R-2020-0294 - 10/22/2020 RESOLUTION NO. R-2020-0294
WHEREAS, the City of Round Rock ("City") has duly advertised for bids to purchase
commercial window cleaning services for City buildings, and for related goods and services; and
WHEREAS, Capitol City Janitorial, Inc. has submitted the lowest responsible bid; and
WHEREAS, the City Council wishes to accept the bid of Capitol City Janitorial, Inc., Now
Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Purchase of Commercial Window Cleaning Services with Capitol City Janitorial, Inc., a
copy of said Agreement being attached hereto as Exhibit"A"and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 22nd day of October, 2020.
CRAIG MR A ayor
City of Rot Ro , Texas
ATTEST:
MEAGAN INKS, eputy City Clerk
0112.20202;00457049
EXHIBIT
"A"
CITY OF ROUND ROCK
AGREEMENT FOR PURCHASE OF
COMMERCIAL WINDOW CLEANING SERVICES
WITH
CAPITOL CITY JANITORIAL INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS Agreement fir purchase of commercial window cleaning services for City
buildings, and for related goods and services. (referred to herein as the "Agreement"). is made
and entered into on this the day of the month of _ 2020. by and between
the CITY OF ROUND ROCK, a Texas home-rule municipality whose offices are located at
221 East Main Street. Round Rock. Texas 78664 (referred to herein as the "City") and
CAPITOL CITY .JANITORIAL, INC.. whose officei are located at 2420 Patterson Industrial
Drive, Pflugerville. TX 78660(referred to herein as the"Services Provider').
RECITALS:
WHEREAS. City desires to purchase commercial Hindow cleaning services for City
buildings: and
WHEREAS. City has issued its "Invitation for Bid" for the provision of said goods and
services.and `
WHEREAS.City has selected the Bid submitted by the Services Provider: and
WHEREAS. the parties desire to enter into this Agreement to set forth in writing their
respective rights.duties.and obligations:
NOW.THEREFORE. WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration. sufficiency and receipt of which are hereby acknowledged. it is mutually
agreed between the parties as tollows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between Cite and Serrices Provider
whereby CitS is obligated to buy specified services and Services Provider is obligated to sell
same. The Agreement includes the following: (a) City's Invitation for Bid designated
0045W',,,;2
Solicitation Number 20-012 dated July 2020: (b) Services Provider's Response to the IFB: (c)
contract award: and (d) any exhibits. addenda. and/or amendments thereto. An) inconsistencies
or conflicts in the contract documents shall be resolved by jiving, preference in the follo%%ing
order:
(1) This Agreement:
(2) Services Provider's Response to IFB;
(3) City's Invitation for Bids.exhibits.and attachments.
B. City means the City of Round Rock. Williamson and Travis Counties.Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force :Majeure means acts of God. strikes. lockouts. or other industrial
disturbances. acts of the public enemy. orders of an} kind from the government of the United
States or the State of Texas or any civil or military authority. insurrections, riots. epidemics.
landslides. lightning. earthquakes. tires, hurricanes. stones, floods. restraint of the government
and the people, civil disturbances. explosions. or other causes not reasonabl} within the control
of the party claiming such inability.
E. Goods and services mean the specified services. supplies. materials.
commodities.or equipment.
2.01 EFFECTIVE DATE AND TERM
A. This Aareement shall be effective on the date it has been signed by both parties
hereto. and shall remain in full force and effect unless and until it expires by operation of the
term stated herein.or until terminated as provided herein.
B. The term of this Agreement is for sixty (60) months from the effective date
hereof.
C. Cit) reserves the right to review the relationship at any time. and may elect to
terminate this Agreement with or without cause or ma} elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
CitN selected Services Provider to suppIN the services as outlined in the IFB and
Response to IFB submitted by Services Provider. all as specified in Exhibit "A." The intent of
these documents is to fimnulate an Agreement listing the responsibilities of both parties as
outlined in the 11713 and as offered b) Services Provider in its Response to the IFB.
The services which are the subject of this Agreement are described in Exhibit "A" and,
together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
4.01 ITEMS AWARDED, SCOPE OF WORK
Items Awarded. All bid items on Exhibit "A"are awarded to Services Provider.
Scope of Work. For purposes of this Agreement. City has issued documents delineating
the required services (speciticall} Invitation far Rid Solicitation Number 20-012 dated July
2020). Services Provider has issued its response agreeing to provide all such required service in
all specified particulars. All such referenced documents are included in Exhibit "A" attached
hereto and made a part hereof for all purposes. When taken together with the appended exhibits.
this Agreement shall evidence the entire understanding and agreement between the parties and
shall supersede any prior proposals.correspondence or discussions.
Services Provider shall satisfactorily provide all services described under the attached
exhibits within the contract term specified in Section 2.01. Services Provider's undertakings
shall be limited to performing services for the Cite and/or advising City concerning those matters
on which Services Provider has been specifically engaged. Services Provider shall perform its
set-vices in accordance with this Agreement, in accordance with the appended exhibits. in
accordance %Kith due care. and in accordance with prevailing industry standards for comparable
services.
5.01 COSTS
City is authorized to pa} Services Pro%ider for items listed in Attachment A - Bid Sheet
of Exhibit .A."at the costs set forth in Exhibit"A."an amount not-to-exceed Ten Thousand Six
Hundred Forty-Three and 15/100 Dollars ($10,643.15) per year for services for a total not-to-
exceed amount of Fifty-Three Thousand Two hundred Fifteen and 75/100 Dollars
($53,215.75) for the term of this Agreement.
6.01 INVOICES
All invoices shall include.ata minimum. the folio+\ing information:
A. Name and address of Services Provider.
B. Purchase Order Number:
C. Description and quantity of items received or serf ices pro\ided: and
D. Deliver\ or performance dates.
7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Govcmment Code, Title 8, Chapter 271, Subchapter
F, Section 27 1.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful services
provider(s) and the City. Such agreement shall be conclusively inferred for the Service Provider
from lack of exception to this clause in the Service Provider's response. However, all parties
hereby expressly agree that the City is not an agent of, partner to, or representative of those
outside agencies or entities and that the City is not obligated or liable for any action or debts that
may arise out of such independently-negotiated"piggyback"procurements.
8.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may affect such termination by
giving Services Provider a written notice of termination at the end of its then current fiscal year.
9.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Services Provider will be made within thirty (30) days of the day on which City receives the
performance, supplies,materials, equipment, and/or deliverables,or within thirty(30)days of the
day on which the performance of services was complete, or within thirty (30) days of the day on
which City receives a correct invoice for the performance and/or deliverables or services,
whichever is later. Services Provider may charge interest on an overdue payment at the "rate in
effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance
with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not
apply to payments made by City in the event:
A. There is a bona fide dispute between City and Services Provider, a contractor, a
subcontractor or supplier about the goods delivered or the service performed that
cause the payment to be late; or
B. The terns of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
4
C. There is a bona fide dispute between Services Provider and a subcontractor or
between a subcontractor and its supplier about the goods delivered or the service
performed that causes the payment to be late;or
I). Invoices are not mailed to City in strict accordance with instructions. if any, on
the purchase order or the Agreement or other such contractual agreement.
10.01 GRATUITIES AND BRIBES
City maN. by written notice to Services Provider. cancel this Agreement without liability
to Services Provider if it is determined by City that gratuities or bribes in the form of
entertainment, gifts. or otherwise were offered or given by Services Provider or its agents or
representatives to any City officer. employee or elected representative with respect to the
performance of this Agreement. In addition.Services Provider may be subject to penalties stated
in Title 8 of the Texas Penal Code,
111.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore. tax shall not be
included in Services Provider"s charges.
12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS
If Sen ices Provider cannot provide the goods as specified. City reserves the right and
caption to obtain the products or services from another supplier or suppliers.
13.01 INSURANCE
Services Provider shall meet all requirements as stated in Part It. Section 2 of the
attached IFB Solicitation Number 20-012.
14.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Corey Amidon
212 Commerce Cove
Round Rock.Texas 78664
12-341-3144
15.01 RIGHT TO ASSURANCE
Whenever either part) to this Agreement. in good faith. has reason to question the other
party's intent to perform hereunder. then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given kk ithin the
reasonable time specified when demand is made. then and in that event the demanding_ party may
treat such failure as an anticipatory repudiation of this Agreement.
16.01 DEFAULT
If Services Provider abandons or defaults under this Agreement and is a cause of Cite
purchasing the specified goods elsewhere. Services Provider agrees that it may be charged the
difference in cost. if ani. and that it will not be considered in the re-advertisement of the service
and that it may not be considered in future bids for the same type of work unless the scope of
work is significantly changed.
Services Provider shall be declared in default of this Agreement if' it does ani of the
following-
A. fails to make any payment in full when due:
B. fails to fully. timely and faithfully perform any of its material obligations under
this Agreement:
C. fails to provide adequate assurance of performance under the "Right to
Assurance"section herein: or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
17.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement. in "hole or in part. for
convenience and without cause. at any time upon thirt} (30) days' written notice to Services
Provider.
B. In the event of anv default by Services Provider. City has the right to terminate
this Agreement i-or cause. upon ten(10)days' written notice to Services Provider.
C. Ser-ices Provider has the right to terminate this Agreement only for cause. that
being in the event of' a material and substantial breach by City or b} mutual agreement to
terminate evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section. the
following shall apply: Upon City's delivers of the referenced notice to Services Pro%ider.
Services Provider shall discontinue all services in connection with the performance of this
0
Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such
orders and contracts are chargeable to this Agreement. Within thirty (30) days alter such notice
of termination. Services Provider shall submit a statement showing'-in detail the goods and/or
services satisfactorily performed under this Agreement to the date of termination. CitN shall then
pay Services Provider that portion of the charges. it'undisputed. The parties agree that Services
Provider is not entitled to compensation for services it would have perfonned under the
remaining term of the Agreement except as provided herein.
18.01 INDEMNIFICATION
Services Provider shall defend (at the option of City), indemnify. and hold City, its
successors. assigns. officers. employees and elected officials harmless from and against all shits.
actions. legal proceedings. claims, demands. damages. costs. expenses, attorne}'s fees. and an)
and all other costs or fees arising out of. or incident to, concerning or resulting from the fault of
Services Provider. or Services Provider's agents, employees or subcontractors, in the
performance of Services Provider's obligations under this Agreement. no matter how. or to
whom. such loss may occur. Nothing herein shall be deemed to limit the rights of City or
Ser%ices Provider (including. but not limited to the right to seek contribution) against any third
party who may be liable for an indemnified claim.
19.01 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES
A. Services Provider. its agents, employees and subcontractors shall use best efforts
to comply with all applicable federal and state laws, the Charter and Ordinances of the City of
Round Rock, as amended. and with all applicable rules and regulations promulgated b; local.
state and national boards. bureaus and agencies.
B. In accordance with Chapter 2270. 'Texas Goverment Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification from the company that it: (1)does not boycott Israel: and (2)will not boycott
Israel during the term of this contract. The signatory executing this Agreement on behalf of
Services Provider verifies Services Provider does not boycott Israel and will not boycott Israel
during the term of this Agreement.
20.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves. their successors. assigns and legal
representatives to each other vtith respect to the terns of this Agreement. Neither party shall
assign, sublet or transfer am interest in this Agreement «ithout prior written authorization of the
other party.
21.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows: V
I• When delivered personally to the recipient's address as stated in this Agreement:
or
2. Three (3) days after being deposited in the United States mail. with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Services Provider:
Capitol City.Janitorial. Inc.
2420 Patterson Industrial Drive
Pflugerville. 'T'X 78660
Notice to City:
Cite Manager Stephan L. Sheets. City Attorne\
221 East Main Street AND ro: 309 Fast Main Street
Round Rock. TX 78664 Round Rock. fX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives ol'City and Services Provider.
22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enti)rceable in Round Rock. Texas. and it' legal action is
necessary by either party %%ith respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County. Texas. This Agreement shall be
-overned by and construed in accordance with the laws and court decisions of the State of Texas.
23.01 EXCLUSIVE AGREEMENT
This document. and all appended documents, constitutes the entire Agreement between
Services Provider and City. This Agreement may only be amended or supplemented by mutual
agreement of the patties hereto in writing. duly authorized by action of the City Manager or Cit}
Council.
24.01 DISPUTE RESOLUTION
City and Services Provider hereby expressly agree that no claims or disputes bemcen the
parties arising out of or relating to this Agreement or a breach thereof'shal I be decided by any
arbitration proceeding. without limitation. an,, proceeding under the Federal
Arbitration Act(9 USC Section I-14)or any applicable state arbitration statute.
8
25.01 SEVERABILITY
The invalidity. illegality. or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. AnN
void provision shall be deemed severed from this Agreement. and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
26.01 MISCELLANEOUS PROVISIONS
Standard of Care. Services Provider represents that it employs trained. experienced and
competent persons to perform all of the services. responsibilities and duties specified herein and
that such services. responsibilities and duties shall be performed in a manner accordin,,2 to
generally accepted industry practices. `
Time is of the Essence. Services Provider understands and agrees that time is of`the
essence and that any failure of Services Provider to fulfill obligations for each portion of this
Agreement within the agreed timeframes will constitute a material breach of this Agreement.
Services Provider shall be fully responsible for its delays or for failures to use best efforts in
accordance with the terms of this Agreement. Where damage is caused to Cite due to Services
Provider's failure to perform in these circumstances. City may pursue any remedy available
without waiver of any of Citv's additional legal rights or remedies.
Force Majeure. Neither City nor Services Provider shall be deemed in violation of this
Agreement if it is prevented from performing anv of its obligations hereunder by reasons for
which it is not responsible as defined herein. However. notice of such impediment or delay in
performance must be timely given.and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts. any
one of which shall be considered an original of this document. and all of which. when taken
together.shall constitute one and the same instrument.
[Signatures on the following page.]
9
IN WITNESS WHEREOF, City and Services Provider have executed this A-ureement on
the dates indicated.
Cite of Round Rock,Texas Capitol�' Janitorial, Inc. ----
By: By-
Printed Name: Print am
Title: Title:
Date Signed: Date Signed:_ -- — -T
Attest:
By: _
Sara White.Cite Clerk
For City, Approved as to Form:
By.
Stephan L. Sheets.City AttorneN
10
Exhibit "A"
gP°
J
ROUND ROCK TEXAS
PURCHASING DIVISION
e
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
wwwroundrocktexas.cio ,
INVITATION FOR BID (IFB)
COMMERCIAL WINDOW CLEANING SERVICES
SOLICITATION NUMBER 20-012
July 2020
City of Round Rock Exhibit "A"
Commercial Window Cleaning Services
IFB 20-012
Class/Item: 910-81
July 2020
COMMERCIAL WINDOW CLEANING SERVICES
PART
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock,herein after"the City'seeks a bid from firms experienced in window
cleaning services for multilevel facilities.
2. BACKGROUND:The City has approximately 700,000 square feet of maintained property and occupies
approximately 48 facilities,all located within the boundaries of the City of Round Rock limits. These buildings
consist of both commercial and residential type structures and are one to three stones high. Many of the
City's facilities will require routine scheduled window cleaning services as specified herein;the remainder of
the facilities may be cleaned on an as-needed basis.
3. SOLICITATION PACKET: This solicitation packet is comprised of the following.
Description index
Part I-General Requirements Page(s)1-5
I Part II-Definitions, Standard Terms and Conditions j
! and Insurance Requirements Page 6
i
3
Part III-Supplemental Terms and Conditions Page(s)7-9
Part IV-Scope of Work j Page(s)10-12
Attachment A-Bid Sheet page 13
—..___..
Attachment B-Reference Sheet I Page 14
Attachment C-Photographs of PD Atrium € Separate Attachment
4. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications,you may contact:
Amanda Crowell Adam Gagnon
Purchaser Purchaser
Purchasing Division Purchasing Division
City of Round Rock City of Round Rock
Phone: 512-218-5458 Phone: 512-218-5456
E-mail: acrowellln-roundrocktexas_gov Email. apagnonCt7roundrocktexas._qov
The individual listed above is the only authorized City contact for this solicitation.The authorized purchasing
contact may be contacted by e-mail for clarification for this solicitation including specifications. No other City
employee or representative may be contacted about this solicitation prior to contract approval. No authority is
intended or implied that specifications may be amended,or alterations accepted prior to solicitation opening
without written approval of the City of Round Rock through the Purchasing Department.
Page 2 of l4
City of Round Rock Exhibit "A"
Commercial Window Cleaning Services
IFB 20-012
Class/Item:910-81
July 2020
SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
EVENT DATE
Solicitation released July 16,2020
Mandatory Pre-Bid meeting/site visit July 22,2020 @ 9:00 AM/PM,CST
Deadline for submission of questions July 28,2020 @ 5:00 PM,CST
City responses to questions or addendums Approximately July 31,2020 @ 5:00 PM,
CST
Deadline for submission of responses August 12,2020 @ 3:00 PM,CST
All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted
above.A copy of all questions submitted and the City's response to the questions shall be posted on the
City's webpage in the form of an addendum at.
1
Questions shall be submitted in writing to the"Authorized Purchasing Contact". The City reserves the right to
modify these dates. Notice of date change will be posted to the City's website:
t�t;p:ir�,vww.r;,�r',UroCicte,Xas.<iovjt�.ds.
S. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
• "Y F. "'-•rX Tr, yr;moi.for any updates pertaining to the solicitation described herein.Various
updates may include addendums, cancellations,notifications,and any other pertinent information necessary
for the submission of a correct and accurate response. The City will not be held responsible for any further
communication beyond updating the website.
6, MANDATORY PRE-BID MEETING/SITE VISIT AND INSPECTION:A pre-bid meeting/site visit,and
inspection will be conducted to fully acquaint Respondents with the facilities,difficulties and/or restrictions
inherent in the services specified. The pre-bid meeting/site visit will be conducted on the date specified in
PART I Section 5-Schedule of Events.
A. Attendance at the pre-bid meeting/site visit is mandatory. Respondents shall sign-in at the pre-bid
meeting to document their attendance. Immediately following the pre-bid meeting,a site visit tour will be
conducted to enable Respondents to determine labor,equipment,supplies and materials necessary to
perform the services specified herein. Respondents shall sign-in at each site of the tour to document
their attendance. The City reserves the right to determine a response"not available for award" if the
Respondent fails to attend the mandatory pre-bid meeting and site visit tour which shall initially begin at:
City Halt Council Chambers
221 East Main Street
Round Rock,Texas 78664
B. Respondents will be responsible for their own transportation for the site visit tour.
C. A map for each facility location will be provided at the pre-bid meeting.
D. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre-
bid meeting/site visit.
E. It is the responsibility of the Respondent to examine each facility and determine quantity,amounts, take
precise measurements,determine material requirements,equipment requirements,labor requirements
and other solicitation related details during said inspections.
Page 3 of 14
City of Round Rock Exhibit "A"
Commercial Window Cleaning Services
IFB 20-012
Class/Item:910-81
July 2020
7. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM,on the due date noted
in PART 1, Section 5—Schedule of Events. Mail or hand deliver sealed responses toy
City of Round Rock
Attn:Amanda Crowell
Purchasing Department
221 E.Main Street
Round Rock,Texas 786645299
A. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number,
due date and-DO NOT OPEN"
B. Facsimile or electronically transmitted responses are not acceptable.
C. Responses cannot be altered or amended after opening.
D No response can be withdrawn after opening without written approval from the City for an acceptable
reason.
E The City will not be bound by any oral statement or offer made contrary to the written specifications
F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of
the City.
G. Late responses will not be considered and will be returned unopened, if a return address is provided.
8. RESPONDENT REQUIREMENTS:The City of Round Rock makes no warranty that this checklist is a full
comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist
participating Respondents in compiling their final responses. Respondents are to carefully read the entire
solicitation.
Respondent shall submit one evident signed"Original"and one identical electronic copy of the IFS response
on a flash drive The submittal is required to include all addendums and requested attachments. The bid
response along with samples and/or copies shall be provided at the Respondents expense and shall become
the property of the City.
This invitation for bid(IFB)does not commit the City to contract for any supply or service.Respondents are
advised that the City will not pay for any administrative costs incurred in response preparation to this IFS:all
costs associated with responding to this IFB will be solely at the interested parties expense. Not responding
to this IFB does not preclude participation in any future RFP/RFQ/IFB.
For Your bid to be responsive addendums and the attachments identified below shall be submitted
with Your proposal.
Addendums:Addendums may be posted to this solicitation. Bidders are required to submit signed
addendums with their sealed response.The Bidder shall be responsible for monitoring the City's website
at!It, ?v ;rn ro. r�drocktexas.r.^v_c s for any updates pertaining to the solicitation.
Attachment A: BID SHEET:The bid response shall be submitted on the itemized, signed Bid Sheet
provided in the solicitation packet. Failure to complete and sign the bid sheet will result in disoualific_ation.
If there is a conflict between the unit price and extended price,the unit price will take precedence.
Submission of responses on forms other than the City s Solicitation Document may result in
disqualification of the response.
Attachment B: REFERENCE SHEET.Provide the name,address, telephone number and E-MAIL of at
least three(3)valid Municipal/Government agencies or firms of comparable size that have utilized
services that are similar in type and capacity within the last two(2)years City of Round Rock references
are not applicable. References may be checked prior to award. If references cannot be confirmed or if
any negative responses are received it may result in the disqualification of submittal.
Page 4 of t4
City of Round Rock Exhibit "A"
Commercial Window Cleaning Services
IFB 20-012
Class/item:910-81
July 2020
9, BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses,or to
accept any response deemed most advantageous, or to waive any irregularities or informalities in the
response received that best serves the interest and at the sole discretion of the City.All solicitations received
may be evaluated based on the best value for the City. In determining best value,the City may consider
A. Purchase price,
& Reputation of Respondent and of Respondent's goods and services;
C. Quality of the Respondent's goods and services.
D. The extent to which the goods and services meet the City's needs,
E Respondent's past performance with the City,
F. The total long-term cost to the City to acquire the Respondent's goods or services.
G. Any relevant criteria specifically listed in the solicitation
H. If the solicitation will be evaluated using best value criteria other than cost, the respondent must earn a
minimum of 15 out of 40 points on criteria not related to cost in order to be considered for contract award.
Respondents may be contacted for clarification of bid and/or to discuss details of the services they are
proposing.
10. CONFIDENTIALITY OF CONTENT.As stated in Section 16 of City of Round Rock Purchasing Definitions,
Standard Terms and Conditions,all documents submitted in response to a solicitation shall be subject to the
Texas Public Information Act. Following an award,responses are subject to release as public information
unless the response or specific parts of the response can be shown to be exempt from the Texas Public
Information Act. Pricing is not considered to be confidential under any circumstances
A. Information in a submittal that is legally protected as a trade secret or otherwise confidential must be
clearly indicated with stamped,bold red letters stating"CONFIDENTIAL"on that section of the document.
The City will not be responsible for any public disclosure of confidential information if it is not clearly
marked as such.
B. If a request is made under the Texas Public Information Act to inspect information designated as
confidential,the Respondent shall, upon request from the City,furnish sufficient written reasons and
information as to why the information should be protected from disclosure.The matter will then be
presented to the Attorney General of Texas for final determination.
11. SUSPENSION OR DEBARMENT CERTIFICATION: The provisions of the Code of Federal Regulations 2
CFR part 180 suspension and debarment may apply to this agreement.The City of Round Rock is prohibited
from contracting with or making prime or sub-awards to parties that are suspended or debarred or whose
principals are suspended or debarred from doing business with the Federal Government, State of Texas,or
the City of Round Rock.
12. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the
successful offeror to complete a Form 1295"Certificate of Interested Parties"that is signed for a contract
award requiring council authorization.The"Certificate of Interested Parties"form must be completed on the
Texas Ethics Commission website,printed, signed,and submitted to the City by the authorized agent of the
Business Entity with acknowledgment that disclosure is made under oath ar•d under penalty of perjury prior to
final contract execution.Link to Texas Ethics Commission Webpage:
tips.. ,L,Iv.eth, fnrrr;1295 htm
Pagc 5 of 14
City of Round Rock Exhibit "A"
Commercial Window Cleaning Services
IFB 20-012
Class/item:910-81
July 2020
PART 11
DEFINITIONS,STANDARD TERMS AND CONDITIONS,
AND INSURANCE REQUIREMENTS
1. DEFINITIONS,STANDARD TERMS AND CONDITIONS:By submitting a response to this solicitation, the
Respondent agrees that the City's Definitions, Standard Terms and Conditions,in effect at the time of release
of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face
of a purchase order. Said Definitions,Terms and Conditions are subject to change without notice, it is the
sole responsibility of Respondents to stay apprised of changes The City's Definitions, Standard Terms and
Conditions can be viewed and downloaded from the City's website at
2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard
Insurance Requirements.The City's Standard Insurance Requirements document can be viewed and
downloaded from the City's website at:
Pace 6 of 14
City of Round Rock Exhibit "A"
Commercial Window Cleaning Services
IFB 20-012
Class/item:910-81
July 2020
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following:
A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty(60)
months.
B. Upon expiration of the contract term,the Contractor agrees to hold over under the terms and conditions of
this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project up to
90 days.
2. RESPONDENT QUALIFICATIONS:The City has established the following minimum qualifications.
Respondents who do not meet the minimum qualifications will not be considered for award.The Respondent
shall:
A. Be firms,corporations,individuals,or partnerships normally engaged in providing window cleaning
services as specified herein and have adequate organization,facilities,equipment, financial capability,
and personnel to ensure prompt and efficient service to the City.
B. Provide all labor, supplies and materials required to satisfactorily perform the services as specified herein
and own or acquire at no cost to the City all construction aids,appliances,and equipment Respondent
deems necessary and maintain sole responsibility for the maintenance and repair of Respondent's
vehicles,equipment,tools and all associated costs.The City shall not be responsible for any
Respondent's tools,equipment or materials lost or damaged during the performance of the services
specified herein;
C. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the
United States, or not having a home office inside the United States will not be included for consideration
in this procurement process.
3. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform
required services. The City seeks to do business directly with a company experienced in window cleaning
services.
4. SAFETY: The City reserves the right to remove any employee from City property for violation of federal,
state,and local health,safety and environmental laws,ordinances,rules,and regulations. The Respondent
shall:
A. Ensure that all employees comply with all Occupational Safety and Health Administration(OSHA),State
and City safety and occupational health standards and other applicable federal,state, and local health,
safety,and environmental laws ordinances,rules,and regulations in the performance of these services;
B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury
or damage to any persons or property within and around the work site. In case of conflict,the most
stringent safety requirement shall govern;
C. Indemnify and hold the City harmless from and against all claims,demands,suits,actions,judgments,
fines penalties and liability of every kind arising from the breach of the successful Respondents'
obligations under this paragraph.
5. WORKFORCE: Successful Respondent shall:
A. Ensure Respondent's employees perform the services in a timely, professional,and efficient manner.
S. Ensure Respondent's employees,while working on City property,wear a company uniform that clearly
identifies them as the Respondent's employee;
C. Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor. The City reserves the right to verify citizenship or right to work in the United States.
Page 7 of 14
City of Round Rock Exhibit "A"
Commercial Window Cleaning Services
IFB 20-012
Classiltem:910-81
July 2020
6. PRICING:The Respondent shall determine and submit a fixed cost for the work and shall include all
incidental costs,labor, overhead charges,travel, payroll expenses,freight,equipment acquisition and
maintenance,demurrage,fuel surcharges,delivery charges,costs associated with obtaining permits,
insurance, bonds and risk management. No separate line item charges shall be permitted for either response
or invoice purposes.
7. PRICE INCREASE:Contract prices for window cleaning services shall remain firm throughout the initial
twelve(12)month term of the contract. A price increase to the agreement may be considered on the
anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at
no time can the increase be greater than 7%for any single line item.
A. Consumer Price Index(CPI): Price adjustments will be made in accordance with the percentage
change in the U.S. Department of Labor Consumer Price Index(GPI-U)for all Urban Consumers. The
price adjustment rate will be determined by comparing the percentage difference between the CPI in
effect for the base year six-month average(January through June OR July through December);and each
(January through June OR July through December six month average)thereafter. The percentage
difference between those two CPI issues will be the price adjustment rate. No retroactive contract price
adjustments will be allowed. The Consumer Price Index(CPI)is found at the Bureau of Labor Statistics,
Consumer Price Index website: tr:� t
B. Procedure to Request Increase:
i. Mail the written price increase request with the rate detail comparison and comprehensive calculation
and any supporting documentation to the designated City Contract Specialist a minimum of 45 days
prior to the annual Contract anniversary date. The detailed written calculation will be verified and
confirmed. All written requests for increases must include the City of Round Rock contract number,
solicitation reference information and contact information for the authorized representative requesting
the increase. Price increase requests shall be sent by mail to:
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Rock,TX 79664-5299
ii. Upon receipt of the request, the City reserves the right to either, accept the escalation and make
change to the purchase order within 30 days of the request, negotiate with the Vendor or cancel the
agreement or purchase order if an agreement cannot be reached on the value of the increase.
8. PERFORMANCE REVIEW:The City reserves the right to review the awarded respondents'performance
anytirne during the contract term.
9. ACCEPTANCEIINSPECTION: Acceptance inspection should not take more than five(5)working days.The
awarded respondent will be notified within the time frame if the services delivered are not in full compliance
with the specifications. In the event the services are not performed to the satisfaction of the City;the vendor
shall agree to reperform services to specification at no additional cost to the City. If any agreement or
purchase order is cancelled for non-acceptance, the needed services may be purchased elsewhere.
10. ORDER QUANTITY:The quantities shown on the solicitation are estimates only. No guarantee of any
minimum or maximum purchase is made or implied.The City will only order the services/goods needed to
satisfy requirements within budgetary constraints,which may be more or less than indicated.
11. PERMITS:The successful Respondent shall verify and obtain all necessary permits, licenses,and/or
certificates required by federal, state,and local laws,ordinances, rules,or regulations for the completion of
the services as specified if required for the project.
Page 8 of 14
City of Round Rock Exhibit "A"
Commercial Window Cleaning Services
IFB 20-012
Classlitem:910-81
July 2020
12. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award,
split award,primary and secondary award,non-award, or use any combination that best serves the interest
and at the sole discretion of the City. Respondents to the solicitation will be notified when City staff
recommendation of award has been made. The award announcement will be posted to the City's website at
4 '�" 'u 9 w �z::k�usincx„ stsoir.tatic�ns once City Council has approved the
recommendation of award and the agreement has been executed.
13. POST AWARD MEETING: The City and successful Respondent(s)may have a post award meeting to
discuss, but not be limited to the following:
A. The method to provide a smooth and orderly transition of services performed from the current contractor:
B. Provide City contact(s)information for implementation of agreement.
C. Identify specific milestones,goals.and strategies to meet objectives.
14. POINT OF CONTACT/DESIGNATED REPRESENTATIVE:
A. Contractor's point of contact:In order to maintain consistent standards of quality work performed
across the City,the City shall be provided with a designated and identified point of contact upon award of
the contract to include contact information. The City's designated representative shall be notified by the
Respondent immediately should the point of contact change.
B. The City's designated representative:
Pam Keitgen
Custodian Supervisor
General Services
Phone: (512)341-3353
E-mail keit enfiJnL recktexas....gov
15. INTERLOCAL PURCHASING AGREEMENTS
A The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the
Interlocal Cooperation Act,Chapter 791 of the Texas Government Code.The Contractor agrees to offer
the same price and terms and conditions to other eligible agencies that have an interlocal agreement with
the City.
B. The City does not accept any responsibility or liability for the purchases by other government agencies
through an interlocal cooperative agreement
Page 9 of 14
City of Round Rock Exhibit "A"
Commercial Window Cleaning Services
IFB 20-012
Class/Item: 910-81
July 2020
PART IV
SCOPE OF WORK
1. INTRODUCTION:
The City of Round Rock, herein after''the City'seeks a bid from firms experienced in window cleaning
services for multilevel facilities.
2. BACKGROUND:
The City has approximately 700,000 square feet of maintained property and occupies approximately 48
facilities, all located within the boundaries of the City of Round Rock limits.These buildings consist of both
commercial and residential type structures and are one to three stories high. Many of the City's facilities will
require routine scheduled window cleaning services as specified herein,the remainder of the facilities may be
cleaned on an as needed basis.
3. CONTRACTOR RESPONSIBILITIES:
A. All services shall be scheduled with City's designated representative to give date and time in which all
work is to be performed for each location of services prior to work being performed
B. All services performed shall require prior authorization from the City's designated representative and a
City approved purchase order before work commences.
C. The City reserves the right to request additional visits or cancel visits as required.
D. If lift equipment is used and it is desired to leave on City property,Contractor shall seek prior approval
and coordination with the City to leave equipment on City property. Note: City shall not be held liable for
equipment left on site.
E. A Safety Data Sheet(SDS)must be provided to the City for any chemical used and the City reserves the
right to reject the use of any given product.
F. Cleaning chemicals must not cause damage to window frames,building exterior or any surrounding
materials including plants.
G. Contractor shall remove mineral deposits, tape,paint,dirt, dust,or other residues at no additional cost
H. Visible cleaner/watersplash and drip marks will be avoided if at all possible,and if not possible,removed
from all adjacent surfaces.
1. The Contractor shall clean all windows,glass partitions, door glass,mullions, sills and the entire frame of
the window and work shall be done in such a manner as to eliminate dirt,dust,smudges,smears,
streaks,water spots and/or window cleaner residue.
J. Window cleanings shall include the interior and exterior of all entrance and exit doors and lobbies with
glass unless otherwise specified in this solicitation. All adjacent glazing shall be included in the window
count unless otherwise specified.
K. At the completion of each day's work,all debris and trash from the work site shall be removed and
disposed at the expense of the Contractor.
4. CITY FACILITIES:Additional facilities may be added,and the pricing shall be determined with the City's
designated representative at an agreed upon price comparable to prices submitted by the successful
Contractor. If the price offered cannot be determined reasonable,then the City reserves the right to seek the
services from other sources.
Services shall be performed at the following locations:
A. Water Treatment Plant(Phase 3)
i. Location: 5400 North I1-1-35, Round Rock,TX 78681 Building
size: 14,876 sq.ft. two(2)story facility
ii. Frequency: Once a year
iii. Special Instructions:
Page 10 of 14
City of Round Rock Exhibit "A"
Commercial Window Cleaning Services
IFB 20-012
Class/item:910-81
July 2020
1. Exterior cleaning only
2. This facility has high security.Access to this facility will be determined at the post-award meeting
with the City's designatedepmafa).e
3. South side:Windows will need to be cleaned with extensions only,as there is limited access to
the windows.These windows are above open water holding tanks,and therefore, the windows
must be cleaned with water only and no cleaners.
4. Water hose hook ups are available for the windows above the water tanks at the rear of the
facility.
B. Water Treatment Plant(Phase 5)
i. Location: 5400 North IH-35, Round Rock,TX 78681 Building
size: 14,876 sq.ft. two(2)story facility
ii. Frequency: Once a year
iii. Special Instructions:
1. Exterior cleaning only
2. This facility has high security.Access to this facility will be determined at the post-award
meeting with the City's designated representative
3. South side:Windows will need to be cleaned with extensions only, as there is limited access to
the windows.These windows are above open water holding tanks,and therefore, the windows
must be cleaned with water only and no cleaners.
C. Round Rock Sports Center
i. Location:2400 Chisholm Trail Drive, Round flock,TX 78681 Building
size:82,800 sq. ft. two(2)story facility
ii. Frequency:Twice a year
iii. Special Instructions:
1. North side:There is very limited access to the windows on this side There is no access for
equipment,therefore,Contractor will need to utilize ladders for the window cleaning.
2. Back side: Some of the sections of windows on the back side have louver shades. The louver
shades shall not be removed.
3. South side: Some of the sections of windows on the south side have louver shades.The louver
shades shall not be removed but shall be hand wiped clean.
D. McConico Building
i. Location:301 West Bagdad, Round Rock,TX 78664 Building size:26,382 sq.ft. two(2)story
building
ii. Frequency: Twice a year
iii. Special Instructions:
1. Lift equipment maybe used inside the facility to clean the upper windows of the front lobby.
Caution should be used to protect the flooring by using plywood or other City approved methods
of protection.
E. Clay Madsen Recreation Center(CMRC)
i. Location: 1600 Gattis School Road, Round Rock, TX 78665 Building size:39,000 sq.ft. one(1)
story building
ii. Frequency:Twice a year
F. Library
i. Location: 216 East Main Street,Round Rock,TX 78664 Building size:42,000 sq.ft.two(2)story
building Frequency: Twice a year
ii. Special Instructions: Front entrance-Only the exterior of the lobby windows shall becleaned.
Page t 1 of 14
City of Round Rock Exhibit "A"
Commercial Window Cleaning Services
IFB 20-012
ClassiItem: 910-81
July 2020
G. Business Center
i. Location: 231 East Main Street, Round Rock,TX 78664 Building size: 18,500 sq.ft. two(2)story
building
ii. Frequency: Twice a year
H. City Hall
i. Location;221 East Main Street, Round Rock, TX 78664 Building size:24,000 sq.ft.three(3)story
building
ii. Frequency: Twice a year
iii. Special Instructions: The exterior windows only of the skywalk between City Hall and Business
Center shall be cleaned.
I. Public Safety Training Center
i. Location 2801 North Mays Round Rock,TX 78664
ii. Building Size:65,340 sq.ft.one story facility
iii. Frequency:Twice a year
iv. This facility has high security.Access to this facility will be determined at the post-award meeting with
the City's designated representative.
J. Luther Peterson Service Center
i. Location: 3400 Sunrise Round Rock.TX 78664
ii. Building Size:63,000 sq.ft. two story facility
iii. Frequency:Twice a year
iv. This facility has high security.Access to this facility will be determined at the post-award meeting with
the City's designated representative
K. Round Rock Police Department
i. Location:2701 N Mays St, Round Rock,TX 78665
ii. Building Size:97,950 sq. ft, One(1)story building with interior atriums
iii. Frequency: Upon request only
iv. Special Instructions: Please see Attachment C-Photos of PD Atrium
1. This facility has high security.Access to this facility will be determined at the post-award meeting
with the City's designated representative.
2. Front entrance:Only the exterior part of the lobby and the doors shall be cleaned.
3. Atriums:There are a total of four(4)atriums that the windows will need to be cleaned inside and
out.
S. CITY RESPONSIBILITIES:The City will..
A. Provide one point of contact for all work to be coordinated through.
B. Coordinate scheduling of services with the Contractor.
C. Coordinate access to secured areas.
Passe 12 of 14
City of Round Rock Exhibit "A"
Commercial Window Cleaning Services
IFB 20-012
Class/item:910-81
July 2020
ATTACHMENT A
BID SHEET
1. ATTACHMENT A—BID SHEET is posted in Solicitation Documents for IFB 20-012 Window Cleaning
Services in an Excel format on the City of Round Rock website at:
1?:t. '1•'W1_+YW,r .........t"(3C.ite.... UV.•'f3s�S;r?�'S:,£'�*IS{;giiCttr"it�i)nS
_.............................................:...z�_..........---._._.- .
h, ns,
A. In order to be considered responsive Attachment A—Bid Sheet must be completed, signed by an
authorized representative,and returned by the deadline for submission of response indicated in Part I
Section 5—Schedule of Events.
B. The Respondent, by submitting and signing Attachment A—Bid Sheet,acknowledges that he/she has
received and read the entire document packet sections defined above including all documents
incorporated by reference,and agrees to be bound by the terms therein.
C. In order to do business with the City of Round Rock you must be registered with the City's Vendor
Database. To register,go to :a,s ;cry,dpfaul,asp
D. By the signature affixed on Attachment A—Bid Sheet,the Respondent hereby certifies that neither the
Respondent nor the entity represented by the Respondent,or anyone acting for such entity has violated
the antitrust laws of this State,codified in Section 15.01 et seq.,Texas Business and Commerce Code,
or the Federal antitrust laws, nor communicated directly or indirectly,the response made to any
competitor or any other person engaged in such line of business."
E. The Respondent agrees,if this Offer is accepted within 120 calendar days after the Due Date,to fully
comply in strict accordance with the Solicitation,specifications and the amounts shown on bid sheet.
Pace 11 of l4
Exhibit "A"
The Respondent represents by their signature below that they are submitting a binding offer and are authorized to bind
the respondent to fully comply with the solicitation documents contained in IFB No.20-012 External Window Cleaning
Services The Respondent acknowledges that they have received and read the entire solicitation packet,attachments,
and all documents incorporated by reference,and agrees to be bound by the terms therein.
Special Instructions:All prices must be quoted in order to be considered responsive,be advised that exceptions taken
to any portion of the solicitation will jeopardize acceptance of the bid.Alternative bids will not be considered and
unauthorized modifications to the bid sheet format will result in the rejection of the bid.The City reserves the right to
purchase more or less than the quantities indicated below.
No. Description Estimated Unit Unit Extended Total
Quantity Cost
C1 Water Treatment Plant(Phase 3) 1 Cleaning $288.80 $288.90
2 Water Treatment Plant(Phase 5) 1 Cleaning $240.75 $24075
3 Round Rock Sports Center 2 Cleaning(s) $775.75 $1551.5
4 McConico Building 2 Cleaning(s) $561,75 $1123.5
1 5 Clay Madsen Recreations Center(CMRC) 2 Cleaning(s) $695.50 $1391
E-6 Library 2 Cleaning(s) $267.50 $535
7 Business Center 2 Cleaning(s) $454,75 $909.5
8 City Hall 2 Cleaning(s) $722,25 $1444.5
9 Public Safety Training Center 2 Cleaning(s) $750 $1500
10 Luther Peterson Service Center/Bob Bennett 2 Cleaning(s) $588.50 $1177
Building
11 Round Rock Police Department 1 As needed $481.50 $481.50
Annual Total:1 $10,64115
COMPANY NAME: Qapitol G Janitorial,In
SIGNATURE OF AUTHORIZED REPRESENTATIVE:
PRINTED NAME: Evoke Behseresht
PHONE NUMBER: 512-670-2800
EMAIL ADDRESS:
'
City of Round Rock Exhibit "A"
Commercial Window Cleaning Services
IFB 20-012
Class/Item:910-81
July 2020
ATTACHMENT 8
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: 20-012
RESPONDENT'S NAME: Capitol City Janitorial Inc. DATE: 8-11-2020
Provide the name,address,telephone number and E-MAIL of at least three(3)valid Municipal,Government
agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last
two(2)years.City of Round Rock references are not applicable. References may be checked prior to award. If
references cannot be confirmed or if any negative responses are received it may result in the disqualification of
submittal.
1. Company's Name _Stream Realty
Name of Contact Reid Pakes
Title of Contact Assistant Property Manager
E-Mail Address reid.pakesiMstreamreaity.com
Present Address 1515 Congress Ave.,Ste.2100
City,State,Zip Code Austin,TX 78701
Telephone Number ( 512 ) 481.3042 Fax Number.{ }
2. Company's Name First National Bank
Name of Contact _Nicole Herring
Title of Contact Assistant Property Manager _
E-Malt Address nhemin fnbbastro corn
Present Address P.O.Drawer F
City,State,Zip Code Bastrop,TX 78602
Telephone Number (512_ ) 984-3719 Fax Number( )
3. Company's Name HPI
Name of Contact Dawn Maus
Title of Contact Senior Assistant Property Manager
E-Mail Address maus@h itx.com
Present Address 3700 North Capital of TX Hwy,Ste.420
City,State,Zip Code Austin,TX 78746
Telephone Number { 512 ) 719-3050 Fax Number.( )
FAILURE TO PROWDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Page 14 of 14
ATTACHMENT C: Police Department Atrium
Measuraments for large windows are :94"x 45" =240
Measurements for Smaler windows are: 58%:"x 43"=30
There are 4 Atriums all have the same dimensions
Atrium Hallway
W- Vr
Atrium Example 1 111 View
fi
Il�ili
1
8�I
ill
4
fir
Atrium Example A 211d View
,
2
Atrium Example Bill View
A-
mr m Example B2nd View
V,
xw > } r . . \
a . 1 .
�
!
Exhibit "A"
�4
- ROUND ROCK l* -XAS
ADDENDUM
CITY OF ROUND ROCK,TEXAS
Solicitation: IFS 20-012 Addendum No: 1 Date of Addendum, 7/3112020
This addendum rs to incorporate the following changes to the above referenced solicitation
!. Questions:
Q1. Can you please tell us the current contract price'?
A" "he r,_:trent contram arricimt is a total
0.2 Can you please te"si us who the current contractor prov ding sere ces is?
A2 i hie cjrreit provider for window clean"' a
Q3. Can you please provide the last Bid Tabulation?
A3. 'yes, please see the attached document
Q4. is it basically inside and outside cleaning except by special direction 7
A'. :-r> utVesS o`;herv*e noted in the s01ic't,Et r.
i, Additionalinformation: Please see the attached additional information
id ALL OTHER TERMS AND CONDITIONS REMIAIN THE SAME.
APPROVED BY 7/31/2020
Amanda Crowell, Purchaser
Purchasing Office, 512-2185-5458
By the signature affixes be ow this addendum is hereby incorporated into and made a part of the above referenced
solicitation
ACKNOWLEDGED BY
t d
12-02-;
Name Authorized Sianatdre :..iat
RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED
PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM
CONSIDERATION FOR AWARD.