HomeMy WebLinkAboutR-2017-019 Extending Janitorial Services RESOLUTION NO. R-2017-019
A RESOLUTION EXTENDING THE CITY OF RIVERSIDE JANITORIAL SERVICES TO TOWN
&COUNTRY BUILDING SERVICES AND APPROVING EXECUTION OF A CONTRACT FOR
2017-2018 IN CONNECTION WITH THE PROVISION OF SUCH SERVICES IN AN AMOUNT
NOT TO EXCEED $24,360
WHEREAS, pursuant to Resolution R-2016-009 (attached hereto as Exhibit A), the City
approved a contract with Town and Country Building Services for janitorial services for the
Community Center and Public Safety facilities , including daily, weekly, monthly, and annual
cleaning services detailed; and
WHEREAS, pursuant to Resolution R-2016-009 the city approved the contract with
Town and Country Building Services for a one (1) year term, in an amount not to exceed
$27,300 annually; and
WHEREAS, pursuant to Resolution R-2016-009 such contract agreement provides for
the ability to extend such contract for four (4) additional one year terms as set forth in Exhibit A
attached hereto; and
WHEREAS, pursuant to Resolution R-2016-009, Exhibit A, Section 3. Payment. The
July 1, 2017 thru June 30, 2018 renewal, shall reflect a contract price adjustment of-$2,940.00
(- $245.00 per month) for decreased services in the Fire Department as mutually agreed upon
by the Public Works Director and Contractor; and
WHEREAS, the Board of Aldermen find it is in the best interest of the City to extend
such contract agreement for July 1, 2017 thru June 30, 2018 as set forth herein, authorizing and
approving the first extension of the agreement with Town & Country Building Services, North
Kansas City, Missouri, to perform such services for the Riverside Community Center and Public
Safety Departments, in an amount not to exceed $24,360;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE
CITY OF RIVERSIDE, MISSOURI, AS FOLLOWS:
THAT the contract agreement between Town & Country Building Services, North Kansas
City, Missouri, for janitorial services of the Community Center and Public Safety Department be
extended for 2017, a one (1) year term, with the option to renew for up to three (3) additional one
year terms, in the revised annual amount of $24,360.00 and such additional years as set forth in
Exhibit A attached hereto, is hereby accepted and approved; 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.
JI� PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside, Missouri, the
day of April, 2017.
"��
Mhor Kathleen L. Ros
obin Kincaid, City t lew
o M
RESOLUTION NO. R-2017-019
EXHIBIT A
AGREEMENT
THIS AGREEMENT, made and entered into this.!�±— day of 20J, (the "Effective
Date") by Town and Country Building Services (hereinafter "Cont ctor") and the City of Riverside,
Missouri(hereinafter"City").
City and Contractor agree as follows:
SECTION 1. Terre of Agreement. This Agreement shall begin as of July 1, 2017 and shall end on
June 30, 2018, with the option to be renewed for up to three (3) additional one (1) year periods upon
mutually agreeable terms for 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
$24,360.00, 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.
SECTIONS. 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-2017-018
(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/Foreian 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-2017-019
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: TOWN& COUNTRY BUILDING SERVICES
BY:
NAME: �Shtr �t%[/lis
TITLE: �ccoult �KCLUL
DATE:
RESOLUTION NO. R-2017-018
CITYOFR E�RS�IADE�,�MI�SSOURI:
it Q��1�(�/w
KATHLE L. ROSE, MAYOR
DATE: pr', t 4 ap
ATT�SF "
, e
dOBI,M K(WCAID,CIIYCLERK
. e
DATE(MMIMYYYY)
CERTIFICATE OF LIABILITY INSURANCE 7/28/2016
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CER
TFICATE HOLDER. THIS
C FICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REF RESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMP RTANT: If the certificate holder Is an ADDITIONAL INSURED, the pokey(") must be endorsed. If SUBROGATION IS WAIVED, subject to
the arms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not Confer rights to the
cert ficate holder in lieu of such endorsement(s).
PROD ER
K C METRO INSURANCE
13 SW 3rd St F"'PHDNE (816)347-9099 _(,A, NCJ816)347-7434
T[CMErroinseaO .COM
Le s Svtamit, NO 64063 -
INSURERISI AFFORDING COVERAGE NAICa
ESSEX INSURANCE CO
INSUR D TOWN S COUNTRY MKTG/BERN INC.--SCS/MO INSURERB: THE HARTFORD INSURANCE CO
KS , MO Carts OLD REPUBLIC SURETY CO.
1828 SWIFT, SUITE 300 INSURER D:GRANITE STATE INSURANCE COMPANY
NORTH KANSAS CITY, NO 64116 INSURER S, NAxxotmt oNtON Fln MSURANCE COMHANT
INSURER F
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS S TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDIC kTED NOTYATHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT"TH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCL SIONSAND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BYPAID CLAIMS,
LTR TYPE OF INSURANCE
LIMITS
COMMERCIAL GENERAL UABILnY EACH OCCURRENCE 8 11000 OOO
CLAIMS-MADE ®OCCUR PREMISES(ED*rXXrrvxv) $ 50!000
BLKT ADDL INS 3ED5932 07/30/16 7/30/17 MEDEXP An arw erem s EXCLUDED
A BY CONTRACT PERSONAL B ADV INJURY 5 11000,000
G N'L AGGREGATE LIMITAPPUES PER: GENERAL AGGREGATE S 2,000,000
PRO-
POLwv JECT I�LOC PRODUCTS-COMPIOPAGG S 1,000,000
OTHER E
A OMOSILEUASIUTY ae�ae• I L 8 $
r
UUU
ANYAUTO BODILYINJURY(Per Pmw) S
ALL CLAMED SCHEDULED
B AUTO$ AUTOS BOOBY IWURY(Per acudare) S
HIRED AUTOS X AUTO ED 37UECP06776SA 07/30/16 U7/30/17 R 5
S
UMBRELLA JAS X OCCUR EACH OCCURRENCE 2,000,000
E EXCESS UAB EBII023073257 07/30/16 7/30/17
tAIM"g0E AGGREGATE
DED RETENTION s $ I
SERO PRODUCTS AG 2,000,000
RKERS COMPENSATION
AN EMPLOYERS'LIABILITY MOJEEETUM
D AN ICER/1SMBERRE%RUOED XECUTIYE N MIA WC001646121 07/30/115U7/30/17 E.L.EACH ACCIDENT 8 11000,000
If Atory 61 NN) EL.DISEASE-FAEMPLOYEE $If ,darcri In Niq
I . F OPERATIONS DAxt EIQSEASF-POUtYUMIT 11000,000
C
B SINESS SERVICE RBS 0319615 07/30/16 7/30/17 PER EMP $50,000
DESCRip ncN OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101.Add4aMl Remarb BtlmdJe,may toaewwaa moreapero MroquireC)
CATE CANCELLATION
CITY OF RIVERSIDE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
4200 NW RIVERSIDE THE EXPIRATION DATE THEREOF. NOTICE WILL SE DELIVERED IN
RIVERSIDE, NO 64150 ACCORDANCE WITH THE POLICY PROVISIONS.
FAX: 816-746-8349
AUTHORIZED REPRESENTATIVE
•
®1988-2014 ACORD CORPORATION.All rights reserved.
ACORD25(2014/01) The ACORD name and logo are registered marks of ACORD