HomeMy WebLinkAboutFresh Start Cleaning Solutionsp
r.) QA)n Ss;ie C__QA, Set
..b).R.%;tsbe\, ,,..0._1/4soiso at_
‘) is\ a cps,
0,•ct Dic uptoS20 0 —C41Ac&Q
A --Ws \=& c.,ta•
—I btct,,.RS,�ur.�
ta,An:.Dou ,eSSa . S 3‘9, - aCi 1 - u3 z3
0
re
m�yy
°gip:• .
I ,.unvi
Mi
rn
b
Cr)
111
ataan
-I.�A
M4'
retei
$ •1)
re-
1 V 0. clots \. a ,,1 Ai c 9
Zi n c Pc'SS -€ ef °rc‘• %net.k S tit1/4;
CITY OF WATERLOO
FORM OF I3II)
The bidder, having fully read this Request for Proposals (RFP) for Janitorial Services, hereby
acknowledges that this Bid Proposal completely reflects the total bid price for all services required
by RFP, and fot each year of the three (3) year term and any extension as may be agreed to.
It is the bidder's responsibility to determine the bid price based on the bidder's own evaluation of
the space to be covered and work to be done.
Bid (monthly) for regular Custodial Services
at the Airline Passenger Terminal Facility:
Bid Alternate No: 1
- , poO • OD
3,DOE) CJt�
(Window Washing — per occurrence):
Bid Alternate No: 2
(Carpet & Tile Cleaning — per occurrence):
Ocx-Avan._c_e__
(Company Representative Name)
(Company Representative Signature)
1 s, Ci5t.. DLL
(Title)
(Date)
BID ALTERNATE No: 1
Window Cleaning
Bidder shall provide a cost to perform the following:
Semi -Annual cleaning of Exterior Windows in all areas located on both First and Second Floors,
Office Areas, Meeting Rooms, Gate Areas, and Other Areas as may be determined during the
walk-thru.
Semi -Annual Cleaning
No: 1 (November $:3)atED - 00) No: 2 April $'3 ,t c . 00 )
BID ALTERNATE No: 2
Carpet & Tile Cleaning
Bidder shall provide a cost to perform the following:
A. Semi -Annual or Annual Carpet Cleaning — in all First and Second Floor carpeted areas as
described in the Terminal Layout and Drawing, including all lobby, baggage claim, airline,
TSA, FAA, rental car offices, conference rooms, and other areas as may be directed by
Airport Staff.
Bidder shall state method of' cleaning of the carpet squares located in the terminal building
lobby (main floor) which was installed in 2021. 'Eon 7,C_`e-o.S .
B. Floor Tile Cleaning — All floor tile located in the first and second floor restroom areas, to
include all restroom areas located in and outside of the Passenger Security Checkpoint.
C. Tile Stripping and Waxing: All tile located in all areas of the passenger terminal office area
currently using vinyl floor tile (Exs: Airline, TSA, FAA or other office areas).
12
REFERENCES
1. Rabo Agrifinance--6919 Chancellor Dr. Cedar Falls la 50613
Contact: Denise LeBahn--319-239-0783
Fresh Start Cleaning Solutions Customer Since: 11/2017
2. Waverly Child Care & Preschool---1600 W Bremer Ave Waverly la 50677
Contact: Heather Stevensv---319-610-2177
Fresh Start Cleaning Solutions Customer Since: 1/2011
3. Black Hawk County 316 E 5th St Waterloo Ia 50703
Contact: Rory Geving®319-429-0421
Fresh Start Cleaning Solutions Customer Since: 7/2014
4. City Of Cedar Falls-----2200 Technology Pkwy Cedar Falls Ia 50613
Contact: Matt Buck-319-610-4614
Fresh Start Cleaning Solutions Customer Since: 8/2017
5. Bossard Of North America---6521 Production Dr Cedar Falls la 50613
Contact. Doug Reuter-319-859-0840
Fresh Start Cleaning Solutions Customer Since: 4/2022
EXHIBIT "A"
FORM OF CONTRACT
CONTRACT FOR JANITORIAL SERVICES
Waterloo Regional Airport — Airline Passenger Terminal Building
This Contract for Janitorial Services (the "Contract") is entered into as of'vt.l'j l , 2025
by and between the City of Waterloo, Iowa ("City") and Zct5 \ 5- ,,\tt-% ,satSo 11 -a\z
("Contractor").
In consideration of the mutual promises exchanged herein, the parties agree as follows:
1. Services: For a period of three (3) years after the date of this Contract, beginning on or about July 1,
2025 and ending on June 30, 2028, and subject to extension upon the mutual written agreement of the
parties, the Contractor agrees to furnish all supervision, personnel, labor, materials, paper products and
chemicals, common custodial equipment and tools, and services to perform and substantially complete
all work as described in the Contract Documents (defined below) at the City of Waterloo's Regional
Airport Airline Passenger Terminal Building.
Contractor shall provide the above services at the cost set forth in Contractor's RFP response.
Contractor's invoice for services authorized under this Contract shall be submitted monthly and will be
paid within thirty (30) days after receipt.
Such payment will be full compensation for all work performed, for all permits, licenses, inspections,
for complying with all laws,.Hiles, regulations and ordinances, including safety, and for furnishing all
materials, equipment and labor to complete the work, in accordance with the Contract terms.
2. Contract Documents: The Contract Documents consist of the following:
a. This Contract
b. Request for Proposals (RFP)
c. Addenda, if any
d. Response (Proposal or Bid) from the Contractor
e. Contractor's completed and signed Bid Form
These documents form the Contract Documents and are all fully incorporated as a part of this Contract
as if attached to this Contract or set forth in full herein. In the event of any conflict or ambiguity among
the Contract Documents, the document in the order set forth above that first addresses the issue or
provision in question shall govern.
3. Communication: Contractor shall exercise best efforts to maintain communication with Airport
Administration and/or Operations personnel whose involvement is necessary or advisable for
successful and timely completion of the scope of work at the Airport. Communications between the
parties shall be verbal or in writing, as requested by the parties, or as dictated by the subject !natter to
be addressed.
4. Personnel Changes: Upon written request from the City, Contractor will remove from service any
employee assigned to Client's premises who has engaged in improper conduct, including but not limited
to a failure to perform Contractor's duties hereunder, and shall furnish such additional and qualified
personnel as may be necessary.
5. Property Damage: Contractor shall be responsible for all damage to public or private property.
Contractor shall keep a i eport of all damage and shall promptly report same to Airport.
If public or private property is damaged by Contractor and is not repaired in a timely manner as
determined by Airport, Airport has the option of having the damage repaired at the Contractor's
expense, to be reimbursed to the Airport or withheld from future payments to Contractor hereunder.
6. Default; Termination for Cause: In the event that the Contractor defaults in the performance or observance
of any covenant, agreement or obligation set forth in this Contract, and if such default remains uncured for
a period of seven (7) days after notice thereof shall have been given by Airport to Contractor (or for a
period of fourteen (14) days after such notice if such default is curable but requires acts to be done or
conditions to be remedied which, by their nature, cannot be done or remedied within such 14-day period
and thereafter Contractor fails to diligently and continuously prosecute the same to completion within such
14-day period), then Airport may declare that Contractor is in default hereunder and may take any one or
more of the following steps, at its option:
a) by mandamus or other suit, action or proceeding at law or in equity, require Contractor to perform its
obligations and covenants hereunder, or enjoin any acts or things which may be unlawful or in violation
of the rights of the Airport hereunder, or obtain damages caused to the Airport by any such default;
b) charge Contractor a sum equal to the Airport's costs to remedy Contractor's non-compliance,
including but not limited to actual costs incurred by Airport in paying a third -party contractor or the
actual costs (salary and benefits) of time devoted by Airport personnel performing the work;
c) declare a default of this Contract and terminate this Contract by delivery to Contractor of written notice
of termination; and/or
d) take whatever other action at law or in equity may be necessary or desirable to enforce the obligations
and covenants of Contractor hereunder.
Airport shall notify Contractor in writing of any charges assessed under paragraph b) above, and Airport
may recover such charges by deduction from Airport's payment to Contractor at any time after 30 days
from delivery of notice. No delay in enforcing the provisions of this section as to any breach or violation
shall impair, damage or waive the right of Airport to enforce the same or to obtain relief against or recover
for the continuation or repetition of such breach or violation or any similar breach or violation thereof at
any later time or times. In the event that Airport prevails against Contractor in a. suit or other enforcement
action hereunder, Contractor agrees to pay the reasonable attorneys' fees and expenses incurred by Airport.
7. Termination for Convenience. This Contract may be terminated at any time, in whole or in part, upon
the mutual written agreement of the parties. Either party may also choose to terminate this Contract at
any time by delivering to the other party a 120-days' advance written notice of intent to terminate.
8. Non -Assignable Duties. Contractor may not assign its duties hereunder without the prior written
consent of Airport.
2
9. Independent Contractor. Contractor is an independent contractor and is not an employee, servant,
agent, partner, or joint venture of Airport/City. Contractor has no power or authority to enter into
contracts or agreements on behalf of Airport/City.
Airport shall determine the work to be done by Contractor, but Contractor shall determine the legal
means by which it performs the work specified by Airport. Airport is not responsible for withholding,
and shall not withhold, FICA or taxes of any kind from any payments which it owes Contractor.
Neither Contractor nor its employees shall be entitled to receive any benefits which employees of
Airport/City are entitled to receive and shall not be entitled to workers' compensation, unemployment
compensation, medical insurance, life insurance, pension, or any benefits of any type or nature
whatsoever on account of their work for Airport. Contractor shall be solely responsible for
compensating it's employees.
10. Anti -Discrimination. During the performance of this Contract, Contractor, for itself, it's assignees and
successors in interest, agrees to comply with the anti -discrimination laws of the State of Iowa and
ordinances of the City of Waterloo, which are herein incorporated by reference and made a part of this
Contract.
11. Severability. In the event any provision of this Contract, together with the Contract Documents, is held
invalid, illegal, of unenforceable, whether in whole or in part, the remaining provisions of this Contract
shall not be affected thereby and shall continue in full force and effect.
If, for any reason, a court finds that any provision of this Contract is invalid, illegal, or unenforceable
as written, but that by limiting such provision it would become valid, legal, and enforceable, then such
provision shall be deemed to be written and shall be construed and enforced as so limited.
12. General Terms. This Contract, together with the Contract Documents, constitutes the entire agreement
between the parties pertaining to the subject matter hereof. This Contract may not be modified or
amended except pursuant to the mutual written agreement of the parties. This Contract is binding on
the parties and the heirs, personal representatives, successors and assigns of each. Time is of the
essence in the performance of the terms hereof.
IN WITNESS WHEREOF, the parties have executed this Contract for Janitorial Services as of the date
fii st set forth above.
CITY OF WATERLOO, IOWA
By:
Quentin Hart, Mayor Name
Attest:
CONTRACTOR
Kelley Felchle, City Clerk
0.0-c)L, �`�c'� �.� t cS9JC c
's-\
Corporate Secretary / Official
Date: Date:
3
I ir iaoa