request for proposals w2019-1-a for janitorial …...nov 09, 2018  · quotation. 6. preparation...

52
REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL SERVICES DUE TO THE PURCHASING DEPARTMENT CITY OF WYLIE NANCY LEYVA BUYER 300 COUNTRY CLUB ROAD WYLIE, TEXAS 75098 PRIOR TO: November 9, 2018 prior to 3:00 PM CT SUBMIT ORIGINAL and THREE HARD COPIES, PLUS 1 DIGITAL COPY LATE SUBMITTALS WILL NOT BE ACCEPTED FOR ADDITIONAL INFORMATION CONCERNING THIS BID PLEASE CONTACT: Glenna Hayes C.P.M, A.P.P. Purchasing Manager [email protected] 972 516 6140 Nancy Leyva Buyer [email protected] 972 516 6131 Time Critical Competitive Sealed Bid Deliveries: The City of Wylie, Texas cannot guarantee, due to internal procedures that any documents sent Priority Mail will be picked up and delivered by the closing date and time. Bidders are encouraged to choose the best delivery method for their situation.

Upload: others

Post on 04-Aug-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

REQUEST FOR PROPOSALS W2019-1-A

for

JANITORIAL SERVICES

DUE TO THE PURCHASING DEPARTMENT CITY OF WYLIE NANCY LEYVA

BUYER 300 COUNTRY CLUB ROAD

WYLIE, TEXAS 75098

PRIOR TO: November 9, 2018 prior to 3:00 PM CT

SUBMIT ORIGINAL and THREE HARD COPIES, PLUS 1 DIGITAL COPY

LATE SUBMITTALS WILL NOT BE ACCEPTED

FOR ADDITIONAL INFORMATION CONCERNING THIS BID PLEASE CONTACT:

Glenna Hayes C.P.M, A.P.P. Purchasing Manager

[email protected] 972 516 6140

Nancy Leyva Buyer

[email protected] 972 516 6131

Time Critical Competitive Sealed Bid Deliveries: The City of Wylie, Texas cannot guarantee, due to internal procedures that any documents sent Priority Mail will be picked up and delivered by the closing date and time. Bidders are encouraged to choose the best delivery method for their situation.

Page 2: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

CITY OF WYLIE INSTRUCTIONS AND TERMS FOR BIDDING

THE FOLLOWING TERMS AND CONDITIONS APPLY TO ANY PROCUREMENT OF PRODUCTS OR SERVICES BY THE CITY.

1. BID NOTIFICATION: City of Wylie utilizes the following procedures for notification of bid opportunities: the Wylie News:www.wylienews.com. City of Wylie shall not be responsible for receipt of notification and information from any source otherthan that listed. It shall be the bidder’s responsibility to verify the validity of all bid information received by sources otherthan those listed.

2. ETHICS: The bidder shall not offer or accept gifts of anything of value nor enter into any business arrangement with anyemployee, official or agent of the City of Wylie.

3. REQUIRED INFORMATION: City of Wylie (City) bid/proposal packets contain various sections requiring completion. The bidform section of the bid packet must be completed prior to the date and time set for bid opening and included with the bidpacket or the bidder may be found non-responsive. Vendors may be required to complete and supply all informationcontained in the “supplemental information” portion of the packet at a date after bid opening. Failure to complete“supplemental information” requirements in a timely manner, prior to council award, may be used by the City in determininga vendor’s responsibility.

4. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: a prospective bidder must affirmatively demonstratetheir responsibility. The City of Wylie may request representation and other information sufficient to determine bidder’sability to meet these minimum standards including but not limited to:

A. Have adequate financial resources, or the ability to obtain such resources as required;B. Be able to comply with the required or proposed delivery schedule;C. Have satisfactory record of performance;D. Have a satisfactory record of integrity and ethics;E. Otherwise qualified and eligible to receive an awardF. Must have a current Certificate of Filing through the Texas Secretary of State Office at the time of bid submission

(Texas Business Organization Code; Chapter 9)

5. CORRESPONDENCE: the number of this bid packet must appear on all correspondence, or inquiries, pertaining to thisquotation.

6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal, or presentation ofany bids or materials submitted in response to any bid, quotation, or proposal.

7. NOTICE OF PUBLIC DOCUMENTS: any and all materials initially or subsequently submitted as part of the bid process shallbecome the property of the City, and shall be treated as City documents subject to typical practice and applicable laws forpublic records.

8. ADDENDA: any interpretations, corrections or changes to this bid packet will be made by addenda. Sole issuing authorityshall be vested in the City of Wylie purchasing division. Addenda will be made available to all who are known to have receiveda copy of this bid packet, if the addenda contain changes to the “specification” or “bid form”, bidders shall acknowledgereceipt of all addenda or they may be declared non-responsive.

9. NON-RESIDENT BIDDERS: Pursuant to Texas government code, chapter 2252; A bidder who’s principal place of business,ultimate parent company or majority owner’s principal place of business is not in Texas, is considered a nonresident bidder.A nonresident bidder must underbid the lowest responsible resident bidder by an amount that is equal to, or less than, theamount by which a Texas resident would be required to underbid in the nonresident bidder’s state. This provision does notapply to a contract involving Federal funds. The City reserves the right to request additional information from all vendors todetermine compliance.

10. INSURANCE: the City requires vendor(s) to carry the minimum insurance as required by state laws, and insurancerequirements as outlined in the bid/proposal documents. Vendors must submit endorsement pages as well as insurancecertificates, and the City reserves the right to request a certified copy of the policy.

RFP W2019-1-A Janitorial Services

1 of 51

Page 3: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

11. NO PROHIBITED INTEREST: Bidder acknowledges and represents that they are aware of the laws, City Charter regardingconflicts of interest. The City Charter states that “no officer or employee of the City shall have a financial interest, direct orindirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of anyland, or rights or interest in any land, materials, supplies or service…..”.

12. SILENCE OF SPECIFICATION: the apparent silence of these specifications as to any detail or to the apparent omission from itof a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are toprevail. All interpretations of these specifications shall be made on the basis of this statement.

13. SAMPLES: any catalog, brand names, or manufacturer’s reference in this bid packet is descriptive and not restrictive, and isused to indicate type and quality level desired for comparison purposes unless specifically excluded. Please quote as listed orgive equal. If item offered is other than as indicated, bidder must state make, model, and part number of product quoted.Equality will be determined by the City, per the specifications. Samples, if required, shall be furnished free of expense to theCity. Samples should not be enclosed with bid unless requested.

14. TESTING: testing may be performed at the request of the City or any participating entity, by an agent so designated, withoutexpense to the City.

15. PRICING: bid price(s) quoted, must be held firm for ninety (90) days to allow for evaluation unless otherwise stated in thisdocument.

16. ERROR-QUANTITY: bid price must be submitted on units of quantity specified, extended, and total shown, in the event ofdiscrepancies in extensions, the unit price shall govern.

17. WARRANTY/GUARANTEE LAWS AND REGULATIONS: By submittal of this bid, in addition to the guarantees and warrantiesprovided by law, vendor expressly guarantees and warrants as follows:

A. That the articles to be delivered hereunder will be in full conformity with the specifications or with the approvedsample submitted, and agreed that this warranty shall survive acceptance of delivery and payment for the articlesand that the vendor will bear the cost of inspecting and/or testing articles rejected.

B. That the articles to be delivered hereunder will not infringe on any valid patent, trademark, trade name, or copyright, and that the vendor will, at vendor’s own expense, defend any and all actions or suits charging such infringementand will save and hold harmless the City, its officers, employees, agents, and representatives from any and all claims, losses, liabilities and suits arising there from.

C. That the articles to be delivered hereunder will be manufactured, sold and/or installed in compliance with theprovisions of all applicable federal, state and local laws and regulations.

D. That nothing contained herein shall exclude or affect the operation of any implied warranties otherwise arising infavor of the City.

18. PACKAGING: unless otherwise indicated, items will be new, unused, and in first rate condition in containers suitable fordamage-free shipment and storage.

19. SHIPMENT/TITLE/RISK OF LOSS: quotations shall be bid F.O.B. delivered, designated location, and shall include all deliveryand packaging costs. The title and risk of loss of goods shall not pass to the City until the City actually receives and takespossession of the goods at the point(s) of delivery. The City of Wylie assumes no liability for goods delivered in damaged orunacceptable condition. The successful bidder shall handle all claims with carriers, and in case of damaged goods, shall shipreplacement goods immediately upon notification by the City of damage.

20. DELIVERY PROMISE – PENALTIES: quotations must show the number of calendar days required to place the materials in thepossession of the City (do not quote shipping dates) and deliveries will be acceptable only during normal working hours atthe designated location. When delivery delay can be foreseen, the bidder shall give prior notice to the purchasing division,who shall have the right to extend the delivery date if reasons for delay appear acceptable. Default in promised delivery,without acceptable reasons, or failure to meet specifications, authorizes the purchasing division to purchase goodselsewhere, and charge any increase in cost and handling to the defaulting bidder.

RFP W2019-1-A Janitorial Services

2 of 51

Page 4: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

21. ELECTRONIC SIGNATURE – UNIFORM ELECTRONIC TRANSACTION ACT: the City adopts Vernon Texas’ Statutes and Codes,Annotated Business and Commerce Code Chapter 43. Uniform Electronic Transaction Act, allowing individuals, companies,and governmental entities to lawfully use and rely on electronic signatures.

22. PRESENTATION OF BIDS: complete bid packets must be presented to the Purchasing Department in a sealed envelope unlessotherwise indicated.

23. ALTERING BIDS: bid prices cannot be altered or amended after submission deadline. Any inter-lineation alteration, or erasuremade before opening time must be initialed by the signer of the bid, guaranteeing authenticity.

24. LATE BIDS: bid packets received in the purchasing department after submission deadline shall be returned unopened and will be considered void and unacceptable. The City of Wylie is not responsible for the lateness of mail carrier, weather conditions,etc.

25. WITHDRAWAL OF BIDS: Bids filed with the City may be withdrawn, modified and/or resubmitted prior to the time set in thebid specifications. Bidder agrees that once opened, a bid price may not be withdrawn or canceled by the bidder for a periodof ninety (90) days following the date designated for the receipt of bids without written approval of the City.

26. BID OPENINGS: all bids submitted will be read at the City’s regularly scheduled bid opening for the designated project.However, the reading of a bid at bid opening should not be construed as a comment on the responsiveness of such bid or asany indication that the City accepts such bid as responsive. The City will make a determination as to the responsiveness ofbids submitted based upon compliance with all applicable laws, City of Wylie purchasing guidelines, and project documents,including but not limited to the bid/proposal specifications and required submittal documents. The City will notify thesuccessful bidder upon award of the contract and, according to state law all bids received will be available for inspection atthat time.

27. BID SUMMARY SHEET: bid summary results will be made available forty-eight (48) hours after bid opening. Bidders desiringa copy of the bid summary sheet may request the results forty-eight hours (48) hours after the bid opening through the City’s web site at: http://www.wylietexas.gov/departments/purchasing/bid_tabulations.php.

28. MINOR DEFECT: the City reserves the right to waive any minor defect, irregularity, or informality in any bid. The City mayalso reject any or all bids without cause prior to award.

29. EVALUATION: bids/proposals will be evaluated as outlined in the bid/proposal document.

30. SPLIT AWARD: the City reserves the right to award a separate contract to separate vendors for each item/group or to awardone contract for the entire bid. The City reserves the right to take into consideration contract administration costs for multipleaward contracts when determining low bid.

31. PROTESTS: all protests regarding the bid solicitation process must be submitted in writing to the Purchasing Agent within five(5) working days following the opening of bids. This includes all protests relating to advertising of bid notices, deadlines, bidopening, and all other related procedures under the local government code, as well as any protests relating to allegedimproprieties or ambiguities in the specifications. The limitation does not include protests relating to staff recommendationsas to award of this bid. Protests relating to staff recommendations may be directed to the City Council by contacting the CitySecretary prior to council award. All staff recommendations will be made available for public review at the City’s web site 72hours prior to the meeting of the City Council under the terms of the Texas Opening Meeting Act(http://www.wylietexas.gov/city_government/boards_agendas_and_minutes/city_council3.php).

GENERAL TERMS AND CONDITIONS

Bonding, Purchase Order and Payments:

32. BID SECURITY/BOND REQUIREMENTS: If required, bid security shall be submitted with bids. Any bid submitted without bidbond, or cashiers/certified check, shall be considered non-responsible and will not be considered for award. Performanceand/or payments bonds, when required, shall be submitted (along with power of attorney), to the City prior tocommencement of any work pursuant to the agreement provisions.

RFP W2019-1-A Janitorial Services

3 of 51

Page 5: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

A BOND REQUIRED BY THIS SECTION MUST BE EXECUTED BY A CORPORATE SURETY IN ACCORDANCE WITH SECTION 1, CHAPTER 87, ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 (ARTICLE 7.19-1, VERNON'S TEXAS INSURANCE CODE).

A BOND REQUIRED UNDER THIS SECTION MUST CLEARLY AND PROMINENTLY DISPLAY ON THE BOND OR ON AN ATTACHMENT TO THE BOND:

THE NAME, MAILING ADDRESS, PHYSICAL ADDRESS, AND TELEPHONE NUMBER, INCLUDING THE AREA CODE, OF THE SURETY COMPANY TO WHICH ANY NOTICE OF CLAIM SHOULD BE SENT.

33. FUNDING: the contractor recognizes that any contract shall commence upon the effective date and continue in full force and effect until termination in accordance with its provisions. Contractor and City herein recognize that the continuation of anycontract after the close of any given fiscal year of the City of Wylie, which fiscal year ends on September 30th of each year,shall be subject to Wylie City Council approval. In the event that the Wylie City Council does not approve the appropriationof funds for the contract, the contract shall terminate at the end of the fiscal year for which funds were appropriated and theparties shall have no further obligations hereunder.

34. ADDITIONAL TERMS: Notwithstanding acceptance by the City of the goods or services resulting from an award, no additional terms or conditions of vendor, whether contained within vendor’s invoice or otherwise, shall be accepted by City.

35. PURCHASE ORDERS: a purchase order(s) shall be generated by the City to the successful vendor, and constitutes a contractand any/all insurance requirements are in full effect. The purchase order number must appear on all itemized invoices andpacking slips. The City will not be held responsible for any work orders placed and/or performed without a valid currentpurchase order number.

36. PRICE ESCALATION: price escalations may be permitted by the City of Wylie during the term of the contract. All requestsfor price escalation shall be in written form and shall demonstrate industry-wide or regional increases in the contractor’scosts. Include documents supporting the price escalation, such as manufacturer’s direct cost, postage rates, railroadcommission rates, federal/state minimum wage laws, federal/state unemployment taxes, FICA, etc. Increases will apply onlyto the products(s) and/or service(s) affected by an increase in raw material, labor, or another like cost factor. The City ofWylie reserves the right to accept or reject any/all price escalations.

37. PRICE REDUCTION: if during the life of the contract, the contractor’s net prices to other customers for the same product(s)and/or service(s) are lower than the City of Wylie’s contracted prices, an equitable adjustment shall be made in the contractprice.

38. INVOICING: Invoices shall be submitted to the City of Wylie, Accounts Payable, 300 Country Club Rd, Wylie, TX 75098.

39. PAYMENT TERMS: Are net 30 in accordance with the Texas Prompt Payment Act (Texas Government Code, Chapter 2251),unless otherwise specified by the City in the bid/proposal packet.

40. TAXES: the City of Wylie is exempt from federal manufacturer’s excise and state sales and use tax under Section 151 of theTexas Tax Code. Tax must not be included in bid. Tax exemption certificates will be executed by the City and furnished uponrequest, and the contractor shall comply with all provisions of Section 151.309.

41. DELINQUENT TAXES: section 2-2 of the City Code of Ordinances prohibits the payment of public funds to persons that owedelinquent taxes to the City of Wylie. Therefore, payment to a contractor for goods or services provided to the City undercontract or Purchase Order may be withheld in the event the contractor owes delinquent taxes to the City.

CONTRACT:

42. INTERLOCAL AGREEMENT: successful bidder agrees to extend prices and terms to all entities who have entered into or willenter into joint purchasing interlocal cooperation agreements with the City of Wylie.

RFP W2019-1-A Janitorial Services

4 of 51

Page 6: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

43. ASSIGNMENT: the contractor shall not sell, assign, transfer or convey this contract in whole, or part, without the prior written consent of the purchasing division.

44. AUDIT: the City of Wylie reserves the right to audit the records and performance of contractor during the contract and forthree years thereafter or as specified.

45. CHANGE ORDERS: no oral statement of any person shall modify or otherwise change, or affect the terms, conditions orspecifications stated in this contract. All change orders to the contract will be made in writing by the City of Wylie.

46. INDEMNIFICATION: CONTRACTOR SHALL RELEASE, DEFEND, INDEMNIFY AND HOLD HARMLESS CITY AND ITS CITYCOUNCIL MEMBERS, OFFICERS, AGENTS, REPRESENTATIVES AND EMPLOYEES (COLLECTIVELY REFERRED TO AS “CITY”FOR PURPOSES OF THIS PROVISION) FROM AND AGAINST ALL DAMAGES, INJURIES (INCLUDING DEATH), INTELLECTUALPROPERTY INFRINGEMENT CLAIMS (INCLUDING PATENT, COPYRIGHT AND TRADEMARK INFRINGEMENTS), CLAIMS,PROPERTY DAMAGES (INCLUDING LOSS OF USE), LOSSES, DEMANDS, SUITS, JUDGMENTS AND COSTS, INCLUDINGREASONABLE ATTORNEY’S FEES AND EXPENSES (INCLUDING ATTORNEYS’ FEES AND EXPENSES INCURRED IN ENFORCINGTHIS PROVISION), CAUSED BY THE NEGLIGENT, GROSSLY NEGLIGENT, AND/OR INTENTIONAL WRONGFUL ACT AND/OROMISSION OF CONTRACTOR, ITS OFFICERS, AGENTS, REPRESENTATIVES, EMPLOYEES, SUBCONTRACTORS, LICENSEES,INVITEES OR ANY OTHER THIRD PARTIES FOR WHOM CONTRACTOR IS LEGALLY RESPONSIBLE, IN ITS/THEIR PERFORMANCE OF THIS AGREEMENT AND/OR ARISING OUT OF GOODS AND/OR SERVICES PROVIDED BY CONTRACTOR PURSUANT TOTHIS AGREEMENT, REGARDLESS OF THE JOINT OR CONCURRENT NEGLIGENCE OR STRICT LIABILITY OF THE CITY(COLLECTIVELY, “CLAIMS”). THIS INDEMNIFICATION PROVISION AND THE USE OF THE TERM “CLAIMS” IS ALSOSPECIFICALLY INTENDED TO APPLY TO, BUT NOT LIMITED TO, ANY AND ALL CLAIMS, WHETHER CIVIL OR CRIMINAL,BROUGHT AGAINST CITY BY ANY GOVERNMENT AUTHORITY OR AGENCY RELATED TO ANY PERSON PROVIDING SERVICESUNDER THIS AGREEMENT THAT ARE BASED ON ANY FEDERAL IMMIGRATION LAW AND ANY AND ALL CLAIMS, DEMANDS,DAMAGES, ACTIONS AND CAUSES OF ACTION OF EVERY KIND AND NATURE, KNOWN AND UNKNOWN, EXISTING ORCLAIMED TO EXIST, RELATING TO OR ARISING OUT OF ANY EMPLOYMENT RELATIONSHIP BETWEEN CONTRACTOR AND ITSEMPLOYEES OR SUBCONTRACTORS AS A RESULT OF THAT SUBCONTRACTOR’S OR EMPLOYEE’S EMPLOYMENT AND/ORSEPARATION FROM EMPLOYMENT WITH THE CONTRACTOR, INCLUDING BUT NOT LIMITED TO ANY DISCRIMINATIONCLAIM BASED ON SEX, SEXUAL ORIENTATION OR PREFERENCE, RACE, RELIGION, COLOR, NATIONAL ORIGIN, AGE ORDISABILITY UNDER FEDERAL, STATE OR LOCAL LAW, RULE OR REGULATION, AND/OR ANY CLAIM FOR WRONGFULTERMINATION, BACK PAY, FUTURE WAGE LOSS, OVERTIME PAY, EMPLOYEE BENEFITS, INJURY SUBJECT TO RELIEF UNDERTHE WORKERS’ COMPENSATION ACT OR WOULD BE SUBJECT TO RELIEF UNDER ANY POLICY FOR WORKERSCOMPENSATION INSURANCE, AND ANY OTHER CLAIM, WHETHER IN TORT, CONTRACT OR OTHERWISE. CONTRACTOR ISEXPRESSLY REQUIRED TO INDEMNIFY AND DEFEND THE CITY AGAINST ALL SUCH CLAIMS; PROVIDED, HOWEVER, THAT IFA COURT OF COMPETENT JURISDICTION DETERMINES THAT THE CITY (WITHOUT WAIVING ANY GOVERNMENTALIMMUNITY) HAS JOINT, CONCURRENT OR SOLE NEGLIGENCE FOR THE CLAIMS UNDER THE LAWS OF THE STATE OF TEXAS,THEN CONTRACTOR IS NOT REQUIRED TO INDEMNIFY THE CITY TO THE EXTENT OF THE NEGLIGENCE APPORTIONED TOTHE CITY.

IN ITS SOLE DISCRETION, CITY SHALL HAVE THE RIGHT TO APPROVE OR SELECT DEFENSE COUNSEL TO BE RETAINED BYCONTRACTOR IN FULFILLING ITS OBLIGATION HEREUNDER TO DEFEND AND INDEMNIFY CITY, UNLESS SUCH RIGHT ISEXPRESSLY WAIVED BY CITY IN WRITING. CITY RESERVES THE RIGHT TO PROVIDE A PORTION OR ALL OF ITS OWN DEFENSE; HOWEVER, CITY IS UNDER NO OBLIGATION TO DO SO. ANY SUCH ACTION BY CITY IS NOT TO BE CONSTRUED AS A WAIVEROF CONTRACTOR’S OBLIGATION TO DEFEND CITY OR AS A WAIVER OF CONTRACTOR’S OBLIGATION TO INDEMNIFY CITYPURSUANT TO THIS AGREEMENT. CONTRACTOR SHALL RETAIN CITY-APPROVED DEFENSE COUNSEL WITHIN SEVEN (7)BUSINESS DAYS OF CITY’S WRITTEN NOTICE THAT CITY IS INVOKING ITS RIGHT TO INDEMNIFICATION UNDER THISAGREEMENT. IF CONTRACTOR FAILS TO RETAIN COUNSEL WITHIN SUCH TIME PERIOD, CITY SHALL HAVE THE RIGHT TORETAIN DEFENSE COUNSEL ON ITS OWN BEHALF, AND CONTRACTOR SHALL BE LIABLE FOR ALL COSTS INCURRED BY CITY.

IN ADDITION TO CONTRACTOR’S INTELLECTUAL PROPERTY INFRINGEMENT INDEMNIFICATION AND DEFENSEREQUIREMENTS HEREIN, IF AN INFRINGEMENT CLAIM OCCURS, OR IN CONTRACTOR'S OPINION IS LIKELY TO OCCUR,CONTRACTOR SHALL, AT ITS EXPENSE: (A) PROCURE FOR CITY THE RIGHT TO CONTINUE USING THE PRODUCT; (B) REPLACEOR MODIFY THE PRODUCT SO THAT IT BECOMES NON-INFRINGING WHILE PROVIDING FUNCTIONALLY EQUIVALENTPERFORMANCE; OR (C) ACCEPT THE RETURN OF THE PRODUCT AND GRANT CITY A REIMBURSEMENT FOR THE PRODUCT.CONTRACTOR WILL PROCEED UNDER SUBSECTION (C) ABOVE ONLY IF SUBSECTIONS (A) AND (B) PROVE TO BECOMMERCIALLY UNREASONABLE.

RFP W2019-1-A Janitorial Services

5 of 51

Page 7: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

THE INTELLECTUAL PROPERTY INFRINGEMENT INDEMNIFICATION HEREIN APPLIES TO ALL PRODUCTS PROVIDED, SUPPLIED OR SOLD UNDER THIS AGREEMENT BY CONTRACTOR TO CITY WHETHER MANUFACTURED BY CONTRACTOR OR A THIRD PARTY. CONTRACTOR REPRESENTS THAT, TO THE BEST OF ITS KNOWLEDGE, CITY’S USE OF PRODUCTS THAT ARE PROVIDED SUPPLIED, OR SOLD BY CONTRACTOR TO CITY AS PART OF THIS AGREEMENT DOES NOT CONSTITUTE AN INFRINGEMENT OF ANY INTELLECTUAL PROPERTY RIGHTS AND CITY HAS THE LEGAL RIGHT TO USE SAID PRODUCTS. CITY ENTERS INTO THIS AGREEMENT RELYING ON THIS REPRESENTATION.

THE INDEMNIFICATION AND DEFENSE OBLIGATIONS HEREIN SURVIVE THE TERMINATION OF THE CONTRACT AND/OR DISSOLUTION OF THIS AGREEMENT INCLUDING ANY INFRINGEMENT CURE PROVIDED BY THE CONTRACTOR.

47. TERMINATION and DEFAULT: The City of Wylie may, at its option, with or without cause, and without penalty or prejudiceto any other remedy it may be entitled to at law, or in equity or otherwise under this contract, terminate further work inwhole or in party by giving at least thirty (30) days prior written notice to Contractor with the understanding that all servicesbeing terminated shall cease upon the date as indicated.

The City of Wylie also reserves the right to enforce the performance of the contract in any manner prescribed by law ordeemed to be in the best interest of the City in the event of breach or default of the contract. The City reserves the right toterminate the contract immediately in the event the contractor fails to 1) meet delivery schedules or, 2) otherwise performin accordance with these specifications. Breach of contract or default authorizes the City to award contract to anothercontractor, purchase elsewhere and charge the full increase in cost and handling to the defaulting contractor.

48. REMEDIES: the contractor and the City of Wylie agree that each party has rights, duties, and remedies available as stated inthe uniform commercial code and any other available remedy, whether in law or equity.

49. VENUE: this agreement will be governed and constructed according to the laws of the state of Texas. This agreement isperformable in Collin County, Texas. Exclusive venue shall be in Collin County, Texas.

50. EMPLOYMENT ELIGIBILITY VERIFICATION and CLASSIFICATION: the immigration reform and control act of 1986 (IRCA)makes it illegal for employers to knowingly hire or recruit immigrants who do not possess lawful work authorization andrequires employers to verify their employees' work eligibility on a U.S. department of justice form I-9.

The contractor warrants that contractor is in compliance with IRCA and will maintain compliance with IRCA during the termof the contract with the City. Contractor warrants that contractor has included or will include a similar provision in allwritten agreements with any subcontractors engaged to perform services under this contract. The contractor also warrantsthat all employees are properly classified in accordance with Chapter 214.008 of the Labor Code.

51. DISCLOSURE OF CERTAIN RELATIONSHIPS: Effective January 1, 2006, Chapter 176 of the Texas Local Government Coderequires that any vendor or person considering doing business with a local government entity disclose in the QuestionnaireForm CIQ, the vendor or person’s affiliation or business relationship that might cause a conflict of interest with a localgovernment entity. . By law, this questionnaire must be filed with the records administrator of the City of Wylie not laterthan the 7th business day after the date the person becomes aware of facts that require the statement to be filed. SeeSection 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, LocalGovernment Code. An offense under this section is a Class C misdemeanor. Chapter 176 and the questionnaire may befound at http://www.wylietexas.gov/city_government/city_secretary/forms1.php. By submitting a response to thisrequest, vendor represents that it is in compliance with the requirements of Chapter 176 of the Texas Local GovernmentCode.

52. CERTIFICATE OF INTERESTED PARTIES (Form 1295): In 2015, the Texas Legislature adopted House Bill 1295, which addedsection 2252.908 of the Government Code. The law states that a governmental entity may not enter into certain contractswith a business entity unless the business entity submits a disclosure of interested parties to the governmental entity. Thedisclosure of interested parties will be submitted online via Form 1295 and must be submitted to the governmental entityprior to any signed contract and/or vote by the governing authority.

Additional instructions and information are available at https://www.ethics.state.tx.us/tec/1295-Info.htm or by calling theTexas Ethics Commission at 512-463-5800. By signing the included “Compliance Page” the successful bidder agrees toadhere to HB 1295.

RFP W2019-1-A Janitorial Services

6 of 51

Page 8: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

RFP# W2019-1-A JANITORIAL SERVICES

SECTION I

TERMS: • “Owner” or “City” as used throughout these documents will mean the City of Wylie,

Texas.• “Contractor,” “Vendor,” “Respondent” is used throughout these document will mean

the independent contractor submitting a proposal.

INVITATION: The City is accepting Sealed Proposals

Project Title: RFP # W2019-1-A Janitorial Services

Project Address: Various locations as shown in the specification Owner Name: City of Wylie

GENERAL DESCRIPTION The City of Wylie (“City”) is seeking proposals from experienced and qualified professionals or organizations to provide Janitorial Services. Services include general building cleaning, window and glass structure cleaning, “high dusting”, and outdoor courtyard/entry way power washing. The awarded vendor shall furnish all labor, tools, equipment, materials, insurance/bonds, supervision and any other item necessary to perform services as required by the bid specification. All consumables (paper goods, chemicals, etc.) will be maintained by the City. This bid will be awarded to the vendor providing the Best Value to the City as determined by the published evaluation criteria. The initial term of the contract will be for one (1) year, plus three (3) City optional one-year renewal periods. Pricing shall be fixed and firm for the initial 12 monthperiod.

PRE-BID MEETING: October 26, 2018 @ 9 am CT

All bidders are encouraged to attend this non-mandatory pre-bid meeting prior to submitting their offer. Bidders will have an opportunity to ask questions and/or seek clarification regarding any and all aspects of this request for proposal. Verbal side discussions at the meeting shall not be considered part of the bid unless confirmed in writing by the City and incorporated through the addendum. Questions asked at the meeting that cannot be adequately answered at that time, may be deferred until issuance of an addendum.

*Questions can be submitted prior to the Pre-Bid Meeting to:[email protected]

RFP W2019-1-A Janitorial Services

7 of 51

Page 9: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

Wylie City Hall 2nd Floor Conference Room 300 Country Club Road, Building 100 Wylie, TX 75098

PRE-BID MEETING LOCATION:

MANDATORY SITE VISIT: Must be completed (Estimated 3-4 hrs needed)

A mandatory site visit of the Wylie Buildings will be conducted leaving from City Hall immediately following the Pre-Bid Meeting on October 26, 2018

For Bidders unable to attend the site visit at that time, an alternate site visit will be conducted on October 30, 2018 meeting in the City Hall Lobby at 9 am CT.

Bidders who are unable to attend at either of these times, must notify the Purchasing Department in writing for arrangments no later than October 26, 2018 prior to 3:00 pm CT at [email protected]

Bids submitted from vendors who have not completed the site visit will not be considered.

QUESTIONS/INQUIRY DEADLINE November 5, 2018 Prior to 12:00 Noon CT

QUESTION WILL NOT BE ANSWERED VIA TELEPHONE OR FAX

Respondents may request clarification or interpretation of the Proposal documents. Any such requests must be in writing and may be submitted to the City Purchasing Department up until the questions deadline. All responses will be published in an addendum.

Nancy Leyva, Buyer [email protected]

Verbal inquiries will not be accepted, and Respondents shall refrain from seeking additional information, clarification or other communications from any outside agency, City Council member, City employee or its agents, other than the Purchasing Department. Any information obtained through any other source other than these specifications and/or an addendum published by Wylie Purchasing Department will not be accepted and may deem a bidder’s offer as non-responsive.

ADDENDUMS

Answers to all questions will be published in writing through an addendum by the Wylie Purchasing Department and posted on Demand Star and the City’s web site.

• Demand Star – https://www.demandstar.com/

• City of Wylie – http://wylietexas.gov/departments/purchasing/index.php

RFP W2019-1-A Janitorial Services

8 of 51

Page 10: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

It is the responsibility of the respondent to verify issuance and obtain all addendums prior to the RFP opening, and to acknowledge receipt of the addenda in their response. All addendums will be made a part of the contract document.

RFP RECEIVING AND OPENING DUE TO THE CITY OF WYLIE PURCHASING DEPARTMENT “Original” Copy - Submit one (1) labeled “Original” which must include:

• An original signature on the transmittal letter• A sealed envelope containing the “Proposal Fees”• An electronic .pdf copy on USB (which includes all signatures)

“Copies” - Submit an additional three (3) hardcopies of the entire response. Signatures may also be copies. Do not include any pricing in these copies.

• Sealed RFPs: All RFPs must be sealed and the face of the envelope must containthe following information:

RFP No.: W2019-1-A Name of Project: Janitorial Services Respondent: Your Company Name, Address

• RFP Receiving Date and Time: November 9, 2018 prior to 3:00pm CT

• RFP Receiving Location: Wylie Purchasing Department 300 Country Club Road, 1st Floor (Utility Billing Window)

Wylie, TX 75098 972-516-6140

• RFP Opening Location: Immediately following the closing of the RFP

Wylie City Hall 2nd Floor Conference Room 300 Country Club Road, Building 100 Wylie, TX 75098

• RFPs are valid only if deposited at designated receiving location prior to receivingtime.

• All RFPs shall be registered by automatic time clock at time of deposit.• RFPs deposited after receiving time by the bidder, a delivery service or any other

delivery method will be returned unopened.• All costs associated with the preparation/delivery of the RFP, and or any

subsequent presentations or request for other documentation, is the soleresponsibility of the bidder.

RFP W2019-1-A Janitorial Services

9 of 51

Page 11: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

TIMELINE (all time listed are for Central Time) Advertising 10/17/18 and 10/24/18 RFP Released 10/17/18 Pre-Bid Meeting & Mandatory Site Visit

10/26/18 at 9am CT

Mandatory Site Visit Alternate Day 10/30/18 at 9am CT City Hall Lobby Questions Deadline 11/05/2018 prior to 12:00 Noon CT Addendum Released 11/06/18 RFPs Due 11/09/18 prior to 3:00 pm CT

EVALUATION CRITERIA

A review committee will evaluate submissions received in accordance with the general criteria defined. Failure of Respondents to provide (in their submission) any information request in this RFP may result in the submission being deemed “non-responsive” and removed from any further consideration. The objective of the committee is to review all submissions, and to select the Respondent that provides the best overall value for the City’s needs. All decisions made by the City will be final. City reserves the right to request presentations or demonstrations from some or all offerors in order to further develop evaluation scores.

Client Work History 30%

Cost (submitted in a separate, sealed envelope) 30%

Personnel & Policies 15%

Proposed Services 15%

Equipment List 10%

INTERVIEWS, PRESENTATIONS and BEST AND FINAL OFFERS: To treat all Respondents fairly, requests for interview prior to the closing time and date will not be permitted. The City reserve the right to conduct interviews and or request presentations from any Respondents after the close date and time. Respondent recognizes and understands that any cost incurred by the Respondent which arises from a submittal of a response to this RFP, or subsequent interviews (if applicable), shall be the sole responsibility of the Respondent. City reserves the right to request a best and final offer from any or all offerors.

RESPONDENT'S ACCEPTANCE OF EVALUATION METHODOLOGY: Waiver of Claims: Each Respondent by submission of a Response to this RFP waives any claims it has or may have against the City, its employees, officers and elected officials, agents, representatives, that are connected with or arising out of this RFP, including, the administration of the RFP, the RFP evaluation, and the selection of qualified Respondents to receive a Request for Qualifications. Submission of qualifications indicates Respondent’s acceptance of the evaluation technique and Respondent’s recognition that some subjective judgments must be made by the City during the determination of qualification. Without limiting the generality of the

RFP W2019-1-A Janitorial Services

10 of 51

Page 12: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

foregoing, each Respondent acknowledges that the basis of selection and that the evaluations shall be made public in accordance with applicable law and waives any claim it has or may have against the above-named persons, due to information contained in such evaluations.

CONTRACT TERM: It is the intent of the City to enter into an initial contract term of one (1) year, with three (3) City optional one-year renewal periods.

RESERVATION OF RIGHTS Respondent understands and agrees that the City has the ability to terminate its selection process at any time, and to reject any and all Responses, or any and all Submittals, and that the City has made no representation, written or oral, that it will award a contract for this Project.

INSURANCE ALL RESPONDENTS must submit with their Response, proof of insurance coverage as stipulated in Attachment E. Proof shall be by submission of copies of current policies or current Certificates of Insurance including the effective dates of coverage. Any provisions outlined in Attachment E will be required of the successful Vendor.

INDEPENDENT CONTRACTOR: Provider agrees that they are an independent contractor and not an officer, agent, servant or employee of the City; that Contractor shall have exclusive control of and exclusive right to control the details of the work performed hereunder and all persons performing same, and shall be responsible for the acts and omissions of its officers, agent, employees, contractors, subcontractors and consultants; that the doctrine of respondeat superior shall not apply as between City and Provider, its offers, agents, employees, contractors, subcontractors and consultants, and nothing herein shall be construed as creating a partnership or joint enterprise between the City and the Providers.

COMPLIANCE WITH FEDERAL, STATE, LOCAL LAWS & CITY CHARTER By submitting a RFP or proposal in response to this solicitation, the Respondent hereby certifies that they are in compliance with all applicable federal, state and local laws, and the City Charter. See “COMPLIANCE WITH FEDERAL, STATE, LOCAL LAWS and CITY CHARTER” form.

CONFIDENTIAL OR PROPRIETARY INFORMATION

The City considers all information, documentation and other materials requested to be submitted in response to this solicitation to be of a non-confidential and / or non-proprietary nature and therefore shall be subject to public disclosure under the Texas Public Information Act (Texas Government Code, Chapter 552.001, et seq.) after a contract is awarded.

Respondents are hereby notified that the City strictly adheres to all statutes, court decisions, and opinions of the Texas Attorney General with respect to disclosure of public information If a Respondent believes that parts of a response are confidential, then the Respondent must so specify. The Respondent must stamp in bold letters the term CONFIDENTIAL on that part of the offer which the Respondent believes to be confidential. The City of Wylie in conjunction with the Texas Office of the Attorney General will be the sole judge as to whether a claim is general and/or

RFP W2019-1-A Janitorial Services

11 of 51

Page 13: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

vague in nature. All offers and parts of offers, which are not marked as confidential, will be automatically considered public information after the contract is awarded.

END OF SECTION

RFP W2019-1-A Janitorial Services

12 of 51

Page 14: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

RFP #W2019-1-A JANITORIAL SERVICES SECTION II OVERVIEW

I. BACKGROUND/ INTRODUCTION

The City of Wylie (“City”) is seeking proposals from experienced and qualified professionals or organizations to provide Janitorial Services. Services include general building cleaning, window and glass structure cleaning, “high dusting”, and outdoor courtyard/entry way power washing. The awarded vendor shall furnish all labor, tools, equipment, materials, insurance/bonds, supervision and any other item necessary to perform services as required by the bid specification. All consumables (paper goods, chemicals, etc.) will be maintained by the City. Pricing shall be fixed and firm for the initial 12 month period.

This bid will be awarded to the vendor providing the best value to the City as determined by the published evaluation criteria. The initial term of the contract will be for one (1) year, plus three (3) City optional one-year renewal periods.

Contractors are encouraged to submit offers for either Bid Form A, Bid Form B, Bid Form C, or all.

The City reserves the right to request a best and final offer from any or all offerors. The City reserves the right to award in part or in whole, and to compare submitted bids against all state, local and cooperative agreements in determining the best value to the City.

SCOPE OF WORK Service Requirements

1. Contractor shall furnish all labor, tools, equipment, materials, insurance/bonds, supervision and any otheritem necessary to perform the services as stated. All consumables (paper goods, chemicals, etc.) will bemaintained by the City. The contractor shall satisfactorily perform the work and services at the frequenciesand times specified. Acceptability of the work is subject to approval of the City’s representative.

2. General building cleaning services will be performed only when the facilities are unoccupied unlessotherwise noted, or approved and scheduled by the City’s representative.

3. Electrical power and hot and cold water shall be furnished by the City through existing electrical andplumbing sources.

4. Upon City request, Contractor agrees to provide services set forth in the specifications morefrequently than stated in Table 1 (Submittals; Attachment D -Table D3 and Attachment A - Bid Form A), ata mutually agreed upon fee.

5. Additional items not mentioned in this document but required to provide a clean, sanitary professionalenvironment will be the responsibility of the contractor at no additional cost to the City of Wylie.

6. Contractor will furnish City with a detailed staffing list of personnel in the assigned buildings by the firstweek of each month.

7. Contractor will maintain the same personnel at the specified facilities. Any Changes in personnel, either atthe request of the City or Contractor, will be submitted and mutually approved in writing by both parties.All such changes will be processed through the City of Wylie Purchasing Department.

RFP W2019-1-A Janitorial Services

13 of 51

Page 15: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

8. In the event of a staffing absence, the Contractor is required to notify the City representative if substitutesare not from the current approved staff. A credit will be issued to City in the same month that anyshortages in staffing result in a loss of service.

9. During the term of the resulting contract, Contractor is subject to evaluations related to the performanceof work. Failure to perform in accordance with the standards set forth in the specification will result in theCity seeking remedies as outlined in Section VII, paragraph C “Service Audit and Warranty”.

10. Contractor will provide one (1) employee capable of supervising the cleaning operations at all times andto make daily inspections and to be responsible for maintaining the overall quality of the services.

i. In addition, Contractor shall designate one (1) person to be the point-of-contact (AccountManager) who will, upon reasonable notice, be available to report and confer with theCity’s representative with respect to the services provided.

11. Contractor shall furnish the City with an Emergency 24-Hour Contact List (name, mobile telephone number and/or a pager) for the Account Manager as well as the assigned Supervisor.

II. FACILITY LISTS, SQUARE FOOTAGE, FREQUENCY, & SERVICE TABLES

See Tables 1-3, containing the City’s facility list, building square footage, cleaning frequency, hours of operation and required services.

TABLE 1

FACILITY / SQUARE FOOTAGE / MINIMUM CLEANING FREQUENCY / HOURS OF OPERATION

BLDG NAME & ADDRESS SQ. FT. MINIMUM FREQUENCY

NORMAL HOURS OF OPERATION

1 City Hall 300-100 Country Club Rd

45,740 5 days/week 8am – 5pm Mon-Fri

2 Recreation Center 300-200 Country Club Rd

47,160 7 days/week 5am – 10pm Mon-Fri 8am – 8pm Sat 12N – 8pm Sun

3 Library 300-300 Country Club Rd

43,935 6 days/week 10am – 8pm Mon-Thurs 10am – 5pm Fri and Sat

4 Morgan Temporary Building and Public Safety Building

2000 N. Hwy 78

7,000 7 days/week 24 hours/day

5 Senior Recreation Center 800-100 Thomas Street

7,000 7 days/week 8am – 4pm Mon – Fri 9am – 3pm Sat 1pm – 5pm Sun

6 Brown House 301 N. Ballard Avenue

2,500 Single Cleaning as Requested

RFP W2019-1-A Janitorial Services

14 of 51

Page 16: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

7 Animal Shelter Office Area 949-100 Hensley Lane

(no animal areas)

400 5 days/week 8am – 5pm Mon-Fri

8 Parks Maintenance 949-200 Hensley Lane

3,200 5 days/week 7am- 4pm Mon-Fri

9 Public Works 949-300 Hensley Lane

10,500 5 days/week 7am – 3:30pm Mon-Fri

TOTAL SQ. FOOTAGE: 167,435

TABLE 2

SERVICE FREQUENCY MATRIX ALL BUILDINGS – (where applicable)

ITEMS TO BE CLEANED

CITY BUILDING EXPECTATIONS DAY WEEK OTHER CLEANING STANDARD

(Sec. III) Ceramic Tile Floor Clean and free of debris and surface germs. X C

Machine scrub/clean grout. 3X yr. C

Vinyl Tile Floors Sweep (or vacuum) & mop with germicide. X C

Strip old finish & apply new finish. 3X yr. C

Spray buff X C

Showers Clean walls, doors & curtains w/germicide. X R

Scrub with germicide & rinse. X R

Scrub grout with germicide & rinse X R Floor Drains Remove litter from screens seal trap. X C

Flush with disinfectant. X C

Locker Room Mats Scrub with germicide & rinse X R Non-Painted Wall Surfaces Including Elevator Interior

Remove spots with germicide. X C,R

Total clean with germicide. X C,R

Scrub tile grout with germicide & rinse 3X yr. C, R Hand Sinks Clean w/germicide (scour if needed). X C,R

Dry and polish plumbing including any exposed pipes under sinks.

X C,R

FREQUENCY FROM PREVIOUS CONTRACT

RFP W2019-1-A Janitorial Services

15 of 51

Page 17: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

Countertop Surfaces Clean with germicide & dry X C,O, R

Mirrors Clean with glass cleaner & dry. X R, S

Commodes Clean entire fixture with germicide. X R

Brush interior under flush rim. X R

Dry exterior of seat & polish plumbing. X R

Remove water/mineral deposits with mild acid solution.

X R

Urinals Clean entire fixture with germicide. X R

Brush interior under flush rim. X R

Dry exterior of seat & polish plumbing. X R

Remove water/mineral deposits w/mild acid, replace urinal screen as

needed.

X R

Stall Partitions Clean w/germicide & dry. Remove fingerprints, stains and graffiti.

X R

Baby Changing Stations

Clean with germicide & dry X R

Trash Receptacles Empty (reline if soiled) & reposition. X C,O,R

Damp wipe germicidal solution. X C,O,R

Wash interior and exterior w/germicide.

1X mo. C,O,R

Sanitary Napkin Dispensers

Empty and reline with bag liners. X R

Clean interior and exterior w/germicide.

X R

Hand Soap Dispensers

Refill as needed, wipe exterior w/germicide.

X R

Paper Towel Dispensers

Refill, clean with germicide & polish. X C

Toilet Tissue Dispensers

Refill, clean w/germicide and dry. Dispose of tissue roll only when empty.

X R

Drinking Fountains Clean w/germicide, dry & polish. X C

Lockers High dust tops, spot clean exteriors. X R

RFP W2019-1-A Janitorial Services

16 of 51

Page 18: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

Wall-Mounted Air Fresheners

Replace empty canisters and dead batteries.

As needed

R

Jail Areas and Cells Damp wipe all surfaces with germicide. 2X S

Kitchen Range Cleaning of equipment exterior As needed

C

Kitchen Appliances & Vending Machines

(Refrigerator, Microwave, etc.)

Cleaning of equipment exterior surfaces As needed

C

Stainless Steel Kitchen Equipment

Cleaning of equipment surfaces As needed

C

Carpeted Floors Vacuum open areas X C,O

Vacuum mats throughout X Remove spots & gum X As

needed C,O

Detail Vacuum X C,O

General Shampoo (dry, foam, extract) 3X yr. C,O

ITEM TO BE

CLEANED TASKS TO BE PERFORMED DAY WEEK OTHER CLEANING

STANDARD (Sec III)

Concrete floors Sweep (or vacuum) & dust mop X C,R

Remove spots & gum X C,R

Wet mop with germicide and rinse X C,R

Machine scrub w/detergent & rinse (entries & corridors)

2X yr. C,R

Rec Ctr Hardwood Flooring

Gym & Aerobics Rm

Dry dust mop, spot clean stains and spills X S

Mesquite Wood Floors ;

Including on Stair Wells & Elevator

Interior

Sweep with dust mop X S

Mist with City approved cleaning solution and dust mop.

As Needed

X

Stair Railings Dry dust X C Varnished Millwork Dry dust X C

Window Sills Dry dust X C Climbing Wall Floor Vacuum X C

Entry door/ glass Clean both sides/dry frames X C

FREQUENCY FROM PREVIOUS CONTRACT

RFP W2019-1-A Janitorial Services

17 of 51

Page 19: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

Windows / Transaction Windows

Spot clean exterior windows (interior side only); spot clean interior transaction

windows (both sides)

X C

Office/partition glass Spot clean X C

Clean both sides/dry frames X C

Drinking fountains Clean w/germicide, dry, polish X C

Upholstered furniture

Vacuum upholstery and dust/wipe other furniture surfaces

X C,O

Non-upholstered furniture

Spot clean, dust and wipe all surfaces X C,O

HVAC Vents Dry dust surface X C,O,R

Public Telephones Clean handset w/germicide & polish metal surrounds.

X C

Dry marker boards Clean all surfaces. Clean board surface with compatible cleaner. Do not remove any

writing on board.

1X mo. C

TV/VCR equip. carts Feather dust around controls X C

Trash Receptacles Empty (re-line if soiled) & reposition X C,O,R

Damp wipe to remove spots & soil X C,O,R

Wash interior & exterior with germicide 1X mo. C,O,R

Recycle Carts Place outside and return the next day X C

Blinds (slated) Remove dust X C,O

Full cleaning (damp wiping of both sides). 3X yr. C,O

Library Shelves Dust library shelves using feather duster (do not need to move books)

2X mo. C

Library Foyer Wipe down tables and chairs with disinfectant wipes, dust book drop area and

brochure table

X C

Library Tables Dust library tables in Adult, Children’s, Teen, Quiet Reading Room , Study Room

X C

RFP W2019-1-A Janitorial Services

18 of 51

Page 20: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

TABLE 3

SERVICE FREQUENCY MATRIX ALTERNATE SERVICES

ITEMS TO BE CLEANED

TASKS TO BE PERFORMED FREQUENCY CLEANING STANDARD

(Sec. IV) High Dusting Light Fixtures, Ductwork, catwalks, railings,

audio visual equipment, and other high surfaces

Per request by the City. H

Window Cleaning Interior and Exterior windows, doors, special decorative metal wall services,

cashier areas

Per request by the City. H

Power Washing Outdoor courtyard/entry ways at Municipal Center and Public Safety complexes.

Per request by the City. H

Other Services As defined and based on a quoted hourly rate.

Per request by the City. H

III. GENERAL CLEANING STANDARDS – ALL BUILDINGS

The following standards will be used to determine the quality of services being provided.

A. (C): COMMON AREAS (including break rooms and restrooms)

1. Lobby and entrance floors should be clean and free of dirt streaks, and there should be no dirt remaining

in corners, behind doors or where the dirt was picked up with the dustpan after the housekeeping

operation. Floors should be free of loose and/or caked dirt particles and should present an overall

appearance of cleanliness.

2. Wall surfaces should be free of finger marks, smudges and other dirt spots of any kind.

3. Walls, baseboards and other surfaces should be free of watermarks, scars from the cleaning equipment

striking the surfaces, and splashing from the cleaning solution and rinse water.

4. Door knobs, push bars, kick plates, railings, doors and other surfaces should be clean and polished to an

acceptable luster.

5. All drinking fountains should be clean and free of stains. The wall surfaces and floor around the drinking

fountains should be free of water spots and streaks.

6. Stairwells, landings, steps and all corners of stair treads should be free of loose dirt or dust streaks.

7. Stair railings, fire extinguishers, door moldings, ledges, radiators, louvers, and grills should be dust free.

FREQUENCY FROM PREVIOUS CONTRACT

RFP W2019-1-A Janitorial Services

19 of 51

Page 21: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

8. Glass surfaces should be clean and free of any smudges, finger marks, and dirt.

9. Lounge areas and conference rooms: tables should be clean and free of smudges, finger marks, cup

rings and other soilage. Chairs should be clean and free of dust or debris.

10. Lounge areas and conference rooms: floors should be free of dirt and debris.

11. Chairs and other furniture should be left in a neat, orderly condition.

12. Wads of gum, tar, and other sticky substances will have been removed.

13. Ashtrays and sand urns should be clean, fresh sand, odor free and all debris removed.

14. Floor and entry mats (including exterior matting) should be clean and free of debris. Mats must be

scheduled for extraction periodically to assure a lasting appearance and to aid in prolonging of the life

expectancy mats.

15. Light fixtures should be free of dirt.

16. HVAC Vents and grills must be free of soot, dust, cobwebs and other debris.

17. Kitchenette areas and appliances shall be clean and free of dust, dirt, sports and stains. Hand Towel

dispensers shall be maintained at approximately 75% of capacity.

18. All mopped areas will be clean and free from dirt, streaks, mop marks, and strands, etc.; properly rinsed

and dry mopped for an overall appearance of cleanliness.

19. When waxing floors, the wax will be applied thinly, uniformly, and evenly in such a manner as to avoid

skipping of areas, and allowed to dry properly before being polished. The wax will not flow under

adjacent doors, and if so, it will be removed and/or cleaned. The waxed area will be free of streaks,

skipped areas, and other evidence of improper wax application.

20. Mounted Televisions shall be dry dusted only; no liquid or other types of cleaners shall be used.

B. (O): OFFICE AREAS

1. All wastepaper baskets should be empty and in place; clean and ready for use. Liners will be inserted asrequired.

2. Trash should not be left on floor.

3. Corners and crevices should be free from any dust.

4. Windowsills, door ledges, door frames, louvers, window frames, baseboards, ledges and flat surfacesshould be free of dust on any surface.

5. Woodwork, after being properly dusted, should appear bright.

6. There should not be any oily spots or smudges on walls, caused by touching them.

7. There should not be any dirt left in corners, under furniture, or behind doors.

RFP W2019-1-A Janitorial Services

20 of 51

Page 22: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

8. There should be no trash or foreign matter under desks, tables or chairs.

9. Baseboards, furniture and equipment should not be disfigured or damaged during the cleaning operation.

10. Office furniture flat surfaces (which are clear of paperwork and/or stored items) shall be dust and dirtfree.

11. Furniture and equipment moved during sweeping should be replaced.

12. All items in offices, including chairs, machines, calendars, pictures, phones, and wastebaskets are to beleft in their original locations. Office equipment such as computers, radios, televisions, telephones, taperecorders, etc. are not to be used by cleaning personnel.

13. Items marked “TRASH” which are not in trash cans, are to be removed. Unmarked items are not to beremoved.

C. (R): RESTROOMS/LOCKER AREAS

1. All trash cans should be empty and liners inserted as required.

2. All sanitary receptacles should be clean, both inside and outside, and contain a new bag liner.

3. No trash should be on the floor.

4. The bags containing collected contents of the sanitary receptacles must be deposited in a propercontainer and removed.

5. All dispensers of supplies should be clean and filled with the proper supplies (towels, soap, napkins, etc.)

6. All mirrors should be free of streaks, smudges, water spots, dust and lipstick and should not be cloudy or

hazed in appearance.

7. All supply dispensers should be clean and free of finger marks and water spots.

8. All shelves and shelf brackets should be free of gum, dust, fingerprints, water stains, smudges and othersoil.

9. All porcelain surfaces of wash basins, toilets and urinals should be free of dust, dirt, spots and stains.

10. The wall surfaces should be free of spots and smears. Wall surfaces will be uniformly clean all over,including shower walls and floors.

11. All toilet seats should be left in raised position after cleaning. They should be free of spots and stains, andthe seat hinges should be free of green mold.

12. The plumbing fixtures should be free of green mold and water stains.

RFP W2019-1-A Janitorial Services

21 of 51

Page 23: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

13. Walls, stall partitions, and doors should be free of hand marks, dust, pencil marks, lipstick smudges, waterstreaks, mop marks, green mold and graffiti.

D. (S): SPECIAL STANDARDS

1. Mesquite Wood Floors & Stair Wells- all surfaces shall be clean and free of debris, stains, spills and/orcorner build-up. City approved cleaner must be used according to manufacturer’s directions for“mist/dust mop” cleaning. A minimal amount of water (only) may be used as a cleaning agent for majorspills. All wet cleaning must be dried immediately and be streak free (water must not be allowed to standon the wood flooring surfaces causing damage).

2. Recreation Center Rock Climbing Wall - Floor mat area only to be spot vacuumed and free of debris.Stains, spills, or matter which cannot be removed by vacuum must be reported to the City Representative.No cleaning of the rock wall surfaces is required.

3. Recreation Center 2nd Floor: Flooring – all flooring must be clean and free of debris, stains, spills and/orcorner build-up.

4. Recreation Center Hardwood Floor Gym & Aerobics Room – All surfaces shall be clean and free of debris,stains, spills and/or corner build-up. A minimal amount of water (only) may be used as a cleaning agentfor stains and spills. All wet cleaning must be dried immediately and be streak free (water must not beallowed to stand on the wood flooring surfaces causing damage).

5. Wall mirrors – shall be clean of spots and debris, and streak free.

6. Jail Area - All surfaces must be cleaned with germicide, and shall be free of debris, stains, spills and/orcorner build-up.

IV. GENERAL CLEANING STANDARDS – ALTERNATE SERVICES

The following standards will be used to determine the quality of services being provided.

A. HIGH SERVICES* (High Dusting, Windows, Power Washing)*May require ladders and/or lift equipment

1. High Dusting: All light fixtures, structural framing (does not include sprinkler piping, bar joists, or steelangle bracing), ductwork, catwalks, audio/visual equipment and other surfaced shall be dust free.Surfaces may be located high enough to require ladders and /or lift equipment.

2. Window Cleaning: all surfaces shall be cleared of miscellaneous debris, clean and streak-free, andcleaning solutions must be removed from all window sills or other surrounding areas. Surfaces include allinterior and exterior windows and glass doors (includes both sides), special decorative metal wallsurfaces (Millennium Tile at Municipal Complex), and cashier areas.

3. Outdoor Courtyard/Entry Way Power Washing: Includes removal of gum, stains, tire marks, etc. outdoorcourtyard/entry way areas. Miscellaneous debris shall be removed and disposed of appropriately. Note:contractor will utilize City approved water sources for outdoor power washing.

RFP W2019-1-A Janitorial Services

22 of 51

Page 24: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

B. ADDITIONAL SERVICES

1. A scope of work and cleaning standard will be stated in writing by the City Representative on an asneeded basis. Vendor pricing shall be in the form an hourly rate, and scheduling will be mutually agreed.

V. SUPPLIES & EQUIPMENT

A. SUPPLIES AND MATERIALS

1. The City will contract directly with suppliers for supplies as agreed with contractor. The contractor shallfurnish all necessary materials and equipment as may be required to perform the cleaning assignmentsoutlined in these specifications. All supplies, materials and equipment shall be of the highest quality and subject to the approval of the City’s representative. The contractor will not use any cleaning agent, chemical or other material which is deemed harmful or unsuitable for the purpose intended.

2. Contractor will be responsible for the neatness and proper storage of all equipment and chemicals subjectto the approval of the City’s representative. Contractor is required to supply all other items necessary toclean all areas in accordance with bid specifications.

B. EQUIPMENT

1. The contractor shall furnish all cleaning equipment required to perform the cleaning assignments outlinedin these specifications. Such equipment includes floor machines (i.e., high/slow speed), carpet cleaningmachines (i.e., extractors & bonnet buffers w/tanks), industrial type vacuums (i.e., dual-motor & space vacuums), mop bucket wringer sets, wet/dry vacuums, portable vacuums and upholstery equipment, ladders and/or lift equipment.

2. The contractor will maintain said equipment in good, safe, working order and shall ensure that theequipment is clean and presents a good appearance. Equipment determined by the City’s representative to be unacceptable will be removed and replaced immediately by the contractor.

3. Use of propane or gas powered equipment is prohibited.

C. STORAGE

1. A secure space shall be assigned to the contractor for storage of all supplies and small equipment. Note:space will not be provided for the storage of ladders and/or lift equipment.

2. The contractor shall be responsible for keeping the storage space clean and in good order. The failure todispose of or the storage of food and beverage containers or other personal items is not acceptable.

3. The City shall not be held responsible for damages to the contractor’s stored supplies and equipment orpersonal belongings of the contractor or contractor’s personnel, caused by fire, theft, accidents, naturaldisasters or any other incident.

4. The contractor shall not store combustible materials at any time within City facilities. Any/allcombustible materials or chemicals must be stored within a fire proof cabinet and appropriatelygrounded.

RFP W2019-1-A Janitorial Services

23 of 51

Page 25: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

VI. WORK PROCEDURES

A. SUPERVISION

1. The contractor or an authorized representative shall oversee all work performed under this contract on adaily basis.

2. The contractor or authorized representative will be available to receive messages or other informationpertinent to the successful completion of the assigned work. Open communication with the City’srepresentative shall be maintained.

3. The contractor will provide adequate supervisory structure to ensure the direction of cleaning employeesand ensure quality standards are met.

4. All personnel provided shall be appropriately supervised and directed by trained and qualified supervisors.

5. All supervisory and lead personnel must have previous experience working within a work environmentsimilar to that of the City of Wylie.

B. SCHEDULING

1. The contractor shall schedule all required work to be performed outside of the “Normal Hours ofOperation”, and as not to interfere with City after-hour meetings or operations.

2. Variances in schedules shall require prior approval of the City’s representative.

3. The contractor shall submit a schedule for cleaning tasks identified with a frequency of “Other” or “PerRequest” (see Tables 2 and 3; carpet cleaning, hard surface floor refinishing, window washing, and similartasks) to the City’s representative for prior approval.

4. Jail Area Scheduling: Work schedules for the Jail Area must be mutually agreed upon by Contractor andCity Representative. Contractor will be given access to this area by the City of Wylie Police Department.

C. RECYCLING PROGRAM & TRASH HANDLING

It is the initiative of the City of Wylie that the on-going recycling program be in effect at all times. The following process is currently in effect and must be diligently adhered to by all contractual personnel.

1. Recycling collection will consist of:a. Taking recycling polycarts outside to place at the designated pick-up areas and returned indoors

the next day (one time per week, per facility)

2. Regular “trash waste” will be placed daily into the appropriate dumpster located at each facility.

VII. QUALITY CONTROL

A. INSPECTIONS

1. Inspections of all contracted locations will be made by the City’s authorized representative(s) on a regularbasis.

RFP W2019-1-A Janitorial Services

24 of 51

Page 26: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

2. The contractor shall agree to participate in scheduled inspections with the City’s representative(s). Wherever applicable, the departmental liaison will also participate.

B. ASSESSMENT OF WORK

1. Standards used to assess the quality of work performed are outlined in Section III, "General CleaningStandards - All Buildings"

2. Work which fails to meet expected standards will be brought to the attention of the contractor. The

contractor will then be requested to correct the problem. Failure by the contractor to take correctiveactions within twenty-four hours will result in the work being done by others and costs charged to the

contractor. Emergencies will require same day response.

3. The contractor or authorized representative shall provide daily on-site supervision and quality control on a

five (5) days per week basis.

4. Failure to provide a satisfactory level of services will result in a credit adjustment. City reserves the right to

determine the credit adjustment.

C. SERVICE AUDIT AND WARRANTY

The City reserves the right to audit (at a minimum but not limited to) the Contractors’ personnel, services, hours worked and resulting invoices. Deficiencies will be handled as follows:

Level 1: o If any of the work is not completed in accordance with the written requirements specified in the

contract documents, the City of Wylie representative shall issue a written notice of non-compliance tothe contractor (email or mail).

o The contractor will correct the area of non-compliance within 24 hours of notice.

Level 2: o If contractor fails to correct the defective work within the allotted time, or fails to perform the required

services on a consistent basis, the City of Wylie representative shall issue a written notice of non-compliance and a copy will be filed with the City Purchasing Department. The Contractor will providea written response which includes actions or policy changes to permanently address the stated issueswithin the designated time frame. The City retains the right to seek remedies for deficiencies asnecessary, which may include but are not limited to, correcting the deficiency at the expense of thecontractor, reimbursement, or termination.

VIII. PERSONNEL

A. EMPLOYEES

1. Criminal History Check - The contractor must provide the City with the full legal name, maiden name ifapplicable, social security number and legal address of employees working in City facilities. Prior to theinitial contract term, the custodial contractor will provide the City with a complete criminal history for allfull-time or part-time contract personnel, and for newly-assigned employees, no later than 10 days after

RFP W2019-1-A Janitorial Services

25 of 51

Page 27: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

the employee begins work. No contractor employee will be permitted to work if the criminal history reveals conviction of a felony or crime of moral turpitude.

2. The contractor shall employ competent, qualified workers who are capable of performing the requiredservices. All personnel provided shall be appropriately supervised and directed by trained, qualifiedsupervisors. Contractor needs to identify to City staff at least one contractor employee per shift who isable and accessible to read, comprehend, and communicate fluently in English both orally and in writing.

3. The contractor shall employ individuals who are citizens of the U.S. or who have proof of right-to-workstatus. The contractor shall be in compliance with all federal and state immigration laws, and in fullcompliance with Texas Labor Code (classification of employees).

4. City of Wylie policies prohibits discrimination based upon race, color, national origin, marital status, age,sex or other non-merit factors. The contractor shall adhere to all applicable Equal Employment Opportunitypolicies and laws.

5. The contractor shall not assign duties at any City facility to any individual who, within the preceding fiveyears has been convicted of any felony or convicted of any misdemeanor involving theft, embezzlement orfraud.

6. The contractor shall maintain a roster of employees, their work assignment and their home address andphone number. It shall be the responsibility of the contractor to keep the employee roster current.

7. The contractor shall ensure that his/her employees do not bring children, or any other guest, to work withthem in any City facility.

8. The contractor shall ensure that all his/her employees shall observe all City codes and ordinances governingCity employees conduct when on city premises.

9. In the event that City shall deem any employee as unacceptable or unsatisfactory, contractor shall removesuch employee from the work force and shall supply a suitable replacement therefore.

B. IDENTIFICATION

1. Employees of the contractor shall be required to display a City of Wylie ID badge at all times while on dutyin any City facility. The ID badge shall include a photograph of the employee, the employees name and thename of the company he/she represents. Any contractor employee who is not displaying their ID badgewill not be allowed to work in any City facility.

2. The contractor’s employees shall be comply with the following requirements:

• All clothing should be clean, in good repair, pressed and of appropriate size.

• Shirts are to be properly buttoned and tucked into pants.

• Headbands, shower caps, etc., are not permitted

• NO open-toed shoes, sandals, thongs, or other casual or lounging footwear are permitted.

• Smoking is not permitted on any City property nor in any City building.

RFP W2019-1-A Janitorial Services

26 of 51

Page 28: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

• Radios of any kind (except for 2-way devices) are not to be used during the performance of job duties

during the normal business hours of each facility. This applies to earphone type radios and tape

players.

C. SAFETY

1. The contractor shall take all necessary precautions to ensure the safety of all persons located in contractedbuildings, during the performance of the work.

2. The contractor shall ensure that his/her employees shall comply with all safety regulations and shallobserve relevant safety practices at all times while performing the work.

IX. SECURITY

1. The contractor will be issued keys to each location. The contractor shall not copy any key issued by theCity. If additional keys are required, the contractor shall make a written request to the City’s representative.Lost keys are to be reported immediately to the City’s representative. The contractor will be liable for costsof re-keying locks, should keys issued to the contractor be lost.

2. The contractor shall be responsible for maintaining security during the time the work is being performed.Doors, gates, or any other means of ingress and egress shall be locked at all times after the close of normalbusiness hours.

3. The contractor shall be responsible for ensuring that each location is secured following the completion ofthe work.

4. Wherever applicable, the contractor shall ensure that alarm systems are properly reset following thecompletion of the work.

5. Items requiring maintenance attention (burned out lights, toilet stoppages, leaks, structural damage, etc.)shall be reported to the City’s representative in writing (email) within one business day of beingdiscovered. The report shall indicate the nature of the maintenance needed, the location, and the timethe fault was discovered.

6. “Lost and Found” articles are to be turned in to the City’s representative.

7. In the event of a reported theft in any contracted building, the contractor and his/her personnel will beexpected to cooperate fully in any investigation conducted by City personnel. Such investigations mayinclude the use of polygraph examinations. The Contractor will provide interpreters (when necessary) toexpedite the investigations.

8. The contractor shall instruct his/her staff to report any suspicious activity in and around City buildings.

RFP W2019-1-A Janitorial Services

27 of 51

Page 29: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

SAFETY & SECURITY RULES OF CONDUCT

WITHIN CITY JAIL, POLICE, and COMMUNICATIONS

SAMPLE FORM

1. PURPOSE:

To enhance the safety and security of Custodial Staff, Jail Staff, and Prisoners.

2. ENTRY INTO JAIL AREA:

The only reason for custodial personnel to enter into the Jail/Book-In area is for completion of required cleaning andsanitizing duties.

3. SUPERVISION:

Custodial workers are accountable to Jail staff supervision and authority while in the Jail and Book-In area.

4. SPECIFIC BEHAVIOR:

DO NOT communicate verbally or in writing with any prisoner

DO NOT give any prisoner any object, item, or article for any reason at any time.

DO keep your person and your equipment well away from and out of the way of prisoners and Jail staff.

DO maintain control of ALL your tools, keys, and equipment, well away from the reach of all prisoners.

DO obtain clearance from Jail staff prior to beginning your work, especially wet mopping.

5. GENERAL:

Custodial workers should never loiter or linger in or around Police working areas for purposes of eavesdropping onconversations, reading papers exposed on desks or to observe Police activities. In addition, custodians should ceasecleaning activities immediately when requested to do so by Police or communications staff. The work should resume only after consent has been given to do so.

_______SAMPLE____________________ ______________________________ Supervisor Signature Date

_______SAMPLE____________________ ______________________________ Employee Signature Date

NOTE: VENDOR AND ALL EMPLOYEES ASSIGNED WILL BE REQUIRED TO COMPLETE THIS FORM.

RFP W2019-1-A Janitorial Services

28 of 51

Page 30: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

SECTION V - SUBMITTAL REQUIREMENTS

A. GENERAL INSTRUCTIONS:1. Respondent should carefully read the information contained herein, and submit a complete response to

all requirements and questions as directed.

2. Responses and any other information submitted by Respondents in response to this RFP shall becomethe property of the City.

3. Failure to comply with the requirements contained in this RFP may result in a finding that theRespondent is not qualified and is ineligible to submit a Proposal in response to any subsequent RFP.

4. The materials submitted must be enclosed in a sealed envelope (or box or container).

5. The RFP number should be clearly visible; and name, telephone number and the return address of theRespondent should be clearly visible on the outside of the sealed envelope (or box or container).

6. Late submittals properly identified will be returned to Respondent unopened. Late submittals will notbe considered under any circumstances.

7. Each Response should be prepared simply and economically, providing a straightforward, concisedescription of the Respondent’s ability to meet the requirements of this RFP. Emphasis should be oncompleteness, clarity of content, responsiveness to the requirements, and an understanding of the City'sneeds.

8. Responses which are qualified with conditional clauses, or alterations, or items not called for in the RFPdocuments, or irregularities of any kind, are subject to disqualification by the City, at its option. The Cityreserves the right to waive any irregularity or informality in a Response or Proposal.

B. PREPARATION AND SUBMITTAL INSTRUCTIONS FOR SEALED PROPOSALS:

“Original” Copy - Submit one (1) labeled “Original” which must include:

• An original signature on the transmittal letter• A sealed envelope containing the “Proposal Fees”• An electronic .pdf copy on USB (which includes all signatures)

“Copies” - Submit an additional three (3) hardcopies of the entire response. Signatures may also be copies. Do not include any pricing in these copies.

1. Page Size, Binders and Dividers:

Submittals must be typed on letter-size (8-1/2” x 11”) paper with a minimum 12 pt font. The Cityrequests that submittals be printed on both sides of the paper and each copy be submitted in separatebound binders (three (3) ring binders) with tab separators as requested. Preprinted material should bereferenced in the submittal and included as labeled attachments. Number each side of each pageconsecutively, including letters of interest, brochures, licenses, resumes and supplemental information.

RFP W2019-1-A Janitorial Services

29 of 51

Page 31: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

2. Submittal Length Limit submittals to 20 sheets of paper, which may be printed on both sides.Covers, table of contents, divider tabs and “City Required Documents” will not count as pages, providedno additional information is included on those pages. Any submittals exceeding the page limit may bedisqualified

3. PaginationAll pages of the submittal should be numbered sequentially in Arabic numerals (1, 2, 3, etc.).Attachments should be numbered or referenced separately.

3. References and Proprietary InformationSubmission of a response presumably provides permission for the City to make inquiries concerning therespondent, its officers, and others employed by the prospective Firms. Any proprietary informationthat the Vendor does not want disclosed to the public shall be so identified by the Vendor on each pagein which it is found.

4. Respondents must submit the following information:

Transmittal Letter - Include a short transmittal letter:• Summarizing why the Vendor believes itself to be the most highly qualified for this

project.• Contain a statement granting the City and its representatives authorization to contact

any previous client of the Vendor (or a Vendor’s Team Member) for purposes ofascertaining an independent evaluation of the Vendor’s or a Vendor’s Team member’sperformance.

• This letter must have the original signature of an officer of the principal respondingvendor, and be included in the copy marked “Original”.

Tab A – Company Overview and Qualifications – • Size and staffing• Current workload and availability to meet the City’s exam schedule• Names of the principal officers of the vendor

Tab B – Proposed Documents-

• Outline practices and procedures that will be used to perform the services.• Provide a plan detailing documentation for security requirements (background checks,

etc.)• Provide a proposed schedule of work for each location (complete attached submittal

forms A, B C, & D)

RFP W2019-1-A Janitorial Services

30 of 51

Page 32: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

• Added valueProvide any information that sets your services apart from others. Describe anyservice enhancements, additional services, or alternative approaches to therequested services, where feasible, which may not be specifically requested, butwhich would advance City’s efforts to meeting its stated objectives.

Tab C – Key Personnel - • Identify the key individuals who will work with City to perform the scope of work,

including their roles and responsibilities ;• Provide resumes for the key individuals which contain the following information:

o Position with the Companyo Years with the Companyo Work experience related to purpose of contracto Any additional qualification and credentialso Indicate the members of your project team who are sub-contractors (if

any) to your organization, and specify the ratio of staff tosubcontractors in your proposed project team.

Tab D - Work History - Identify current major clients, particularly other governmental entities, of similar size and scope of work and provide the following information for each:

• Client name, location, point of contact name(s) and telephone number(s)• Beginning and end dates of services for each client

Tab E – City Required Forms (these pages do not count towards the maximum 20 pages) • Service Frequency Matrix – See Attachment D (Table D1, D2, D3)• Insurance Certificate(s) – See Attachment E for requirements• Equipment Information – See Attachment F• Contractor Personnel and Policy Information – See Attachment G• Law Compliance Form – See Attachment H• Vendor Supplemental Form – See Attachment I• Vendor Acknowledgement Form – See Attachment J

BID FORMS “A, B,C” (these pages do not count towards the maximum 20 pages) Three separate Bid Forms have been provided for your use (A, B, C).

All Bid Forms must be placed in a separate, sealed envelope and included with the submission marked as “Original”.

RFP W2019-1-A Janitorial Services

31 of 51

Page 33: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

W2019-1-A VENDOR PROPOSAL

ATTACHMENT A BID FORM A

Vendor Name: _______________________

Vendor Proposal Monthly proposed fees may vary per building (square footage and cleaning requirements)

The City is not asking for a uniform per square foot rate.

BLDG NAME & ADDRESS SQ. FT. MINIMUM FREQUENCY

MONTHLY PROPOSED FEE

1 City Hall

300-100 Country Club Rd45,740 5 days/week $___________

2 Recreation Center

300-200 Country Club Rd47,160 7 days/week $___________

3 Library

300-300 Country Club Rd43,935 6 days/week $___________

4a Morgan Temporary Buildings and

Public Safety Building 2000 N. Hwy 78 Dispatch

7,000 7 days/week $___________

5 Senior Recreation Center 800-100 Thomas Street

7,000 7 days/week $___________

6 Brown House

301 N. Ballard Avenue 2,500 Single Cleaning as

Requested $___________

7 Animal Shelter Office Area 949-100 Hensley Lane

(no animal areas) 400 5 days/week $___________

8 Parks Maintenance

949-200 Hensley Lane3,200 5 days/week $___________

9 Public Works

949-300 Hensley Lane10,500 5 days/week $___________

TOTAL SQ. FOOTAGE: 167,435 TOTAL: $___________

RFP W2019-1-A Janitorial Services

32 of 51

Page 34: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

W2019-1-A ALTERNATE SERVICES

ATTACHMENT B BID FORM B

Vendor Name: _________________________

BLDG NAME SERVICE FREQUENCY FEE PER REQUEST

1 City Hall

Windows Per Request $___________

High Dusting Per Request $___________

2 Recreation Center

Windows Per Request $___________

High Dusting Per Request $___________

3 Library Windows Per Request $___________

High Dusting Per Request $___________

4 Public Safety Windows Per Request $___________

7-9 Public Works Complex

Windows Per Request $___________

1-3 Municipal Complex

Power Washing Entry Ways/Courtyards

From Fire Lane to Fire Lane Per Request $___________

4 Public Safety Power Washing

Sidewalks and Entryways Per Request $___________

7-9 Public Works Complex

Power Washing Sidewalks and Entryways

Per Request $___________

5 Senior Center Power Washing Sidewalks and Entryways

Per Request $___________

6 Brown House Power Washing Sidewalks and Entryways

Per Request $___________

RFP W2019-1-A Janitorial Services

33 of 51

Page 35: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

W2019-1-A ADDITIONAL SERVICES

ATTACHMENT C BID FORM C

Vendor Name: _________________________

Additional Services

Hourly cleaning rate per employee for additional requested services and/or special events:

• Cleaning Employee $___________/hr.

• Supervisor $___________/hr.

• Day Porter:

Recreation $___________/6 hr.per day

$___________/8 hr.per day

Library (Seasonal) $___________/4 hr.per day

$___________/8 hr.per day

RFP W2019-1-A Janitorial Services

34 of 51

Page 36: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

W2019-1-A SERVICE FREQUENCY MATRIX

ATTACHMENT D

Vendor Name: ______________________________

Vendors must complete Tables D1, D2, & D3 with the proposed service frequency.

TABLE D1 SERVICE FREQUENCY MATRIX

ALL BUILDINGS – (where applicable)

ITEMS TO BE CLEANED

CITY BUILDING EXPECTATIONS DAY WEEK OTHER CLEANING STANDARD

(Sec. III)

PROPOSED FREQUENCY

Ceramic Tile Floor Clean and free of debris and surface germs. X C

Machine scrub/clean grout. 3X yr. C

Vinyl Tile Floors Sweep (or vacuum) & mop with germicide. X C

Strip old finish & apply new finish. 3X yr. C

Spray buff X C

Showers Clean walls, doors & curtains w/germicide. X R

Scrub with germicide & rinse. X R

Scrub grout with germicide & rinse X R Floor Drains Remove litter from screens seal trap. X C

Flush with disinfectant. X C

Locker Room Mats Scrub with germicide & rinse X R Non-Painted Wall Surfaces Including Elevator Interior

Remove spots with germicide. X C,R

Total clean with germicide. X C,R

Scrub tile grout with germicide & rinse 3X yr. C, R Hand Sinks Clean w/germicide (scour if needed). X C,R

Dry and polish plumbing including any exposed pipes under sinks.

X C,R

Countertop Surfaces Clean with germicide & dry X C,O, R

Mirrors Clean with glass cleaner & dry. X R, S

Commodes Clean entire fixture with germicide. X R

Brush interior under flush rim. X R

FREQUENCY FROM PREVIOUS CONTRACT

RFP W2019-1-A Janitorial Services

35 of 51

Page 37: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

Dry exterior of seat & polish plumbing. X R

Remove water/mineral deposits with mild acid solution.

X R

Urinals Clean entire fixture with germicide. X R

Brush interior under flush rim. X R

Dry exterior of seat & polish plumbing. X R

Remove water/mineral deposits w/mild acid, replace urinal screen as

needed.

X R

Stall Partitions Clean w/germicide & dry. Remove fingerprints, stains and graffiti.

X R

Baby Changing Stations

Clean with germicide & dry X R

Trash Receptacles Empty (reline if soiled) & reposition. X C,O,R

Damp wipe germicidal solution. X C,O,R

Wash interior and exterior w/germicide.

1X mo. C,O,R

Sanitary Napkin Dispensers

Empty and reline with bag liners. X R

Clean interior and exterior w/germicide.

X R

Hand Soap Dispensers

Refill as needed, wipe exterior w/germicide.

X R

Paper Towel Dispensers

Refill, clean with germicide & polish. X C

Toilet Tissue Dispensers

Refill, clean w/germicide and dry. Dispose of tissue roll only when empty.

X R

Drinking Fountains Clean w/germicide, dry & polish. X C

Lockers High dust tops, spot clean exteriors. X R

Wall-Mounted Air Fresheners

Replace empty canisters and dead batteries.

As needed

R

Jail Areas and Cells Damp wipe all surfaces with germicide. 2X S

Kitchen Range Cleaning of equipment exterior As needed

C

Kitchen Appliances & Vending Machines

Cleaning of equipment exterior surfaces As needed

C

RFP W2019-1-A Janitorial Services

36 of 51

Page 38: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

(Refrigerator, Microwave, etc.)

Stainless Steel Kitchen Equipment

Cleaning of equipment surfaces As needed

C

Carpeted Floors Vacuum open areas X C,O

Vacuum mats throughout X Remove spots & gum X As

needed C,O

Detail Vacuum X C,O

General Shampoo (dry, foam, extract) 3X yr. C,O

ITEM TO BE

CLEANED TASKS TO BE PERFORMED DAY WEEK OTHER CLEANING

STANDARD (Sec III)

PROPOSED FREQUENCY

Concrete floors Sweep (or vacuum) & dust mop X C,R

Remove spots & gum X C,R

Wet mop with germicide and rinse X C,R

Machine scrub w/detergent & rinse (entries & corridors)

2X yr. C,R

Rec Ctr Hardwood Flooring

Gym & Aerobics Rm

Dry dust mop, spot clean stains and spills X S

Mesquite Wood Floors ;

Including on Stair Wells & Elevator

Interior

Sweep with dust mop X S

Mist with City approved cleaning solution and dust mop.

As Needed

X

Stair Railings Dry dust X C Varnished Millwork Dry dust X C

Window Sills Dry dust X C Climbing Wall Floor Vacuum X C

Entry door/ glass Clean both sides/dry frames X C

Windows / Transaction Windows

Spot clean exterior windows (interior side only); spot clean interior transaction

windows (both sides)

X C

Office/partition glass Spot clean X C

Clean both sides/dry frames X C

Drinking fountains Clean w/germicide, dry, polish X C

FREQUENCY FROM PREVIOUS CONTRACT

RFP W2019-1-A Janitorial Services

37 of 51

Page 39: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

Upholstered furniture

Vacuum upholstery and dust/wipe other furniture surfaces

X C,O

Non-upholstered furniture

Spot clean, dust and wipe all surfaces X C,O

HVAC Vents Dry dust surface X C,O,R

Public Telephones Clean handset w/germicide & polish metal surrounds.

X C

Dry marker boards Clean all surfaces. Clean board surface with compatible cleaner. Do not remove any

writing on board.

1X mo. C

TV/VCR equip. carts Feather dust around controls X C

Trash Receptacles Empty (re-line if soiled) & reposition X C,O,R

Damp wipe to remove spots & soil X C,O,R

Wash interior & exterior with germicide 1X mo. C,O,R

Recycle Carts Place outside and return the next day X C

Blinds (slated) Remove dust X C,O

Full cleaning (damp wiping of both sides). 3X yr. C,O

Library Shelves Dust library shelves using feather duster (do not need to move books)

2X mo. C

Library Foyer Wipe down tables and chairs with disinfectant wipes, dust book drop area and

brochure table

X C

Library Tables Dust library tables in Adult, Children’s, Teen, Quiet Reading Room , Study Room

X C

RFP W2019-1-A Janitorial Services

38 of 51

Page 40: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

W2019-1-A SERVICE FREQUENCY MATRIX

ATTACHMENT D

TABLE D2

SERVICE FREQUENCY MATRIX ALTERNATE SERVICES

ITEMS TO BE CLEANED TASKS TO BE PERFORMED MINIMUM FREQUENCY

CLEANING STANDARD

(Sec. IV)

PROPOSED FREQUENCY

High Dusting Light Fixtures, Ductwork, catwalks, railings, audio visual equipment, and other high

surfaces

Per request by the City. H

Window Cleaning Interior and Exterior windows, doors, special decorative metal wall services, cashier areas

Per request by the City. H

Power Washing Outdoor courtyard/entry ways at Municipal Center and Public Safety complexes.

Per request by the City. H

Other Services As defined and based on a quoted hourly rate.

Per request by the City. H

FREQUENCY FROM PREVIOUS CONTRACT

RFP W2019-1-A Janitorial Services

39 of 51

Page 41: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

W2019-1-A SERVICE FREQUENCY MATRIX

ATTACHMENT D

TABLE D3

PROPOSED NUMBER OF HOURS PER CLEANING

BLDG NAME & ADDRESS SQ. FT. MINIMUM FREQUENCY

PROPOSED NUMBER OF HOURS PER

CLEANING 1

City Hall 300-100 Country Club Rd

45,740 5 days/week ___________hrs

2 Recreation Center

300-200 Country Club Rd47,160 7 days/week ___________hrs

3 Library

300-300 Country Club Rd43,935 6 days/week ___________hrs

4a Public Safety Building and Morgan

Temporary Buildings 2000 N. Hwy 78 Dispatch

7,000 7 days/week ___________hrs

5 Senior Recreation Center 800-100 Thomas Street

7,000 7 days/week ___________hrs

6 Brown House

301 N. Ballard Avenue 2,500 Single Cleaning as

Requested ___________hrs

7 Animal Shelter Office Area 949-100 Hensley Lane

(no animal areas) 400 5 days/week ___________hrs

8 Parks Maintenance

949-200 Hensley Lane3,200 5 days/week ___________hrs

9 Public Works

949-300 Hensley Lane10,500 5 days/week ___________hrs

TOTAL SQ. FOOTAGE: 167,435 TOTALS: ___________hrs

RFP W2019-1-A Janitorial Services

40 of 51

Page 42: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

ATTACHMENT E INSURANCE REQUIREMENTS

PROFESSIONAL SERVICES

Services performed by consultants or other professional, including but not limited to: Accountants, Attorneys, Architects, Engineers, Surveyors, Veterinarians, Real Estate Appraisal, Optometry, Landscape Architects, Medical Doctors and Materials Testing (herein referred to as “Provider”).

A. GENERAL REQUIREMENTS FOR ALL CERTIFICATES: The following terms are required by the City of Wylie, Texas.Certificate of Insurance is a form pursuant to SB 425 and approved by the Texas Department of Insurance:

• Provider shall obtain and maintain the minimum insurance coverage set forth in this document. By requiring suchminimum insurance, City shall not be deemed or construed to have assessed the risk that may or may not beapplicable to the Provider. The Provider shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverage. The Provider is not relieved of any liability or obligation assumedor pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration,or types. The insurance requirements listed below do not replace any warranty or surety (performance, payment,or maintenance) bonds if required by the City.

• The cost of all required policies is the responsibility of the Provider.• All insurance requirements and subsequent certificates are contract specific, and must reference the City’s

contract number.• Where allowable by law, all Provider insurance policies that are required to name the City of Wylie, it’s City

Council, officers, agents, representatives, employees, boards and commissions, and/or volunteers (herein referredto as “City”) as an additional insured.

• All policies must be endorsed to read as primary and non-contributory coverage regardless of the application ofother insurance. Any insurance or self-insurance maintained by the City of Wylie, it’s City Council, officers, agents,representatives, employees, boards and commissions, and/or volunteers (herein referred to as “City”) shall be inexcess of the provider’s insurance and shall not contribute with it.

• Providers shall provide the City evidence that any/all partners, sub-Providers or other agents performing work onthe project have the same types and amounts of coverage as required herein; or that the sub-Providers areincluded under the Provider’s policy.

• Upon written request by the City, Provider shall furnish within ten (10) business days, current certificate(s) ofinsurance and endorsement pages evidencing the required coverage; and shall furnish the City with currentcertificates prior to any contract renewals or extension.

• The certificate forms must be approved by the Texas Department of Insurance, and are to be signed by a personauthorized by the insurer to bind coverage on its behalf. The City will not accept Memorandums of Insurance orBinders as proof of insurance.

• Coverage must be issued by a company that maintains a rating of “A- VI” or better by A.M. Best’s Key Rating Guide,or other equivalent rating service(s), authorized to transact business in the State of Texas,

• Such policies shall require the provision of written notice to City at least thirty (30) days prior to cancellation, non-renewal, or material modification of any policies, evidenced by return receipt or United States Certified Mail.

• The City reserves the right to approve the security of the insurance coverage provided by insurers including terms,conditions and the Certificate of Insurance. Failure of the Provider to fully comply with requirements during theterm of the contract will be considered a material breach of contract and will be cause for immediate terminationof the contract at the option of the City.

RFP W2019-1-A Janitorial Services

41 of 51

Page 43: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

B. VERIFICATION OF COVERAGE:• Prior to commencement of work, and thereafter upon renewal or replacement of coverage required, Provider shall

furnish City a certificate(s) of insurance pursuant to SB425 and approved by the Texas Department of Insurance,including for sub-Providers as cited, executed by a duly authorized representative of each insurer, showingcompliance with the requirements. Provider shall furnish copies of all endorsement to insurance policies asrequired by each section herein to the City. The COI shall:

o List each insurer’s NACI Number of FEINo List the City’s Contract Number, project name or other identifying reference of event or service being

performedo Specifically list reference to all endorsement required hereino List the City of Wylie, 300 Country Club Road, Bldg. 100, Wylie, TX 75098 in the Certificate Holder Section.

• Failure of the City to demand such certificate(s) or other evidence of full compliance with these insurancerequirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed asa waiver of Provider’s obligation to maintain such insurance.

• City shall have the right, but not the obligation, of prohibiting Provider or any other sub-Provider, partner or agentof the Provider from entering the project site until such certificates or other evidence that insurance has beenplaced in complete compliance with these requirements is received and approved by the City.

• The City reserves the right to require complete, certified copies of all required insurance policies at any time.

C. MINIMUM SCOPE OF INSURANCE:• ISO Form GL 00 01 (or similar form) covering Commercial General Liability. “Occurrence” form only. Claims Made

forms are not acceptable, except for professional liability policies.• Workers’ Compensation insurance as required by the Labor Code of the State of Texas, including Employers’

Liability Insurance when allowable.• Cyber Liability coverage• Professional Liability (E&O) Insurance/Medical Mal-Practice coverage• Automobile Liability as required by the State of Texas, covering all owned, hired, or non-owned vehicles.

Automobile Liability is only required if vehicle(s) will be used under this contract.• Pollution Legal Liability Insurance. If the contract requires hazardous or bio-hazardous waste removal, clean up or

remediation.

D. MINIMUM LIMITS OF INSURANCE AND OTHER PROVISIONS:

GENERAL COMMERCIAL LIABILITY INSURANCE:• A general commercial liability insurance policy in an amount not less than:

o $1,000,000.00 Per Occurrence;o $1,000,000 Personal/Advertising Injuryo $2,000,000.00 General Aggregate in the aggregate for third party bodily injury, personal injury, and

property damage.o $2,000,000 Products/Completed Operations Aggregate

• Policy will include coverage for:o Premises / Operationso Independent contractors/providerso Broad Form Contractual Liability

RFP W2019-1-A Janitorial Services

42 of 51

Page 44: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

o Product/Complete Operationso Personal and Advertising Injuryo Broad Form Property Damage

• Such policy shall name the City, its officers, agents, representatives, employees, boards and commissions, andvolunteers as “additional insured “ relative to liability arising out of activities performed by or on behalf of theprovider, products and completed operations of the provider, premises owned, occupied or used by the provider;using ISO additional insured endorsement CG 20 10 and CG 20 37 or their equivalent, including coverage for Citywith respect to liability arising out of the completed operations of Provider. The coverage shall contain no speciallimitations on the scope of protection afford to the City of Wylie, its officers, agents, representatives, employees,boards and commissions, and volunteers.

• The service provider’s insurance coverage shall be primary insurance in respects to the City of Wylie, its officers,agents, representatives, employees, boards and commissions, or volunteers. Any insurance or self-insurancemaintained by the City of Wylie, its officers, agents, representatives, employees, boards and commissions, orvolunteers shall be in excess of the provider’s insurance and shall not contribute with it.

• The service provider’s insurance shall apply separately to each insured against whom the claim is made or suit isbrought, except to the insured’s limits of liability.

• Such policy shall provide for a Waiver of Subrogation against the City for injuries, including death, propertydamage, or any other loss to the extent that same is covered by the proceeds of the insurance.

REQUIRED WORKERS’ COMPENSATION AND EMPLOYERS’ LIABILITY INSURANCE: • Workers’ Compensation statutory limits as required by the Labor Code of the State of Texas• Employers’ Liability minimum limits:

o $1,000,000 Bodily Injury by Accident,o $1,000,000 Bodily Injury by Disease-Each Employee,o $1,00,000 Bodily Injury by Disease-Policy Limit

• The service provider waives all rights against City and its agents, officers, directors and employees for recovery ofdamages under service provider’s workers’ compensation and employers’ liability or commercial umbrella liabilityinsurance. Service Provider must cause a waiver of subrogation to be effected under its workers’ compensationcoverage.

• In the event that Provider is not required by the laws of the State of Texas to carry Workers’ Compensation, theProvider shall provide a written statement on company letterhead.

CYBER LIABILITY INSURANCE: • Coverage naming the City of Wylie as an additional insured under the Cyber Liability policy, including coverage for

the City with respect to liability arising out of all errors and omissions of vendor/contractor or products.• Coverage shall be no less than $1,000,000.00 each claim and $3,000,000.00 in the aggregate.

PROFESSIONAL LIABILITY (E&O) INSURANCE/MEDICAL MAL-PRACTICE COVERAGE • Required for all professional service contracts including but not limited to architects, engineers, consultants,

counselors, medical professionals, attorney, and accountants.• A professional liability (errors and omissions) policy in an amount not less than:

o $1,000,000.00 Per Occurrenceo $2,000,000.00 Aggregate.

• Any deductible must be listed on the certificate, and evidence of the Provider’s deductible amount in the form ofthe appropriate declaration page.

RFP W2019-1-A Janitorial Services

43 of 51

Page 45: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

• Professional Liability (E&O) may be written on a claims made basis but must include an extended reporting periodof at least three (3) years after contract completion.

• City shall be included as an additional insured under the E&O policy, including coverage for City with respect toliability arising out of all errors and omissions of Provider and/or sub-providers.

• Medical Mal-Practice Coverage in the minimums as required by law, or greater.

AUTOMOBILE LIABILITY: • Automobile minimum liability limits:

o $1,000,000 Per Occurrence• Limits may only be reduced if approved in writing by the City of Wylie Purchasing Department. Automobile liability

shall apply to all owned, hired, and non-owned automobiles.• Such policy shall name the City, its City Council, officers, agents, representatives, employees, boards and

commissions, and volunteers as “additional insured “ relative to liability arising out of activities performed by or onbehalf of the provider, products and completed operations of the provider, premises owned, occupied or used bythe provider. The coverage shall contain no special limitations on the scope of protection afford to the City ofWylie, its City Council, officers, agents, representatives, employees, boards and commissions, and volunteers.

POLLUTION LEGAL LIABILITY INSURANCE:

• Pollution Legal Liability coverage (if required) with limits of not less thano $3,000,000.00 per occurence

All questions regarding coverage requirements should be directed to the City of Wylie Purchasing Department.

RFP W2019-1-A Janitorial Services

44 of 51

Page 46: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

W2019-1-A EQUIPMENT INFORMATION

ATTACHMENT F

Equipment Information

The following information is required from all contractors submitting bids.

Equipment List: Contractor to include a detailed equipment list comprised of items that will be dedicated for use at each location.

RFP W2019-1-A Janitorial Services

45 of 51

Page 47: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

W2019-1-A CONTRACTOR PERSONNEL and POLICY INFORMATION

ATTACHMENT G

Vendor Name: ______________________________

The following information is required from all contractors submitting bids.

• What % of employees who will be providing services to the City under these specifications are employed directly by the contractor (in-house employees)? _____%

• What % of employees who will be providing services to the City under these specifications will be contract

labor? _____%

NOTE: If contractor labor is utilized, the Contractor must provide workers compensation insurance that meets or exceeds the City’s requirements.

• Disciplinary Policies: Contractor to include a copy of their internal employee disciplinary policies, including procedures for correction of performance deficiencies or issues.

• Employee Supervision: Vendor to include a detailed plan for supervision of employees and compliance to City bid specification. Submission should include any check lists or other relevant internal documents.

• Employee Substitutions: Vendors to include internal policies that address employee substitutions (sick time, vacation, etc.). Information should address notification to the City representative, compliance with City building access, security requirements and back-ground checks without interruption of services.

• Communication Procedures: Vendor to include a statement of how communications will be handled with the City for any and all issues. Information should include how day-to-day communications will occur and in what method (such as building or employee scheduling issues), between the cleaning staff, the account manager and the City representative.

• Estimated hours to perform services at each location.

RFP W2019-1-A Janitorial Services

46 of 51

Page 48: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

COMPLIANCE WITH FEDERAL, STATE, LOCAL LAWS and CITY CHARTER By submitting a response to this solicitation, the Provider hereby certifies that he/she/it is in compliance with all applicable federal, state and local laws, and the City Charter. The Provider also certifies the following:

CERTIFICATION OF ELIGIBILITY The Provider certifies that at the time of submission, he/she/it is not on the Federal Government’s list of suspended, ineligible, or debarred contractors.

In the event of placement on the list between the time of bid/proposal submission and execution of a contract, the Provider will notify the City of Wylie Purchasing Agent. Failure to do may result in terminating this contract for default.

DISCLOSURE OF INTERESTED PARTIES (Form 1295) By submitting a response to this solicitation, the Provider agrees to comply with Texas Government Code Section 2252.908. Provider agrees to provide the City of Wylie Purchasing Agent, and/or requesting department, the “Certificate of Interested Parties,” FORM 1295 as required, with in ten (10) business days from notification of award, renewal, amended or extended contract.Visit https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm for more information.

CERTIFICATION OF COMPLIANCE WITH IMMIGRATION LAWS The Provider certifies that he/she/it is in compliance with all provisions of Immigration and Nationality Act (“INA”) and Immigration Reform and Control Act of 1986 (“IRCA”) in regards to his/her/its employees/laborers and that employment eligibility has been verified by the Provider for all persons who will provide services to City.

COMPLIANCE INDEMNIFICATION: IN CONSIDERATION FOR THE AGREEMENT BETWEEN CONTRACTOR AND THE CITY OF WYLIE, VENDER AGREES TO RELEASE, DEFEND, INDEMNIFY AND HOLD HARMLESS THE CITY OF WYLIE AND ITS OFFICERS, COUNCIL MEMBERS, REPRESENTATIVES, AGENTS AND EMPLOYEES FROM ANY AND ALL CLAIMS, WHETHER CIVIL OR CRIMINAL, BROUGHT AGAINST THE CITY OF WYLIE BY ANY GOVERNMENT AUTHORITY OR AGENCY RELATED TO ANY PERSON OR ENTITY PROVIDING SERVICES BY, THROUGH OR UNDER VENDOR’S AGREEMENT WITH THE CITY OF WYLIE THAT ARE BASED ON ANY FEDERAL IMMIGRATION LAW, INCLUDING BUT NOT LIMITED TO INA AND IRCA.

NO PROHIBITED INTEREST I, the undersigned, declare and affirm that no person or officer of the submitting Provider or its partners are either employed by the City of Wylie or is an elected official of the City of Wylie and who has a financial interest, direct or indirect, in any contract with the City of Wylie or has a financial interest, directly or indirectly, in the sale to the City of Wylie of any land, or rights or interest in any land, materials, supplies or service. As per Section 11.02 of the Wylie City Charter, interest represented by ownership of stock by a City of Wylie employee or official is permitted if the ownership amounts to less than one (1) per cent of the corporation stock.

I further understand and acknowledge that the existence of a prohibited interest at any time during the term of this contract will render the contract voidable.

DISCLOSURE OF CERTAIN RELATIONSHIPS

RFP W2019-1-A Janitorial Services

47 of 51

Page 49: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, this questionnaire must be filed with the records administrator of The City of Wylie no 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 violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. By submitting a response to this request, the vendor represents that it is in compliance with the requirements of Chapter 176 of the Texas Local Government Code. Form is attached to the bid specifications.

DISCLOSURE OF COMMERCIAL OR SOCIAL RELATIONSHIP WITH ISRAEL Government Code 2270 (Texas HB 89 effective 9/1/2017): the Provider entering into a contract with the City verifies that it (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract and any subsequent renewals.

DISCLOSURE OF BUSINESS RELATIONSHIPS WITH IRAN, SUDAN, OR A FOREIGN TERRORIST ORGANIZATION

Texas S.B. 252 (Effective 9/1/2017): provides that (1) the City may not enter into a governmental contract with a Provider that is identified on a list prepared and maintained by the comptroller and that does business with Iran, Sudan, or a foreign terrorist organization; and (2) a company that the United States government affirmatively declares to be excluded from its federal sanctions regime relating to Sudan, its federal sanctions regime relating to Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to contract prohibition under this subchapter.

Authorized Representative:

Company Name: ________________________________________________________

Date: __________________________________________________________

Printed Name: __________________________________________________________

Title: __________________________________________________________

Signature:

SWORN AND SUBSCRIBED to before me this ____ day of ______________, 2018 to certify with witness my hand and official seal.

__________________________________________ Notary Public in and for the State of ____________

RFP W2019-1-A Janitorial Services

48 of 51

Page 50: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

W2019-1-A VENDOR SUPPLEMENTAL INFORMATION

ATTACHMENT I

The following information is required for contract development.

1. In what state was your business formed? ______________________

2. Provide the following information for the person authorized to execute contracts on behalf ofyour organization:

Name____________________________________Title___________________________

Mailing Address________________________________City___________State_____Zip______

3. Provide the following information for the contact person authorized to implement this

contract on behalf of your organization:

Name____________________________________Title___________________________

Mailing Address________________________________City___________State_____Zip______

4. Is your company minority or woman owned? Yes No

a. If yes, specify: MBE WBE

b. Has your company been certified MBE or WBE by any governmental agency? Yes

No

c. If yes, specify the governmental

agency:_________________________________________

Date of certification:______________________

RFP W2019-1-A Janitorial Services

49 of 51

Page 51: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

5. Select one of the following:

a. Sole Proprietorship

b. General Partnership

c. General Partnership

d. General Partnership

e. Limited Partnership

f. Corporation

g. Limited Liability Company

h. Other Entity (not listed)

6. Complete the following:

Company Legal Name:________________________________________________

Business address: ____________________________________________________

City___________________State________Zip___________

RFP W2019-1-A Janitorial Services

50 of 51

Page 52: REQUEST FOR PROPOSALS W2019-1-A for JANITORIAL …...Nov 09, 2018  · quotation. 6. PREPARATION COST: the City will not be liable for any costs associated with the preparation, transmittal

W2019-1-A VENDOR ACKNOWLEDGMENT FORM

ATTACHMENT J

The undersigned hereby certifies that he/she understands the specifications, has read the document in its entirety and that the prices contained in this proposal have been carefully reviewed and are submitted as correct and final. Vendor further certifies and agrees to furnish any or all products/services upon which prices are extended at the price offered, and upon conditions contained in the specifications of the proposal.

The following information must be filled out in its entirety for your proposal to be considered.

Company Name: _________________________________________________

Address of Principal Place of Business:

Phone/Fax of Principal Place of Business:

Address, Phone and Fax of Majority Owner Principal Place of Business:

E-mail Address of Representative:

Authorized Representative: Signature:

Title: _________________________________________________________________

Date: _________________________________________________________________

Printed Name: _________________________________________________________________

Acknowledgement of Addenda: #1 #2 #3 #4 #5_____

RFP W2019-1-A Janitorial Services

51 of 51