Loading...
Contract - Capitol City Janitorial - 10/22/2020 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 for purchase of commercial window cleaning services for City buildings, and for related goods and services, (referred to berein as the "Agreement"), is made and entered into on this the J21&day of the month of g(jZ. , 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 offices are located at 2420 Patterson Industrial Drive,Pflugerville, TX 78660(referred to herein as the"Services Provider"). RECITALS: WHEREAS, City desires to purchase commercial window 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 follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Services Provider whereby City 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 00455853/ss2 ',-2�20- 0211- 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. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following 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 any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods and services mean the specified services, supplies, materials, commodities,or equipment. 2.01 EFFECTIVE DATE AND TERM A. This Agreement shall be effective on the date it has been signed by both parties hereto, and shall remain in full force and effect unless and until it expires by operation of the term stated herein, or until terminated as provided herein. B. The term of this Agreement is for sixty (60) months from the effective date hereof. C. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Services Provider to supply 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 formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by Services Provider in its Response to the IFB. 2 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 (specifically Invitation for Bid 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 City and/or advising City concerning those matters on which Services Provider has been specifically engaged. Services Provider shall perform its services in accordance with this Agreement, in accordance with the appended exhibits, in accordance with due care, and in accordance with prevailing industry standards for comparable services. 5.01 COSTS City is authorized to pay Services Provider 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, at a minimum,the following information: A. Name and address of Services Provider; B. Purchase Order Number; C. Description and quantity of items received or services provided; and D. Delivery or performance dates. 3 7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 27 1.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City's bid, with the consent and agreement of the successful 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 terms 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 D. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 10.01 GRATUITIES AND BRIBES City may, by written notice to 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. 11.01 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 Services Provider cannot provide the goods as specified, City reserves the right and option to obtain the products or services from another supplier or suppliers. 13.01 INSURANCE Services Provider shall meet all requirements as stated in Part II, 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 512-341-3144 camidona,roundrocktexas.gov 5 15.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the 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 City purchasing the specified goods elsewhere, Services Provider agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re-advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Services Provider shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; C. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 17.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Services Provider. B. In the event of any default by Services Provider, City has the right to terminate this Agreement for cause,upon ten(10)days' written notice to Services Provider. C. Services 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 by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Services Provider, Services Provider shall discontinue all services in connection with the performance of this 6 Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Services Provider shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Services Provider that portion of the charges, if undisputed. The parties agree that Services Provider is not entitled to compensation for services it would have performed 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 suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of 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 Services 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 by local, state and national boards,bureaus and agencies. B. In accordance with Chapter 2270,Texas Government Code, a governmental entity may not enter into a contract with a company for goods and services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and(2)will not boycott Israel during the term of this contract. The signatory executing this Agreement on behalf of 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 with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 7 1. When delivered personally to the recipient's address as stated in this Agreement; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Services Provider: Capitol City Janitorial, Inc. 2420 Patterson Industrial Drive Pflugerville,TX 78660 Notice to City: City Manager Stephan L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Services Provider. 22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 23.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Services Provider and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 24.01 DISPUTE RESOLUTION City and Services Provider hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. 8 25.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. 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 according 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 City due to Services Provider's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Services Provider shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. [Signatures on the following page.] 9 IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on the dates indicated. City of Ron Rock,Texas Capitol Janitorial, Inc. By: r Printed Name: Print ame: Title: N44A aQ. Title: Date Signed: Date Signed: Attest:By W�&J� Lbb6,- Sara White, Clerk For City, pp oved as to F rm. By: L. d, Stephan Q Sheets, City Attorney 10 Exhibit "A" ROUND ROCK TEXAS PURCHASING DIVISION City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.c�ov 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 I 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 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. SOLICITATION PACKET: This solicitation packet is comprised of the following: Description Index Part I—General Requirements Page(s) 1-5 Part II—Definitions, Standard Terms and Conditions Page 6 and Insurance Requirements Part III—Supplemental Terms and Conditions Page(s)7-9 Part IV—Scope of Work Page(s) 10-12 Attachment A—Bid Sheet Page 13 Attachment B—Reference Sheet 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: acrowell(cDroundrocktexas.gov Email: agagnon0roundrocktexas.gov 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 14 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: https://www.roundrocktexas.gov/businesses/solicitations/. Questions shall be submitted in writing to the"Authorized Purchasing Contact". The City reserves the right to modify these dates. Notice of date change will be posted to the City's website: http://www.roundrocktexas.gov/bids. 5. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at http://www.roundrocktexas.gov/bids 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 Hall 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 I, Section 5—Schedule of Events. Mail or hand deliver sealed responses to: City of Round Rock Attn: Amanda Crowell Purchasing Department 221 E. Main Street Round Rock, Texas 78664-5299 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 IFB response on a flash drive. The submittal is required to include all addendums and requested attachments. The bid response along with samples and/or copies shall be provided at the Respondent's expense and shall become the property of the City. This invitation for bid (IFB)does not commit the City to contract for any supply or service. Respondents are advised that the City will not pay for any administrative costs incurred in response preparation to this IFB; all costs associated with responding to this IFB will be solely at the interested parties'expense. Not responding to this IFB does not preclude participation in any future RFP/RFQ/IFB. For your bid to be responsive, addendums and the attachments identified below 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 http://www.roundrocktexas.gov/bids 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 disqualification. If there is a conflict between the unit price and extended price, the unit price will take precedence. Submission of responses on forms other 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 14 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; B. 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 and under penalty of perjury prior to final contract execution. Link to Texas Ethics Commission Webpage: https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm Page 5 of 14 City of Round Rock Exhibit "A" Commercial Window Cleaning Services IFB 20-012 Class/Item: 910-81 July 2020 PART II 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: https://www.roundrocktexas.gov/departments/purchasing/ 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: https://www.roundrocktexas.gov/departments/purchasing/ Page 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. B. 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 Class/Item: 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(CPI-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: http://www.bls.gov/cpi/. 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 anytime during the contract term. 9. ACCEPTANCE/INSPECTION: 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 8of14 City of Round Rock Exhibit "A" Commercial Window Cleaning Services IFB 20-012 Class/Item: 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 https://www.roundrocktexas.gov/businesses/solicitations/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 Keltgen Custodian Supervisor General Services Phone: (512)341-3353 E-mail: pkeltgen(c�roundrocktexas.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. I. 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 31 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: 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 designated EpEmtke. 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 51 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 Rock, 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 I 1 of 14 City of Round Rock Exhibit "A" Commercial Window Cleaning Services IFB 20-012 Class/Item: 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 Traininq 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. 5. 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. Page 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: https://www.roundrocktexas.gov/businesses/solicitations/ 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: https://roundrock.munisselfservice.com/Vendors/defauIt.aspx. 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. Page 13 of 14 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 1 Water Treatment Plant(Phase 3) 1 Cleaning $288.90 $288.90 2 Water Treatment Plant(Phase 5) 1 Cleaning $240.75 $240.75 3 Round Rock Sports Center 2 Cleaning(s) $775.75 $1551.5 i 4 McConico Building 2 Cleaning(s) $561.75 $1123.5 5 Clay Madsen Recreations Center(CMRC) 2 Cleaning(s) $695.50 $1391 I 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 lAs needed $481.50 $481.50 Annual Total: $10,643.15 COMPANY NAME: itol Cjty Janitorial, Inc. SIGNATURE OF AUTHORIZED REPRESENTATIVE: PRINTED NAME: Mike Behseresht PHONE NUMBER: 512-670-2800 EMAIL ADDRESS: mike cdanitorial corn Exhibit "A" City of Round Rock Commercial Window Cleaning Services IFB 20-012 Class/Item: 910-81 July 2020 ATTACHMENT B REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 20-012 RESPONDENT'S NAME: Capitol Cid 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.pakes@streamrealty.co Present Address 515 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-Mail Address nherdng@fnbbastrop.com Present Address P.O. Drawer F City, State,Zip Code Bastrop, TX 78602 Telephone Number ( 512 ) 964-3719 Fax Number. ( ) 3. Company's Name HPI Name of Contact Dawn Maus Title of Contact Senior Assistant Property Manager E-Mail Address maus@hpitx.com Present Address 3700 North Capita of TX Hwy, Ste.420 City, State, Zip Code Austin,TX 78746 Telephone Number ( 512 ) 719-3050 Fax Number ( ) FAILURE TO PROVIDE 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 1 Atrium Example 1 111 View _ a �r } Atrium Example A 2"d View r T� ''��"hhll s• P. 'WT v •4 Y 2 Atrium Example B 1"View Atrium Example B 2"d View 3 Exhibit "A" 0 ROUND ROCK TEXAS ouaaam a onnsmk ADDENDUM CITY OF ROUND ROCK,TEXAS Solicitation: IFB 20-012 Addendum No: 1 Date of Addendum: 7/31/2020 This addendum is to incorporate the following changes to the above referenced solicitation: I. Questions: Q1. Can you please tell us the current contract price? Al. The current contract amount is a total contract value of S50.000. Q.2 Can you please tell us who the current contractor providing services is? A2. The current provider for window cleaning services is Capital City Janitorial, Inc. 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? A4. Yes, unless otherwise noted in the solicitation. 11. Additional Information: Please see the attached additional information. III. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. APPROVED BY: A, yyzp t&v 7/31/2020 Amanda Crowell, Purchaser Purchasing Office, 512-2185-5458 By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED BY: ti hvr.��I � Name Auth "z Signa a Date RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. CERTIFICATE OF INTERESTED PARTIES FORM 1295 lotl Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2020-672721 Capitol City Janitorial, Inc. Pflugerville,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 09(29/2020 being filed. Capitol City Janitorial, Inc. Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 20-012 Window Cleaning 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION My name is Julieta OrtiZ and my date of birth is My address is 2420 Patterson Industrial Dr. Pflugerville TX 78660 U.S. (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in TCr3VIS nty, State of on the 29 day of Sept. 20 20 (month) (year) Signature razed agent of contr ting business entity (Dectarant) Forms provided by Texas Ethics Commission www.e1hics.state.tx.us Version V1.1.3a6aaf7d CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2020-672721 Capitol City Janitorial, Inc. Pflugerville,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/29/2020 being filed. Capitol City Janitorial, Inc. Date Acknowledged: 10/01/2020 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 20-012 Window Cleaning Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of ,20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.3a6aaf7d