HomeMy WebLinkAboutC2023-010 - 1/31/2023 - Approved DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
113S c
SERVICE AGREEMENT NO. 4558
Uniformed Security Guard Services
f'anwo�alev
1852
THIS Uniformed Security Guard Services Agreement ("Agreement") is entered into
by and between the City of Corpus Christi, a Texas home-rule municipal corporation
("City") and TriSec, LLC, dba Signal of Corpus Christi ("Contractor'), effective upon
execution by the City Manager or the City Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Uniformed Security Guard Services in
response to Request for Bid/Proposal No. 4456 ("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 Uniformed Security Guard Services ("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 three years 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 zero additional zero-year 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
$1 ,482,669.34, subject to approved extensions and changes. Payment will be
Service Agreement Standard Form Page 1 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
made 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:
Sandy Casorla
Finance-Procurement
Phone: 361-826-3277
sandyc@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:6180C434-3331-49A6-B188-C36250FDA571
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:6180C434-3331-49A6-B188-C36250FDA571
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: Sandy Casorla
Contracts Manager
1201 Leopard St., Corpus Christi, TX 78401
Phone: 361-826-3277
Fax: 361-826-3174
IF TO CONTRACTOR:
TriSec, LLC, dba Signal of Corpus Christi
Attn: Charles Walsh
President/Franchise Owner
311 Saratoga Blvd., Corpus Christi, TX 78417
Phone: 361-232-4300
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form October 29, 2021
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
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:6180C434-3331-49A6-B188-C36250FDA571
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:6180C434-3331-49A6-B188-C36250FDA571
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:6180C434-3331-49A6-B188-C36250FDA571
CONTRACTOR
DocuSigned by:
Signature: � -
A6G9EFS5SB494A6.._
Printed Name: charl es Walsh
Title: President/Franchise Owner
Date:
1/11/2023 Res.032972 Authorized By
Council 1-31-23
CITE. . , d9ORPUS CHRISTI DS
gner';/5
is
Josh Chronley
Assistant Director of Finance - Procurement
ATTEST:
Date: 2/2/2023 DocuSigned by
x' 0,
Attached and Incorporated by Reference: Rebecca Huerta
Attachment A: Scope of Work City Secretary
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit l : RFB/RFP No. 4456
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:6180C434-3331-49A6-B188-C36250FDA571
Attachment A: Scope of Work
1.1 General Requirements
A. The Contractor shall provide all uniformed security guard services, "on-
site" monitoring of various City Facilities as specifically outlined for each
facility. Requirements for patrolling these areas shall be as outlined in this
Scope of Work.
B. Type of Security - The "Lead" Security Guard and three Back-Up Security
Guards assigned to City Hall shall be armed with a firearm. Other Security
Guards are forbidden to carry any type of firearm, visible or concealed
except where otherwise specified for the specific facilities outlined in this
scope of work. Any nightstick, baton, billy club, flashlight, or other device
which might be construed as a protective weapon which the Contractor
may wish the Security Guard to carry, must be specifically approved in
advance by the Contract Administrator.
C. Identification - Contractor must provide all Security Guards a certified
identification card. Security Guards, supervisors, and any employee of
the Contractor shall be required to wear a Contractor-provided photo
identification card at all times. Contractor shall provide to the Contract
Administrator a list containing the names and a passport-size photograph
of each Security Guard assigned to duty. Contractor shall keep such list
with photographs current at all times. No "trainees" will be allowed in
place of Security Guards.
D. Experience - "Lead" Security Guards assigned to duty at City Hall must
have a minimum of one year's experience and be a commissioned Level
3 Uniformed Security Guard and must have been employed by
Contractor for a minimum of one year. Back-up Security Guards assigned
to City Hall must have a minimum of one year experience and be a
commissioned Level 3 Uniformed Security Guard and must have been
employed by Contractor for a minimum of six months. Guards assigned
to other City facilities must have three months experience and be a Level
2 Uniformed Security Guard and must have been employed by
Contractor for a minimum of one month. Contractor must provide
Contract Administrator proof of years of experience. The Contract
Administrator reserves the right to waive these requirements if Contractor
can provide "good reason" concerning experience or time employed.
E. Drug Testing - 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
Page 1 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
follow United States Department of Transportation Procedures identified
in 49 Code of Federal Regulation, Part 40. Moreover, chain-of-custody
procedures will be 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:
EMIT SCREEN GC/MS CONFIRMATION
DETECTION LEVEL DETECTION LEVEL
DRUG GROUP nq/ml* nq/ml*
Amphetamines 500 250
Barbiturates 300-1000** 200
Benzodiazepines 300 200
Cocaine Metabolites 150 100
Marijuana Metabolites 50 15
Methadone 300 200
Methaqualone 300 200
Opiate Metabolites 300 300
Phencyclidine 25 25
Propoxyphene 300 200
nomograms/milliliter
** The limit of detection varies according to the specific drug and/or
metabolite(s) 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 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.
F. Background Checks - At Contractor's expense, and as a prerequisite to
placement, Contractor shall perform background and credit
investigations on every Lead Security Guard and Back-up Security Guard
and furnish the results of same to the Contract Administrator, or designee,
who will determine each prospective guard's eligibility for placement
with the City, prior to Contractor making placement. The Airport may
subject Security Guards to a TSA background check, to include a
fingerprint, based on criminal records history. Individuals who have had
a felony conviction in the last ten years will be automatically ineligible to
be assigned to the Airport. The TSA background check shall be included
in the Contractor's pricing and the cost is currently $85 per badge.
Contractor's failure to provide written proof, acceptable to the Contract
Page 2 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
Administrator, that the above-described background and credit checks
were conducted for each Lead Security Guard and Back-up Security
Guard prior to placement and are favorable for placement, shall result in
the City deducting S500,for each such unauthorized placement,from the
invoice applicable to the month in which such unauthorized
placement(s) was/were made.
Credit Investigations - All credit investigations shall be conducted on a
national basis and shall reflect "Actual" credit history. For those
prospective Lead Security Guards and Back-up Security Guards who
have resided solely in the State of Texas for the ten years immediately
preceding their placement with the City, 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 said employee has resided. For those prospective Lead Security
Guards and Back-up Security Guards who have resided outside the State
of Texas at any time and for any duration of time during the ten years
immediately preceding placement with the City, the Contractor shall
conduct a national background check which shall consist of a search of
the following for criminal convictions: federal records and records of the
states and counties/parishes in which said prospective Lead Security
Guards and Back-up Security has resided in the ten years immediately
preceding placement with the City. All background checks shall search
for criminal convictions and Also-Known-As (AKA).
Security Guards must also comply with all Police Department security
checks.
An employee of the Contractor failing a background or Police
Department check or who, in the opinion of the Contractor or the City,
has an abnormally high debt-to-earnings ratio, shall not be assigned to
duty at any City facility.
G. Smoke Free - All City Facilities are "Smoke Free" buildings. Therefore, no
smoking is allowed by employees, contractors, vendors, visitors or anyone
within the building, including Contractor's employees.
H. Training/Customer Service - All Security Guards assigned to duty shall be
trained and undergo 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 Security Guard must be submitted to the Contract
Administrator.
Page 3 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
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. The Contractor will make sure all Security Guards are trained to write
and maintain daily reports, including, but not limited to, those
detailed in this scope of work. Security Guards will be trained to
document activities or problems in City Facilities, as well as, properly
complete accident or incident reports covering mishaps, unusual
events, unexpected occurrences, and the like.
1.2 Contract Employees (All Facilities)
A. Contractor's Security Guards and Supervisors will conduct themselves in a
businesslike and professional manner at all times. The Contractor expressly
agrees to remove from duty any Security Guard 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.
B. Security Guards shall maintain a neat, professional appearance.
C. Cell phones shall be provided by contractor. Cell phones shall be easily
identified as "company phones". Personal phones should not be used
during working hours. Earbuds may interfere with awareness, and
therefore are not recommended.
D. Security Guards shall have readily available to them any and all personal
protective equipment (PPE) as necessary to successfully complete the
assigned posting.
1.3 Identification of Contract Employees (All Facilities)
All of Contractor's employees regularly employed as Security Guards or in
the direct supervision of Security Guards under this Contract shall be
identified by a distinctive uniform complete with photo badge and name
tag identifying each employee individually.
1.4 Pre-Performance Conference (All Facilities)
Prior to commencing work under the Contract, the Contractor shall meet in
conference with the Contract Administrator to develop mutual
Page 4 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
understandings relative to this contract and to provide for a smooth
assumption of duties.
1.5 Damage or Loss of Property (All Facilities)
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.
1.6 Invoicing Instructions (All Facilities)
Contractor's invoices will be submitted to the Contract Administrator within
five working days following the end of each calendar month in which
services are performed. Upon verification of the work performed and
charges, the Contract Administrator will process the invoices for payment.
1.7 Emergency Procedures (All Facilities)
Contractor shall be thoroughly familiar with the fire prevention systems and
Emergency Procedures Manuals for all Facilities. The Contractor and each
Security Guard shall observe and enforce all building Fire and Safety
regulations including but not limited to those regarding smoking and shall be
cognizant of and observe all requirements for handling and storage of
combustible waste, trash, etc. Contractor shall promptly report all infractions
of these rules and requirements to the Contractor Administrator.
1.8 Contractor Quality Control (All Facilities)
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 to the extent that a senior officer of the Contractor
will personally visit and inspect the on-duty Security Guard randomly and not
less than once during each day time shift. These visits will be recorded in the
Daily Log kept by the Security Guard. All new Security Guards duties will be
personally supervised by a Lead Security Guard or other experienced person
for not less than the initial 16 hours the new Security Guard is on duty, to
familiarize the new Security Guard with building systems and procedures
before assuming independent duty. At least twice annually, the Contractor
will conduct a comprehensive inspection of security operations,
requirements, and weaknesses or problems. The results of this inspection will
be compiled in a formal report, a copy of which will be given to the Contract
Administrator, twice annually. The report will highlight current Contract
Page 5 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
performance and recommended solutions will be provided for any
perceived problem areas.
1.9 City Quality Assurance (All Facilities)
All phases of the services rendered under this Contract are subject to the
inspection and approval of the Contract Administrator. If the Contractor's
overall performance is unsatisfactory, the Contract Administrator will so notify
the Contractor in writing. The Contractor shall reply to such notice in writing
within three working days with an outline or plan of corrective action which
must be acceptable to the Contract Administrator, or designee.
Contractor's continued unsatisfactory performance shall be sufficient cause
for termination of this contract.
1.10 Facility Specific Requirements:
A. Group A - City Hall, Frost Bank, Corpus Christi-Nueces County Public
Health District
1 . City Hall Specific Requirements:
Services will be provided at City Hall located at 1201 Leopard Street,
Corpus Christi, Texas. Security services for City Hall apply to all spaces
contained within the City Hall building, including, but not necessarily
limited to: screening of visitors to City Hall through the walk through
metal detector or hand wand. Checking for identification cards of city
employees that enter through the public entrance. Monitoring several
security cameras that are placed in and around the building,
patrolling of atriums, halls, restrooms, office spaces, work areas,
conference rooms, public meeting areas, entranceways, lobbies,
storage areas, elevators and stairways. Also included are patrolling of
those parking areas, porches and walkways, drives and the Remote
Utilities Depository Building immediately adjacent to and serving the
City Hall complex. Security Access Systems and City Hall Fire Alarm
Systems, and remote "Central Station" monitoring services of City Hall
Fire Alarm Systems as described herein.
2. Frost Bank Specific Requirements:
Services will be provided at the Frost Bank Building located at 2406
Leopard Street, Corpus Christi, Texas. The Frost Bank Building also
functions as the Emergency Operations Center (EOC) in the event of
a disaster. The Contractor shall provide all uniformed Security Guard
Surveillance, Security Services, "on-site" monitoring of the Frost Building
Security Access Systems and Fire Alarm Systems, as described herein.
Security services apply to all spaces contained within the Frost Bank
Building, Corpus Christi, Texas, including, but not necessarily limited to:
Page 6 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
patrolling of halls, restrooms, office spaces, work areas, conference
rooms, public meeting areas, entranceways, lobbies, storage areas,
elevators and stairways. Also included are patrolling of parking areas,
stairwells, porches and walkways, and drives. Requirements for
patrolling these areas shall be as outlined in this scope of work.
3. Corpus Christi - Nueces County Public Health District Specific
Requirements:
Services will be provided at Corpus Christi-Nueces County Public
Health District (CCNCPHD) located at 1702 Horne Road, Corpus Christi,
Texas. Security services for CCNCPHD apply to all spaces contained
within the CCNCPHD building, including, but not necessarily limited to:
patrolling of the lobby, halls, restrooms, office spaces, work areas,
conference rooms, entranceways, storage areas, elevators and
stairways. Monitoring of several security cameras placed in and
around the building. Also included are patrolling of those parking
areas, loading docks, walkways, and the W.I.0 external building and
modular building immediately adjacent to CCNCPHD
complex. Security Access Systems and CCNCPHD Fire Alarm Systems,
and security camera monitoring system of CCNCPHD as described
herein.
B. Group B - Libraries, Corpus Christi International Airport
1 . Libraries Specific Requirements:
a. The Libraries to be covered by these Services are as follows:
La Retama Central Library located at 805 Comanche, Corpus
Christi, Texas
Ben F. McDonald Public Library located at 4044 Greenwood, Corpus
Christi, Texas
Dr. Clotilde P. Garcia Public Library located at 5930 Brockhampton,
Corpus Christi, Texas
Janet F. Harte Public Library located at 2629 Waldron Road, Corpus
Christi, Texas
Anita & W.T. Neyland Public Library located at 1230 Carmel Pkwy.,
Corpus Christi, Texas
Owen R. Hopkins Public Library located at 3202 McKinzie Rd.,
Corpus Christi, Texas
Page 7 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
a. Services apply to all spaces contained within the Libraries,
including, but not limited to: halls, restrooms, office spaces, work
areas, public meeting areas, entranceways, lobbies, storage areas,
elevators, and stairways. Also included are parking lots, walkways,
drives and the book depository immediately adjacent to and/or
servicing the Libraries.
b. Contractor shall be responsible for cellular communications
between the uniformed security guard and Library staff. Guard
must keep phone charged and powered on during entire shift.
Guard must answer calls and texts from staff within two minutes.
c. Security services for La Retama Central Library will include but are
not limited to: Ensuring all outside areas are ready for patrons 15
minutes before opening, patrolling the interior and exterior of the
building to monitor for fire, theft, vandalism, irregular behavior, and
unsafe conditions; advising patrons of the posted rules of conduct;
securing the building at closing by: ensuring that patrons and staff
have cleared the building at closing, activating security alarm and
ensuring that staff reach their vehicles safely at closing and/or
when dark outside.
d. Services for the Ben F. McDonald Public Library, Dr. Clotilde P.
Garcia Public Library, Anita & WT Neyland, Owen R. Hopkins and
Janet F. Harte Public Library will include, but are not limited to:
patrolling the interior of the building to monitor for fire, theft,
vandalism, irregular behavior, and unsafe conditions; advising
patrons of the posted rules of conduct; ensuring that patrons and
staff have cleared the building at closing and ensure that staff
reach their vehicles safely at closing and/or when dark outside.
e. At all locations: if the security guard suspects that a situation could
escalate as to endanger employees, visitors or anyone in the
Library, the security guard shall immediately call the Corpus Christi
Police Departments 911 for assistance, the immediacy depending
upon the situation encountered. The security guard will record
incidents in a daily log and inform Library staff of incidents.
2. Corpus Christi International Airport Specific Requirements:
Services will be provided at the Airport located at 1000 International
Drive, Corpus Christi, Texas. An Unarmed Security Guard will patrol
outside the buildings, outside parking areas, and man stationary gate
checkpoints. Specific duties include checking the identity of driver's
Page 8 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
license of personnel wanting to enter secured areas of the airport,
searching vehicles, and prohibiting unauthorized vehicles form parking
in the proximity of the terminal building. While providing security
services for events, the Security workers may be expected to guard
against unauthorized entry and direct traffic in the parking areas.
Many of these duties will involve public contact, therefore it is
important that Security Guards be of good character, possess good
communication skills, and pay attention to their personal appearance.
They should have some experience in watching and safeguarding
property, have the ability to give routine information, and be able to
deal effectively with people in difficult circumstances.
C. Group C - O.N. Stevens Water Treatment Plant, J.C. Elliott Landfill, Cole
Park Pier & Plaza
1 . O.N. Stevens Water Treatment Plant Specific Requirements:
a. Services shall be provided at the O.N. Stevens Water Treatment
Plant located at 13101 Up River Road, Corpus Christi, Texas. Security
Guards shall be responsible for continuously monitoring the
Leopard St. Gate and Hearn Rd. entry gate at the O.N. Stevens
Water Treatment Plant. If the Security Guard suspects that a
situation could escalate so as to endanger employees, visitors, or
anyone in or at the O.N. Stevens Water Treatment Plant, the Security
Guard shall immediately call the Corpus Christi Police Department
911 for assistance, the immediacy depending upon the situation
encountered. The Security Guard shall carry a cellular phone and
the handheld radio provided by the City at all times that they are
outside of the Security Guard Station. The American Water Works
Association Security Practices for Operation and Management
guidelines have been included in this scope of work and will be
provided upon award.
b. Leopard St. Gate (Front Gate)
All City employees must have a Blue Parking windshield sticker; it
they do not have one, Guard must sign them in and issue a Green
Visitor hangar. All visitors must be signed in and issued a Green
Visitor Parking hangar and Visitor badge; hangar and badge must
be turned in when leaving (Guard shall direct visitors to Parking
area); Any vehicles including City vehicles that do not have a blue
parking permit must check-in.
i. All Chemical deliveries for the O. N. Stevens Water Treatment
Plant must be documented and include the following: name of
Page 9 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
company, employee and what type of chemical delivery. The
chemical delivery must be documented with license number,
chemical type, time, and driver name. List of companies will be
provided.
ii. All delivery trucks such as FedEx, UPS, etc. must be stopped and
signed in (name of employee and license tag), visitor parking
permit does not need to be issued. Guards are to ask who the
delivery name is and if not listed, it is to be directed to the
warehouse. However, if a name is given that is listed in the filter
building, they will be guided to deliver at the filter building.
iii. All contractor and construction vehicles must enter through the
Hearn Rd entrance; Guard shall direct them to enter the parking
lot and turn around and exit and proceed to Hearn Rd entrance.
iv. Guards shall notify City staff of any issues they may have with
visitors and/or staff. A call list will be supplied.
c. Hearn Dr. Gate (Side Gate)
i. All vehicles shall be signed in. All Parking Contract hangars
issued must be turned back in when exiting. If a hangar is not
returned, the Guard shall complete a missing hangar from and
notify Plant staff. Guards shall redirect UPS, FedEx, etc. to enter
through the Leopard gate; all deliveries are taken to
Warehouse, Warehouse personnel will contact our Project
Managers if deliveries are made for Contractor.
ii. Sign in sheets - Warehouse personnel will pick up sign in sheets
every Monday. All vehicles on plant (except Chemical trucks
and delivery trucks such as UPS & FedEx) should have a hangar
or employee parking permit.
iii. All entries and exits for employees at ONS, visitors, chemical
delivery and contractors are to be entered in the iPad google
drive form. Hard copies of the sign-in sheets are available in their
guard shacks when there are iPad issues.
2. J. C. Elliott Landfill Specific Requirements:
Services will be provided at J.C. Elliott Landfill located at 7001 Ayers St.,
Corpus Christi, Texas. Assigned armed guard will provide a presence
and perform patrol services of the entire landfill property along the
fence line and throughout the property every hour while on duty. The
armed guard will check for possible intrusion, theft, and vandalism
throughout the landfill property. Assigned armed guard will also check
two gates located within the property:
Page 10 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
a. Automated gate located on the Greenwood Drive entrance will be
checked for vandalism and ensure it is locked and secured.
b. Gate located by the lower water crossing will be checked for
vandalism and ensure it is locked and secured.
3. Cole Park Pier and Plaza Specific Requirements:
Services will be provided at Cole Park Pier and Plaza located at 2600
Ocean Drive, Corpus Christi, Texas. The unarmed guards are expected
to maintain a level of presence at all times and execute their orders
with integrity and fairness. Voluntary compliance along with
education about park rules, City ordinances and State statute is a
preferred enforcement tactic utilized by Security guards.
a. Security Guards shall maintain a neat, professional appearance.
Individual offers shall wear the complete uniform as issued by their
employer to include badge or insignia of office, company logo and
name tag clearly showing the identity of the officer.
b. Security Guards shall have readily available to them any and all
personal protective equipment (PPE) as necessary to successfully
complete the assigned posting.
c. Security Guards shall comply with all reasonable requests from
authorized City employees to include, but not limited to, Parks and
Recreation Park Compliance, Park Operations Maintenance and
any other staff members as designated by the Parks and
Recreation Director or his designee.
1.11 Work Site and Conditions:
A. City Hall—Services for City Hall shall be provided around the clock (24
hours per day, every day of the year). The work shall be performed in and
about the City Hall building, Corpus Christi, Texas. The building consists of
a basement, ground floor, five upper-level floors with a mezzanine level
for elevator operating equipment, and two stair wells. Net floor area in
the building is approximately 130,000 square feet which consists primarily
of commercial office spaces. The basement contains storage, training
room, print shop, mail room, loading dock, mechanical room, computer
center, and various office spaces. The first floor contains the main atrium,
four prominent entrances, the office of the Mayor and City Secretary, City
Council Chambers with meeting rooms, Utilities Business Offices and
Collections, Central Tellers and Cash Management, Vital Records,
Contracts and Procurement and Human Relations. Second floor through
fifth floor contain offices, meeting rooms, storage, and reception areas.
Sixth floor contains a meeting room, wellness clinic, and fitness room.
Each floor has a male and female restroom. The City Hall building is
Page 11 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
served by three passenger elevators, and one freight elevator. Also
included are three paved and lighted on-site parking lots and a Remote
Utilities Depository Building.
1 . City Hall is equipped with a metal detector, Security Access System,
Closed Circuit Television System with multiplex monitors and recording
capabilities serving several areas, an automatic fire alarm system and
a full sprinkler (fire suppression) system. Some of the areas monitored
by CCTV include Central Cashiering/Utilities and Vital Records
Collection area, the City Secretary/Mayor's reception area, the four
main entrances to the ground floor, and the loading dock in the
basement. The City Council Chambers, City Secretary's Office,
Mayor's Office and City Manager's Office, and Central Cashiering are
equipped with panic alarms. As part of the Security Access System,
the exterior doors and selected interior doors to certain secured areas
are controlled by magnetic locks and card readers as well as by
locking hardware. The Fire Alarm System and the Security Access
System are located in the Security Center on first floor.
2. The City Hall building is open to the public during normal business hours
from 8:00 am to 5:00 pm, Monday through Friday except official City
holidays. The City Council Chambers and other conference areas in
the building are used for public meetings after normal business hours
on a recurring basis. Customarily, after hours meetings are limited to
the basement training room, first floor conference rooms, and City
Council Chambers. On an average workday, the building houses
approximately four hundred City employees and receives between
one and two thousand visitors. Except for specific areas under lock
and key, City Hall is generally open to the public during normal
business hours.
3. Security Guard Surveillance and Patrolling Procedures: Security
Guards shall be assigned to duty at City Hall as follows:
a. Shift A - Lead Security Armed Guard from 6:00 am to 5:00 pm,
Monday through Friday. Lead Security Guard shall address any
concerns that City staff may have regarding the security of the
building, grounds, and parking lots, and shall be able to provide
direction to the back-up security guard in order to get these
resolved. The Lead Security Armed Guard shall maintain at least two
Security Guards in the parking lot during business hours.
b. A Second Armed Security Guard which is the back-up to the Lead
Security Guard shall be assigned to duty at City Hall from 7:00 am
to 6:00 pm, Monday through Friday.
Page 12 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
c. A Third Armed Security Guard will be assigned to City Hall from 8:00
am to 12:00 am and will back up the parking lot Armed Security
Guard after business hours Monday thru Friday.
d. A Fourth Armed Security Guard will be dedicated to the parking lot
from 6:00 am to 10:00 pm, Monday through Friday.
e. Shift A - The day shift Unarmed Security Guard will be assigned to duty
from 8:00 am to 4:00 pm, Monday through Friday.
f. Security Screeners: Two Unarmed Security Guards will be positioned
at the metal detector from 7:30 am until 5:00 pm, Monday thru
Friday. These two guards will welcome visitors to City Hall and direct
them through the metal detector. If the metal detector is activated,
a guard will wand the visitor with a hand wand to determine the
source of the activation. The guards will also check employees that
enter this entrance to make sure they have City identification cards.
If so, they may pass without going through the metal detector. As
security measures are added, Security Screeners shall log visitors
going to visit offices on floors two through six. One unarmed
screenerwill work 7:30 am to 5:00 pm. A second unarmed screener
will work from 7:30 am to 12:00 noon.
g. Command Post-One Unarmed Security Guard shall monitor all City
Hall Cameras located in the security command post from 7:30 am
until 5:00 pm, Monday to Friday. The guard shall communicate with
other guards and contact Police and Fire Departments when
necessary. The guard shall be capable of operating technical
monitoring equipment and public address systems and phone
systems within City Hall.
h. Shift B - The afternoon Unarmed Security Guard will be assigned to
duty from 4:00 pm to 12:00 am, Monday through Friday.
L Shift C-Two-night Unarmed Security Guards will be assigned to duty
from 12:00 am to 8:00 am, Monday through Friday.
j. Weekend Shifts: Two Unarmed Security Guards shall be assigned to
City Hall from 12:00 am Saturday until 8:00 am Saturday morning.
Two Unarmed Security Guards shall be assigned to City Hall from
8:00 am Saturday until 4:00 pm Saturday afternoon. Two Unarmed
Security Guards will be assigned to City Hall from 4:00 pm Saturday
afternoon to 12:00 am Sunday Morning. Two Unarmed Security
Guards will be assigned to City Hall from 12:00 am Sunday to 8:00
am Sunday Morning. Two Unarmed Security Guards will be assigned
to City Hall from 8:00 am Sunday Morning to 4:00 pm Sunday
Afternoon. Two Unarmed Security Guards will be assigned from 4:00
pm Sunday afternoon until 12:00 am Monday Morning.
Page 13 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
k. The weekend shift guards shall be responsible for patrolling the
building's interior spaces. This shift may be broken up by
Contractor.
I. Besides providing industry standard Security Procedures and those
identified in this Section. Security Guards shall be responsible for
screening visitors to City Hall through the walk through metal
detector or wand. Checking for identification cards of city
employees that enter through the public entrance. Patrolling the
building's interior spaces, grounds, and parking lots. The Security
Guard that is assigned to patrol the building's interior shall require
that transients, vagrants, and others that are in City Hall for other
than the conduct of normal business will peacefully leave the
building. If the Security Guard suspects that a situation could
escalate so as to endanger employees, visitors, or anyone in or at
City Hall, he/she shall immediately call the Corpus Christi Police
Department 911 for assistance, the immediacy depending upon
the situation encountered. The Security Guard that is assigned to
patrol the exterior or the parking lots, shall carry a cellular phone at
all times while he/she is outside of the building. Special emphasis
shall be paid to parking lot patrolling while employees are arriving
for work in the morning and returning to their cars in the evening.
m. Shift B Security Guards shall be responsible for screening visitors to
City Hall through the walk-through metal detector or wand.
Checking for identification cards of City employees that enter
through the public entrance. Patrolling the building's interior
spaces. Additionally, special emphasis shall be paid to parking lot
monitoring while attendees of after hour meetings are returning to
their cars at night. The Security Guard shall be available to and
responsible for escorting individuals from City Hall to their vehicles
outside of normal business hours, if requested. While escorting
outside of the building, outside normal business hours, the Security
Guard shall carry a cellular phone at all times while he/she is outside
the building.
n. Shift C Security Guards shall be responsible for patrolling the
building's interior spaces and monitoring activity in the parking lot.
B. Frost Bank
1 . The work shall be performed in and about the Frost Building, Corpus
Christi, Texas by Level 2 Unarmed Security Guards. The hours services
are required are Monday through Friday 6:00 am to 10:00 pm. The
building consists of a ground floor and four upper-level floors. Net floor
Page 14 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
area in the building is an approximately 41,289 square feet which
consists primarily of commercial office spaces. The first floor contains
the main lobby, with one prominent entrance, Development Services,
and cashiering services. The second floor through third floor contain
offices, kitchen area, meeting rooms, storage, and reception areas of
the Fire Department. Fourth floor contains the EOC, meeting rooms,
office spaces, storage, and media area. Each floor has a male and
female restroom. The Frost building is served by one elevator. Also
included is an L-shaped paved and lighted on-site parking lot.
2. The Frost Building is equipped with a Security Access System, Closed
Circuit Television System with multiplex monitors and recording
capabilities serving several areas, an automatic fire alarm system and
a full sprinkler (fire suppression) system. As part of the Security Access
System, the exterior doors and selected interior doors to certain
secured areas are controlled by magnetic locks and card readers as
well as by locking hardware. The Fire Alarm System and the Security
Access System are located in an office on the third floor monitored by
the Fire Department.
3. The Frost Building is open to the public during normal business hours from
8:00 am to 5:00 pm, Monday through Friday except official City
holidays. The conference areas in the building are used for public
meetings after normal business hours on a recurring basis. On an
average workday, the building houses approximately one hundred
City employees and receives about five hundred visitors. Except for
specific areas under lock and key, the Frost Building is generally open
to the public during normal business hours. The public is to be escorted
into any office on first floor by either City Staff or Security personnel.
4. Security Services for the Frost Bank Building shall be required 16 hours
per day, five days a week for 52 weeks out of the year.
5. Security Guard Surveillance and Patrolling Procedures: A Level 2
Unarmed Security Guard shall be assigned to duty at the Frost Building
from 6:00 am to 10:00 pm, Monday through Friday. Lead Security
Guard shall address any concerns that City staff may have regarding
the security of the building, grounds, and parking lots, and shall be
able to provide direction to the back-up security guard in order to get
these resolved. This shift may be broken up by the Contractor.
6. Besides providing industry standard Security Procedures and those
identified in the contract the Security Guard assigned to Frost Bank
Page 15 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
shall be responsible for continuously patrolling the building's interior
spaces, grounds, and parking lots. The Security Guard that is assigned
to patrol the building's interior shall require that transients, vagrants,
and others that are in Frost Building for other than the conduct of
normal business will peacefully leave the building. If the Security Guard
suspects that a situation could escalate so as to endanger employees,
visitors, or anyone in or at Frost Building, he/she shall immediately call
the Corpus Christi Police Department 911 for assistance, the
immediacy depending upon the situation encountered. The Security
Guard assigned to Frost Bank shall patrol the exterior of the building
and the parking lots frequently. The Security Guard shall carry a
cellular phone at all times while outside of the building. Special
emphasis shall be paid to parking lot patrolling while employees are
arriving for work in the morning and returning to their vehicles in the
evening. Additionally, special emphasis shall be paid to parking lot
monitoring while attendees of after hour meetings are returning to their
vehicles at night. The Security Guard shall be available to and
responsible for escorting individuals from Frost Building to their vehicles
outside normal business hours, if requested. While escorting outside of
the building, outside normal business hours, the Security Guard shall
carry a cellular phone at all times while he/she is outside the building.
Monday- Friday 6:00 am - 10:00 pm
C. Corpus Christi - Nueces County Public Health District
The work shall be performed at the Corpus Christi-Nueces County Public
Health District ("CCNCPHD") located at 1702 Horne Road. The staff
requirements of the CCNCPHD are one Unarmed Security Guard and one
Armed Security Guard for surveillance and staff, patient, and property
safety and protection. Guards shall alternate patrolling the building's
exterior every 30 minutes and maintain an interior presence at all times.
The primary entrance to the property is from Horne Road with a secondary
entrance across from Greenwood Drive. There are also two freestanding
buildings on the property that require services: the Women, Infant and
Children ("W.I.0") building located directly behind the main facility, and
the ("W.I.0") mobile administration building directly adjacent to the main
W.I.0 building. The main facility consists of two operating floors with fifteen
individual sections, a lobby, and an auditorium. Included on the facility
property are several areas of parking immediately adjacent to all three
buildings. The property has a gated area for mobile equipment to the
north side of the building that is accessible by a PIN Code. The main
building is serviced by one elevator and two stairwells. The CCNCPHD is
open to the public during the normal business hours of 8:00 am to 5:00 pm
daily from Monday through Friday; however, on the first Monday of each
Page 16 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
month the facility is open from 8:00 am to 6:00 pm. The CCNCPHD is
closed for all City of Corpus Christi observed holidays. The Contractor will
be expected to maintain the following schedule:
Monday -Sunday 24 hours/7days
D. Libraries - The work shall be performed at the main library, La Retama
Central Library and designated branches which are generally open to the
public. La Retama Central library shall be assigned an Armed Security
Guard. All other library locations shall be assigned Unarmed Security
Guards and shall be responsible for continuously patrolling the building's
interior spaces, grounds and parking lots. Unarmed Security Guards will
observe staff walking to their vehicles at closing. La Retama Central
Library consists of two operating floors and a closed third floor. Net floor
area in the building is about 55,000 square feet which consists primarily of
public areas. Public restrooms are located on both floors. The building is
serviced by two elevators, one passenger elevator and one freight
elevator.
1. La Retama Central Library houses 19 Library employees with over 12,000
visitors a month. The Contractor will be expected to maintain the
following schedule:
Monday 1 :45 pm to 6:15 pm
Tuesday, Wednesday 9:45 am to 6:15 pm
Thursday, Friday 8:45 am to 6:15 pm
Saturday 8:45 am to 1 :15 pm
2. Ben F. McDonald Public Library, 14,420 square feet, houses nine Library
employees and receives on average over 9,000 visitors a month. The
Contractor will be expected to maintain the following schedule:
Monday, Tuesday, *Wednesday 1 :45 pm to 7:15 pm
Thursday, Friday 1 :45 pm to 6:15 pm
Saturday 10:45 am to 3:15 pm
*(Last Wednesday each month - 1 :45 pm to 8:15 pm)
3. Dr. Clotilde P. Garcia Public Library, 13,233 square feet, a joint facility
with Kaffie Middle School, houses nine Library and two School
employees, with over 12,000 visitors a month. The Contractor will be
expected to maintain the following schedule:
When school is in session
Monday through Friday 4:00 pm to 9:15 pm
Saturday 2:00 pm to 6:25 pm
When school is not in session
Page 17 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
Monday through Friday 5:00 pm to 9:15 pm
Saturday 2:00 pm to 6:15 pm
4. Janet F. Harte Public Library, 19,900 square feet, a joint facility with the
Flour Bluff High School houses nine Library and two School employees,
with over 13,000 visitors a month. The Contractor will be expected to
maintain the following schedule:
Monday through Friday 2:15 pm to 7:15 pm
Saturday 9:15 am to 2:15 pm
5. Anita & W.T. Neyland Public Library, houses 11 Library employees with
over 11 ,000 visitors per month. The Contractor will be expected to
maintain the following schedule:
Monday and Tuesday 1 :15 pm to 6:15 pm
Wednesday and Thursday 1 :45 pm to 7:15 pm
Friday 1 :15 pm to 6:15 pm
Saturday 10:15 am to 2:15 pm
6. Owen R. Hopkins Public Library, 12,000 square feet, houses nine Library
employees and receives on average over 4,924 visitors per month. The
Contractor will be expected to maintain the following schedule:
Monday, Tuesday, Wednesday 2:15 pm to 7:15 pm
Thursday, Friday 1 :00 pm to 6:15 pm
Saturday 8:45 am to 1 :15 pm
E. Corpus Christi International Airport
The work shall be performed at the Corpus Christi International Airport
located at 1000 International Drive. The primary location is at the
entrance to the Rental Car Ready Return Lot just east of the main terminal
building. Other locations may include the terminal building, curbside in
front of the building, parking lot facilities, and at other security gates
around the perimeter of the airport. Work may need to be performed in
all types of weather conditions including inclement. Since the Rental Car
Return Post is not equipped with any bathroom facilities, it shall be the
Contractor's responsibility to provide their employees with breaks. Guards
leaving their post without a suitable authorized CCIA badged guard from
the Contractor will result in the Guard being removed from the post and
would constitute a security violation and breach of contract.
The Contractor will be expected to maintain the following schedule:
Monday - Sunday 24 hours/ 7 days
Page 18 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
F. O.N. Stevens
The O.N. Stevens Water Treatment Plant is open to the public only by prior
arrangement during normal business hours from 8:00 am to 5:00 pm,
Monday - Friday. The facility requires one Unarmed Security Guard at
each gate. The Contractor will be expected to maintain the following
schedule:
Monday - Friday Leopard St. Gate (Front Gate) 7:00 am to
6:00 pm
Monday - Friday Hearn Rd. Gate (Back Gate) 5:30 am to
6:00 pm
G. J.C. Elliott Landfill
J.C. Elliott Landfill will require an Armed Security Guard for the following
schedule:
Monday - Friday 7:00 pm - 7:00 am
Saturday - Sunday 7:00 am - 7:00 am
H. Cole Park Pier and Plaza
Two assigned Unarmed Security Guards will provide presence and
perform patrol services near and on the pier and plaza 24 hours/7 days a
week. Shift A - Security Guard will be present 24 hours/7 days a week.
Shift B -Unarmed Security Guard will be present from 12:00 am Thursday
until 12:00 am Monday (24 hours/4days a week Thursday - Sunday).
Shift A Monday -Sunday 24 hours/7 days
Shift B Monday -Thursday 24 hours/4 days
1.12 Installed Systems:
The following systems are to be monitored for each location:
A. City Hall
1 . Fire alarm monitor and control: Bosch Security / Microm
2. Card access control system and ID Badge: RS2 Technologies
3. Video surveillance system, cameras and digital video recorders: Vicon
Industries
B. Frost Bank
1 . Fire alarm monitor and control: Bosch Security / Notifier
2. Card access control system and ID Badge: RS2 Technologies
Page 19 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
3. Video surveillance system, cameras and digital video recorders: Vicon
industries
4. Intercommunication System: Ring Communications
C. Corpus Christi-Nueces County Public Health District
The following systems are to be monitored for this location:
1 . Fire alarm monitor and control (Safeguard services)
2. Security Alarm monitor and control (Safeguard services)
3. Card access control system and ID Badge (Safeguard services)
4. Video surveillance system, cameras and digital video recorders
(Safeguard services)
D. Libraries
1 . Fire alarm monitor and control
2. Security Alarm monitor and control
E. Airport
None at this time.
F. O.N. Stevens
None at this time.
G. J.C. Elliott
None at this time.
H. Cole Park Pier and Plaza
None at this time.
1.13 Reports
The Contractor will prepare and submit the following reports for the City
Hall, Frost Bank, the Libraries, O.N. Stevens*, Airport and Corpus Christi
Nueces County Public Health District:
A. Daily log -This report will be a running summary of activities of note during
each work shift in the building and its environs. As a minimum the following
items will be noted by the security guard and recorded in the log:
1 . Name and rank of Security Guard.
2. Time on duty, time off duty.
Page 20 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
3. Acknowledgment that oncoming Security Guard has read and
understands all special instructions for the location.
4. Acknowledgment that required rounds of the building and adjacent
areas have been made.
5. Unlocked doors after regular working hours or scheduled closing.
6. Faulty or missing equipment in the building.
7. Fire hazards of any kind including trash accumulation and inoperative
exits or blocked fire routes.
8. Lights or electrical equipment left on.
9. Safety hazards of any type.
10.Any violation of established security rules.
*For O.N. Stevens only reports A. 1-4 will be required.
B. Accident or Incident Report: Reports of accidents or incidents on City
premises will be promptly written as occurring and provided to the
Contract Administrator. Such reports will be completed in full by the Lead
Security Guard on duty at the time of the accident/incident and made
available immediately to the Contract Administrator, Risk Management
and the Contractor.
C. Copies of each Daily Log and any accident or incident reports shall be
faxed to the Contract Administrator or designee not later than 8:30 am
on the business day following the day the reports were made.
D. Each Quarter, the Contractor will provide an analysis, based on actual
inspection of security operations in the facility. Report will contain a
comprehensive description of all perceived problem areas and
recommendations for correction.
E. For each report not turned in to the Contract Administrator by the specified
due date, the City will deduct S50 from the next monthly invoice.
F. The Contractor will prepare and submit the following additional reports for
City Hall and Frost Bank only:
Sign-In/Sign-Out log - This record shall be maintained after normal
working hours and shall contain the names, time of arrival, destination,
and time of departure of all visitors to each location except those City
employees who have been issued security access cards.
Page 21 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
G. With the exception of the City Manager, Assistant City Managers,
identified maintenance and designated management personnel, unless
they have their own keys, employees will be admitted only to the areas in
which they are normally employed. Any exceptions must have prior
approval by the responsible operating department head or the Contract
Administrator.
1.14 Emergency and Alarm Surveillance/Monitoring:
A. Requirements for City Hall -
1 . Contractor shall provide for "on-site" monitoring of the Security Access
System and "on-site" and "remote Central Station" monitoring of the
Fire Alarm System at City Hall. Contractor at his/her remote Central
Station will receive and respond accordingly to fire alarms from City
Hall on a twenty-four hour per day basis each day of the year during
the contract. This Contractor Central Station must be remote from the
City Hall, equipped with Underwriters Laboratories (U/L) approved
equipment, and connected by a communicator that is fully
compatible with the existing fire alarm panel in the
Information/Security Center on the first floor of City Hall. The
Contractor shall furnish and install the communicator, (brand and
type) subject to approval of the Contract Administrator. The Central
Station shall immediately and simultaneously communicate the alarm
situation to the Corpus Christi Fire Department and the Security Guard
on duty sufficient to alert the Fire Department and the Security Guard
concerning the location and type of alarm. The Security Guard on
duty shall immediately confirm all alarms and notify the Central Station
of the nature of the situation.
2. For all security and medical emergencies, the Security Guard on duty
shall notify the Corpus Christi Police Department 911 and immediately
report the type of emergency and request assistance. Under non-
emergency circumstances, when police assistance is required, the
Lead Security Guard shall notify the Corpus Christi Police Department
to request assistance.
3. Contractor shall be responsible for all equipment used in monitoring
the fire alarm system, or any associated equipment shall be either U.L.
listed, or Factory Mutual listed and shall be compatible with the existing
owner provided equipment and approved by the Contract
Administrator. The installation of said equipment shall be in
accordance with N.F.P.A. Code-72, Chapter Eight; Installation,
Page 22 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
Maintenance and Testing of Remote Signaling Station and the State of
Texas Insurance Code.
B. Requirements for O.N. Stevens - Contractor shall provide for "on-site"
monitoring of the Security Gate Access System. For all security and
medical emergencies, the Security Guard on duty shall notify the Corpus
Christi Police Department 911 and immediately report the type of
emergency and request assistance. Under non-emergency
circumstances, when police assistance is required, the Security Guard
shall notify the Corpus Christi Police Department to request assistance.
1.15 Facilities and Equipment Provided by the City
A. Provided for City Hall
The City will provide the Contractor space in the Security Center on the
first floor of City Hall. The City will provide to the Contractor remote
location monitoring, the output of the various installed alarm systems
which terminate in the Security Center, the use of landline telephones
excluding long distance services. No other equipment will be provided
by the City. The City is responsible for the maintenance and upkeep of all
systems noted above.
B. Provided for Frost Bank
The City will provide the Contractor space in the Security Center on the
first floor of the Frost Building. The City will provide to the Contractor for
the use of landline telephones excluding long distance services. No other
equipment will be provided by the City. The City is responsible for the
maintenance and upkeep of all systems noted above.
C. Provided for Corpus Christi - Nueces County Public Health District
CCNCPHD will make available to the Contractor space in the main lobby
switchboard area on the first floor of the main building. No other
equipment will be provided by the CCNCPHD.
D. Provided for Libraries
Only La Retama Central Library will make available to the Contractor
space in the kiosk area on the first floor of La Retama Central Library. No
other equipment will be provided by the Library.
E. Provided for Airport
CCIA may furnish an all-weather enclosure/ guard station for use at the
Rental Car Ready Return Lot entrance if available. CCIA will supply a 2-
Page 23 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
way radio to Security Guard. Contractor furnished equipment shall be
subject to the inspection and approval of the Contract Administrator and
CCIA prior to being placed in service and during the life of this Contract.
F. Provided for O.N. Stevens
The City will provide the Contractor space in the Hearn Road Gate
Security Guard Station at the O.N. Stevens Water Treatment Plant. The
City will provide to the Contractor the use of landline telephones,
excluding long distance services. No other equipment will be provided
by the City. The City is responsible for the maintenance and upkeep of all
items noted above.
1.16 Contractor Furnished Supplies and Equipment
A. Requirements for City Hall and Frost Bank
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 Contract, including, but not limited to the alarm
monitoring equipment, two, two-way portable radios, and/or cellular
phone(s). 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.
B. Requirements for Corpus Christi Nueces County Public Health District
Except those items expressly noted as provided by CCNCPHD only, the
Contractor shall furnish all supplies and equipment required for the
execution of the Contract, including, but not limited to the two, two-way
portable radios and/or cellular phones. Contractor furnished equipment
shall be subject to the inspection and approval of the Contract
Administrator prior to being placed in service and during the life of this
Contract.
C. Requirements for Libraries
Except those items expressly noted as provided by the libraries, the
Contractor shall furnish all supplies and equipment required for the
execution of the Contract, including, but not limited to the fully functional
cellular phones. Contractor furnished equipment shall be subject to the
inspection and approval of the Contract Administrator prior to being
placed in service and during the life of this Contract.
D. Requirements for Airport
Page 24 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
Except those items expressly noted as provided by CCIA only, the
Contractor shall furnish all supplies and equipment required for the
execution of the Contract, including, but not limited to the two, two-way
portable radios and/or cellular phones, all safety equipment including a
current ANSI compliant safety vest, a flashlight, foul weather gear, and
any necessary office supplies. One two-way radio shall be provided to
the Airport Dispatch Center for directly line communication as required
by TSA Security Directives.
E. Requirements for O.N. Stevens
The Contractor shall furnish a cellular phone.
1.17 Security Guard Access to the Building
A. Requirements for City Hall and Frost Bank
A magnetic access card and one set of keys will be issued to the
Contractor. It shall be the Contractor's responsibility to ensure the keys
are safeguarded and that City Hall is secured at the end of each business
day, normally 6:00 pm or a time specified by the Contract Administrator.
The Contractor will be liable for re-keying, replacing, or otherwise altering
locks and security systems should these locks or systems become
compromised as a result of Contractor's or any Security Guard's
negligence. Since it is the responsibility of the Contractor to provide
adequate building security, the Contractor shall be liable for the loss of or
damage to any goods or materials which may occur as a result of
negligence or malpractice, theft, or tampering of any kind on the part of
the Contractor or any Security Guard.
B. Requirements for Corpus Christi-Nueces County Public Health District
Only CCNCPHD keys for those doors entering into common spaces will be
issued to the Contractor. It shall be the Contractor's responsibility to
ensure the keys are safeguarded and the building secured at the end of
each business day, normally 5:30 pm, Monday through Friday, or a time
specified by the Contract Administrator. The Contractor will be liable for
re-keying, replacing, or otherwise altering locks and security systems
should these locks or systems become compromised as a result of
Contractor's or any Security Guard's negligence. Since it is the
responsibility of the Contractor to provide adequate building security, the
Contractor shall be liable for the loss of any goods or materials which may
occur as a result of negligence or malpractice of any kind on the part of
the Contractor or its employees.
C. Requirements for Libraries
Page 25 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
Only La Retama Central Library's keys for those doors entering into
common spaces will be issued to the Contractor on a daily basis. It shall
be the Contractor's responsibility to ensure the keys are safeguarded and
the building secured at the end of each business day, normally 6:15 pm,
Monday through Friday and 1 :15 pm on Saturday, or a time specified by
the Contract Administrator. The Contractor will be liable for re-keying,
replacing, or otherwise altering locks and security systems should these
locks or systems become compromised as a result of Contractor's or any
Security Guard's negligence. Since it is the responsibility of the Contractor
to provide adequate building security, the Contractor shall be liable for
the loss of any goods or materials which may occur as a result of
negligence or malpractice of any kind on the part of the Contractor or its
employees.
D. Requirements for Airport
1 . A CCIA Access Control Media badge and one set of keys will be issued
to each individual employee of the Contractor. It shall be the
Individual/Contractor's responsibility to ensure the badge and any
keys are safeguarded and that they are accounted for. The
Contractor shall be responsible for the cost of the badge and the
deposit. Lost badges and keys may result in the revocation of
privileges in accordance with TSA rules and regulations (49 CFR Part
1520, 1540, and 1542) and reissue fees. The Contractor shall designate
two individuals as Signatory Authorities as per the TSA approved Airport
Security Program. It shall be the responsibility of the Signatories to
liaison with the Airport Badging Office for all access control related
issues including audits.
2. The Airport will provide onsite training for the performance of job-
related duties as well as each individual's responsibilities under the
CCIA ASP. Failure to comply with any Security Directive, the CCIA ASP,
or any procedure may necessitate the removal of the individual from
the post. The Contractor would need to be able to replace an
individual within four hours upon notification by CCIA for any reason.
Individuals may be subject to covert testing by the TSA or CCIA that
verify that the security guard is performing their required functions
satisfactory.
3. The Contractor will be liable for re-keying, replacing, or otherwise
altering locks and security systems should these locks or systems
become compromised as a result of Contractor's or any Security
Guard's negligence. Since it is the responsibility of the Contractor to
provide adequate building security, the Contractor shall be liable for
Page 26 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
the loss of or damage to any goods or materials which may occur as
a result of negligence or malpractice, theft, or tampering of any kind
on the part of the Contractor or any Security Guard. The Contractor
will also be responsible for paying any fines levied by TSA against CCIA
due to the failure of the individual to perform their function in
accordance with TSA and CCIA rules and regulations.
C. Requirements for O.N. Stevens
A set of keys will be issued to the Contractor, and it shall be the
Contractor's responsibility to ensure the keys are safeguarded and the
Guard shack and Hearn Road entry gate at the O.N. Stevens Water
Treatment Plant is secured at the end of each business day, normally 4:00
pm or a time specified by the Contract Administrator. The Contractor will
be liable for re-keying, replacing, or otherwise altering locks and security
systems should these locks or systems become compromised as a result of
Contractor's or any Security Guard's negligence. Since it is the
responsibility of the Contractor to provide adequate building security, the
Contractor shall be liable for the loss of or damage to any goods or
materials which may occur as a result of negligence or malpractice, theft,
or tampering of any kind on the part of the Contractor or any Security
Guard.
1.18 Special Instructions to the Contractor (All Facilities)
A. The Contract Administrator will provide special instructions pertaining to
the smooth and efficient operation of Security Guard Surveillance and
monitoring services for all Facilities. Such instructions will be provided in
three categories:
1 . Written standing instructions which will be directives of a permanent
nature that will remain in force until formally changed or canceled.
These will be instructions that pertain to the normal operation and
preservation of good order and efficiency within the building and
environs for all Facilities.
2. Written temporary instructions will be related to the specific event or
operation which is expected to be completed during a specific time
frame. These instructions will normally be canceled on completion of
the event or operation for which they are written.
3. Verbal temporary instructions will be provided to the Contractor by the
Contract Administrator, or designee, to address unforeseen incidents
or problems which may develop. They will pertain only to the specific
situation for which they are provided.
Page 27 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
B. While it shall be the responsibility of the Contractor to carry out such
special instructions given by the Contractor Administrator, it is the
obligation of the Contractor to offer comment or recommendations
regarding any such instructions which may bear improvement or be
contrary to established security practices. Such comment or
recommendation may be given verbally but must be followed by written
notice to the Contract Administrator from the Contractor.
C. Special instructions to the Contractor will be given only by the Contract
Administrator or designee specified in writing. Further, the City agrees that
any claims arising from third parties against the Contractor for acts and/or
omissions directed by the City and giving rise to such claims are the
responsibility of the City unless negligence or malpractice on the part of
the Contractor or any Security Guard is indicated. Each party waives any
and all rights of recovery against the other party for damage to the
premises or loss of property as a result of fire or force majeure except in
instances involving the negligence or malpractice of either party.
1.19 City Contract Administrator (All Facilities)
The Contract Administrator for the City of Corpus Christi is the Contract
Manager assigned to the Finance-Procurement Department. The Contract
Administrator shall be the single point of contact for the Contractor for all
matters and shall keep all records pertaining to this contract. The Contract
Administrator shall approve all phases of performance and operations under
this contract including authorization for payment. The Contract
Administrator or his/her designee shall be the single point of contact for the
Contractor for all matters.
Page 28 of 28
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
(,o�cP j� �� CITY OF CORPUS CHRISTI
Pricing Form
t r- =
CONTRACTS AND PROCUREMENT
RFP No. 4456
- Y852=-
Uniformed Security Guard Services
PAGE 1 OF 3
DATE: December 1,2022 -_
Signal of Corpus Christi
PROPOSER AIiTHtSRIZED SIGNATURE
1. Refer to "Instructions to Proposers" and Contract Terms and Conditions before
completing proposal.
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.
Qty for 12 Unit
Item Description i months Unit i Price Total Price
- -
Group A
1.0 City Hall-Estimated hours of security
service required for 12 months
Hall I
Screeners-Unarmed Guards
rios -e_ at City Hall
Shift R-Unormed Guards oosted at Cit
Hall
I at City Hall
Hall
Addendum No. 1—Revised Pricing Form
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
Paq,e2-of 3
Weekend Shift-Unarmed Guards posted
at Citya
2.0 Frost Bank-Estimated hours of security j
service required for 12 months
Harmed level 2 Securit Guards osted
af Frostan
Corpus Christi-Nueces County Public
3.0 Health District-Estimated hours of security
service required for 12 months
Total Per Year for Group A
3 Year Total for Group A (Includes 3%increase in yr 2 and 3)
Group B
1.0 City's Public Libraries-Estimated hours of
security service required for 12 months
7 Armed Level 2 Security Guard posted at
1.1 La Retama Central Libra/ 2,340 HRS $23A0/Hr $53,820
Unarmed Level 2 Security Guard posted I j
1.2 1,572 HRS , $19.95/Hr $31,361.40
at Ben F. McDonald Public Library_
- - -1. - — -- -T.-- -
3 Unarmed Security Guard posted at Dr. 1,541 HRS
Ciotilde P. Garcia Public Libra. $19.95/Hr $30,742.95
1.4 Unarmed Security Guard posted at Janet 1,$60 HRS
F Harte Public Library $19.95/Hr $31,122
1.5 - - 1,560 HRS $19.95/Hri $31,122
Unarmed Security Guards posted at Anita
& W.T. Neyland Public Librar
Unarmed Security Guard posted at Own
1.6 R. Hoakins Public Library 1,560 HRS $19.95/Hr $31,122
Corpus Christi International Airport-
2.0 Estimated hours of security service
required for 12 months
2.1 Unarmed Security Guard posted at CCIA 8,736 HRS ,$19.951Hr $174,283.20
Total Per Year for Group B $383.573.55
3 Year Total for Group B (Includes 3%increase in yr 2 and 3) I $1,185,587.49
roup..
O.N. Stevens Water Treatment Plant-
1.0 Estimated hours of security service
required for 12 months-
W1 I WIN
Leopard St. Gate
Addendum No. 1-Revised Pricing Form
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
Page 3of3
Rd. Gate
J.C. Elliott Landfill-Estimated hours of
2'0
security service required for 12 months
I MINk4m Wil
3.0 Cale Park Pier and Plaza-Estimated hours
of security required for 12 months
Total Per Year
3 Year Total for Group C (includes 3%increase in yr2 and 3)
Additional Hours as Needed
1.0 Miscellaneous Hours
1.1 Armed Guard 1,000 HRS $23.00/Hri $23,000
1.2 ' Unarmed Guard 2,500 HRS $19.95/Hr $49,875
2.0 ! Overtime
12.1 Armed Guard 500 HRS 434.50/Hr $17,250
2.2 Unarmed Guard 1 200 HRS 1$29.95/Hr $5,990
Total Per Year $96,115 'I
3 Year Total $297.081.85j
GRAND TOTAL (Includes 3%increase in yr 2 and 3)
Contractor is being awarded Group B and Additional Hours as Needed.
Addendum No.1—Revised Pricing Form
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
Attachment C: Insurance and Bond 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 Purchasing Director one
(1) copy 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 shall be included as an
additional insured, to the extent of the Contractor's indemnification obligations
under the resultant contract and up to the required insurance coverage amount,
on the General Liability and Auto Liability policies. Additional insured coverage
under the foregoing policies may be provided by a blanket endorsement that
covers additional insureds where required by written contract. A waiver of
subrogation endorsement is also 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 Bodily Injury and Property
cancellation,non-renewal, material Damage
change or termination required on Per occurrence - aggregate
all certificates and policies.
COMMERCIAL GENERAL LIABILITY $1 ,000,000 Per Occurrence
including: $1,000,000 Aggregate
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'S COMPENSATION Statutory and complies with Part
(All States Endorsement if Company B of this Exhibit.
is not domiciled in Texas)
Employers Liability $500,000/$500,000/$500,000
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
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.
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 statutory amounts
according to the Texas Department of Insurance, Division of Workers'
Compensation. 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 renewal certificates of insurance
throughout the term of this contract and any extensions within 10 days of the
policy expiration dates. 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:
• Include the City and its officers, officials, employees and volunteers as additional
insureds, to the extend of the Contractor's indemnification obligations under the
resultant contract and up to the required insurance coverage amount, on all
policies with the exception of the workers' compensation policy. Additional
insured coverage under such policies may be provided by a blanket
endorsement that covers additional insureds where required by written contract;
• 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
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
• 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
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.
2022 Insurance Requirements Exhibit
Citywide Armed Security Guard Services
07/06/2022 Risk Management - Legal Dept.
No bonds are required for this service agreement.
DocuSign Envelope ID:6180C434-3331-49A6-B188-C36250FDA571
Attachment D: Warranty Requirements
No warranty is required for this service agreement.