HomeMy WebLinkAboutPR 19565: CONTRACT WITH DIAMOND SHINE BUILDING SERVICE , POLICE AND FIRE DEPT. P . R. 19565
10/17/16 mb
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
ENTER INTO A CONTRACT WITH DIAMOND SHINE BUILDING
SERVICE OF PORT ARTHUR, TEXAS, FOR JANITORIAL
SERVICES FOR THE POLICE DEPARTMENT, FIRE
DEPARTMENT, AND MUNICIPAL COURT BUILDINGS WITH AN
ANNUAL PROJECTED BUDGETARY IMPACT OF $66 , 684 . 00 ;
FUNDING AVAILABLE IN POLICE BUILDING MAINTENANCE
ACCOUNT NUMBER 001-1101-521 . 32-00
WHEREAS, the City desires to obtain a contract for
janitorial services for the Police, Fire Administration,
and Municipal Court buildings; and
WHEREAS, the Purchasing Department advertised for
proposals for a one year contract, with the option to renew
for two additional one year period; and
WHEREAS, the City received five (5) proposals, one of
which is a Port Arthur vendor; and
WHEREAS, the responses were evaluated by City staff
and the Acting Purchasing Manager, and Diamond Shine
Building Service of Port Arthur, Texas, was the highest
ranked proposal (see Proposal Evaluation Matrix attached as
Exhibit "A") ; and
WHEREAS, the annual cost of this contract has a
projected budgetary impact of $66, 684 . 00 .
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF
THE CITY OF PORT ARTHUR:
Section 1 . That the facts and opinions in the
preamble are true and correct .
Section 2 . That the City Manager is hereby
authorized to enter into a one year contract, with an
option to renew for two (2) additional one-year periods,
with Diamond Shine Building Service of Port Arthur, Texas,
for janitorial services for the Police Department, Fire
P.R. 19565.pd 1
Administration, and Municipal Court buildings, with an
annual projected budgetary impact of $66, 684 . 00, in
substantially the same form as attached hereto as Exhibit
"B„
Section 3 . That a copy of the caption of this
Resolution be spread upon the Minutes of the City Council .
READ, ADOPTED, AND APPROVED on this day of
November, A. D. , 2016, at a Regular Meeting of the City
Council of the City of Port Arthur, Texas, by the following
vote : AYES :
Mayor:
Councilmembers : ,
NOES: .
Derrick Freeman, Mayor
ATTEST:
Sherri Bellard, City Secretary
APPROVED • S TO FORM:
4
Vali T: zenoliP
grAttorney
APPROVED ADMINISTRATION:
Brian McDougal, City Manager
P.R. 19565.pd 2
APPROVED AS TO THE AVAILABILITY OF FUNDS:
.40Jerry Dale, Finance Direc oor 4\t
lijithiti6
Clif Pon Williams, CPPB
Acting Purchasing Manager
P.R. 19565.pd 3
EXHIBIT "A"
P.R. 19565.pd 4
s
c)
u
Cl)co r-
C to CJ C in
r- Lf) C
J ..-4 N LI)
L
C.
in C
w .U '"T C L ) C C In
Cn U)
F'..'4
l
r
1 v
C C C) C C C
H Cil imm pp !'.'i J C mt. -
$ _, Y N tai ,..y
i
�-' ra
irmC
C C
0
J 0 n '"--.
CL
-� "C " C LC) C In
,..4
; 0
Q
s^
J a A
Cr, 5 e)
o 0 0 cU
@ '-' c
cr
y . r
3 "7 C O CC ,�,�`
C Nwill .ti
f
_ J
Q m
CC
i "" GJ
• 4 •V
EXHIBIT "B"
P.R. 19565.pd 5
JANITORIAL SERVICES CONTRACT
FOR POLICE, FIRE ADMINISTRATION AND
MUNICIPAL COURT BUILDING
THIS AGREEMENT, made this day , 2016, by and between the City of
Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter
called "OWNER" or "CITY" and Diamond Shine Building Services of Port Arthur, Texas,
hereinafter acting by and through Eric Malveaux, Owner, hereinafter called "CONTRACTOR"
agree as follows:
WITNESSETH: That for an in consideration of the payments, terms, conditions, and
agreements set forth therein, OWNER AND CONTRACTOR agree as follows:
1. The term of this Agreement shall be for one (1) year from the date stated on the Notice
to Proceed, with an option to renew for two (2) additional one-year periods, unless
sooner terminated under the provision hereof. The City can terminate this contract at
its convenience which includes, but is not limited to, funding not being available in any
budget cycle within thirty (30) days written notice.
2. The Contractor agrees to perform all the work described in the specifications and
contract documents and comply with the terms therein in the annual amount of
$66,684.00.
3. The term "Contract Documents" means and includes the following:
A. Agreement
B. Information for Bidders
C. BID
D. General Conditions
E. Specifications
F. Addendum No. 1 and 2
G. Notice to Proceed
4. This agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors, and assigns.
Page 1
5. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by
their duly authorized officials, this Agreement in (2 copies) each of which shall be
deemed an original on the date first written above.
Signed on the day of , 2016.
CITY OF PORT ARTHUR
By:
Brian McDougal
City Manager
ATTEST:
Sherri Bellard
City Secretary
Signed on the day of , 2016.
DIAMOND SHINE BUILDING SERVICES
By:
Eric Malveaux
Owner
Page 2
CITY OF PORT ARTHUR,TEX
Virtrtlr` `'"� ADDENDUM NO.ONE(1)
Tr"" July 26,2016
Bid Proposal For: Janitorial Service for Police,Municipal Court, & Fire
The following clarifications, amendments,deletions, additions, revision and/or modifications are
made a part of the contract documents and change the original documents only in the manner and
to the extent hereinafter stated and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract
documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID
PROVISIONS IN THE SUBMISSION OF THEIR BID.
Addendum as follows:
1. DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00
p.m., Central Standard Time,Wednesday,August 17,2016. (The clock located in the
City Secretary's office will be the official time.) All proposals received will be read
aloud at 3:15 p.m. on Wednesday,August 17, 2016 in the City Council Chambers, City
Hall, 5th Floor, Port Arthur, TX. Proposals will be opened in a manner to avoid public
disclosure of contents;however,only the names of proposers will be read aloud.
2. Since the Mandatory Pre-Bid on July 21,2016 was cancelled due to illness.The City has
re-scheduled a Mandatory Pre-Bid meeting for August 2, 2016 at 10:00 a.m. at the Police
Department.
If you have any questions,please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH
YOUR BID DOCUMENTS.
&171,4 ZitA4,—;
Clifton Williams, CPPB
Acting Purchasing Manager
07/28/2016
Signature of Prop er Date
•
�, , ; CITY OF PORT ARTHUR,TEXAS
nrt rthrr ADDENDUM NO.TWO (2)
August 11,2016
Bid Proposal For: Janitorial Service for Police,Municipal Court,& Fire
The following clarifications, amendments, deletions, additions, revision and/or modifications are
made a part of the contract documents and change the original documents only in the manner and
to the extent hereinafter stated and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract
documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID
PROVISIONS IN THE SUBMISSION OF THEIR BID.
Addendum as follows:
1. Janitorial contractor will NOT wax, strip or buff the floors. The City has someone to
perform that job
2. Floors- Carpet floors in the Dispatch Center will be mopped with a clean damp mop
instead of vacuumed by a non-motorized device. DONOT clean Mechanical Room.
End of Addendum
If you have any questions,please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH
YOUR BID DOCUMENTS.
eitrefax,
Clifton Williams, CPPB
Acting Purchasing Manager
8/12/2016
Signatfire of Pro oxer Date
DERRICK FREEMAN"PRINCE,MAYOR ''N. , jff / BRIAN MCDOUGAL
RAYMOND SCOTT,JR,MAYOR PRO TEM - i`CITY MANAGER
COUNCIL MEMBERS: City of * kv,„4,14�4 SHERRI BELLARD,TRMC
CITY SECRETARY
TIFFANY HAMILTON / �I \\
MORRIS ALBRIGHT,HIVAL TIZENO
KEITH RICHARD ori CITY ATTORNEY
WILLIE`a BAF"LEWIS,JR. ��"
OSMANSWATI
CHARLOTTE MOSES � � '°.
KAPRINA RICHARDSON FRANK
July 8,2016
REQUEST FOR PROPOSAL
JANITORIAL SERVICES FOR POLICE,FIRE ADMINISTRATION,
AND MUNICIPAL COURT
DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00 p.m.,
Central Standard Time, Wednesday, August 3, 2016. (The clock located in the City
Secretary's office will be the official time.) All proposals received will be read aloud at 3:15 p.m.
on Wednesday,July 6,2016 in the City Council Chambers, City Hall, 5th Floor,Port Arthur, TX.
Proposals will be opened in a manner to avoid public disclosure of contents; however, only the
names of proposers will be read aloud.
MARK ENVELOPE: P16-051
DELIVERY ADDRESS: Please submit one (1) original and five (5) exact duplicate copies of
your RFP to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET,4th Floor
PORT ARTHUR,TEXAS 77641 PORT ARTHUR,TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Request for Proposal should be directed in writing to:
City of Port Arthur,TX
Clifton Williams,Acting Purchasing Manager
P.O. Box 1089
Port Arthur,TX 77641
clifton.williams@portarthurtx.gov
Purchasing Division/Finance Department { Purchasing Manager,Shawna Tubbs,CPPO,CPPB
P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983:8291
The enclosed REQUEST FOR PROPOSAL (RFP) and accompanying General Instructions are for
your convenience in submitting proposals for the enclosed referenced services for the City of Port
Arthur.
Proposals must be signed by a person having authority to bind the firm in a contract. Proposals
shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand
corner of the envelope.
ALL PROPOSALS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed
RFP submittal arrives at the above location by specified deadline regardless of delivery method
chosen by the firm. Faxed or electronically transmitted RFP submittals will not be accepted.
Clifton Williams, CPPB
Acting Purchasing Manager
Page 2 of 22
REQUESTS FOR PROPOSALS
JANITORIAL SERVICES FOR POLICE,FIRE ADMINISTRATION,
AND MUNICIPAL COURT
(To be Completed ONLY IF YOU DO NOT BID.)
FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY
RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will
be reinstated upon request.
In the event you desire not to submit a bid,we would appreciate your response regarding the
reason(s). Your assistance in completing and returning this form in an envelope marked
with the enclosed bid would be appreciated.
NO BID is submitted: this time only not this commodity/service only
Yes No
Does your company provide this product or services?
Were the specifications clear?
Were the specifications too restrictive?
Does the City pay its bills on time?
Do you desire to remain on the bid list for this product or service?
Does your present work load permit additional work?
Comments/Other Suggestions:
Company Name:
Person Completing Form: Telephone:
Mailing Address: Email:
City,State, Zip Code: Date:
Page 3 of 22
MANDATORY
PRE-BID CONFERENCE
A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and
prospective bidders for Janitorial Services for Police Department will be held at the Police
Building'located at 645 4th Street, Port Arthur TX on July 21, 2016 at 10:00 a.m. The purpose
of the Mandatory Pre-Bid Conference is to make certain that the scope of work is fully
understood, to answer any questions, to clarify the intent of the Contract Documents, and to
resolve any problems that may affect the project construction. No addendum will be issued at this
meeting, but subsequent thereto, the Purchasing Manager, if necessary, will issue an addendum(s)
to clarify the intent of the Contract Documents.
Bids received from firms or individuals not listed on the roll of attendees of the Mandatory Pre-
Bid Conference will be rejected and returned unopened to the bidder.
Page 4 of 22
AUTOMATIC DISQUALIFICATIONS OF BID
BIDDER WILL BE DISQUALIFIED IF ANY OF THE FOLLOWING ACTIONS
ARE DONE.
1. BIDDER DOES NOT WRITE IN PEN.
2. BIDDER MAKES A CHANGE ON THE BID AND DOES NOT INTIAL
BY THE CHANGE
3. THE BIDDER DOES NOT RETURN THE FOLLOWING FORMS FILLED
OUT COMPLETELY.
A. BID SHEET-APPENDIX A. MAKE SURE TO FILL IN PRICE AND
THE DAYS.
B. LETTER OF INTEREST-APPENDIX B.
C. AFFIDAVIT-APPENDIX C(MUST BE NOTARIZED)
D. CONFLICT OF INTEREST APPENDIX D (IF THERE IS NO
CONFLICT BIDDER MUST WRITE N/A ON LINE 1 AND SIGN AND
DATE ON LINE 4).
E. NON-COLLUSION AFFIDAVIT-APPENDIX E(MUST BE
NOTARIZED)
Page 5 of 22
SPECIFICATIONS
JANITORIAL SERVICES FOR POLICE DEPARTMENT,
FIRE ADMINISTRATION AND MUNICIPAL COURT
SCOPE OF SERVICES:
To set forth the requirements and conditions for performing Janitorial/Cleaning services for the
locations listed below. The bidder shall perform the required services in all areas and shall be
qualified to furnish a complete and efficient custodial service, including all labor, supervision,
cleaning materials and equipment. The successful bidder(s)shall be prepared to perform each task
as stated according to the work schedule.
CONTRACT PERIOD:
The term of this contract shall be for one (1)year with the option to renew two (2) additional
one year periods.
AREAS TO BE CLEANED:
645 4th Street-Police Department.
645 4th Street-Municipal Court.
300 Waco Ave.-Fire Administration.
SOUARE FOOTAGE:
The area to be cleaned is approximately 64,128 square feet of floor space,consisting of various
types of flooring,wall, door, and window material.
SERVICE TIMES:
All work which interferes with the work of employees, such as buffing or vacuuming, shall be
done after 5:00 p.m.,CST,or as requested by Department personnel.
The vendor is to provide a minimum of one custodian seven(7) days per week, eight(8)hours per
day, 7:00 a.m. to 4:00 p.m., and one(1) hour for lunch, to perform usual daily custodian duties in
open work areas, offices, rooms and hallways. One (1) employee is to do all floor work anytime
other than 7:00 a.m. to 5:00 p.m. Monday through Friday.
EMPLOYEES:
Contractor shall supply sufficient employees to maintain the buildings as required in these
specifications. Personnel performing work under this contract shall be direct employees of the
Contractor. The Contractor must ensure that all personnel assigned to this work site have at least
one year's experience in the janitorial services industry, either with the contractor or another
janitorial company. Should the maintenance of the building deteriorate, the Contractor will be
notified, in writing, and steps shall be taken by the Contractor to correct all problems. If the
situation has not improved after a reasonable length of time,the Contractor shall be in violation of
the contract and appropriate action shall be taken to rescind the contract.
The City of Port Arthur shall have the right to require the dismissal from the premises covered by
the contract any employee(s)whose conduct is improper, inappropriate, or offensive as determined
by the City of Port Arthur. Any employee who has been dismissed from working on this contract
shall not be allowed to return to the premises without the written consent of the City. Personnel
not employed by the Contractor (including minors not employed by the contractor) shall not be
permitted on the work premises.
Page 6 of 22
All potential employees who are assigned to work at the Police Department will have to pass a
background and criminal investigation, as per TCIC/NCIC regulations. Employees must be a U.S.
citizen or legally documented worker.The company must provide names and date of birth and also
social security numbers of these prospective employees to the Police Department.
Employees must be physically and mentally capable of operating cleaning equipment and carrying
the work load.
Employees and/or custodians must be able to effectively communicate the English language both
orally and in writing.
INSPECTION:
The quality of the janitorial services performed under this contract shall be observed. Unscheduled
job-site inspections will be performed by the City Representative. Any deficiencies or
unsatisfactory performance shall be noted, and corrective action by the Contractor will be
required. Continued failure to abide by the City's specifications will be grounds for termination of
the contract. A minimum of one (1) monthly daylight inspections will be made by the City
Representative and Contractor's representative.
REFERENCES/EXPERIENCE:
Each Bidder shall submit with their bid a list of three (3) commercial references for their
performance of similar janitorial services. Preferred references are those of similar size and scope
of work performed within the past three years. Please include name, address, and telephone
number of business along with the name and title of the contact person. Bidder shall have a
minimum of five(5) years of documented janitorial service experience.
The Contractor is responsible for instructing his/her employees on appropriate safety measures,
including but not limited to safe use of all chemicals,materials and supplies used to perform these
services. Walkways and halls shall be kept free of unattended mops, brooms, machines and other
tools. "Wet floor" signs shall be displayed in areas being wet or damp mopped. Signs shall be
removed and stored after floors have dried.
The contractor shall accompany a Designated City Employee on a tour throughout the areas to
receive this janitorial service to establish and mutually agree upon the condition of surfaces,
fixtures, furnishings and other City and personal property before starting work on this contract.
Surfaces, fixtures or furnishings subsequently damaged by the contractor's employees shall be
replaced or repaired to original condition,at no cost to the city.
The contractor shall obtain and maintain in effect throughout the duration of this contact, all
insurance required by the City of Port Arthur.
SUPPLIES FURNISHED BY CONTRACTOR:
Contractor shall furnish all materials and equipment including, but not limited to, cleaners, bowl
cleaner, wax remover ,wax, dust mops, damp mops, brooms, buffer, vacuum cleaners, non-
motorized vacuum, cloths, furnish polish and anything else pertaining to cleaning as well as
plastic liners for trash containers.
Contractors shall supply eight (8) 4' X 8' mats and four (4) 2' X 6' shower mats. Mats must be
changed out on a weekly basis.
Page 7 of 22
SUPPLIES NOT TO BE FURNISHED BY THE BIDDER:
The bidder is not required to furnish paper towels, toilet tissue, light bulbs and sanitary covers for
the toilet seats. These supplies will be stored in various areas of the facilities.
PRODUCT REQUIREMENTS:
Johnson's Over and Under), along with Step Ahead on floors or equal products. All States
Chemical's Lemon Glo Furniture Polish for wood desks and tables or equal. Swifter dusters for
dusting in the Dispatch Center. Fabuloso for general cleaning. Franklin's Disappear when
mopping rest room floors only. A bleach mixture should be used when mopping restroom floors.
NOTE: THE BURDEN OF PROOF PERTAINING TO EQUAL PRODUCT QUALITY OF
REQUESTED MATERIALS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR
FLOORS:
The tile floors of the Police Department, Municipal Court and Fire Administration are to be swept
and damp mopped Monday through Friday. Carpet floors are to be vacuumed daily and
shampooed as needed or as requested by Department personnel. Carpet floors in the Dispatch
Center must be vacuumed by a non-motorized device. The carpet in the Courtroom must be
vacuumed between the hours of 8:00 a.m. and 9:00 a.m. Monday through Thursday. Mechanical
Room floors will be swept and damp mopped with a clean mop weekly.
WASTEBASKETS:
All wastebaskets are to be emptied daily, carrying all trash to the pick-up area. Trash bags are to
be changed as necessary. Wastebaskets are to be washed out and disinfected as needed or as
requested by Department personnel. The two trash containers at the front entrance to the station
will be emptied daily. The cigarette extinguishing buckets at the front and rear of the Police
Station are to be emptied weekly.
GLASS:
All glass doors, windows and partitions in the Police Department, Fire Administration and
Municipal Court are to be cleaned daily. All outside doors and windows are to be cleaned on the
In of each month,or as needed or specified by Department personnel.
WATER FOUNTAINS:
All water fountains are to be cleaned and polished daily with a stainless steel cleaner.
FURNITURE:
All desks, chairs, lamps, tables, couches, file cabinets, counters, telephones, etc. are to be dusted
as needed every Monday and Thursday. Additionally, all furniture and areas underneath
furniture shall be kept free from dust at all times. The tops of all bulletin boards, dry erase boards,
window sills, etc. shall be cleaned weekly or as needed.
SWITCH PLATES, WALLS AND PARTITIONS:
These should be cleaned weekly or as requested by Department personnel. Doors, door frames or
facings should be spot cleaned as needed. Fire extinguisher cabinets are to be kept free of trash
and cleaned daily.
Page 8 of 22
RESTROOMS:
The restrooms should be swept and mopped with a clean mop daily with hot water and
disinfectant. The water used to mop the restrooms shall not be used to mop anywhere else. All
waste containers should be emptied. All fixtures should be cleaned and polished. All lavatories
and sinks should be cleaned and sanitized. All toilet bowls and urinals are to be cleaned and
disinfected daily and kept free of scale or other residue. This includes the sides and underneath.
All soap and paper dispensers shall be refilled as needed. All tile walls, doors and shower stalls in
restrooms shall be cleaned and disinfected weekly.
LOCKER ROOMS:
The floors to locker rooms shall be swept and mopped with a clean mop daily. The floors shall be
scrubbed and sanitized once a month. The tops of the lockers shall be dusted weekly and be left
clear of debris.
VENTS, GRILLS,LIGHT FIXTURES AND CEILING TILE GRID:
These must be cleaned the 2nd week of the month, or as requested by Department personnel. At no
time should there be visible dust/lint on the A/C grills.
EXERCISE ROOM:
Carpet is to be vacuumed daily and windows cleaned on an as needed basis.
BREAKROOM:
The sink area, microwave and stove will be cleaned daily. All tables and chairs will also be
cleaned daily. The exterior of the refrigerator, ice machine and vending machines will be wiped
down daily. This shall apply to the Police Department and Fire Administration kitchen areas.
MIRRORS:
These are to be cleaned with mirror cleaner daily.
ELEVATOR:
The elevator floor shall be kept clean at all times. The doors and walls shall be wiped down daily
and the floor damp mopped as needed.
STAIRWAYS:
All stairways will be swept daily and hand rails kept clean. The stairs should be damp mopped
with a clean mop as needed.
Page 9 of 22
The City of Port Arthur requires comprehensive responses to every section within this RFP.
Conciseness and clarity of content are emphasized and encouraged. Vague and general
proposals will be considered non-responsive and will result in disqualification. To facilitate
the review of the responses,Firms shall follow the described proposal format. The intent of
the proposal format requirements is to expedite review and evaluation. It is not the intent to
constrain proposers with regard to content, but to assure that the specific requirements set
forth in this RFP are addressed in a uniform manner amenable to review and evaluation.
Failure to arrange the proposal as requested may result in the disqualification of the
proposal. It is requested that proposals be limited to no more than 50 pages, excluding
resumes. All pages of the proposal must be numbered and the proposal must contain an
organized, paginated table of contents corresponding to the sections and pages of the
proposal.
EVALUATION CRITERIA:
The Proposer shall provide the following information:
EXPERIENCE:
1. Proposer's performance in Janitorial Service for government entities or other clients.
Proposer should indicate the number of years of experience the fine has in performing
Janitorial Service with businesses comparable to the law enforcement entities.
2. State the number of years experience for the supervisor.
REFERENCES:
Include three (3) business references for which similar services have been provided. Include the
following:
1. The period for which you have provided this service;
2. A brief description of the scope of work; and
3. Contact name,title, address, and telephone number.
The Proposer hereby authorizes and requests any person, firm, corporation and/or government
entity to furnish any information requested by the City in verification of the references provided
and for determining the quality and timeliness of providing the services.
PRICING:
The rates for Janitorial Services. See Appendix A
PROJECT MANAGEMENT PLAN
1. Describe your firm's capability to provide all services required.(Number of employees,
Janitorial equipment that will be used,etc)
2. Provide a description of the firm's typical approach to maintain the Police, Municipal Court,
and Fire Department. (Number of crews working, how many per crew, how the crews will
work the floors, etc)
Page 10 of 22
SELECTION PROCESS:
All applications will be screened by an evaluation committee and those applicants selected for a
short list may be invited to attend an interview, at the applicant's own expense. The City shall not
incur any costs for applicant preparation and/or submittal of qualifications.
The City will evaluate all responses based on the qualifications, past performance and project
approach. The City reserves the right to negotiate the final fee prior to recommending any
business for a contract.
The City's process is as follows:
1. The evaluation committee shall screen and rate all of the responses that are submitted.
Evaluation ratings will be on a 100 point scale and shall be based on the following
criteria:
a. Experience 40 pts
b. References 15 pts
c. Pricing 25 pts
e. Project Management Plan 20 pts
2. City staff shall recommend the most qualified business to the City Council and request
authority to enter into a contract.
3. When services and fees are agreed upon, the selected business shall be offered a
contract subject to City Council approval.
4. Should negotiations be unsuccessful, the City shall enter into negotiations with the
next,highest ranked business. The process shall continue until an agreement is reached
with a qualified business.
5. This RFP does not commit the City to pay for any direct and/or indirect costs incurred
in the preparation and presentation of a response. All finalist(s) shall pay their own
costs incurred in preparing for,traveling to and attending interviews.
Page 11 of 22
GENERAL INFORMATION:
Proposers are cautioned to read the information contained in this RFP carefully and to
submit a complete response to all requirements and questions as directed.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this RFP, the terms "Bid" and
`Proposal" shall be equivalent.
AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance
with these specifications. The City reserves the right to award on the basis of the Lowest and
Best Offer in accordance with the laws of Texas, to waive any formality or irregularity, and/or to
reject any or all proposals.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any
interlineations, alteration, or erasure made before opening time must be initialed by the signer of
the bid, guaranteeing authenticity.
WITHDRAWAL OF PROPOSAL: The proposer may withdraw its proposal by submitting
written request,over the signature of an authorized individual,to the Purchasing Division any time
prior to the submission deadline. The proposer may thereafter submit a new proposal prior to the
deadline. Modification or withdrawal of the proposal in any manner, oral or written, will not be
considered if submitted after the deadline.
CONFLICT OF INTEREST: No public official shall have interest in this contract, in
accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C,
Chapter 171.
ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any
business arrangement with any employee,official or agent of the City of Port Arthur.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective
bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the
following requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or
warranty service required.
6. The City Council shall not award a contract to a company that is in arrears in its
obligations to the City.
7. No payments shall be made to any person of public monies under any contract by
the City with such person until such person has paid all obligations and debts
owed to the City, or has made satisfactory arrangements to pay the same.
ADDENDA: Any interpretations, corrections or changes to the RFP will be made by addenda no
later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing
authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City
assumes no responsibility for the proposer's failure to obtain and/or properly submit any
addendum. Failure to acknowledge and submit any addendum may be cause for the proposal to be
Page 12 of 22
rejected. It is the vendor's responsibility to check for any addendums that might have been issued
before bid closing date and time. All addenda will be numbered consecutively,beginning with 1.
PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the
City of Port Arthur as its principal place of business must have an official business address(office
location and office personnel) in Port Arthur, the principal storage place or facility for the
equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s)
shall be in Port Arthur or such other definition or interpretation as is provided by state law.
Contractors outside the City of Port Arthur are allowed to bid.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics, the unit
price shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Police
Department,P.O.Box 1089, Port Arthur,Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the
goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt
Payment Act,Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e.payment is
due 30 days from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of
• Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port
Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas
and the City Attorney concerning any portion of these requirements.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,
ordinances, rules, orders, regulations and codes of the federal, state and local governments relating
to performance of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no
other officer, employee or agent of the City who exercises any functions or responsibilities in
connection with the planning and carrying out of the program, shall have any personal financial
interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to
assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances
prohibits the City from granting any license, privilege or paying money to any-one owing
delinquent taxes, paving assessments or any money to the City until such debts are paid or until
satisfactory arrangements for payment has been made. Bidders must complete and sign the
AFFIDAVIT included as part of this RFP.
Page 13 of 22
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically
understood and agreed that these quantities are approximate and any additional quantities will be
paid for at the quoted price. It is further understood that the contractor shall not have any claim
against the City of Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX
77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the
Contract shall be read and enforced as though each were included herein. If, through mistake or
otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be
amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike
manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities
and means, except as herein otherwise expressly specified, necessary or proper to perform and
complete all the work required by this Contract, in accordance with the provisions of this Contract
and said specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of a
detailed description concerning any point shall be regarded as meaning that only the best
commercial practices are to prevail.
While the purpose of the specifications is, to indicate minimum requirements in the way of
capability, performance, construction, and other details, its use is not intended to deprive the City
of Port Arthur the option of selecting goods which may be considered more suitable for the
purpose involved.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color,
or national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a
timely and proper manner his obligations under this contract, or if the Contractor shall violate any
of the covenants, agreements or stipulations of this contract, the City shall thereupon have the
right to terminate this contract by giving written notice to the Contractor of such termination and
specifying the effective date thereof, at least fifteen (15) days before the effective date of such
termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the
City for damages sustained by the City by virtue of any breach of the contract by the Contractor,
and the City may withhold any payments to the Contractor for the purpose of set-off until such
time as the exact amount of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time
giving at least thirty(30) days notice in writing to the Contractor. If the Contract is terminated by
the City as provided herein, the Contractor will be paid for the service that it has performed up to
the termination date. If this contract is terminated due to fault of the Contractor, the previous
paragraph hereof relative to termination shall apply.
Page 14 of 22
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require
the Contractor to furnish releases or receipts for any or all persons performing work and supplying
material or service to the Contractor, or any sub-contractors for work under this contract, if this is
deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property
that occurs as a result of his fault or negligence in connection with the work performed until
completion and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or
permit any sub-contractor to perform any work included in this Contract until he has received
from the City of Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the
State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense,
purchase, maintain and keep in force insurance that will protect against injury and/or damages
which may arise out of or result from operations under this contract, whether the operations be by
himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or
by anyone for whose acts any of them may be liable,of the following types and limits
1. Standard Worker's Compensation Insurance:
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents,and employees must be named as an additional insured):
a. Bodily injury$500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury$1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage$100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less;or,Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
3. Commercial Automobile Liability Insurance (Including owned, non-owned and
hired vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per person,
$500,000 per occurrence for bodily injury and $100,000 per occurrence for
property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all information
required (including names of insurance agency, contractor and insurance companies, and policy
numbers, effective dates and expiration dates) and to date and sign and do all other things
necessary to complete and make into valid certificates of insurance and pertaining to the above
Page 15 of 22
listed items, and before commencing any of the work and within the time otherwise specified,
Contractor shall file completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any respect
except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should
contain a provision that coverage afforded under the policies will not be altered, modified or
canceled unless at least fifteen (15) days prior written notice has been given to the City of Port
Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF
INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as
the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be
filed with the City of Port Arthur not more than ten(10)days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the
execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot
be issued within such period, the time may be extended by mutual agreement between OWNER
and CONTRACTOR.
Page 16 of 22
APPENDICES
Please include Appendix A—D when submitting proposal documents.
Page 17 of 22
•
APPENDIX A
CITY OF PORT ARTHUR,TEXAS
BID SHEET
BID FOR: Janitorial Services for Police,Fire and Municipal Court
BID DUE DATE: August 3,2016
QTY UOM DESCRIPTION UNIT COST TOTAL COST
12 Months Janitorial Services for Police, Fire
and Municipal Court $5457.00 $66,684.00
Diamond Shine Building Service 624 Linkwood St.
COMPANY NAME STREET ADDRESS
SIGNATURE OF BIDDER P.O.BOX
Eric Malveaux Port Arthur TX 77640
PRINT OR TYPE NAME CITY STATE ZIP
Owner (409) 365-9939
TITLE AREA CODE TELEPHONE NO
diamondshineagt.rr.com (409) 548-4606
EMAIL FAX NO.
Page 18 of 22
N1
APPENDIX B
LETTER OF INTEREST
RFP—Janitorial Services for Police,Fire and Municipal Court
Deadline: August 3,2016
The undersigned firm submits the following information (this RFP submittal) in response to the
Request for Proposals (as amended by any Addenda), issued by the City of Port Arthur, TX (City)
for Janitorial Services for Police, Fire and Municipal Court. Enclosed, and by this reference
incorporated herein and made a part of this RFP,are the following:
❖ Completed RFP Letter of Interest Form
❖ Completed Affidavit
❖ Completed Conflict of Interest Form
Firm understands that the City is not bound to select any firm for the final pre-qualified list and
may reject any responses submitted.
Firm also understands that all costs and expenses incurred by it in preparing this RFP and
participating in this process will be borne solely by the firm, and that the required materials to be
submitted will become the property of the City and will not be returned.
Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or
incomplete statements in this RFP. Firm accepts all terms of the RFP submittal process by signing
this letter of interest and making the RFP submittal.
This RFP shall be governed by and construed in all respects according to the laws of the State of
Texas.
Diamond Shine Building Service 08/05/2016
Firm Name Date
Owner
Authorized Signature Title
Eric Malveaux (409)365-9939
Name (please print) Telephone
diamondshine@gtrr.com
Email
Page 19 of 22
•
raitAPPENDIX C
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly
authorized officer of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I
further agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to
pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they
become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to
enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as
they become due.
Diamond Shine Building Service 08/05/2016
Firm Name Date
Owner
Authorized Signature � Title
Eric Malveaux (409)365-9939
Name (please print) Telephone
diamondshine@gt rr.com
Email
STATE: --cbas
COUNTY: �c•cON In
SUBSCRIBED AND SWORN to before me by the above named frit,
on this the I ata-
day of j /,'S 20 lLt .
I
"`•'°h Stephanie Miranda -AMP' AMP
• Notary Pubkc,state of Texas Pub 1C
, �= Mr con,.rxv.°4-1G-2°19
m°e
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
Page 20 of 22
•
APPENDIX D
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For Vendor or other person doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 1491,80th Leg.,Regular Session.
This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship
as defined by Section 176.001 (1-a)with a local governmental entity and the person meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business
day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006,Local Government
Code.
A person commits an offense if the person knowingly violates Section 176.006,Local Government Code.An offense under this
section is a Class C misdemeanor.
1.Name of person who has a business relationship with local governmental entity.
N/A
2. f iI Check this box if you are filing an update to a previously filed questionnaire.
I (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than
7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.)
3.Name of a local government officer with whom filer has employment or business relationship.
Name of Officer
This section(item 3 including subparts A,B,C,&D)must be completed for each officer with whom the filer has an employment
or other business relationship as defined by Section 176.001 (I-a),Local Government Code.Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment
income,from the filer of the questionnaire?
I
I Yes I I No
B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the
direction of the local government officer named in this section AND the taxable income is not received from the local
governmental entity?
ov
l 1 Yes No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government
Officer serves as an officer or director,or holds an ownership of 10 percent or more?
Yes No
D. Describe each employment or business relationship with the local government officer named in this section.
4. 08/05/2016
Signature of person doing business with the governmental entity Date
Page 21 of 22
('k /40,4\
APPENDIX E
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
STATE OF TEXAS §
By the signature below, the signatory for the bidder certifies that neither he nor the firm,
corporation, partnership or institution represented by the signatory or anyone acting for
the firm bidding this project has violated the antitrust laws of this State, codified at
Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust
laws, nor communicated directly or indirectly the bid made to any competitor or any other
person engaged in the same line of business, nor has the signatory or anyone acting for
the firm, corporation or institution submitting a bid committed any other act of collusion
related to the development and submission of this bid proposal.
Signature:
Printed Name: Eric Malveaux
Title: Owner
Company: Diamond Shine Building Service
Date:
r�fis+)
SUBSCRIBED and sworn to before me the undersigned authority by �v the \ate of,
oRoN on behalf of said bidder. 9// /
• P blic in and for the
• — - - - State of Texas
Stephanie Miranda Q
pg 2z Notary Public,state of Texas • My commission expires: 7"f -dol g
N�or•A''` My Com.Fxp.04-10-2019
�rmt0
Page 22 of 22
Janitorial Service Proposal
Prepared for;
City Of Port Arthur
Location:
2016- COPA Police Dept. P16-051
645 4th Street
Port Arthur, TX 77640
Submitted By:
Diamond Shine Building Service
624 Linkwood Street
Port Arthur, TX 77640
Eric Malveaux
Owner
(409) 365-9939
Fax: (409) 548-4606
E-mail: diamondshine@gt.rr.com
diamondshinetexas.com
0 3v
ERVIC
(SliNf.g
August 17, 2016
lliam«nr/Chi.+,,r-7,,,bri:..n c,,,,,:nn
toRN
2016- COPA Police Dept. P16-051
Janitorial Service Proposal
General
Diamond Shine Building Service agrees to provide all labor, supervision, material, and equipment
necessary to ensure performance of specified cleaning service for the client. This shall include all services
described in the client's written specifications.
Experience
Diamond Shine Building Service has been in business since March 2012. Although a young company, in
the industry Diamond Shine Building Service is an accredited business with The Better Business Bureau
and is a certified HUB vender by the State of Texas. Diamond Shine Building Service supervisors and
team leaders have a combined experience of 60+years.
Eric Malveaux(Owner) 25 years, Renee Malveaux(Operations Manager)15 years, Essie Johnson(Field
Supervisor)25 years, Teresita Cruz(Field Supervisor)30 years, Lester Sanders(Team Leader)20 years.
Diamond Shine Building Service provides janitorial service, Healthcare EVS cleaning, Day Porters, floor
maintenance, and carpet cleaning to the following; Texas Workforce Solutions (TWC), Federal Aviation
Administration(FAA) Southwest Region(Beaumont), Beaumont Federal Fleet Reserve Compound, The
Armed Forces Recruiting Office, UTMB Off Campus Clinics, and other government entities as well as
private companies in the Golden Triangle and surrounding ares.
We have in the past provided janitorial services,floor maintenance, and/or carpet cleaning to the Port
Arthur Transit Dept., Port Arthur Public Works Dept., and the Port Arthur Utility Department.
Pricing
Special Services Requested
Day Porter Svc.- Seven(7) day per week, 7am -4pm
Weekly Mat Svc.- Eight(8) entrance mats, four(4) shower mats
Monthly Window Cleaning Svc.- Interior and exterior
Note: Special services above are included into total price below.
Five(5) days per week Janitorial Cleaning Service Program:
Total Price: $5,557.00/mo.
ca.,,;ro ��, i of'l
Reference
JANITORIAL SERVICES:
01/30/2013- Present
Coastal Transport- 1100 Hwy 365, Port Arthur, TX 77640 Lily Merrell Assistant Manager(409)736-3949
10/01/2013-01/01/2016
COPA-Transit Dept.-320 Dallas Avenue, Port Arthur, TX 77640 June Aiken Office Manager(409)983-
8767
08/07/2014- Present
Beaumont Federal Fleet Reserve-2600 Amoco Rd., Beaumont, TX 77705 Sharon Duhon Administrative
Officer(409)722-3433
09/01/2015- Present
Texas Workforce Solutions-3901 Twin City Hwy, Port Arthur, TX 77640 Melanie Goudeau Facility
Manager (409)720-9190
09/01/2013-05/05/2015
UTMB RMCHP-Orange 2014 North 10th St, Orange, TX 77630 Tracy Peveto Clinic Director(409) 883-
6119
Conference/Offices- High and low dusting, vacuum, sweep, dust mop, damp mop, empty trash
cans/shredders, disinfect phones, door handles, wipe horizontal surfaces with appropriate cleaners.
Locker rooms/Restrooms- High and low dusting, clean/scour and disinfect sinks, all fixtures, toilets, toilet
handles, urinals, urinal handles, hand rails, partitions, door handles, refill all dispensers, empty trash,
sweep, and damp mop floors with appropriate cleaner.
Entrance/Lobby/Kitchen- Clean glass entrances, high and low dusting, vacuum, sweep, dust mop, damp
mop, clean/scour sinks, clean tables and counters, and empty trash.
nin.nnni-1 Ci.in.Q,,iL{inn Coniine Don.O of
o .
Project Management Plan
Diamond Shine Building Service will provide the following to ensure required services by the client.
1.a. - Diamond Shine Building Service will provide adequate personnel and supervision to ensure on going
quality service. Four(4) team member will be assigned to the facility under the supervision of one(1)team
leader who will perform monthly inspections and meeting with facility manager to assure quality service is
being provided. The four(4) team members will consist of two(2) day porters in a rotating seven(7) day
schedule and two(2) team members scheduled for evening cleaning five(5) days per week.
1.b. -Diamond Shine Building Service will ensure the facility is properly and thoroughly cleaned each
scheduled service day by providing our team member with training, tools, support, a check list of work
specifications and adequate supervision needed to perform each task effectively and efficiently.
1.c. -The team members will be trained at the assigned facility for four(4) weeks by the team leader and/or
the Operations Manager to assist them in familiarizing the floor plan and implementing a systematic
approach.
1.d. - Prior to performing services the facility manager will be made aware of who will be assigned to the
facility by proper introduction beginning with the Operations Manager, then the team leader and team
members. A list of contact information for the team leader and Operations Manager will be provided to the
facility manager.
1.e. - Diamond Shine Building Service will provide the following janitorial equipment for the project;
janitorial carts, floor machines, carpet extractors,disinfectant buckets, color code microfiber cleaning rags,
wet mop buckets, wet mop handles, wet mops, dust mops, dust mop handles, vacuums, brooms,
dustpans, high dusters, putty knifes, toilet brush and holder, gloves, masks and safety goggles (if needed).
1.g. - Diamond Shine Building Service's method of quality assurance is through providing proper tools,
training, supervision, inspections, and most important communication with the facility manager, team
leader and team members.
1.h. - Diamond Shine Building Service is committed to providing quality janitorial service that delivers a
level of client satisfaction. We understand that each client has a different need, so we value
communication with our clients. We implement this through random inspections, monthly meetings with our
team leader and team members, and quarterly reports with the facility manager.
1.i. - If awarded the contract the first and foremost important part of the transition is to meet with the facility
manager to better understand the needs and expectations of the facility.
Diamond Shine Building Service anticipates it will take four(4) weeks to fully transition services.
Week 1- Meet with facility manager and become familiarized with the facility's floor plans, needs and
introduce the team leader and team members in training assigned to the facility.
Week 2- Continued training, random inspections (by Operations Manager), and follow-up with team leader.
Week 3- Continued training, random inspections (by Operations Manager), and follow-up with facility
manager.
Week 4- Continued training, random inspections (by Operations Manager), meet with facility manager,
team leader and team member to review and finalize transition.
ni�mnna chino D.,1 line Cen i o l7onc ]of Z
Memorandum
Date: 10/28/2016
To: Brian McDougal, City Manager
From: Clifton Williams, Acting Purchasing Manager C Li,
RE: Proposed Resolution 19565
Nature of Request:
Police, Municipal Court and Fire are requesting a quality janitorial service contractor. In the past
the City would request janitorial services using an Invitation to Bid which was awarded to the
lowest bidder. Services at this location have been terrible over the years and different
contractors won the bid. Purchasing decided to request services using Request for Proposals and
a committee ranked the bidders based on the criteria stated in the proposal.
Analysis/Consideration:
Since the proposals were based on experience, references, pricing, and project management plan,
and the highest ranked person was the lowest price vendor. Since a quality service was requested
the price went up significantly from $46,800 last year to $66,684.
Recommendation: The committee recommends that the City Council award Diamond Shine
Building Service of Port Arthur, TX the contract for Janitorial Services for the Police
Department, Fire Department, and Municipal Court Building with a projected budgetary impact
of$66,684.
Budgetary and Fiscal Effect: Account Number is 001-1101-521.32-00.
Staffing Effect: Employees will be happier working in a cleaner building.