HomeMy WebLinkAboutR-2016-009 Janitorial Services Town & Country Building Services RESOLUTION NO. R-2016-009
A RESOLUTION AWARDING THE BID FOR CITY OF RIVERSIDE JANITORIAL SERVICES
TO TOWN & COUNTRY BUILDING SERVICES AND APPROVING EXECUTION OF A
CONTRACT IN CONNECTION WITH THE PROVISION OF SUCH SERVICES
WHEREAS, the City of Riverside, Missouri issued an invitation to bid to contractors for
janitorial services for the Community Center and Public Safety facilities , including daily, weekly,
monthly, and annual cleaning services detailed; and
WHEREAS, the invitation to bid included a request for the separate cost of optional
additional services and schedules for City Hall and Public Works, to be provided upon request
on an as needed basis; and
WHEREAS, two written bids were received from vendors to provide such services; and
WHEREAS, the purchasing policy adopted by the City provides for award of a bid to the
lowest responsible bidder with due consideration given to the quality of previous performance of
the contractor as well as the quality of service for this particular use required; and
WHEREAS, following an investigation of services and references, staff has
recommended award of the bid to Town & Country Building Services, North Kansas City,
Missouri as the lowest responsible bidder; and
WHEREAS, the Board of Aldermen find it is in the best interest of the City to enter into
an agreement with Town & Country Building Services, North Kansas City, Missouri, to perform
such services for the Riverside Community Center and Public Safety Department;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE
CITY OF RIVERSIDE, MISSOURI, AS FOLLOWS:
THAT the bid of Town & Country Building Services, North Kansas City, Missouri, for
janitorial services of the Community Center and Public Safety Department for a one (1) year
term, with the option to renew for up to four (4) additional one year terms, in the amount of
$27,300.00 annually and such additional years as set forth in Exhibit A attached hereto, is
hereby accepted; and
FURTHER THAT the City Administrator, Mayor and other appropriate City officials are
hereby authorized to execute an agreement in substantially the same form as attached hereto in
Exhibit A, along with all other documents necessary to carry out the terms and conditions of
such bid award and the City Clerk is authorized to attest thereto.
PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside, Missouri,
the 15`h day of March, 2016. 0
Mayor Kathleen L. Rose
A-MSt:
n
°Robih. ttretl, C.i y C�erk
RESOLUTION NO. R-2016-009
EXHIBIT A
AGREEMENT
�Y
THIS AGREEMENT, made and entered into this « day of 20 , (the "Effective
Date") by To w)A) (hereinafter "Contractor") an the City of Riverside, Missouri
(hereinafter"City").
City and Contractor agree as follows:
SECTION 1. Term of Agreement. This Agreement shall begin as of the Effective Date and shall
continue until June 30, 2017, with the option to be renewed for up to four (4) additional one (1) year
periods upon mutually agreeable terms for 2018, 2019, 2020, and 2021.
SECTION 2. Scope of Services. The Contractor shall provide the Project Services described in and
subject to the conditions contained in the Request for Proposals for The City of Riverside Janitorial
Services, hereby incorporated by this reference into this Agreement as if set forth in full. The Contractor
will hire, train, supervise, direct the work of, and discharge all personnel engaged by them to perform the
Project Services. The Contractor is solely responsible for payment of wages, salaries, fringe benefits and
other compensation of, or claimed by, the Contractor's personnel in the performance of the Project
Services, including, without limitation, contributions to any employee benefit plans and all payroll taxes.
Contractor shall be responsible to pay all costs for permits, licenses, fees and insurance which may be
required to perform the work required.
SECTION 3. Payment. The parties agree that the total annualized cost for Project Services is
$ 27,300.00, which shall be payable upon invoice in twelve monthly and equal installments provided
that this Agreement has not been terminated as provided herein.
SECTION 4. Federal Work Authorization. Pursuant to RSMo 285.530(1), by its sworn affidavit in
substantially the form included in the bid documents and incorporated herein, Contractor hereby affirms
its enrollment and participation in a federal work authorization program with respect to the employees
working in connection with the contracted services. Furthermore, Contractor affirms that it does not
knowingly employ any person who is an unauthorized alien in connection with the contracted services.
SECTION 5. Insurance Requirements.
A. General Provisions. Contractor shall file (by the Effective Date) with the City evidence of
liability insurance that is consistent with the amounts and endorsements set forth below, and
shall maintain such insurance until this contract is terminated.
B. Limits and Coverage.
1. Commercial General Liability Insurance: Commercial General Liability Coverage in an
aggregate amount of not less than $2,000,000 for all claims arising out of a single accident or
occurrence and $500,000 for any one person in a single accident of occurrence.
a. The following endorsements shall attach to the policy:
(i) The policy shall cover personal injury as well as bodily injury.
(ii) The policy shall cover blanket contractual liability subject to the standard universal
exclusions of contractual liability included in the carrier's standard endorsement as to
bodily injuries, personal injuries and property damage.
(iii) Broad form property damage liability shall be afforded.
RESOLUTION NO. R-2016-009
(iv) The City shall be listed as an additional insured.
(v) The City shall be notified in writing at least 30 days prior to cancellation of the policy.
2. Workers' Compensation Insurance: The Contractor shall obtain and maintain Workers'
Compensation Insurance for a limit of$1,000,000 for all of their respective employees, and in
case any work is sublet, the Contractor shall require any subcontractors to provide Workers'
Compensation insurance for all subcontractors' employees, in compliance with Missouri law.
The Contractor hereby indemnifies the City for any damage resulting to it from failure of either
the Contractor or any contractor or subcontractor to obtain and maintain such insurance.
SECTION 6. General Conditions
A. General Independent Contractor Clause. This agreement does not create an employee/employer
relationship between the parties. It is the parties' intention that the Contractor will be an
independent contractor and not the City's employee for all purposes, including, but not limited to,
the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal
Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the
provisions of the Internal Revenue Code, Missouri Revenue and Taxation laws, Missouri
Workers' Compensation and Unemployment Insurance laws.
B. Termination. The City shall have the right at any time by written notice to Contractor to terminate
and cancel this contract, without cause, for the convenience of the City, and Contractor shall
immediately stop work. In such event City shall not be liable to Contractor except for payment for
actual work performed prior to such notice in an amount proportionate to the completed contract
price.
C. Sub-Contracts. The Contractor shall not execute an agreement with any sub-contractor to
perform any work under this Agreement until Contractor has the written consent of the City, which
may be granted in its sole discretion.
D. Indemnity and Hold Harmless The Contractor shall defend, indemnify and save harmless the City,
its elected or appointed officials, agents and employees (individual and/or official capacity) from
and against any and all claims, liability, suits, damages, costs (including attorney fees), losses,
outlays and expenses in any manner caused in whole or in part by Contractor and arising out of
services performed by Contractor under this Agreement.
E. Conflict of Interest. In accepting this contract, Contractor certifies that no member or officer of its
firm or corporation is an officer or employee of the City, or any of its boards or agencies, and
further that no officer or employee of the City has any financial interest, direct or indirect, in this
contract. All provisions of RSMo. Section 105.450 et seq. shall not be violated.
F. Assignment. The Contractor shall not assign in whole or in part any interest in this agreement,
and shall not transfer any interest in the same (whether by assignment or novation), without prior
written consent of the City.
G. Nondiscrimination. The Contractor agrees in the performance of this agreement not to
discriminate on the grounds or because of race, creed, color, national origin or ancestry, sex,
religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or
applicant for employment.
H. Nonresident/Foreign Contractors. The Contractor shall procure and maintain during the life of
this contract: i) If the Contractor is a foreign corporation, a certificate of authority to transact
business in the State of Missouri from the Secretary of State, unless exempt pursuant to the
provisions of Section 351.570 R.S.Mo.; ii) A certificate from the Missouri Director of Revenue
evidencing compliance with the transient employer financial assurance law, unless exempt
pursuant to the provisions of Section 285.230 RSMo.
RESOLUTION NO. R-2016-009
I. Notices. Any notice, approval or other communication between the City and the Contractor
pursuant to this Agreement shall be made in writing and shall be deemed to be effective upon
receipt or refusal of service and may be given by personal delivery, courier, reliable overnight
delivery or deposit in the United States mail, postage prepaid, registered or certified, return
receipt requested, to the address specified below or to such other address as may later be
designated by written notice of the other party:
The City: City of Riverside
Attn: Robin Kincaid, City Clerk
2950 NW Vivion Road
Riverside, Missouri 64150
Contractor: Town & Country Building Services
Attn: Asher Phillips, Account Executive
1828 Swift#300
North Kansas City, Missouri 64118
Nothing contained in this section shall be construed to restrict the transmission of routine
communications between representatives of the City and the Contractor.
J. Entire Agreement. This agreement contains the entire agreement of the parties. No modification,
amendment, or waiver of any of the provisions of this agreement shall be effective unless in
writing specifically referring hereto, and signed by both parties.
K. Jurisdiction. This agreement and every question arising hereunder shall be construed or
determined according to the laws of the State of Missouri. Should any part of this agreement be
adjudicated, venue shall be proper only in the Circuit Court of Platte County, Missouri.
L. Compliance with All Laws. Contractor shall comply with all applicable federal, state, local, and
other governmental laws, ordinances, statutes, rules, regulations. Contractor shall secure all
permits from public and private sources necessary for performance of the Project Services.
IN WITNESS WHEREOF, the Contractor and the City have executed this Agreement as of the Effective Date.
CONTRACTOR: TON & COUNTRY BUILDING SERVICES
BY: �l�r.,� .,,�� ( I
NAME:
TITLE: �G�o44 C�:CnZ11
DATE: ?"17-2v16
RESOLUTION NO. R-2016-009
CITY OF/RIVERSIDE,))MISSOURI:
61149_�—)
KATHLEEN L. ROSE, MAYOR
DATE: to
A7't�`
ROBIN KII(CAID,`CITY CLERK
WORK AUTHORIZATION AFFIDAVIT
PURSUANT TO 285.530, RSMo
STATE OF MISSOURI )
ss.
COUNTY OF 0-1" )
As used in this Affidavit,the following terms shall have the following meanings:
EMPLOYEE: Any person performing work or service of any kind or character for hire within the State of
Missouri.
FEDERAL WORK AUTHORIZATION PROGRAM: Any of the electronic verification of work authorization programs
operated by the United States Department of Homeland Security or an equivalent federal work authorization
program operated by the United States Department of Homeland Security to verify information of newly hired
employees, under the Immigration Reform and Control Act of 1986 (IRCA), P.L.99-603.
KNOWINGLY: A person acts knowingly or with knowledge, (a)with respect to the person's conduct or to
attendant circumstances when the person is aware of the nature of the person's conduct or that those
circumstances exist; or(b)with respect to a result of the person's conduct when the person is aware that the
person's conduct is practically certain to cause that result.
UNAUTHORIZED ALIEN: An alien who does not have the legal right or authorization under federal law to work in
the United States, as defined in 8 U.S.C. 1324a(h)(3).
BEFORE ME,the undersigned authority, personally appeared AsL%-4-.z ) +-UPS,who, being duly sworn,
states on his oath or affirmation as follows:
1. My name is Arkx( Phi((i S and I am currently the QArzSA1k a14vY.Of
7bL„n) d (LW- (IJ?v1LN SCcI//CsS (hereinafter"Contractor"),whose business
address is I$.2? SWIWl 030o ANCC ,An 41/0 and I am authorized to make this
Affidavit.
2. 1 am of sound mind and capable of making this Affidavit, and am personally acquainted with the facts stated
herein.
3.Contractor is enrolled in and participates in a federal work authorization program with respect to the
employees working in connection with the City of Riverside Janitorial Services Project.
4. Contractor does not knowingly employ any person who is an unauthorized alien in connection with the
contracted services set forth above.
Affiant
As�cr e �
Printed Name
r�
Subscribed and sworn to before me this 23 ' day of Fe-6 ruo-r 2016.
(L�/ a
Notary Public CAROL A. BARKER
Notary Public, Notary Sea[
8 SiClaOCMissouri
commlasl9yn 114951941
My commission Expires March 22, 2018
BID FORM
CITY OF RIVERSIDE JANITORIAL SERVICES
Total Annual Price (to be payable in twelve monthly installments,and is inclusive of all labor, materials,
equipment and supplies):
$ 27, 300.,00
The undersigned certifies that he/she has the authority to bind the company in a Contract to supply the
commodity or service in accordance with all terms, conditions, and pricing specified herein or to offer a "no bid".
Please type or print the information below.
COMPANY NAME TELEPHONE NUMBER
7Dw,) i C,vr rKy gwLAiC)(, seeuic1-s g/L- 1121 -2525
STREET ADDRESS FAX
1828 SWIF-r 0�300 $14- Y21 - 3W'?
CITY, STATE,ZIP EMAIL
NIS, mo 64il! $ �Ipl„A,� �d S S. am
AUTHORIZED REPRESENTATIVE (PRINT) TITLE
sly - Pini s ACGa.wT Vx-
AUTHORIZED SIGNATURE DATE
iewL ,2-22- 20/6
TAX ID# ENTITY TYPE(Corporation, LLC,Sole
4; 1�3 l z� Proprietor, Partnership)
T CvRPo2+e'fl�n1
7
CERTIFICATE OF LIABILITY INSURANCE 17/24/2Mate"""
THIS CER71FICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLOER TNIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THF POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSUREf44 Au7HORMEO
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: N the Certificate holder is an ADDITIONAL INSURED, the Polley(lee) must be endorsed H SUBROGATION IS WANED, subject to
the IMIN a and conditions of the Polley,ea1Wn poodles may re4uhe m endavermalt. ANdatan mt on this Crdlicaw dose-not confer dgh%to ti?e
eerdflents holder In lieu of Such mdoreemm s.
PRODUCER
K C METRO INSURANCE PHONE13A816 347-9099 (ei6)3a7-743a
Lee SW 3rd St JnQ . Cmc o.1na ao .coca
Lees Summit, MO 64063 HSUR a ,use INa covERAGe N/HCS
wsuRFgA,ZSSEX INSURANCECO
INSURED TOWN i COUNTRY MKTG/SERV INC.--RS/MO NSURERS:THE HARTFORD INSURANCE CO
KS , MO Certs .OLD REPUBLIC SURETY CO.
1828 SWIFT, SUITE 300 INSLIRERO:GRANITE STATE INSURANCE COMPANY.
NORTH KANSAS CITY, MO 64116 NATIONAL UNMON FIRS IyM Wr IMER
COVERAGES CEFMCATE NUMBER: REVISION NUMBER
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAILED ABOVE FOR ME POLICY PGmoo
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH?HRT
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONORIONS OF SUCH POLICIES.trR3 SHOWN MAY HAVE BEER REWCED BYPgID CLANS.
LTR TYPE OF INSURANCENUMBERC LIMITS!.
X COMMERCIAL SEVERAL LIABILITY EACH OCCURRENCE !—L'00O.'.000
000
(IAWSMADE E)OCCUR so,000
BLKT ADDL INS 3DT5979 07/30/1507/30/16 M EXPr ens enm EXCLUDED.
A BY CONTRACT P(BtsDNN.aAwuaAIRY 1,000,000
GENT.AGGREGATE UMITAPPLIES PER GENERAL AGGREGATE 1 2,000,000
X POLICYO%cof ❑LOC PRODUCTS-COMPIOPAGG 1,000,000
L
AUTOMOBILELMBLRY
a / r
ANYAUTO 37UECP06776 BDOILvsuuRY IPNPNrA1 $
LOIANEO SCHEDULEDAUTOS AUTOS 80DLY INIURV TPNeNden) f
B X MHIREDATOS X MON-OWNED 07/30/1507/30/1 s.
AUTOS
s
X UMBRFALALIAR X OCCUR EBU057709711 07/30/1507/30/16 EACH OCCURREN s 2.,000,000
E EXCESS LIAR CLAIMS-MADE AGGREGATE /
ZERO PRODUCTS AG 1--2—,0-00000
WORIERSCOMPENSATION
V PPRROP�N6TG�RIPARTNERIEYECUTIVE WC001646121 07/30/1507/30/16 F 1, 00,000
D OFRCERMEMBER EXCLUDED? N NIA
(Menhum,In NN) E.L -EIAEMPIOYEE S J-fUVVIVUU
Ir eNUMreN
C
BUSINESS SERVICE RBS 0319615 07/30/1507/30/1 PER EMP $50,000
oEscRPnaN of oPERAnonslLocwnoNB/vEHuaFs(ACARID?o?,A,N,sEomlw�,bad.d,as,,,ry1..o.dwr,m..PFw 1...elwnl
SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE
TME EXPIRATION DATE THEREOF. MOTOR WILL i DELIVERED M
ACCORDANCE WITHTHEPOLICYPROVNSIONS
AUTHORIZED REPRESENTATIVE
►de if*"tea
01988-2014 ACORD CORPORATION.All rights reserved.
ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD
ADDITIONAL SERVICES
COMMUNITY CENTER STRIP AND WAX - $995.00
PUBLIC SAFETY QUARTERLY DEEP CLEAN - $275.00
CITY HALL GENERAL CLEANING - $70.00
CITY HALL DEEP CLEAN - $275.00
CITY HALL STRIP AND WAX - $275.00
PUBLIC WORKS GENERAL CLEANING - $35.00
PUBLIC WORKS STRIP AND WAX - $395.00