R-2018-5767 - 8/23/2018 RESOLUTION NO. R-2018-5767
WHEREAS, the City of Round Rock has duly advertised for bids to purchase janitorial
services; and
WHEREAS, Section 252.043 of the Texas Local Government Code requires a city to award a
contract to the lowest responsible bidder or to the bidder who provides goods or services at the best
value for the city based on criteria set forth in §252.043(b); and
WHEREAS, the City has determined that PBS of Texas, LLC will provide said goods and
services at the best value for the City; and
WHEREAS, the City Council wishes to accept the bid of PBS of Texas, LLC,Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Janitorial Services with PBS of Texas, LLC, a copy of said Agreement being attached
hereto as Exhibit "A" and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 23rd day of August, 2018.
CRAIG Rvoc�Mayor
City of ound , Texas
ATTEST:
SARA L. WHITE, City Clerk
0112.1804;00407487
[.EXHIBIT
CITY OF ROUND ROCK
AGREEMENT FOR JANITORIAL SERVICES
WITH
FBS OF TEXAS, LLC
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §§
COUNTY OF TRAVIS §
THAT THIS Agreement for purchase of janitorial services (referred to herein as the
"Agreement"), is made and entered into on this the day of the month of August, 2018, by
and between the CITY OF ROUND ROCK, TEXAS, a home-rule municipality whose offices
are located at 221 East Main Street, Round Rock, Texas 78664 (referred to herein as the "City")
and PBS OF TEXAS, LLC,whose offices are located at 3430 Alemeda#448, Fort Worth, Texas
76126 (referred to herein as the"Vendor").
RECITALS:
WHEREAS, City desires to purchase janitorial services, and City desires to procure same
from Vendor; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and
services, and City has selected the Bid submitted by the Vendor; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, sufficiency and receipt of which are hereby acknowledged, it is mutually
agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified services and Vendor is obligated to pay for said services. The
Agreement includes the following: (a) City's Invitation for Bid, designated Solicitation Number
18-028 (b) Vendor's Response to the I.FB; (c) contract award; and (d) any exhibits, addenda,
and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be
resolved by giving preference in the following order:
00405957 ss2
(1) This Agreement;
(2) Vendor's Response to IFB;
(3) City's Invitation for Bids, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
2.01 EFFECTIVE DATE; TERM
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect, unless and until it expires by operation of the
term stated herein, or until terminated as provided herein.
B. The term of this .Agreement is for sixty months (60) months from the effective
date hereof. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement, with or without cause, or may elect to continue.
3.01 CONTRACT .DOCUMENTS AND EXHIBITS
City selected Vendor to supply the services as outlined in the IFB and Response to IFB
submitted by Vendor, all as specified in Exhibit "A," attached hereto and incorporated herein by
reference. The intent of these documents is to formulate an Agreement listing the
responsibilities of both parties as outlined in the IFB and as offered by Vendor in its Response to
the IFB.
The services which are the subject of this Agreement are described in Exhibit "A" and,
together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
2
4.01 ITEMS AWARDED; SCOPE OF WORK
A. All bid items listed on"Attachment A— Bid Sheet" in Exhibit"A" are awarded to
Vendor.
B. For purposes of this Agreement, City has issued documents delineating the
required services (specifically Invitation for Bid Solicitation Number 18-028). Vendor has
issued its response agreeing to provide all such required service in all specified particulars. All
such referenced documents are included in Exhibit"A." When taken together with the appended
exhibits, this Agreement shall evidence the entire understanding and agreement between the
parties and shall supersede any prior proposals, correspondence or discussions.
C. Vendor shall satisfactorily provide all services described under the attached
exhibits within the contract term specified in Section 2.01. Vendor's undertakings shall be
limited to performing services for the City and/or advising City concerning those matters on
which Vendor has been specifically engaged. Vendor shall perform its services in accordance
with this Agreement, in accordance with the appended exhibits, in accordance with due care, and
in accordance with prevailing industry standards for comparable services.
5.01 COSTS
A. The bid costs listed on Attachment A -_. Bid Sheet of Exhibit "A," which are
specifically relevant to the referenced bid items, shall be the basis of any charges collected by
Vendor.
B. City may not expend in excess of Four Hundred Twenty-Two Thousand One
Hundred and No/100 Dollars ($422,100.00) per year for Vendor's services for a total not to
exceed amount of Two Million One Hundred Ten Thousand Five Hundred and No/100
Dollars ($2,110,500.00) for the term of this Agreement.
6.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
C. Delivery or performance dates.
3
7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 271.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful vendor(s) and
the City. Such agreement shall be conclusively inferred for the vendor from Iack of exception to
this clause in the vendor's response. However, all parties hereby expressly agree that the City is
not an agent of,partner to, or representative of those outside agencies or entities and that the City
is not obligated or liable for any action or debts that may arise out of such independently-
negotiated"piggyback"procurements.
8.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
9.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on
which the performance of services was complete, or within thirty (30) days of the day on which
City receives a correct invoice for the performance and/or deliverables or services, whichever is
later. Vendor may charge interest on an overdue payment at the"rate in effect" on September 1
of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b); however, this Policy does not apply to payments made
by City in the event:
A. There is a bona fide dispute between City and Vendor, a contractor, a
subcontractor or supplier about the goods delivered or the service performed that
cause the payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
4
that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
10.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
12.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products or services from another supplier or suppliers.
13.01 INSURANCE
Vendor shall meet all requirements as stated in the attached IFB, including all
attachments and exhibits thereto, and Vendor's bid response.
14.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Pam Keltgen
212 Commerce Cove
Round Rock,Texas 78664
512-341-3353
kelt en a roundrocktexas. ov
15.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
5
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
16.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if
any, and that it will not be considered in the re-advertisement of the service and that it may not
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
17.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty(30)days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City or by mutual agreement to terminate evidenced
in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services
it would have performed under the remaining tenn of the Agreement except as provided herein.
6
18.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to limit the rights of City or Vendor (including, but not limited to the right to seek
contribution) against any third party who may be liable for an indemnified claim.
19.01 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards,bureaus and agencies.
B. Vendor acknowledges and understands that City has adopted a Storm Water
Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139 through 14-
152 of the City's Code of Ordinances, to manage the quality of the discharges from its Municipal
Separate Storm Sewer System (MS4) and to be in compliance with the requirements of the Texas
Commission on Environmental Quality (TCEQ) and the Texas Pollutant Discharge Elimination
System (TPDES). The Vendor agrees to perform all operations on City-owned facilities in
compliance with the City's Illicit Discharge Ordinance to minimize the release of pollutants into
the MS4. The Vendor agrees to comply with of the City's stormwater control measures, good
housekeeping practices and any facility specific stormwater management operating procedures
specific to a certain City facility. In addition, the Vendor agrees to comply with any applicable
TCEQ Total Maximum Daily Load (TMDL) Requirements and/or I-Plan requirements.
C. In accordance with Chapter 2270, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott
Israel during the term of this contract. The signatory executing this Agreement on behalf of
Vendor verifies Vendor does not boycott Israel and will not boycott Israel at any term of this
Agreement.
20.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
7
21.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
PBS of Texas
3430 Alemeda#448
Fort Worth, Texas 76126
Notice to City:
City Manager Stephen L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock,TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
23.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing, duly authorized by action of the City Manager or City Council.
24.01 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14) or any applicable state arbitration statute.
8
25.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this .Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
26.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However, notice of such impediment or delay in performance
must be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
[Signatures appear on the following page.]
9
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of Round Rock,Texas PBS of Texas,LLC
By: By:
Printed Name: Printed Name:
Title: Title:
Date Signed: Date Signed:
Attest:
By:
Sara White, City Clerk
For City,Approved as to Form:
By:
Stephan L. Sheets, City Attorney
10
Exhibit "A"
ROUND ROCK TEXAS
PURCHASING DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
INVITATION FOR BID (IFB)
JANITORIAL SERVICES
SOLICITATION NUMBER 18-028
JUNE 2018
City of Round Rock
Janitorial Services
1178 No. 18-028
Class/item:910-39X h! i '�J�A��
June 2018 L
JANITORIAL SERVICES
PART I
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock, herein after "the City" seeks a bid from firms experienced in providing
janitorial services. Janitorial services are required to maintain City of Round Rock facilities.
2. SOLICITATION PACKET—This solicitation packet is comprised of the following:
Description Index
Part I —General Requirements Pages 2—5
Part ll—Definitions, Standard Terms and Conditions
and Insurance Requirements Page 6
Part III—Supplemental Terms and Conditions Pages 7—9
Part IV—Specifications Pages 10—13
Attachment A—Bid Sheet Page 14
Attachment B—Reference Sheet Page 15
Attachment C—Cleaning Standards Page 16
Attachment D—Cleaning Specifications Pages 17—18
Attachment E—Product Specifications Pages 19—23
Attachment F— Bidder Questionnaire Page 24
3. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may contact:
Yvonne Hopkins, CTPM
Purchaser
Purchasing Division
E-mail: yholakins@,roundrocktexas qov
OR
Oscar Wise, CTCM
Purchasing Technician
Purchasing Division
E-mail: owiseCd�roundrock texas.aov
Devised 02 18 Page 2 of 24
City of Round Rock
Janitorial Services
IF8 No.18-028
Class/Item:910-39 Exhibit
� hit nA��
June 2018 h !.
The individuals listed above may be contacted by e-mail for clarification of the specifications only. No authority
is intended or implied that specifications may be amended or alterations accepted prior to solicitation opening
without written approval of the City of Round Rock through the Purchasing Department.
4. SCHEDULE OF EVENTS—It is the City's intention to follow the solicitation timeline below:
EVENT DATE
Solicitation released June 8, 2018
MANDATORY PRE-BID MEETING AND SITE VISIT WEDNESDAY, JUNE 13, 2018
TOUR 9:OOAM—5:OOPM, CST
Deadline for submission of questions June 15, 2018 @ 5:OOPM, CST
City responses to questions or addendums June 19, 2018 @ 5:OOPM, CST
Deadline for submission of responses TUESDAY, JUNE 26,2018 @ 3:OOPM, CST
All questions regarding the solicitation shall be submitted in writing by 5:OOPM, CST on the due date noted
above.A copy of all questions submitted and the City's response to the questions shall be posted on the City's
webpage in the form of an addendum at:
https://www.roundrocktexas.gov/businesses/solicitations/.
Questions shall be submitted in writing to the"Authorized Purchasing Contact". The City reserves the right to
modify these dates. Notice of date change will be posted to the City's website:
httos:ltwww,roundrocktexas gov/businesses/solicitations/.
5. SOLICITATION UPDATES: Bidders shall be responsible for monitoring the City's website at
h-ttps://www.roundrocktexas.gov/business/solicitations/for any updates pertaining to the solicitation described
herein. Various updates may include addendums, cancellations, notifications, and any other pertinent
information necessary for the submission of a correct and accurate response. The City will not be held
responsible for any further communication beyond updating the website.
6. MANDATORY PRE—BID MEETING AND SITE VISIT TOUR/INSPECTiON:A mandatory pre-bid meeting and
site visit tour/ inspection will be conducted to fully acquaint Bidders with the facilities, and difficulties and/or
restrictions inherent in the services specified. The pre-bid meeting and site visit will be conducted on the date
specified in PART 1 Section 4—Schedule of Events.
6.1 Attendance at the pre-bid meeting and site visit is mandatory. Bidders shall sign-in at the pre-bid meeting
to document their attendance. Immediately following the pre-bid meeting,a site visit tour will be conducted
to enable Bidders to determine labor, equipment, supplies and materials necessary to perform the
services specified herein. Bidders shall sign-in at each site of the tour to document their attendance. The
City reserves the right to determine a response "not available for award" if the Bidder fails to attend the
MANDATORY pre-bid meeting and site visit tour which shall initially begin at:
City of Round Rock
Admin Training Room (in the Rock Care lot)
909 Round Rock Ave.
Round Rock, Texas 78681
Cell Phones: (512) 801-4547 or(512) 748-4861
City representatives will carry the above listed cell phones during the pre-bid meeting and site visit tour.
6.2 Bidders are strongly encouraged to bring a copy of the solicitation document with them to the pre-bid
meeting/site visit.
6.3 It is the responsibility of the Bidder to examine each facility and determine quantity and amounts, take
precise measurements, determine material requirements, equipment requirements, labor requirements
and other solicitation related details during said inspections.
Revised 02/18 Page 3 of 24
City of Round Rock
Janitorial Services
IFB No. 18-028 Exhibit
/�
Class/Item:910-39 Ex h i b i 1}. "A"
June 2018
7. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted
in PART I, Section 4—Schedule of Events. Mail or hand deliver sealed responses to:
City of Round Rock
Attn:Yvonne Hopkins
Purchasing Department
221 E. Main Street
Round Rock, Texas 78664-5299
7.1 Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number,
due date and"DO NOT OPEN".
7.2 Facsimile or electronically transmitted responses are not acceptable.
7.3 Responses cannot be altered or amended after opening.
7.4 No response can be withdrawn after opening without written approval from the City for an acceptable
reason.
7.5 The City will not be bound by any oral statement or offer made contrary to the written specifications.
7.6 Samples and/or copies shall be provided at the Bidder's expense, and shall become the property of the
City.
8. BIDDER REQUIREMENTS: The City of Round Rock makes no warranty that this checklist is a full
comprehensive listing of every requirement specified in the solicitation. This fist is only a tool to assist
participating Bidders in compiling their final responses. Bidders are encouraged to carefully read the entire
solicitation.
Bidder shall submit one (1) evident signed "Original" and four (4) copies of the IFB response and one (1)
electronic copy of the IFB response on a flash drive. The submittal is required to include all addendums and
requested attachments. The bid response along with samples and/or copies shall be provided at the Bidder's
expense, and shall become the property of the City.
This invitation for bid (IFB) does not commit the City to contract for any supply or service. Bidders are advised
that the City will not pay for any administrative costs incurred in response preparation to this IFB; all costs
associated with responding to this lFB will be solely at the interested parties' expense. Not responding to this
lFB does not preclude participation in any future RFP/RFQ/IFB.
Foryour bid to be responsive, addendums and the attachments identified below must be submitted
with your bid.
ADDENDUMS: Addendums may be posted to this solicitation. Bidders are required to submit signed
addendums with their sealed response. The Bidder shall be responsible for monitoring the City's website at
http://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation.
ATTACHMENT A—BID SHEET: The bid response shall be submitted on itemized, signed Bid Sheet provided
in the solicitation packet. Failure to complete and sign the bid sheet may result in disqualification. If there is a
conflict between the unit price and extended price,the unit price will take precedence.Submission of responses
on forms other that the City's Solicitation Document may result in disqualification of the response.
ATTACHMENT B—REFERENCE SHEET: Provide the name, address, telephone number and E-MAIL for at
least two (2) valid Municipal, Government agencies or firms of comparable size that are currently utilizing your
company's services. City of Round Rock references are not applicable. References may be checked prior to
award. If references cannot be confirmed or if any negative responses are received it may result in the
disqualification of submittal. Only provide references for active contracts that will allow a site visit. The
City of Round Rock reserves the right to conduct a site visit of all reference check locations.
ATTACHMENT F -- BIDDER QUESTIONNAIRE: Complete the Bidder questionnaire and submit with bid
packet. Attach additional pages as needed. Failure to complete the bidder questionnaire may result in
disqualification.
Revised 02"18 Page 4 of 24
City of Round Rock
Janitorial Services
IFB No. 18-028
Class/Item:910-39EXllbi t�/�if
June 2018 A
9. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or to
accept any response deemed most advantageous, or to waive any irregularities or informalities in the response
received that best serves the interest and at the sole discretion of the City. All solicitations received may be
evaluated based on the best value for the City. In determining best value, the City may consider:
9.1 Purchase price;
9.2 Reputation of Bidder and of Bidder's goods and services;
9.3 Quality of the Bidder's goods and services;
9.4 The extent to which the goods and services meet the City's needs;
9.5 Bidder's past performance with the City;
9.6 The total long-term cost to the City to acquire the Bidder's goods or services;
9.7 Any relevant criteria specifically listed in the solicitation.
Bidders may be contacted for clarification of bid and/or to discuss details of the services they are proposing.
This may include a presentation and/or the request for additional material/information.
9.8 EVALUATION FACTORS:
Total 100% Points
• Cost—60% Points
• Attachment F—Bidder Questionnaire, Contractor Qualifications and Experience—40%Points broken
down as follows:
Employee Training Procedure— 15% Points
c Equipment List—10% Points
c; Company and Individual Work Experience— 15% Points
10. CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions,
Standard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to the
Texas Public Information Act. Following an award, responses are subject to release as public information unless
the response or specific parts of the response can be shown to be exempt from the Texas Public Information
Act. Pricing is not considered to be confidential under any circumstances.
10.1 Information in a submittal that is legally protected as a trade secret or otherwise confidential must be
clearly indicated with stamped, bold red letters stating"CONFIDENTIAL"on that section of the document.
The City will not be responsible for any public disclosure of confidential information if it is not clearly
marked as such.
10.2 If a request is made under the Texas Public Information Act to inspect information designated as
confidential,the Bidder shall,upon request from the City,furnish sufficient written reasons and information
as to why the information should be protected from disclosure. The matter will then be presented to the
Attorney General of Texas for final determination.
11. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the
successful offeror to complete a Form 1295"Certificate of Interested Parties"that is signed for a contract award
requiring council authorization. The "Certificate of Interested Parties" form must be completed on the Texas
Ethics Commission website, printed, signed and submitted to the City by the authorized agent of the Business
Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to final
contract execution. Link to Texas Ethics Commission Webpage:
hftps://www.ethics.state.tx.us/whatsnew/elf info forml295 htm
Revised 02,18 Page 5 of 24
City of Round Rock
Janitorial Services
IFB No. 18-028
Class/Item:910-39 Exhibit `�A'!
June 2018
PART II
DEFINITIONS, STANDARD TERMS AND CONDITIONS
AND INSURANCE REQUIREMENTS
1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Bidder agrees that the City's Definitions, Standard Terms and Conditions, in effect at the time of release of the
solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a
purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the sole
responsibility of Bidders to stay apprised of changes. The City's Definitions, Standard Terms and Conditions
can be viewed and downloaded from the City's website at:
hftps://www.roundrocktexas-gov/departments�/purchasing/
2. INSURANCE: The Bidder shall meet or exceed all insurance requirements set forth in Standard Insurance
Requirements. The City's Standard Insurance Requirements document can be viewed and downloaded from
the City's website at:
https://www.roundrocktexas.ciov/der)artmp-nts/purchasing/
Revised 02 18 Page 6 of 24
City of Round Rock
Janitorial Services
IFB No. 18-028
Class/Item:910-39 Exhibit "A""
June 2018 / 1
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following:
1.1 The term of the Agreement shall begin from date of award and shall remain in full force for sixty (60)
months.
1.2 Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions
of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project
up to 90 days.
2. BIDDER QUALIFICATIONS: The City has established the following minimum qualifications. Bidders who do
not meet the minimum qualifications will not be considered for award.The Bidder shall:
2.1 Be firms, corporations, individuals or partnerships normally engaged in providing janitorial services as
specified herein and have adequate organization,facilities,equipment,financial capability,and personnel
to ensure prompt and efficient service to the City;
2.2 Provide all labor,supplies and materials required to satisfactorily perform the services as specified herein
and own or acquire at no cost to the City all construction aids, appliances, and equipment Bidder deems
necessary and maintain sole responsibility for the maintenance and repair of Bidder's vehicles,
equipment, tools and all associated costs. The City shall not be responsible for any Bidder's tools,
equipment or materials lost or damaged during the performance of the services specified herein;
2.3 Be domiciled in or have a home office inside the United States. Bidders domiciled outside the United
States, or not having a home office inside the United States will not be included for consideration in this
procurement process.
2.4 The Commercial Business location from which work crews are dispatched is required to be in a 35-mile
radius of downtown Round Rock.
3. SUBCONTRACTORS: Bidder shall not subcontract or otherwise engage subcontractors to perform required
services. The City seeks to do business directly with a company experienced in Janitorial Services.
4. REASSIGNMENTS: The contractor shall not assign, or sub-lease any part of the awarded contract without the
written approval from the City. Any reassignment or sub-leasing of the contract without written approval from
the City shall void the agreement.
5. SAFETY: The City reserves the right to remove any employee from City property for violation of federal, state,
and local health, safety and environmental laws, ordinances, rules and regulations.
The Bidder shall:
5.1 Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State
and City safety and occupational health standards and other applicable federal, state, and local health,
safety, and environmental laws ordinances, rules and regulations in the performance of these services;
5.2 Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury
or damage to any persons or property within and around the work site. In case of conflict, the most
stringent safety requirement shall govern;
5.3 Indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments,
fines penalties and liability of every kind arising from the breach of the Successful Bidders' obligations
under this paragraph.
6. WORKFORCE: Successful Bidder shall:
6.1 Ensure Bidder's employees perform the services in a timely, professional and efficient manner;
6.2 Ensure Bidder's employees, while working on City property, wear a company uniform that clearly
identifies them as the Bidder's employee;
Revised 021"18 Page 7 of 24
City of Round Rock
Janitorial Services
IFB No. 18-028
Class/Item:910-39 Exhibit "Aja
June 2018
6.3 Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor. The City reserves the right to verify citizenship or right to work in the United States,
7. PRICING:The Bidder shall determine and submit a fixed cost for the work and shall include all incidental costs,
labor,overhead charges,travel, payroll expenses, freight,equipment acquisition and maintenance,demurrage,
fuel surcharges, delivery charges, costs associated with obtaining permits, insurance, bonds and risk
management. No separate line item charges shall be permitted for either response or invoice purposes.
8. PRICE INCREASE: Contract prices for janitorial services shall remain firm throughout the initial twelve (12)
month term of the contract. A price increase to the agreement may be considered on the anniversary date of
the Contract each year.
8.1 The City may permit upward or downward price adjustments when correlated with the Consumer Price
Index for Urban Wage Earners and Clerical Workers (CPI-W), U.S. City Average, (all items) published
by the Bureau Labor Statistics(BLS),Washington D.C. The price adjustment may be considered at the
agreement renewal period. The baseline index shall be the index announced for the month in which the
solicitations opened. Unit prices may be adjusted for each renewal period and extension period in
accordance with changes in index.
8.2 The procedure to request a price increase is as follows: Mail the written price increase request with the
rate detail comparison and comprehensive calculation and any supporting documentation to the
designated City Contract Specialist a minimum of 45 days prior to the annual Contract anniversary date.
The detailed written calculation will be verified and confirmed. All written requests for increases must
include the City of Round Rock contract number, solicitation reference information and contact
information for the authorized representative requesting the increase. Price increase requests shall be
sent by mail to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Rock, TX 79664-5299
8.3 Upon receipt of the request, the City reserves the right to either, accept the escalation and make change
to the purchase order within 30 days of the request, negotiate with the Vendor or cancel the agreement
or purchase order if an agreement cannot be reached on the value of the increase.
9. PERFORMANCE REVIEW: The City reserves the right to review the awarded Bidders' performance anytime
during the contract term.
10. ACCEPTANCE/INSPECTION: Acceptance inspection should not take more than five (5) working days. The
awarded Bidder will be notified within the time frame if the services delivered are not in full compliance with the
specifications. In the event the services are not performed to the satisfaction of the City;the vendor shall agree
to reperform services to specification at no additional cost to the City. If any agreement or purchase order is
cancelled for non-acceptance, the needed services may be purchased elsewhere and the vendor may be
charged liquidated damages.
11. ORDER QUANTITY:The quantities shown on the solicitation are estimates only. No guarantee of any minimum
or maximum purchase is made or implied. The City will only order the services/goods needed to satisfy
requirements within budgetary constraints, which may be more or less than indicated.
12. PERMITS: The Successful Bidder shall verify and obtain all necessary permits, licenses, and/or certificates
required by federal, state and local laws, ordinances, rules or regulations for the completion of the services as
specified if required for the project.
13. INVOICING REQUIRMENTS: The Vendor shall invoice the City Monthly for actual services provided. The
invoice shall include the following information:
Revised 02:`18 Page 8 of 24
City of Round Rock
Janitorial Services
I B No. 18-028
Class/Item:910-39
June 2018 Exhibit 1.�xl�, b✓�{.�I} "J\A"
13.1 Description and line item charge by location serviced and number of visits at each location during the
month.
13.2 Description of services provided for each location in accordance with Attachment D -- Cleaning
Specification.
14. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split
award, primary and secondary award, non-award, or use any combination that best serves the interest and at
the sole discretion of the City. Award announcement will be made upon City Council approval of staff
recommendation and executed agreement. Award announcement will appear on the City's website at
https://www.roundrocktexas.qov/businesses/solicitations/.
15. POST AWARD MEETING: The City and Successful Bidder(s) may have a post award meeting to discuss, but
not be limited to the following:
15.1 The method to provide a smooth and orderly transition of services performed from the current contractor;
15.2 Provide City contact(s) information for implementation of agreement.
15.3 Identify specific milestones, goals and strategies to meet objectives.
16. POINT OF CONTACT 1 DESIGNATED REPRESENTATIVE:
16.1 Contractor's point of contact: In order to maintain consistent standards of quality work performed
across the City, the City shall be provided with a designated and identified point of contact upon award
of the contract to include contact information. The City's designated representative shall be notified by
the Bidder immediately should the point of contact change.
16.2 The City's designated representative shalt be:
Pam Keitgen, Custodian Supervisor
General Services
Phone: 512-341-3353
E-mail: pkeltgen()roundrocktexas gov
17. INTERLOCAL PURCHASING AGREEMENTS:
17.1 The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the
Interlocal Cooperation Act, Chapter 791 of the Texas Government Code. The Contractor agrees to offer
the same price and terms and conditions to other eligible agencies that have an interlocal agreement with
the City.
17.2 The City does not accept any responsibility or liability for the purchases by other government agencies
through an interlocal cooperative agreement.
Revised 02 18 Page 9 of 24
City of Round Rock
Janitorial Services
IFB No.18-028 C
Class/Item:910-39 Exhibit "A"
June 2018
PART IV
SPECIFICATIONS
1. BACKGROUND:The City currently has 15 facilities that will require janitorial services under this contract.
2. SCOPE OF SERVICES:This is a 100%performance contract,requiring the Contractor to consider the Cleaning
Standards, Cleaning Specifications and Product Specifications as the minimum requirements and standards of
performance.
The Contractor shall:
2.1 Provide all equipment,supplies, labor and transportation;
2.2 Be staffed to maintain optimum conditions of cleanliness. If the level of cleaning at any time is considered
unacceptable to the City,the Contractor shall be required to increase his staff or take whatever measures
are required to provide acceptable cleanliness;
2.3 Take immediate action to remedy non-compliance issues. Upon notice of unsatisfactory cleaning
performance,the Contractor shall have one(1) hour from time of notice to start a corrective action at no
expense to the City;
2.4 Ensure that all employees shall perform the services in a timely, professional and efficient manner;
2.5 Shall provide GPS tracking of employee time and location;
2.6 Shall check and report burned out light bulbs to the City's Custodian Supervisor;
2.7 Shall empty labeled recycle bins located in open areas,breakrooms,copier rooms,offices and cubicles,with
the exception of locked recycle bins. Disposal site for recycled material will be provided by the City.
3. FACILITIES: The City reserves the right to add or delete facility locations and/or additional services during the
contract term. The Contractor shall provide the City with a cost for these additional facilities or services based
upon the cost structure utilized in establishing the cost for the areas that were initially contracted. The City
reserves the right to increase or decrease the square footage covered by the awarded contract and/or change
the type of floor covering at any time.All dimensions and square footage are approximate. In the event a City
location should move to a new location, the contract shall transfer to that new location with the cost adjusted
based upon the same price per square foot in effect at the time of the move.
4. SECURITY:The City reserves the right to remove any employee from City property for violation of federal,state
and local health, safety and environmental laws, ordinances, rules and regulation.
The Contractor shall:
4.1 Conduct a background check for all personnel and provide said check to the Custodian Supervisor prior
to assignment to any City facility;
4.2 Assign a Supervisor representing the Contractor to be on site at all times Monday through Sunday
according to the Hours of Work Schedule. The City's Custodian Supervisor, upon approval shall provide
site access to the Contractor and all required personnel;
4.3 Require all employees be attired in, at a minimum, a uniform shirt and an identification badge with the
Firm's name on both, provided by the Contractor.The badge and uniform must be worn at all times while
on City property;
4.4 Provide at least one employee per each site that must be able to read, speak and write proficiently in the
English language;
4.5 Not allow any employees to bring any kind of intoxicants or illegal drugs onto City property;
4.6 Not allow any employees to bring visitors, including wives,husbands or children in any City facility,unless
they are employees of the Contractor;
4.7 Not allow any employees to use office equipment to include copy machines, fax machines, and
telephones except in the case of an Emergency;
4.8 Ensure that all City facilities remain secure during cleaning times. Contractor shall not allow employees
Revised 02 18 Page 10 of 24
City of Round Rock
Janitorial Services
IFB No. 18-028 Exhibit
/�
Class/Item:910-39 Exh i b I}l �,A"
June 2018
to"prop open"outside doors at any time for any facility;
4.9 Ensure that employees not allow access to any facility, persons other than the Contractor's employees
assigned to that location;
4.10 Ensure that all City facilities(doors and windows locked)when leaving the facility.
The City Shall:
4.11 Provide security badges for each site. If lost, Contractor shall report immediately to the Custodial
Supervisor for replacement badge. Contractor shall pay the replacement cost of $5.00 to reissue a
security badge to their employee.
4.12 Provide keys for each site. If lost, Contractor shall report immediately to the Custodial Supervisor for
replacement keys. Contractor shall pay for the replacement of locks, and all sets of replacement keys.
5. PERSONNEL REQUIREMENTS: In order to maintain consistent standards of quality work performed across
the city, the Contractor shall:
5.1 Have a minimum of five(5)years'experience in commercial janitorial services.
5.2 Provide the City a designated contact name and telephone number. The use of a recording/answering
device or answering service is only acceptable after normal business hours,which are between 7:00 am
and 6:00 pm, Monday through Friday;
5.3 Designate and identify a Job Manager, Site Supervisors, and a sufficient quantity of qualified trained
personnel to perform services as requested in the specifications herein;
5.4 Designate at least one(1) person per site who is able to read, write and speak English;
5.5 Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor.The City reserves the right to verify citizenship or right to work in the United States;
5.6 Assign to the City only courteous, neat, orderly and competent workers, skilled in the performance of the
services which they shall perform under the Agreement;
5.7 Maintain personnel listing for all personnel. This listing shall be provided to the City's Custodian
Supervisor prior to commencement of any work. All changes in personnel shall be provided immediately
upon change to the Custodian Supervisor.
5.8 Contractor's Job Manager Requirements
Contractor's Job Manager shall:
5.8.1 Be knowledgeable of all the specifications of the contract and shall be available to accompany
Custodian Supervisor during monthly inspections if requested to evaluate the performance of all
the Contractor's personnel;
5.8.2 Meet with the Custodian Supervisor as needed to discuss service changes and/or work-related
issues;
5.8.3 Promptly notify the Custodian Supervisor of needed repairs and/or damages to fixtures, building
and appurtenances. In case of Emergency call Facility Maintenance on-call phone @(512)563-
0783.
5.8.4 Ensure that all employees comply with the City's safety and security standards and requirements.
5.9 Site Supervisor Requirements
Contractor's Supervisor shall:
5.9.1 Be on site during cleaning to supervise Janitorial Personnel;
5.9.2 Be knowledgeable of all the specifications of the contract and shall inspect the performance of
the Janitorial Personnel to assure compliance with the services listed herein;
5.9.3 Promptly notify the Custodian Supervisor or Job Manager of needed repairs and/or damages to
fixtures, building and appurtenances;
Revised 02,18 Page 11 of 24
City of Round Rock
Janitorial Services
IFB No. 18-028
Class/Item:910-39 Exhibit "A"
June 2018
5.9.4 Report to the Custodian Supervisor or Job Manager any infestation of insects or rodents;
5.9.5 Ensure that all employees comply with the City's safety and security standards and requirements.
5.10 Janitorial Personnel Requirements: Contractor's Janitorial Personnel shall:
5.10.1 Comply with all the City's safety and security standards and requirements;
5.10.2 Promptly notify the Site Supervisor of needed repairs, damages to fixtures, buildings and
appurtenances and any infestation of insects or rodents.
6. JANITORIAL SCOPE OF SERVICES: The following task frequencies are the minimums anticipated to give
the intended results. The frequencies may be changed by mutual agreement of the Contractor and the City.
(SEE ATTACHMENT D—Cleaning Specifications.
7. SUPPLIES FURNISHED BY CITY: The City will supply hand towels, toilet tissue, wastebasket liners,
disposable bags for sanitary disposal, hand soaps, hand cleaners/conditioners, urinal screens, air fresheners
and lights.
8. SCHEDULE OF SERVICES: All work shall be scheduled at the convenience of the City as not to interfere with
the City's conduct of business. The City reserves the right to approve and make suggested changes to the
scheduled set up by the Contractor.
The Contractor shall:
8.1 Provide janitorial services according to the following schedules:
Location Das Times Frequency Comment
City Hall Monday-Saturday b/w 9 PM-2 A M 5 days/week If Contractor does not enter the
facility by 11:59 pm on Friday,the
day becomes Saturday at
midnight.
City Hall shall be cleaned 5
days/week.Contractor shall not
clean the facility on Saturday
evenin ,or Sunday evening.
Business Center Monday-Saturday b/w 9 PM-2 AM 5 days/week If Contractor does not enter the
facility by 11:59 pm on Friday,the
day becomes Saturday at
midnight.
Business Center shall be cleaned
5 days/week.Contractor shall not
clean the facility on Saturday
evenin ,or Sunday evening.
Library Sunday-Saturday b/w 9 PM-2 AM 7 days/week
Public Works A&B Monday-Saturday b/w 6 PM-2 AM 5 days/week If Contractor does not enter the
facility by 11:59 pm on Friday,the
day becomes Saturday at
midnight. Public Works A&B shall
be cleaned 5 days/week.
Contractor shall not clean the
facility on Saturday evening,or
Sunda
evening.
Revised 02:18 Page 12 of 24
City of Round Rock
Janitorial Services
|p13No. 1u-02a
o|oos/|tem'�1o�m Exhibit '��vv
. ����omU���� ��
June 2018
Location DaVs Times — Frequency Comment
Clay Madsen Rec Sunday-Saturday b/w 10:30 PM-5 AM 7 days/week
Center
Streets/Waterline Monday-Friday b/w6PM-2AM 5 days/week
Maintenance
Intermodel Ticket Monday-Friday b/w 6 PM-2 AM 5 days/week
Booth
Vehicle Maintenance Monday-Friday bfw 8 PM-2 AM 5 days/week
Rock Care Clinic Monday-Friday b/w 6 PM-1 2 AM 5 days/week
Multi-Purpose N/A N/A Once per Month Detail clean office area only
Complex
Multi-Purpose N/A N/A Bi-Annual Clean and power wash
Complex building e terior
Kinningharn Park As needed As needed As needed Only be cleaned when camps
are in session. Exact dates
will be provided 30 days prior
to each camp session. See
section 7.2 below.
Rabb House Thursday b1w 9 AM—3 PM 1 day/week In addition to Thursday
cleaning, special cleanings
will be scheduled after each
use of the Rabb house
including Saturdays and
Sundays
Brushy Creek East Monday-Friday b/w 4 PM-9 PM 5 days/week
Wastewater
Treatment Plant
7.2 The Kinningham Park location requires additional cleaning services as follows:
7.2'1 Winter Break: Each December will include o detail clean including e carpet shampoo and hard
floor machine scrubbing prior to camp and then each Friday after 7:OOPM during the session.
7.2'2 Spring Break:March will include a detail clean including carpet shampoo and hard wood machine
scrubbing prior kzcamp and then each Friday after 7:OOPM.
7.2.3 Summer Break: May to September will include a detail clean including carpet shampoo and hard
floor machine scrubbing prior to camp and then a clean every Friday after 7:OOPM,
Revised 02l8 Page 13ufI4
City of Round Rock
Janitorial Services
IFB No. 18-028
Class/Item:910-39 Exhibit "A"
June 2018
ATTACHMENT A
BID SHEET
1. ATTACHMENT A— BID SHEET is posted in Solicitation Documents for IFB No. 18-028 Janitorial Services in
an Excel format on the City of Round Rock website at:
https://www.roundrocktexas.gov/departments/purchasing/purchasing-active-solicitations/
1.1 In order to be considered responsive Attachment A — Bid Sheet must be completed, signed by an
authorized representative and returned by the deadline for submission of response indicated in Part I
Section 4—Schedule of Events.
1.2 The Bidder, by submitting and signing Attachment A—Bid Sheet,acknowledges that he/she has received
and read the entire document packet sections defined above including all documents incorporated by
reference, and agrees to be bound by the terms therein.
1.3 In order to do business with the City of Round Rock you must be registered with the City's Vendor
Database. To register, go to: h.ttps://roundrock.munisselfservice.com/Vendors/default.aspx.
1.4 By the signature affixed on Attachment A—Bid Sheet, the Bidder hereby certifies that neither the Bidder
nor the entity represented by the Bidder, or anyone acting for such entity has violated the antitrust laws
of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal
antitrust laws, nor communicated directly or indirectly,the response made to any competitor or any other
person engaged in such line of business.
1.5 The Bidder agrees, if this Offer is accepted within 120 calendar days after the Due Date, to fully comply
in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet.
Revised 02,18 Page 14 of 24
Attachment A-Bid Sheet
IFB No. -OZ fqaa Jgnitorla Services
It
The Bidder represents by their signature below that he/she is submitting ji 0i+t thorized to bind the bidder to fully comply with the solicitation documents
contained in IFB No. 113-028 for Janitorial Services The Bidder acknowledges that he/she has received and read the entire solicitation packet,attachments and all documents
incorporated by reference,and agrees to be bound by the terms therein
pedal Instructions: All prices must be quoted in ander to be considered responsive, be advised that exceptions taken to any portion of the solicitation may jeopardize
acceptance of the bid. Pricing should take into account the average cast of providing daily, weekly, monthly and quarterly janitorial services per cleaning as specified in
Attachment D.The City reserves the right to purchase more or less than the quantities indicated below
NEV JA , Bid Sheei
ala rm<turt�required on ::f Uhi-i Me w3ahe t
Cost-Up to 60%Points
Item Facility tame and Address Estimated Unit of Cost per Cleaning Extended Total Cost
No. Square Footage Cleanings per Year Measure
1 City Hall/221 East Main Street 79664
24,000 Sq Ft 260 EA $10200 $26,52000
2 Business Center/231 East Main Street,76664
18,600 Sq Ft 260 EA $7500 $19,50000
3 Library 1216 East Main Street 78664
42,000 Sq Ft 364 EA $16500 $60,06000
4 Public Warks ABB/2008 Enterprise Chive 78664 --
13,322 Sq Ft 260 EA 36000 $15,600
5 Clay Madsen Rec Center/1600 Gattis School Road 78664
38,000 5q Ft 364 EA $17000 $61,88000
6 McConico Building/301 West Bagdad Ave 78664
26,3$2 Sq Ft 260 EA $ 11000 $ 28,60000
7 Streets/Wateriine Maintenance j 910 Luther Peterson Place 78665
5,100 Sq Ft 260 EA $ 3000 $ 7.80000
8 Allen R Baca Center/301 West Bagdad Ave Building 2,78664
28,435 Sq Ft 364 EA $ 12500 $ 45 500.00
9 Intermodel Ticket Booth 1300 W Bagdad Ave 78664
5550 Sq Ft 260 EA $ 12.00 S 3,12000
10 Vehicle Maintenance/901 Luther Peterson Place 78664
1,400 Sq Ft 260 EA $ 34,00 $ 8,64000
11 Rock Care Clinic 1901 Round Rock Ave,Ste 300-B 78681
1,500 Sq Ft 260 EA $ 37.00 $ 9,62000
Multi-Purpose Comp(ex/2011 N Kenney Fort Blvd 78665
12 INTERIOR Detail clean of interior office area only
9,208 Sq Ft 12 EA $ 400.00 S 4,80000
13 Multi-Purpose Complex- 2011 N Kenney Fort Blvd 78665
EXTERIOR.Clean and power wash building exterior 4 EA $ 75000 S 3,00000
14 Kinningham Park/1000 South Creek Drive 78664
1,500 Sq Ft 300 EA $ 1000 $ 3,00000
15 Rabb House/151 N A W Grimes Blvd 78664
4,000 Sq Ft 300 FA $ 17500 $ 52.500.00
16 Brushy Creek East Wastewater Treatment Plant/3939 Palm Valley Blvd
9,000 Sq Ft
260 EA $ 3800 S 9,86000
17 Sports Center 12400 Chisholm Trail 78681
82,800 5q 1~t 104 EA S 595 00 I S 61,88000
ANNUAL TOTAL $ 422,100.00
INFORMATION ONLY
The City may wish to add additional new facilities in the future
18
Quote cost per square foot to provide future janitonal services $ 092 Cost per sq It
19 The City may require carpet steam cleaning services on a as needed basis
Quote cost per square foot to provide carpet steam cleaning services S 18 Cost per sq tt
The City may wish to procure additional janitonal services not specifically listed Quote%off of catalog for additional services
20
5%Discount
21 Eme encServices-Hourt Rate$25.00er hour $17 00 Houdy Rate Regular Service(day porter fill in etc
Page 1 of 2
Attachment A-Bid Sheet
lF8 No. X$ 'bqn jVgVrvlces
it
Return Attachment F-Bidder Questionnaire-Total 40%Points
15%Points for employee training procedures
10%Points for vehicle and equipment list
'15%Points company and individual work experience
COMPANY NAME: P8S of Texas
SIGNATURE OF AUTHORIZED REPRESENTATIVE
PRINTED NAME: Kurt Smith
PHONE NUMBER (817)235-3008
EMAIL ADDRESS: ksmithvbs@yahoo cam,
Page 2 of 2
City of Round Rock
Janitodal Services
/FeNo. 10-02a Exhibit v���
�a�m�m:o1o�y ����n /�u��� ��
June 2018
ATTACHMENT
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: 18-028
BIDDER'S NAME: PBS orTexas DATE: June 26 2018
Provide the name,address, telephone number and E-MAIL of at least two(2)valid Municipal,Government agencies
or firms of comparable size that are currently utilizing your company's services. City of Round Rock references are
not applicable. References maybe checked prior bz award. If references cannot be confirmed o, ifany negative
responses are received itmay result inthe disqualification ofsubmittal.
Only provide references that will allow a site visit.The City of Round Rock reserves the right to conduct a
site visit ufall reference check locations.
1 Company's Name City ofQ
Name ofContact
Trish Long
Title ofContact
Facilities Manager
E-Mail Address
th h |
Present Address �
3OO'1Industrial Ave
Cdy, Bbaba, Zip Code Geo
rgetown, Texas 78226
Telephone Number 512 ) 931-7714 Fax Number: N/A
2 Company's Nome City ofCedar Park
Name ofContact
&garh8hednutt
Title of Contact
Facilities Maintenance Manager
E-Mail Address
mark.sheinutt@cedarparktexas,gov
Present Address
450 Cypress Creek Road, BIdg.1
City, 8tate, Zip Coda Ceder Park,
Telephone Number 512 ) 608-3484 Fax Number N/A
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Revised 02 18 Pa�e 15of24
City of Round Rock
Janitorial Services
iFB No.18-028
Class/Item:910-39 Exhibit "A"
June 2018
ATTACHMENT C
CLEANING STANDARDS
1. Dusting: A properly dusted surface is free of all dirt and dust, streaks, lint and cobwebs. Dusting shall be
accomplished with properly treated cloths.
2. Plumbing Fixture and Dispenser Cleaning: Plumbing fixtures and dispensers are clean when free of all
deposits and stains so that the item is left without dust, streaks,film, odor or stains.
3. Sweeping /Vacuuming: A properly swept/vacuumed floor is free of all stains, deposits, and is substantially
free of cleaning marks.
4. Spot Cleaning: A surface adequately spot cleaned is free of all stains, deposits, and is substantially free of
cleaning marks.
5. Damp Mopping:A satisfactorily damp mopped floor is without dirt,dust, marks,film,streaks,debris or standing
water. Clean water must be used in all areas.
6. Metal Cleaning: All cleaned metal surfaces are without deposits or tarnish and with a uniformly bright
appearance. The cleaner used is to be removed from adjacent surfaces.
7. Glass Cleaning:Glass is clean when all glass surfaces are without streaks,film,deposits and stains,and have
a uniformly bright appearance and adjacent surfaces have been wiped clean.
8. Floor Finish Removal (Stripping): Removal is accomplished when surfaces have all finish removed down to
the flooring materials, are free of all dirt, stains, deposits, debris, cleaning solutions and standing water, and
the floor has a uniform appearance when dry. Plain water rinse and pick-up shall follow finish removal operation
immediately.
9. Finish Floor (Application): A floor is satisfactorily finished when all old wax / polish has been completely
removed, including in corners and along edges and sufficient coats of sealer and wax / polish have been
properly applied with enough drying time between each coat to assure no streaking, bubbling or yellowing and
is not splashed on wall or furniture.
10. Scrubbing: Scrubbing is satisfactorily performed when all surfaces are without embedded dirt, cleaning
solution, film, debris, stains and marks, or standing water and floor has a uniformly clean appearance. A plain
water rinse shall follow the scrubbing process immediately.
11. Wall Washing: After cleaning, the surfaces of all walls, ceilings, exposed pipes and equipment shall have a
uniformly clean appearance, free from dirt, stains, streaks, lint and cleaning marks. Painted surfaces shall not
be unduly damaged. Hard finish wainscot or glazed ceramic tile surfaces shall be bright,free of film streaks and
deposits.
12. Buffing of Finished Floor Surfaces: All finished floor areas shall be spray buffed sufficiently for maximum
gloss, removal of surface dirt and have a uniform appearance. Only non-skid and City approved spray-buff
products shall be used.
13. Spot Cleaning Carpets:A carpet adequately spot cleaned is free of all stains,deposits, gum, and spills. Care
shall be taken to use a product that shall not harm or discolor the carpet fibers.
Revised 02;'18 Page 16 of 24
City of Round Rock
Janitorial Services
IFB No. 18-028
Class/Item:910-39 Exhibit "A""
June 2018 1. t'1
ATTACHMENT D—CLEANING SPECIFICATIONS
Page 1
Services to be completed at all City locations unless designated otherwise in scope of individual locations.
Maximum care shall be taken by the Contractor on a daily basis to maintain the highest quality appearance
of hard surface floors and hard surface walls.Wax shall not be used on Ceramic floors.
1. Daily Requirements—Each day the following shall be done:
• Spot clean all interior glass frames,glass panels,side glass panels and entry doors including door exterior
and glass immediately touching door.
• Empty and spot clean all trash receptacles, and replace liners as required. Includes recycling containers.
Remove all trash and refuse to designated areas.
• Clean and polish all bright work/metal trim removing fingerprints, smudges, water and other marks.
• Sweep/dry-mop non-carpeted floors, including stairs and landings.Damp mop floors and stairs with clean
water and solutions required by manufacturer's standards. Remove all foreign substances such as gum
or tar.
• Spot clean all hard surface walls to hand height of fingerprints, dust, soil, gum, etc., utilizing clean water
or solutions required by manufacturer's standards.
* Detail; clean/polish all threshold plates and elevator tracks removing soil.
• Clean,disinfect,and polish drinking fountains,removing all water residue from top,mouthpiece and sides.
Spot clean adjacent walls and floor due to water splash.
* Spot clean light switches. Remove fingerprints from switches and adjacent wall.
• Vacuum entire carpeted area (wall to wall), including elevators, beyond normal traffic lanes including
under and around all furniture. Care shall be taken not to bang walls when moving furniture. Spot clean
all carpets. Remove stains, deposits, gum and spills.
• Wipe clean all tables, counters, and shelves.
• Clean floor, walls and doors of elevator in Parking Garage.
2. Weekly—Once per week, the following shall be done:
• Corners and edges of floor shall be swept or vacuumed to remove all dirt and dust.
• Thoroughly dust all chair and table legs and baseboards.
• Buff/polish non-carpeted floors as required by manufacturer's standards to retain a uniform bright
appearance.Attention shall be paid to edges,corners,and behind doors.At all times,the Contractor shall
utilize non-slip floor finishes.
• Wipe clean all baseboards upon completion of once weekly floortreatment.
• Thoroughly dust with treated cloth window frames and sills.
• Dust high and low fixtures.
* Ensure all walls, ceilings,fixtures, and corners are free of cobwebs.
• Clean custodian closet/storage areas to include washing sink,dust mop and wet floor, restocking supplies
and equipment.
* Floor mats—remove gum and spots,wash with mild detergent/soap,rinse,and let dry before placing back
on floor.
• Fabric chairs and couches—remove gum and spot clean.
• Clean stairwell steps. Apply non-slip cleaner to restore new-look finish.
3. Monthly—Once per month,the following shall be done:
• Thoroughly vacuum all upholstered furniture.
• Thoroughly clean all wall,ceiling and floor vents,return vents and ceiling diffusers.
* Spot clean baseboards, removing heel marks and soil.
* Remove smudges from walls.
• Thoroughly clean interior windows and blinds. Spot wash as needed.
Revised 0218 Page 17 of 24
City of Round Rock
Janitorial Services
IFB No.18-028 /�
Class/Item:910-39 Exhibit "A"
June 2018
ATTACHMENT D—CLEANING SPECIFICATIONS
Page 2
+ Damp wipe telephones using disinfectant.
• Machine strip and apply wax to vinyl flooring, including elevator floors,so as to present the best possible
appearance at all times.
• Dust bookshelves in library.
Machine scrub all ceramic tile restroom and break room floors and disinfect. (No wax)
• Machine scrub ceramic tile floors in hallways. (No wax)
4. Quarterly—Work to be done within the Is, 411, 71h and 10th months of the contract.
• Strip non-ceramic hard surface floors and refinish with two(2)coats of sealer and three(3)coats of floor
wax/polish with products per this specification. All old "wax" build-up; especially in comers and along
baseboards shall be removed.
• Thoroughly clean all light fixtures and lenses.
• Thoroughly clean all windows and blinds.
5. BREAKROOMS:
Daily—In addition to the daily tasks for all other City facilities. Each day,the following shall be done:
+ Wipe clean and sanitize all counter tops, tables, chairs, vending machines, and paper towel dispensers.
• Wipe clean and sanitize EXTERIORS of all refrigerators, cabinets, coffee makers, microwave ovens and
trash receptacles.
+ Clean, polish and sanitize all surfaces of sinks with germicidal detergent, wiping excess liquid off faucet
and adjacent walls. Polish all.
• Sweep between and around vending machines, refrigerators, cabinets,etc.
• Sweep and damp-mop with germicidal detergent all non-carpeted floors.
Spot clean walls and carpets removing stains, deposits, gum and spills.
Weekly, Monthly and Quarterly: Perform the same tasks as other City facilities.
6. RESTROOMS:
Daily--In addition to the daily tasks for all other City facilities; each day, the following shall be done:
Maximum care shall be taken to remove and prevent staining to floor surface and grout.
• Sweep and damp-mop restroom floors with germicidal detergent and clean water, including baseboard.
• Clean all surfaces of basins,bowls,toilet seats,and urinals with germicidal detergent,wiping excess liquid
off adjacent walls, fixtures and partitions.
+ Clean empty restroom dispensers and refill with supplies, making sure that there is no soap residue at
spout of dispenser. Remove wrapper from toilet paper.Contractor shall not leave extra rolls of toilet paper
or paper towels in restrooms.
• Wash and polish mirror, basin shelves/counters, bright work,soap dispensers, piping and push plates on
doors, making sure there is no residue build-up anywhere on bright work.
• Dust ledges and doors. Spot clean light switches, doors and walls.
• Spot clean restroom wall ceramic tile, removing streaks, smudges and graffiti.
• Waste receptacles are to be emptied and spot cleaned; liners, provided by the City, are to be replaced.
Trash is to be removed to a pre-designated area.
• Showers are to be completely cleaned with germicidal detergent and free of soapy water residue build-
up.
• Fill floor drains with water and pour a capful of enzyme bacteria product daily in drains.
• Wash all restroom partitions on both sides, including doors, hinges, and partition seams.
Weekly, Monthly and Quarterly: Perform the same tasks as other City facilities.
Revised 02:18 Pate IS of 24
City of Round Rock
Janitorial Services
1FB No. 18-028
Class/item:910-39 Exhibit ,1,�"/�
"
June 2018
ATTACHMENT E—PRODUCT SPECIFICATIONS
Page 1
ALL chemicals must have MEDS labels including spray bottles; each chemical must also be listed in the
MSDS log book in each closet where supplies and equipment are stored. The City reserves the right to
approve all cleaning products used by the Contractor in advance.
1. !Nater Emulsion Metal-Lind Polymer Floor Finish: This specification covers a self-polishing, slip resistant,
all synthetic water emulsion floor finish intended for use on, and not detrimental to, sealed and finished wood
surfaces, asphalt tile,linoleum,rubber,vinyl composition, painted concrete,terrazzo and cement surfaces.The
product is to be used without dilution except as may be recommended by the manufacturer. Acid sensitive
emulsions are excluded. Product shall not contain oil or be oil-based in nature.
• The finish shall consist of all synthetic components. It shall contain no natural waxes.
• The finish shall contain a minimum of fifteen percent(15%)non-volatile material.
• The finish shall consist of poly-acrylic and polyethylene components. Polymers shall be metal- linked to
provide excellent detergent resistance.
• The product shall be safe for use on all kinds of floors, including asphalt, vinyl,linoleum,terrazzo, marble,
sealed wood, cork, rubber and other composition the surfaces.
• The product shall product a colorless, rough, non-slip, water resistant coating having a high gloss.
• The finish shall be re-coatable within fifteen(15)minutes,or as recommended by manufacturer,after prior
coat has dried. Second coat shall not whiten or lift the first coat—it shall product enhanced gloss.
• The product shall resist scuffing, powdering and scratching under traffic to a satisfactory degree and shall
respond to buffing.
• The finish shall level well on application without streaking or puddling.
• The finish shall resist wet cleaning with alkaline detergents without being removed from the floor and
without destroying gloss. However, it shall be easily removable by common stripping methods.
• The product shall not be acid sensitive and shall resist acidic cleaners and strippers,including acidic soft
drinks and fruit juices.
• The finish shall be non-yellowing on the floor and shall be milk white in the original container, rather than
yellow.
The finish shall bear the UL seal of approval for slip resistance on the label.
• The finish shall be film forming at usual temperatures and shall produce no powdering and no hazing.
• The finish shall be waterproof within twelve (12) hours after application. Product shall have good- to-
excellent water resistance.
• The finish shall be free from objectionable odor and shall not develop an offensive odor upon storage in
the original unopened container.
2. Water Emulsion Type Floor Wax or Finisher Remover(Stripper):This specification covers commercial wax
remover for use in stripping water-emulsion floor wax or finish (including the metal-link polymers) from vinyl,
rubber, asphalt and other composition floor surfaces. This remover can also be used as a heavy duty cleaner
for ceramic and conductive floors.The compound shall be a liquid of one grade only. Product shall not contain
oil or be oil-based in nature.
® The compound shall be homogeneous, highly concentrated free-flowing liquid, and so formulated that it
may be diluted with clear water. It shall be composed of synthetic detergents,alkaline builders and
sequestering agents. It shall not cause skin irritations when used in accordance with directions.
• The compound shall be free rinsing and free from odor, which might be objectionable under
conditions of use.
Revised 02'18 Page 19 of 24
City of Round Rock
Janitorial Services
tFB No. 18-028
Class/item:910-39 Exhibit '!l''/�
"
June 2018
ATTACHMENT E—PRODUCT SPECIFICATIONS
Page 2
• The compound shall not contain any fatty acid soaps.
• The compound shall be stable and not lose its original effectiveness or otherwise deteriorate when
stored for nine(0)months in a closed shipping container at room temperature.
• The non-volatile content shall not be less than 6.5%at 106 degrees C.
• The pH value of a 1.0% by weight solutions shall be between 2.6 and 12.0.
• The compound shall be completely mixed with tap water in all proportions.
3. Quaternary Ammonium Chloride Detergent/Disinfectant: This specification covers one type of synthetic
detergent and germicide liquid cleaner designed for general cleaning, sanitizing and deodorizing in one
operation.
• The cleaner disinfectant shall be a balanced blend of synthetic organic detergents, inorganic alkaline
builders, water softening agents and synthetic quaternary ammonium germicide. Color shall be optional.
• The cleaner disinfectant shall not contain any soap, mercury compounds, chlorine, peroxide or
formaldehyde, or materials that release such compounds when diluted according to directions. The
product shall be safe to use in food preparation areas, 100%biodegradable.
• Anti-microbial requirements: The disinfectant shall have a phenol coefficient of about 10.0 against S.
Typhosa and Staphylococcus Aureus by the A.O.A.C. confirmation test at one to sixty-four(1:64)dilution.
The disinfectant shall kill Pseudomonas Acruginosa at one to sixty-four (1:64) dilutions and shall be
effective against both Gram positive and Gram-negative organisms.
• Odor:A one to sixty-four(1:64)dilutions of the cleaner disinfectant in distilled water shall be odorless and
shall not develop and unpleasant odor on surfaces cleaned.
• Quaternary ammonium content shall be 3.8%active, minimum.
• Non-volatile content at 150 degrees C shall be 12.0%minimum.
• Hard Water Tolerance: Effective within thirty (30) seconds in waters up to and including 750 p.p.m. of
hardness.
• Cleaning Efficiency: A one to sixty-four(1:64)dilutions of the cleaner shall exhibit a cleaning efficiency of
not less than eighty percent(80%)when tested as described in Paragraph 4.4.6 of Federal Specification
PC-431a. In solutions, the cleaner shall provide adequate, but not excessive, suds.
• Approval:The product shall be approved by the USDA, Be EPA registered for use in Federally Inspected
Meat Packing and Poultry Processing establishments. The disinfectant shall be acceptable for medical
and non-medical uses.
4. Lotion Cleanser: This specification covers a lotion type abrasive disinfectant cleanser for the cleaning of
porcelain surfaces and for general maintenance use. Product shall not contain oil or be oil-based in nature.
• The cleanser shall be made from high quality soap, abrasive and disinfectant agents, uniformly mixed.
Small amounts of other ingredients may be added to improve the quality of the cleanser.
• The cleanser shall be a white or an attractive, pleasing color, scented or unscented, and of uniform
composition.
• Rinse ability:Complete.
• The moisture content shall not exceed fifty-five percent(55%).
• Anhydrous synthetic detergent content-five-percent(5%)minimum to ten-percent(10%) maximum.
• Abrasive content shall not be less than thirty percent(30%)
• PH value of this liquid shall be between seven(7)and ten(10).
• Product shall not separate when stored at fifty(50)degrees C for seven days.
Revised 02/18 Page 20 of 24
City of Round Rock
Janitorial Services
IFI3 No.18-028
Class/Item:910-39 Exhibit "A"
June 2018 l
ATTACHMENT E—PRODUCT SPECIFICATIONS
Page 3
5, Non-Acid Type Bowl Cleaner: This specification covers a non-acid-type bowl cleaner for de-scaling and
disinfecting toilet bowls and urinals. Cleaner shall be a thick liquid formula that shall cling to bowl and urinal
surfaces it cleans.
• Compound shall contain no hydrochloric acid.
• The compound shall be a stable liquid and not lose effectiveness or otherwise deteriorate when stored in
a closed container at room temperature.
• Compound shall be safe on porcelain and chrome, one-hundred-percent (100%)biodegradable, non-
flammable.
• Compound shall remove rust, water minerals, lime, soap scum, body oils, grease, with excellent hard
water tolerance.
• Compound shall be free of harmful alkaline or abrasives.
• Liquid product shall be packaged in thirty-two ounce(32 oz.)container with flip-open cap.
• Use of two ounces (2 oz.)shall be sufficient to remove soil, rust, lime scale and uric incrustation as well
as disinfect and deodorize under normal conditions.
• Product shall not be detrimental to china and glass surfaces at full strength. Product shall not be
detrimental to glazed and ceramic tile, carpeting. Product shall not interfere with the digestive operation
in septic tank systems. Product shall be non-fuming. Product shall have minimum viscosity of 200 cps.
6. Glass Cleaner: Non-aerosol liquid glass cleaner covered by this specification is intended primarily for use on
windows, mirrors and other glass surfaces. Product shall not contain oil or be oil-based in nature.
• The compound shall be a blend of synthetic organic detergents, alcohol, solvents and germicidal
components; it shall not contain any perfume, ammonia or inorganic alkalis.
• Cleaning efficiency-when the compound is properly applied to glass surfaces and polished,it shall leave
the surface free from dust, grime, and ordinary soil material.
• Flash point: The flash point of the liquid shall be not less than 105 degrees F.
• PH value: The pH value of the liquid shall be not less than 11.0 or more than 11.5 at 25 degrees C.
• Glass cleaner must be safe for use on tinted windows.
7. Concentrated Synthetic Cleaner: This specification covers one grade of a liquid concentrated compound
suitable for wet cleaning for both painted and unpainted surfaces where hard or soft water prevails. It shall be
an effective cleaning agent for use on wood, rubber, asphalt tile, terrazzo marble or concrete floors. Product
shall not contain oil or be oil-based in nature.
• Compound shall be composed of low suds cleaner to be used on floors, floor finishes, and have a mild
odor.
• The ingredients shall be assembled to form a homogeneous liquid with no more than a trace of suspended
matter. It shall be biodegradable.
• The compound shall be non-caustic and contain no soap, inorganic materials.
• The compound shall be completely multiple-water soluble in distilled water at room temperature.
• Compound shall contain no free alkali or ammonia.
• Compound shall contain no free oil, abrasives or other harmful ingredients and shall not be irritating to
the skin.
• Compound shall be non-flammable. The compound shall be stable and not let its original effectiveness
or otherwise deteriorate when stored for nine (9) months in a closed shipping container at room
temperature.
• PH of the compound shall be 6.0-8.0 PHS at one-percent(1%)concentration.
Revised 02'18 Page 21 of 24
City of Round Rock
Janitorial Services
IFB No.18-028
Class/Item:910-39 Exhibit "A"
June 2018
ATTACHMENT E—PRODUCT SPECIFICATIONS
Page 4
• Emulsification of grease,oil and dirt-very good.
• Free rinsing: Excellent.
• Foaming: Moderate with excellent stability in the presence of grease and oil.
• Use dilution for normal finished floor mopping -about sixty to one(00:1).
8. Stainless Steel Cleaner/Polisher:This specification covers a product,which is designated to clean and protect
metal surfaces. Product shall not contain oil or be oil-based in nature.
Solution shall be a blend of solvents and polishing agents, which shall remove grease, fingerprints and
light soil.
It shall provide protective water resistance; prevent rusting,corrosion and discoloration.
• It shall contain no harsh abrasives.
• It shall be non-aerosol and safe to use on drinking fountains and eyewashes.
9. Furniture Polish: This specification covers a non-aerosol agent designed to clean and polish wood and wood
product surfaces.
• It shall be a blend of silicone, oils, waxes and cleaning agents.
• It shall remove dust, smudges,fingerprints and stains. It shall protect surfaces and does not smear.
• It shall have a pleasant odor and be water based with no harmful solvents.
It shall be safe on all-wood surfaces, leather, vinyl and counter/table tops.
Solution shall not leave a film and not attract dirt particles.
10. Graffiti Remover: This specification covers a product designed to remove ink, pencil, crayon, lipstick,
adhesives, grease and other agents on painted and unpainted surfaces such as walls, wood surfaces, floor,
Formica and fiberglass.
• Solution shall not harm or remove finishes from surface.
» It shall be non-aerosol.
+ It shall be non-flammable.
11. All-Purpose Cleaner: This specification covers one grade of a liquid cleaning compound suitable for cleaning
all types of surfaces.
Solution shall be a concentrated water-soluble ingredient with pH factor of 11.0 to 12.5.
• Solution shall be biodegradable.
Solution shall be applied and wiped off with no rinsing required.
» Solution shall remove all common soils from most surfaces.
• It shall not streak or leave a film. Product shall not contain oil or be oil-based in nature.
• Solution shall contain no phosphates, ammonia or other abrasive materials.
• Solution shall be pleasant smelling.
12. Enzyme Bacteria Products: This specification covers a non-aerosol enzyme digesting agent that dissolves
odors in floor drains.
Solution shall have a pleasant odor.
» Solution shall work to neutralize odors with use of high activity enzymes and bacterial cultures.
• Solution shall be non-acid and non-corrosive and shall not harm plumbing.
• Solution shall be used to neutralize odors under and around toilets, sinks and urinals.
Solution shall continue to neutralize odors even after product has dried on surface.
Revised 02'18 Page 22 of 24
City of Round Rock
Janitorial Services
IFB No.18-028
Classlitem:910-39 Exhibit "A"
June 2018
ATTACHMENT E—PRODUCT SPECIFICATIONS
Page 5
• Solution shall have active bacterial count of at least 37 billion per gallon.
• PH range shall be 7.0 to 8.5.
Solution shall have no flash point.
13. Degreaser:This product covers a non-butyl cleaner and degreaser designed to remove a wide variety of grease
and soil on any surface not harmed by water.
• Solution shall be water based, biodegradable product containing rust inhibitors.
• Solution shall remove soap scum and body oils in showers and washroom surfaces.
• Solution shall be non-flammable,free rinsing and non-filming and contain no fumes.
* Dilution rate shall be sixteen to one (16:1) for general cleaning, one to eight (1:8) for heavy duty
cleaning.
• Solution may be used with pressure washers and foam guns.
+ Solution shall be USDA approved.
+ PH value shall not exceed 12.0.
• Solution shall be suitable for use on floors and walls in soft or hard water.
• Composition shall consist of a blend of synthetic detergents,solvents and alkalis.
14. Hard-Water Deposit Remover: This product concerns an extra strength cleaner designed to remove hard
water scale and discoloration.
• Solution shall be designed to cling to surfaces.
• It shall be safe to use on chrome, ceramic tile, and porcelain surfaces.
Solution shall be biodegradable and contain no hydrochloric acid.
+ It shall be pleasant scented.
15. Spot Remover: This product is designated to remove stains and spots from most types of carpets.
• Solution shall be safe for use on most carpet surfaces.
• Solution shall be used on upholstery, textiles, vinyl, leathers, and synthetics.
• Solution shall be effective in the removal of red dye and products containing this dye.
• Solution shall remove gum and other adhesives.
+ Solution shall be a deodorizer and enzyme digestant.
+ Solution shall be pH balanced and be effective on most types of stains found in commercial buildings.
• Product shall not contain oil or be oil-based in nature.
Revised 02/18 Page 23 of 24
City of Round Rock
Janitorial Services
lFaNo. 1a-0ou Exhibit v��n
�as��m:o1o�o �~��/ «����� ��
June 2018
ATTACHMENT
BIDDER QUESTIONNAIRE
40Y6Points
Name of Business:
PBS of Texas
Physical Address of Headquarters (HQ): 3456 Alemeda Street, Suite 451
Fort Worth, Texas 76126
Physical Address of Serving Branch: 301 Hesters Crossing, Suite 204
(if different address from HQ) Round Rock, Texas 78681
1. [)naseparate sheet ofpaper, describe indetail employee training procedures. (16% Points)
See response following this attachment.
2. EQUIPMENT LIST: Attach e separate sheet ofpaper that describes the type and quantity of vehicles and
equipment that will beused bosupport this contract. (10% Points)
See response following this attachment.
3. Number offull-time employees that are eligible toprovide janitorial services toCity ofRound Ronk facilities.
Number of Employees: 75 eligible
124 FTE currently
4. How many years has your company been in the commercial janitorial services business?
Number of years in the--commerciall
29 years
janitorial service business:______
5. EXPERIENCE: On separate sheets of paper describe in detail, relevant company and individual experience for
the personnel who will be actively engaged in the performance of this contract. (115%Points)
°
Company work experience: Describe recent company work experience (2 years or less) for at least two
(2)commercial contracts for Janitorial Services provided to customers of similar size as compared to the
City ofRound Rock requirements.
�
Individual Work Experience- Include the resume ofthe owner and lead personnel aawell assupporting
documentation as applicable; such as certifications, licenses and years of experience.
See response following this attachment.
Revised 02 18 Page 24of24
TABLE OF CC * &TS
EXECUTIVE SUMMARY 1
COMPANY HISTORY AND
CAPABILITIES Z
REQUIRED DOCUMENTS 3
PRICING ¢
ORIGINAL IFB DOCUMENTS 5
d4bb juemeaa, buite qo i
POS Fort Worth,Texas 76126
Exhibit "A" 817-560-1511
EXECUTIVE SUMMARY
PBS of Texas is a privately-owned Texas LIC.Founded in 1989, the company is
headquartered in Fort Worth, Texas. Over the past 29 years,PBS has become a highly
regarded leader in the janitorial industry because of its high-quality performance and value-
added services.PBS does not intend to be everything to everybody and we have earned our
excellent reputation because we focus on the Government Municipality,Educational and
Medical/Laboratory segments of our industry.
PBS services many different markets throughout the State of Texas and maintains branch
offices in Round Rock,Austin, Dallas,Houston and Lubbock. PBS is still providing services
for its first client which started in 1989, our client retention rate is 98% and our tearn
member turnover is less than 10% which places PBS of Texas in the top 1% of all,commercial
custodial companies in the United States.There is not another janitorial company in the state
that can boast those statistics!
PBS's philosophy is based on two important standards, Partnership and Quality.At PBS we
do not seek to be just another vendor providing services to The City of Round Rock.
Conversely,we strive to become an extension ofThe City of Round Rock's facilities
management team,working side by side to confront challenges and to accomplish the
highest levels of service and satisfaction.PBS is a"can do" organization from the bottom to
the top and we demonstrate this every day in the workplace.
Some of the major highlights of what PBS offers:
Highly trained employees that deliver the service we promise
Cleaning and disinfecting your facility environments utilizing Clorox 360 and Kiavac
restroom cleaning systems.
PBS utilizes Cluonotech employee login using landline and cell phones to check in
employees at the workplace with GPS verification
Color-coded mopping and microfiber towel systems to prevent cross-contamination
ensuring a healthy working environment in all facilities
PBS Quality Control System, a web-based inspection and communication system that
delivers real-time inspection reports and ticket resolution.
PBS has provided the City of Round Rock with our service excellence for the past five years,
so we are keenly aware of the high expectations that are required.
PBS appreciates the opportunity to present our proposal for our services and we look
forward to being considered a continuing partner with The City of Round Rock.
Exhibit "A"
PBS
orTEXAS
COMPANY HISTORY AND OVERVIEW
PBS of Texas, LLC is a privately-owned Texas PBS's success is due, in great part, to our
LLC. Founded in 1989, the company is employees who consistently demonstrate the
headquartered in Fort Worth, Texas. Over the company's standards of excellence. Our
past 29 years, PBS has become a highly employees are recruited through a number
regarded force in the janitorial industry. PBS of sources and thoroughly screened. This
services many different markets throughout the process includes personal and professional
State of Texas and maintains branch offices in reference checks, police background checks,
Round Rock, Dallas, Houston and Lubbock. citizenship or eligibility to work in the United
States confirmation and E-verify. Once
accepted for employment, the employee is
enrolled in the appropriate courses in PBS's
training program.
PBS's philosophy is based on two standards,
Partnership and Quality...it begins with the
individual cleaner and is reflected throughout
our entire organization. We at PBS do not seek
to be just another vendor to our clients. Rather
we strive to be an extension of the facilities
management team, working hand in hand to
achieve the excellence that our clients expect
from us,
At PBS, our goal is to develop a long-term PBS has grown and built its reputation through
partnership with our clients. And we realize
that to develop these relationships we must high-quality work with courteous service. PBS's provide professional management and quality dedication to ongoing Quality
Control and
communication with our clients provides
supervision to meet our goals in a labor- superior levels of performance and
intensive operation. In addition, we also must responsiveness. Oux entire staff is proud of what
provide our clients with highly trained,
professional staffing at a competitive rate. Our PBS does, and that pride will be evident to you,
your occupants, and your visitors.
employees are supported by a strong support
system that provides individual attention to each
property we serve. We are committed to
providing superior service in an expedient
manner. Productivity is key and is enhanced by
our ability to deliver strong,moral and effective
employees that respond to our clients' needs
and requests immediately. We provide every
property with a supervisor that is keenly
interested in servicing the property to attain the
high standards our clients and their tenants
expect.
TECHPUDdjbitAMBILITIES
PBS is a uniquely qualified, full service
janitorial firm providing the highest quality '; k
commercial cleaning services available. We
provide complete cleaning services during day,
evening or nighttime hours -- whatever is
required to satisfy your needs. We service all
sizes and types of commercial facilities, 3
including; multi-tenant and single tenant #'
buildings, laboratories, medical facilities,
schools, municipalities and many more types.
Specialty and emergency services teams are
readily available.
Our day shift employees are fully uniformed,
photo ID's and can be equipped with
. .. '`
wear
pagers,two-way radios or cellular telephones,
+sir..■ • i
;c•;;;.'�: Because PBS provides a wide array of additional
RRR•R••:••;
services in addition to our standard commercial
tRRe4R•�••
cleaning program, our clients have the option of
single sourcing many building related services
s: through PHS and its network of qualified service
partners:
a
+ Carpet care: spot cleaning, dry cleaning
and power extraction
Specialized marble and stone care
For those clients utilizing our evening cleaning restoration
services, PBS also offers the option of Day • Window washing:interior and exterior
Porters and Maids, Assistant Engineers, Utility ' Post-construction cleaning
Porters (e.g., Movers, General Laborers) and * Trash and debris removal
Specialty Porters during building operating ® Recycling services
hours. All PBS employees assigned to your Parking Garage/Lot Cleaning
building during regular daytime work hours will * Power Washing
be able to communicate in English. • General Landscape Services
• 24-hour emergency response services
(PPBS
OF TEXAS
QUALITY &Waof PRO GRAM
For years,delivering and ensuring quality service was about paper outlines and checklists.And you
know what?It didn't work. Slick sales presentations followed up with clipboards and contracts don't
ensure quality service. PBS' Quality Control (PBSQC) tackles service delivery and quality control
from an entirely different angle: a focus on transparency, real-time data, and collaboration. PBSQC
brings people together and is your real-time dashboard for tracking and monitoring our service.
Full transparency and accountability.
We don't just TALK about quality--we PROVE quality.No gimmicks or cover ups.You see the quality
of our service in real-time as inspections are performed, complete with photos and GPS location for
additional verification. Everything that happens is documented, logged and easily accessible.
Whether it's an inspection or a complaint from building occupants--you have a complete audit trail
for future reference.
Quantify.how effective our service is.
Our analytics help identify weak spots BEFORE they turn into problems, and track corrections and
improvement over time. View the complete performance history of our service. With your own
personal online dashboard, you can quantify exactly how effective our service is.
Customer support.
Our customer support system funnels all communication about our services into one central location
so we can handle requests and feedback from you and your facilities' occupants in an organized
manner.Requests may be submitted by voice, email,or text message.All communication is captured
and stored centrally so you can participate in every conversation and be notified when issues are
resolved.
y
89 124 23 2
f
Anay.Arerage
Abu*A"<OveP B
OF TEXAS
Exhibit "A"
SPECIALTY SERVICES
Medical Center Cleaning
The PBS employees assigned to medical
facilities are experienced and fully qualified.
PBS staffs Certified Executive House-keepers
with extensive backgrounds in environmental
service management. Since our medical
services employees are specialists in health
care cleaning, our clients are assured that PBS is
in full compliance at all times with the Federal
Occupational Health and Safety Administration
EBEL {OSHA) Final Rule regarding Occupational
Exposure to Bloodborne Pathogens. Our staff is
fully compliant on HIPAA regulations as well.
Data Center Cleaning
PBS's Data Cleaning services are uniquely
PBS's experience in the health care cleaning designed around your facility, encompass-sing
industry is broad-based and extensive. PBS is state of the art equipment and procedures. We
positioned to provide full specialty services to understand how critical Data Centers are and
virtually every type of medical facility — we ensure that our team is well trained and
hospitals, nursing and convalescent centers, experienced in the technical requirements of
primary care centers, emergency care centers, cleaning a Data Center.
radiology centers, physician and dental offices,
and ambulatory surgical centers. Our data center cleaning specifications include
sub-floor cleaning, top Of floor cleaning (tile
We thoroughly understand the treatment and and/or carpeted surfaces), and cleaning of
proper care procedures needed in all areas of computer equipment exteriors including CRT
such facilities, including the use of proper terminals.
germicidal and quaternary chemicals for
effective bacteria control. We can assure our
clients of the highest environmental service ►
standards, which consistently meet or exceed
the specifications of the local Boards of Health Ltrq
and the JCAHO, among other regulatory
agencies. Our medical Quality Assurance
programs include both regular and non-
scheduled inspections at routine intervals by
PBS management personnel. Our medical
services QAprogram ensures that the highest
quality services and standards axe consistently
provided to our medical clients and their
patients.
Pos
OF TEXAS
Educational Facilities Exhibit "A"
PBS can work alongside your in-house staff,
cleaning and maintaining your school
facilities...or we can provide complete
housekeeping and maintenance services as an
alternative to your in-house services. We will
study your housekeeping operations and
develop a plan as individual as your facilities.
PBS's solutions will enable you to predict and
control your housekeeping costs, and we will
service your property with meticulous attention.
PBS understands that educational facilities t
: i
require fax more detailed planning than a
typical office building. With educational a
facilities, traffic patterns and cleaning needs
vary widely based on population, on-site t
events, holidays, weather and other variables.
They are open longer hours, and cleaning tasks
vary from hour to hour and day to day. Our
cleaning staff is able to work around students
and staff while addressing safety, daily needs
and quality issues. Of course, our major
cleaning tasks are scheduled during low traffic Consider FBS to provide a cost-efficient
periods, such as evenings and overnight. Our alternative to what can lead #o an overly
staff is prepared for the diverse challenges they expensive in-house custodial team.
will encounter in the classroom setting,
including the variety of surfaces (carpeting,
vinyl and hard-surface tile, marble/stone,
brass/metal finishes) as well as the necessity for
alertness and proactive communication with
school administration.
_ 1
r I�
s
III
f �
4
q
I '
ePBOFTEXAS
. .E ` tN
"All
Munk al ui'din Services
f
y'
PBS can work alongside city and government staff, cleaning and maintaining a place of public
government... we can provide complete custodial and maintenance services for the various public
events that municipalities require. We will study your custodial operations and develop a plan as
individual as your entity. PBS's solutions will enable you to predict and control your custodial costs,
and we will service your property with meticulous attention.
Consider PBS to provide a cost-efficient alternative with experience in handling the day to day public
uses of city government. PBS also screens every employee with a certified security background
check.
I d ll
AIL
� r
4
S
N
��, PBS
"� OF TEXAS
TRANSITION&XD lEI
'UP PLANNING
Transition Mee# Transition Plan and Timeline
Integration of services through seamless
transition is a PBS trademark. We utilize our
' highly successful Transition Plan for typical 30-
day start-ups.
' Prior to the commencement of services,PBS will
04
..... . , "". ;- conduct detailed surveys in each building. This
' rerfr! step is highly beneficial in gathering
Prior to the commencement of PBSfs services, information about staffing requirements and
we recommend the coordination of services in a expectations regarding the cleaning service.
Transition Meeting. Survey results are compiled, along with our
response addressing operations and personnel
The Transition Meeting is intended to introduce strategies as well as the strategies we will
all building service team members, to discuss employ to resolve existing issues.
key issues regarding the phase-in of cleaning A significant element of the Transition Plan is the
and services, and to define roles and
expectations. An orderly transition with orientation of PBS's Management staff to all
aspects of the facility. During the transition
minimal disruption is the goal.
period, FBS Management will study current
building operations and will develop staffing
schedules for daily and periodic tasks. Along
with the results of the tenant surveys, the
orientation period allows our personnel to
become intimately familiar with the building,
well before the commencement of services.
It 60111.., POS City of Round Rock SAMPLE Transition and Transformation Time
Auugust 1 2018 September 14,2018 for September 1,2i"18 Start Date
F TEXAS
August 2018 5ci tem 2028
¢ Tatsx. rS3AKTi Fl/rlrt 6UaatlAN' •,"f""'•...,•._•?
fait+..0471 Marr 1 a f s;s • 7 a s'to t ti 3.14 is le t7 le 17.to It! 1+Is 1+17 17 t)37$sit 7 11 4 s 4 t abar12.11.12 is.l+u6
... «, ;
^�' ii (� .t..
Cnntracl Awarded 1 ,
I Meeting with Facility Management to Implement I'mrmit,on
T Obtain and Verify Ct¢anabe¢Square ioatage Report s(1 b:2 l
3 INaw Client Start Up Paperwork and Preparatlan
a tRequest Insurance Certificates and W! s/a ale f �, w. _ " " _1
5 ,instatlatian of Management and Suaervlsary Teams ! ■?s�sJ13 � •
.. ... !, !
i
':Conduct Site lours
8/10 s(lv to
7 ldantlfx Entry Protocol Including Initial Key/Access Inventory bill VIZ. 2 ..T �,..,...
g Neview Security Pian `a/14 sal) 2 - . ,m. ...._ ... ...t..... .. ... . ! { i
9.Assessment and Recruitment of Cleaning Teams,Current and New a/14 a12} !1 l «a '
}
10:intrrview Day Staff and Confirm tNagrts 11
11 place tnllal Equipment and Supply Order bila 4 sf la .1 ^ { x " ' 1 < ! i .► - t
I It
12 1Revlew Specifications:Stop*of Work and Specialty Needs bila z a/20 1 ! -
131tnitfate Background Checks nitai a/as 9 3 "=i
14Develop lob Tasking Schedules for Day and Night Staff its} elttl 12 s # " i "' T 1
15 Prepare and Verify 10 Badges si73 a/26
! 1R)Determine Uniform Requirements for Da.;and Nie.ht Staff 3/23 d 5121 A f !
17,Establish and Notify Team of Mana.ement Walk Dawn Schedule a 23} *17..3 ! 1 i
hh
1g 1Coordinate Incoming Transition and Outgoing Eait strategy al23} a;74 } a ! "
i.
1 19 Enter Project information Into PBS Quality Control Program bl1.7 I'll ; 9 � ' "`" ••-
t
20{Train Client Staff on PBS quality Control *!24{ $127 2 r _
21 jiinal Key/Access Inventory alto ai27 2 i ; I t i '
22 Pravlde finer®encs Contract[1st 5/27 b/27 ' 1 f a
l
2 1ie81n Safety Training s127( 5/2a 2 i
,,•,w,,.4 4 Receive and Deploy Equipment and Supplies
j
25;Install MSDS/SDS Stations ilial€; 6/19 1 �..� T ^ . , � '4 � ' :. r
i
i a4 Orlentauon and Training at Cleaning teams a./2s aJ29 2 s j
27,Begin Regular Cleaning 1. ... . _ ►. t _,..,._., m .
9/1 awaolna,
b ..r•_,,..�.,.._...,
268+gin Qetaif Clear ing Rrojecis f 9/t 9/11 11 c
29;PBS Management Start up Team Welk Downs f 411 sty 7
30!Day Staff Start Qate and Schedule 911 { 911
it':Daily P85Quality Control:nspections 9/t 'nnaalrg3 +-►! _ .`
32:Implement Periadi+s Plan and Schedule !I1 ( 918 � b " " ` ir
M
Exhibit "A"
SUPPLIES AND EQUIPMENT
EquiRment
PBS pledges to do our part to utilize
environmentally safe products, equipment, and All equipment assigned to your building will be procedures. Win new or like-new condition. PBS's entiree commit to implement
cleaning inventory of mechanized equipment is rotated to
solutions that respect and preserve our natural
resourcesundergo periodic preventive maintenance. Any
.
equipment removed from your building by PBS,
All equipment and supplies used by PBS are of whether for regular scheduled maintenance or
the type used in Class "A" building for repair, will be replaced immediately in
order to maintain a full inventory of equipment
environments, meeting or exceeding all local,
state and federal codes as established by UL, on your site.
OSHA,ASTM E-84, and the NFPA 702 Codes. Safety Equipment
PBS stocks each and every building with safety
equipment to protect our employees as well as
your building occupants. First-Aid kits are
standard equipment in every building we
service. Safety equipment assigned to our
personnel includes latex gloves, safety goggles
and ventilators for employees working in areas
requiring such protective gear. In addition, PBS
employees are trained to use public safety
equipment such as "Wet Floor" and "Closed for
Service"signage as required.
Chemicals SAY
PBS routinely provides Property Management
with a Material Safety Data Sheet (MSDS)
Manual, listing every chemical we use in our
commercial cleaning operations. All chemicals
used are of the highest quality.PBS gladly stocks
additional specialty products at the request of
Facility Management, and all materials to be 5040
used in your building are subject to your prior
-approval. All of our employees are thoroughly
trained in the use, care and storage of
commercial cleaning chemicals prior to their
assignment.
PBS
OF TEXAS
TYPICAL PROJK�6ffQ)kLPMENT INVENTORY
The following is a list of equipment typically utilized by PBS in the performance of our services. Not
all listed equipment may be suitable for use in your building. PBS shall submit a finalized inventory,
including quantities,prior to the commencement of the Contract.
Equipment
Low Speed 175 RPM Floor Buffer
Ultra High Speed 1500-2000 RPM Floor Burnisher
Buffer Attachment: Pad Holder
Buffer Attachment: Scrub Brush
Carpet Power Extractor-Complete
Three-Gallon Sprayer
Wet/Dry Vacuum&Attachments
Hoover Heavy Duty Portable Vacuum
Clarke Upright Vacuum
ProTeam Super Coach Vacuum
Clarke Wide Area Vacuum
Rubbermaid#6150 Maid's Cart
Rubbermaid#6111-88 Mop Bucket 26 qt.
Rubbermaid Utility Bucket 14 qt.
Wet Floor Sign-Med.
Wet Floor Sign-Lg. (Cone)
Rubbermaid#2643 Brute Trash Container
Rubbermaid#2649 Carrying Caddy
Push Broom
Floor Brush and Handle
Dust Mop 181,
Floor Fan
Extension Cord 50'
Extension Cord 100'
Water Hose 100'
ePBS
OFTEXAS
HUMAN OMM'OVERVEEw
Corporate Philosophy/Capabilities Recruitment and Miring Policies &
FBS recognizes that the most valuable asset of Procedures
our business is our people. It is for this reason PBS employs a number of recruitment tools:
PBS is dedicated to hiring,training,encouraging employee referral, classified advertising,
and retaining the industry's best, from our internet advertising and other methods.
cleaning team members on up to the executive
level. All applicants are required to apply in person,
and to supply positive photo identification and
proof of their legal right to work in the United
States.. PBS's processing of applications for
employment consists of thorough personal and
,�. 4Q , "` employment reference checks. In addition, all
applicants are screened and background
3
checks performed, in accordance with oux
clients' specifications. Drug and alcohol testing
is also available,if required.
i
PBS provides new-hire Orientation training for
new employees. This course covers
administrative policies and procedures, work
practices, employee conduct, work schedules,
performance evaluations, disciplinary action,
Our managers have gained their knowledge of facility security, employment benefits, etc. In
the commercial cleaning industry through years addition, courses in advanced skills and/or
of "hands-on" involvement. In addition, PBS specialized job training are required for certain
expends a great deal of time, energy and positions such as supervisory roles.
resources in developing our field personnel. In
so doing,we have been able to reap the benefits
of a stable and highly skilled staff.
PBS currently employs over 315 highly trained
technicians. We are able to promptly provide A.-
replacements for any employees who are out on
leave to ensure that each facility maintains a full New Hire
staff at all times. In addition, PBS Emergency Orientation
Response Teams are available 24 hours a day, It
seven days a week to assist in cleaning
emergencies related to fire, flood and other
disasters.
*
OF TEXAS
Exhibit "A"
STAFFING AND MANAGEMENT
PBS provides cleaning services to commercial
facilities in accordance with Management's ( s
requirements for their tenants. Our staff of
trained technicians is available around the clock
-daytime, evening and nighttime hours. Vire
currently provide cleaning services 24 hours a
day in facilities that require three full shifts.
All daytime personnel are fully uniformed, and
display a PBS photo ID badge. Daytime
personnel are required to be English-speaking
and can be equipped with pagers, cellular
phones or radios for your convenience.
Our cleaning personnel typically work in teams
rather than individually. The team concept To ensure strict adherence to the Cleaning
provides a secondary level of supervision in the Specifications by our cleaning Teams, PBS
Team Leader,who is directly responsible for the utilizes a management structure based on a
assigned areas and for key control, system of checks and balances:
A specific staffing plan has been custom- Supervisory personnel are highly trained and
designed by PBS's Operations management are prepared to note and immediately correct
personnel for your facility (see Staffing Chart any deficiencies in the work. Quality Assurance
included in bid). Of course, the proposed personnel, working entirely autonomously from
staffing plan is subject to the final approval of the Operations Management, rigorously inspects
Property Manager. and reports on the cleanliness of each facility
and the adherence to the scope of work. An
Operations Manager is responsible for the
overall services in your building.
Employment
*PBS
BF TEXAS
Exhibit "A"
TRAINING
All of PBS's employment training programs are
based on Quality Assurance and emphasize
safety and security. Our programs ensure that
each and every FBS employee uses proper
cleaning procedures.Some of our training
programs are designed specifically for newly
hired personnel,while other PBS programs ,
provide ongoing long-term instruction with the
purpose of improving the skills and knowledge
of current team members. Each and every
employee of PBS is continually encouraged, }
offered advancement opportunities and made
to feel that they are invaluable to our team.
In addition, all employees are required to
attend on-site instruction in building fire and
evacuation procedures,or other procedures as `
required and provided by Property
Management. PBS constantly reviews staff performance
against these training standards and additional
PBS offers the following Employee Training training courses are added for general and
Courses: specialize areas.
Standards of Customer Service In is important to note that the PBS cleaning
Chemicals in Commercial Cleaning(MSDS) approach involves cross-training for each of our
Security:Your own, fellow employees and the crew members. We utilize this approach
environment because it does not limit the skill sets of each
Floor Care: Equipment and Chemicals cleaner to only specific tasks as employed in
Carpet Care: Equipment and Chemicals team cleaning. By utilizing our cross-trained
Health and Safety in the workplace approach, each crew member has the ability,
Cardiopulmonary Resuscitation(CPR) knowledge and training to perform many of the
Bloodborne pathogens cleaning tasks throughout the specifications.
This enable PBS to complete all the tasks in the
specification in the event of absenteeism of any
one crew member in contrast to the team
cleaning approach.
In addition, we conduct monthly safety classes
on site covering a variety of subjects.These
courses are provided by PBS and our insurance
: Lazcarrier in order to keep our staff up to date on
i current safety topics and training. Training
courses are signed b allparticipants,
g Y filed in
- , our Human Resources office and available for
review by our clients.
ULAP`#'n
rw
PBS
Of TEXAS
Exhibit "A"
EMPLOYEE BENEFITS
PBS can offer a comprehensive benefits package for all employees, both full- and
part-time. Employee benefits at present can include, but are not limited to, the
following:
Medical insurance for the employee and his/her dependents(includes dental benefits)
Paid Vacation
Paid Sick Leave
Paid Holidays
Free Training/Education Programs
PBS prides itself as being employee-oriented, and therefore, in addition to our
Employee Benefits package, we offer our employees the following:
Competitive Wages—Both full and part-time employees are paid hourly wages,which
are above the industry standard in the Dallas/Fort Worth area. PBS employees are also
considered for pay raises upon the successful completion of their initial 90-day (new-
hire) probationary period, and are considered annually thereafter at the time of their
performance evaluations.
Opportunities for Advancement — We have found that by encouraging our
employees to improve their skills, by offering them the means to do so, and by
providing them with opportunities for advancement, we maintain a highly motivated,
stable,low-turnover staff. PBS, therefore, offers a full curriculum of training courses at
no charge to its employees. PBS's training managers administer a wide range of
training services, including classroom education, hands-on training in mock-up
settings, and on-site instruction.
Incentive Plans—Incentives are offered to employees who demonstrate good atten-
dance,leadership qualities and cost savings against budgets, among other attributes.
Awards such as plaques and certificates are given in recognition, in addition to cash
bonuses and gift certificates. PBS also sponsors dinners and parties for entire building
staffs that have collectively achieved certain pre-determined performance goals.
TOTAL, REWARDS
OF TEXAS
COMIPA&APG&iCATIONS
•
M at.lQ`
R ENCUARD'
Indoor Air Quality Certified
CLEANING
1 '
AN .
M
D
BBB
(§PBZs
OF TEXAS
&AW f#&S
Alcon Laboratories 4 `'�``'
6201 South Freeway r� "`�� r•''• '� *-.
Fort Worth Texas 76134 -' �`�' • �'
3,500,000+ sq. ft.
. ,, •�,. �, ,fir ...�, ,�. �. , ;.
Dick Lee-Facilities Manager
817-517-9104
Dick.Lee@am.jll.com
Its-
City of Lubbock
1625 1311,Street
;.. Lubbock, Texas 79457
53 Buildings-980,000 sq. ft.
: ..
Sid Beach-Facilities Manager
806-775-2276
sbeach@mail.ci.lubbock.tx.us
E
o
City of Georgetown `�►.W' . _ Aa
f
300-1 industrial Ave �,.,w.�• c �„ IN
IA
Georgetown, Texas 7$226 y.e'a G EO RG ETO W N
18 Buildings -583,000 sq. ft. 1 __� r{fi ` TEXAS
Trish Long--Facilities Managers 't `°`' •'• �� � �� - :,
512-931-7714 > Al
trish.long@georgetown.org
Exhibit "A"
I City of Round Rock
221 E. Dain 5t.
Abo _ ;..► . aa -,., Round Rack, Texas 78664
4 Buildings-830,181 sq. ft,
Fete Dominguez-Facilities Manager
512-341--3144
,� .. pdominguez a@roundrocktexas.gov
City of Cedar park
450 Cypress geek Rd, Bldg. 1
Cedar Park, Texas 78613
13 Buildings-235,630 sq. ft.
Mark Shelnutt--Facilities Manager
512-603-3484 j
still ■s t
Mark.Shelnutt@cedarparktexas.gov .�. rr c..,....<
_ 81}
ss"
- Texas Workforce Commission
i 101 E. 151h Street
. Y �• """ Austin., Texas 78778
-- 6 Buildings-310,382 sq. ft.
Contact: Leroy Wittenburg-Facility Mgr.
512-463-2637 office
612-952-1680 cell
reroy.wittenburg t c,state.tx.us
orz-
r•
The University of Texas
vor,
System Administration Building
,., 210 W. 71hStreet
AV
Austin, Texas 78701
14
365,000 sq ft
David Kruse-Sr. Facilities.Manager
512-499-4735
dlcruse@utsystem.edu
lift
iii
Uplift Education is the largest public charter school network in North Texas. Established in
1996 with one school in Irving,we have now grown to a network serving nearly 16,000
scholars in pre-k through 121h grade on 17 campuses across the D/FW metroplex. Our
schools have received national recognition and 1030% of our graduates have been accepted
to college.
17 Locations with over 1 million square feet served by PBS:
Uplift Meridian-Fort Worth Uplift Mighty--Fort Worth
Uplift Summit-Arlington Uplift Grand--Grand Prairie
Uplift Infinity-Irving Uplift Ascend--Fort Worth
Uplift Heights Primary-Dallas Uplift Heights Secondary-Dallas
Uplift Triumph--Dallas Uplift Peak-Dallas
Uplift Hampton-Dallas Uplift Gradus-Desoto
Uplift Pinnacle Primary-Dallas Uplift Pinnacle Secondary-Dallas
Uplift Luna Primary--Dallas Uplift Luna Secondary-Dallas
Uplift White bock Hills-Dallas
Contact: Gibran Torres--Facility Director
8915 S. Hampton load
Dallas, Texas 75232
817-233-5818 gitorres@uplifteducation.org
Exhibit "A"
kk
I N'rrRNATIONAi rAorRti i 111 OF I rXAti �""'"
l EAn'NVATkNAt
H�k ItP(?F TFXAS
4W .;.
J
ftexas.org
The mission of International Leadership of Texas is to prepare students for exceptional
leadership roles in the international community by emphasizing servant leadership,
mastering the English, Spanish, and Chinese languages, and strengthening the mind,
body and character.
17 Locations with over 1,655,740 square feet in the Dallas-Fort Worth Metroplex, Houston
and College Station.
ILT-Arlington ILT-Garland (2 Locations) ILT-Grand Prairie (2 Locations)
ILT-Lancaster ILT-North Richland Hills ILT-Fort Worth (3 Locations)
ILT-Saginaw ILT-Katy ILT-Houston (3 Locations)
ILT-Richmond ILT-College Station
Contact: Frank Crabill-Executive Director of Maintenance &Facilities
1501 Summit Avenue, Suite 110
Plano, Texas 75074
214-647-1478 fcrabill@iltexas.org
1110
L1- 4 Post Ca Remember.4 WRpe to mold
4
A.ledo Independent School District is a K-12 public school district, located in Parker and
Tarrant Counties. AISD is a fast-growth district and one of the top-rated public school
districts in Texas with more than 5,700 students and nearly 600 employees.
The district has five elementary schools along with an intermediate, middle, 9th grade
campus, high school and learning center. The newest campus in the district is Walsh
Elementary, which opened at the start of the 2017-2018 school year.
Contact: Earl Husfeld-CFO: 817-441-8327, ehusfeld@aledoisd.org
1008 Bailey Ranch Road
Aledo, Texas 76008
Exhibit "
KIPP TRUTH
A C A D E M Y
Elementary&Middle Schools
1545 S. Ewing Avenue
Dallas, Texas 75215 44 •.L M
Contact: Gus
Feliciano ,4
972-323-4215 .
gfeliciano@kippdfw.org
KIPP DESTINY
M I DDLE SCHOOL
�. .
Elementary&Middle Schools .
3563 W. Camp Wisdom Rd.
Dallas, TX 75237
Contact. Elmore Shoto ' s
214-707-5974
Eshoto@kippdfw.org
r
r'
��IMI
r
BROCK ISD
Brock ISD is a 3A school district with approximately 1350 students in grades Fre-K- 12. The
district covers about 105 square miles and is located in southwest Parker County.
Contact; Scott Drillette-Superintendent
410 Eagle sprit Lane
Brock, Texas 76087
817-374-9614 sdrilletteCc�brockisd.net
OL.. ■
WIN t+RP,PAC'AI'Ml.MY
t NAaTkut Scluools
W `r
WIN RLE AC DLMY
C.HARI Elk SCHOOLS
Winfree Academy's mission is to create a supportive, safe environment that motivates,
educates, and trains students so they can graduate from high school prepared with the skills
and abilities needed for higher education, employment, and life.
6 Campus Locations and Administrative Offices with over 160,000 square feet:
Dallas Campus Grand Prairie Campus Irving Campus
Lewisville Campus N. Richland Hills Campus Richardson Campus
Contact: D.J. Elkin-Director of Purchasing&Facilities
1555 Valwood Parkway, Suite 160
Carrollton, Texas 76006
972-869-3250 djelkin@wacsd.com
x
Zio)
4,F0
N"^ Y
RI® VISTA ISD
The Mission of Rio Vista Independent School District is to provide students quality of
instruction through diverse and challenging curriculum in a nurturing environment, while
integrating the unique resources of our community.
Contact: Tina Wright-Superintendent
100 Capps Street
Rio Vista, Texas 76093
662-402-8930
lwright_.rvisd.net
Exhibit "A"
„ .1:
ij
ILI
UME PREPARATORY ACADEMY
K-12 schools based on the University Method of Education(UME) have been in existence for
almost two decades in the private sector,with over 50 private UME schools open across the
country (21 in Texas and 9 in the Dallas/Fort Worth vicinity). UME Prep is the first public
charter UME school to be established.
Contact: Callvin Trim Facilities Manager
3838 Spur 408
Dallas, Texas 75236
469-662-7334
Callvin.trim@umepret).org
................................
I «
EAk
k CHRIsinAN ••L, I
ir
ALEDO CHRISTIAN SCHOOL
The mission of Aledo Christian School is to prepare students academically and equip them
spiritually to become Christian leaders who will live their commitment to Christ and
fulfill God's purpose for their lives.
Contact: Kay Ross-Principal
400 (ween Street
Aledo, Texas 76008
817-929-3893
kross@aledochristianschool.com
Exhibit "A"
r■rw�w ®+r� .Mwwrr
Texas State WWI
Technical College !:,
Texas State Technical College-Breckenridge and Brownwood Campuses
Texas State Technical College {TSTC} serves Texas through ten campuses in Abilene,
Breckenridge, Brownwood, Fort Bend County, Harlingen, Marshall, North Texas,
Sweetwater, Waco and Williamson County. TSTC is the only college in Texas to adopt a
funding model based on student employment outcomes- aligning with its purpose of
strengthening Texas with a highly skilled, technically-competent workforce. Founded in
1965, TSTC has provided more than 50 years of service to the state of Texas.
Contacts: Breckenridge Campus Brownwood Campus
Vernon Akins-Facilities Mgr Monica Wagner--Director Physical Plant
307 N. Breckenridge Ave. 305 Booker Street
Breckenridge, Texas 76424 Brownwood, Texas 76801
325-201-1098 325-235-7448
vernon.akins@tstc.edu monica.wagner@tstc.edu
r
,- 3s ar
Amin
Mal
LakeShore Baptist Church and School-Hudson Oaks, TX
Contact: Johnny Saunders--Facilities Manager
200 S. Lakeshore Drive
Hudson Oaks, Texas 76087
817-596-0100
Exhibit "A"
1. EMPLOYEEE TRAINING PROCEDURES
All of PBS's employment training programs are based on Quality Assurance and emphasize
safety and security. Our programs ensure that each and every PBS employee uses proper
cleaning procedures.Some of our training programs are designed specifically for newly
hired personnel, while other PBS programs provide ongoing long-term instruction with the
purpose of improving the skills and knowledge of current team members. Each and every
employee of PBS is continually encouraged, offered advancement opportunities and made
to feel that they are invaluable to our team.
All employees are required to attend on-site instruction in building fire and evacuation
procedures, or other procedures as required and provided by The City of Round Rock.
The training is conducted by the Regional manager and the Project Supervisors.
PBS offers the following Employee Training Courses:
Standards of Customer Service
Chemicals in Commercial Cleaning (MSDS)
Security: Your own, fellow employees and the environment
Floor Care: Equipment and Chemicals
Carpet Care: Equipment and Chemicals
Health and Safety in the workplace
Cardiopulmonary Resuscitation(CPR)
Bloodborne pathogens
PBS constantly reviews staff performance against these training standards and additional
training courses are added for general and specialize areas.
In is important to note that the PBS cleaning approach involves cross-training for each of our
crew members. We utilize this approach because it does not limit the skill sets of each
cleaner to only specific tasks as employed in team cleaning.By utilizing our cross-trained
approach, each crew member has the ability, knowledge and training to perform many of
the cleaning tasks throughout the specifications. This enable PBS to complete all the tasks in
the specification in the event of absenteeism of any one crew member in contrast to the team
cleaning approach.
In addition, we conduct monthly safety classes on site covering a variety of subjects. These
courses are provided by PBS and our insurance carrier in order to keep our staff up to date
on current safety topics and training.Training courses are signed by all participants, filed in
our Human Resources office and available for review by our clients.
Exhibit "A"
DISINFECTING AND CROSS-CONTAMINATION AVOIDANCE
An essential component of PBS training
The true name for what our custodial staff does is health care—after all,it's their
efforts that manage and prevent disease and infection transfer. Cleaning is the first
and biggest step to keeping a facility and its occupants healthy.Sanitizing or
disinfecting is one of the important steps toward this goal.Another very important
step to avoid cross-contamination, is the use of the color-coded mop buckets system
and rnicrofiber cleaning towel system.
The system is broken down to the following color-coded supplies and equipment:
Red mop buckets and towels are used for restroom.floors.
Yellow buckets and towels are used for general cleaning including restroom
sinks, dispenser, countertops and other surfaces.
Green mop buckets and towels are used for general cleaning areas, such as
office space, hallways, fixtures, etc...
Blue towels are usually used for glass and mirrored surfaces.
In addition, our periodic disinfecting using the Kiavac restroom cleaning machine
ensures each facility maintains its healthy wort jng environment.
Exhibit "A"
. EQUIPMENT LIST
The following equipment has been allocated for use in the City of Round Rock Account:
32-44-gallon Brute Barrels with Caddies
8-Restroom Carts
78-Mop Buckets: 26 Red, 26 Blue, 26 Yellow
18-BackPack Vacuums
10-Upright Vacuums
6-Minute Mary Tile Cleaners
2-Large Auto Scrubbers
3-Kiavac Restroom Cleaning Machines
I --Clorox 360 Disinfectant Machine
3--Low Speed Floor Buffers w/ta.nk
2-High Speed Floor Burnishers
I -Carpet Extractor
6--Floor Fans
4--Wet Vacs
36-Wet Floors Signs
a.
a �
�. fir•-
k
i 8
1
Individual Work Experience
All personnel listed below are assigned to your account and are hands-on participants with working
knowledge of the City of Round Rock facilities and facilities management team. Half have been
servicing the City of Round Rock account since October 2013.
Hurt G. Smith- president
Kurt has over 29 years' experience in the janitorial industry and joined PBS as a partner in 2009.
Since then he and has overseen the growth and expansion of the company into a variety of
environments including; major laboratories, medical,multi and single tenant, educational and
municipalities. Prior to 2009 he has been involved in the sales and operations of some of the most
prestigious facilities in the country.
Martv Mabe - Executive V .ce President
Marty has over 17 years' experience started his career janitorial career in 2001. He has successfully
managed client accounts in a variety of facilities in the Dallas/Fort Worth, Houston and Tulsa,
Oklahoma markets. He brings his expertise in all aspects of the janitorial field to the and will be
constantly involved with the execution of our service for the City of Round Rock.
David D. Martinez - Senior Vice President
David has over 15 years experience in the janitorial industry and nearly 35 years in the service
industry serving some of the largest and well-known companies in the Dallas/Fort Worth area. His
depth of experience in the service industry makes him uniquely qualified to bring excellence and
outstanding service to our clients in a variety of environments. David is in charge of business
development and the administrator of PBS Quality Control System. David is a certified LEED Green
Associate.
o Smith- Regional Manager f rued Rack
Kody Smith has worked with PBS since 2010. He started out cleaning schools and performing floor
work while going to school and moved into a supervisor position from 2013-2015. Once graduating
Oklahoma State, he stayed in Stillwater to work in information technology for the athletics program.
Kody joined the PBS team once again in early 2018 to manage the Central Texas area,helping service
the City of Round Rock for the last 5 months.
Carlos Gonzales-Pro`ect Supervisor for Round stock
Carlos Gonzalez has been in Janitorial since 2009, cleaning several buildings for the City of
Georgetown.When PBS took over cleaning for Georgetown,he assumed a supervisor role which he
has kept for close to 5 years. Carlos has been a supervisor for several of the downtown Round Rock
buildings for 2 years.
Conrad Suarez- Pro`ect Supervisor for Round Rock
Conrad Suarez has been a janitorial supervisor with PBS for 4 and a half years. He has been both a
cleaner and supervisor for the City of Round Rock as long as PBS has serviced the city.
leniffer Trevino- Projekt Supervisor for Round Rock
Jennifer Montoya has served with PBS for close to 5 years. She initially cleaned at City Hall, but has
been in a supervisor role for close to 3 years for the city of Round Rock.
S. EXPEMENCE
ExWbet
Company SNI Experience
PBS started The Texas Workforce Campus on the state capitol grounds on December 1, 2017.
The previous service company quit service and left with no notice. TWC called PBS on
Wednesday November 29, 2017 and asked if we could start this project by Friday December
1st, giving PBS a 2 day notice to commence services in 6 individual buildings comprising
over 310,000 square feet. PBS started the project as requested with no interruption or delays
in service!
\NORA��
C.
0
rM
0
v
Iss
A4
Texas Workforce Commission
101 E. 15th Street
--- ....... Austin, Texas 78778
;eel 6 Buildings-310,382 sq. ft.
Contact: Leroy Wittenburg-Facility Mgr.
512-463-2997 office
612-952-1680 cell
Leroy.wittenburg@twc.state.tx.us
PBS started the University of Texas System on March 1, 2018. UT combined the occupants of
5 separate buildings into this facility. The facility houses the Board of Regents and
administers to all 14 University of Texas campuses around the state. It is an extremely high
profile property and the pride of The University of Texas.
T k A , 5 N S I E %I
The University of Texas
System Administration Building
210 W. 71'Street
Austin, Texas 78701
IL 365,000 sq. ft.
David Kruse-Sr. Facilities Manager
512-499-4736
qa
..yam s
- t
l
Club-
�� -.s,�k� •v4� 4.tY.:e'i ya aM .. 16 ,��••it
.. ..•.f^-N� .,N9Pl�iY "1F wn..
II, sY��•� PIS .j.
r-0;-' '4M►ww a .` sok* ►• r�� pig t
3456 Alemeda,Suite 451
Fos Fort Worth,Texas 761.26
Exhibit "A" 817-564-1511
CCT ANY VMCLES UTUZED FOR CITY OF ROS ROCK
housed at our 30.1 Hesters Crossing Round Rock, TX)
2014 Ford F250
wIST
j�
s�
' A
2016 Rom Promaster Cargo Van
w*i
MAP
2012 Ford F150
,Q=NL,,
� d.
F bipit v
ROUND ROCK
CITY QFROUND ROCK
INVITATION FOR BID (IPB) -JANITORIAL SERVICES
|FBMo. Addendum No. 1 Date ofAddendum: 6/19/2018
Addendum No. 1. dated Tuesday, 0/18/2018 is being issued to respond to all questions
submitted by the deadline of Friday, 6V15/2018 @ 5:OOPM for |FB No, 18-028 — Janitorial
Services, eaoutlined below:
Section A: Questions and Answers
1. Question Who isthe current vendor and how long have they had the Contract?
Answer: The current vendor iePBS, ofTexas. The current contract isaSyear term.
2. Question: What is the current contract price and the number ofstaff and hours they are
scheduled bowork each day?
Answer: The current vendor's contract priuinQ, number ofstaff, and man-hours is
posted to the Janitorial Services solicitation page as Attachment G —
Current Vendor Bid Form.
3. Question: Can vvesee the pre-bid sign insheet?
Answer: The sign-in sheet for the mandatory pre-bid meeting /s posted to the City's
Janitorial Services solicitation page as Attachment H — Mandatory Pre-Bid
Sign-in Sheet.
4. Question: What isthe square footage ofVinyl Composite Tile(VCT) for carpet and tile?
Answer: The square footage of VCT is posted to the Janitorial Services solicitation
page ssAttachment/—Facility Flooring— Square Footage.
S. Question: Does the City have its own product for graffiti cleaning?
Answer: The City will work with the awarded vendor to identify appropriate graffiti
cleaning products.
G. Question: How often will Carpe( cean'ng need to be done for spot c/eanmg and for nuu
carpet cleaning?
Answer: Spot cleaning shall be done as part ofthe regular cleaning service. Full
carpet cleaning will beordered amneeded.
7. Question: Will there bestorage space for our equpment/nthe Ctysvarious buibjmgar
Answer: Yeo, there are storage rooms designated for janitorial supplies in the City's
buildings.
8. Question: Where shoudweenter rates for Emergency cleaning?
Answer: The City has added Emergency Service Hourly Rate on |ine# %1 of the Bid
Sheet.
9. Question: Will the oeosmotile require sorubbmg`
Answer: Please see Attachment D - Cleaning Specifications, #3 — N1on1hk/. page 18
o[24.
10. Question: What types of references are you looking for? Will a school count as a good
rehananoer
Answer: References should be for current Municipal, Government agencies, or firms
ofcomparable size
it
ROUND ROCK
CITY OF ROUND ROCK
INVITATION FOR BID [IFB] -JANITORIAL SERVICES
/PB No. Addendum No. 1 Date ofAddendum: 6/19/2018
11. Question: |aitokay f the references are located inDallas?
Answer: Yes.
12. Quest/on: Doyou have square hzotaOesoythe facilities bzbocleaned?
Answer: The square footage for each facility imlocated onthe line item detail ofthe
AttochnnentA—BidSheet.
13. Question: Commercial busnoss location can this be a 'Ragus'' type of office space or do
you need a certain type office front building with a minimum of square footage?
Answer: The City requires the contractor to have an existing Commercial business
office within a 35'mi|e radius of downtown Round Rock from which work
crews are dispatched. A res/dent/a/ office /s not acceptable.
Section B: Attachment A — Bid Sheet Amendments
1. The City hereby replaces in its entirety the original Attachment A — Bid Sheet posted to
the Solicitation with a NEW Attachment A — Bid Gheet, which can be viewed in an Excel
format onthe City ofRound Rock website at:
a
2. The City hereby amends the Attachment — Bid Sheet to add line # 17 for the Sports
Center.
-----�--- ' -----r---------'—'
Locationi Days Frenuan� Comment
—~ - ---^--'-----— |----~' '' � ~''''''~''
Spo�a Center 2 days per week, Every Starting after / 2 days per
�
Thursday night and 10OOPM | week
/ Sunday night ! |
3. The City hereby amends the AdtoohmentA — B/d Sheet, for the Multi-Purpose Complex
Exterior Clean and Power Wash Eehrneied cleanings per year changed from two (2) to
uptofour(4) times ayear, tobaordered aoneeded.
Loo�don Times Fnwqumnuy Comment
Multi-Purpose When Tobodeterm'ned Upbz4times ayear/kz
Complex ordered when ordered beordered asneeded
Pau e % o[3
"All
ROUND ROCK
CITY OF ROUND ROCK
INVITATION FOR BID (IFB)-JANITORIAL SERVICES
IFB No. 18-028 Addendum No. I Date of Addendum: 6/19/2018
Section C: Attachment A -- Bid Sheet - INFORMATION ONLY
1. The City hereby amends the Attachment A - Bid Sheet - INFORMATION ONLY section
to include Emergency Services Hourly Rate,
Emergency Services -
21 Hourl= Rate
Hourly Rate for Emergency: Services
Section D: Additional Attachments
1. The City hereby amends this Invitation for Bid to include three (3) additional attachments
which can be dewed on the City of Round Rock website at
htt s/www roundrocktxsovlbus irtesseslsoltcttatiansl
Attachment G —Current Vendor Bid Form
Attachment H --Mandatory Pre-Bid Sign-In Sheet
Attachment I — Facility Flooring Sq. Ft.
Approved by w Date.
�.
Yvonne Hopkins. Retchaser
By the signatures affixed below this addendum is hereby incorporated into and made a part of
the above referenced solicitation.
ACKNOWLEDGED
,dor
Authorized Signa e
VAvi+, t I'll 40-1 tj-c -z-
Printed Name
Date
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR
SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE
FROM CONSIDERATION FOR AWARD.
I'aoc 3;,,] 3
ROUND ROCK I s
CITY OF ROUND ROCK
INVITATION FOR BID (IFS) -JANITORIAL SERVICES
|FB No. Addendum No. 2 Date of Addendum: 6/2012018
Addendum No. 1. doted VVodnoedoy. 6/20/2018 is being issued to respond to all questions
submitted by the deadline of Friday, 6/15/2018 @ 5,OOPM for |FB No, 18-028 — Janitorial
8ervices, as outlined below.-
Questions
1Question: On the prior RFP for Custodial Sen/imse that is currently in effect there
was a mandated scope of service based off the |SGA Cleaning Standards
which included a base nightly cleaning production nate of 2500 square
foot per hour Supervision, res\roorno and floor care were added on top of
this production rate. You stated in the pre-bid meeting for this current
RFP that the current cleaning level is the "expected level of service'
under the new contract. Does this mean that the City of Round Rook is
mandating the I88A cleaning standards (2500 sq ft per hour) for this
proposal? Is there any rninirnunn requirements on labor production rates?
Answer: No, there is no rnin|rnurn requirement on labor production rates.
2' Question, Should the carpet cleaning and the window cleaning be included in the
overall production rate or a separate production rate?
Answer: The Carpet spot cleaning and window cleaning should be included
in the overall production rate. The Carpet shampooing will be per
square foot and ordered aoneeded.
3. Question: Periodicals such as high duahng, floor care and other detail cleaning will
be scheduled as per the current scope Will these be tracked by a City of
Round Rook "Work Order System" or as it the reopons'bi|ity of the
contractor to provide the City with both the schedule and the
documentation for the City's approval of completion?
Answer: It is the contractor's responsibility to schedule all required
cleanings, including detailed dusting, floor care and other detailed
cleaning per the contract's specifications.
/ ~
~
Approved by �—~ ^ Date
YvonnwHopk ns Purchaser
}l,iue | u[2
aWjbit
"All
ROUND ROCK TEXAS
ftwMeA.o cam.
CITY OF ROUND ROCK
INVITATION FOR BID (IFS)•JANITORIAL SERVICES
IF8 No. 1818 Addendum No. 2 Date of Addendum; 6/2012018
By the signatures affixed below this addendum is hereby incorporated into and made a part of
the above referenced solicitation.
ACKNOWLEDGED:
Ipbs 4-Ti--�A-q
Vendor
Authorized Signatur
Printed Name
Date
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR
SEALED PROPOSAL.FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE
FROM CONSIDERATION FOR AWARD.
Page 2 of 2