supervisors, and any
employee of the Contractor shall be required to wear a photo
identification card at all times.
D. Coverage for all positions is expected at all times. The Contractor’s plan
for handling scheduled and unscheduled absences must be
documented and submitted to the Contract Administrator, prior to the
execution of the contract. Additionally, plans for the on-going
recruitment of qualified Bailiffs and Security Guards must be discussed,
documented, and submitted to the Contract Administrator, prior to the
execution of the contract.
E. The Contractor must become familiar with the Municipal Court
Emergency Procedures and provide Bailiffs and Security Guards
knowledgeable of these procedures.
F. The Municipal Court is a “Smoke Free” building, therefore, no smoking in
any form is allowed by employees, contractors, vendors, visitors, or
DocuSign Envelope ID: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
Page 2 of 8
anyone within the building including employees of the Contractor. The
Bailiffs and Security Guards will enforce this ordinance at the Municipal
Court.
1.2 Scope of Work
A. Location – The services will be provided for the Corpus Christi Municipal
Court located at 120 N. Chaparral Street, Corpus Christi, Nueces County,
Texas 78401.
B. Staff Requirements – A total of three Bailiffs and three Security Guards are
required:
1. Two Security Guards are required for the check-in process at the first
floor entrance of the Municipal Court by the x-ray security scanner and
metal detectors.
2. One Security Guard is required for surveillance of the premises in the
lobby areas, including the first floor main lobby area, courtroom lobby
areas, and the collection and compliance lobby area.
3. One Bailiff is required for each of the three Courtrooms during
courtroom proceedings. One of the Bailiffs shall be designated as the
“Supervising Bailiff” and shall oversee the remaining Bailiffs and Security
Guards, and all Contractor’s Bailiff and Security Guard responsibilities.
Any and all changes to the above must be approved by the Contract
Administrator, in advance.
C. Hours of Operation –The Contractor will not schedule more than 240 hours
per week for the three Bailiffs and three Security Guards. The Corpus
Christi Municipal Court is open to the public Monday through Friday,
during normal business hours (8:00 a.m. to 5:00 p.m.). The hours of
operation are subject to change based on traffic and/or special events
such as warrant roundups. The Contractor is required to have coverage
during these hours of operation.
D. Essential Duties and Responsibilities – The essential duties and
responsibilities for the Bailiffs and Security Guards include, but are not
limited to the following:
DocuSign Envelope ID: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
Page 3 of 8
1. The Bailiffs will provide security and decorum to all courtrooms at the
Municipal Court.
2. The Bailiffs will ensure that the courtrooms are open and prepared for
court sessions.
3. The Bailiffs will adhere to courtroom decorum, while providing safety in
the courtrooms, including responding to emergencies and taking
necessary action.
4. The Bailiffs will assist the Judge in maintaining order in the courtroom
and will provide instructions to spectators, jurors, and prospective jurors
regarding their conduct in the courtroom.
5. The Bailiffs will assist the judges in administering courtroom procedure
such as, but not limited to:
a. Ensuring all parties and counsel involved in a case, are present
before proceedings begin;
b. Calling defendants’ names to determine failure to appear and
calling witnesses to the stand;
c. Escorting jurors to and from the jury box; and
d. Attending to the needs of the jurors during deliberations
6. The Bailiffs will escort persons found in contempt of court from the
Courtroom and hold them in custody until the person in custody is
picked up by a City Marshall.
7. The Bailiffs may conduct appropriate follow-up activities with
defendants, including taking fingerprints.
8. The Bailiffs and Security Guards will meet periodically regarding
courthouse safety and security.
9. The Supervising Bailiff will ensure that all duties are performed and all
rules and regulations followed by all the Contractors employees
reporting for work at the Municipal Court. The Supervising Bailiff will
meet with the other two Bailiffs and three Security Guards periodically
and as needed, regarding safety and security policy and procedures
and courtroom processes. The Supervising Bailiff will be available at
all times to provide clarification to Bailiffs and Security Guards on
security issues, matters of protocol, and to provide disciplinary actions
for the Bailiffs and Security Guards on duty. Security Guards on security
issues, matters of protocol, and to provide disciplinary actions for the
Bailiffs and Security Guards on duty.
DocuSign Envelope ID: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
Page 4 of 8
10. The Security Guards will monitor and operate the x-ray security scanner
and metal detectors at the entrance of the Municipal Court building
and survey the premises in the lobby areas. Including the first floor
main lobby area, courtroom lobby areas, and the collection and
compliance lobby area. All persons entering the Municipal Court must
be processed through the x-ray security scanner and metal detectors.
E. Reporting – The Contractor will prepare and have available the following
reports:
1. Daily Log – this report will be a running summary of activities during
each work shift. At a minimum, the following items will be noted by the
Bailiffs and Security Guards and recorded in the daily log.
a. Name and rank of Bailiff or Security Guard
b. Time on duty and time off duty
c. Area Bailiff or Security Guard is assigned to cover
d. Acknowledgment that oncoming Bailiff and Security Guard has
read and understands all special instruction for the Municipal Court
e. Any violations of established security rules and any outstanding or
significant incidents
f. Any staff or patron complaints reported to Bailiff or Security Guard.
2. Incident Report – this report is a detailed accounting of accidents or
incidents on Municipal Court premises. An incident report is to be
promptly completed and provided to the Contract Administrator.
Such a report will be completed, in full, by the Bailiff and/or Security
Guard on duty at the time of the incident. Unreported incidents will
be deemed a violation of the service provider contract and will be
treated accordingly.
1.3 Uniforms, Equipment and Accessories
A. The Contractor shall provide Bailiffs and Security Guards with uniforms and
is responsible for ensuring that uniforms are kept neat, clean, and properly
ironed when worn for duty at the Municipal Court.
B. The Contractor shall provide Bailiffs and Security Guards with portable
ultra-high frequency (UHF) radios and hand-held metal detectors.
C. Except for those items expressly noted as provided by the City, the
Contractor shall furnish all supplies and equipment required for the
execution of the contracted services, including, but not limited to, alarm-
DocuSign Envelope ID: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
Page 5 of 8
monitoring equipment, two two-way portable radios, cellular phones, and
weapons.
D. Contractor furnished equipment shall be subject to the inspection and
approval of the Contract Administrator prior to being placed in service
and during the term of this contract.
1.4 Training
A. Per Chapter 158 Texas Government Code, the Contractor will provide
court security certification issued by a training program approved by the
Texas Commission on Law Enforcement for each Bailiff and Security Guard
in the area of Courtroom Security and Bailiff Duties in the Courtroom.
Contractors are encouraged to contact the Texas Municipal Court
Education Center (TMCEC) for more information.
B. All Bailiffs and Security Guards assigned to duty at the Municipal Court
shall be trained and the Contractor shall provide periodic refresher
training in the following areas:
1. Red Cross Certified First Aid procedures and resuscitation procedures
including the use of cardio-pulmonary resuscitation (CPR) and the
Heimlich maneuver. Proof of training for each assigned Bailiff and
Security Guard must be submitted before the start of services. Proof
that this certification is being kept current must be submitted to the
Contract Administrator within 10 days of expiration.
2. Communication procedures including the use of portable two-way
radio equipment and cellular telephones.
3. Police procedures in public relations, facility security, personal safety,
emergency management, personal assaults, disorderly conduct,
public intoxication, juvenile delinquency, patrolling and surveillance,
and reporting techniques.
4. Writing and maintenance of daily reports of activities or problems at
Municipal Court as well as accident or incident reports covering
mishaps, unusual events, and the like.
5. Courtroom Bailiff and Building Security procedure training.
1.5 Drug Testing
The Contractor must use a drug testing laboratory certified by the Federal
Substance Abuse & Mental Health Services Administration of the United
States Department of Health and Human Services and must follow United
States Department of Transportation Procedures identified in 49 Code of
Federal Regulation, Part 40. Moreover, chain-of-custody procedures will be
DocuSign Envelope ID: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
Page 6 of 8
followed to account for the integrity of each specimen by tracking its
handling and storage from point of specimen collection to final disposition of
the specimen. Each specimen submitted for testing will be assayed for the
presence of the following compounds:
Drug Group EMIT Screen Detection Level
ng/ml*
GC/MS Confirmation
Detection Level ng/ml*
Amphetamines 1000 500
Barbiturates 300-1000** 200
Benzodiazepines 300 200
Cocaine Metabolites 300 150
Marijuana Metabolites 50 15
Methadone 300 200
Methaqualone 300 200
Opiate Metabolites 300 300
Phencyclidine 25 25
Propoxyphene 300 200
*Nanograms/milliliter
**The limit of detection varies according to the specific drug and / or metabolites
present.
Contractor shall conduct drug testing prior to assignment and placement
and will conduct random drug tests, in compliance this scope of work, on all
Bailiffs and Security Guards assigned to duty. Contractor shall review all drug
tests. Any employee of the Contractor failing a drug test shall not be
assigned to duty. Contractor will provide the written results of any drug test
within 24 hours of City’s request for same.
1.6 Background and Credit Investigation
As a prerequisite to placement, the Contractor shall perform background
and credit investigations on every Bailiff and Security Guard and furnish the
results to the Contract Administrator, or designee, who will determine each
prospective Bailiff and Security Guard eligibility for placement at the
Municipal Court. For those prospective Bailiffs and Security Guards who have
resided solely in the State of Texas for the ten years immediately preceding
their placement at the Municipal Court, the Contractor need only conduct
a State of Texas background check which shall consist of a search for
criminal convictions at the state level and in those counties in which the
prospective Bailiff and Security Guard has resided. All credit investigations
shall be conducted on a national basis and shall reflect “Actual” credit
history. For those prospective Bailiffs and Security Guards who have resided
outside of the State of Texas at any time and for any duration during the ten
years immediately preceding their placement at the Municipal Court, the
DocuSign Envelope ID: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
Page 7 of 8
Contractor shall conduct a national background check which shall consist
of a search of the following for criminal convictions:
A. Federal records and records of the states and counties/parishes in which
said prospective Bailiff, Bailiff or Security Guard Trainee, and Security
Guard has resided in the last ten years immediately preceding placement
with the Municipal Court.
B. All background checks shall search for criminal convictions and Also-
Known-As (AKA)
Contractor’s failure to provide written proof, acceptable to the Contract
Administrator, that the above-described background and credit checks
were conducted for each Bailiff, Security Guard, and Back-up personnel prior
to placement and are favorable for placement, shall result in the City
deducting $500, for each such unauthorized placement from the invoice
applicable to the month in which such unauthorized placement was/were
made.
1.7 City Contract Administrator
The City’s Contract Administrator is the Director of Municipal Court who shall
approve all phases of performance and operations under this Contract,
including authorization for payment. The Contract Administrator shall be the
single point of contact for the Contractor for all matters.
1.8 Pre-Performance Conference
Prior to commencing work under the Contract, the Contractor shall meet in
conference with the Contract Administrator to develop mutual
understandings, relative to this contract and to provide for a smooth
assumption of duties.
1.9 Equipment provided by the City
The City will provide the Contractor a walk-thru metal detector at the main
entrance to the Municipal Court. Magnetic access cards for each
Bailiff/Security Guard and one set of keys will be issued to the Contractor. If
shall be the Contractor’s responsibility to ensure the keys are safeguarded
and that the Municipal Court is secured at the end of each business day, at
the time specified by the Contract Administrator. The Contractor will be
liable for the re-keying, replacing, or otherwise altering of locks and security
systems should these locks or systems become compromised as a result of
DocuSign Envelope ID: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
Page 8 of 8
the Contractor’s negligence, including, but not limited to, the loss of keys or
magnetic access cards.
1.10 Contractor furnished Supplies and Equipment
The Contractor is responsible for taking action to protect City supplies and
equipment and the personal property of its employees from loss, theft,
damage, or tampering. The Bailiffs and Security Guards will take care not to
allow any damage or destruction to the equipment furnished by the
Municipal Court. The Bailiffs and Security Guards are to document any and
all incidents to enable prompt and thorough reporting of any damage or
destruction that may occur to equipment furnished by the Municipal Court.
The Bailiff Supervisor must contact the Contract Administrator immediately
upon determining that the equipment furnished by the Municipal Court has
malfunctioned and/or is in need of repair.
1.11 Invoicing Instructions
The Contractor’s invoices will be submitted to the City’s Account Payable
Department within five working days following the end of each calendar
month in which services are performed. On verification of the work
performed and charges, the Contract Administrator will process the invoices
for payment.
1.12 Holidays
The City of Corpus Christi recognizes eight holidays which services will not be
provided. These are New Year’s Day, Martin Luther King, Jr Day, Memorial
Day, Independence Day (July 4), Labor Day, Thanksgiving Day, the Friday
after Thanksgiving Day, and Christmas Day.
1.13 Emergency Procedures
The Contractor shall be thoroughly familiar with the Municipal Court
Emergency Procedures which requires that for all security and medical
emergencies, the Bailiff and or Security Guard on duty, shall immediately
notify the Corpus Christi Police Department by calling 911, reporting the type
of emergency and requesting the assistance required. Immediately after
calling 911, the Bailiff and or Security Guard will notify the Contract
Administrator. Under non-emergency circumstances, when police
assistance is required, the Bailiff and Security Guard shall notify the Contract
Administrator. It is the responsibility of the Contract Administrator to notify the
Corpus Christi Police Department and request the necessary assistance.
DocuSign Envelope ID: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
CITY OF CORPUS CHRISTI
Pricing Form
CONTRACTS AND PROCUREMENT DEPARTMENT
RFP No. 3159
Bailiff and Security Guard Services for Municipal
Court
DATE: 20 July 2020
Sec-Ops, Inc.
PROPOSER
PAGE 1 OF 1
AUTHORIZED SIGNATURE
1.Refer to "Instructions to Proposers" and Contract Terms and Conditions before completingproposal.
2.Provide your best price for each item.3.In submitting this proposal, Proposer certifies that:
a.the prices in this proposal have been arrived at independently, without consultation,
communication, or agreement with any other Proposer or competitor, for the purpose
of restricting competition with regard to prices;
b.Proposer is an Equal Opportunity Employer; and the Disclosure of Interest information
on file with City's Contracts and Procurement office, pursuant to the Code of
Ordinances, is current and true.
c.Proposer has incorporated any changes issue through Addenda to the RFP in this
pricing.
Item Description 3 Year Unit Unit Total Price Qty Price
1 Supervising Commissioned Municipal Bailiff 6,240 HR 17.95 $112,008.00
2 Commissioned Municipal Bailiffs 12,480 HR 17.55 $219,024.00
3 Commissioned Secuirty Guards 18,720 HR 17.25 $322,920.00
Total $653,952.00
DocuSign Envelope ID: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
INSURANCE REQUIREMENTS
A. CONTRACTOR’S LIABILITY INSURANCE
1. Contractor must not commence work under this contract until all insurance required
has been obtained and such insurance has been approved by the City. Contractor
must not allow any subcontractor to commence work until all similar insurance
required of any subcontractor has been obtained.
2. Contractor must furnish to the City’s Risk Manager and Director of Municipal Court.
two (2) copies of Certificates of Insurance 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, and a waiver of subrogation is required
on all applicable policies. Endorsements must be provided with Certificate of
Insurance. Project name and/or number must be listed in Description Box of
Certificate of Insurance.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
30-day advance written notice of
cancellation, non-renewal, material
change or termination required on all
certificates and policies.
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
POLICE PROFESSIOAL LIABILITY $1,000,000 Per Occurrence
WORKERS’S COMPENSATION
(All States Endorsement if Company is
not domiciled in Texas)
Employer’s Liability
Statutory and complies with Part II
of this Exhibit.
$500,000/$500,000/$500,000
3. In the event of accidents of any kind related to this contract, Contractor must furnish
the Risk Manager with copies of all reports of any accidents within 10 days of the
accident.
DocuSign Envelope ID: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
B. ADDITIONAL REQUIREMENTS
1. 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. An All States Endorsement shall be required if Contractor is not
domiciled in the State of Texas.
2. 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.
3. 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 any change made
by the Contractor or as requested by the City. Contractor shall pay any costs
incurred resulting from said changes. All notices under this Exhibit 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
4. 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, and volunteers, as additional
insureds by endorsement with regard to operations, completed operations, 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,
cancellation, non-renewal, material change or termination in coverage and not less
than ten (10) calendar days advance written notice for nonpayment of premium.
5. Within five (5) calendar days of a cancellation, non-renewal, material change or
termination of coverage, Contractor shall provide a replacement Certificate of
DocuSign Envelope ID: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
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.
6. 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 stop work
hereunder, and/or withhold any payment(s) which become due to Contractor
hereunder until Contractor demonstrates compliance with the requirements hereof.
7. 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 contract.
8. 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 contract.
9. It is understood and agreed that the insurance required is in addition to and separate
from any other obligation contained in this contract.
2020 Insurance Requirements
Ins. Req. Exhibit
Municipal Court - Bailiff and Security Guard Services
06/12/2020 Risk Management – Legal Dept.
DocuSign Envelope ID: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192
Attachment D: Warranty Requirements
No warranty is required for this service; therefore, Section 8,
Warranty, Subsection 8 (A) and 8 (B) is null and void.
Page 1 of 1
DocuSign Envelope ID: 62D68F04-457D-41C1-A525-F696F9281DD1DocuSign Envelope ID: 7B85D715-4EFC-474E-8589-3B5BD9F35192