Loading...
HomeMy WebLinkAboutR2023-188 2023-08-14DocuSign Envelope ID: 400032D9-2DAD-4015-895C-9F8133C766A2 RESOLUTION NO. R2023-188 A Resolution of the City Council of the City of Pearland, Texas, awarding a 3 - year contract (1 -year term with 2 renewals) for cleaning services (City Facilities) to A & A Cleaning Services, in the annual estimated amount of $583,127.24, beginning August 15, 2023 and ending August 14, 2024. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That the City has obtained competitive bids for custodial services. Section 2. That the City Council hereby awards a contract to A & A Cleaning Services, in the estimated amount of $583,127.24. Section 3. The City Manager or his designee is hereby authorized to execute a contract for custodial services. PASSED, APPROVED and ADOPTED this the 14th day of August, A.D., 2023. - DocuSigned by: 2 F80B ii4g8C2M^ 75... J. KEVIN COLE MAYOR ATTEST: DocuSigned by: Fra n ws QluLar FRS/ I SFAeUILAR, TRMC, MCC CITY SECRETARY APPROVED AS TO FORM: DocuSigned by: '-E13CAS98BBWFlB6 DARRIN M. COKER CITY ATTORNEY DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 City of Pearland 3519 Liberty Drive Pearland, TX 77581 SERVICE CONTRACT NO. # RFP0423-10 For Custodial Services THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home- rule municipal corporation ("City") and A&A Cleaning Services ("Contractor"), and consisting of the following parts: Summary of Contract Terms Signatures Standard Contractual Provisions Special Terms and Conditions Additional Contract Attachments I. Summary of Contract Terms. Contractor: Description of Services: Contract Amount: Effective Date: End Date: Renewals: Resolution No/Bid No: II. Signatures �R RLAND ktn,btrtt ' V L44 i"LI E- C8Dzc20004CE A & A Cleaning Services 2810 Wagon Trail Pearland, TX 77588-1277 Contractor will provide City of Pearland custodial services as needed, in accordance with specifications of Bid/Quote/Coop Contract #0423-10. $583,127.24 August 15, 2023 August 14, 2024 (4 ) renewal options available, upon mutual agreement of both parties. R2023-188, RFP 0423-10 CONTRACTOR 8/17/2023 1 11:45 c\ \c\\I� (` (' � Date Title: P S �J Purchasin�,:Officer NIA ocu igne 8/17/2023 112:29 IkroD1 - a s - rC 8D12 C71Ch211... *Signed by: Date Superintendent/Manager Director Deputy/Assistant City Manager City Manager *City Contract Signature Authority: Service Contract Standard Form Approved as to Legal Form 6.28.2021 Superintendent/Manager — up to $10,000 Director - $10,001 - $30,000 City Manager/Deputy/Assistant City Manager - $30,001 + City Council Resolution over $50,000 Ll-c Page 1 of 7 DocuSign Envelope ID: E006FD45-0E43-4BE3-9067-A49EFACF0445 III. Standard Contract Provisions WHEREAS, Contractor has bid to provide Services ("Services") in response to Request for Bid/Proposal or Quote No. 0423-10 ("Solicitation"), which Solicitation includes the required scope of work and all specifications and which Solicitation and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Contract 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 Services in accordance with the attached Scope of Work, as detailed in Attachment A, the content of which is incorporated by reference into this Contract as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. This Contract is for (1) ONE years, with performance commencing upon the effective date or the date of issuance of the notice to proceed issued by the Contract Administrator or the Purchasing Division, or upon the performance date listed in the notice to proceed, whichever is later. The parties may mutually extend the Term of this Contract for up to (4) four additional one-year periods ("Option Period(s)"), provided, the parties do so by written amendment prior to the expiration of the original term or the then - current Option Period. The City's extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. This Contract is for an estimated amount of $583,127.24, subject to approved extensions and changes. Payment will be made for Services completed and accepted by the City within thirty (30) days of acceptance, subject to receipt of an acceptable invoice. Contractor shall invoice no more frequently than once per month. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated, in its entirety, by reference into this Contract. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next option period. Invoices will be emailed to the following email address with a copy provided to the Contract Administrator: City of Pearland Attn: Accounts Payable Email: accountspayable(a�pearlandtx.gov 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Contract, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Contract is as follows: Name: Francesca Beltran Department: Engineering & Public Works Phone: 281.652.1946 Email: fbeltran(c�pearlandtx.gov 5. Insurance; Bonds. (A) Before performance can begin under this Contract, the Contractor must deliver a Certificate of Insurance ("COI"), as proof of the required insurance coverages, to the City's Contract Administrator. Additionally, the COI must state that the City shall be provided no less than thirty (30) days' advance written notice of cancellation, material Service Contract Standard Form Page 2 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 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 ten (10) days of the City Manager or his designee's written request. Insurance requirements are as stated in Attachment C, the entirety of which is incorporated by reference into this Contract. (B) Contractor shall provide any required payment bond, performance bond, or both, prior to commencement of performance under this Contract. The terms, conditions, and amounts of the bonds and appropriate surety information shall be included in the RFB/RFP or as may be added to Attachment C, and such content, the entirety of which, shall be incorporated into this Contract. 6. Purchase Release Order. For multiple -release purchases of Services 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: the authorized City department or division shall send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order shall refer to this Contract, and Services shall 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, shall be paid by the Contractor within thirty (30) days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Contract 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 Contract shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated therein. Attachment D, the entirety of which, is attached to this is incorporated into this Contract. (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 Contract including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non -Appropriation. The continuation of this Contract after the close of any fiscal year ofthe City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Contract 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 Service Contract Standard Form Page 3 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: E006FD45-0E43-4BE3-9087-A49EFACF0445 Contract. 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 shall perform all work required by this Contract 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 unless the subcontractors were identified in the bid/quote/proposal or approved by the Contract Administrator. 13. Amendments. This Contract may be amended or modified only in writing and executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Contract 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 Contract must be given by hand delivery, or certified mail, postage prepaid, and is deemed received on the day 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 Pearland Attn: Jack Enochs Title: Facilities Services Manager Address: 2016 Old Alvin Road, Pearland, TX 77581 Phone: 281.652.1914 IF TO CONTRACTOR: A & A Cleaning Services Attn: Mona Chavarria Title: Owner Address: 2810 Wagon Trail, Pearland, TX 77581 Phone: 281.489.8614 17. Liability and Indemnity. ANY PROVISION OF ANY ATTACHED CONTRACT DOCUMENT THAT LIMITS THE CONTRACTOR'S LIABILITY TO THE CITY OR RELEASES THE CONTRACTOR FROM LIABILITY TO THE CITY FOR ACTUAL OR COMPENSATORY DAMAGES, LOSS, OR COSTS ARISING FROM THE PERFORMANCE OF THIS CONTRACTOR THAT PROVIDES FOR CONTRACTUAL INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS CONTRACT IS NOT APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT. EXCEPT WHERE AN ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE CITY PROVIDES OTHERWISE, EACH PARTY TO THIS CONTRACT IS RESPONSIBLE FOR DEFENDING AGAINST AND LIABLE FOR PAYING ANY CLAIM, SUIT, OR JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM THAT PARTY'S NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF Service Contract Standard Form Page 4 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: E006FD45-0E43-4BE3-9067-A49EFACF0445 THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO IS SUED BY A THIRD PARTY FOR ACTS OR OMISSIONS ARISING FROM THIS CONTRACT TO BRING IN THE OTHER PARTY TO THIS CONTRACT AS A THIRD - PARTY DEFENDANT AS ALLOWED BY LAW. 18. Dispute Resolution Procedures. The Contractor and City desire an expeditious means to resolve any disputes that may arise between them regarding this Contract. If either party disputes any matter relating to this Contract, the parties agree to try in good faith, before bringing any legal action, to settle the dispute by submitting the matter to mediation before a third party who will be selected by agreement of the parties. The parties will each pay one-half of the mediator's fees. 19. Attorney's Fees. Should either party to this Contract bring suit against the other party for breach of contract or for any other cause relating to this Contract, neither party will seek or be entitled to an award of attorney's fees or other costs relating to the suit. 20. Termination. (A) City Termination for Convenience. Under this paragraph, the City may terminate this Contract during its term at any time for the City's own convenience where the Contractor is not in default by giving written notice to Contractor. If the City terminates this Contract under this paragraph, the City will pay the Contractor for all services rendered in accordance with this Contract to the date of termination. (B) Termination for Default. Either party to this Contract may terminate this Contract as provided in this paragraph if the other party fails to comply with its terms. The party alleging the default shall provide the other party notice of the default in writing citing the terms of the Contract that have been breached and what action the defaulting party must take to cure the default. If the party in default fails to cure the default as specified in the notice, the party giving the notice of default may terminate this Contract by written notice to the other party, specifying the date of termination. Termination of this Contract pursuant this paragraph does not affect the right of either party to seek remedies for breach of the Contract as allowed by law, including any damages or costs suffered by either party. 21. 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 Contract. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 22. Limitation of Liability. The City's maximum liability under this Contract is limited to the total amount of compensation listed in this Contract. In no event shall the City be liable for incidental, consequential or special damages. 23. Assignment. No assignment of this Contract 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 Contract by the Contractor is of the essence of this Contract, 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. 24. Severability. Each provision of this Contract is considered to be severable and, if, for any reason, any provision or part of this Contract is determined to be invalid and contrary to Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 5 of 7 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 applicable law, such invalidity shall not impair the operation of nor affect those portions of this Contract that are valid, but this Contract shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 25. Order of Precedence. In the event of any conflicts or inconsistencies between this Contract, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Contract (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). 26. 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 Contract if required by said statute for items approved by the City Council. 27. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Contract. The applicable law for any legal disputes arising out of this Contract 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 Brazoria County, Texas. 28. H.B. 89. In accordance with Chapter 2270 of the Texas Government Code, the signatory executing this contract on behalf of company verifies that the company does not boycott Israel and will not boycott Israel during the term of this contract. This clause is subject to companies with ten or more full time employees and the contract value is $100,000 or more that is to be paid wholly or partially with public funds of the governmental entity. 29. Public Information Act Requirements. This paragraph applies only to Contracts 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, regarding certain entities requirement to provide contracting information to governmental bodies in connection with a public information request, 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. 30. Entire Agreement. This Contract constitutes the entire agreement between the parties concerning the subject matter of this Contract and supersedes all prior negotiations, arrangements, agreements, and understandings, either oral or written, between the parties. IV. Special Terms and Conditions. None V. Additional Contract Documents Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Service Contract Standard Form Page 6 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: E006FD45-0E43-4BE3-9067-A49EFACF0445 Incorporated by Reference Only: Exhibit 1: RFB/RFP/Quote No. #0423-10 Exhibit 2: Contractor's Bid/Proposal Response Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 7 of 7 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 ATTACHMENT A - SCOPE OF WORK Scope of services provided shall consist of routine custodial services for the City of Pearland, in accordance with the specifications of Bid/quote/coop contract #0423-10. DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 ATTACHMENT B - BID/PRICING SCHEDULE RFP No. 0423.10 RFP Name Custodial Services lane Description CUSTODIAL SERVICES AT CITY FACILITIES 1-1 Anima' Control 1.2 13 Cky ]tall Anises 1.4 Tom Reid Library 1-5 Engineenrtg & Public works 1.6 Fire Administration 1.7 1.6 Fleet Maintenance 1.9 Melvin Knapp Activity Center 1-10 Parks Maintenance 1.11 Puhl,r Works Service Center 1.12 Traffic Operations & Maintenance 1.13 West Peariand Commurety Center 1-14 West Pearland Librs'y 1.15 Convention & Visitors Bureau 1.16 Public Safety Nil only 1.17 Dotores Fenwick Nature Center 1.18 Mil Cal Emergency Porter Services 2 24 2.2 2.3 24 Strip, Wash and Wax limy' Composition Tile (VCTl Fooling, As Needed, Per Square Foot 25 2.6 2.7 Vacuum Trail: Flooring. Pricing As A Possible Extra/Separate Service, As Needed City Hall Bid Line hem Worksheet Mfpr MigNo Address 8311 Freedom Dr 3519 Liberty Dr 3523 Liberty Or 3522 Liberty Dr 2010 Old Alvin Rd. 2703 Veterans Dr 201E 043 Alvin Rd. 2040 Old Alvin 2424 South Park Ave 3509 East Orange 3501 East Orsrge 2556 Hikbouse Rd 2150 Country Place Posy 11401 Shadow Creek Parkway 11200 Broadway 2559 Cullen Parkway 5750 ktapnoha Pkwy, SqFt Frequency, Public Works Annex CUSTODIAL SERVICES AT RECREATION CENTER AND NATATORIUM Recreation Center and Natatorium, Additional Room - 2nd Floor Buildout Room Pen&Custodian se Provide Extra Services. As Needed. Per Hour Strip, Wash and Was Resilient Stone Flooring, As Needed, Per Square Foot Shampoo Carpet Flooring. Al APossibie Extra/Separate Service, As Needed 2.6 2.9 3.1 3.2 Ire Station 82 Clean All Exterior Windows of DFNC Clean All Exterior Windows of RCN ANNUAL FLOOR CLEANING AT FIRE STATIONS Fire Scotian *1 3.3 3.4 3.5 3.8 4 4.1 4.2 4.3 4.4 RCN: Basketball Court; 2 Courts; Entire Gym Space 4.5 4.6 RCN: Lounge 4.7 4.6 4.9 4,10 Netetorisen - Porter Service 4.11 4.12 Westside Event Center - Porter Service 4.13 Melvin Knapp Aclivily Center 9.14 Melvin Knapp Activity Center - Porter Service 5 SHALMOWCREEK SPORTS COMPLEX 5.1 Maintenance Budding 5.2 —Concession Building (Team Roams. Restroars. Tra.',ng Doan 8 Conoeskietn} 5.3 Mrrtenanoe Btdldi+g (ALL) 4141 Ba,ey Rd 22,338 M -S 31,000 M -F 26,264 M -F 19,600 M -F 19,035 M -F 19,191 M -F 1,400 M -F 5,922 M -F 13,500 M -F 250 M -F 8,200 M -F 7,982 M -F 6,500 M -F 40.000 Mf 1,500 M -F 5,100 Motrrthry Total Price 12,000 M -F BO HOURS 1112000 M-5 M -S 750 FIDUFt5 4,971 AS NEEDED 10,535 AS NEEDED 4,556 AS NEEDED SEMI-ANNUAL SEMI-ANNUAL ! 2,7,11 D0 S 4,205.00 f 2,815.00 S 2,456.00 $ 2,225.00 $ 1,829-00 9 435.00 $ 733.00 f 1,601.00 I 679.00 $ 1,920.00 ! 603.00 9 883.00 9 9,928.00 $ 59600 f 1,031.00 S 1,033_00 S 18.28 5 7,800.00 $ 175-00 $ 1,349.00 1 1,715.00 $ 593.00 S 450.00 S 1,05800 Total Price Annual 3 32,892.00 50,460.00 3 33,780.00 s 29,496.00 9 26,700.00 S 21,948.00 f 5,220.00 S 8,796.00 f 19,212.00 1 8,748-00 S 23,112.00 S 7,236.06- 10,629.00 5 119,136.00 f 7,152.00 S 12,372.00 42,37200 f 1,463.00 3 S 93,600.00 1 2,100.00 3 1,34930 $ 1,71500 3 593.00 1 f f 2,116.00 900.00 Fire Staten *3 Fire Station *4 Fre Station 45 Fire Stational SPECIAL EVENTS - AS NEEDED RCN: Full Multi -Purpose Room RCN; One Section of Multi Purpose Room RCN: Basketball Court; 1 Court; 1/2 of the Gym Space 1571 Old At,,,, Ra 0350 Fite Rd ANNUALLY ANNUALLY f 1,100.00 1,900.00 RCN; Activity Room RCN: Ref Room RCN - Porter Service Natatorium Wesrside Event Center 3207 Yost 8325 Freedom Or 3100 IOrby 12255 Shadow Creek Pkey rt ANNUALLY ANNUALLY ANNUALLY ANNUALLY 6EA S EA 6EA 6EA 6EA 6EA 6EA 30 EA 10 EA 10 EA 90 EA 4 E 'IDEA SEA 9 108.56 9 54.25 $ 8138 9 162.75 f 10850 5 27.13 ! 8138 3 1828 $ 18.25 s 18.28 S 162.75 S 18.28 5 141.05 S 1828 S 1,900.00 2,600.00 S 2,6110.00 9 1,953.00 f 3 1 1 488.28 $ 651.00 325.50 48828- 974 50 651,00 162.78 182.80 182 80 83 -WEEKLY El -WEEKLY El -WEEKLY $ 550.00 Grand Tonal $ 51,548.37 $ 350.00 5 750.00 $ 182.80 S 13,020.00 3 3 1,410.50 7300 91.00 4,200 00 S 9,000.00 3 6,60000 5 583,12720 DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 ATTACHMENT C - INSURANCE REQUIREMENTS City of Pearland 3519 Liberty Drive Pearland, TX 77581 Purchasing Department 281.652.1775 ebids@pearlandtx.gov Contractor Insurance Requirements & Agreement Contractors performing work on City property or public right-of-way for the City of Pearland shall provide the City a certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions identified herein. Contractors shall provide the City evidence that all subcontractors performing work on the project have the same types and amounts of coverages as required herein or that the subcontractors are included under the contractor's policy. All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact business in the State of Texas and must be acceptable to the City of Pearland. Listed below are the types and amounts of insurances required. The City reserves the right to amend or require additional types and amounts of coverages or provisions depending on the nature of the work. TYPE OF INSURANCE AMOUNT OF INSURANCE PROVISIONS 1. Workers' Compensation Employers' Liability (WC) Statutory Limits $1,000,000 per occurrence For WC, CGL, and BAL, the City is to be provided a WAIVER OF SUBROGATION. CGL and BAL, City to be listed as additional insured and provided 30 - day notice of cancellation or material change in coverage. WC, CGL and BAL, City shall be provided 30 -day notice of cancellation or material change in coverage. CGL will include a non-contributory addendum. 2. Commercial General (Public) Liability (CGL) to include coverage for: a) Premises/Operations b) Products/Completed Operations c) Independent Contractors d) Personal Injury e) Contractual Liability Personal Injury - $1,000,000 per person; Property Damage - $1,000,000 per occurrence; General Aggregate - $2,000,000 3. Business Auto Liability (BAL) to include coverage for: a) Owned/Leased vehicles b) Non -owned vehicles c) Hired vehicles Combined Single Limit - $1,000,000 If the contract involves a professional service, the contractor will also be required to provide the City with professional liability insurance in an amount of at least $1,000,000. Certificate of Insurance forms may be emailed to: Purchasing Department at ebidsP,pearlandtx.gov. Questions regarding required insurance should be directed to City of Pearland Purchasing Department, at ebidspearlandtx.qov. This form must be signed and returned with your bid/quotation. You are stating that you do have the required insurance and if selected to perform work for the City, will provide a certificate of insurance, and a copy of insurance policy with the above requirements to the City. A purchase order will not be issued without evidence of required insurance. Agreement I agree to provide the above described insurance coverages within 10 working days if selected to perform work for the City of Pearland. I also agree to provide the City evidence of insurance coverage on any and all subcontractors performing work on the project. 1 Project/Bid # v ` 1O Company: A' �' �t ►'1 1 f Q C I CPS Z —J—(1/ Signature and PrintedName:r Y ' 1)C\ Ch1)\V C\ pp DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 THE HARTFORD THE HARTFORD BUSINESS SERVICE CENTER 3600 WISEMAN BLVD SAN ANTONIO TX 78251 City of Pearland 3519 LIBERTY DR PEARLAND TX 77581 Account Information: Policy Holder Details : ABTA CLEANING SERVICES LLC May 16, 2023 0 Contact Us Need Help? Chat online or call us at (866) 467-8730. We're here Monday - Friday. Enclosed please find a Certificate Of Insurance for the above referenced Policyholder, Please contact us if you have any questions or concerns. Sincerely, Your Hartford Service Team WLTR005 DocuSign Envelope ID: E006FD45-0E43-4BE3-9087-A49EFACF0445 A[-L�KI� CERTIFICATE OF LIAB THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIV POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CI IMPORTANT: If the certificate holder is an ADDITIONAL INS subject to the terms and conditions of the policy, certain polici confer rights to the certificate holder in lieu of such endorsem PRODUCER A J GALLAGHER RISK MGMT SVCS/PHS 61614155 The Hartford Business Service Center 3600 Wiseman Blvd San Antonio, TX 78251 INSURED A&A CLEANING SERVICES LLC PO BOX 1277 PEARLAND TX 77588-1277 ILITY INSURANCE N ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING ERTIFICATE HOLDER. DATE 05/16/2023Y) 05/16/2023 HOLDER. BY THE INSURER(S), MED, the policy(ies) must be endorsed. If SUBROGATIONIS WAIVED, es may require an endorsement. A statement on this certificate does not nt(s). CONTACT NAME: PHONE (888) 920-6259 (AIC, No, Eel): FAX (A/C, No): E-MAIL ADDRESS. INSURER(S) AFFORDING COVERAGE NAIC# INSURER A : Sentinel Insurance Company Ltd, 11000 INSURERS: Hartford Underwriters Insurance Company 30104 INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH 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, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EXP SR IN LTR A A B A TYPE OF INSURANCE COMMERCIAL GENERAL LIABILITY X (CLAIMS -MADE [X ]OCCUR General Liability GEN'L AGGREGATE LIMIT APPLIES PER: PRO- LOC JECT POLICY OTHER: X AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS HIRED AUTOS UMBRELLA LIAB EXCESS MSS SCHEDULED AUTOS NON -OWNED AUTOS X OCCUR CLAIMS - MADE DEDI X [RETENTION $ 10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOPJPARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes. describe under DESCRIPTION OF OPERATIONS below EMPLOYMENT PRACTICES LIABILITY Y/N ADDL INSR X Nf A SUBR WVD POLICY NUMBER 61 SBA IV5105 61 SBA IV5105 61 WEC AJ9504 61 SBA IV5105 POLICY EFF (MM/OD/YYYY1 08/20/2022 08/20/2022 01/01/2023 08/20/2022 (M M/DD/Y YYY 08/20/2023 08/20/2023 01/01/2024 08/20/2023 DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule. may be attached if more spac Those usual to the Insured's Operations. Certificate holder is an additional insured per the Business Liability Coverage Form SS0008 attached 10 this policy. LIMITS EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $1,000,000 MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $2,000,000 COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) EACH OCCURRENCE $1,000,000 AGGREGATE $1,000,000 X STATUTE 1 IH ER EL. EACH ACCIDENT $1,000,000 E.L. DISEASE -EA EMPLOYEE $1,000,000 E,L, DISEASE - POLICY LIMIT $1,000,000 Each Claim Limit Aggregate Limit $10,000 $10,000 CERTIFICATE HOLDER City of Pearland 3519 LIBERTY DR PEARLAND TX 77581 ACORD 25 (2016/03) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 ATTACHMENT D - WARRANTY Services shall conform to the proposed specifications and all warranties as stated in the Uniform Commercial Code and be free from all defects in material, workmanship and title. RFP No. 0423-10 RFP Name Custodial Services Line 1 1.1 1.2 1.3 1.4 1.5 1.6 1.7 L8 1.9 1.10 1.12 1.13 1.14 1.15 1.16 1.17 1.18 2 2.1 2.2 2.3 2.4 2.5 2.6 2.7 2.8 2.9 3 3.1 3.2 Description CUSTODIAL SERVICES AT CITY FACILITIES Animal Control City Hall City Hall Annex Tom Reid Library Engineering & Public Works Fire Administration Public Works Annex Fleet Maintenance Bid Line Item Worksheet Mfgr MfgNo Address 8311 Freedom Dr. 3519 Liberty Dr 3523 Liberty Dr 3522 Liberty Dr 2016 Old Alvin Rd. 2703 Veterans Dr 2016 Old Alvin Rd. SqFt 22,338 31,000 26,264 19,600 19,035 19,191 1,400 5,922 Frequency M -S M -F M -F M -F M -F M -F M -F Total Price $ 2,741.00 $ 4,205.00 $ 2,815.00 $ 2,458.00 $ 2,225.00 $ 1,829.00 $ 435.00 Total Price Annual Melvin Knapp Activity Center Parks Maintenance Public Works Service Center Traffic Operations & Maintenance West Pearland Community Center West Pearland Library Convention & Visitors Bureau Public Safety Jail only Dolores Fenwick Nature Center Will Call Emergency Porter Services CUSTODIAL SERVICES AT RECREATION CENTER AND NATATORIUM Recreation Center and Natatorium, Additional Room - 2nd Floor Buildout Room Porter/Custodian to Provide Extra Services, As Needed, Per Hour Strip, Wash and Wax Vinyl Composition Tile IN/CT} Flooring, As Needed, Per Square Foot Strip, Wash and Wax Resilient Stone Flooring, As Needed, Per Square Foot Shampoo Carpet Flooring. As A Possible Extra/Separate Service, As Needed Vacuum Track Flooring. Pricing As A Possible Extra/Separate Service, As Needed Clean All Exterior Windows of DFNC Clean All Exterior Windows of RCN ANNUAL FLOOR CLEANING AT FIRE STATIONS 2040 Old Alvin 2424 South Park Ave 3509 East Orange 3501 East Orange 2559 Hillhouse Rd 13,500 250 8,200 7,982 6,500 M -F M -F M -F M -F M -F $ 733.00 $ 1,601.00 $ 679.00 $ 1,926.00 $ 603.00 2150 Country Place Pkwy 11801 Shadow Creek Parkway 11200 Broadway 2555 Cullen Parkway 5750 Magnolia Pkwy. 40,000 1,500 5,100 M -F M -F M -F S 885.00 $ 9,928.00 $ 596.00 4141 Bailey Rd 12,000 110,000 4,971 10,535 4,558 Monthly M -F 80 HOURS M -S M -S 750 HOURS AS NEEDED AS NEEDED AS NEEDED SEMI-ANNUAL $ 1,031.00 S 1,031.00 $ 18.28 $ 7,800.00 $ 175.00 $ 1,349.00 $ 1,715.00 $ 593.00 $ 450.00 $ 1,058.00 S 32,892.00 $ 50,460.00 $ 33,780.00 $ 29,496.00 $ 26,700.00 $ 21,948.00 $ 5,220.00 $ 8,796.00 $ 19,212.00 $ 8,148.00 $ 23,112.00 $ 7,236.00 $ 10,620.00 $ 119,136.00 $ 7,152.00 $ 12,372.00 $ 12,372.00 $ 1,463.00 $ $ 93,600.00 $ 2,100.00 $ 1,349.00' $ 1,715.00 593.00 $ 900.00 $ 2,116.00 Fire Station #1 Fire Station #2 1571 Old Alvin Rd 6050 Fite Rd 'SEMI-ANNUAL ANNUALLY ANNUALLY $ 1,100.00 $ 1,800.00 SbV03Od336W-L806-E38b-Eb30-Sba39003 :al adoianu3 u6ignooa 3.3 3.4 3.5 3.6 4 4.1 4.2 4.3 4.4 4.5 4.6 4.7 4.8 4.9 Fire Station #3 Fire Station #4 Fire Station #5 3207 Yost 8325 Freedom Dr 3100 Kirby 12255 Shadow Creek Pkwy. ANNUALLY ANNUALLY ANNUALLY 4.10 4.11 4.12 4.13 4.14 5 5.1 5.2 5.3 Fire Station #8 SPECIAL EVENTS - AS NEEDED RCN: Full Multi -Purpose Room RCN: One Section of Multi -Purpose Room RCN: Basketball Court; 1 Court; 1/2 of the Gym Space RCN: Basketball Court; 2 Courts; Entire Gym Space RCN: Activity Room RCN: Lounge RCN: Rec Room RCN - Porter Service Natatorium Natatorium - Porter Service Wesiside Event Center " Westside Event Center - Porter Service Melvin Knapp Activity Center Melvin Knapp Activity Center - Porter Service SHADOWCREEK SPORTS COMPLEX Maintenance Building Concession Building (Team Rooms, Restrooms, Training Room 8, Concession) Maintenance Building (ALL) ANNUALLY 6 EA 6 EA 6 EA 6 EA 6 EA 6 EA 6 EA 10 EA 10 EA 10 EA BO EA 4 EA 10 EA 5 EA BI -WEEKLY BI -WEEKLY BI -WEEKLY Grand Total $ 108.50 $ 54.25 $ 81.38 $ 162.75 $ 108.50 $ 27.13 $ 81.38 $ 18.28 $ 18.28 $ 18.28 $ 162.75 $ 18.28 $ 141.05 $ 18.28 $ 350.00 $ 750.00 $ 550.00 $ 51,548.37 $ 1,900.00 $ 2,600.00 $ 2,600.00 $ 1,953.00 $ 651.00 $ 325.50 $ 488.28 $ 976.50 $ 651,00 $ 162.78 $ 488.28 $ 182.80 $ 182.80 $ 182.80 $ 13,020.00 $ 73.00 $ 1,410.50 $ 91.00 $ 4,200.00 $ 9,000.00 $ 6,600.00 $ 583,127.24 O C, Co. m Cr, O Cr, 5 m O rn T v, m w W m w cb O CO CO T O DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 CERTIFICATE OF INTERESTED PARTIES Complete Nos. 1 - a and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. 1 Name of business entity filing form, and the city, state and country of the business entity's place of business, A & A Cleaning Services LLC Pearland, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Pearland FORM 1295 toff OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2023-1048408 Date Filed: 07(19/2023 Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 0423-10 Janitorial Services 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there Is NO Interested Party. 6 UNSWORN DECLARATION My name isri\ C F ` c-.\\„ i , and my date of birth is r My address is L, ,N) d\ V� l�[ C1( 11^x( (street) (city) {stare) I declare under penalty of perjury that the foregoing is true and correct. �J}'(I' rlC Executed in '41 (elp code) {country) County. State of X 4 ], on theCday (moeSth) (yea') ) atur-Of authorize agent of contracting business entity —'-- roeclarent} Forms provided by Texas Ethics Commission wv,rw,ethics.state.tx us Version V3.5.1.a18ea2ca DocuSign Envelope ID: E006FD45-0E43-4BE3-9087-A49EFACF0445 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2023-1048408 Date Filed: 07/19/2023 Date Acknowledged: 07/24/2023 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. A & A Cleaning Services LLC Pearland, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Pearland 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 0423-10 Janitorial Services 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION My name is , and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of , on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.a18ea2ca DocuSign Envelope ID: E006FD45-0E43-4BE3-9067-A49EFACF0445 Liberty Mutual. SURETY Continuation Certificate National Bond Crntcr 350 E- 96th Strcct Indianapolis. Indiana 462411 +1 (8liii) 8442663 Fax: + (866) 547-4M3 To be attached to and form a part of surety bond number 32S576389 (the "Bond"), for Janitorial dated the 23rd day of May, 2018, in the penal sum of 50,000 USD issued by The Ohio Casualty Insurance Company as surety (the "Surety"), on behalf of A & A CLEANING SERVICES, I_LC as principal (the "Principal"), in favor of A & A CLEANING SERVICES, I.LC, as obligee (the "Obligee"). The Surety hereby certifies that this Bond is continued in full force and effect until the 23rd day of May, 2024, subject to all covenants and conditions of said Bond. Said Bond has been continued in force upon the express condition that the full extent of the Surety's liability under said Bond, and this and all continuations thereof, for any loss or series of losses Occurring during the entire time the Surety remains on said Bond, shall in no event, either individually or in the aggregate, exceed the penal sum of the Bond. IN WITNESS WHEREOF, the Surety has set its hand and seal this 9th day of April, 2023. L µIC -3300 The Ohio Casualty Insurance Company - By: I A. Timothy A. Mikolajewski, Assistant Secretary (Surety) DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 y :�5 fFrn?n*tz STATE OF TEXAS - HOUSE BILL 89 VERIFICATION I, Mona Chavarria (Person name) A & A Cleaning Services, LLC , the undersigned representative of (Company or Business name) hereafter referred to as company, being an adult over the age of eighteen (18) years of age, do hereby certify the above -named company, under the provisions of Subtitle F, Title 10, Government Code Chapter 2270: L Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract for goods or services with the above -named Company, business or individual with City ofPearland. Pursuant to Section 2270.001, Texas Government Code: 1. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-contralled territory, but does not include an action made for ordinary business purposes; and 2. "Company" means a for-profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. 05/08/2023 President/Owner DATE POSITION /TITLE SIGNATURE OF COMPANY REPRESENTATIVE DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 STATE OF TEXAS - SENATE BILL 19 VERIFICATION Mona Chavarria the undersigned representativeof (Person name) A & A Cleaning Services, LLC (Company or Business name) hereafter referred to as company, with at least 10 fulltime employees and if entering into a contract for more than $100,000 paid partially or fully with public funds, do hereby certify the above -named company, under the provisions of Subtitle F, Title 10, Government Code Chapter 2274: 1. Does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association;and z Will not discriminate during the term of the contract against a firearm entity or firearm trade association. Pursuant to Section 2274.001, Texas Government Code: 3. "Firearm" means a weapon that expels a projectile by the action of explosive or expanding gases. 4. "Firearm accessory" means a device specifically designed or adapted to enable an individual to wear, carry store or mount a firearm on the individual or on a conveyance and on item used in conjunction with or mounted on a firearm that is not essential to the basic function of the firearm. The term includes a detachable firearm magazine. 5. "Firearm entity" means (a) a firearm, firearm accessory, or ammunition manufacturer, distributer, wholesaler, supplier or retailer; and (b) a sport shooting range as defined by Section 250.02 of the Local Government Code. 6 "Firearm trade association" means any person, corporation, unincorporated association, federation, business league, or business organization that; (a) is not organized or operated for profit and for which not of its net earnings inures to the benefit of any private shareholder or individual; (b) has two or more firearm entities as members; and (c) is exempt for federal income taxation under Section 501 (a), Internal Revenue Code of 1986, as an organization described by Section 501 (c) of that code. 05/25/2023 President/Owner DATE POSITION /TFFLE SIGNATURE OF COMPANY REPRESENTATIVE DocuSign Envelope ID: E006FD45-0E43-4BE3-90B7-A49EFACF0445 STATE OF TEXAS - SENATE BILL 13 VERIFICATION Mona Chavarria (Person name) the undersigned representative of A & A Cleaning Services, LLC (Company or Rosiness name) hereafter referred to as company, with at least 10 fulltime employees and if entering into a contract for more than $100,000 paid partially or fully with public funds, do hereby certify the above -named company, under the provisions of Subtitle A, Title 8, Government Code Chapter 809: 1 Does not boycott energy companies currently; and 2. Will not boycott energy companies during the term of the contract for goods or services with the above -named Company, business, or individual with City ofPearland. Pursuant to Section 2270.001, Texas Government Code: 3, "Boycott Energy Company" means, without an ordinary business purpose, refusing to deal with, terminating business activities with or otherwise taking any action that is intended to penalize, inflict economic harm on, or commercial relations with a company because the company: (A) engages in the exploration, production, utilization, transportation, sale, or manufacturing of fossil fuel based energy and does not commit or pledge to meet environmental standards beyond applicable federal and state law; or (B) does business with a company described by Paragraph (A) 4. "Company" means a for-profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. 05/25/2023 DATE President/Owner POSITION /TITLE SIC',NA11JMFOf COMPANY REPRESENTATIVE DocuSign Envelope ID: E006FD45-0E43-4BE3-9067-A49EFACF0445 STATE OF TEXAS - SENATE BILL 2116 VERIFICATION Mona Chavarria , the undersigned representative of (Person name} A & A Cleaning Services, LLC (Company or Business name( hereafter referred to as company, being an adult over the age of eighteen (18) years of age, do hereby certify the above -named company, under the provisions of Subtitle F, Title 10, Government Code Chapter 2274: Z Will not grant direct or remote access to or control of critical infrastructure in this State, excluding access specifically allowed by the governmental entity for product warranty and support purposes; and 2. Is not owned by or the majority of stocks or other ownership interest of the company is held or controlled by: (i) individuals who are citizens of China, Iran, North Korea, Russia or a designated country; or (ii) a company or other entity, including a government entity, that is owned or controlled by citizens of or is directly controlled by the government of China, Iran, North Korea, Russia or a designated country; or headquartered in China, Iran, North Korea, Russia or a designated country. Regardless of whether the company's or its parent company's securities are publicly traded; or the company or its parent company is listed on the New York Stock Exchange as: a Chinese, Iranian, North Korean or Russian company; or a company of a designated country. Pursuant to Section 2274, Texas Government Code: 7. "Critical Infrastructure" means a communication infrastructure system, cybersecurity system, electrical grid, hazardous waste treatment system, or water treatment facility. a "Cybersecurity" means" the measures taken to protect a computer, computer network, computer system, or other technology infrastructure against unauthorized use or access. 9. "Designated Country" means a country designated by the Governor as a threat to the critical infrastructure under Section 113.003, 05/25/2023 President/Owner DATE POSITION /TITLE SIGNATURE OF COMPANY REPRESENTATIVE