Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - PBS of Texas, LLC - 8/23/2018
CITY OF ROUND ROCK AGREEMENT FOR JANITORIAL SERVICES WITH PBS 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 ;qday 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 IFB; (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//sss, 0/2 V_ + /�Q, _16 �/] r- "v4 (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 27 1.101 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 lack 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 pkelt en roundrocktexas. oovv 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 term 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 (SWAP) 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 Rou Rock, Texas PBS of Texas,LLC BMB Y wlj� �WC, Y• Printed Name: (/ Printed ame: Yy RT .S ffi,1'1* Title: Title: f 9gS to sT 4 4 a Date Signed: Date Signed: Attest: By: Sara White, City Clerk vat�o_ For City, proved as to F rm: By: jV 1-A� A\ Stephan . Sheets, i ttorney 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.` ov INVITATION FOR BID (IFB) JANITORIAL SERVICES SOLICITATION NUMBER 18-028 JUNE 2018 City of Round Rock Janitorial Services IFB No.18-028 /� Class/Item:910-39 Exhibit „A" June 2018 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 II —Definitions, Standard Terms and Conditions Page 6 and Insurance Requirements 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: yhopkins()roundrocktexas.gov OR Oscar Wise, CTCM Purchasing Technician Purchasing Division E-mail: owise(cD-roundrocktexas.gov Revised 02/18 Page 2 of 24 City of Round Rock Janitorial Services IFB No. 18-028 /� Class/Item:910-39 Exhibit „A„ June 2018 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: https://www.roundrocktexas.gov/businesses/solicitations/. 5. SOLICITATION UPDATES: Bidders shall be responsible for monitoring the City's website at https://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 TOURIINSPECTION: 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 I 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) 901 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 /� Class/Item:910-39 Exhibit "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 list 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 IFB will be solely at the interested parties'expense. Not responding to this IFB does not preclude participation in any future RFP/RFQ/IFB. For your 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.goy/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:910-39 Exhibit "A" June 2018 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: o Employee Training Procedure— 15% Points o Equipment List—10% Points o 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: https://www.ethics.state.tx.us/whatsnew/elf info form1295.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: https://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.gov/departments/purchasing/ Revised 02/18 Page 6 of 24 City of Round Rock Janitorial Services FIB No. 18-028 /� Class/Item:910-39 Exhibit „A" June 2018 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 02/18 Page 7 of 24 City of Round Rock Janitorial Services IFB No.18-028 /� Class/Item:910-39 Exhibit "A" 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 IFB No.18-028 /� Class/Item:910-39 Exhibit "A" June 2018 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.roundrocktexa"ov/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/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 shall be: Pam Keltgen, Custodian Supervisor General Services Phone: 512-341-3353 E-mail: pkeltgen(oroundrocktexas.00v 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 /� 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 /� Class/Item:910-39 Exhibit „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 Contractorshall: 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 evening, r 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 —ening. Revised 02/18 Page 12 of 24 City of Round Rock Janitorial Services IFB No. 18-028 /� Class/Item:910-39 Exhibit „A„ June 2018 Location Das Times Frequency Comment Clay Madsen Rec Sunday-Saturday b/w 10:30 PM-5 AM 7 days/week Center McConico Building Monday-Friday b/w 6 PM-2 AM 5 days/week Streets/Waterline Monday-Friday b/w 6 PM—2 AM 5 days/week Maintenance BACA Monday-Friday b/w 9 PM-2 AM 7 days/week Intermodel Ticket Monday-Friday b/w 6 PM-2 AM 5 days/week Booth Vehicle Maintenance Monday-Friday b/w 8 PM-2 AM 5 days/week Rock Care Clinic --Monday-Friday b/w 6 PM-12 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 exterior Kinningham 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 b/w 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 Sunda s 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 a detail clean including a 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 to camp 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 02/18 Page 13 of 24 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: hftps://roundrock.munisselfservice.com/Vendors/defauIt.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. -02 fQr Janitorial Services The Bidder represents by their signature below that he/she is submitting tl-X-Q 11t9 jtd'[Athorized to bind the Bidder to fully comply with the solicitation documents contained in IFB No 18-028 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 pecial Instructions: All prices must be quoted in order 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 cost 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 'at A zj�eJeet per w% _wandui'L'3 til; Signaturia required:),Page 2 of this Bid I-==tet Cost-Up to 60%Points Item Facility Name and Address Estimated Unit of Cost per Cleaning Extended Total Cost No. Square Footage Cleanings per Year Measure 1 City Halt/221 East Main Street 79664 24,000 Sq FL 260 EA $102.00 $26,520.00 2 Business Center 1231 East Main Street,78664 18,500 Sq Ft 260 EA $7500 $19,500.00 3 Library/216 East Main Street 78664 42,000 Sq Ft 364 EA $165.00 $60,06000 4 Public Works ABB/2008 Enterprise Drive 78664 13,322 Sq Ft 260 EA $6000 $15,600 5 Clay Madsen Rec Center 11600 Gattis School Road 78664 38,000 Sq Ft 364 EA $17000 $61,88000 6 Mcconico Building/301 West Bagdad Ave 78664 26,382 Sq Ft 260 EA $ 11000 $ 28,60000 7 Streets/Watertine Maintenance/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 550 Sq Ft 260 EA $ 12.00 $ 3,12000 10 Vehicle Maintenance 1901 Luther Peterson Place 78664 1,400 Sq Ft 260 EA $ 34.00 $ 8,1540 00 11 Rock Care Clinic/901 Round Rock Ave,Ste 300-8 78681 1,500 Sq Ft 260 EA $ 3700 $ 9.62000 Multi-Purpose Complex/2011 N Kenney Fort Blvd 78665 12 INTERIOR Detail clean of interior office area only 9,208 Sq Ft 12 EA $ 40000 $ 4,80000 13 Muiti-Purpose Complex- 2011 N Kenney Fort Blvd 78665 EXTERIOR.Clean and power wash building exterior 4 EA $ 75000 $ 3,00000 14 Kinningham Park/1000 South Creek Drive 78664 1,500 Sq Ft 300 EA $ 1000 $ 3,00000 15 Rabb House 1 151 N A W Grimes Blvd 78664 4,000 Sq Ft 300 EA $ 175.00 $ 52,500.00 16 Brushy Creek East Wastewater Treatment Plant/3939 Palm Valley Blvd 9,000 Sq Ft 260 EA $ 38 00 $ 9,88000 17 Sports Center/2400 Chisholm Trail 78681 82,800 Sq Ft 104 EA $ 595 00 $ 61,880.00 ANNUAL TOTALt$ 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 ft The City may require carpet steam cleaning services on a as needed basis 19 Quote cost per square foot to provide carpet steam cleaning services $.18 Cost per sq ft The City may wish to procure additional janitonal services not specifically listed Quote%off of catalog for additional services 20 5%Discount 21 Emergency Services-Hourly Rate$25 00 per hour $17 00 Hourly Rate Regular Service(day porter fill in etc. Page 1 of 2 I Attachment A-Bid Sheet IFB No. XNJ-029 bIt IVa 17rvices 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: PBS of Texas SIGNATURE OF AUTHORIZED REPRESENTATIVE i PRINTED NAME: Kurt Smith PHONE NUMBER: (817)235-3008 EMAIL ADDRESS: ksmithpbsOyahoo com Page 2 of 2 City of Round Rock Janitorial Services IFBNo. 18 Class/Item: Exhibit "A" Class/Item::91 910-39 June 2018 ATTACHMENT B REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 18-028 BIDDER'S NAME: PBS of Texas DATE: June 25, 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 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 that will allow a site visit.The City of Round Rock reserves the right to conduct a site visit of all reference check locations. 1 Company's Name City of Georgetown Name of Contact Trish Long Title of Contact Facilities Manager E-Mail Address trish.long@georgetown.org Present Address 300-1 Industrial Ave City, State, Zip Code Georgetown, Texas 78226 Telephone Number ( 512 ) 931-7714 Fax Number: ( ) N/A 2. Company's Name City of Cedar Park Name of Contact Mark Shelnutt Title of Contact Facilities Maintenance Manager E-Mail Address mark.shelnutt@cedarparktexas.gov Present Address 450 Cypress Creek Road, BIdg.1 City, State, Zip Code Cedar Park, Texas 78613 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 Page 15 of-24 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 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 02/18 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 151,41h, 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 Page 18 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 1 ALL chemicals must have MSDS 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. Water 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 tile 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 IFB No.18-028 /� Class/Item:910-39 Exhibit „A„ 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(9) months in a closed shipping container at room temperature. • The non-volatile content shall not be less than 6.5%at 105 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-431 a. 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 IFB No.18-028 /� Class/Item:910-39 Exhibit "A„ June 2018 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(60:1). 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 lightsoil. • 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 /q� Class/Item: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 IFBClass/Item: No. 18:91 Exhibit "/\" Class/Item:910-39 Exhibit /"� June 2018 ATTACHMENT F BIDDER QUESTIONNAIRE 40% Points 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. On a separate sheet of paper, describe in detail employee training procedures. (15% Points) See response following this attachment. 2. EQUIPMENT LIST: Attach a separate sheet of paper that describes the type and quantity of vehicles and equipment that will be used to support this contract. (10% Points) See response following this attachment. 3. Number of full-time employees that are eligible to provide janitorial services to City of Round Rock 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 commercial 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. (15% 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 of Round Rock requirements. • Individual Work Experience- Include the resume of the owner and lead personnel as well as supporting documentation as applicable; such as certifications, licenses and years of experience. See response following this attachment. Revised 02 18 Pate 24 of 2a TABLE OF c6W &TS EXECUTIVE SUMMARY 1 COMPANY HISTORY AND CAPABILITIES 2 REQUIRED DOCUMENTS 3 PRICING 4 ORIGINAL IFB DOCUMENTS 5 3456 Alemeda, Suite 451 PBS Fort Worth,Texas 76126 Exhibit "A" 817-560-1511 EXECUTIVE SUMMARY PBS of Texas is a privately-owned Texas LLC. 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 Govern ment/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 team 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 Chronotech 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" 0-11411 P B S OF TEXAS 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. 411 + . � , 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 along-term partnership with our clients. And we realize PBS has grown and built its reputation through 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 supervision to meet our goals in a labor- communication with our clients provides intensive operation. In addition, we also must superior levels of performance and provide our clients with highly trained, responsiveness. Our entire staff is proud of what professional staffing at a competitive rate. Our PBS does, and that pride will be evident to you, employees are supported by a strong support your occupants, and your visitors. 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. TECHlflft it AMBILITIES PBS is a uniquely qualified, full service janitorial firm providing the highest quality commercial cleaning services available. We i 1 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, including; multi-tenant and single tenant buildings, laboratories, medical facilities, l '- schools, municipalities and many more types. Specialty and emergency services teams are readily available. Our day shift employees are fully uniformed, wear photo ID's and can be equipped with pagers, two-way radios or cellular telephones. 1''�.�ww• Because FBS provides a wide array of additional services in addition to our standard commercial cleaning program, our clients have the option of single sourcing many building related services g t y through PBS and its network of qualified service partners: • 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 • (OPBS OF TEXAS 11 UALITY �&W(�GROGRAM 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. I ..,.,. , 89 124 23 2 A.0 zg O t � � Jnr.4vaago L7ore Arergt � Il' @PBS 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 i�_ with extensive backgrounds in environmental service management. Since our medical nowservices employees are specialists in health care cleaning, our clients are assured that PBS is r in full compliance at all times with the Federal Occupational Health and Safety Administration Urrn (OSHA) Final Rule regarding Occupational �f - 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 'a clients of the highest environmental service mac. standards, which consistently meet or exceed t the specifications of the local Boards of Health 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 QA program ensures that the highest _ quality services and standards are consistently provided to our medical clients and their patients. ePBS QF TEXAS Educational Facilities Exhibit "A" - -. -� _ PBS can work alongside your in-house staff, 4�. cleaning and maintaining your school facihties...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 pian as individual as your facilities. y PBS's solutions will enable you to predict and control your housekeeping costs, and we will f service your property with meticulous attention. PBS understands that educational facilities require far more detailed planning than a typical office building. With educational �:"►� :_-IL.. facilities, traffic patterns and cleaning needs a �+' vary widely based on population, on-site . 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 PBS to provide a cost-efficient periods, such as evenings and overnight. Our alternative to what can lead to 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, i brass/metal finishes) as well as the necessity for f alertness and proactive communication with school administration. ' t7�e' i# �f Y (§)PBS OF TEXAS t " " Munici b di di And Services _ c ;0119 14 Al 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. 4 ` r r .. T ' i or , y (DPBS OF TEXAS TRANSITION JLNDxn T f gT1,UP PLANNING Transition Meeting 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 Aftk AWN conduct detailed surveys in each building. This step is highly beneficial in gathering Prior to the commencement of PBS's 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 and services, and to define roles and A significant element of the Transition Plan is the 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, PBS 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. PBS City of Round Rock SAMPLE Transition and Transformation Time f' Auugust 1 2D18 September 14,2018 for September 1,2018 Start Date OF TEXAS August 2026 —T September 2026 _ iSTART FINISH DURATION _ TASK 1 DATE DATE IOaril 1 Z 3 4 S 6 7 2 a is 11 12 33 16 is 16 17 la 19 Z7 S1 22 Z3 Z6 u Z6 Z7 2a 29!O 31 1 2 3 4 S 6 7 a i 11,11]Z 13 it is 11 (Contract Awarded - + _ _ I - - _ - - T +rT��~ 1 y �1 F 1 y = 1 I Meeting with Fac�liry Management to!mplrment Transit+on e12 B/2 t - 2'Obtain and Verify Cleanable Square Footage Report 212 812 14� - + _ { _ - _ _ - _ - 3 INew Client Start Up Paperwork and Preparation B(3 4/31 } - - - - - - ' . ' - _ ` - - - ' - - - - •- - - - - - 4,Request insurance Certificates and W 9 t 214+ 2/4 + 3 I i _ 5�-Installation of Management and Supervisory Teams s;6 1/13 B - T `— 7 ` - -_ - - _ _ - - _ - - - ` _ ` _ - - - - - - + - 6 Conduct Site Tours oho I s,119 io - t - - ` - - - - - ` - - - - • - _ _ _ 7(identify Entry Protocal Including Initial Key/Access Inventory j e/11_ 8112 2 • ' r 18117r L - T - t B Review Security Plan }2/16 2 _ _ - _ _ _ - _ _ - ' - . _ . _ . - _ 9 Assessment and Recruitment of Clearing Teams Current and New }11/36. 2,'23 2 - 1011nterview Day Staff and Confirm Wages B/16 8i 1? L 2 11:tPlace Inlial Equipment and Supply Order . _ _ . _ . . - - _ 12 rRevlew Specifications,Scope of Work and Specialty Needs Via+ 2/20 3 - 13'1nitiate Background Checks 5125 6;26 9 14Develop lob Tasking Schedules for Day and Night Staff 18/19 _. ti20 1 15.Prepare and Verify-ID Badges - - _ - - _ _ - - - - - - + - 16 Determine Uniform Requirements for Day and Night Staff B/23_ B 26 4 • —- ' 17._Establish and Notify Team of Management Welk Down Schedule ttt 8123 11/23 I 18 Coordinate Incoming Transition and Outgoing Exit Strategy 2123 9,26 a 19 Enter Project Information into PBS Quality Control Program +s/ z3 2131 9 20 Train Client Staff on PBS Quality Control `2126 i e'27 2 - . . . - . . • - - - ` - - 21 Final Key/Access Inventory 8/26 8/27 2 a ` 22 Provide Emergency Contract List 2/27` 5/27 1 - - - - - - _ - - _ _ _ - - _ _ _ _ _ +_ _ - _ _ - _ _ - + - - - - - - - . 3 Begin Safety Training (2i27 8/211 2 1!4 Receive and Deploy Equipment and Supplies 8126 8!27 2 f 25 Install MSDS/SDS Stations 2/2e t e/z11 1 26 Orientation and Training of Cleaning Teams a/2s 2/29 2 27 Begin Regular Cleaning4 1 o y _ . . • _ - . _ _ 2E Begin Detail Cleaning Projects 9'1 _ 9/11 29 PaS Management Start up Team Walk Downs 911 _ 9!7 - 30 Day Staff Start Date and Schedule 9'I 9/I 1 31 Daily PBS Quality Control inspections 911 on2aln2 44 3 32 implement Periodica Plan and Schedule r 9/1 9/8 SUPPLIES "A" S .AND EQUIPMENT Equipment PBS pledges to do our part to utilize All equipment assigned to your building will be environmentally safe products, equipment, and in new or like-new condition. PBS's entire procedures. We commit to implement cleaning inventory of mechanized equipment is rotated to solutions that respect and preserve our natural resources. undergo 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 environments, meeting or exceeding all local, order to maintain a full inventory of equipment 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 .t your building occupants. First-Aid kits are standard equipment in every building we _ i, �, 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 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 %vice _ additional specialty products at the request of W<>OrC ty Facility Management, and all materials to be Sade 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 PROD �6RQXIPMENT 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 18" Floor Fan Extension Cord 50' Extension Cord 100' Water Hose 100' � a i OA I � z (PPBS OF TEXAS HUMAN ADOWWOVERVIEW CoKporate Philosophy/Capabilities Recruitment and Hiring Policies & PBS 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 4, , employment reference checks. In addition, all applicants are screened and background checks performed, in accordance with our clients' specifications. Drug and alcohol testing is also available, if required. 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 v , technicians. We are able to promptly provide 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, seven days a week to assist in cleaning emergencies related to fire, flood and other disasters. (DPBS OF TEXAS Exhibit "A" STAFFING AND MANAGEMENT PBS provides cleaning services to commercial facilities in accordance with Management's requirements for their tenants. Our staff of p trained technicians is available around the clock —daytime, evening and nighttime hours. We 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. L 4 Employment (§)PBS Or 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 PBS employee uses proper ` A' 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 r` 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 .4 courses are signed by all participants, filed in our Human Resources office and available for t review by our clients. A (OPBS 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. O-S TOT/U. REWARDS *PBS OF 3C17XAS CC)I''+RPF&AUS 'ICATIONS 41FMg REENCUARF. Indoor Air Quality Certified w OF INSPECTION CLEANING AND RE8'0 R,4T ICON MIM.` BBB HAMM IEEE PBS OF TEXAS I�AUN11 S r _ Alcon Laboratories A. 6201 South Freeway - ,!. 't'` =-j;;r.�: fi'. , Fort Worth, Texas 76134 }, "'��' � • '� • 3,500,000+ sq. ft. rf _=. ` s► �� _ � �•� ,�,�» Dick Lee-Facilities Manager �;•j' 817-517-9104 ti_ Yt t - ' •. Dick.Lee@am.jll.com '�• �- •i r •� -' - City of Lubbock 1625 13th Street Lubbock, Texas 79457 53 Buildings-980,000 sq. ft. ='� t Sid Beach-Facilities Manager _ 806-775-2276 sbeach@nail.ci.lubbock.tx.us rE City of Georgetown 300-1 Industrial Ave Georgetown, Texas 78226 j s GEORGETOWN TEXAS 18 Buildings-583,000 sq. ft. Trish Long Facilities Manager �. 512-931-7714 �`� trish.long@georgetown.org h Exhibit "A" City of Round Rock 221 E. Main St. Round Rock, Texas 78664 14 Buildings-330,181 sq. ft. Pete Dominguez-Facilities Manager 512-341-3144 pdominguez@roundrocktexas.gov City of Cedar Park 450 Cypress Creek Rd, Bldg. 1 Cedar Park, Texas 78613v 13 Buildings-235,630 sq. ft. Mark Shelnutt-Facilities Manager 512-608-3484 0.� •' i �„� �, Mark.Shelnutt@cedarparktexas.gov701 kI-I w77 . MEOW NN OR +� n ,t Texas Workforce Commission 101 E. 151h Street .. ,. j Austin, Texas 78778 6 Buildings-310,382 sq. ft. Contact: Leroy Wittenburg -Facility Mgr. 512-463-2997 office 512-952-1680 cell Leroy.wittenburg@twc.state.tx.us n Tttf L ;t%iRsij% ,' TiXAN S)N]I%i WNW THE The University of Texas _ System Administration Building 210 W. 7th Street Austin, Texas 78701 365,000 sq ft ' David Kruse-Sr. Facilities Manager - 512-499-4736 - dkruse@utsystem.edu uplift 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 12th grade on 17 campuses across the D/FW metroplex. Our schools have received national recognition and 100% 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 Rock Hills-Dallas Contact: Gibran Torres-Facility Director 8915 S. Hampton Road Dallas, Texas 75232 817-233-5818 gitorres@uplifteducation.org Exhibit "A" I N"rrRNAT10NA1 l rADrRS1 I I P Or 1 rXAS I EAr)r ev�ik)�AL .. CIt�F1IP(� . TT'XAti iItexas.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 1601 Summit Avenue, Suite 110 Plano, Texas 75074 214-647-1478 fcrabill@iltexas.org rC,uso A Post to Remember;A luture to Mold Aledo 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 ACADEMYr " Elementary&Middle Schools - x,?a TRUTH 1545 S. Ewing Avenue Dallas, Texas 75216 Contact: Gus Feliciano {� 972-323-4215 gfeliciano@kippdfw.org KIPP DESTINY M � MIDD LE SCHOOL Elementary&Middle Schools ; .._ 3663 W. Camp Wisdom Rd. =_ -1.__1_■ Dallas, 7% 75237 Contact: Elmore Shoto � IT 214-707-5974 Eshoto@kippdfw.org 1 BROCK ISD Brock ISD is a 3A school district with approximately 1350 students in grades Pre-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 sdrillette(c)brockisd net ■ IL WINFREP ACAMMY �.. -t CHARTER SC tJ0()I.S WIN f RLE ACS DLMY C.HARI ER 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 Vaiwood Parkway, Suite 160 Carrollton, Texas 75006 972-869-3250 d'elkin wacsd.com RIO 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: Tim Wright-Superintendent 100 Capps Street Rio Vista, Texas 76093 662-402-8930 twright(a-rvisd.net Exhibit "A" D 16 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(a-)umeprep orq a CHRISTIAN SCHOOL • I , . owtll 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 Queen Street Aledo, Texas 76008 817-929-3893 kross@aledochristianschool.com Exhibit "A" OMEN Texas State "' 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 a keshore 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 FIND 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 microfiber 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. o 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 working environment. war 1 rR Exhibit "A" 2 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-BackFack Vacuums 10-Upright Vacuums 6-Minute Man Tile Cleaners 2-Large Auto Scrubbers 3-Mavac Restroom Cleaning Machines I -Clorox 360 Disinfectant Machine 3-Low Speed Floor Buffers w/tank 2-High Speed Floor Burnishers 1 -Carpet Extractor 6-Floor Fans 4-Wet Vacs 36-Wet Floors Signs 10 AWi sa 1 A 3 v a.1 4 { it 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. Kurt 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. Marty Mabry,,-. Executive Vice 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. Kody Smith- Regional Manager for Round Rock 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- Project Supervisor for Round Rock 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- Project 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- Project 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. 5. EXPERIENCE ExW bLI "A" Company Work Experience erience 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 FBS 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! C isL Texas Workforce Commission 101 E. 15th Street Austin, Texas 78778 6 Buildings-310,382 sq. ft. Contact: Leroy Wittenburg -Facility Mgr. 512-463-2997 office 512-952-1680 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. A9,�k Tiff ('\t% ER%IIN Tl- \A% SNS11- M THE LNIVERSTY The University of Texas System Administration Building s 210 W. 7th Street ` Austin, Texas 78701 3 10. 65,000 sq. ft. David Kruse-Sr. Facilities Manager 512-499-4736 301 Hesters Crossing,Suite 202 POS . Round Rock,Texa • 512-761-4542 Exhibit "A" COMPANY OFFTCES IN ROUND ROCK, TEXAS (3 MLLES FROM DOWNTOWNROUND ROCK) tlw VM pm �I v• I ' ` � _ ,..�: 's A u.�4+1i+RIi4 wi Jrif.e•�"r`—Y�.... f i''. yy��� +� K ? i J� r^}• Y � „� � � MZ•�t•!1r v r..! .•ly w A i �' F It y. r •.. "rr*.r I1 y r 3456 Alemeda,Suite 451 Fort Worth,Texas 76126 PBS} Exhibit "A" 817-560-1511 - - COMTANY VEHICLES UTMED FOR CITY OF ROUND ROCiK housed at our 301 Hesters Crossing Round Rock, TX) 2014 Ford F250 iff 2016 Ram Promaster Cargo Van �1 JOBVii! J 2012 Ford F150 ti � 1 Y W: it "A" ROUND ROCK jruwa.+.e,on+sa. CITY OF ROUND ROCK INVITATION FOR BID (IFB) -JANITORIAL SERVICES IFB No. 18-028 Addendum No. 1 Date of Addendum: 6/19/2018 Addendum No. 1, dated Tuesday, 6/19/2018 is being issued to respond to all questions submitted by the deadline of Friday, 6/15/2018 @ S:OOPM for IFB No. 18-028 — Janitorial Services. as outlined below: Section A: Questions and Answers 1. Question: Who is the current vendor and how long have they had the Contract? Answer: The current vendor is PBS of Texas. The current contract is a 5 year term. 2. Question: What is the current contract price and the number of staff and hours they are scheduled to work each day? Answer: The current vendor's contract pricing, number of staff, and man-hours is posted to the Janitorial Services solicitation page as Attachment G — Current Vendor Bid Form. 3. Question: Can we see the pre-bid sign in sheet? Answer: The sign-in sheet for the mandatory pre-bid meeting is posted to the City's Janitorial Services solicitation page as Attachment H — Mandatory Pre-Bid Sign-In Sheet. 4. Question: What is the square footage of Vinyl Composite Tile (VCT)for carpet and tile? Answer: The square footage of VCT is posted to the Janitorial Services solicitation page as Attachment I—Facility Flooring— Square Footage. 5. 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. 6. Question: How often will Carpet c can ng need to be done for spot cleaning and for full carpet cleaning? Answer: Spot cleaning shall be done as part of the regular cleaning service. Full carpet cleaning will be ordered as needed. 7. Question: Will there be storage space for our equ pment in the C ty s various buildings? Answer: Yes, there are storage rooms designated for janitorial supplies in the City's buildings. 8. Question: Where shou d we enter rates for Emergency cleaning? Answer: The City has added Emergency Service Hourly Rate on line# 21 of the Bid Sheet. 9. Question: Will the ceramic tyle require scrubbing? Answer: Please see Attachment D - Cleaning Specifications, #3 — Monthly, page 18 of 24. 10. Question: What types of references are you looking for? Will a school count as a good reference? Answer: References should be for current Municipal, Government agencies, or firms of comparable size. 1'auc 1 ol"3 E � it "All l� R "7 ROUND ROCK ►:�aiu=wc Ozr�oM CITY OF ROUND ROCK INVITATION FOR BID (IFB) -JANITORIAL SERVICES IFB No. 18-028 Addendum No. 1 Date of Addendum: 6/19/2018 11. Question: Is it okay f the references are located in Dallas? Answer: Yes. 12. Question: Do you have square footages of the facilities to be cleaned? Answer: The square footage for each facility is located on the line item detail of the Attachment A—Bid Sheet. 13. Question: Commercial bus,ness location. can this be a 'Regus" 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-mile radius of downtown Round Rock from which work crews are dispatched.A residential office is 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 Sheet, which can be viewed in an Excel format on the City of Round Rock website at: https-//wtivw.roundrocktexas.gov/businesses/soliCit2tions/ 2. The City hereby amends the Attachment A — Bid Sheet to add line # 17 for the Sports Center. Location Days V Times Frequency _ Comment Sports Center 2 days per week- Every Starting after 2 days per Thursday night and 10.00PM week 1 Sunday night 3. The City hereby amends the Attachment A — Bid Sheet, for the Multi-Purpose Complex Exterior Clean and Power Wash. Estimated cleanings per year changed from two (2) to up to four(4) times a year, to be ordered as needed. Location Des Times -- _,Frequency Comment Multi-Purpose When To be determined Up to 4 times a year I to Complex ordered when ordered be ordered as needed Pau,e 2 0l'3 *it "A" ROUND ROCK CITY OF ROUND ROCK INVITATION FOR BID (IFB) -JANITORIAL SERVICES IFB No. 18-028 Addendum No. 1 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 Hour]-, Rate $ Hourly Rate for Emergenc_i Services Section D: Additional Attachments 1, The City hereby amends this Invitation for Bid to include three (3) additional attachments which can be viewed on the City of Round Rock website at: https:/lvvwvv.roundrocktexas.gov/businesses/solicitations/ Attachment G —Current Vendor Bid Form Attachment H — Mandatory Pre-Bid Sign-in Sheet Attachment I — Facility Flooring Sq. Ft. , ,j Approved aY- �� � Date: Yvonne Hopkins, PAhaser By the signatures affixed below this addendum is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED Pas or t Authorized Signa e V)A"'k d III 4/Z-1 Wi-,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. Pa_c 3 o1'3 Er-AibiCA11 f ROUND ROCK 1 EXALD PUMV,w..iu 011'npo CITY OF ROUND ROCK INVITATION FOR BID (IFB) -JANITORIAL SERVICES IFB No. 18-028 Addendum No. 2 Date of Addendum: 6/20/2018 Addendum No. 1, dated Wednesday, 6/20/2018 is being issued to respond to all questions submitted by the deadline of Friday, 6/15/2018 @ 5-OOPM for IFB No. 18-028 — Janitorial Services, as outlined below: Questions and Answers 1. Question: On the prior RFP for Custodial Services that is currently in effect there was a mandated scope of service based off the LSSA Cleaning Standards which included a base nightly cleaning production rate of 2500 square foot per hour. Supervision, restrooms 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 Rock is mandating the ISSA cleaning standards (2500 sq ft per hour) for this proposal? Is there any minimum requirements on labor production rates? Answer: No, there is no minimum 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 as needed. 3. Question: Periodicals such as high dusting, floor care and other detail cleaning will be scheduled as per the current scope. Will these be tracked by a City of Round Rock "Work Order System" or as it the responsibility 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: Yvonna Hopk ns, Purchaser PaJc 1 ot'2 J? •t "A" ROUND�ROCCK TEXA5 ta. CITY OF ROUND ROCK INVITATION FOR BID (IFB)-JANITORIAL SERVICES IFB No. 18-028 Addendum No. 2 Date of Addendum: 6/20/2018 By the signatures affixed below this addendum is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED: Vendor �. Authorized Signatur bAlj<S k� j1i4 1/j<-:-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. Page 2 of 2 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. PBS of Texas 2018-385629 Fort Worth, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 07/27/2018 being filed. City of Round Rock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. Janitorial Services 18-028 Janitorial Services 4 Nature of interest Name of Interested Parry City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION My name is V R SNS I , A- and my date of birth is J r 4-7 My address is 3LIS b A 1e L.t A, (44<� 94-�\ -r-y- ?,6 U S (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in �V I I I I AIM SOA � � TON County, State of � ��r� ,on the 27 day of O l 1N ,20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711 '4��& CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 8/3/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT TrueNorth Companies, L.C. NAME: 500 1st St SE PHONE Ext): 319-366-2723 FAX No):319-862-0612 Cedar Ra Ids IA 52401 E-MAIL p ADDRESS: certs@truenorthcompanies.com INSURERS AFFORDING COVERAGE NAIC# INSURED PBSOFTX-01 INSURER A:Employers Mutual Casualty Company 21415 Predictable Business Strategies LLC INSURER B: 3456 Alemeda#448 INSURER C: Fort Worth TX 76126 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:912464474 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS A 4COMMERCIAL GENERAL LIABILITY Y 5D72533 8/20/2017 8/20/2018 EACH OCCURRENCE $1,000,000 CLAIMS-MADE I A I OCCUR DAMAGE TO PREMISES(Ea occurrence) $500,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 XPOLICY PRO- JECT F LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY 5E72533 8/20/2017 8/20/2018 COMBINED SINGLE LIMIT $1,000,000 X ANY AUTO Ea accident OWNED SCHEDULED BODILY INJURY(Per person) $ AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ A X UMBRELLA LIAB X OCCUR 5,172533 8/20/2017 8/20/2018 EACH OCCURRENCE $2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $2,000,000 DED X RETENTION$() $ A WORKERS COMPENSATION 51-172533 8/20/2017 8/20/2018 X 77 STATU AND EMPLOYERS'LIABILITY Y/N TE EERH ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? Y N/A E.L.EACH ACCIDENT $1,000,000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 A Crime 5F72533 8/20/2017 8/20/2018 Customer Property $100,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project:City of Round Rock-Janitorial Services Certificate Holder and its officers,employees,and elected officials are an additional insured with regards to liability when required by written contract. Amended cancellation(30 days except 10 days for non-payment)if required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. 221 East Main Round Rock TX 78664-5299 AUTHORIZED REPRESENTATIVE ffOA M ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTO ELITE EXTENSION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The BUSINESS AUTO COVERAGE FORM is amended to include the following clarifications and extensions of coverage. With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. TEMPORARY SUBSTITUTE AUTO PHYSICAL 2. Changes In General Conditions DAMAGE Paragraph 5.b. of the Other Insurance Section I — Covered Autos Paragraph C. Certain Condition in the Business Auto Coverage Form Trailers, Mobile Equipment, and Temporary is replaced by the following: Substitute Autos is amended by adding the For Hired Auto Physical Damage Coverage, the following: following are deemed to be covered "autos" If Physical Damage Coverage is provided by this you own: coverage form for an "auto" you own, the Physical a. An covered "auto" Damage Coverages provided for that owned y you lease, hire, rent or "auto" are extended to any "auto" you do not own borrow; and while used with the permission of its owner as a b. Any covered "auto" hired or rented by your temporary substitute for the covered "auto" you "employee" under a contract in an own that is out of service because of breakdown, "employee's" name, with your permission, repair, servicing, "loss"or destruction. while performing duties related to the The coverage provided is the same as the conduct of your business. coverage provided for the vehicle being replaced. However, any "auto" that is leased, hired, rented or B. BLANKET ADDITIONAL INSURED borrowed with a driver is not a covered "auto". NEWLY FORMED OR ACQUIRED Section II — Covered Autos Liability Coverage, E. ORGANIZATIONS A.1. Who Is An Insured is amended by adding the following: Section II — Covered Autos Liability Coverage, A.I. Who Is An Insured is amended by adding the Any person or organization who is a party to a following: written agreement or contract with you in which you agree to provide the type of insurance afforded Any organization which you acquire or form after under this Business Auto Coverage Form. the effective date of this policy in which you This provision applies to claims for"bodily injury" or maintain ownership or majority interest. However: "property damage" which occur after the execution (1) Coverage under this provision is afforded only of any written agreement or contract. up to 180 days after you acquire or form the C. EMPLOYEES AS INSUREDS organization, or to the end of the policy period, whichever is earlier. The following is added to the Section II —Covered (2) Any organization you acquire or form will not be Autos Liability Coverage, Paragraph A.1. Who Is considered an"insured" if: An Insured Provision: Any"employee" of yours is an "insured"while using (a) The organization is a partnership or a joint a covered "auto" you don't own, hire or borrow in venture; or your business or your personal affairs. (b) That organization is covered under other D. EMPLOYEE HIRED AUTOS similar insurance. 1. Changes In Covered Autos Liability Coverage (3) Coverage under this provision does not apply to any claim for "bodily injury" or "property The following is added to the Who Is An damage" resulting from an "accident" that Insured Provision: occurred before you formed or acquired the An "employee" of yours is an "insured" while organization. operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. CA7450(11-15) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 1 of 4 F. SUBSIDIARIES AS INSUREDS K. TRANSPORTATION EXPENSES Section II — Covered Autos Liability Coverage, Section III — Physical Damage Coverage, A.4. A.1. Who Is An Insured is amended by adding the Coverage Extensions Subparagraph a. following: Transportation Expenses is replaced by the Any legally incorporated subsidiary in which you following: own more than 50% of the voting stock on the (1) We will pay up to $75 per day to a maximum of effective date of this policy. However, "insured" $2,500 for temporary transportation expense does not include any subsidiary that is an "insured" incurred by you because of the total theft of a under any other automobile liability policy or was an covered "auto" of the private passenger type. "insured" under such a policy but for termination of We will pay only for those covered "autos" for that policy or the exhaustion of the policy's limits of which you carry either Comprehensive or liability. Specified Cause Of Loss Coverage. We will G. SUPPLEMENTARY PAYMENTS pay for temporary transportation expenses Section II — Covered Autos Liability Coverage, incurred during the period beginning 48 hoursafter the theft and ending, regardless of the A.2.a. Coverage Extensions, Supplementary policy's expirations, when the covered "auto" is Payments (2) and (4) are replaced by the following: returned to use or we pay for its"loss". (2) Up to $5,000 for cost of bail bonds (including (2) If the temporary transportation expenses you incur arise from your rental of an auto of the bonds for related traffic law violations) required private passenger type, the most we will pay is because of an "accident" we cover. We do not the amount it costs to rent an "auto" of the have to furnish these bonds. private passenger type which is of the same (4) All reasonable expenses incurred by the like kind and quality as the stolen covered "insured" at our request, including actual loss of "auto". earnings up to $500 a day because of time off L. AUDIO, VISUAL, AND DATA ELECTRONIC from work. EQUIPMENT COVERAGE ADDED LIMITS H. FELLOW EMPLOYEE COVERAGE Audio, Visual, And Data Electronic Equipment In those jurisdictions where, by law, fellow Coverage Added Limits of$5,000 Per"Loss" are in employees are not entitled to the protection addition to the sublimit in Paragraph C.1.b. of the afforded to the employer by workers compensation Limits Of Insurance provision under Section III — exclusivity rule, or similar protection. The following Physical Damage Coverage. provision is added: M. HIRED AUTO PHYSICAL DAMAGE Subparagraph 5. of Paragraph B. Exclusions in Section III — Physical Damage Coverage, A.4. Section II Covered Autos Liability Coverage Coverage Extensions is amended by adding the does not apply if the "bodily injury" results from the following: use of a covered"auto" you own or hire. If hired "autos" are covered "autos" for Liability I. TOWING Coverage, and if Comprehensive, Specified Section III — Physical Damage Coverage, A.2. Causes of Loss, or Collision coverage is provided Towing is replaced with the following: for any "auto" you own, then the Physical Damage We will pay for towing and labor costs incurred, coverages provided are extended to "autos" you subject to the following: hire, subject to the following limit and deductible: (1) The most we will pay for loss to any hired a. Up to $100 each time a covered "auto" of the "auto" is the lesser of Actual Cash Value or private passenger type is disabled; or Cost of Repair, minus the deductible. b. Up to $500 each time a covered "auto" other (2) The deductible will be equal to the largest than the private passenger type is disabled. deductible applicable to any owned "auto" for However, the labor must be performed at the place that coverage. No deductible applies to "loss" of disablement. caused by fire or lightning. J LOCKSMITH SERVICES (3) Subject to the above limit and deductible Section III — Physical Damage Coverage, A.4. provisions, we will provide coverage equal to Coverage Extensions is amended by adding the the broadest coverage applicable to any following: covered "auto"you own. We will pay up to $250 per occurrence for We will pay up to $1,000, in addition to the limit necessary locksmith services for keys locked inside above, for loss of use of a hired auto to a a covered private passenger "auto". The leasing or rental concern for a monetary loss deductible is waived for these services. sustained, provided it results from an "accident" for which you are legally liable. CA7450(11-15) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 2 of 4 N. AUTO LOAN OR LEASE COVERAGE Q. EXTRA EXPENSE FOR STOLEN AUTO Section III — Physical Damage Coverage Section III — Physical Damage Coverage, A.4. Paragraph A.4. Coverage Extensions is amended Coverage Extensions is amended by adding the by the addition of the following: following: In the event of a total "loss" to a covered "auto" We will pay up to $1,000 for the expense incurred which is covered under this policy for returning a stolen covered "auto" to you because of Comprehensive, Specified Cause of Loss, or the total theft of such covered "auto". Coverage Collision coverage, we will pay any unpaid amount applies only to those covered "autos" for which you due, including up to a maximum of $500 for early carry Comprehensive or Specified Causes Of Loss termination fees or penalties, on the lease or loan Coverage. for a covered "auto", less: R. RENTAL REIMBURSEMENT 1. The amount paid under the Physical Damage Section III — Physical Damage Coverage, A.4. Coverage Section of the policy; and Coverage Extensions is amended by adding the 2. Any: following: a. Overdue lease/loan payments at the time 1. This coverage applies only to a covered "auto"for of the"loss"; which Physical Damage Coverage is provided on this policy. b. Financial penalties imposed under a lease 2. We will pay for rental reimbursement expenses for excessive use, abnormal wear and tear incurred by you for the rental of an "auto" or high mileage; because of "loss" to a covered "auto". Payment c. Security deposits not returned by the applies in addition to the otherwise applicable lessor; amount of each coverage you have on a covered d. Costs for extended warranties, Credit Life "auto". No deductibles apply to this coverage. Insurance, Health, Accident or Disability 3. We will pay only for those expenses incurred Insurance purchased with the loan or lease; during the policy period beginning 24 hours and after the "loss" and ending, regardless of the e. Carry-over balances from previous loans or policy's expiration, with the lesser of the leases. following number of days. Coverage does not apply to any unpaid amount a. The number of days reasonably required to due on a loan for which the covered "auto" is not repair or replace the covered "auto". If the sole collateral. "loss" is caused by theft, this number of days is added to the number of days it O. PERSONAL PROPERTY OF OTHERS takes to locate the covered "auto" and Section III — Physical Damage Coverage, A.4. return it to you; or Coverage Extensions is amended by adding the b. 30 days. following: We will pay up to $500 for loss to personal property 4. Our payment is limited to the lesser of the of others in or on your covered"auto." following amounts: This coverage applies only in the event of "loss" to a. Necessary and actual expenses incurred; or your covered "auto" caused by fire, lightning, explosion, theft, mischief or vandalism, the covered b. $75 per day, subject to a$2,250 limit. "auto's" collision with another object, or the covered 5. This coverage does not apply while there are "auto's" overturn. spare or reserve "autos" available to you for No deductibles apply to this coverage. your operations. P. PERSONAL EFFECTS COVERAGE 6. If"loss" results from the total theft of a covered Section III — Physical Damage Coverage, A.4. "auto" of the private passenger type, we will Coverage Extensions is amended by adding the pay under this coverage only that amount of following: your rental reimbursement expenses which is We will pay up to $500 for "loss" to your personal not already provided for under the Physical Damage — Transportation Expense Coverage effects not otherwise covered in the policy or, if you Extension included in this endorsement. are an individual, the personal effects of a family member, that is in the covered auto at the time of the 7. Coverage provided by this extension is excess "loss". over any other collectible insurance and/or For the purposes of this extension personal effects endorsement to this policy. means tangible property that is worn or carried by an insured including portable audio, visual, or electronic devices. Personal effects does not include tools, jewelry, guns, money and securities, or musical instruments CA7450(11-15) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 3 of 4 S. AIRBAG COVERAGE W. DUTIES IN THE EVENT OF ACCIDENT, CLAIM, Section III — Physical Damage Coverage, B.3.a. SUIT,OR LOSS Exclusions is amended by adding the following: Section IV — Business Auto Conditions, A.2. If you have purchased Comprehensive or Collision Duties In The Event Of Accident, Claim, Suit Or Coverage under this policy, the exclusion relating to Loss is amended by adding the following: mechanical breakdown does not apply to the Your obligation to notify us promptly of an "accident", accidental discharge of an airbag. claim, "suit" or "loss" is satisfied if you send us the T. NEW VEHICLE REPLACEMENT COST required notice as soon as practicable after your Insurance Administrator or anyone else designated by The following is added to Paragraph C. Limit Of you to be responsible for insurance matters is notified, Insurance of Section III — Physical Damage or in any manner made aware, of an"accident", claim, Coverage "suit"or"loss". In the event of a total"loss"to your new covered auto X. WAIVER OF TRANSFER OF RIGHTS OF of the private passenger type or vehicle having a RECOVERY gross vehicle weight of 20,000 pounds or less, to Subparagraph 5. of Paragraph A. Loss Conditions which this coverage applies, we will pay at your of Section IV Business Auto Conditions is deleted option: in its entirety and replaced with the following. a. The verifiable new vehicle purchase price you Transfer Of Rights Of Recovery Against Others paid for your damaged vehicle, not including any To Us insurance or warranties. If any person or organization to or for whom we b. The purchase price, as negotiated by us, of a make payment under this Coverage Form has new vehicle of the same make, model, and rights to recover damages from another, those equipment, or most similar model available, not rights are transferred to us. That person or including any furnishings, parts, or equipment not organization must do everything necessary to installed by the manufacturer or their dealership. secure our rights and must do nothing after c. The market value of your damaged vehicle, not "accident"or"loss"to impair them. including any furnishings, parts, or equipment not However, we waive any right of recovery we may installed by the manufacturer or their dealership. have against any person, or organization with We will not pay for initiation or set up costs associated whom you have a written contract, agreement or with a loans or leases. permit executed prior to the"loss"that requires a For the purposes of this coverage extension a new waiver of recovery for payments made for covered auto is defined as an "auto"of which you are damages arising out of your operations done the original owner that has not been previously titled under contract with such person or organization. which you purchased less than 180 days prior to the Y. UNINTENTIONAL FAILURE TO DISCLOSE date of loss. EXPOSURES U. LOSS TO TWO OR MORE COVERED AUTOS Section IV — Business Auto Conditions, B.2. FROM ONE ACCIDENT Concealment, Misrepresentation, Or Fraud is Section III — Physical Damage Coverage, D. amended by adding the following: Deductible is amended by adding the following: If you unintentionally fail to disclose any exposures If a Comprehensive, Specified Causes of Loss or existing at the inception date of this policy, we will not Collision Coverage"loss"from one"accident" involves deny coverage under this Coverage Form solely two or more covered "autos", only the highest because of such failure to disclose. However, this deductible applicable to those coverages will be provision does not affect our right to collect additional applied to the"accident". premium or exercise our right of cancellation or non- renewal. If the application of the highest deductible is less Z. MENTAL ANGUISH favorable or more restrictive to the insured than the separate deductibles as applied in the standard form, Section V — Definitions, C. is replaced by the the standard deductibles will apply. following: This provision only applies if you carry "Bodily injury" means bodily injury, sickness or Comprehensive, Collision or Specified Causes of disease sustained by a person, including mental Loss Coverage for those vehicles, and does not anguish or death resulting from bodily injury, sickness extend coverage to any covered "autos"for which you or disease. do not carry such coverage. AA. LIBERALIZATION V. WAIVER OF DEDUCTIBLE — GLASS REPAIR OR If we revise this endorsement to provide greater REPLACEMENT coverage without additional premium charge, we will Section III — Physical Damage Coverage, D. automatically provide the additional coverage to all Deductible is amended by adding the following: endorsement holders as of the day the revision is If a Comprehensive Coverage deductible is shown in effective in your state. the Declarations it does not apply to the cost of repairing or replacing damaged glass. CA7450(11-15) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 4 of 4 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION CONTRACT - PRIMARY AND NONCONTRIBUTORY This endorsement modifies the insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM A. Section II — Who Is An Insured is amended to d. Only applies while such written contract is include as an additional insured: in force. 1. Any person or organization for whom you are B. With respect to the insurance afforded to these performing operations when you and such additional insureds, the following additional person or organization have agreed in a written exclusions apply: contract that such person or organization be 1. This insurance does not apply to"bodily injury", added as an additional insured on your policy; "property damage" or"personal and advertising and injury" arising out of the rendering of, or the 2. Any other person or organization you are failure to render, any professional architectural, required to add as an additional insured under engineering or surveying services including: the contract described in Paragraph 1. above. a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, Such person(s) or organization(s) is an additional opinions, reports, surveys, field orders, insured only with respect to liability for "bodily change orders or drawings and injury," "property damage" or "personal and specifications; or advertising injury" caused, in whole or in part, by: b. Supervisory, inspection, architectural, a. Your acts or omissions; or engineering or surveying activities. b. The acts or omissions of those acting on This exclusion applies even if the claims against any insured allege negligence or other wrongdoing your behalf; in the supervision, hiring, employment, training or in the performance of: monitoring of others by that insured, if the a. your ongoing operations for the additional "occurrence" which caused the "bodily injury" or insured; or "property damage", or the offense which caused b. "Your work" for the additional insured and the "personal and advertising injury", involved the included in the "products — completed rendering of, or the failure to render, any operations hazard" but only if: professional architectural, engineering or surveying (1) A written contract requires you to services. provide such coverage to such 2. There is no coverage for the additional insured additional insured; and for "bodily injury", "property damage" or (2) The coverage form to which this "personal and advertising injury" arising out of endorsement is attached provides the sole negligence of the additional insured or coverage for"bodily injury" or"property by those acting on the behalf of the additional damage" included within the "products- insured. completed operations hazard". However, if a written contract requires you to However, the insurance afforded to such additional defend or indemnify the additional insured for its sole negligence, then the coverage for the insured described above: additional insured shall conform to what is a. Only applies to the extent permitted by law; required in such written contract. b. Will not be broader than that which you are 3. This insurance does not apply to "bodily injury", required by the contract to provide for such "property damage" or"personal and advertising additional insured. injury" arising out of any premises or work for which the additional insured is specifically listed c. Only applies if the "bodily injury", "property as an additional insured on another damage" or "personal and advertising endorsement attached to this coverage form. injury" takes place subsequent to the execution of such written contract; and CG7650(10-13) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 1 of 2 C. With respect to the insurance afforded to these D. The following is added to the Other Insurance additional insureds, the following is added to Condition and supersedes any provision to the Section III—Limits Of Insurance: contrary: The most we will pay on behalf of the additional Primary and Noncontributory Insurance insured is the amount of insurance: This insurance is primary to and will not seek 1. Required by the contract described in contribution from any other insurance available to Paragraph A.1.; or an additional insured under your policy provided 2. Available under the applicable Limits of that: Insurance shown in the Declarations; (1) The additional insured is a Named Insured whichever is less. under such other insurance; and This endorsement shall not increase the applicable (2) You have agreed in writing in a contract that this insurance would be primary and would not Limits of Insurance shown in the Declarations. seek contribution from any other insurance available to the additional insured. E. All other terms and conditions of this policy remain unchanged. CG7650(10-13) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 2 of 2 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY ELITE EXTENSION - TEXAS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended to include the following clarifications and extensions of coverage. The provisions of the Coverage Form apply unless modified by endorsement. A. EXPECTED OR INTENDED INJURY The aggregate limit listed above is the most we will Section I — Coverage A, Exclusion a. is amended pay for all damages because of"property damage" as follows: to property in the care custody and control of or property loaned to an insured during the policy a. Bodily injuryor property damage expected period. or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" Any payment we make for damages because of " or "property damage" resulting from the use of property damage" to property in the care, custody reasonable force to protect persons or property. and control of or property loaned to an insured will apply against the General Aggregate Limit shown in B. NON-OWNED WATERCRAFT the declarations. Section I — Coverage A, Exclusion g.(2) is b. Our obligation to pay damages on your behalf amended as follows: applies only to the amount of damages in (2) A watercraft you do not own that is: excess of the deductible amount listed above. (a) Less than 60 feet long; and We may pay any part or all of the deductible amount listed above. We may pay any part or (b) Not being used to carry person(s) or all of the deductible amount to effect settlement property for a charge; of any claim or "suit" and upon notification by C. EXTENDED PROPERTY DAMAGE COVERAGE us, you will promptly reimburse us for that part Section I—Coverage A, Exclusions j.(3) and (4) is of the deductible we paid. amended to add the following: c. If two or more coverages apply under one Paragraphs (3) and (4) of this exclusion do not "occurrence", only the highest per claim apply to tools or equipment loaned to you, provided deductible applicable to these coverages will they are not being used to perform operations at apply. the time of loss. d. Insurance provided by this provision is excess over any other insurance, whether primary, SCHEDULE excess, contingent or any other basis. Since Limits Of Insurance Deductible insurance provided by this endorsement is excess, we will have no duty to defend any $5,000 Each Occurrence $250 Per Claim I claim or "suit" to which insurance provided by $10,000 Annual Aggregate this endorsement applies if any other insurer has a duty to defend such a claim or "suit". If a. The each occurrence limit listed above is the no other insurer defends, we will undertake to most we will pay for all damages because of do so, but we will be entitled to the insured's "property damage" to property in the care, rights against all those other insurers. custody and control of or property loaned to an D. PROPERTY DAMAGE—ELEVATORS insured as the result of any one "occurrence", regardless of the number of: Section I—Coverage A.2. Exclusions paragraphs (1) insureds: j.(3), j.(4), j.(6) and k. do not apply to use of elevators. (2) claims made or"suits" brought; This insurance afforded by this provision is excess (3) persons or organizations making claims or over any valid and collectible property insurance bringing "suits". (including any deductible) available to the insured and Section IV — Commercial General Liability Conditions paragraph 4.Other Insurance. CG7578.3(5-15) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 1 of 6 E. FIRE, LIGHTNING OR EXPLOSION DAMAGE a. Currently in effect or becomes effective Except where it is used in the term "hostile fire", the during the policy period; and word fire includes fire, lightning or explosion b. Executed prior to an "occurrence" or wherever it appears in the Coverage Form. offense to which this insurance would Under Section I —Coverage A, the last paragraph apply. (after the exclusions) is replaced with the following: However, the insurance afforded to such Exclusions c. through n. do not apply to damage by additional insured: fire, smoke or leakage from automatic fire a. Only applies to the extent permitted by law; protection systems to premises while rented to you and or temporarily occupied by you with permission of b. Will not be broader than that which you are the owner. A separate limit of insurance applies to required by the contract or agreement to this coverage as described in Section III — Limits provide for such additional insured; and of Insurance. F. MEDICAL PAYMENTS c. Applies only if the person or organization is not specifically named as an additional If Section I — Coverage C. Medical Payments insured under any other provision of, or Coverage is not otherwise excluded from this endorsement added to, Section II — Who Coverage Form: Is An Insured of this policy. The requirement, in the Insuring Agreement of 2. As provided herein, the insurance coverage Coverage C., that expenses must be incurred and provided to such additional insureds is limited reported to us within one year of the accident date to: is changed to three years. but only a. Any Controlling Interest, y with G. SUPPLEMENTARY PAYMENTS respect to their liability arising out of their Supplementary Payments — Coverages A and B financial control of you; or premises they paragraphs 1.b. and 1.d. are replaced by the own, maintain, or control while you lease or following: occupy these premises. 1.b.Up to $5,000 for cost of bail bonds required This insurance does not apply to structural because of accidents or traffic law violations alterations, new construction and arising out of the use of any vehicle to which demolition operations performed by or for the Bodily Injury Liability Coverage applies. We that person or organization. do not have to furnish these bonds. b. Any architect, engineer, or surveyor 1.d.All reasonable expenses incurred by the insured engaged by you but only with respect to at our request to assist us in the investigation or liability for "bodily injury", "property defense of the claim or "suit", including actual damage" or "personal and advertising loss of earnings up to $500 a day because of injury" caused, in whole or in part, by your time off from work. acts or omissions or the acts or omissions H. SUBSIDIARIES AS INSUREDS of those acting on your behalf: Section II—Who Is An Insured is amended to add (1) In connection with your premises; or the following: (2) In the performance of your ongoing 1.f. Any legally incorporated subsidiary in which operations. you own more than 50% of the voting stock on With respect to the insurance afforded to the effective date of this policy. However, these additional insureds, the following insured does not include any subsidiary that is additional exclusion applies: an insured under any other general liability This insurance does not apply to "bodily policy, or would have been an insured under injury", "property damage" or"personal and such a policy but for termination of that policy advertising injury" arising out of the or the exhaustion of that policy's limits of rendering of or the failure to render any liability. professional services by or for you, I. BLANKET ADDITIONAL INSUREDS — AS including: REQUIRED BY CONTRACT (1) The preparing, approving, or failing to 1. Section 11—Who Is An Insured is amended to prepare or approve, maps, shop include as an additional insured any person(s) drawings, opinions, reports, surveys, or organization(s) subject to provisions in field orders, change orders or drawings Paragraph 2. below, (hereinafter referred to as and specifications; or additional insured) when you and such person(s) or organization(s) have agreed in a (2) Supervisory, inspection, architectural or written contract or written agreement that such engineering activities. person(s) or organization(s) be added as an This exclusion applies even if the claims additional insured on your policy provided that against any insured allege negligence or the written contract or agreement is: other wrongdoing in the supervision, hiring, CG7578.3(5-15) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 2 of 6 employment, training or monitoring of (b) "Bodily injury" or "property damage" others by that insured, if the "occurrence" included within the "products- which caused the "bodily injury" or completed operations hazard". "property damage", or the offense which e. Any vendor, but only with respect to "bodily caused the "personal and advertising injury" or "property damage" arising out of injury", involved the rendering of or the "your products" which are distributed or sold failure to render any professional services in the regular course of the vendor's by or for you. business. c. Any manager or lessor of a premises With respect to the insurance afforded to leased to you, but only with respect to these vendors, the following additional liability arising out of the ownership, exclusions apply: maintenance or use of that part of a premises leased to you, subject to the (1) The insurance afforded any vendor does following additional exclusions: not apply to: This insurance does not apply to: (a) "Bodily injury" or "property damage" 1 An "occurrence" which takes lace for which any vendor is obligated to ( ) y P after you cease to be a tenant in that pay damages by reason of theassumption of liability in a contract or premises. agreement. This exclusion does not (2) Structural alterations, new construction apply to liability for damages that any or demolition operations performed by vendor would have in the absence of or on behalf of such additional insured. the contract or agreement; d. Any state or governmental agency or (b) Any express warranty unauthorized subdivision or political subdivision, subject to by you; the following: (c) Any physical or chemical change in (1) This insurance applies only with respect the product made intentionally by to the following hazards for which any any vendor; state or governmental agency or (d) Repackaging, except when subdivision or political subdivision has unpacked solely for the purpose of issued a permit or authorization in inspection, demonstration, testing, connection with premises you own, rent or the substitution of parts under or control and to which this insurance instructions from the manufacturer, applies: and then repackaged in the original (a) The existence, maintenance, repair, container; construction, erection or removal of (e) Any failure to make such advertising signs, awnings, inspections, adjustments, tests or canopies, cellar entrances, coal servicing as any vendor has holes, driveways, manholes, agreed to make or normally marquees, hoist away openings, undertakes to make in the usual sidewalk vaults, street banners or course of business, in connection decorations and similar exposures; with the distribution or sale of the or products; (b) The construction, erection or (f) Demonstration, installation, removal of elevators; or servicing or repair operations, (c) The ownership, maintenance or use except such operations performed of any elevators covered by this at any vendor's premises in insurance. connection with the sale of the (2) This insurance applies only with respect product; to operations performed by you or on (g) Products which, after distribution or your behalf for which any state or sale by you, have been labeled or governmental agency or subdivision or relabeled or used as a container, political subdivision has issued a permit part or ingredient of any other thing or authorization. or substance by or for any vendor; This insurance does not apply to: or (a) "Bodily injury", "property damage" or (h) "Bodily injury" or "property "personal and advertising injury" damage" arising out of the sole arising out of operations performed negligence of any vendor for its for the federal government, state or own acts or omissions or those of municipality; or its employees or anyone else acting on its behalf. However, this exclusion does not apply to: CG7578.3(5-15) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 3 of 6 (i) The exceptions contained in only with respect to liability for "bodily Subparagraphs (d) or(f); or injury", "property damage" or"personal and (ii) Such inspections, adjustments, advertising injury" caused, in whole or in tests or servicing as any part, by: vendor has agreed to make or (1) Your acts or omissions; or normally undertakes to make in (2) The acts or omissions of those acting the usual course of business, on your behalf; in connection with the distribution or sale of the in the performance of your ongoing products. operations for the additional insured. (2) This insurance does not apply to any A person's or organization's status as an insured person or organization, from additional insured under this endorsement whom you have acquired such ends when your operations for that products, or any ingredient, part or additional insured are completed. container, entering into, accompanying With respect to the insurance afforded to or containing such products. these additional insureds, the following f. Any Mortgagee, Assignee Or Receiver, but additional exclusions apply: only with respect to their liability as This insurance does not apply to: mortgagee, assignee, or receiver and arising out of the ownership, maintenance, (1) "Bodily injury", "property damage" or or use of the premises by you. "personal and advertising injury"arising This insurance does not apply to structural out of the rendering of, or the failure to alterations, new construction and render, any professional architectural,demolition operations performed by or for engineering or surveying services, including: that person or organization. g. Any Owners Or Other Interests From (a) The preparing, approving, or failing Whom Land Has Been Leased, but only to prepare or approve, maps, shopdrawings, opinions, reports, with respect to liability arising out of the surveys, field orders, change ownership, maintenance or use of that part orders or drawings and of the land leased to you. specifications; or With respect to the insurance afforded to (b) Supervisory, inspection, these additional insureds, the following architectural or engineering additional exclusions apply: activities. (1) This insurance does not apply to: This exclusion applies even if the claims (a) Any "occurrence" which takes against any insured allege negligence or place after you cease to lease that other wrongdoing in the supervision, hiring, land; employment, training or monitoring of (b) Structural alterations, new others by that insured, if the "occurrence" construction or demolition ,which caused the bodily injuryor operations performed by or on property damage", or the offense which behalf of such additional insured. caused the "personal and advertising injury", involved the rendering of or the h. Any person or organization from whom you failure to render any professional lease equipment, but only with respect to architectural, engineering or surveying liability for "bodily injury", "property services. damage" or "personal and advertising (2) "Bodily injury" or "property damage" injury" caused, in whole or in part by your maintenance, operation or use of occurring after: equipment leased to you by such person(s) (a) All work, including materials, parts or organization(s). or equipment furnished in A person's or organization's status as an connection with such work, on the additional insured under this endorsement project (other than service, ends when their contract or agreement with maintenance or repairs) to be you for such leased equipment ends. performed by or on behalf of the additional insured(s) at the location With respect to the insurance afforded to of the covered operations has been these additional insureds, this insurance completed; or does not apply to any "occurrence" which takes place after the equipment lease (b) That portion of "your work" out of which the injury or damage arises expires. has been put to its intended use by L Any Owners, Lessees, or Contractors for any person or organization other whom you are performing operations, but CG7578.3(5-15) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 4 of 6 than another contractor or amount paid or available to the injured co- subcontractor engaged in "employee" or "volunteer worker" under any performing operations for a other valid and collectible insurance. principal as a part of the same K. HEALTH CARE SERVICE PROFESSIONALS AS project. INSUREDS -INCIDENTAL MALPRACTICE j. Any Grantor of Licenses to you, but only Section II—Who is an Insured, paragraph 2.a. (1) with respect to their liability as grantor of (d) is amended as follows: licenses to you. This provision does not apply to Nurses, Their status as additional insured under Emergency Medical Technicians, or Paramedics this endorsement ends when: who provide professional health care services on 1. The license granted to you by such your behalf. person(s) or organization(s) expires; or However this exception does not apply if you are in 2. Your license is terminated or revoked the business or occupation of providing any such by such person(s) or organization(s) professional services. prior to expiration of the license as L. NEWLY FORMED OR ACQUIRED ORGANIZATIONS stipulated by the contract or agreement. Section II —Who Is An Insured, paragraph 3.a. is k. Any Grantor of Franchise, but only with replaced by the following: respect to their liability as grantor of a 3.a. Coverage under this provision is afforded until franchise to you. the end of the policy period. I. Any Co-owner of Insured Premises, but This provision does not apply if newly formed only with respect to their liability as co- or acquired organizations coverage is owner of any insured premises. excluded either by the provisions of the m. Any Concessionaires Trading Under Your Coverage Form or by endorsements. Name, but only with respect to their liability M. DAMAGE TO PREMISES RENTED TO YOU as a concessionaire trading under your Section III — Limits of Insurance, paragraph 6. is name. replaced by the following: 3. Any insurance provided to any additional Subject to 5.a. above, the Damage To Premises insured does not apply to "bodily injury", Rented To You Limit, or $500,000, whichever is "property damage" or"personal and advertising higher, is the most we will pay under Coverage A injury" arising out of the sole negligence or for damages because of "property damage" to any willful misconduct of the additional insured or its one premises, while rented to you, or in the case of agents, "employees" or any other damage by fire, lightning, explosion, smoke or representative of the additional insured. leakage from automatic protection systems, while 4. With respect to the insurance afforded to these rented to you or temporarily occupied by you with additional insureds, the following is added to permission of the owner. Section III —Limits of Insurance: N. MEDICAL PAYMENTS—INCREASED LIMITS If coverage provided to any additional insured Section III — Limits of Insurance, paragraph 7. is is required by a contract or agreement, the replaced by the following: most we will pay on behalf of the additional 7. Subject to Paragraph 5. above, the Medical insured is the amount of insurance: Expense Limit is the most we will pay under a. Required by the contract or agreement; or Coverage C for all medical expenses because b. Available under the applicable Limits of of "bodily injury" sustained by any one person, Insurance shown in the Declarations; and will be the higher of: whichever is less. (a) $10,000; or This endorsement shall not increase the (b) The amount shown on the Declarations of applicable Limits of Insurance shown in the this Coverage Part for Medical Expense Declarations. Limit. J. COVERAGE FOR INJURY TO CO-EMPLOYEES O. DUTIES IN THE EVENT OF OCCURRENCE, AND/OR YOUR OTHER VOLUNTEER WORKERS OFFENSE, CLAIM OR SUIT Section II —Who is an Insured, paragraph 2.a. (1) Section IV — Commercial General Liability is amended to add the following: Conditions paragraph 2. is amended to add the e. Paragraphs (a), (b), and (c) do not apply to following: your "employees" or "volunteer workers" with 1. The requirement in Condition 2.a.that you must respect to "bodily injury" to a co-"employee" or see to it that we are notified as soon as other"volunteer worker". practicable of an "occurrence" or an offense Damages owed to an injured co-"employee"or which may result in a claim, applies only when the"occurrence" or offense is known to: "volunteer worker" will be reduced by any CG7578.3(5-15) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 5 of 6 (1) You, if you are an individual or a limited This provision does not apply to any known injury liability company; or damage which is excluded under any other (2) A partner, if you are a partnership; provision of this policy. (3) A member or manager, if you are a limited R. WAIVER OF TRANSFER OF RIGHTS OF liability company; RECOVERY AGAINST OTHERS TO US (4) An "executive officer" or insurance Section IV — Commercial General Liability manager, if you are a corporation; or Condition paragraph 8. Transfer Of Rights Of (5) A trustee, if you are a trust. Recovery Against Others To Us is amended to add the following: 2. The requirement in Condition 2.b. that you We waive any right of recovery we may have must see to it that we receive notice of a claim against any person or organization against whom or "suit" as soon as practicable will not be considered breached unless the breach occurs you have agreed to waive such right of recovery in after such claim or"suit" is known to: a written contract or agreement because of payments we make for injury or damage arising out (1) You, if you are an individual or a limited of your ongoing operations or "your work" done ability company; under a contract with that person or organization (2) A partner, if you are a partnership; and included in the "products completed operations (3) A member or manager, if you are a limited hazard". liability company; S. MENTAL ANGUISH (4) An "executive officer" or insurance Section V—Definition 3.is replaced by the following: manager, if you are a corporation; or Bodily injury„ means bodily injury, sickness or (5) A trustee, if you are a trust. disease sustained by a person, including mental P. PRIMARY AND NONCONTRIBUTORY — anguish or death resulting from bodily injury, ADDITIONAL INSURED EXTENSION sickness or disease. Section IV — Commercial General Liability T. LIBERALIZATION Conditions paragraph 4. Other Insurance is If we revise this endorsement to provide greater amended to add the following: coverage without additional premium charge, we This insurance is primary to and will not seek will automatically provide the additional coverage to contribution from any other insurance available to all endorsement holders as of the day the revision an additional insured under your policy provided is effective in your state. that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. However, if the additional insured has been added as an additional insured on other policies, whether primary, excess, contingent or on any other basis, this insurance is excess over any other insurance regardless of the written agreement between you and an additional insured. Q. UNINTENTIONAL FAILURE TO DISCLOSE EXPOSURES Section IV — Commercial General Liability Conditions paragraph 6. Representations is amended to add the following: If you unintentionally fail to disclose any exposures existing at the inception date of your policy, we will not deny coverage under the Coverage Form solely because of such failure to disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non- renewal. CG7578.3(5-15) Includes copyrighted material of ISO Properties,Inc.with its permission. Page 6 of 6 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-385629 PBS of Texas Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 07/27/2018 being filed. City of Round Rock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. Janitorial Services 18-028 Janitorial Services Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION < My name is K q SIM. ` I-TI1 , and my date of birth is S- 1 - 67 MY address is 3� Ale-yoeJk I`1 , ��'� WDE- ' , T-(� -74 1 d-b , U SA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in �►V 115�� County, State of on the Z1 day of �y�'/ 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711 CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-385629 PBS of Texas Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 07/27/2018 being filed. City of Round Rock Date Acknowledged: 08/06/2018 g Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. Janitorial Services 18-028 Janitorial Services 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711