HomeMy WebLinkAboutPR 22725: AUTHORIZING A CONTRACT WITH DIAMOND SHINE BUILDING SERVICES City of
nrt rthur
Texas
www.PortArthurTx.gov
INTEROFFICE MEMORANDUM
Date: August 4, 2022
To: The Honorable Mayor and City Council
Through: Ronald Burton, City Manager
', � c� 4
From: Timothy W. Duriso, Chief of Police �
RE: PR 22725 Janitorial Contract for Police, Fire Admin. And Municipal Court
Introduction:
The intent of this Agenda Item is to seek the City Council's approval for the City Manager to
enter into a contract with Diamond Shine Building Services of Nederland, Texas for janitorial
services for the Police Department, Fire Administration and Municipal Court Building.
Background:
The current contract for janitorial services for the Police Department, Fire Administration and
Municipal Court Building has expired. The Purchasing Department advertised for proposals
for a one-year contract with the option to renew for two additional one-year periods. The City
received several proposals in response to the advertised solicitation. The proposals were
evaluated by City staff and Diamond Shine Building Services of Nederland, Texas was the
highest ranked proposal according to the proposal matrix.
Budget Impact:
Projected annual budgetary impact of$66,684.00 is available in 001-17-045-5312-00-30-000.
Recommendation:
It is recommended that City Council approve the City Manager to enter into a contract with
Diamond Shine Building Services of Nederland, Texas for janitorial services for the Police
Department, Fire Administration and Municipal Court Building, as discussed and/or outlined
above.
"Remember,we are here to serve the Citizens of Port Arthur"
P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743
P.R. No. 22725
JLH 08/4/2022
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
ENTER INTO A CONTRACT WITH DIAMOND SHINE BUILDING
SERVICES OF NEDERLAND, TEXAS FOR JANITORIAL
SERVICES FOR THE POLICE DEPARTMENT, FIRE
ADMINISTRATION AND MUNICIPAL COURT BUILDING WITH
AN ANNUAL PROJECTED BUDGETARY IMPACT OF
$66, 684 . 00 ; FUNDING AVAILABLE IN ACCOUNT 001-17-
045-5312-00-30-000 .
WHEREAS, the City' s contract for janitorial services
for the Police Department, Fire Administration and
Municipal Court building is expiring; and
WHEREAS, the Purchasing Department advertised for
proposals for one-year contract with the option to renew
for two additional one-year periods; and
WHEREAS, the City received four proposals in response
to the solicitation; and
WHEREAS, the proposals were evaluated by City Staff
and Diamond Shine Building Services of Nederland, Texas
was the highest ranked proposal (see evaluation matrix
attached as Exhibit "A") ; and
WHEREAS, the annual cost of this contract has a
projected budgetary impact of $66, 684 . 00; and
WHEREAS, funds are available in the Police Department
Building Maintenance account 001-17-045-5312-00-30-000 .
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 Council authorize the City
Manager to enter into a one-year contract, with an option
to renew for two additional one-year periods, with Diamond
Shine Building Services of Nederland, Texas, for janitorial
services for the Police Department, Fire Administration and
Municipal Court building with an annual projected budgetary
P.R. No. 22725
JLH 08/4/2022
impact of $66, 684 . 00, in substantially the same form as
attached hereto as Exhibit "B"
Section 3 . That a copy of the Resolution shall be
spread upon the Minutes of the City Council .
READ, ADOPTED AND APPROVED on this day of August,
A.D. , 2022, at a Regular Meeting of the City Council of the
City of Port Arthur, Texas, by the following vote: AYES:
Mayor:
Councilmembers : ,
NOES:
Thurman Bill Bartie
Mayor
ATTEST:
Sherri Bellard
City Secretary
APPROVED AS TO FORM:
/ 1 Tizdno
4
City Attorney
P.R. No. 22725
JLH 08/4/2022
APPROVED FOR ADMINISTRATION:
Ronald Burton
City Manager
Timothy Duriso, Chief of Police/
Gregory Benson, Fire Chief
APPROVED FOR THE AVAILABILITY OF FUNDS:
Kandy1<CA--/\__ Ocl---k___A --,----P
Dane l s
Finance Director
I I , lt4.814•,_
Clip on Williams
Purchasing Manager
P.R. No. 22725
JLH 08/4/2022
EXHIBIT "A"
City of Port Arthur
Jnaitorial for Poilce Department,Fire and Muncipal Court Bldg.
Agenda Totals
P22-069
Agape Diamond Shine Troy's Office Webb
Weight Cleaning Building Services Treatments Professional CSDCUS,Inc. AHC Services
I Jouston,TX Nederland,"I X Longview,IX Port Arthur,IX Houston,TX Beaumont,"1 X
Experience 120 60 110 20 70 85 93
References 45 17.5 45 35 30 32 40
Pricing 75 75 70 40 20 50 20
Project Management Plan 60 50 60 25 45 47.5 48.5
Total 300 202.5 285 120 165 214.5 201.5
Yolahola Scy�io GoadeaPur 8/9/2922
Yolanda Scup+ n-Goudeaux,Purchasing Assistant Date
Cinof iiiiiekre,
ort rthu �
Oats
P.R. No. 22725
JLH 08/4/2022
EXHIBIT "B"
JANITORIAL SERVICES CONTRACT FOR POLICE,FIRE ADMINISTRATION AND
MUNICIPAL COURT BUILDING
THIS AGREEMENT, made this day of , 2022, 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 Nederland, Texas, hereinafter acting by and through Eric or Renee Malveaux,
Owners, 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
$66,676.00.
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 No. 2
G. Notice to Proceed
4. This agreement shall be binding upon all parties hereto and their respective
heirs, executors, administrators, successors, and assigns.
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 , 2022.
ATTEST: CITY OF PORT ARTHUR
By:
Sherri Bellard, City Secretary Ronald Burton, City Manager
Signed on the day of , 2022.
DIAMOND SHINE BUILDING
SERVICES
By:
Rene or Eric Malveaux,Owners
Janitorial Service Proposal
Prepared for:
City Of Port Arthur
Location:
Police Department
645 4th Street
Port Arthur, TX 77640
Submitted By:
Diamond Shine Building Service
3318 HWY 363 #229
Nederland, TX 77627
Renee Malveaux
Phone: (409) 365-9939
Fax: (409) 292-5092
E-mail: renee@dshinetx.com
www.diarnondshinetexas.corn
I 1.1(1‘,
June 06, 2022
D:amarrd Shne Bullding Service
Police Department
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, Shaquirra
Malveaux(Project Manager) 6 years, Sherabiah McDuffie (Field Supervisor) 8 years, Maria Cardenas
(Facility Supervisor/Team Leader) 30 years.
Diamond Shine Building Service provides janitorial service, Healthcare EVS cleaning, Day Porters, floor
maintenance, and/or carpet cleaning to the following; Texas Workforce Solutions (TWC), Federal
Aviation Administration(FAA) Southwest Region(Beaumont), Port Arthur Health Department,The Armed
Forces Recruiting Office, 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
UTMB Orange Health Clinic, Port Arthur Transit Dept., Port Arthur Public Works Dept., and the Port
Arthur Utilities Department.
Pricing
Special Services Requested
Day Porter- Seven(7) day per week, 7am - 5pm
Weekly Mat Svc.-Twelve (12) entrance mats
Monthly Window Cleaning Svc.- Exterior windows
*Municipal Court Carpet and Upholstery Cleaning -Quarterly
Police Department Carpet Cleaning- Upon request
Note: Special services above are included into total price below.
janitorial Cleaning Service Program:
Total Price: $5,723.0O/mo.
Note: A 3iio increase from 2016 t 5:557.OQ difference of 5166 OOj is due to the increasing cos('of
supplies and the added service for quarterly carpet and upholstery cleaning,
Diamond Shine Buitd:n:;Service Page+of 3
References
JANITORIAL SERVICES.
10/01/2018 - Present
City of Port Arthur Health Dept. - 449 Austin Ave, Port Arthur, TX 77640
Judith Smith - Clinic Director (409) 983-8874
12/01/2016 - Present
City of Port Arthur Municipal Court - 645 4th St. Port Arthur, TX 77640
Andetria Jones - Court Clerk (409) 983-8686
09/01/2015 - Present
Texas Workforce Solutions - 4680 FM 365, Port Arthur, TX 77642
Melanie Goudeau - Facility Manager(409) 720-9190
12/01/2016 - Present
City of Port Arthur Police Dept. 645 4th St. Port Arthur, TX 77640
Jermey Houston - Deputy Chief (409) 983-8632
12/01/2016 - Present
Texas Workforce Solutions -510 Park St, Suite 200 Beaumont, TX 77701
Mary Haymann - Executive Director (409) 839-8045
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.
Project Management Plan
Diamond Shine Building Service will provide the following to ensure required services by the client.
l.a. - Diamond Shine Building Service will provide adequate personnel and supervision to ensure on
going quality service. Two(2) 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 two(2) team members will consist of two(2) day porters in a
rotating shift..
Lb. - 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
Diamond Shine Betiding Sent, Page 2 of
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.
Lb. - 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.
1.1. - 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.
Overview:
The facility will be divided into two(2)sections, Sectionl- Police Department and Section2- Municipal
Court and Fire Department. Each section will have an assigned staff who will be responsible for
maintaining that section according to the scope of work. Each section will be scheduled a cleaning
time. Police Department 8am-12pm (AM Shift) except on Sunday and Monday(8am-5pm). Fire
Department and Municipal Court 2:pm-6:pm (PM Shift) except on Friday and Saturday (8am-5pm). The
AM Shift will respond to any emergency call need in the Municipal Court/Fire Department and the PM
Shift will respond to any emergency call needed in the Police Department. All detail cleaning for
Sectionl will be done on Sundays and Mondays and Section2 will be done on Fridays and Saturdays to
prevent disruptions during business hours. Prior to leaving the PM Shift (Section2) staff will visually
scan Sectionl (PD) common areas (restrooms, kitchen, lobby and dispatch) and spot clean/touch-up if
needed prior to leaving the facility.
Diamond Shine Buhr ina Service Page 3 of 3
City of -CITY OF PORT ARTHUR, T ,S
,,,:-.?,,', , ,,,,A4
QM
rr6.7"'.- ADDENDUM NO, ONE (1)
r, .
June 7, 2022
BID FOR: Janitorial Service for Police
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 bid submittals must be received and time stamped by 3:00p.m., Central Standard
Time, Wednesday, June 15, 2022 (The clock located in the City Secretary's office will be the official
time.) All bids received will be read aloud at 3:15p_m. on Wednesday, June 15, 2022 in the City
Council Chambers, City Hall, 5th Floor, Port Arthur, TX. Bids will be opened in a manner to avoid
public disclosure of contents; however, only the names of proposers will be read aloud.
2. Contractors that did not attend the Mandatory Pre-Bid will be allowed to bid. Any contractor that needs
to see the building must send a request by 10:00 on June 9, 2022 so we can schedule a walk thru.
3. Addendum #2 will follow.
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.
LlAiiima-
Cliffein Williams, CPPB
Purchasing Manager
r'
`"it k June 13, 2022
Signature �' ...ser Date
uiiding Service
Company Vendor Name
-CITY OF PORT ARTHUR, T �S
art rthu r ADDENDUM NO. ONE (1)
try
June 7,2022
BID FOR: Janitorial Service for Police
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 bid submittals must be received and time stamped by 3:00p.m., Central Standard
Time, Wednesday, June 22, 2022 (The clock located in the City Secretary's office will be the official
time.) All bids received will be read aloud at 3:15p.m. on Wednesday, June 22, 2022 in the City
Council Chambers, City Hall, 5th Floor, Port Arthur, TX. Bids will be opened in a manner to avoid
public disclosure of contents; however, only the names of proposers will be read aloud.
2. Police still prefer the contractor to supply the liners. Police will soap
3. In Municipal Court section the contractor will clean the carpet and seats quarterly.
4. It is slower on Monday and Friday in the Police section, so contractor will vacuum on those days.
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.
Clifidn Williams, CPPB
Purchasing Manager
June 15, 2022
Si ature of * Os. 416W Date
Diamond Shine Building Service
Company Vendor Name
THURMAN BILL BARTIE,MAYOR RONALD BURTON
INGRID HOLMES,MAYOR PRO TEM CITY MANAGER
COUNCIL MEMBERS: Ci o _S __ F�'' SHERRI BELLARD,TRMC
T OMASCAL EKINLAW III f \ � )10 CITY SECRETARY
KENNETH MARKS �� VAL TIZENO
CHARLOTTE MOSES o r t r t h a r CITY ATTORNEY
DONALD FRANK,SR.
e.ltlA
May 24, 2022
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,June 8, 2022 (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,June
8, 2022 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: P22-069
DELIVERY ADDRESS: Please submit one (1) original and USB duplicate copy 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 I Purchasing Manager,Clifton Williams,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.
efeo rL (,t/d, fl
Clifton Williams, CPPB
Purchasing Manager
Page 2 of 24
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 24
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 June 2, 2022 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 24
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.
SQUARE 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 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.
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 5 of 24
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 6 of 24
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. Swffer 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
mopped with a clean damp mop. The carpet in the Courtroom must be vacuumed between the hours
of 8:00 a.m. and 9:00 a.m. Monday through Thursday.
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 1t
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 7 of 24
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 8 of 24
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 firm 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 9 of 24
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 10 of 24
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: Provide a completed copy of the Conflict of Interest Questionnaire
(Form CIQ).The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the
Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information
concerning persons doing business or seeking to do business with the City of Port Arthur, including
affiliations and business and financial relationships such persons may have with City of Port Arthur
officers. The form can be can be located at the Texas Ethics Commission website:
https://www.ethics.state.tx.us/filinginfo/conflict forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a
response to this RFP,you acknowledge that you have been notified of the requirements of Chapter
176 of the Texas Local Government Code and you are representing that you in compliance with
them.
Any information provided by the City of Port Arthur is for information purposes only.If you
have concerns about whether Chapter 176 of the Texas Local Government Code applies to
you or the manner in which you must comply,you should consult an attorney.
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.
Page 11 of 24
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 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.
Page 12 of 24
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.
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
Page 13 of 24
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.
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).
Page 14 of 24
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 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 15 of 24
APPENDICES
Please include Appendix A—D when submitting proposal documents.
Page 16 of 24
APPENDIX A
LETTER OF INTEREST
RFP—Janitorial Services for Police, Fire and Municipal Court
Deadline: June 8,2022
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—Appendix A
•3 Bid Sheet—Appendix B
❖ Completed Affidavit—Appendix C
+ Completed Conflict of Interest Form — Appendix D
❖ Non Collusion Affidavit—Appendix E
❖ House Bill 89 Verification— Appendix F
❖ Chapter 2252 Certification— Appendix 6
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 Bldq. Svcs. June 6, 2022
Firm Name Date
June 6, 2022
ykLae1, - 7
uthoriz 64rature Title
Renee Malveaux (409)365-9939
Name(please print) Telephone
RENEE@DSHINETX.COM
Email
Page 17 of 24
APPENDIX B
CITY OF PORT ARTHUR,TEXAS
BID SHEET
BID FOR: Janitorial Services for Police, Fire and Municipal Court
BID DUE DATE: June 8, 2022
QTY UOM DESCRIPTION UNIT COST TOTAL COST
12 Months Janitorial Services for Police. Fire
and Municipal Court $ 5,723.00 S 68,676‘00
Diamond Shine Bldg. Svcs. 624 Linkwood St.
COMPANY NAME STREET ADDRESS
gAT LI RF‘-'14(' IDDER P.O. BOX
Renee Malveaux
Port Arthur TX 77640
PRINT OR TYPE NAME CITY STATE ZIP
Text
Operations Manager/Owner (409) 365-9939
TITLE AREA CODE TELEPHONE NO
RENEE@DSHINETX.COM
EMAIL FAX NO.
Page 18 of 24
APPENDIX 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 Bldg. Svcs. June 6,2022
Firm Na ne Date
I 4,f
1 Operations Manager /Owner
thorized Sig ,, Title
Renee Malveaux (409)365-9939
Name(please print) Telephone
RENEE@DSHINETX.COM
Email
STATE: t-el C5
COUNTY: JcAcig....v
SUBSCRIBED AND SWORN to before me by the above named tel.,. ma 1 V WL
on this the I14 day of 3 (Apt , 20 2
?jiOfly\c a)CCCt 111 t--
" i4. ;._: BRIANNAMCCAt.t.WE Notary Public
;• • My Notary ID#133340570
;'? .,:'' Expires September 20,2025
RETURN TIHIS AFFIDAtiIT AS PART OF THE BID PROPOSAL
Page 19 of 24
APPENDIX D
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 8dth Leg., Regular Session_ OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176,Local Government Code.by a vendor who
Data Received
has a business relationship as defined by Section 176 001(1-a)with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed See Section 176,006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176,006, Local Government Code.An
offense under this section is a misdemeanor.
J Name of vendor who has a business relationship with local governmental entity.
N/A
J
Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
Name of local government officer about whom the information is being disclosed.
Name of Officer
J Describe each employment or other business relationship with the local government officer,or a family member of the
officer,as described by Section 176.003(02)(4 Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIO as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
Yes No
B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
Yes I No
Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director,or holds an
ownership interest of one percent or more.
Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B). excluding gifts described in Section 176.003(a-1).
J
• ''F
June 6,2022
Signature ot:u.errr!,r doing business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11;3012015
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at httpiiwww.statutes.legis.state.tx.usi
DocsiLGihtm/LG 176.htm.For easy reference,below are some of the sections cited on this form.
Local Government Code§176.001(1-a):"Business relationship°means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code§176.003(a)(2)(A)and(B):
(a)A local government officer shall file a conflicts disclosure statement with respect to a vendor it:
(2) the vendor:
(A) has an employment or other business relationship with the focal government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds$2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed:
or
(ii) the local governmental entity is considering entering into a contract with the
vencbr;
(8) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than$100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed;or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code§176.006(a)and(a-1)
(a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and.
(1) has an employment or other business relationship with a local government officer of that local
governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity,or a family member of the
officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any
gift described by Section 176,003(a-1):or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity;or
(B) submits to the local governmental entity an application,response to a request for proposals
or bids, correspondence. or another writing related to a potential contract with the local
governmental entity;or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer,or a
family member of the officer,described by Subsection(a);
(B) that the vendor has given one or more gifts described by Subsection(a);or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state tx.us Revised 11/302015
Page 21 of 24
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:
Printed
Name: Renee tvialveaux
Title:
Operations Manager/Owner
Company:
Diamond Shine RIdg Svcs
Date:
June 6,2022
SUBSCRIBED and sworn to before me the undersigned authority by 11-1 the(Inc of,
7,022 on behalf of said bidder.
Notary Public Public in and for the
State of Texas
My commission expires:
EvB'resN°61YRIANNAtteDyccALL
Y #13334°5720.201E:5
Page 22 of 24 sePmber
APPENDIX F
House Bill 89 Verification
1, Renee Malveaux (Person name), the undersigned
representative (hereafter referred to as "Representative") of
Diamond Shine Bldq.Svcs. (company or business name, hereafter referred to
as "Business Entity"), being an adult over the age of eighteen (18)years of age, after being
duly sworn by the undersigned notary, do hereby depose and affirm the following:
1. That Representative is authorized to execute this verification on behalf of Business
Entity;
2. That Business Entity does not boycott Israel and will not boycott Israel during the
term of any contract that will be entered into between Business Entity and the City of Port
Arthur: and
3. That Representative understands that the term "boycott Israel" is defined by Texas
Government Code Section 2270.001 to mean refusing to deal with, terminating business
activities with, or otherwise taking any action that is intended to penalize, inflict economic
harm on, or limit commercial relations specifically with Israel, or with a person or entity
doing business in Israel or in an Israeli-controlled territory, but does not include an action
made for ordinary business purposes.
7
GNATURE ORESENTATJVE
ILA SUBSCRIOED AND SWORN TO BEFORE ME, the undersigned authority, on this
day of ULAne, , 2022.
f MNA MCCALL1E
':"" ExPires*feather 20,2025
MY NataIY #13334057o
YoAwra
Notary Public
Page 23 of 24
APPENDIX G
SB 252
CHAPTER 2252 CERTIFICATION
1, Renee Malveaux , the undersigned an representative
of Diamond Shine Bldg. Svcs.
(Company or Business Name)
being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code,
Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not
listed on the website of the Comptroller of the State of Texas concerning the listing of companies
that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that
should the above-named company enter into a contract that is on said listing of companies on the
website of the Comptroller of the State of Texas which do business with Iran,Sudan or any Foreign
Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department.
Renee Malveaux
Name of Company Representative(Print)
Signature otc.or f Representative
June 6,2022
Date
Page 24 of 24
ACCEPTA: E OF ALL FEDERAL C(OI'RACT CLAUSES
The Proposer shall at all times comply with all applicable FTA regulations, policies, procedures and directives,
including without limitation those listed directly or by reference in the Master Agreement between City and
FTA, as they may be amended or promulgated from time to time during the term of this Contract. Proposer's
failure to so comply shall constitute a material breach of this Contract.
The Proposer, Renee Malveaux , certifies or affirms that they have read and accepts all of the
aforementioned Federal Transit Administration contract clauses.
/a/2<T
‘gnattite o r Authorized Official
Renee Malveaux- Operations Manager/Owner
Name and Title of Proposer's Authorized Official
June 6, 2022
Date
Page 32 of 33
CERTIFIPATION OF RESTRICTION
S ON LOBBYING
The undersigned certifies,to the best of his or her knowledge and belief,that:
I) No federal appropriated funds have been or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an office or employee of any agency, a member of Congress,
an officer or employee of Congress in connection with the awarding of any federal contract, the making of any
Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or
cooperative agreement.
2) If any funds other than federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer
or employee of Congress, or an employee of a member of Congress in connection with this federal contract,
grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL,
"Disclosure Form to Report Lobbying", in accordance with its instructions.
3) The undersigned shall require that the language of this certification be included in the award documents
for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and
cooperative agreements)and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance is placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by Section 1352, title 31 U.S. Code. Any person who fails to file the required certification
shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure.
Executed this 6 day of June 20 22 .
a
Company Name: Diamond Shine Building Service
mow' ture of Company Official)
Operations Manager/Owner
(Title of Company Official)
Page 33 of 33