HomeMy WebLinkAboutContract 62794CITY OF FORT WORTH
PURCHASE AGREEMENT BASED UPON AN INTERLOCAL AGREEMENT BETWEEN
THE CITY OF FORT WORTH AND CITY OF IRVING
WHEREAS, Texas law allows Local Governments to pursue mutually beneficial and cooperative
purchasing programs; and
WHEREAS, pursuant to Chapter 791 of the Texas Government Code and Subchapter F, Chapter 271 of
the Texas Local Government Code, the City of Fort Worth (“City”), a Texas home-rule municipality, and
the City of Irving (“Irving”) entered into an Interlocal Cooperative Purchasing Agreement on July 2, 2007,
which provides that when the one of the Local Government Entities enters into a contract with a vendor
for goods and services, the other Local Government is able to enter into a Purchase Agreement with the
vendor under the same terms and conditions offered to the Original Local Government Entity so long as
the vendor is agreeable (Copy Attached as Exhibit A); and
WHEREAS, Unica Enterprises, LLC (“Vendor”) responded to ITB #077J-23F Custodial Services for
Valley View Municipal Complex issued by Irving agreeing to allow other Local Governmental Entities
to enter into a Purchase Agreement with Vendor under the same terms and conditions as those contained
in the BID (Copy attached as Exhibit B).
NOW THEREFORE, City and Vendor, each of which will individually be referred to as a “Party” and
collectively as the “Parties,” enter into this Purchase Agreement.
The Parties agree that any references to City of Irving in Exhibit “B” shall be construed as the City of Fort
Worth for the purposes of this Agreement and all rights, benefits, duties, and obligations shall inure to the
City as if the contract in Exhibit B were originally executed between the City and Vendor.
The Agreement includes the following documents which shall be construed in the order of precedence in
which they are listed:
1. Exhibit A – Agreement between the City of Fort Worth and City of Irving;
2. Exhibit B – Contract between City of Irving and Vendor for Skilled Custodial Services,
identified as Contract No. 077J-23F;
3. Exhibit C – Vendor’s Pricing; and
4. Exhibit D – Conflict of Interest Questionnaire;
5. Exhibit E – Mayor and Council Communication.
Exhibits A, B, C and D which are attached hereto and incorporated herein, are made a part of this
Agreement for all purposes. Vendor agrees to provide City with the services and goods included in Exhibit
B pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all exhibits
thereto. In the event of a conflict between the Exhibits, then this Agreement and Exhibit A shall control.
City shall pay Vendor in accordance with the fee schedule in Exhibit C and in accordance with the
provisions of this Agreement. Total annual payment made under this Agreement by City shall be an
amount up to One Million Two Hundred Thousand Dollars ($1,200,000.00). Vendor shall not provide
any additional items or services or bill for expenses incurred for City not specified by this Agreement
unless City requests and approves in writing the additional costs for such services. City shall not be liable
for any additional expenses of Vendor not specified by this Agreement unless City first approves such
expenses in writing.
The term of this Agreement shall be for one year beginning upon execution and ending on June
30, 2025. City shall be able to renew this agreement for 1 one-year renewal option by written agreement
of the parties.
Vendor agrees that City shall, until the expiration of three (3) years after final payment under this
Agreement, or the final conclusion of any audit commenced during the said three years, have access to
and the right to examine at reasonable times any directly pertinent documents and records of Vendor
involving transactions relating to this Agreement. Vendor agrees that City shall have access during normal
working hours to all necessary Vendor facilities subject to Vendor’s reasonable rules and regulations while
at Vendor’s facilities, and shall be provided adequate and appropriate work space in order to conduct
audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice
of intended audits, and all such audits shall be conducted on regular business days during Vendor’s regular
business hours in a manner that will not unreasonably interfere with Vendor’s operations at its facilities.
City’s auditors shall present proper credentials to the manager of Vendor’s facility at the time that they
are admitted to such.
This Agreement shall be construed in accordance with the laws of the State of Texas. If any action,
whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action
shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern
District of Texas, Fort Worth Division.
Notices required pursuant to the provisions of this Agreement shall be conclusively determined to
have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or
representatives or (2) received by the other party by United States Mail, registered, return receipt
requested, addressed as follows:
To CITY:
City of Fort Worth
Attn: William Johnson, Assistant City Manager
100 Fort Worth Trail
Fort Worth, TX 76102-6314
With copy to Fort Worth City Attorney’s Office at
same address
To VENDOR:
Unica Enterprises, LLC
Attn: Nancy Galvan, Owner/CEO
938 West Page Avenue
Dallas, TX 75208
City is a government entity under the laws of the State of Texas and all documents held or
maintained by City are subject to disclosure under the Texas Public Information Act. To the extent the
Agreement requires that City maintain records in violation of the Act, City hereby objects to such
provisions and such provisions are hereby deleted from the Agreement and shall have no force or effect.
In the event there is a request for information marked Confidential or Proprietary, City shall promptly
notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A
determination on whether such reasons are sufficient will not be decided by City, but by the Office of the
Attorney General of the State of Texas or by a court of competent jurisdiction.
Nothing herein constitutes a waiver of City’s sovereign immunity. To the extent the Agreement
requires City to waive its rights or immunities as a government entity; such provisions are hereby deleted
and shall have no force or effect.
To the extent the Agreement, in any way, limits the liability of Vendor or requires City to
indemnify or hold Vendor or any third party harmless from damages of any kind or character, City objects
to these terms and any such terms are hereby deleted from the Agreement and shall have no force or effect.
If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section
does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government
Code, the City is prohibited from entering into a contract with a company for goods or services unless the
contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will
not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” has the
meanings ascribed to those terms in Chapter 2271 of the Texas Government Code. By signing this
Agreement, Vendor certifies that Vendor’s signature provides written verification to the City that Vendor:
(1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement.
If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section
does not apply. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government
Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000
or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more
full-time employees unless the contract contains a written verification from the Vendor that it: (1) does
not boycott energy companies; and (2) will not boycott energy companies during the term of this
Agreement. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by
signing this Agreement, Vendor certifies that Vendor’s signature provides written verification to the City
that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section
does not apply. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company
with 10 or more full-time employees unless the contract contains a written verification from the Vendor
that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity
or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm
entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable
to this Agreement, by signing this Agreement, Vendor certifies that Vendor’s signature provides written
verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a
firearm entity or firearm trade association during the term of this Agreement.
The undersigned represents and warrants that he or she has the power and authority to execute this
Agreement and bind the respective Vendor.
CITY OF FORT WORTH:
By: ___________________________
Name: William Johnson
Title: Assistant City Manager
Date: ___________________________
APPROVAL RECOMMENDED:
By: ______________________________
Name: Michael Crum
Title: Public Events Director
ATTEST:
By: ______________________________
Name: Jannette Goodall
Title: City Secretary
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and administration
of this contract, including ensuring all performance
and reporting requirements.
By: ______________________________
Name: Allison McNamara
Title: Contract Compliance Specialist
APPROVED AS TO FORM AND LEGALITY:
By: ______________________________
Name: Jessika Williams
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 25-0064
VENDOR:
Unica Enterprises, LLC
By:
Name: Nancy Galvan
Title: CEO
Date: ____________________________
Exhibit A- Agreement between the City of Fort Worth and City of Irving
��. i �� �������►�� `� �
��i'J i �i�`,C� i 6�� .
STATE OF TEXAS
COUNTY OF DALLAS
�,
ti
INTERLOCAL COOPERATIQN AGREEMENT
This Interlocal Cooperation Agreement ("Agreement") is by and between the City of Fort
Worth, Texas ("Fort Worth"), and the City of Irving, Texas ("Irving"), acting by and through
their authorized officers.
RECITALS:
WHEREAS, this Agreement is authorized by Chapter 791 of the Texas Government
Code and Subchapter F, Chapter 271, Texas Local Government Code; and
WFIEREAS, Section 271.102 of the T�x. Loc. Gov'T CODE authorizes a local
government to participate in a Cooperative Purchasing Program with another local government
or a local cooperative organization; and
WHEREAS, a local government that purchases goods and services :pursuant to a
Cooperative Purchasing Program with another local government satisfies the requirement of the
local government to seek competitive bids for the purchase of the goods and materials; and
WHEREAS, each party has and will on an annual basis obtain competitive bids for the
purchase of goods and services; and
WHEREAS, the parties desire to enter into a cooperative purchasing program which will
allow each party to purchase under goods and services under each other's competitively bid
contracts pursuant to Subchapter F, Chapter 271 of the T7Ex. Loc. Gov'T CoDE;
NOW THEREFORE, in consideration of the mutual covenants and promises contained
herein, the parties agree as follows:
ARTICLE I
PURPOSE
The purpose of this Agreement is to establish a cooperative purchasing program between
the parties, which will allow each party to purchase goods and services under each other's
competitively bid contracts pursuant to Subchapter F, Chapter 271 of the TEx. Loc. Gov'T
CODE.
(� ", -(� �- I � 1 n i � >; � I`:
Page 1
�'
ARTICLE II
TERM
The term of this Agreement shall be for a period of one (1) year commencing on the last
date of execution hereof ("Effective Date"). Thereafter this Agreement sha11 automatically
renew for successive periods of one (1) yeax each under the terms and conditions stated herein,
unless sooner terminated as provided herein.
ARTICLE III
TERMINATION
Either party may terminate this Agreement by providing thirty (30) days prior written
notice to the other party.
ARTICLE IV
PURCHASING
The City Manager or designee for each party is authorized to act on behalf of the
respective party in all matters relating to this cooperative purchasing program. Each party shall
make payments to the other party or directly to the vendor under the contract made pursuant to
Subchapter F, Chapter 271 of the `I�x. Loc. Gov'T CODE. Each party shall be responsible for the
respective vendor's compliance with provisions relating to the quality of items and terms of
delivery.
ARTICLE V
NIISCELLANEOUS
5.1 Relationship of Parties: This Agreement is not intended to create, nor should it be
construed as creating, a partnership, association, joint venture or trust.
5.2 Notice: Any notice required or permitted to be delivered hereunder shall be deemed
received when sent in the United States Mail, Postage Prepaid, Certified Mail, Return Receipt
Requested, or by hand-delivery or facsimile transmission addressed to the respective party at the
address set forth below the signature of the party.
5.3 Amendment: This Agreement may be amended by the mutual written agreement of both
parties hereta
5.4 Severabilitv: In the event any one or more of the provisions contained in this Agreement
sha11 for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity,
illegality, or unenforceability shall not affect the other provisions, and the Agreement shall be
construed as if such invalid, illegal, or unenforceable provision had never been contained in this
Agreement.
Page 2
�
5.5 Governin� Law: The validity of this Agreement and any of its terms and provisions as
well as the rignts and duties of the parties, shall be governed by the laws of the State of Texas;
and venue for any action concerning this Agreement shall be in the State District Court of Dallas
County, Texas.
5.6 Entire Agreement: This Agreement represents the entire agreement among the parties
with respect to the subject matter covered by this Agreement. There is no other collateral, oral or
written agreement between the parties that in any manner relates to the subject matter of this
Agreement.
5.7 Recitals: The recitals to this Agreement are incorporated herein.
5.8 Counternarts: This Agreement may be executed in any number of counterparts, each of
whom shall be deemed an original and constitute one and the same instrument.
EXECUTED this oG! '(.Xciay of , 2007.
-- � CITY O FORT WORTH, TEXAS
Cox�trac�t uth rizatio� B � �
l� KAREN L. MONT MERY
���� ASSISTANT CITY MANAG CFO
ATTEST: APPR D AS T�E
1 �` �
�� s
Marty Hendrix Amy s
City Secretary Assis ant �ty Attorney
EXECUTED this �' day of � 2007.
CITY OF VING, TEXAS
By: -
ERT A. GEARS, AYOR
825 W. Irving Boulevard
Irving, Texas 75060
Approved _ 5 a�- o�
Resolution # 5�au-��A �
Page 3
City of Fort Worth, Texas
�11�ya�r And C,aunc�i! C,ammun�cAt�an
DATE REFERENCE NUMBER LOG NAME
3/11/99 **P-8802
�• �� •
PAGE
1 of 1
SUBJECT AUTHORIZE INTERLOCAL AGREEMENTS FOR GOODS AND SERVICES BETWEEN
THE CITY OF FORT WORTH, THE CITY OF GRAPEVINE AND OTHER
GOVERNMENTAL ENTITIES
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute interlocal agreements
between the City of Fort Worth, the City of Grapevine and other governmental entities who request
such interlocal agreements for the purchase of goods and services.
DISCUSSION:
The Texas Local Government Code, Chapter 271.102, authorizes political subdivisions to contract with
each other for governmental functions such as the purchase of goods and/or services. A local
government that purchases goods or services under this subchapter satisfies a�y state law relative to
the corrjpetitive bidding requirements.
The use of interlocal agreements allows political subdivisions to access existing contracts to take
advantage of lower prices without the cost of competitive bidding. Either of the contract participants
may terminate the agreement with written notice to the other party.
The City of Grapevine is seeking interlocal agreements with the City of Fort Worth in order to access
the fuel agreements to purchase fuel. Tarrant County and the cities of Southlake, Haltom City,
Colleyville and North Richland Hills have already requested and received contracts for interlocal
agreements to access the City of Fort Worth's fuel contracts. Purchase agreements that were bid as
interlocal goods and services contracts will be available to these and other governmental entities.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that this M&C will have no material effect on City funds.
CB:k
BQN/99-0059/KDK
Submitted for City Manager's
Office by:
Charles Boswell
Originating Department Head:
7im Keyes
Additional Information Contact:
Robert Combs
FUND ACCOUNT CENTER AMOUNT
(to)
8511
8517 (from)
8321
CITY SECRETARY
APPROVED 3/11/99
C
�
�
IRVING
June 8, 2007
Jack Dale, C.P.M., CPPB
Purchasing Manager
City of Fort Worth
Purchasing Division
1000 Throckmorton Street
Fort Worth, Texas 76102
Re: Council Resolution No. 5-24-07-194
Approving An Interlocal Agreement The City Of Irving And The City Of Fort Worth To
Establish A Cooperative Purchasing Program
Dear Mr. Dale:
The above referenced resolution was passed and approved by a vote of the City Council on May
( 24, 2007. A copy of the resolution is attached for your information and file. Also enclosed are
\ two original agreements that need to be signed by the appropriate party. Once signed, please
return one fully executed original agreement to my office. This file will remain in the pending
sy�em until the executed agreement is returned.
Sin rely, /y
Secretary
� OF IRVING
(
Il �
Attachment
Copy: David Leininger, Managing Director of Finance & Development Initiatives
Ed Matthews, Manager of Purchasing
City Secretary's Office
825 W. Irving Blvd. • Irving, Texas 75060 • 972.721.2493 • 972.721.2384 fax • www.ci.irving.tx.us
..�� �:.�—
IRVING
T E X A S
June 14, 2023
Nancy Galvan
Unica Enterprises, LLC
938 W Page Ave
Dallas, TX 75208
�
•
Exhibit B- Contract between City of Irving and Vendor for Skilled
Custodial Services identified as Contract No. 077J-23F
RE: Council Resolution No. 2023-238
Resolution -- Approving and Accepting the Bid of Unica Enterprises, LLC, in #he
Total Estimated Amount of $164,000.00 for Custodial Services at the Valley View
Municipal Complex
Dear Ms. Galvan:
The above referenced resolution was passed and approved by the City Council on June
8, 2023. A copy of the resolution is attached for your information and fiie.
Sincerely, ,�
� , _ � ;�
Shanae Jennings
City Secretary/Chief Compliance Officer
City of Irving
City of Irving � 825 W. Irving Blvd. � Irving, TX 75060 �(972) 721-2600 � Cityoflrvinq.org
V
�
L
�
�
O
V
L�
O
�
3^`
W
�
�
L
a
�
�
3
�
L
Q
�
O
�
�
�
_A`
W
�
�
O
�
�
�
�
a
�
�
L
�A`
W
�
�
�
J
�
O
N
�
�
�
M
N
O
N
�
�
C
�
�o
�
c
N
Q
c
0
�
3
Q
c"a
�
0
U
H
N
W
U
O
�
a
�
W
H
H
W
�
�
�
W
2
�
W
N
�
�
_
u
W
N
Q
W
J
a
LL
�
N
-i
r
r
x#
�
u
L
C
O
U
fl.
O
O
U
a
LL
�
\
�
m
N
3
a�
�
N
�
0
�
c
v
�
co
a
a,
�
N
l0
a�i
a
N
U
a
.�
m
0
�
�
'C
N
�+
H
GJ
3
�
N
OC
M
N
�
l(7
v
�
�
3
�
GJ
d'
CJ
�
f4
0
0
N
f0
�
C
N
�
�
a
�
O
�l
�
�a
0
N
�
d
m
a�
a
Cl
�
fC
u
.Q
a
�
�
r
f0
ir
.�
u
�
a
�
O
�
v
t�o
dJ
�
C
�
?
a--+
U
N
s
:�
w
v
c
�
�
�
a�
a
L
�
0
t
�
V
f0
N
�
.�
s
a--�
�
a�
�
a
�
(O
�+
N
(.7
�
Q
.�
�
�
�v
C
O
U
�
C
(O
(6
4.1
V
ca
N
�
.�
O
Q
N
�
(6
N
�
2
W
W
Q
H
N
U
Q
aC
G
N
�
to
U
.Q
Q
fC
a1
i
GJ
Q)
�
O
V
.�
N
a-+
f0
N
�
N
�
c
v
3
N
(O
�
N
N
fU
L
�
7
Q
OD
C
.�
�
.�
�
N
U
.�
�
v
�
0
�
�
0
0
OD
N
N
�
�.
t
3
O
c
0
.Q
U
N
�
�
v
�
ro
a�
�
7
u
c
�
Z
W
C
0
u
W
�
Q
�
�
�
C
Q
J
Q
Z
0
�
0
Q
�
N
c o
�o
,Q o
�o
L �
N �
�
m 0
C
X �
N O
� �
U �
c"o cu
Q � `
_ u�
V N �
C N U
�—a
m
3 0 �
j� m
A c N
� U a�
�� �
i J �
� �
O tn
N � N
� �� �
U Q=
.� � �
��o
�w�
� U (�p
O C �
� � �
U � .�
_ a� m
�a�
M � �
N � �
I� '� N
o "a �
� � U
�3�n
m @ �
O � �
w �
(n N j
t4n� C N
o °� H
� � .
`� U a
� N a
� '�
C
� � .n
� � N
> m �
.� � Q
N � N
� •� C
� Y f4
� � �
Q � N
� (0 O
� a
(n � N
N N �
= «�.
= y
'D p
j � �
>m � �
> � m
L � N
� � �
�
rn
c
�
c
7
O
U
N
�
7
�
'cY
N
O
N
0
M
a�
c
3
�
c
0
�
�
C
N
�
c
c�
M
O �
N C
' �
>+ �
C
"� fd
��
o a
N �
C `
N 3
n �
��
.o �
a� �
Q �
U �
� L
c �
� ._
i �
H �
rn
V1 _j
(0 �
3 N
c rn
� C
U
(0 �
N �
T �
N�
C N
O �
� M
� N
O �
N
Q`
O @
O }
O t�n
� �
N
� .c
m �
N �
.N '�
Q
U O
N a
C Q-
O �
U p�
� ��
� �
�
�
a
�.
a
41
C!
C
mD
.N
d
a
`o
�
a�.I
u
d
G
N
t0
C
�
'�
�
U
�
>
t�
0
�
�
'O
v
�
�
3
N
N
N
\
m
�
0
�
>
N
L
�
f�
L
♦-+
�
0
�
�
0
�
�
�
�
�
�
�
�
� �
� �
3 3
Q�
L �
� �
co
�� C'
� �
C
O +=
•� -C
� �
� �
a+
� i
� �
�
�
�
�
V
�
�
�
�
�1
�
L/�
�V
�A,
W
O
o � o
0 0 0
0 0 0
J � � �
�
0
r
�.
d
N
y
N
N
N
N
a
�
LL
U
N
Ql
�
N
N
N
G1 �
�
a
�o
u �
.a W LL
� } �
J
� � �
0 N u�i
Z LL fd
� � a
W V�
I Q Z L}L
a Z a
a in
H �
m
d
a
v
N
M
N
O
N
M
N
N
N
O
N
�
U
W N
� m O
� � �
� � o
3 0 �
a �
0
tf)
.�C...
�C �
� O
W N
Z �
J �„� (n
O � 0 °6
= Z a�
OC a ,� � �
a
a
0 ] �
Z O �p o
w OC ,� o
> l7 �. "'
0 0 0�
0 0 0
0 0 0
J � � �
a _
�
0
�
>
LL
N
N
N
N
N
N
a
�
LL
U
N
N
�
N
N
(9
� a
�
u Q }
W �
a } U
f0 J d
w Q a�
�
v H a�
� LL fN0
Z y N
u op a
W Z� }
LL
d Z V
w �
a �
H
�
m
d
a
}
�
a�i
�
a�
N
�
a
}
LL
U
N
N
N
m
N
a
H
� W
W m
� �
a �
�
Q o
C
W
H
W
Z
J � �
L � 7
O � G �+-
� N � � N
u
O a�a" �;
� y
w � � �
> l7 :� a
0 0 0 0
0 0 0 0
0 0 0 0
vs u> v> cfl
J
a
�
0
r
�
U
N
N
ti
N
N
�
N
a
�
U
N
N
�
N
N
N
Q7 �
� °-
�a
u
.a Q }
O. W u"
co Y �
!� J
,., Q a�
�
O tn °y'
Z �y ca
v m a
W
� Z �
a Z a
W �
� �
a�
�
a�
a
, j:
�
a�i
�
a�
N
N
a
}
Ll.
U
N
N
N
N
�
N
a
H
� �
W m
� O
3 �'
�
a a
H
W
H
W
Z �
J ^ C
L W LL
O� p
,� � Z a"i
ac a '_ LL N
C = a u�i
Z � � �
� �� a
0
0
0
�
0
0
0
�3
0
0
O
v�
O
O
O
u�
0
0
0
vf
O
O
tH
�
a
W
Y
J
Q
u
�
�
�
m
J
�
�
� �
..�� �`�'
IRVING
7 E X A S
Custodial Services for Valley View Municipal Complex
ITB# 077J-23F
ADDENDUM #2
April 20, 2023
PAGE 1 OF 1
THIS ADDENDUM IS ISSUED TO MODIFY, CLARIFY, EXPLAIN, OR CORRECT THE
ORIGINAL SPECIFICATIONS, AND ANY CHANGES 1N SCOPE, CLARIFICATIONS, OR
ADDITIONS SHALL BE CONSIDERED PART OF THE SPECIFICATION. WHERE THE .
ORIGINAL SCOPE, PLANS, OR SPECIFICATIONS AND THIS ADDENDUM COME IN
CONFLICT, THE INFORMATION IN THIS ADDENDUM SHALL SUPERSEDE.
2.� All questions asked during the pre-bid meeting have been addressed in the Exhibit 1 Questions and
Answers attached to this addendum. These have also been posted on the e-procurement site.
3. The attachments have been corrected with the correct project name and administrative number on the
following documents:
• C-2 Conflict of Interest Questionnaire
• C-4 Instructions for Certificate of Interested Parties
• C-5 TGC 2271 & 2274 Forms
• D-4 Insurance Affidavit
4. The response attachments has two additional upload slots added; one for required documents and one for
additional documents. These were added for ease of use; please ensure that through whichever method
of upload, the City is given all documents required to consider the bid complete and responsive.
1N ORDER TO BE RESPONSIVE, BIDDERS SHALL ACKNOWLEDGE REVIEW OF THIS ADDENDUM
BY RESPONDING TO THE FINAL ATTRIBUTE ADDED TO THE SOLICITATION FOR THIS
PURPOSE. ANY BIDS THAT DO NOT INCLUDE THIS ADDENDUM ACKNOWLEDGEMENT SHALL
BE CONSIDERED NON-RESPONSIVE.
a:�� �G.��,�
Joseph Navarre
Purchasing Agent
City of Irving
� Exhibit 1 •
uestions and Answers
Can you please provide the pricing under the Ignored
previous contract far custodial services for Valley
View Municipal Complex?
Does the location need 1 or 2 crews for the Ignored
morning
Who currently holds this contract and what is the Global Building Services; $60,000
annual contract amount?
Who is your current vendor and what is the current Global Building Services; $4,903.54/mo.
monthly billing for their services?
Please confirm the site visit time for Tuesday, April 2 PM on April 11th is correct: This correction will be
11. lonwave says 2pm but Doc B-2 says 9am. reflected in the Addendum 1.
Please provide tabulations from the last time this The prior bid was awarded in the total estimated
opportunity went out to bid and current annual amount of $60,0OO.OQ. This solicitation has a
spend. different scope, bid a different way. Due to the
minimum wage requirement, we anticipate it to be
higher.
How many layers of wax will be required on hard At least 2 or 3 layers depending on condition.
surface floors?
Please confirm the number of custodial closets on One
the property site.
When is this contract expected to start? O1-Ju1-23
You asked about how many hours per year. For all Bid specs have a total 7,056 hours for workers and
the crew, not each employee? additional 500 hours for added services.
Do you need a crew to stay overnight? No
What about internet for our time system? The facility has a guest network.
You mentioned you may need extra workers for No, the normal day crew could handle day events.
events. Do you conduct events that would require
different crews?
As our procedure, if there's items on the table top Yes
we only wipe around them. Is this okay?
Do we have to clean the ca�pet immediately ? Or is No, Deep cleaning will occur twice a year.
this during scheduled deep cleaning?
Fo,r supplies, do you have the sizes for the refill? Water Utilities will provide the refills.
Do you have specific chemicals you prefer for None..Supervisor will review chemicals to be used
cleaning? prior to start af contract.
You require two per night crew. Do you want 16 Day crew should work 16 hours. Night crew can work
hours a day of custodial services for a crew? between 12-16 hours.
Do you need to submit the actual timecard with No, the supervisor will check periodically with
the invoices as part of this? business rep.
For floor finish (stripping waxing), do you want this This should be added to Bid Line Item #3.
price added to the bid or is this separate?
With the routine cleaning, there is a night parter. Contract cost is based on costs of workers and
Are we compensated on hours submitted or overhead of maintaining services.
monthly?
Does each building have space for storage for Storage closet is located in Building B.
cleaning materials?
There is a requirement for twin motors for vacuum Twin motors is how it is specified. Backpacks are
cleaners. What is that requirement based on? Are allowed.
backpacks allowed?
What are some of the deficiencies in the current Not enough staff provided to handle duties.
services?
lust to be clear on billing, there appears to be a Contract cost is based on costs of workers and
cost-plus instead of performance-based billing. Can overhead of maintaining services.
you clarify?
This is five days a week, right? Yes
During the evaluation period, is there an advantage We don't award points based on M/WBE status.
(with points) to being an M/WBE company? Could Being a M/WBE company would fulfill all the Good
we do a partnership with an M/WBE company to Faith Effort requirements for MjWBE businesses the
submit? City has. This contract will only be awarded to one
vendor; if you would like to partner with an M/WBE
company you could either subcontract to them or
have them be the prime.
Please advise on attachments required for this This will be corrected in the upcoming addendum.
submission. RFP numbers and descriptions are not
related to Custodial Services on some mandatory
bid attachments. (D-4 as example).
Would you consider adding a line item specifically Vendor is responsible to provide the best estimated
for floor maintenance? Either a sq ft price or hourly cost for these services. How the vendor caiculates the
price? Flooring labor, materials and equipment hour{y pricing is solely up to them.
varies significantly from standard cleaning hourly
rates and it is difficult to combine both on line 3 as
it is currently.
Hello For clarification does the location need 1 or 2 Day, or morning, crew should consist of 2 persons.
crews for the morning? Thanks, Don One crew consisting of two persons.
At this time, 4/15/2023, the Response Attachments Addendum 2, released after the new questions
Tab only has one File Upload option titled closing, will include an option far uploading
Equipment List. Will the Response Attachments Tab additional documents. You may also use "Other
be pre-loaded with each File Name Required Attachme�ts/New" or upload all documents into one
document in a separate upload space, or should we file. As long as the required documents are included
use our own file naming conventions and load all (it doesn't really matter where), this will considered a
response documents separately using Other responsive bid.
Attachments and the Plus Sign (+) New? Similarly,
should the document(s) be loaded individually by
titled requirement or as one master PDF or PDF
Portfolio? We note the suggestion that electronic
filing is preferred on page 2 of 12 of the Bid
Invitation.
What types of buffing machines are allowed in the Electric or battery operated. Propane will not be
facility? Will propane be allowed? allowed.
Is the contractar allowed to provide emplayee's a No, this won't be allowed. The distance between
golf-cart? buildings is short; less than a five minute walk.
Does the buffer need to be stored at the facility? No, ti�e crew can bring it in/out for service.
If we have a separate stripping and waxing crew, The stripping and waxing will be coordinated by the
how will we need to coordinate that with the City? Facilities and Warehouse Supervisor.
Is there a maximum number of employees for No. You may dedicate the number of employees with
being badged and pre-screened? the Facilities and Warehouse supervisor.
Can you please provide the pricing under the Please refer to previous answers.
previous contract for custodial services for Valley
View Municipal Complex?
. �
�� �L..—
IRVING
T E X A S
Custodial Services for Valley View Municipal Complex
ITB# 077J-23F
ADDENDUM #1
Apri114, 2023
PAGE 1 OF 1
1. THIS ADDENDUM IS ISSUED TO MODIFY, CLARIFY, EXPLAIN, OR CORRECT THE
ORIGINAL SPECIFICATIONS, AND ANY CHANGES IN SCOPE, CLARIFICATIONS, OR
ADDITIONS SHALL BE CONSIDERED PART OF THE SPECIFICATION. WHERE THE
ORIGINAL SCOPE, PLANS, OR SPECIFICATIONS AND THIS ADDENDUM COME 1N
CONFLICT, THE INFORMATION IN THIS ADDENDUM SHALL SUPERSEDE.
2. There has been a change to the Bid Opening link in the Activities Tab. The link corrected will be the
proper tink for viewing the bid opening.
3. The H-2 in the attachments has been replaced with the H-7.
4. Changes to the Bid Schedule:
1) There has been an additional option for a pre-bid meeting, added April 17, 2023 at 9:00 AM. This is
one of three options for meeting the mandatory pre-bid requirement.
2) The Questions Due has been extended to Aprii 18, 2023 at 12:00 PM. All questions for the
solicitation should be asked before the due date and time.
3) The Bid Opening Date has been extended to Apri125, 2023 at 3:30 PM.
IN ORDER TO BE RESPONSIVE, BIDDERS SHALL ACKNOWLEDGE REVIEW OF THIS ADDENDUM
BY RESPONDING TO THE FINAL ATTRIBUTE ADDED TO THE SOLICITATION FOR THIS
PURPOSE. ANY BIDS _ THAT DO NOT INCLUDE THIS ADDENDUM ACKNOWLEDGEMENT SHALL
BE CONSIDERED NON-RESPONSNE.
a� /vC:c��
Joseph Navarre
Purchasing Agent
City of Irving
F.�t;� -i, - � I�s pti�C-,••��� r . .:
� �'rv�."n`� �� /'+�,si
J I �_ ar�et .aj5 �i 4�.it .w .,,:K � ... r.
..,r . ��,� .�
I RV I N G`�4��4��t�r "�,��t�i .a �ti+F�.
0�"" :'�.r� Q � - .f _ .
T E X �a S ` :���; ; � �� ` _
077J-23F Addendum 2
Unica Enterprises LLC
Supptier Response
Event Information
Number: 077J-23F Addendum 2
Title: Custodial Services for Valley View Municipal Complex
Type: Best Value Bid �
Issue Date: 4/4/2023
Deadline: 4/25/2023 03:30 PM (CT)
Notes: See Addendum 1& 2
The intent of these specifications is to establish an annual contract for
complete custodial services for the Valley View Municipal Complex.
Bidders MUST attend one of the three scheduled mandatory pre-
bid meetings. See Acfivities Tab for pre-bid dates 8 times.
Any questions or request for clarification should be submitted under
the questions tab in this online solicitation. The responses will be
posted after consultation with the appropriate department personnel. If
the responses necessitate a significant change to the specification, an
addendum will be issued.
The City of Irving strongly encourages bidders to submit their response
to this bid electronicalfy. Please call the individual listed on the bid if
you require assistance with this submittal. Electronic bidding will
eliminate errors and unnecessary work, and is more friendly to the
environment. Your cooperation is greatly appreciated.
Contact Information
Contact: Joseph Navarre, Purchasing Agent
Address: Purchasing
835 W. Irving Blvd
Irving, TX 75060
Phone: (972) 721-3743
Email: JNavarre@cityofirving.org
Page 1 of 6 pages Vendor: Unica Enterprises LLC 077J-23F Addendum 2
Unica Enterprises LLC I�rmation
Contact:
Address
Phone:
Email:
Web Address:
Sarah Castillo
938 W Page Ave
Dallas, TX 75208
(817) 233-3633
scastillo@unicajs.com
https://unicajs.com
�
By submitting your response, you certify that you are authorized to represen# and bind your company.
Nancy Galvan nancy@unicajs.cam
Signature Email
Submitted at 4/24/2023 11:16:43 AM (CT)
Supplier Note
Please find attached our Complete Proposal in response to ITB#077J-23F. Feel free to contact me should you
have any questions or concems (817.797.1051). Thank you for this opportunity and have a great day.
Reauested Attachments
Equipment List
Equipment List.pdf
Please include a description, brand/model, and quantity for all equipment used as assets for this solicitation in an
itemized list.
Required Documents
General Liability Certificate.pdf
Please reference the attachments and attributes for a comprehensive list of required forms.
Additional DoCuments Workers Comp Certificate.pdf
Any additional clarifications, information, ar supporting documents.
Response Attachments
Signed W9.pdf
W9 Form
UNfCA REFERENCES.pdf
References
Valley View Cover Letter.pdf
Valley View Full Proposal Presentation
Bid Attributes
1 � Bid Acceptance
I have read and understand the Standard Terms and Conditions, General Instructions to Bidders, Special
Instructions to Bidders, Insurance Requirements, and Specifications contained herein, and further agree to abide by
and accept said documents unless specific exceptions are noted within my response. I understand that the extent
and number of exceptions taken will be a consideration during the bid review process and may preclude a contract
being awarded to my company.
� Acknowledged (Acknowledged)
Page 2 of 6 pages Vendor: Unica Enterprises LLC 077J-23F Addendum 2
2 Right to do Business in Texa NCLUDE IN YOUR RESPONSE TH NTACT INFORMATION OF
CERTIFYING OFFICIAL'S NA�TITLE, PHONE NUMBER AND E-M ADDRESS.
As required by 22�2.903, Government Code, respondent's official certifies and acknowledges that its Texas
franchise tax payments are current, or that it is exempt from, or not subject to, such tax. If claiming an exemption or
nat subject to franchise tax, an explanation must be provided.
Acknowledged
3 � Entity Type
Please check the entity type that applies to your business:
Limited Liability Company
4 � Number of Full Time Employees (FTE):
50-99
5 � Payment Terms
Normal payment terms are 2%/30 days. If offering other terms/discount, please specify in the following format:
% / _ days
Discount may be considered in award.
n/a
6 � Payment Preference
Please check appropriate option(s):
EBT
7 I MWBE Classification
If you are a minority-owned or woman-owned business, please check which type and attach proof of certification to
your response.
Woman-Owned
8 � Cooperative Purchases
If other governmental entities express interest in participating in this contract and you agree to allow cooperative
use of this contract if awarded, each participating entity will be responsible for placing its own orders and making its
own payments.
Should other governmental entities request to participate in this contract, would you agree that all terms, conditions,
specifications and pricing would apply?
No
9 I References
This solicitation requires references. Please attach a list of three references either currently doing business with
you for these services or in which you have provided these services within the past 24 months. For each reference
list name, contact person, address, telephone, and e-mail address, and any other pertinent information to hetp the
City of Irving verify the quality of goods or services your firm provides. Respondent here acknowledges that the
required references have been included with this submission.
� Acknowledged {Acknowledged)
Page 3 of 6 pages Vendor: Unica Enterprises LLC 077J-23F Addendum 2
1 Contact Information
� Please enter the name, e-mail an hone number of the contact person wh�l be assigned to assist the City of
Irving with this contract.
Nancy Galvan
nancy@unica}s.com
817.797.1051 (mobile) �
Conflict of Interest Questionnaire
Per Attachment C-1, Instructians for Conflict of Interest Questionnaire, respandent shall include Attachment C-2,
Conflict of Interest Questionnaire with their bid submission in the event that a conflict of interest in doing business
with the City of Irving exists as defined by Chapter 176, Texas Local Government Code.
If required, this may be done electronically by clicking on the "Response Attachments" tab and clicking on '"New
under "Response Attachments". Respondent here acknowledges that a Conflict of Interest Questionnaire has been
attached to this submission unless no canflict exists.
❑� Acknowledged (Acknowledged)
1 TGC 2271 Verification Form
2 Per Texas Government Code Chapter 2271, any company entering into a contract for goods or services with a
government entity effective on or after May 4, 2019 (1) who emplays 1 Q or more full time employees, and (2) has
provided a bid or proposal that has a value of $100.000 or more is required to either {A) provide verification that
said company does not boyco#t Israel and will not boycott Israel during the term of this contract by inclusion of
Attachment C-5 — TGC 2271 Verification Form with their submission in compiiance with .this requirement, or {B)
provide the affidavit for registering objection to the verification form which appears as page 2 of Attachment C-
5. DO NOT PROVIDE BOTH THE VERIFICATION FORM AND THE AFFIDAVIT. Inclusion of the appropriate
attachment page may be accamplished electronically by clicking on the "Response Attachments" tab, then clicking
on "New to upload the form. If a contract is awarded to Respondent, the original shall be pravided to the city upon
request. Respondent here acknowledges that, if required as outlined above, a copy of the appropriate page from
Attachment C-5 has been included with this submission.
❑� Acknowledged (Acknowledged)
1 TGC 2274 Verification Form
3 Per Texas Government Code Chapter 2274, any company entering into a contract for goods or services with a
government entity effective on or after September 1, 2021 (1) wha employs 10 or more full time employees, and
(2) has provided a bid or proposal that has a value of $100,000 or more is required to provide verification that said
company (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or
firearm trade association, and (2) will not discriminate during the term of this contract against a firearm entity or
firearm trade association by inclusion of Attachment C-7 — TGC 2274 Verification Form with their submission in
compliance with this requirement. Inclusion of the attachment page may be accomplished electronically by clicking
on the "Response Attachments" tab, then clicking on *New to upload the form. If a contract is awarded to
F2espondent, the original shall be provided to the city upon request. Respondent here acknowledges that, if
required as outlined above, a copy of Attachment C-7 has been included with this submission.
� Acknoweldged (Acknoweldged)
Page 4 of 6 pages Vendor: Unica Enterprises LLC 077J-23F Addendum 2
1 � Federal Debarment Certificat� .
4 The respondent certifies the foilo g:
1. The respondent and/or any of its principals are not presently debarred, suspended, proposed for debarment, or
declared ineligible for the award of contracts by any Federal agency.
2. The respondent and/or any of its principals have not within a three-year period preceding this offer, been
convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a Federal, state, or local government contract or
subcontract; violation of Federal or state antitrust statutes relating to the submission of proposers; or commissian of
embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasions,
or receiving stolen property; and are not presently indicted for, or othen�vise criminally or civilly charged by a
Government entity with commission of any of these offenses.
If the respondent cannot certify this statement, attach a written explanation for review by the City. The respondent
mus# notify the Purchasing Manager within 30 days if debarred by any governmental entity during the contract
period.
Acknowledged
1 Affidavit for Insurance Requirements
5 Respondent shall include Attachment D-4, Affidavif for Insurance Requirements, with their submission. This may be
done electronically by clicking on the "Response Attachments" tab and clicking on "New under "Response
Attachments". Respondent here acknowledges that a capy of Attachment D-4 has been included with this
submission.
❑� Acknowledged (Acknowledged)
1 Environmental Stewardship
s Per the City's expectations as outlined in Attachment E-1, Environmental Commitment and Compliance, the City of
Irving recognizes the importance of exercising positive environmental stewardship and is proactive in encouraging
environmentally sound practices in our operations and among our residents, businesses, and suppliers.
Please indicate any of the following in the space provided which apply to your business operation and list details:
1. Recycling
2. Energy Efficiency Practices
3. Environmentally Preferred
4. Water/Energy Conservation
5. Air Quality/Emissions
6. Disposal Practices
7. Other Environmentally Friendly Practices
7. We use Green cleaning products �
1 Good Faith�Effort Affidavit
� Per the information provided in Attachment F1, Good Faith Effort Program Overview, the respondent certifies that
they agree to provide the City of Irving with a completed copy of all forms required by the City's Good Faith Effort
Program and understands that if they fail to provide all of the required documents within five (5) business days after
notification, their bid or proposal may be deemed "non-responsive" and they may be denied award of the contract.
� Acknowledged (Acknowledged)
1 W� Form
$ Respondent shall include IRS Form W-9 with their bid submission. This may be done electronically by clicking on
the "Response Attachments" tab and clicking on ''New under "Response Attachments". Respondent here
acknowledges that a copy of their company's W-9 Form has been included with this submission.
0 Acknowled,ged (Acknowledged)
Page 5 of 6 pages Vendor: Unica Enterprises LLC 077J-23F Addendum 2
9 Required Contract - Service� �
Respondent shall include Attachm t H-7 Contract and Acknowledgement heir submission. Contract shall be
signed by an officer, director, or authorized agent of the company, and Acknowledgement page shall be notarized.
Respondent here acknowledges that these documents are attached and understands that two original wet ink
signature, notarized copies shall be required if respondent is recommended for award.
❑✓ Acknowledged (Acknowledged)
2 Addendums 1& 2 Acknowledgement
� Vendor hereby acknowledges review of Addendums 1 8� 2.
� Acknowledged (Acknowledged)
Bid Lines
1 WMC BUILDINGS (A,B, C 8� WAREHOUSE) MONDAY THRU FRIDAY DAY PORTER SHIFT (2 CUSTODIANS)
Quantity: 4032 UOM: Hour Unit Price: $21.91 Total: $88,341.12
Item Notes: PLEASE ENTER YOUR PRICE PER HOUR (ESTIMATED 8 HOURS PER DAY/CUSTODIAN)
2 WMC BUILDINGS (A & B) MONDAY THRU FRIDAY EVENING PORTER SHIFTS ( 2 CUSTODIANS)
Quantity: 3024 UOM: Hour Unit Price: � $21.33 Total: $64,501.92
Item Notes: PLEASE ENTER YOUR PRICE PER HOUR (ESTIMATED 6 HOURS PER EVENING/CUSTODIAN)
3 I HOURLY RATE FOR ADDITIONAL CUSTODIAL SERVICES
Quantity: 500 UOM: Hour Unit Price: $21.33 Total: $10,665.00
Item Notes: PLEASE ENTER YOUR PRICE PER HOUR FOR ADDITlONAL CUSTODIAL SERVICES THAT MAY BE
REQUIRED BEYOND THE NORMAL HOURS
4 f QUESTIONAIRE
Item Attributes
1. Explain your company's ability, capacity, and skill to perform work as stated in specifications based on
experience with similar multi-purpose facilities, operating 5 days a week, 8 hours a day.
If additional space is needed, please upload your response in the Response Attachments tab.
Please see Response Attachment: Proposal Cover letter. A full presentation and references are included with
similar multi-purpose facilities.
2. Please enter the minimum Hourly Rate to be paid to Custodian employee by your Company
Shall not be less than $15.00 per hour
$15.00
3. If awarded the cont�act, please enter the number of days needed for implementation of services
14
4. Will you comply?
At least one custodian on scheduled shift must be able to speak and understand English in a sufficient manner
and be able to communicate with all other members of the custodial staff as well as Water Utilities staff.
Yes
Response Total: $'! 63,508.04
Page 6 of 6 pages Vendor: Unica Enterprises LLC 077J-23F Addendum 2
•
.
STANDARD CONTRACT AND ACKNOWLEDGMEIdT
Attachment H-7
STATE OF TEXAS §
COUNTY OF DALLAS § KNOW ALL PERSONS BY THESE PRESENTS:
CITY OF IRVING §
I.
Conditioned upon Vendor being awarded by the Irving City Council, or award being made administratively, the
solicited items set out in ITB 077J-23F, and upon order of the City of Irving, Texas, a municipal corporation located in
Dallas County, Texas and incorporated as a home rule city under the Constitution of the State of Texas ("City"),
Vendor does hereby agree to furnish and/or-deliver to City in accordance with the terms of Vendor's submitted Bid
Page or Proposal and the Specifications in above referenced ITB, the services listed as awarded ta bidder in the
Irving City Council resolution awarding such services, or listed in the Administrative Award ("ContracY'). Execution of
said Resolution or Administrative Award shall evidence City's acceptance of this Contract.
I!.
City agrees to pay Vendor for services at the unit price listed upon the Bid Page and Specifications or at the
negotiated rate determined by the vendoPs proposal and any subsequent modifications agreed to by bath vendor and
the City, with payment being subject to any discount terms stated or agreed upon, and subject to any payment terms
contained elsewhere within the solicitation documents, this Contract and its attachments. Any purchase of services
so that the cumulative total of payments under this Contract exceeds the amount authorized in the City Council
Resolution awarding bid to Vendor may require additional authorization.
III.
It is understood that the following documents are incorporated as if written word for word in this Contract and should
be interpreted in the following order if any conflict(s) exist:
1. This Contract
2. Specifications and any addendums
3. Special Instructions to Bidders
4. Notice to Bidders
5. General Instructions to Bidders
6. Standard Terms and Conditions
7. Insurance Requirements
8. Supplier Response document from the Vendor
IV.
The date of any payment, whether net or gross, shall be determined by calculating the number of days after receipt of
invoices from Vendor, or after reasonable verification as to the requirements specified, whichever is later.
V.
THE VENDOR (THE "INDEMNIFYING PARTY"), SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE
CITY, TOGETHER WITH THE CITY'S OFFICERS, AGENTS, COUNCIL MEMBERS, EMPLOYEES, ATTORNEYS
AND REPRESENTATIVES (COLLECTIVELY, INCLUDING THE CITY, THE "CITY INDEMNIFIED PARTIES"),
FROM AND AGAINST ANY AND ALL DAMAGES, LIABILITIES, DEMANDS, CAUSES OF ACTION, CLAIMS,
JUDGMENTS, SUITS, COSTS AND EXPENSES (INCLUDING REASONABLE ATTORNEYS' FEES) MADE BY
ANY THIRD-PARTY, TO THE EXTENT ARISING FROM OR RELATED TO THE SERVICES PROVIDED BY THE
VENDOR PURSUANT TO THIS CONTRACT (COLLECTIVELY, "INDEMNIFIED CLAIMS"), REGARDLESS OF
THE LEGAL THEORY ASSERTED BY ANY THIRD PARTIES AND REGARDLESS OF WHETHER THE
DAMAGES OR CLAIMS OF THIRD PARTIES ARE KNOWN OR FULLY APPRECIATED AT THIS TIME BY
VENDOR OR THE CITY. THE INDEMNITIES IN THIS CONTRACT ARE SPECIFICALLY INTENDED TO OPERATE
AND BE APPLICABLE EVEN IF IT IS ALLEGED OR PROVED THAT ALL OR SOME OF TNE DAMAGES BEING
SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT, ERROR, OMISSION, NEGLIGENCE, GROSS
NEGLIGENCE, INTENTIONAL CONDUCT, BREACH OF CONTRACT, BREACH OF WARRANTY, VIOLATION OF
STATUTE OR COMMON LAW, VIOLATIONS OF THE STATE OR FEDERAL CONSTITUTIONS, OR ANY OTHER
CONDUCT WHATSOEVER OF THE CITY INDEMNIFIED PARTIES. VENDOR SHALL GIVE TO THE CITY
REASONABLE NOTICE OF ANY SUCH CLAIMS OR ACTIONS. VENDOR SHALL USE LEGAL COUNSEL
rev. 10/10/17
i i
REASONABLY ACCEPTABLE TO THE CITY IN CARRYING OUT ITS OBLIGATIONS HEREUNDER. THE
PROVISIONS OF THiS SECTEON SHALL SURVIVE THE EXPIRATION OR EARLY TERMINATION OF THIS
CONTRACT. THIS INDEMNIFiCATION IS NOT INTENDED TO APPLY TO CLAIMS MADE AGAINST THE CITY
INDEMNIFIED PARTIES RESULTING FROM NEGLIGENT ACTS OF CITY EMPLOYEES COVERED UNDER
SECTION 101.021 OF THE TEXAS CIVfL PRACTICE AND REMEDIES CODE.
The parties hereby acknowledge and agree that CITY is entering this Contract pursuant to its governmental function
and that nothing contained in this Contract shall be construed as constituting a waiver of the CITY'S govemmental
immunity from suit or liability, which is expressly reserved to the ex#ent allowed by law. Notwithstanding anything to
the contrary herein, the parties hereby acknowledge and agree that to the extent this Contract is subject to the
provisions of Subchapter I of Chapter 271, TEXAS LOCAL GOVERNMENT CODE, as amended, the CITY'S
immunity from suit is waived anly as set forth in Subchapter I of Chapter 271, TEXAS LOCAL GOVERNMENT
COQE. Further, the par#ies .aegree that this Cnntract is made subject to all applicab(e provisions of the Texas Civil
Practices and Remedies Code {"CPRC"}, including but not limited to all defenses, limitations, and exceptions to the
limited waiver of immunity from fiability provided in Chapter 101 and Chapter 75.
VI.
If Vendor fails in any manner to fully perform each and all of the terms, conditions and covenants of this Contract,
Vendor shall be in default and notice of default shall be giv_en to Vendor by the Purchasing Agent of the City. In the
event that Vendor continues in defautt for. a period of seven (7) days after receipt of the above-mentioned notice of
default, City may terminate or cancel this Contract ar at its option may purchase simifar services on the open market
and recover from Vendor any difference in price thereof:
SIGNED this the � day of O� , A.D. 2nrz..�.
Signature
Name
Title C .E C7
Company Namev`(1� CA�. �tl'�x �G( L�,e.S �
rev. 10/10/17
CERTIFICATE OF IN�EF�TED PART9ES � FORM �.295
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.
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Unica Enterprises LLC
Dallas , TX United States
being filed.
City of Irving
or state agency that is a party to
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2023-1022983
Date Filed:
05/18/2023
Date Acl
� �2
g Provide ihe identification number used by the governmental entity or state agency to track or identify the ContraCt, and prOvide ii
description of the services, goods, or other property to be provided under the contract.
077J-23F
Custodial Services for WMC
Nature of interest
4
Name of Interested Party City, State, Country (place of business) (check applicablej
Controlling Interme
5 Check only if there is NO Interested Party. ❑
X
6 UNSWORN DECLARATfON
, .,� �-.
My name is �� �'-'�Q��Q1 ` , and my date of birth i� � , i!�.
,��
My address is ��a • �Q � , �6.\�►.7�5 � , �� a�� , vsA .
(sir ) (city) (state) (zip code} (country)
I declare under penalty of perjury that the foregoing is true and correct.
E County, State of ���(5 , on the ��1 day of ��., 20 Z 3.
;��'•`�`••``•!�;:.IAURASUSANAHERWANDEZ (month) (year)
:*. ••: My Notary ID # 131308748
-t
'�%�.oR ��.+" E�ires October 5, 2025
of
ed ageni of contracting business entiry
(Declarant)
www.ethics.state.bc.us Version V3.5.1
�
Form TGC 2271
�
VERIFICATION REQUIRED BY TEXAS GOVERNMENT CODE CHAPTER 2271
Please read both pages.
By signing belaw, Company hereby verifies the following:
1. Company does not boycott Israel; d
2. Compa.�ty witl' not ba�r�ott I�rael du�ing the term of the contract.
SIGNED BY:
Print Name & Title:
Company Name: V�\G0. t�`( `� O'C 1�25 ��_
Date Signed: _ 5 \ �� ` �
NOTAItIZATION
T�IE STATE OF IC �(al S
COUNTY OF
§ --
§
§
;�v:� �••"''•�;:. LAURASUSANAHERNANDEZ
"r •*' b1y Notary ID # 131306148
:,��:�;
••.�;oF <�.t� E�ires October 5, 2025
BEFORE ME, the undersigned notary i�u^blic • on this day personally appeared
, on behalf of �{1\ � �-f1't�'('(J\�� (Company Name), who,
being uly sworn, stated under oath that helshe has read the foregoing verification required by Texas
Government Code Section 2271.002 and said statements contained therein are true and correct.
SWORN TO AND SUBSCRIB before me on th day of � , 20z3.
�
ARY PUBUC AND FOR STATE OF �ek4tS
The following definitions apply to TEXAS GOVERNMENT CODE SECTION 2271.001:
{ 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-controlled territory,
but does not include an action made for ordinary business purposes; and
(2) "Company" means a for-profit organization, association, corporation, partnership, joint venture,
timited partnership, limited liability partnership, or limited liability company, including a wholly owned
subsidiary, majarity-owned subsidiary, parent company, or affiliate of those entities or business associations
that exists to make a profit, but does not include a sole proprietorshi�.
State law requires verification from a Company for a contract involving goods or services: (1) between
a government entity and a Company with 10 or more full-time emplovees, and (2) that has a value of
$100,000 or more to be paid wholly or partly from pubtic funds, before the City can enter into the
contract.
Contract # 077J-23F LSR #
�
Foran TGC 2274
�
VERIFICATION REQUIRED BY TEXAS GOVERNMENT CODE CHAPTER 2274
By signing below, Company hereby verifies the following:
1. Company does not have a practice, policy, guidance, or directive that discriminates
against a firearm entity or firearm trade association; and
2. Comparry will not discriminate during the term of the contract against a firearm
entity or firearm trade associatio��
SIGNED BY:
Print Name & Title: �Q,�C1C.�d �l �VO�YI � �.7
Company Name: ,1'n\CA �YI�C �t \�� ���
Date Signed: 'rJ� � al� ��
NOTARIZATION �,
: i�•_ �,�'�:: LAURA SUSANA HERNANDEZ
:*.
THE STATE OF �(0� S § ,� ��; h4Y Notary iD # 131306148
"•�'�F'�+� �P� �ctober 5, 2025
§
COUNTY OF ��`� §
BEFOI�E ME, the undersigned notary pu lic on - this day personally appeared
�,1,�c � �V(�i'� , on behalfof�o��(1�CdC�,� ���T�� � (Company Name}, who,
being duly sworn, stated under oath that he/she has read the foregoing ver�fication required by Texas Government
Code Section 2274.002 and said statements contained therein are true and correct.
SWORN TO AND SUBSCRIBE before me on the ��day of �� 20�
i ��
NOTARY PUBLIC IN AND FOR TATE OF � xQ S
�
The following definition applies to TExAs GovErztvMEtv�' CODE SECTION 2274.001:
(2) "Company" means a for-profit organization, association, corporation, partnership, joint venture,
limited partnership, limited liability partnership, or limited liability company, including a wholly owned
subsidiary, majority-owned subsidiary, parent company, or affiliate of those entities or business associations
that exists to make a profit. The term does not include a sole proprietorship.
Additional definitions under TEXAS GOVERNMENT CODE SECTION 2274A01 can be found here
https://capitoLtexas.g,ov/tlodocs/87R/bi lltexbpdf/SB00019F.�df.
State law requires verification from a Company for a contract involving goods or services: (1) between
a government entity and a Company with 10 or more full-time employees, and (2} that has a value of
$100,000 or mare to be paid wholly or partly from public funds, before the City can enter into the
contract; unless an applicable exception under Chapter 2274 applies.
Contract # 077J-23F LSR #
i
.r��
i�V���
T E }: A 5
077J-23F SPECIFICATIONS
\J
CUSTODIAL SERVICES FOR VALLEY VEfW MUNICIPAL COMPLEX —
WATER UTILITIES
Intent
The Water Utilities Department is seeking to establish an annual contract for complete custodial
services for the Valley View Municipal Complex (WMC) building at 333 Valley View Lane. Irving,
Texas 75061.
Hours of Operation
The Valley View Municipai Complex is manned 24 hours a day 365 days a year in the operations
center; however, most of the employees work the schedule listed below:
7:00 AM -- 5:00 PM, Monday through Friday
Schedules
The praposed cleaning schedule is included in this package; however, additional work may need
to be completed as required. A minimum of twa (2) day porters and two (2) evening custodians
are required for this bid. Additional staff may be needed to complete some of the requirements.
The Facilities 8� Warehouse Supervisor will meet weekly with the successful bidder's project
supervisor to review and adjust cleaning schedules seven (7) days prior to the start of the work
week.
General Standards
The Valley View Municipal Complex (WMC) is a facility created for the purpose of housing Water
Utilities, Streets, Traffic and Geographic Information Services (GIS). As such, it maintains the
highest standard of cleanliness for health and aesthetic reasons. The Facilities and warehouse
Supervisor will monitor daily the quality of work provided by the bidder's staff and will immediately
report to the awardee's project supervisor if the Complex's standards are not met. The successful
bidder will then have one hour to take corrective action in a manner deemed satisfactory to the
facility representative.
The Contractor's staff shall not be required to move heavy equipment, such as, but not limited to;
refrigerators, soda machines, copy machines, file cabinets, office desks, heavy boxes, etc. for the
purpose of floor cleaning. Although exterior window cleaning is not part of this bid, glass doors
and the surrounding glass surfaces inside the facilities will be cleaned as needed.
No one except authorized employees of the contractor are allowed on the premises af any Valley
View Municipal Complex facility. Contractor's employees are NOT to be accompanied in #heir
• �
work area by acquaintances, family members, assistants, or any other person unless said person
is an authorized employee of the contractor and,has met the security requirements as established
in these specifications. Failure of contractor ta meet this requirement will result in permanent
removal of custodial employee from all WMC facilities.
The Contractor shall perform janitorial services in a manner to minimize disruption to the normal
operation of building occupants. Upon completion of work, the Contractor is responsible for
cleaning and removing all debris, materials, and equipment associated with the work performed.
Staff and Emplovees of the Contractor
The City requires that the awarded vendor pay the custodian workers a minimum amount of
$15.00 per hour. The City reserves the right to request proof of hourly wages paid to custodian
wo�kers assigned to WMC.
The successful bidder shall be responsible for the selection and scheduling of staff to fulfill its
contract obligations.
• The contractor shall provide a tamper proof time clock onsite or other secure means
of monitoring/logging employee work time.
• The contractor shall be required to provide copies of timecards as proof of hours
worked with each monthly invoice.
• Timecards must show the employee's name, date/time of beginning shift, date/time
end shift with the daily and total hours calculated.
• Timecards will be examined at random intervals by the Facilities 8� Warehouse
Supervisor to verify accuracy.
• Employees must clock out for lunch breaks or anytime they leave the WMC
property.
Any custodial staff working in WMC facilities is required to have passed a pre-employment drug
screening and have no criminal convictions or outstanding warrants and proof of such is required
before employees can access the facilities. Furthermore, employees are subject to a background
investigation prior to accessing the facility. Water Utilities reserves the right to request a change
to the custodial staff for any reason. That request will be communicated to the ownership or the
job supervisor.
The contractor's Job Supervisor and additional personnel as deemed necessary by the Facilities
8� Warehouse Supervisor must be literate and fluent in the English language. There will be, at a
minimum, one (1) person on each shift on site, who can speak, read, and write English. Day
Porters MUST speak fluent English. This requirement is necessary due to the following reasons,
which may include but are not limited to:
Warnings of emergencies and hazards.
Preparation of reports as specified.
Communication with the Facilities 8� Warehouse Supervisor and other building
tenants.
Due to the significance of the above listed reasons, the English-speaking requirement is to
enhance communications between the Contractor representatives and City personnel.
The contractor's staff shall NOT use the facility telephones, except for emergency purposes and
in no situation make long-distance calls. There shall also be no usage of personal phones while
2
•
•
working to include, but not limited to, streaming video, talking or text messaging.
The successful bidder shall designate a Job� Supervisor with whom the WMC Staff will
communicate with. If necessary, WMC staff must be able to contact the custodial day and/or
night porter during their shifts either by cell phone or text messaging. The successful bidder will
provide the method of communication to the Facilities � Warehouse Supervisor.
Uniforms and Picture Identifica#ion
The contractor shall provide uniforms for staff that project a professional image including
appropriate footwear. Uniforms shall be neat in appearance, no holes, stains, etc. The uniform
shirt shall have the company name clearly identified. Uniforms are to be always worn while on
WMC premises.
The City of Irving will provide a clearly identifiable name badge with a photo. Keys will be issued
to and signed for by the contractor for use by the custodial staff. The keys shall remain with all
authorized personnel until either the end of the contract, or with a change in personnel. The
Facilities & Warehouse Supervisor will coordinate the issuance and the retrieval of badges and
keys when the contract terminates. Any change in personnel will require that the terminated
employee's badge be turned in to the Facilities 8� Warehouse Supervisor by the Con#ractor for a
badge to be issued to the new employee.
Supc�lies
The WMC will provide toilet paper, paper towels, appropriate liners, hand soap, hand sanitizer
refills, bowl blocks and urinal screens stared in janito�iai closets spread throughout the facility.
Contractor shall provide all other cleaning/refinishing supplies to accomplish assignments per
specs to WMC's satisfaction. The WMC will supply a secure location for storage on the
premises, should the awardee require storage.
At no time are contractor's employees allowed to remove any supplies or materials that are
provided by the city from WMC property.
All supplies and chemicals used by the Contractor must be pre-approved by the Facilities and
Warehouse Supervisor. The contractor shall not change any supply or chemical without seeking
approval of the Facilities 8� Warehouse Supervisor.
Equipment
The contractor shall be required to provide and utilize only equipment in good working condition
in the performance of this contract. Equipment may be subject to periodic inspection. Equipment
sha[i be defined as electricalty powered machines (i.e., vacuums, buffing machines, scrubbers,
etc.}. This will be verified by the Facilities 8� Warehouse Supervisor, and the contractor may not
commence janitorial responsibilities until this requirement is met. All vacuum cleaners shail be
twin motor with HEPA filters.
All electrically powered equipment shall be available for inspection and in optimum operating
condition at all times. Inspections can be conducted by the Facilities and Warehouse Supervisor,
or other designee, at any time. The city reserves the right to prohibit use of contractor's equipment
if said equipment is judged to be unsafe for use, posing a health and/or safety matter, or is
otherwise working improperly.
3
• ,
All electrically powered machines and portable tools shall be equipped with a three-wire cord and
grounded, or if double insulated, two-prong cord caps. All extension cords shall be three-wire
cord with ground. The city may periodically test cords to assure that the grounding wire is
functioning.
Floor machines and vacuums shall have rubber bumper guards in place and in good condition on
the brush base and motor head unit.
Friction or electrical tape shall NOT be used to cover splices, nicks, or plug ends. Defective or
damaged cords shall be replaced.
All machines shall be plugged into empty wall outlets. City equipment including, but not limited
to shall not be unplugged typewriters, calculators, computers, ar radios, etc. ta acquire access for
power.
Should damage occur to contractor's equipment that might impair its safe operation, the machine
shaf! NOT be used until properly repaired. Such machines must carry warning signs saying that
the machine is damaged and not to be used and shall be removed from WMC property until
properly repaired or replaced.
Equipment shall NOT be left plugged-in and unattended in halls, stairways, landings, or any
locations used as passageways. Exits, elevators, and emergency exits shall be clear at all times.
Any damage incurred to WMC property by the custodial staff will be repaired by the WMC. All
costs associated with repair sha11 be billed or deducted from the contractor's payment. The
contractor provides necessary equipment to accomplish floor care and the owner will supply a
secure location for storage (within reason) on the WMC premises, should the bidder require
storage.
Con#ractor supplies and leaves a clean mop, broom, dust mop, cart, mop bucket and 1 new twin
motor vacuum cleaner with HEPA filter in each custodial closet. Any dirty, unserviceable, or
broken equipment shall be removed from the site and replaced with new equipment by the
contractor within one (1) day.
All equipment supplied by the contractor is to be listed on an equipment sheet provided in the
response attachments of #he e-procurement site. The Facilities 8� Warehouse Supervisor must
approve equipment prior to award of bid. If a product does not meet the requirements of WMC,
the contractor will be given an opportunity to provide an acceptable substitute within a mutually
agreed upon timeframe.
Material Safetv Data Sheets (MSDS Sheets)
The contractor shall provide Material Safety Data Sheets (MSDS) that comply with OSHA
Standards for all chemicals intended for use in WMC facilities. If new chemical products are
introduced, or new janitorial empioyees are hired, the contractor is responsible for reviewing the
MSDS sheets with employees and ensuring that all employees understand and are trained in the
safe use of all chemical products. The MSDS sheets must be legible, and printed in English and
Spanish, placed in a laminated binder, and provided in each janitorial closet. If there is no janitorial
closet in the building, the contractor shall provide MSDS sheets readily available on service cart.
Only MSDS sheets for chemicals/cleaners used on-site are to be displayed. Published books
containing all MSDS sheets are NOT acceptable.
4
i •
All containers of cleaning materiais, both stored and used, shall be properly labeled as per OSHA
requirements.
The city will provide storage areas for supplies at each site if possible. Not all sites have janitorial
closets. The contractor shall pravide supplies via their crew vehicle to these sites. All storage
areas used by the contrac#or shall be kept in a neat and orderly manner. The supply/storage area
shall be kept free of any offensive odor. Damp mopping, spot cleaning, and dusting shall be done
on a routine basis.
Safetv and Handlinq
Rubber gloves shall be worn when handling any solution that warns of skin irritation. All materials
shall be stored and identified as to content so that proper precautions may be taken. All chemicals
shall be labeled. If there are no Blood Borne Pa#hogens present, rubber gloves may be disposed
of within the normal trash procedures. ,
The contractor shall use "CAUTlON" floor signs, and all such signs shall be furnished at no
additional cost to the city. Signs shall be in English and Spanish. The signs will be made of
rugged plastic, bright color for easy viewing, and hinged at top.
Class I flammable liquids (gasoline, benzene, naphtha, alcohol, turpentine, etc.) shall not be
stored on any WMC property.
The contractor shall be required to demonstrate expertise, knowledge, and capability, and provide
a responsible training program to employees, to appropria#ely manage situations involving
hazardous chemicals and infectious biohazard waste. Proof of this training shall be provided upon
request by the city.
Stairwells, walkways, elevators, and landings shall never be used for storing equipment, supplies,
or debris.
First-aid containers shall be provided by the contractor and be available to all contractor's
employees during cleaning shifts. These are to be kept in the janitorial closets. If no closet is
available at site, the contractor shall provide these kits in the service vehicle or service cart.
Buifdinq Securitv
All exterior building doors shall remain locked. Exterior doors shall not be propped open without the
consent of #he Facilities and Warehouse Supervisor. This includes� interior doors as determined
by the Faciiities 8� Warehouse Supervisor.
Contractor's employees entering or leaving a secured area shall make sure that doors are locked
at aA times. Contractor's employees shall be alert upon entry and exit of secured locations to
ensure that no unauthorized persons are waiting to gain access to the building. Doors shall not
be unlocked for anyone at any time, or for any reason, while cleaning buildings.
Janitor and storage areas shall be locked at all times.
Contractor shall be responsible for securing all buildings, offices, and facilities at the time of their
service. Failure to comply shall make the contractor responsible for any loss of WMC property.
If a building must be re-keyed due to contractor's staff losing key(s), or failure to return keys, costs
of re-keying shall be borne by the contractor.
5
•
Failure to Provide Repuirements
i
For the failure of the contractor to provide, and maintain certain requirements, as listed in this
section, the City may elect to terminate the contract. Major violations of the Contractor's
requirements include, but are not limited to:
MSDS sheets/regulations
Non-Englisfrspeaking staff No
Picture I.D. as required
Building re-key
Failure to activate/deactivate building security alarms
Failure to lack doors or windows
Failure to maintain appropriate staffing level
Failure to provide proof of wages paid to custodial workers
Work Schedule
This contract requires, at a minimum, the use of two (2) full time day porter, during normal
operating hours, and two (2) night/evening personnel (see requirements as outlined in this
document). A day porter shall be defined as an employee of the contractor who will provide full
time janitorial services during the day. The day porter will not vacuum floors, or perform other
potentially disturbing duties, during normal operating hours. NighUevening personnel shall
conduct janitorial services such as vacuuming, waxing floors, etc., that cannot be performed
during operating hours, normally after 6:00 p.m. Service days shall be Monday thru Friday,
excluding City observed holidays, for a total of 252 working days. Minor changes to the schedule,
such as substituting a Saturday morning for Friday night, may be acceptable; however, the
contractor must obtain p�ior approval from the Facilities 8� Warehouse Supervisor. The City will
NOT pay overtime for any schedule changes.
It is the contractor's responsibility to provide a monthly schedule, rto less #han one week in
advance, to the Facilities 8� Warehouse Supervisor. This schedule shafl outline dates, times, and
specific employees of the contractor as well as services to be provided for daily, weekly, and
monthly custodial services. The contractor and the Facilities 8� Warehouse Supervisor will
determine, prior to commencement of contract, times, and dates for quarterly and semi-annual
work to be performed.
Hourlv Pricinp �
Non-scheduled work, that is requested work that is not covered under normal day-to-day cleaning
activities, shall not be billed as Time and Materials. All additional work must be pre-approved by
the Facilities 8� Warehouse Supervisor and billed separately. There will be a separate line item in
the pricing section of these specifications for hourly rates to be completed by the bidder. Bidder
must complete all items on pricing section to be" considered for award.
Annual and Spuare Foot Pricinq
There will be a separate column requiring bidders to list Price per Square Foot, in the pricing
section of these specifications. This amount is determined by dividing the total square footage of
each building by the total annual price quoted. Bidder must complete all items on pricing section
to be considered for award.
C
� •
It is possible that portions of the building may become "unoccupied" during the term of this contract
for various reasons. Upon notice from the Facilities and Warehouse Supervisor, the cont�actor
will be instructed to cease cleaning the unoccupied portion and the WMC shall receive a credit
based on the Per Square Foot Pricing. When these areas may be re-occupied, the contractor will
be notified to commence cleaning again and the square footage will be noted for the contractor
to bill WMC accordingly.
Inspections
As part of the contract administration process, the contractor, along with the Facilities and
Warehouse Supervisor, shall make on-site inspections to ensure compliance with these
specifications as requested by Water Utilities.
To ensure daily activities are completed, supplied Daily Service Logs shall be maintained by the
janitorial staff. During the weekly inspection the Daily Service Logs will be reviewed. If a portion
of work has not been completed, the invoice will be deducted accordingly.
Any discrepancies found during the inspection shall be immediately corrected to the satisfaction
of the Facilities & Warehouse Supervisor.
7
r�
u
Section II: Room Demoqraphics
��
Building A is the two-story portion of the facility. The first floor contains the conference rooms and
Environmental Compliance, and the second floor contains Administration, SCADA (24-hour
operations center), Geographical Informatian Systems (GIS), Street Services and Traffic. Building B is
comprised of Water and Wastewater Operations, Billing, Street offices, men's and women's locker
rooms (two of each) and general assembly rooms (one for Water Utilities and one for Streets).
Building A: First Floor
ROOM SQ. FI'. FLOOR MATERIAL
NO. NAME
A100 VESTIBLTLE 203 SLATE
A101 LOBBY 1170 SLATE
A142 ELEVATOR 60 SLATE
A103 MEN'S TOILET 200 SLATE
A104 CORRIDOR 697 CARPET
A106 RECEPTION AREA 244 VCT
A107 CONFERENCE ROOM 93 VCT
A1Q8 CORRIDOR 389 VCT
A109 FILE ROOM 214 VCT
A110 WORK ROOM 156 VCT
A111 WORKSTATION AREA 536 VARIES
A112 TWO OFFICES 280 CARPET
A113 STAIR 254 CARPET
A115 WATERQUALITY INSPECTOR 89 CARPET
A116 CORRIDOR 678 CARPET
A117 CORRIDOR 318 CARPET
A118 WATERQUALITYINSPECTOR 87 CARPET
A119 LIBRARY 181 CARPET
A120 COFFEE/MAIL SORT 53 CARPET
A121 WATERQUALITY SUPERVISOR 187 CARPET
A122 ADMIN. SUPPORT 90 CARPET
A123 RECEPTION AREA 113 CARPET
A124 CONFERENCE ROOM 202 CARPET
A126 OPERATING MANAGER 187 CARPET
A128 TRAINING STORAGE 168 VCT
A130 TRAINING COORDINATOR 137 CARPET
A131 CORRIDOR 125 CARPET
A132 TRAINING/MULTI-PURPOSE 818 CARPET
A133 STORAGE 54 VC"I'
A134 BREAK ROOM 217 SLATE
A135 VESTIBLJI.E 424 SLATE
A136 LARGE TRAINING ROOM 2036 CARPET
A137 WAITING AREA 79 CARPET
A138 TRAINING STORAGE 181 VCT
A139 STAIR 212 VARIES
A140 WAITING AREA 256 SLATE
A141 STAIR 164 SLATE
A142 WOMEN'STOILET 182 SLATE
E�3
•
Building A: Second Floor
�
ROOM SQUARE FOOT FLOOR MATERIAL
NO. NAME
A200 LOBBY 614 SLATE
A201 RECEPTION 116 CARPET
A202 ADMIN. SUPPORT 114 CARPET
A203 CONFERENCE ROOM 241 CARPET
A204 CORRIDOR 147 CARPET
A206 FILE ROOM 160 VCT
A207 COFFEE/MAIL SORT 48 CARPET
A2Q$ INTERN MANAGER 145 CARPET
A210 CORRIDOR 471 CARPET
A211 ADMIN. SUPPORT 83 CARPET
A213 STREET MANAGER 191 CARPET
A214 STREETS DIRECTOR 268 CARPET
A215 WORKROOM 257 VCT
A216 CORRIDOR 507 CARPET
A217 COMPUTER WORKROOM 180 VCT
A218 WORKSTATION AREA 1016 CARPET
A219 STAIR 261 VARIES
A220 CORRIDOR 296 CARPET
A222 GIS ANALYST 104 CARPET
A223 CORRIDOR 197 CARPET
A224 MAP/FILE ROOM 600 VCT
A225 SENIOR PROGRAMER 140 CARPET
A226 GIS COORDINATOR 140 CARPET
A227 CORRIDOR 243 CARPET
A22$ TWO OFFICES 263 CARPET
A231 BREAK ROOM 273 VCT
A232 COFFEE 55 CARPET
A233 TOILET 60 CERAMIC TILE
A234 CORRIDOR 237 CARPET
A23v PUMPS & MOTORS 438 CARPET
A236 PUMPS & MOTORS 140 CARPET
A237 MAIN OPERATION STATION 140 CARPET
A238 WATER PUMPING SUPER. 140 CARPET
A239 CORRIDOR 248 CARPET
A240 SR. UTILITY PUMP OP. 120 CARPET
A241 SNR. CONSTR. INSPEC. 140 CARPET
A243 CONSTRUCTION INSP. 84 CARPET
A244 STORAGE 56 VCT
A245 CORRIDOR 198 CARPET
A246 STORAGE 96 VCT
A247 CORRIDOR 164 CARPET
A248 FILE ROOM 193 VCT
A249 LIBRARY 167 CARPET
�
Building A: Second Floor - Continued
�
ROOM Square Foot FLOOR MATERIAL
A250 COFFEE/MAIL SORT 40 CARPET
A251 CORRIDOR 96 CARPET
A252 STAIR 212 VARIES
A253 TOILET 60 CERAMIC TILE
A254 ADMIN. SUPPORT 83 CARPET
A255 WATER UTILITIES DIR. 278 CARPET
A257 CORRIDOR 207 CARPET
A258 PROJECT COORDINATOR 150 CARPET
A259 PROJECT COORDINATOR 150 CARPET
A260 AST. WATER UTILITIES DIR. 258 CARPET
A261 ADMIN. SERVICES MGR. 185 CARPET
A262 WORKSTATION AREA 137 CARPET
A263 WORKROOM 192 VCT
A264 CONFERENCE ROOM 230 CARPET
A265 ADMIN. SUPPORT 98 CARPET
A266 RECEPTION 104 CARPET
A267 WOMEN'S TOILET 186 SLATE
A268 MEN'S TOILET 218 SLATE
10
C�
Building B
C�
ROOM SQUARE FOOT FLOOR MATERIAL
NO. NAME
B100 VESTIBULE 59 VCT
8101 CORRIDOR 589 VCT
B102 LOCKERS MALE 520 CERAMIC TILE
B103 SHOWERS MALE 153 CERAMIC TILE
B104 MALE TOILET 358 CERAMIC TILE
B106 LOCKERSISHOWERS FEMALE 324 CARPET
6107 UNIFORM STORAGE ROOM 520 VCT
B108 CORRIDOR 63 VCT
6110 CORRIDOR 271 VCT
6111 STREET SUPERVISOR 138 CARPET
6112 STREET SUPERVISOR 140 CARPET
B113 WORK ROOM 316 VCT
B114 STREET SUPERVISOR 140 CARPET
6115 STREET SUPERVISOR 140 CARPET
6116 STREET SUPERVISOR 138 CARPET
B117 CONFERENCE ROOM 297 CARPET
B118 STORAGE ROOM 300 VCT
B119 CORRIDOR 315 VCT
6120 CORRIDOR 240 VCT
B121 WAITING AREA 147 VCT
B122 VENDING MACHINE AREA 202 VCT
B123 ASSEMBLY/READY ROOM 1490 VCT
B124 MUD AREA 67 CONCRETE
B125 ASSEMBLY/READY ROOM 2156 VCT
B126 CORRIDOR 224 VCT
B127 STORAGE ROOM 359 VCT
6128 MAP ROOM 748 VCT
B129 LEAK DETECTION EQ. ROOM 83 VCT
6130 WORK ROOM 214 VCT
B131 SUPPLY ROOM 60 VCT
B132 LINE TV ROOM 528 VCT
6133 TOILET 65 CERAMIC TILE
B135 CORRIDOR 515 VCT
B136 ADMtN. SUPPORT 144 CARPET
B137 MAINTENANCE MANAGER 198 CARPET
6138 WASTEWATER MAINT. SUP. 147 CARPET
B139 BILLING SPECIALIST � 298 CARPET
B140 METER READER SUP. 147 CARPET
B141 CONFERENCE ROOM 340 CARPET
6142 WORKSTATION AREA 1065 VCT
6143 WORKSTATION AREA 875 , VCT
6144 WATER DTB. SUPERVISOR 140 CARPET
6145 NIGHT MAINT. SUPERVISOR 140 CARPET
11
•
Building B - Continued
U
ROOM SQUARE FOOT FLOOR MATERIAL
6146 WASTE COLLECTION SUP. 140 CARPET
6147 WASTE PREVENTIVE SUP. 140 CARPET
B148 UTILITY SERVICE SUP. 140 CARPET
6149 CIFT STATION MAINTENANCE 121 CARPET
B150 MALE TOILET 348 CERAMIC TILE
B152 LOCKERS MALE 665 CERAMIC TILE
B153 SHOWERS MALE 179 CERAMIC TILE
B154 LOCKERS/SHOWERS FEMALE 323 CERAMIC TILE
6155 UNIFORM STORAGE ROOM 397 VCT
Building C— Duties pe�Formed MondaylWednesday/Friday
C150 RESTROOM 64 CERAMIC TILE
C160 RESTROOM 64 CERAMIC TILE
C170 RESTROOM 64 CERAMIC TILE
C180 RESTROOM 64 CERAMIC TILE
Warehouse — Duties perFormed MondayNVednesday/Friday
W1 RESTROOM 64 CERAMIC TILE
W2 OFFICE 64 CERAMIC TILE
Total Square Feet of Each Buildinq bv Floor Material
BLDG A 1 ST FLR. BLDG A 2ND FLR, BLDG B BLDG C TOTAL
CARPET SQFT 6356 9094 3412 0 18862
VCT SQFT 1801 2108 12079 0 15988
SLATE SQFT 2876 1018 0 0 3894
CONCRETE SQFT 0 0 0 0 0
VARIES SQFT 748 473 0 0 1221
CERAMIC TILE 0 120 2611 128 2859
TOTAL 11781 12813 18102 128 42824
12
•
Section III: Custodial Duties and Requirements
Dailv — Dav Porters
�
• Empty waste receptacles and replace plastic liners as needed.
• Empty recycling bins and #ransport to main location at exterior of building.
• Clean and sanitize the interior and exterior surface of all trash containers.
• Clean and sanitize drinking fountains and remove encrustations, watermarks, etc. Polish
as needed, using approved metal polish.
• Remove cobwebs on wa�ls, ceiling corners, or any other places.
• Dust around cleared areas of furniture tops, desktops, vacant shelves, windowsills,
ledges, chairs, benches, etc. DO NOT MOVE ITEMS LOCATED ON THESE AREAS.
• Pick up litter at entryways as needed.
• At entranceways, remove lint, cobwebs, debris and mud from walkways, steps, floors,
canopies, and ceiling corners. If necessary, remove bird droppings.
• Clean entry door surfaces, door glass, and adjacent glass and frames. Clean and sanitize
entry door handles, push plates, and kick plates.
• Clean top surface of exterior patio tables and chairs.
• In break raoms, lounges, etc., clean sinks and counter tops using sanitizing agent. Clean
tabletops and chairs. Fill any paper towel and soap dispensers.
• In break rooms, lounges, etc., clean microwave oven inside and outside and exterior
surface of refrigerator door.
• In conference rooms clean and sanitize all tables and counter tops.
• Clean and sanitize all doar handles.
• Clean surfaces of elevator walls, doors, door panels, control panels, and door tracks.
• In restrooms, clean mirrors, countertops, sinks, and fixtures using germicidal solution.
• Clean toilet seats, inside bowl, bawl rims of toilet, base (including hold down bolts). Clean
urinals in like manner. USE OF SANITARY DISPOSABLE NON-STERILE RUBBER
GLOVES IS MANDATORY. Gloves are to be changed with each restroom cleaning. DO
NOT USE ACID BASED TOILET BOWL CLEANER ON ANY METAL SURFACES. Some
cleaners erode the finish on meta! surfaces.
• Spot clean ceramic tile/concrete walls, removing stains, heavy soil, graffiti, candy, gum, or
any other foreign material. Clean stall partitions in like manner.
• Mop bathrooms.
• Clean and polish all stainless steel and chrome.
• Re-supply towels, soap, toilet paper, and other items as required.
• Clean, and organize, janitorial closet at end of each shift.
• Report needed building repairs ta Facilities & Warehouse Supervisor.
Daily — Eveninq Porters
• Empty waste receptacles and replace plastic liners as needed.
• Empty recycling bins and transport to main location at exterior of building.
• Vacuum ALL areas of building's interior carpet. Vacuum any floor mats, and entry mats
located at entry/exit doors. Spot clean any areas as needed.
• Clean slate as directed by the Facilities & Warehouse Supervisor.
• Dust mop ALL non carpeted floors (VCT, Concrete etc.}, then damp mop afterwards.
• Vacuum behind equipment using a vacuum wand, in order to avoid damage to equipment
and/or equipment cords.
• Empty freestanding ashtray receptacles of cigarette butts and trash (located at designated
smoking areas outside).
13
� •
• Pick up litter at entryways as needed.
• Spot clean carpets and hard floors as needed.
• Spot clean ceramic tile/concrete walls, removing stains, heavy soil, graffiti, candy, gum, or
any other foreign material. Clean stall partitions in like manner.
• Mop bathrooms, lacker rooms, and showers with germicidal solution.
• Spot clean baseboards to remove buildup of dirt and foreign matter.
• Clean and sanitize showers using germicidal or detergent solution.
• Clean, and organize, janitorial claset at end of each shift.
• Report needed building repairs to Facilities & Warehouse Supervisor.
Weekly — Dav Porters
• Spot clean walls, and cubicle partitions.
e Heavy sweep all loose soil, rocks, debris, etc. from patio areas, vestibules, building
stairwells/steps, and handicap ramps.
Weeklv — Eveninq Porters
Vacuum all fabric upholstery on chairs. Spot clean as necessary. Clean all washable
non-fabric seating.
Buff floors that are coated with floor finish, to restore luster and dust mop afterwards.
Monthly — Dav Porters
• Wipe dust accumulation on wall artwork, photographs, white boards, bulletin boards, etc.
• Clean stairwell rails, landings, and steps. Clean rails located an handicap ramps to
remove dust accumulation and residue.
• Clean all exterior surfaces of lockers.
• Pour one-half gallon of germicidal or detergent solution into all floor drains in Buildings A
8� B. Clean grate to remove mildew or other stains.
Monthly — Eveninq Porters
• Vacuum and clean HVAC supply and return vents (and surrounding ceiling).
• Clean and machine buff to maintain shine and appearance.
• Remove any floor finish, dirt, or other foreign matter from all base boards.
e Clean interior glass surface up ta 9' in height.
Quarterly — Eveninq Porters
Dust or vacuum both sides of all blinds or other window coverings.
Clean ceiling and light diffusers/covers (only if diffusers and covers are removable
without tools). DusUwipe bulbs.
Semi-Annual — Eveninq Porters.
• Strip, seal and refinish all VCT floors (2-coats of sealers, 3-coats of finish).
• ExtracUshampoo a!I carpeted areas.
14
�
ADDITIONAL INFORMATION
•
Contract Period - This contract begins with date of award for a one-year annual term. There
shall be no subcontracting of any portion of this contract without prior written consent of
Water Utilities. All employees must work directly for the awarded vendor.
Renewal Option - This contract is subject to consideration for two (2} renewals with each renewal
being for a one-year period and under the same terms and conditions as awarded. Each renewal
option may be exercised by the City of Irving with written agreement by contractor.
References - Prospective vendors must include in their bid package (3) references for current or
former clients your company has provided similar services to within the prior 24 months. All
references must be for clients of similar size (or larger) and scope as comparable to the Valley
View Municipal Complex. All references must include a valid contact, phone number, physical
address, and email address for the individual responsible for housekeeping at a particular facility.
Failure to provide all requested information may be considered grounds for bid rejection.
Evaluation - This is a best value solicitation. An evaluation team will evaivate the information
provided; including the findings of the reference checks conducted. The responses will be
evaluated on the following weighted criteria:
TOTAL
EVALUATION CRITERIA _ POSSIBLE
POINTS
Bid price proposed (is it reflective of bid specs) 40
Ability, capacity, and skill of the respondent to perform 30
based on experience with similar multi-purpose facilities
Bidders' history with City of Irving and/or references 30
TOTAL 100
An evaluation committee will evaluate the information provided by the bidder(s) in response to the
established measurable criteria above. The combined score of aIi evaluators for each bidder is the
score to be used to determine the ranking for the bidder. Award will be made to the bidder with the
highest ranking.
15
�
r1
LJ
SPECIAL INSTRUCTIONS TO BIDDERS
Attachment B-2
1. Bidding Process/Con#act Information
The City of Irving is aware of the time and effort bidders spend in preparing and submitting
bids. We will work with you to make the process as easy as possible. If you have
questions or concerns about the bidding process in general, please contact:
Joseph Navarre, Purchasing Agent
JNavarre@cityofirving.org
972.721.3743
If you have questions or concerns regarding this solicitation specifically, please
submit them electronically through the city's e-procurement website.
2. Method of Award
Award will be made in it's entirety to the best value bidder, at the sole discretion of
the City. Bidders must complete all lines to be considered for award. The City reserves
the right to award by whichever method is mos# favorable to the City, but will award to
the best value, responsive, responsible bidder no matter which method is used.
Awards totaling $50,000 or more will be made by the Irving City Council. In
determining the lowest responsive, respansible bidder, in addition to price, the
recommendation may consider:
2.1 The ability, capacity, and skill of the bidder to perform the contract and
provide the service required.
2.2 Whether the bidder can perform the contract to provide the senrice or
make delivery within the time specified, without delay or interference.
2.3 The character, integrity, reputation, judgment, experience, and efficiency
of the bidder.
2.4 The quality, workmanship, or performance of previous contracts or
services.
2.5 The previous and existing compliance by the bidder with laws and
ordinances relating to the contract or services.
2.6 The sufFiciency of the financial resources and ability of a bidder to perform
the contract or service.
2.7 The qua�ity, availability, and the adaptability of the supplies or contractual
services ta the particular use required.
2.$ The ability of the bidder to provide future maintenance and services for
the use of the subject of the cantract.
2.9 The number and scope of conditions attached to the bid.
2.10 Prior experience or knowiedge of the bidder concerning a particular field
or piece of equipment.
2.11 The safety record of the bidder.
3. Contract Term
The initial term of this contract is one (1) year from the date of execution. Renewals are
subject to bi-lateral agreement, no later than 60 days before the date of expiration.
(rev. 5/18/18)
� �
4. Public Bid Openinq
A public bid opening will be held at 4:00 p.m. on April 21, 2023 via the Zoom Link provided
on the E-Procurement site.
5. Pre-Bid Conference
A pre-bid meeting will be held on Tuesday, April 11, 2023 at 9:00 a.m. at Valley
View Municipal Complex, 333 Valley View Lane, irving, TX 75061. A second pre-bid
meeting will be held on Wednesday, April 12, 2023 at 10:00 a.m. at Valley View
Municipal Complex, 333 Valley View Lane, Irving, TX 75061. Attendance at one of
the two pre-bid meetings is mandatory and is a preferred method of receiving
questions and requests from vendors for clarification
6. Insurance Requirements
This solicitation has insurance requirements. They are listed as Attachment D-3.
Please review the requirements with your insurance agent and submit
insurance affidavit (Attachment D-4) with your bid.
7. Required Contrac#
City's Standard Contract and Acknowledgement should be scanned and uploaded with your
electronic bid submission. Should your company be recommended for award, you will have
seven (7) days to provide a signed, notarized contract along with a signed, notarized
State of Texas Form 1295, Certificate of Interested Parties if award is $50,000.00 or
more. Instructions for registering your company with the Texas Ethics Commission and
generating Form 1295 will accompany any recommendation for award. Please note that all
documents must be signed by an officer, directar, or authorized agent for your company.
(rev. 5/18/18)
�
i
AGENDA ITEM SUMMARY
Meeting: 6/8/2023 DOC ID: 13699
Recommending Department: Water Utilities LSR No: N/A
Resolution -- Approving and Accepting the Bid of Unica Enterprises, LLC,
in the Total Estimated Amount of $164,000.00 for Custodial Services at the
Valley View Municipal Complex
Administrative Comments
1. This item is recommended by the Water Utilities Department. It supports Future in
Focus: Infrastructure Investment — Support strategic investment in city facilities.
2. Impact: Custodial Services provide clean and attractive facilities for customers and
visitors at the Valley View Municipal Complex.
3. This award establishes an annual contract for the continuation of providing custodial
services for the Valley View Municipal Complex. This award is for one year with two,
one-year renewal options.
4. Minority- and/or Women-Owned Business Enterprise participation in this contract
is 100%.
5. Funding for Fiscal Year 2022-23 is available in the 1/Vater-Sewer Operating Fund,
while funding for Fiscal Year 2023-24 is subject to budget appropriation.
Total Estimated
Vendor Contract Term Amount Fiscal Year
$ 41,000.00 2022-23
Unica Enterprises, LLC 7/1/23 — 6/30/24
$ 123,000.00 2023-24
TOTAL $ 164,000.00
Recommendation
The resolution be approved.
ADDiTIONAL COMMENTS:
Contract Required: No
Previous Action: None
Review Completed By: N/A
Council Action: None
Discretionary Contract Disclosure Form Required: No
Certificate of Interested Parties (Form 1295) Required: Yes
TGC 2271 Verification Form Required: Yes
TGC 2274 Verification Form Required: Yes
Comments: Purchasing sent solicitation notices for ITB No. 077J-23F to 1,735 vendors,
�
�
1,186 of which were M/WBE or HUB vendors. Fourteen responses were received, of which
three were M/WBE or HUB vendors. The submission from Unica Enterprises, LLC, scored
the highest points based on evaluation criteria as established in the b.est value bid and is
being recommended for award. This award is for one year with two, one-year renewal
options. These as-needed expenditures will be tracked using Contract No. 42300222-2.
The evaluation criteria for selection were as follows: Bid Price (40%); ability, capacity and
skill to perform per requirements (30%); and bidders past history wiih the city and/or
references (30%).
ATTACHMENTS:
TGC 2271 & 2274 Forms (PDF)
CURRENT YEAR FINANCIAL IMPACT:
50016001-640021 Budget: $41,000.00 Actual: $41,000.00
Budget AdjustmentlTransfer Required: No
Purchase orders will be issued as needed for annual contract.
REVISION INFORMATION:
Prepared: 5/22/2023 07:19 AM by Joseph Navarre
Last Updated: 6/2/2023 08:11 AM by Joseph Navarre
Vendor: Unica Enterprises LLC 077J-23F Addendum 2Page 1 of 2 pages
Vendor: Unica Enterprises LLC 077J-23F Addendum 2Page 2 of 2 pages
Exhibit D- Conflict of Interest Questionnaire
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICEUSEONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who oate Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An
offense under this section is a misdemeanor.
1 Name of vendor who has a business relationship with local governmental entity.
Unica Enterprises LLC
2
� Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
3 Name of local government officer about whom the information is being disclosed.
N/A
Name of Officer
4 Describe each employment or other business relationship with the local government officer, or a family member of the
officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
� Yes � No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
� Yes � No
5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
N/A
6
�Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
7
'� 02/05/2025
Nan�y�ai�an �Fees, zozs i6so csr�
Signature of vendor doing business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form.
Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an
agency of a federal, state, or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public; or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by, and reporting to, that agency.
Local Government Code § 176.003(a)(2)(A) and (B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
***
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds $2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than $100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code § 176.006(a) and (a-1)
(a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity, or a family member of the
officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any
gift described by Section 176.003(a-1); or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity; or
(B) submits to the local governmental entity an application, response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity; or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer, or a
family member of the officer, described by Subsection (a);
(B) that the vendor has given one or more gifts described by Subsection (a); or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021
City of Fort Worth,
Mayor and
Texas
Council Communication
DATE: 01/28/25 M&C FILE NUMBER: M&C 25-0064
LOG NAME: 13P ILA CITY OF IRVING - CUSTODIAL SERVICES PED GN
SUBJECT
(ALL) Authorize Execution of Agreement with Unica Enterprises, LLC in an Annual Amount Up to $1,200,000.00 and Authorize One One-Year
Renewal Option for Skilled Custodial Services for the Public Events Department Using an Interlocal Agreement
RECOMMENDATION:
It is recommended that the City Council authorize the execution of an agreement with Unica Enterprises, LLC in an annual amount up to
$1,200,000.00 and authorize one one-year renewal option for skilled custodial services for the Public Events Department using Interlocal
Agreement- City of Irving Contract # 077J-23F.
DISCUSSION:
The purpose of this Mayor & Council Communication (M&C) is to procure custodial services using an Interlocal Agreement. Public Events
Department (PED) reached out to Purchasing to execute an Interlocal Agreement with Unica Enterprises, LLC. This Agreement will be used
for skilled custodial services including the use of specialized equipment and techniques with high-level of supervision at the Will Rogers Memorial
Center (WRMC) and Fort Worth Convention Center. Currently, the temporary general laborers pertorming janitorial services are not experienced in
janitorial tasks. Unica will provide supervisory capabilities of their employees and skilled labor in janitorial duties. In particular, Unica will focus on
restroom facilities, floor maintenance, and detail cleaning which are areas of focus for clients, guests, and attendees of events at WRMC.
State law provides that a local government purchasing an item under an Interlocal Agreement satisfies state laws requiring that the local
government seek competitive bids for the purchase of the item or service. City of Irving (Irving) contracts have been competitively bid to increase
and simplify the purchasing power of government entities. City of Irving issued Invitation to Bid (ITB) No. 077J-23F and awarded Unica
Enterprises, LLC based on Best Value evaluation criteria on June 13, 2023.
FUNDING: The maximum annual amount allowed under this agreement will be $1,200,000.00; however, the actual amount used will be based on
the need of the PED and available budget. Funding is budgeted in the General Operating & Maintenance category in the Culture & Tourism
Fund for the PED.
TERM: The initial term of the agreement will begin upon execution and end on June 30, 2025.
RENEWAL TERMS: The agreement may be renewed for one (1) additional one-year term. This action does not require specific City Council
approval provided that City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal terms.
ADMINISTRATIVE CHANGE ORDERS - An administrative change order or increase may be made by the City Manager or his designee up to the
amount allowed by relevant Law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have
been appropriated.
BUSINESS EQUITY - A Business Equity goal is not assigned when purchasing from an approved purchasing cooperative or public entity.
The agreement serves ALL COUNCIL DISTRICTS.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the Culture & Tourism
Fund to support the approval of the above recommendation and award of the agreement. Prior to any expenditure being incurred, the Public
Events Department has the responsibility to validate the availability of funds.
Submitted for City Manager's Office bk Reginald Zeno 8517
William Johnson 5806
Originating Business Unit Head:
Additional Information Contact:
Reginald Zeno 8517
Mike Crum 2501
Brandy Hazel 8087
Grace Nguyen 8516