HomeMy WebLinkAboutC2022-134 - 7/19/2022 - Approved DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
113S c
SERVICE AGREEMENT NO. 4125
Custodial Services for Outlying Police Buildings
f'anwo�alev
1852
THIS Custodial Services for Outlying Police Buildings Agreement ("Agreement") is
entered into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation ("City") and AV Cleaning, Inc. ("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 Outlying Police
Buildings in response to Request for Bid/Proposal No. 4125 ("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 Outlying Police Buildings
("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.
(A) The Term of this Agreement is twelve months beginning on the date
provided in the Notice to Proceed from the Contract Administrator or the City's
Procurement Division. The parties may mutually extend the term of this Agreement
for up to two additional twelve-month periods ("Option Period(s)"), provided, the
parties do so in writing prior to the expiration of the original term or the then-current
Option Period.
(B) At the end of the Term of this Agreement or the final Option Period, the
Agreement may, at the request of the City prior to expiration of the Term or final
Option Period, continue on a month-to-month basis for up to six months with
compensation set based on the amount listed in Attachment B for the Term or the
final Option Period. The Contractor may opt out of this continuing term by
providing notice to the City at least 30 days prior to the expiration of the Term or
final Option Period. During the month-to-month term, either Party may terminate
the Agreement upon 30 days' written notice to the other Party.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$107,997.24, subject to approved extensions and changes. Payment will be made
Service Agreement Standard Form Page 1 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
for Services performed and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. 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 must be mailed to the following address with a copy provided to the
Contract Administrator:
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
Service Agreement Standard Form Page 2 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
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.
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.
Service Agreement Standard Form Page 3 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
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.
12. Subcontractors. In performing the Services, the Contractor will not enter into
subcontracts or utilize the services of subcontractors.
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 Services Director
Address: 321 John Sartain, Corpus Christi, Texas 78401
Phone: 361-886-2696
Fax: N/A
IF TO CONTRACTOR:
AV Cleaning, Inc.
Attn: Adolfo Velilla
Title: Owner
Address: 4221 Avalon St., Corpus Christi, Texas 78412
Phone: 361-232-6143
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
Fax: N/A
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 may terminate this Agreement for Contractor's failure to comply with
any of the terms of this Agreement. The City 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 may terminate this
Agreement immediately thereafter.
(B) Alternatively, the City may terminate this Agreement for convenience upon
30 days advance written notice to the Contractor. The City 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.
Service Agreement Standard Form Page 5 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
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.
Service Agreement Standard Form Page 6 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
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.
Service Agreement Standard Form Page 7 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
CONTRACTOR
DocuSigned by:
Signature: F
Printed Name: Adolfo Vel i l l a
Title: President
Date: 5/5/2022
M2022-107
CITY OF CORPUS CHRISTI Authorized By
sig..dW: 7-19-2022
Council
Josh Chronley
Assistant Director of Finance - Procurement DS
Date: 7/21/2022
Attached and Incorporated by Reference: ATTEST:
Attachment A: Scope of Work D—Siu.,4W
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements Rebecca Huerta
Attachment D: Warranty Requirements City Secretary
Incorporated by Reference Only:
Exhibit 1 : RFB/RFP No. 4125
Exhibit 2: Contractor's Bid/Proposal Response
Service Agreement Standard Form Page 8 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
ATTACHMENT A: SCOPE OF WORK
General Requirements/Background Information
The Contractor shall provide custodial services as outlined in this Scope of Work.
Custodial Services apply to all designated spaces including, but not limited to halls,
restrooms, office spaces, reception areas, conference rooms, court rooms,
auditoriums, showers, locker rooms, parking lots, work areas, entrance ways, lobbies,
storage areas, elevators, warehouse areas, stairways, and stairwells. Cleaning
frequencies, cleaning requirements, summary and special and/or frequency
requirements are specified in the scope of work.
Scope of Work
A. Contractor Employees:
1 . The Contractor will furnish an adequate number of employees to perform all
work specified within the contract. This will include an on-site supervisor to
accompany the work crew after City normal working hours. Work done during
normal working hours will be monitored periodically, an on-site supervisor is not
required.
2. The Contractor employees' responsibilities include turning off all lights and
securing all windows and doors as each job site is completed.
3. 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 shall wear a picture style identification card on
the upper outer garment. Such garment and identification will be provided by
the Contractor and must be approved by the Contract Administrator.
Contractor employees found without approved uniform, outer garments or ID's
will be removed from the building.
4. The Contractor's employees shall conduct themselves in a professional, efficient
manner. Contractor agrees to remove any employee for the following:
a. Whose continued employment is deemed by the Contract Administrator
to be contrary to the Public interest or inconsistent with the best interest
of the City; or
b. Who has submitted false or misleading information on any employee
information form, i.e., Personal History Statement; or
c. Who is found to be in a High Security Area while not accompanied by a
Police Department employee.
5. The Contractor shall have sufficient equipment, supplies, and personnel to
perform all work as specified with a minimum of one person per location.
Page 1 of 12
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
B. The Contractor will be familiar with and require its employees to become familiar with
the method(s) for activating the fire alarm. The Contractor and their employees will
observe building regulations regarding smoking and will be cognizant of and observe
all requirements for the handling and storage of combustible supplies, materials, and
daily disposal of combustible waist, trash, etc.
C. The Contractor will be responsible for the management of the total custodial effort.
This is to include at least the following: the planning and programming for all services
described herein, a Quality Control Program record and reporting requirements.
D. 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.
E. Normal Contractor Working Hours:
1 . All work will be performed at the work site during the hours outlined below:
Location Address SQ FT Flooring Hours
Background 1601 3,192 Wood 5 Days/Week
Investigations N. Chaparral Monday-
(Grande Friday
Grossman 8:00am-
House) 1._2:00pm
Crime 1513 1 ,855 Wood 5 Days/Week
Prevention N. Chaparral Monday-
(Jalufka- Friday
Govatos 1 :00pm-
House) .... .... .... .... .... .... .... .... 4:OOpm .....
Professional 5805 Williams 10,000 Carpet/ 5 Days/Week
Standards, Dr. Tile Monday-
including Friday
parking lot 1 :00pm-
5:00pm
Training 4510 Corona 28,000 Carpet/ 5 Days/Week
Center, Dr. Tile Monday-
including Friday
parking lot 8:00am-
12:00pm
Calallen 1925 Tuloso 3,090 Carpet 5 Days/Week
Substation Rd. Monday-
Friday
8:00a m-
5:00pm
Page 2 of 12
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
Including
holidays
Flour Bluff 1456 Waldron 4,200 Carpet/ 7 Days/Week
Substation Rd. Tile Monday-
Sunday
8:00a m-
1 1 :00am
Including
holidays
Public Safety 1501 Holly 10,000 Carpet/ 5 Days/Week
Warehouse Rd., 1 stand Tile Monday-
2nd floor Friday
1 :00pm-
5:00pm
Including
holidays
Vehicle 5485 530,00 ... Tile 7 Days/Week ....
Impound, Greenwood 0 Monday-
including Dr. Sunday
parking lot 1 :30pm-
5:00pm
Including
holidays
Shooting 9600 Hearns 2,500 Tile 2 Days/Week
Range Ferry Rd. Saturday and
Sunday
9:00a m-
5:00pm
Police Fleet 5352 Ayers 3,000 Tile 3 Days/Week
Building 5 Monday,
Wednesday
and Friday
5:30pm-
12:00am
..........................(midni. ht) ....
2. Locations designated as five days per week must be cleaned Monday through
Friday excluding the designated City holidays outlined below:
a. The first day of January (New Year's Day)
b. The 3rd Monday of January (Martin Luther King Day)
c. The last Monday of May (Memorial Day)
Page 3 of 12
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
d. The fourth day of July (Independence Day)
e. The first Monday of September (Labor Day)
f. The fourth Thursday of November (Thanksgiving Day)
g. The 25th day of December (Christmas Day)
h. One Holiday to be determined by the City
When a holiday listed above falls on Sunday, the following business day shall be
considered as 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 as a holiday by proclamation of the Mayor, upon approval of
the City of Council.
3. Those designated as seven days per week must be cleaned every day including
holidays.
4. The locations designated restricted or high security, which require Police personnel
presence, will be cleaned between 8:OOam and 5:OOpm Monday through Friday,
excluding City designated holidays.
F. Access to Police Facilities - It is the Contractor's responsibility to initially obtain keys
from the Contract Administrator for access to all designated areas for cleaning. All
keys will be returned on the last effective date of the Contract or the City shall deduct
from Contractor's last invoice, an amount equal to a $200.00 fine for each key not
turned in to the City.
1 . Access to cleaning areas not considered high security areas will be provided by a
set of keys issued to Contractor for the supervisor on site. Keys will not be duplicated
for any reason. Access to and cleaning in restricted or high security areas will be
during normal working hours while City employees are present.
2. The Contractor will be liable for the loss of any goods, materials, or records which
occur, as a result of negligence on the part of the Contractor or Contractor
employees.
G. Water and electric power as required for the work in this contract are available at
existing outlets at no cost to the Contractor.
H. Custodial Cleaning Requirements
1 . 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 furnishings will be restored to their proper
locations after cleaning has been completed.
Page 4 of 12
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
2. The Contractor will submit to the Contract Administrator a schedule of required
tasks and frequencies for approval. General performance requirements for the
work are further defined as follows:
FLOORS
a. Tile Floors (Sweep, Mop, & Buff)
I. Daily - All vinyl the floors will be mopped with an approved cleaning
solution to present a clean appearance, free from dirt, traffic marks,
streaks, scuff marks, stains, and foreign matter.
II. Daily - When floors cannot be satisfactorily cleaned otherwise, they will
be spot scrubbed.
III. Daily - Floors will be treated with a rejuvenator or finishing compound as
necessary and buffed when completely dry to provide a uniform glossy
appearance.
IV. Daily - All baseboards, doors and walls will be cleaned of any mop and
buffer splatters.
V. Daily - Contractor will ensure that contract employees observe all safety
precautions including the posting of warning such as Wet Floors.
VI. Weekly - Floors will be buffed.
VII. Every 6 months - Strip and wax flooring to a high buff finish. (as needed
see Contract Administrator)
b. Carpeted Floors & Rugs (Vacuum & Spot Clean)
I. Daily- Carpeted areas, rugs, and mats will be vacuumed free of all loose
soil and debris.
II. Daily - Unusual spots, spills, streaks, or stains will be spot cleaned with an
approved cleaner.
III. Every 6 months - Shampoo and dry all carpets.
c. RESTROOMS & SHOWER STALLS
I. Daily - (Monday thru Friday) All public restrooms will be cleaned twice
daily approximate times 10:00am and 2:00pm. The night shift will conduct
a third cleaning.
II. Daily - (Monday thru Friday between 8:00am-5:00pm) Private office
restrooms will be cleaned once daily.
III. Daily- Restroom fixtures, urinals, lavatories, and sinks will be washed inside
and outside utilizing a disinfectant and will be free of dirt.
IV. Daily - The floor will be wet mopped with a disinfectant.
V. Daily - Floor mats where provided by the City will be cleaned free of dirt
and stains.
Page 5 of 12
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
VI. Daily- Walls and partitions will be cleaned free of dirt, streaks, stains, and
graffiti to the ceiling.
VII. Daily - Mirrors will be cleaned and polished.
VIII. Daily - All metal and hardware will be clean and bright.
IX. Daily - Showers, walls, and floors will be scrubbed free of soap film, dirt,
and mildew with an approved cleaner daily.
X. Daily - All waste receptacles will be emptied and deposited in dumpster
outside the building.
XI. Daily - All restroom supply holders including paper towels, toilet tissue,
paper toilet seat covers, and soap dispensers will be cleaned and filled
daily.
XII. Twice Weekly - (Monday & Thursday) An approved liquid live bacterial
cleaner will be applied to all restrooms and shower floor drains on
assigned days.
XIII. Once Weekly-Hard water deposits will be removed weekly from all metal
hardware such as water faucets and drinking fountains with approved
cleaner.
XIV. Monthly-The floor will have a detailed scrubbing including all edges and
corners.
d. OFFICES, OPEN OFFICE SPACE AND CONFERENCE ROOMS
I. Daily - Waste baskets will be emptied, and a new trash liner must be
installed if needed, remove torn or wet liners.
II. Daily - Thoroughly clean all glass surfaces and doors, including glass in
doors and partitions.
III. Daily - Door, woodwork trim, benches, walls, and wall partitions will be
wiped and spot free.
IV. Daily - Chairs in conference rooms will be neatly arranged around the
conference table to present a neat appearance.
V. Daily- Paper Shredding Machines will be emptied, cleaned, and have a
new plastic trash bag installed when needed.
VI. Weekly - Conference Rooms with wood paneling, wood table, and
wooden chairs will be cleaned and polished with a thin layer of furniture
polish.
VII. Weekly - All furniture, desks, equipment including personal computers,
printer, kitchen appliances, snack machines, horizontal ledges, and
window sills will be dusted.
VIII. 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.
IX. Monthly - Waste baskets will be washed clean free of dirt monthly and
when needed if wet or messy.
e. LOBBIES, ENTRANCES, & RECEPTION AREAS
Page 6 of 12
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
I. Daily - All furniture, fire apparatus, doors, horizontal lodges, and
windowsills will be dusted and wiped free of dirt and smudges.
II. Daily - Drinking fountains will be cleaned and disinfected.
III. Daily- Glass windows and wall both inside and out along with railings will
be cleaned free of soil and markings including entrance glass doors.
IV. Daily - Waste baskets will be emptied out and a new trash can liner
installed if needed, remove torn or wet liners.
V. Daily - All trash will be deposited in dumpster outside the building.
VI. Daily - Miscellaneous hardware and bright metal work will be wiped
clean daily.
VII. Daily - The thresholds will be swept and cleaned to remove any debris
caught in the tracks.
VIII. Weekly - The door thresholds will be polished with approved cleaner.
IX. Weekly - Miscellaneous hardware and bright metal work will be polished
once a week.
X. Weekly - Drinking fountain surfaces are to be polished free of stains,
smudges, and chemical scale build up.
f. STAIRS & STAIRWELLS
I. Daily - Interior stair landings and steps will be swept daily.
II. Weekly - Interior stair landings and steps will be swept, scrubbed, and
damp mopped weekly. No wax will be applied to any landing or stairs.
III. Weekly - Hand railings, ledges, grills, fire apparatus, and doors will be
cleaned and dusted.
g. ELEVATORS - PUBLIC SAFETY WAREHOUSE
I. Daily - All surfaces in the interior and exterior of the elevator cab will be
cleaned and polished daily.
II. The one passenger elevator will be cleaned daily.
III. Daily - Stainless steel areas will be cleaned with an approved stainless-
steel cleaner.
IV. Daily - Laminate walls will be wiped with an approved cleaner.
V. Daily - Vinyl the floors will be swept and mopped free of all loose soil and
debris.
VI. Weekly-Vinyl the floors will be waxed and buffed weekly to assure a shiny,
clean appearance.
h. REFUSE DISPOSAL
I. Daily- All loose trash removed from the buildings will be placed in plastic
bags deposited in outside dumpster.
II. Daily - all boxes small or large will be broken down prior to placing in the
dumpster.
Page 7 of 12
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
III. Daily - If requested, the Contractor will pick up and deposit recyclable
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.
L KITCHEN, BREAK ROOMS, AND VENDING AREA
I. Daily- Waste baskets will be emptied, and a new trash can liner installed
if needed, remove torn or wet liners.
II. Daily - All trash will be deposited in dumpster outside the building.
III. Daily - All furniture, equipment, appliances, horizontal ledges, and
windowsills will be dusted.
IV. 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.
V. Daily - All tables, chairs, doors, woodwork, walls, and cabinets will be
wiped clean.
VI. Daily - Chairs will be neatly arranged around the table(s).
VII. Daily - Thoroughly clean all glass surfaces.
j. HIGH CLEANING
I. Monthly - Clean all window blinds and office windows to remove all lint,
litter, and soil.
II. Monthly - Clean all air vents in offices, conference rooms, and public
spaces to remove all lint, litter, and soil.
k. EXTERIOR
I. Daily - (Monday through Friday) All areas exterior to the buildings
consisting of entrance stairs, landings, ramps, and parking lots. (Note:
Vehicle Impound has the largest parking lot), sidewalks, exterior
landscaped areas, and porches will be maintained free of trash and
refuse (including small paper, leaves, empty bottles, cans, cigarette butts,
and gum).
II. Please refer to attached Exhibit A -1 Scope of Work: Impound Lot Exterior
Perimeter. Circles in the attached photo are the areas that need to be
serviced at the Impound Lot besides the trailer office. Those areas
include: the front parking spaces outside the fence, the fence line
behind the parking spaces, the public ramp outside the front of the trailer
office, the fence along the public ramp, the exterior window on the ramp
and the back area of the police trailer.
III. Daily - Trash will be removed from waste and cigarette receptacles
located outside the entrances.
Page 8 of 12
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
IV. Daily - (Monday through Friday) Immediately in front of entrances are to
be swept to the far edge of the sidewalk. Scrub and remove any bird
defecation or gum.
V. Daily- (Monday through Sunday) must check the exterior for any obvious
trash in the parking lot especially along the fence line.
4.3 Work Site and Conditions
The City will make available to the Contractor either a janitorial closet or a storage
cabinet at each building for janitorial supplies and equipment. Access to the water
closets will be shared. The Contractor will assume responsibility for safekeeping of
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 responsible for the cost of any repairs
caused by negligence on its part or on the part of its employees. The City will not
provide any office space to the Contractor. The Contractor is responsible for
securing and maintaining the office space necessary for the performance of his
work. The Contractor will maintain a telephone by which Contractor's representative
and supervisor can be reached during normal city working hours, Monday through
Friday, except City designated holidays, 8:00am through 5:00pm.
4.4 Contractor Quality Control and Superintendence
A. 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.
B. 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 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.
C. Consequences of Contractor's failure to perform required services:
1 . Whenever unsatisfactory services are performed, The City will five the
Contractor written notice of deficiencies via email notices.
2. The parties hereto agree that due to the obligations of the Contractor to
maintain an effective inspection system, the Contractor is conclusively
presumed to have knowledge of any unsatisfactory or incomplete work.
D. In the case of unsatisfactory or incomplete work, the City will have the option to:
Page 9 of 12
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
1 . Afford the Contractor the opportunity to perform the work within three hours or
within an agreed timeframe, in the case of daily services.
2. Or afford the Contractor the opportunity to perform the work withing 24 hours
in the case of all other services.
3. Contractor shall not use the on-site custodian if it results in the non-completion
of the minimum 8:00am to 5:00pm requirements (restricted or high security
areas and twice a day requirements), but will either:
a. Bring in a different custodian;
b. Perform the services by other means; or
c. Terminate the contract as described in the Agreement; unless
d. At the discretion of the Contract Administrator, the City agrees to either
have City staff perform the work or hire another firm to complete the work
and back-charge the Contractor.
E. Superintendence by the Contract
1 . The Contractor will have a competent Manager immediately available during
normal working hours 8:00am to 5:00pm, including lunch hour, Monday
through Friday, excluding City holidays.
2. Manager must be able to respond by phone or in person within 30 minutes
and have immediate communications with on-site workers.
3. No services shall be performed unless approved supervisor is in place. If
requested by City, Contractor agrees to replace person in supervisor position
in order to meet this requirement.
4. Manager will visit and inspect the work site at least twice a month. Manager or
owner(s) will schedule time/date of monthly visits with the Contract
Administrator.
5. Manager will have the written authority to speak and act for the Contractor.
6. 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.
4.5 Special Instructions
A. Supplies
1 . 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 towels, trash can liners, and liquid
soap which will be furnished by the City. 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.
Page 10 of 12
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
2. The Contractor is responsible for taking action to protect supplies,
equipment, and personal property of its employees from loss, theft, or
damage.
B. Equipment - 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 contact.
C. Security Requirements - The Contractor will comply with all City Security
requirements as follows:
1 . Due to the nature of Police information, Contractor employees must have
clear Criminal History Backgrounds, and this must be verified before each
employee is cleared to work in the building.
2. The Contractor will submit the name, address, social security number, birth,
copy of driver's license or picture ID of each employee hired for this contract,
as well as complete a Personal History Statement and other forms as required
for security. It will be the Contract Administrator's decision whether a
Contractor's employee is acceptable to work in the Police areas.
3. Contractor employees found to be working in any Police area who have not
been cleared in advance will be required to leave the area immediately
and the Contractor will be fined $500.00 for each employee, per instance.
4. There are designated restricted or high security areas that are of even higher
concern where Contractor employees must be always accompanied by a
Police employee. Contractor employees found to be working in any Police
restricted or high security area who have not been cleared in advance or is
unaccompanied by a Police employee will be required to leave the area
immediately and the Contractor will be fined $500.00 for each employee per
instance.
5. The contractor will have a supervisor available during all periods the building
is being cleaned.
D. 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.
E. Invoices
A. Contractor's invoices will be submitted to the City's Accounts Payable
Department with copies to the Contract Administrator and or designee
Page 11 of 12
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
within five working days following the end of each month in which services
are performed.
B. Invoices submitted prior to the end of the period will not be processed until
the period has been completed.
C. The original of each invoice will have attached a summary of work
performed and charges.
D. On verification of work actually performed and receipt of Contractor
submittals, the Contract Administrator will process invoices for payment.
E. Payment will be based on a monthly charge based upon the contract price.
Page 12 of 12
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
ATTACHMENT B: BID AND PRICING SCHEDULE
0
G.�us
w CITY OF CORPUS CHRISTI
° CONTRACTS AND PROCUREMENT
BID FORM
NCogy AAE
1852 RFB No. 4125
Custodial Services for Outlying Police Buildings
Date:
4/26/2022 PAGE 1 OF 1
AV cleaning INC. Authorized
Bidder: Signature: AL
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 the
purpose of restricting competition with regard to prices.
b. Bidder 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. Bidder is current with all taxes due and company is in good standing with all
applicable governmental agencies.
d. Bidder acknowledges receipt and review of all addenda for this RFB.
Item Description UNIT QTY Unit Price Total Price o
1 Background Investigations MO 12 510.41 6,124.92
1601 N. Chaparral
2 Crime Prevention 1513 N. Chaparral MO 12 426.11 5,113.26 5 113. 32
3 Professional Standards, including parking MO 12 1,003.86 12,046.32
lot-5805 Williams Dr.
4 Training Center, including parking lot 4510 MO 12 2,069.16 24,829.92
Corona Dr.
5 Calallen Substation-1925 Tuloso Rd. MO 12 474.27 5,691.24
6 Flour Bluff Substation-1456 Waldron Rd. MO 12 839.16 101069.92
7 Public Safety Warehouse-1501 Holly Rd. MO 12
1 st & 2nd Floor 1,547.76 18,573.12
8 Vehicle Impound, including parking lot MO 12 1,560.78 18,729.36
5485 Greenwood Dr.
9 Shooting Range-9600 Hearns Ferry Rd. MO 12 242.22 2,906.64 0S
10 Police Fleet Bldg. 5- 5352 Ayers St. MO 12 326.04 3,912.48 �f
Grand Total 107,997.18
107,997.24
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
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
Commercial General Liability Including: $1 ,000,000 Per Occurrence
1 . Commercial Broad Form
2. Premises - Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury- Advertising Injury
AUTO LIABILITY (including) $500,000 Combined Single Limit
1 . Owned
2. Hired and Non-Owned
3. Rented/Leased
WORKERS' COMPENSATION Statutory
EMPLOYER'S LIABILITY $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:05603A4A-A303-4DCF-A393-63DD02144F21
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 30 calendar days advance written notice directly to City of any, cancellation,
non-renewal, material change or termination in coverage and not less than 10 calendar
days advance written notice for nonpayment of premium.
E. Within 5 calendar days of a cancellation, non-renewal, material change or termination
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.
Page 2 of 3
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
Failure to provide and to maintain the required insurance shall constitute a material
breach of this contract.
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.
BOND REQUIREMENTS:
No bonds are required for the Agreement.
2021 Insurance Requirements
Ins. Req. Exhibit 4-B
Contracts for General Services -Services Performed Onsite
05/10/2021 Risk Management - Legal Dept.
Page 3 of 3
DocuSign Envelope ID:05603A4A-A303-4DCF-A393-63DD02144F21
ATTACHMENT D: WARRANTY REQUIREMENTS
No manufacturer's warranty required for this Agreement.
Page 1 of 1