Loading...
Contract - Service First Janitorial, LLC - 11/16/2023 CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF JANITORIAL SERVICES WITH SERVICE FIRST JANITORIAL LLC THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § THAT THIS Agreement for the purchase of janitorial services (referred to herein as the "Agreement"), is made and entered into on this the 1(011' day of the month of n(p , 2023, by and between the CITY OF ROUND ROCK, TEXAS, a home- rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664 (referred to herein as the "City") and SERVICE FIRST JANITORIAL LLC, whose mailing address is P.O. Box 600550, Dallas,Texas 75360 (referred to herein as the"Services Provider"). RECITALS: WHEREAS,City desires to purchase janitorial services; and WHEREAS, City has issued its "Request for Proposal" (RFP) for the provision of said services; and WHEREAS, City has determined that Services Provider provides the best value to City; 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 RFP designated Solicitation No. 24-001 dated September 2023; (b) Service Provider's Response to the RFP; (c) contract award; and (d) 4872-32084366/ss2 R- 2023-�( 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 Proposal; and (3) City's RFP, 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. F. Service Provider means Service First Janitorial LLC, or any of its corporate structures, successors or assigns. 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 or extended as provided herein. B. The term of this Agreement is for sixty (60) months from the effective date hereof. 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 RFP and as set forth in the Proposal 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 RFP and as offered by Services Provider in its Proposal. 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 SCOPE OF WORK Items in Exhibit"A" are awarded to Services Provider. For purposes of this Agreement, City has issued documents delineating the required services (specifically"Janitorial Services"set forth in RFP Solicitation Number 24-001 dated September 2023). Services Provider has issued its response agreeing to provide all such required services in all specified particulars in addition to optional "Additional Services," only to be provided in addition to "Janitorial Services" at the sole request for the City. 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 above 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 A. Only if, as, and when needed by City, the bid costs listed on Attachment A—Bid Sheet of Exhibit "A," which are specifically relevant to the referenced bid items, shall be the basis of any charges collected by Services Provider. B. Services Provider specifically acknowledges and agrees that City is not obligated to use any estimated annual quantity of services, and City may not expend in excess of Seven Million Three Hundred Thousand and No/100 Dollars ($7,300,000.00) for the term of this Agreement for Service Provider's services, including both "Janitorial Services" and "Additional Services." 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Services Provider; B. Purchase Order Number; 3 C. Description and quantity of items received or services provided; and D. Delivery 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 Government Code, Title 8, Chapter 271, Subchapter F, Section 271.101 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 service 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 effect 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 4 B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or 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 the attached RFP and as set forth at: http•//www roundrocktexas. o� v/wp-content/uploads/2014/12/corr insurance 07.20112.pdf. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: 5 Eric Dady, Facility Manager General Services Department 212 Commerce Cove Round Rock,Texas 78664 (512)218-5472 edady(c,roundrocktexas.gov 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. 6 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 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 2271, Texas Government Code, a governmental entity may not enter into a contract with a company for goods and services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the 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. C. In accordance with Chapter 2274, Texas Government Code, a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has a provision verifying that it: (1) does not have a practice, policy, guidance, or directive that 7 discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The signatory executing this Agreement on behalf of Services Provider verifies Services Provider does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association, and it will not discriminate during the term of this Agreement against a firearm entity or firearm trade association. D. In accordance with Chapter 2274,Texas Government Code, a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has a provision verifying that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The signatory executing this Agreement on behalf of Services Provider verifies Services Provider does not boycott energy companies, and it will not boycott energy companies 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 tliis Agreement shall be in writing and shall be considered given as follows: 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: Service First Janitorial LLC P.O. Box 600550 Dallas, Texas 75360 Notice to City: City Manager Stephanie L. Sandre,City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock,TX 78664 Round Rock,TX 78664 8 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. 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 9 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.] 10 IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on the dates indicated. City of R and Rock, Texas Service First Janitorial LLC By: M By: _ "'�Z/ Printed N e: I Printed NOK Jerome Wilson Title: &A Title: President Date Signed: 1 23 Date Signed: 11/8/2023 Attest: c B If IF Meagan Sp , C' Clerk For City,Ap oved as to Form: By: -Stepie L. Sandre, City Attorney 11 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.gov REQUEST FOR PROPOSAL (RFP) JANITORIAL SERVICES SOLICITATION NUMBER 24-001 SEPTEMBER 2023 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 JANITORIAL SERVICES PART GENERAL REQUIREMENTS 1. PURPOSE AND BACKGROUND: The City of Round Rock (CORR), herein after"the City" seeks proposals from firms experienced in janitorial services for commercial buildings. The City of Round Rock currently owns multiple building locations spanning approximately 1,000,000 square feet, of which an estimated 500,000 square feet will need to be cleaned on a scheduled basis per ISSA cleaning standards. The City intends to have two vendors perform these services for a shared total not to exceed contract amount of$7,300,000. 2. SOLICITATION PACKET: This solicitation packet is comprised of the following: Description Index Part I —General Requirements Page(s)2-5 Part II —Definitions, Standard Terms and Conditions and insurance page 6 Requirements Part III —Supplemental Terms and Conditions Page(s)7-9 Part IV—Scope of Work Page(s) 10-17 Part V—Proposal Preparation Instructions and Evaluation Factors Page(s) 18-20 Attachment A—Reference Sheet Separate Attachment Attachment B—Subcontractor Information Form Separate Attachment Attachment C—Cost Proposal Sheet Separate Attachment Attachment D—List of Locations and Cleaning Schedule Separate Attachment Attachment E—Facility Flooring Square Footage Separate Attachment Attachment F— Photos of PD Atrium Separate Attachment Attachment G —Janitorial Cleaning Requirements Separate Attachment 3. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below. EVENT DATE Solicitation released September 1, 2023 Optional Pre-Proposal meetings September 11, 2023@ 9:30 AM-12:30 PM CST Deadline for submission of questions September 14, 2023 @ 5:00 PM, CST City responses to questions or addendums Approximately September 18, 2023 @ 5:00 PM, CST Deadline for submission of responses September 29, 2023, @ 3:00 PM, CST Page 2 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 All questions regarding the solicitation shall be submitted through Bonfire 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://roundrocktexas.bonfirehub.com The City reserves the right to modify these dates. Notice of date change will be posted to the City's website: https://roundrocktexas.bonfirehub.com 4. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at https://roundrocktexas.bonfirehub.com 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. 5. OPTIONAL PRE-PROPOSAL MEETING, SITE VISITS, AND INSPECTION: A pre-proposal meeting /site visit and inspections will be conducted to fully acquaint Respondents with the facilities, difficulties, and/or restrictions inherent in the services specified. The pre-proposal meeting/site visits will be conducted on the dates specified in PART I, Section 3- Schedule of Events. The respondents must attend all of the site visits. A. Attendance at the pre-proposal meetings/site visit is optional. Respondents shall sign in at the pre- proposal meeting to document their attendance. Immediately following the pre-proposal meetings, a site visit tour will be conducted to enable Respondents to assess conditions. The pre-proposal meeting and site visit tour shall initially begin at: City Council Chambers 221 East Main Street Round Rock, Texas 78664 B. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre- proposal meeting/site visit. C. 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 site visits. 6. RESPONSE DUE DATE: Appropriately submitted responses are due at or before 3:00 PM, on the due date noted in PART I, Section 3—Schedule of Events. The Offeror shall respond via the City's electronic bidding platform, Bonfire: https://roundrocktexas.bonfirehub.com A. This request for proposal (RFP)does not commit the City to contract for any supply or service. B. No paper or submittals outside of Bonfire will be accepted by the City. C. Responses cannot be altered or amended after digital 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. Page 3 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 7. 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 8. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of an offer, the City of Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Offeror to the City Official, Employee, City Consultant, or Evaluation Team member evaluating or considering the offers prior to the time an award decision has been confirmed. Communication between an Offeror and the City will be initiated by the appropriate City Official or Employee in order to obtain information or clarification needed to develop a proper and accurate evaluation of the offer. Ex parte communication may be grounds for disqualifying the offending Offeror from consideration of award in evaluation or any future bid. 9. OPPORTUNITY TO PROTEST: The Purchasing Manager for the City of Round Rock ("City"), in consultation with the City Attorney, shall have the authority to settle or resolve any dispute concerning the solicitation or award of a contract. The Purchasing Manager may solicit written responses to the protest from other interested parties. The aggrieved person must prepare his or her complaint in writing and send it by electronic mail to the City's Purchasing Department at protest(o),roundrocktexas.gov. In the event of a timely protest, the City shall not proceed further with the solicitation or award of a contract unless it is determined that the award must take place without delay, to protect the best interests of the City. The procedures for notifying the City of an alleged deficiency or filing a protest are listed below. If you fail to comply with any of these requirements, the Purchasing Office may dismiss your complaint or protest. A. Prior to Offer Due Date: If you are a prospective offeror for the award of a contract("Offeror")and you become aware of the facts regarding what you believe is a deficiency in the solicitation process before the due date for receipt of offers in response to a solicitation ("Offers"), you must notify the City in writing of the alleged deficiency before that date, giving the City an opportunity to resolve the situation prior to the Offer due date. B. After Offer Due Date: If you submit an Offer to the City and you believe that there has been a deficiency in the solicitation process or the award, you have the opportunity to protest the solicitation process, or the recommended award as follows: i. You must file a written notice of your intent to protest within four(4)working days of the date that you know or should have known of the facts relating to the protest. If you do not file a written notice of intent within this time, you have waived all rights to protest the solicitation process or the award. ii. You must file your formal written protest within ten (10) working days of the date that you know or should have known of the facts relating to the protest unless you know of the facts before the Offer has been closed. If you know of the facts before those dates, you must notify the City as stated in section (A) above. iii. You must submit your protest in writing and must include the following information: a. your name, address, telephone number, and email address. b. the solicitation number. c. a specific identification of the statutory or regulatory provision that you are alleging has been violated. d. a detailed statement of the factual grounds for your protest, including copies of any relevant documents. e. a statement of any issues of law or fact that you contend must be resolved; and f. a statement of the argument and authority that you offer in support of your protest. iv. Your protest must be concise and presented logically and factually to help with the City's review. C. Receipt of Timely Protest: When the City receives a timely and complete written protest, the Purchasing Manager, with assistance from the City Attorney, shall make one of the following determinations: i. Determine that a violation of rules and statutes has occurred prior to the award of the contract and inform you and other interested parties of the determination. The City will prepare updated solicitation documents and will re-solicit. Page 4 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No.24-001 Class/Item: 910-39 September 2023 ii. Determine that no violation of rules or statutes has occurred and inform you and other interested parties of the decision by letter. The reasons for the determination will be presented in the letter. iii. Determine that a violation of rules and statutes has occurred after the award of the contract and inform you and other interested parties of the determination. However,the awarded contract will not be canceled.As needed, corrective actions may be taken with purchasing or any other pertinent City staff. iv. A determination will usually be made within fifteen (15) business days after receipt of the formal protest. v. Any written decisions by the Purchasing Manager shall be the final administrative action for the City. All documentation pertaining to a protest will be kept on file at the City and are subject to open records requests. Page 5 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 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 and 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. These can be obtained from the City's website at: https://www.roundrocktexas.gov/city-departments/purchasing/. In addition, the Supplemental Terms and Conditions listed in Section III, shall also be enforced as part of the contract. 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/city-departments/purchasing/ Page 6 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 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 120 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. Have a minimum of five(5)years of experience in commercial janitorial services. B. Must be a member of the International Sanitary Supply Association (ISSA). Respondent must supply their ISSA membership number with their response. C. Must have a physical business location within the State of Texas. D. Be firms, corporations, individuals, or partnerships normally engaged in providing janitorial services as specified herein and have adequate organization, facilities, equipment, financial capability, and personnel to ensure prompt and efficient service to the City. E. In order to confirm financial stability, the City may choose to review audited financial statements at any time throughout the RFP evaluation process. Upon request, the Respondent shall provide two years audited financial statements, including any notes or supplemental schedules within 2 business days of the original request. F. The Respondent shall include in the proposal a list of all litigation the company or its principals have been involved in within the last three (3) years. G. 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 RFP process. 3. SUBCONTRACTORS: Subcontracting may only be used for"additional services" such as power washing, carpet, high rafter, and window cleaning services. Subcontracting shall not be used for fundamental janitorial services. If Subcontractors will be used the Respondent is required to complete and submit with their proposal response Attachment B: Subcontractor Information Form. Subcontracting shall be pre-approved by the City's custodial supervisor on an as-needed basis. The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractors own acts and omissions. The Contractor shall: A. Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications, and terms of the Contract. B. Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary insurance in the type and amounts specified for the Contractor, with the City being named as an additional insured; and C. Require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City. D. Awarded Contractor is required to submit a list of all subcontractors for approval by the City prior to use of any subcontractors throughout the term of the contract. 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: Page 7 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 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 Contractor's 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. 6. MATERIALS SPECIFICATIONS/DESCRIPTIVE LITERATURE: A. Contractor shall supply a list of cleaning chemicals to be used which must be approved by City of Round Rock personnel. B. If a solicitation refers to a Qualified Products List (QPL), Standard Products List (SPL) or a manufacturer's name and product, any Offeror offering products not referenced in the solicitation must submit as part of their Offer materials specifications/descriptive literature for the non-referenced product. Materials specifications/descriptive literature must be identified to show the item(s) in the Offer to which it applies. C. Materials specifications/descriptive literature are defined as product manufacturer's catalog pages, "cut sheets" applicable tests results, or related detailed documents that specify material construction, performance parameters, and any industrial standards that are applicable such as ANSI, ASTM, ASME, SAE, NFPA, NBS, EIA, ESL, and NSA. The submitted materials specifications/descriptive literature must include the manufacturer's name and product number of the product being offered. D. The failure of the materials specifications/descriptive literature to show that the product offered conforms to the requirements of the Solicitation shall result in rejection of the Offer. E. Failure to submit the materials specifications/descriptive literature as part of the Offer may subject the Offer to disqualification from consideration for award. 7. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs, materials, 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. The City has included tentative future build projects on Attachment C- Cost Proposal Sheet that may be added during the term of this Contract. These buildings may be dependent upon bond voting by CORR citizens. In Attachment C-Cost Proposal Sheet, the line items for future buildings are highlighted. 8. PRICE INCREASE: Contract prices for janitorial 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 10% for any single line item unless otherwise approved by the City. 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 Page 8 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 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.bis.gov/cpi B. Procedure to Request Increase: i. Email the written price increase request to puurchasing(a)roundrocktexas.gov with the rate detail comparison, a 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. 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 or negotiate with the Vendor or cancel the agreement or purchase order if an agreement cannot be reached on the value of the increase. 9. ACCEPTANCE/INSPECTION: Acceptance/Inspection should not take more than two (2)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 Contractor 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. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor's performance anytime during the contract term. 11. 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. 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://roundrocktexas.bonfirehub.com once City Council has approved the recommendation of award and the agreement has been executed. 13. 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 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: The City's designated representative shall be: Pam Keltgen Custodian Supervisor General Services Phone: (512) 748-4861 E-mail: pkeltgenAroundrocktexas.gov C. Do not contact the individual listed above with questions or comments during the course of the solicitation. Page 9 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 PART IV SCOPE OF WORK 1. BACKGROUND: The City of Round Rock (CORR), herein after"the City" seeks proposals from firms experienced in janitorial services for commercial buildings. The City of Round Rock currently owns multiple building locations spanning approximately 1,000,000 square feet of which an estimated 500,000 square feet will need to be cleaned on a scheduled basis per ISSA cleaning standards. The City intends to have two vendors perform these services for a shared total not to exceed contract amount of$7,300,000. 2. JANITORIAL SERVICE STANDARDS: This is a performance contract requiring the Contractor to explicitly follow the International Sanitary Supply Association (ISSA) Cleaning Standards during the course of the resulting Contract. These standards are available on the ISSA website: https://www.issa.com/education/professional-development-center/the-official-issa-cleaning-times. Please refer to Attachment G-Janitorial Cleaning Requirements for the City's performance requirements. A. GENERAL SERVICE REQUIREMENTS: Services shall be performed as required by Attachment D- List of Locations and Cleaning Schedule and Attachment G- Janitorial Cleaning Requirements. At any time during the resulting Contract the City reserves the right to: i. Add or remove facility locations. ii. Add additional services and/or additional cleanings to any location. iii. Increase or decrease the square footage of any location. All dimensions and square footage are approximations. iv. Change the type of floor covering. v. Move any facility to a new location; the Contract services shall transfer to that new location. B. The Contractor shall provide the City with a cost for any new facilities or services based upon the cost structure utilized in Attachment C- Cost Proposal Sheet for approval by the City two weeks prior to the start date of servicing the new facility. C. The City will use a combination of Contractor and in-house janitorial staff throughout the City. This will remain constant throughout the term of the contract. Certain buildings such as Police, Fire, and Water Treatment Plant are serviced completely in-house. The City has a staff of 17 janitorial members. 3. DESIGNATED CONTACT PERSON: To maintain consistent standards of quality work performed across the City, the City shall be provided with a designated and identified crew leader/point of contact (POC). A. The City shall be provided with the designated person's name and telephone number. B. This contact person shall remain the same throughout the term of the contract or upon termination of the contact person. C. If a change has been made in the contact person due to internal personnel changes, the City's designated representative shall be notified by the Contractor immediately at the time of the change. D. NO substitutions of key personnel shall be permitted without written notification of the authorized City's designated representative within 14 business days. E. The contact person shall be identified in the solicitation response. F. The Contractor shall provide the City with a secondary POC if the primary POC is unavailable. 4. SAFETY REQUIREMENTS: The Contractor shall- A. Conduct a background check for all personnel and provide said check to the Custodian Supervisor prior to assignment to any City facility. B. Require all employees be attired in, at a minimum, a uniform shirt, and an identification badge with the Firm's name on both, provided by the Contractor. The badge and uniform must be worn at all times while on City property. Page 10 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 C. Not allow any employees to bring any kind of intoxicants or illegal drugs onto City property. D. Not allow any employees to bring visitors including wives, husbands, or children into any City facility. E. Not allow any employees to use office equipment to include copy machines, fax machine, City phones, etc. F. Ensure that all City facilities remain secure during cleaning times. Contractor shall not allow employees to "prop open"any doors at any time for any facility. G. Ensure that employees do not allow access to any facility that their company is not assigned to. H. Ensure that all City facilities (doors and windows are locked)when leaving the facility. 5. PERSONNEL REQUIREMENTS: The Contractor shall- A. Designate and identify a job manager and non-working shift supervisor who is fluent in English. B. Assign a Supervisor representing the Contractor to be on shift at all times, Monday through Sunday according to the hours of work schedule. C. Assign to the City only courteous, neat, orderly, and competent workers, skilled in the performance of the services which they shall perform. D. Maintain personnel listing for all personnel.This listing shall be provided to the City's Custodian Supervisor prior to commencement of any work.All changes in personnel shall be provided immediately upon change to the Custodian Supervisor.An updated list of personnel should be provided to the Custodian Supervisor Quarterly regardless of any changes. E. Have on-call porters for weekends and for as needed cleanings. 6. CONTRACTOR RESPONSIBILITIES: The Contractor shall- A. Use all new equipment for the resulting Contract. B. Note that the production rate shall be listed at 3500 ft2 per hour. C. Provide a list of all equipment to be used for this contract. D. Provide a document of procedures for eliminating cross-contamination during cleaning. E. Provide man hours along with cost for each facility. See Attachment C-Cost Proposal Sheet. Contractor shall not include supervisor hours under man hours. F. If the level of cleaning at any time is considered unacceptable to the City,the Contractor shall be required to increase their staff or take whatever measures are required to provide acceptable cleanliness. G. Take immediate action to remedy non-compliance issues. Upon notice of unsatisfactory cleaning performance, the Contractor shall have 24 hours from time of notice to start a corrective action at no expense to the City. H. Shall check and report any obvious damages to the City's Custodian Supervisor. I. Shall wipe down all gym equipment daily. J. Shall clean the inside of microwaves. K. Shall not be responsible for the cleaning of floor mats. L. Shall not be responsible for cleaning the insides of refrigerators. M. Shall provide a lift in areas in which they are required to complete services N. The City does not require dedicated cleaning crews at each facility or that crews only work in one facility, it requires the man hours that are bid are worked in each facility. O. Most facilities have Mop closets the ones that do not have mop closets are General Services, the job trailer at the Brushy Creek Wastewater Plant, and the Rock Care Clinic. P. Exterior cleaning only requires the emptying of outdoor trash bins,with the exception of the Multi-Purpose Sports Center.The contractor shall only empty internal garbage cans. Page I 1 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 Q. Contract Manager and Shift Supervisor Responsibilities: i. The Contracting Manager shall: 1) Be knowledgeable of all the specifications of the contract. 2) Accompany Custodian Supervisor during mandatory monthly inspections. One building per month will be chosen by the City for inspection. 3) Meet with Custodian Supervisor monthly to review service changes or issues. ii. The Non-Working Shift Supervisor shall: 1) Be on site during cleaning to supervise personnel. May travel between buildings to ensure work is being performed. 2) Be knowledgeable of all the specifications of the contract. 3) Inspect the performance of the janitorial personnel to assure compliance with the contracted services. 4) Immediately report any damages and/or any infestation of insects or rodents. 7. SUPPLIES AND STORAGE: The Contractor will have the ability to store equipment as needed at certain locations upon request. The City must approve the storage of the equipment.The City will not be held responsible for any stored equipment. 8. HOLIDAYS: The holidays that the City Observes are as follows: Some facilities—Clay Madsen Rec, Sports Center, Multi-purpose Complex, and Library may not be closed on the holidays but observed holidays are as follows: New Year's Day: Jan. 2 (2023) Martin Luther King, Jr. Day: Jan. 16 President's Day: Feb. 20 Memorial Day: May 29 Juneteenth: Jun. 19 Independence Day: Jul.4 Labor Day: Sept. 4 Veteran's Day: Nov. 10 Thanksgiving Day: Nov. 23 Friday after Thanksgiving: Nov. 24 Christmas Eve: Dec. 24 Christmas Day: Dec. 25 9. POWER WASHING SERVICES: These services may be requested for any city building exterior, parking garage, or sidewalks on an as needed basis. This section is considered an "Additional Service." A. This service shall be used to remove all foreign substances from the surface without damaging the building exterior, interior, or sidewalk. B. Power washing services must follow all Texas Commission on Environmental Quality(TCEQ) regulations regarding water and wastewater. C. Exterior walls should be included to the height of the wall. D. The City will provide access to 110 power and water. E. Pressure washing shall be completed from the top down. 10. CARPET CLEANING: For facilities that are not on a regular cleaning schedule the City reserves the right to request these services. This section is considered an "Additional Service."The Contractor shall- A. Provide individual Safety Data Sheets for all chemicals used. B. Provide all equipment required to perform the task. C. Be appropriately staffed at all times during the Contract to provide optimum conditions of carpet cleanliness. D. Take immediate action to remedy issues. Upon notice of unsatisfactory work, the Contractor will have 48 hours to take measures to bring the level of service to an acceptable level. Page 12 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 E. Inspect to identify problem areas and general characteristics of the carpet. F. Remove Furniture, rugs, and other items from the area to be cleaned. G. Use precautions such as walk off mats, corner guards, and moving blankets set up to protect delicate areas. H. Vacuum carpeting to remove soiling. I. Spray carpet with approved preconditioning agent to degrade built-up soiling. J. Pre-treated heavily soiled or stained spots with safe yet high strength solution to facilitate spot removal. K. Use oscillator of rotary machine to further dislodge soiling, particularly in high traffic areas. L. Clean carpet with heat extraction and wet vacuum to ensure carpeting is not over-wetted. M. Re-treat any remaining spots with additional spot treatment. N. Use approved neutralizer applied to carpet to maintain PH balance and prevent sticky residue. O. Inspect the final carpet condition with City of Round Rock representative to ensure expectations are met. 11. HIGH RAFTER CLEANING: This section is considered an "Additional Service." Annual cleaning shall consist of all labor, supervision, equipment, and supplies to clean and remove dust/debris from ceiling area, walls, lighting apparatus, and rafters. Services shall be performed at the following locations: A. CLAY MADSEN RECREATION CENTER (CMRC) i. Ceiling /rater cleaning work shall include certified mechanical lift operators. ii. Floors shall be cleaned after ceiling/high rafter cleaning. iii. Work hours are limited and shall consist of overnight cleaning and shall be coordinated with Custodian supervisor. iv. Areas to be cleaned: 1) Gym/Basketball court: a. 15,750 sq ft—to be cleaned once a year. b. Cleaning includes rafters, hard metal duct work, 12 basketball hoop systems, 32 light fixtures, and metal wall panels. 2) Mezzanines: a. To be cleaned once per year b. Access to the mezzanines is limited; crew shall access the mezzanines via permanent ladder in an enclosed space. 3) Four Racquetball Courts: a. To be cleaned once per year b. Cleaning includes hand wiping of ceiling and walls with damp microfiber cloth on hard surface board, then dried to prevent smudging or cleaning residue. c. If mechanical lift equipment is utilized, care shall be taken to protect the court floor. 4) Lobby: a. To be cleaned once per year b. Cleaning includes cathedral ceiling, vertical drop wall and ledge, metal vents, and light apparatus (light apparatus has a very hot track). c. Ceiling area over light apparatus shall be cleaned (there is limited access to ceiling area over light apparatus). 5) Pool room: a. 7,500 sq. ft. to be cleaned every 2 years, after pool has been emptied. b. Cleaning includes ceiling/rafters, hard and soft HVAC duct work, metal wall panels, and light fixtures. c. Contractor will work closely with custodian supervisor and CMRC to determine dates and times for pool room ceiling cleaning. d. Pool shall be cleaned after high ceiling/rafter cleaning in pool room. Page 13 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 e. If utilizing mechanical lift equipment care shall be taken to protect the pool room floor and pool itself from equipment damage. B. ROUND ROCK SPORTS CENTER: Annual cleaning shall consist of all labor, supervision, equipment, and supplies to clean and remove dust/debris from ceiling area, lighting, dividers, monitors, and rafters. This shall also include certified mechanical lift operators. i. Everything above the main arena wood floor and upper-level seating sections shall be wiped down and cleaned. ii. Floors shall be cleaned each day after high ceiling/ rafter cleaning. iii. Annual Cleaning to include: 1) 12 overhead volleyball net systems and motors/cables 2) 18 overhead basketball hoop systems and motors/cables. 3) Roll- Up divider curtains and motors 4) 12-60"Television screens and support brackets 5) All roof structure support beams (horizontal, vertical, and cross) 6) All light fixtures, to include globe lights and vertical pedestal lights. 7) HVAC ductwork 8) Audio speakers and support brackets 9) Facility banners and support brackets iv. Time Restrictions: 1) Exact work hours and days shall be scheduled with the RRSC Operations Manager. 2) Arial Floor Primary hours. a. Monday- Friday b. Beginning at 10 PM- completed by 2 PM the following afternoon. 3) Court surface Primary hours a. Monday— Friday b. Beginning at 2 PM —completed by 4 PM the same day. 4) The court surface shall be dust mopped and/or wet mopped, as appropriate. v. Estimated size of area bowl is 62,400 square feet. Estimated height of arena bowl is 32 feet from floor to bottom of first rafter. vi. Vendor shall have certified mechanical lift operators and shall use proper measures to protect the floor at all times. 1) The RRSC Operations Manager will determine appropriate floor covering (s) required and approve or disapprove before use. 2) Lifts shall be in compliance with RRSC'S weight bearing rules as outlined below. 3) Weight Bearing for court surface: a. If lift weighs less than 4,000 pounds, it may operate on RRSC gym floor with only a protective covering of Masonite between the lift wheels and the floor surface. b. If lift weighs more than 4,000 pounds, it may only operate on gym flooring using the RRSC's covering of 3/4" plywood on top of the Masonite. C. POLICE DEPARTMENT SALLY PORT AND SMALL GARAGE: Cleaning shall occur once per year and shall include all labor, supervision, equipment, and supplies to clean and remove dust/debris from ceiling area, lighting, walls, and rafters. HVAC ductwork shall be hand-wiped. This shall include certified mechanical lift operators. Floors shall be cleaned after high rafter cleaning if multiple days are required floors shall be cleaned at the end of each cleaning period. i. Sally Port— 18,525 Sq ft ii. Small garage —500 sq ft iii. There will be limited access to rafters in caged areas due to security—cages shall be cleaned with extensions to the best of their ability. iv. Contractor employees shall be conscious of police vehicles arriving and departing at any time and shall be able to shift equipment and people quickly so as not to disrupt or interrupt the flow of traffic. Page 14 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No.24-001 Class/Item: 910-39 September 2023 v. Custodian Supervisor shall coordinate with the Police Dept if vehicles need to be moved, or if a sections of parking areas need to be closed off for cleaning. 12. WINDOW CLEANING SERVICES: This section is considered an "Additional Service." 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 must 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 possible, if not possible they should be 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. L. CITY FACILITIES: The City reserves the right to add additional facilities at any time during the term of the contract. 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. Window cleaning services shall be performed at the following locations: i. Water Treatment Plant(Phase 3) 1) Location: 5400 North IH-35, Round Rock, TX 78681 Building size: 14,876 sq.ft. two(2)story facility 2) Frequency: Once a year 3) Special Instructions: a. Exterior cleaning only. b. This facility has high security. Access to this facility will be determined at the post-award meeting with the City's designated representative. c. 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. d. Water hose hook ups are available for the windows above the water tanks at the rear of the facility. ii. Water Treatment Plant(Phase 5) 1) Location: 5400 North IH-35, Round Rock, TX 78681 Building size: 14,876 sq.ft.two (2)story facility 2) Frequency: Once a year Page 15 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 3) Special Instructions: a. Exterior cleaning only. b. This facility has high security. Access to this facility will be determined at the post-award meeting with the City's designated representative. c. 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. iii. Round Rock Sports Center 1) Location: 2400 Chisholm Trail Drive, Round Rock, TX 78681 Building size: 82,800 sq.ft. two (2) story facility 2) Frequency: Twice a year 3) Special Instructions: a. 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. b. Back side: Some of the sections of windows on the back side have louver shades. The louver shades shall not be removed. c. 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. iv. McConico Building 1) Location: 301 West Bagdad, Round Rock, TX 78664 Building size: 26,382 sq. ft.two(2)story building 2) Frequency: Twice a year 3) Special Instructions: Lift equipment may be 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. v. Clay Madsen Recreation Center(CMRC) 1) Location: 1600 Gattis School Road, Round Rock, TX 78665 Building size: 39,000 sq.ft. one(1) story building 2) Frequency: Twice a year vi. Library 1) Location: 216 East Main Street, Round Rock, TX 78664 Building size: 42,000 sq.ft. two(2)story building Frequency: Twice a year 2) Special Instructions: Front entrance-Only the exterior of the lobby windows shall becleaned. vii. Business Center 1) Location: 231 East Main Street, Round Rock, TX 78664 Building size: 18,500 sq.ft.two(2)story building 2) Frequency: Twice a year viii. City Hall 1) Location: 221 East Main Street, Round Rock, TX 78664 Building size: 24,000 sq.ft.three (3) story building 2) Frequency: Twice a year 3) Special Instructions: The exterior windows, Including the skywalk between City Hall and Business Center shall be cleaned. ix. Public Safety Training Center 1) Location 2801 North Mays Round Rock, TX 78664 2) Building Size: 65,340 sq. ft. one story facility 3) Frequency: Twice a year 4) This facility has high security.Access to this facility will be determined at the post-award meeting with the City's designated representative. Page 16 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 x. Luther Peterson Service Center 1) Location: 3400 Sunrise Round Rock, TX 78664 2) Building Size: 63,000 sq. ft. two story facility 3) Frequency: Twice a year 4) This facility has high security.Access to this facility will be determined at the post-award meeting with the City's designated representative. A. Round Rock Police Department 1) Location: 2701 N Mays St, Round Rock, TX 78665 2) Building Size: 97,950 sq. ft. One (1)story building with interior atriums 3) Frequency: Upon request only 4) Special Instructions: Please see Attachment F- Photos of PD Atrium a. This facility has high security. Access to this facility will be determined at the post-award meeting with the City's designated representative. b. Front entrance: Only the exterior part of the lobby and the doors shall be cleaned. c. Atriums: There are a total of four(4)atriums that the windows will need to be cleaned inside and out. xii. New Library 1) Location: 200 East Liberty Ave, Round Rock TX, 78665 2) Building Size: 66,000 Sq Ft three Story building 3) Frequency: quarterly 4) Special Instructions: No lifts on Turf. Must provide a protective covering for turf. Must provide lift. Cleaning for Interior vestibule windows at entrance. xiii. New Library Parking Garage 1) Location: 200 East Liberty Ave Round Rock TX 78665 2) Building Size: Cleaning for Stairwell and elevator Vestibule only 3) Frequency: quarterly 4) Special Instructions: Must Provide a Lift, Must block off stairwell when cleaning 13. CITY RESPONSIBILITIES: The City will- A. Provide site access and badges to the Contractor and all required personnel. B. Provide consumables such as paper towels, soap,trash bags, etc. C. Provide a secure location for equipment if needed (upon request). D. Provide standard access to electricity and water. E. Give notification to the Contractor about changes in facility locations or new additions in a timely manner. F. Public Parking is available at all locations. G. Free Wi-Fi is available. H. Shall provide batteries for battery-operated dispensers. I. Manufactures recommendations and warranties for gym flooring and any other new floorings shall be available upon award. Page 17 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 PART V PROPOSAL PREPARATION INSTRUCTIONS AND EVALUATION FACTORS 1. PROPOSAL ACCEPTANCE PERIOD: All proposals are valid for a period of one hundred and twenty (120) calendar days subsequent to the RFP closing date unless a longer acceptance period is offered in the proposal. 2. PROPOSAL RESPONSE: Responses shall be clear and concise while appropriately responding to the evaluation criteria listed below in Section 3. 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://roundrocktxvendors munisselfservice.comNendors/default.aspx Proposal Submittal Instructions: The Respondent shall include all of the following documents in their response- ❑ A statement of your compliance with all applicable rules and regulations of Federal, State and Local governing entities. ❑ List of Exceptions (if any)- Be advised that exceptions to any portion of the Solicitation may jeopardize acceptance of the Proposal by the City. Exceptions to this solicitation if any, shall be submitted on a separate sheet labeled "Exceptions"with the Respondent's proposal. ❑ Acknowledge Addenda (if applicable) ❑ Attachment A- Reference Sheet ❑ Attachment B- Subcontractor Form (if applicable) ❑ Attachment C-Cost Proposal Sheet ❑ Contractor shall supply a list of cleaning chemicals to be used which must be approved by City of Round Rock personnel. ❑ Company Information-which gives in brief, concise terms, a summation of the proposal. Include the following- Business Organization: State full name and address of your organization and identify parent company if you are a subsidiary. Specify the branch office or other subordinate element which will perform, or assist in performing, work herein. Indicate whether you operate as a partnership, corporation, or individual. Include the State in which incorporated or licensed to operate. Prosect Management Structure: Provide a general explanation and chart which specifies project leadership and reporting responsibilities; and interface the team with City project management and team personnel. If use of subcontractors is proposed, identify their placement in the primary management structure, and provide internal management description for each subcontractor. Authorized Negotiator: Include the name, email address, and telephone number of the person(s) in your organization authorized to negotiate Contract terms and render binding decisions on Contract matters. ❑ Segment requirements listed below. 3. EVALUATION CRITERIA: A. Segment 1 — Respondent's Solution and Program i. System Concept and Solution: Define in detail your understanding of the requirement presented in the Scope of Work of this request for proposal and your system solution. Provide all details as required in the Scope of Work and any additional information you deem necessary to evaluate your proposal. ii. Program: Describe your janitorial plan for accomplishing the required work. Include such information as necessary to show tasks, and decision points related to the Scope of Work and your plan for accomplishment. As part of your proposal, you must also indicate: • Contractors' ISSA Member number and the year Contractor became a member of ISSA. • Number of contracts you are currently providing ISSA standards for. • Number of employees Contractor will commit per site. • Submittal of all equipment to be used, it must be new. • Procedure of eliminating cross contamination during cleaning. Page 18 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 • Contractor shall supply a list of cleaning chemicals to be used with all material specifications and descriptive literature as specified in this solicitation. B. Segment 2—Company Work Experience and Personnel i. Prior Experience: State the number of years the Respondent company has been providing commercial janitorial services. Describe only relevant municipal, corporate, and individual experience for the company and personnel who will be actively engaged in the project. Do not include corporate experience unless personnel assigned to this project actively participated. Do not include experience prior to 2014. Supply the project title, year, and reference name, title, present address, and phone number of principal persons for whom prior projects were accomplished. ii. Personnel: Include names, qualifications, and resumes of all personnel who will be assigned to the account. State the primary work assigned to each person and the percentage of time each person will devote to this work. Identify key persons by name and title. C. Segment 3—Cost Proposal: Information described in the following subsections is required from each Proposer. Your method of costing may or may not be used but should be described. A firm fixed price or not-to-exceed Contract is contemplated. i. Manpower. Separate from the cost proposal sheet itemize to show the following for each category of personnel with separate hourly rate. This will become part of the resulting Contract. 1) Manager, Supervisor, senior consultant, analyst, subcontractor etc. 2) Estimated hours for each category of personnel. 3) Rate applied for each category of personnel. ii. Estimated Annual Total (not to exceed) on Attachment C- Cost Proposal Sheet. This should include all supplies and materials required to successfully perform the Contract. 4. EVALUATION CRITERIA: The intent of the City is to award to multiple respondents in accordance with the evaluation criteria below. The purpose of this evaluation criteria is to determine which proposals best meet the requirements and provide the best overall value to the City. A. Evaluation Criteria: Weights. • Respondent's Solution and Program (Segment 1) 25 pts • Company Work Experience and Personnel (Segment 2) 35 pts • Cost Proposal (Segment 3) 40 pts Maximum Weight: 100 pts B. An evaluation committee will be established to evaluate the proposal. The committee will include employees of the City and may include other impartial individuals who are not City employees. The evaluation committee will determine if discussions and/or Best and Final Offers (BAFO) are necessary. Award of a contract may be made without discussions or BAFO, if in the best interest of the City. The evaluation committee may determine that discussions are necessary to clarify or verify a written proposal response. The City may, at its discretion, elect to have respondents provide oral presentations of their proposal. The City reserves the right to rescore an offer based on provided demonstrations. A request for a BAFO is at the sole discretion of the City and will be requested in writing. The evaluation committee will evaluate the finalists and make a recommendation for award. C. The City reserves the right to reject any or all proposals submitted, or to award to the respondents who in the City's opinion, offer the best value to the City. The City also reserves the right to cancel the RFP process and pursue alternate methods for providing the requirements. D. The City reserves the right to conduct studies and other investigations as necessary to evaluate any proposal. E. The City reserves the right to waive any minor technicality, irregularities, or informalities noted in the submission process. Submission of proposal confers no legal rights upon any Respondent. F. The City reserves the right to request further documentation or information and to discuss proposal response with any Respondent in order to answer questions or to clarify any aspects of the proposal. G. The City may develop a "short list" of qualified proposals and may determine that the Respondent(s) should submit a Best and Final Offer(BAFO). Each "short listed" Respondent will be given a reasonable opportunity for discussion and revision of their proposal. Page 19 of 20 Exhibit "A" City of Round Rock Janitorial Services RFP No. 24-001 Class/Item: 910-39 September 2023 5. AGREEMENT NEGOTIATIONS AND AWARD PROCESS: A. A proposal presented in response to this RFP is subject to negotiation concerning any issues deemed relevant by the City. The City reserves the right to negotiate any issue with any party. Any unsolicited communication by the Respondent to a City official, undesignated employee, or an evaluation team member evaluating or considering the offers may be grounds for disqualifying the offending Offeror from consideration of award. B. Submission of proposal indicates the Respondent's acceptance of the evaluation process and recognition that the City may make subjective judgments in evaluating the proposal to determine the best value for the City. C. If negotiations are successful, the City and Respondent may enter into an agreement. If negotiations are unsuccessful, the City may formally end negotiations with that Respondent. D. The City also reserves the right to reject any or all submittals, or to accept any submittal deemed most advantageous, or to waive any irregularities or informalities in the submittal received. E. An independent signed authorized Contract will be sent to the successful Respondent(s). Execution of a City of Round Rock contract is required prior to starting work and processing any payments to the awarded Contractor. 6. POST AWARD MEETING: The City and the Contractor may schedule 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 the Agreement. C. Identify specific milestones, goals, and strategies to meet objectives. Page 20 of 20 Attachment D List of Locations and Cleaning Schedule Location Days Times Frequency Comment If Contractor does not enter the facility by 11.59 pm on Friday,the day becomes City Hall 221 E.Main Street,Round Rock Monday-Friday b/w 9 PM-2 A M 5 days/week Saturday at midnight.City Hall shall be cleaned 5 days/week.Contractor shall not clean the facility on Saturday eveh,rg.or Sunday evening, CH parking garage elevator 221 E.Main Street,Round Rock Monday-Friday b/w 9 PM-2 A M BACA Center 301 W.Bagdad.Round Rock Building 2 Monday-Sunday b/w IOPM-4AM 7 days/week If Contractor does not enter the facility by 11:59 pm on Friday,the day becomes Business Center 231 E.Main Street.Round Rock Monday-Friday 5 dayslweek Saturday at midnight.Business Center shall be cleaned 5 dayslweek.Contractor shall not clean the facility on Saturday evening,or Sunday evening. Library 216 E Main Street,Round Rock Monday-Sunday b/w 9 PM-2 AM 7 days/week CRU 2008 Enterprise Drive.Round Rock Friday b/w 6 PM-2 AM 1 dayslweek Clay Madsen Rec Center 1600 Gattis School Road,Round Rock Monday-sunday b/w 11:00 PM-5 AM 7 dayslweek Cleaning contractor will not enter facilty until Rec employees have vacated and secured the facift. McComco Building 301 W.Bagdad Street,Round Rock(Building 1) Monday-Friday b/w 6 PM-2 AM 5 days/week Slreets.Signs,and Signals 910 Luther Peterson Place,Round Rock Monday-Friday b/w 6 PM—2 AM 5 dayslweek BACA 301 W.Bagdad Street,Round Rock(Building 2) Monday-Friday blw 9 PM-2 AM 7 days/week Inlermodel Ticket Booth 300 W.Bagdad.Round Rock Monday-Friday b/w 6 PM-2 AM 5 days/week Intermodal parking garage elevator 300 W.Bagdad.Round Rock Monday-friday b/w 6 PM-2 AM 5 days/week Vehicle Maintenance 901 Luther Peterson Place,Round Rock Monday-Friday b/w 8 PM-2 AM 5 days/week Rock Care Clinic 901 Round Rock Ave,Round Rock Monday-Friday b/w 6 PM-12 AM 5 dayslweek Multi-Purpose Complex N/A N/A Once per Month Detail clean office area only Multi-Purpose Complex 2001 Kenny Fort Blvd.Round Rock N/A N/A Bi-Annual Clean and power wash building exterior In addition to Tuesday cleaning,special cleanings will be scheduled after Kinningham Park 1000 South Creek Drive,Round Rock Tuesday b/w 8pm-2am 1 day weekly/on demand each use of the Kinningham house inducing Saturdays and Sundays.Also during camp seasons all wet areas will be cleaned daily Mon-Thurs and entire facility detail cleaned on Fridays. Rabb House 151 N A.W.Grimes Blvd,Round Rock Thursday b/w 9 AM—3 PM 1 day/week/on demand In addition to Thursday cleaning,special leanings will be scheduled after each use of the Rabb house including Saturdays and Sundays Brushy Creek East Wastewater 3939 E.Palm valley Blvd,Round Rock Sunday,Tuesday,Thursday b/w 4 PM-9 PM 3 days/week Treatment Plant Brushy Creek East Wastewater 3939 E.Palm valley Blvd,Round Rock Sunday,Tuesday.Thursday b/w 4 PM-9 PM 3 dayslweek Treatment Plant Trailer office Brushy CreekEast Wastewater 3939 E.Palm valley Blvd.Round Rock Sunday,Tuesday,Thursday b/w 4 PM-9 PM 3 dayslweek Treatment Plant sho area Round Rock Sports Center 2400 Chisholm Trail Drive,Round Rock Sunday and Friday lOpm-4am 2 days/week General Services 212 Commerce Cv.Round Rock Saturday 9am-lopm 1 daytweek Fire Logistics 3300 Gattis School Road,Round Rock Friday 12:OOpm 1 day/week Bob Bennet Building 3400 Sunrise Road,Round Rock Monday-Friday 7pm-2am 5 dayslweek PSTC 2801 N.Mays Street,Round Rock Tuesday,Thursday,Friday 7pm-2am 3 days/week Pard yard 300 S.Burnet Street,Round Rock Monday-Friday 4pm-2am 5 dayslweek The Kinningham Park location requires additional cleaning services as follows: Winter Break:Each December.Will require a daily clean of wet areas Mon-thurs and a full facility dean on Fridays. Spring Break:March:will require a daily clean of wet areas Mon-Thur and a full facility lean on Fridays Summer Break:May-Sept will require a daily clean of wet areas Mon-Thurs and a full facility clean on friday. Exhibit "A" ATTACHMENT F: Police Department Atrium Measurements for large windows are : 94" x 45" = 240 Measurements for Smaller windows are: 58 %" x 43" 30 There are 4 Atriums all have the same dimensions Atrium Hallway i ' a ;t 1 Exhibit "A" Atrium Example 1 1"View 1 i Ji a.. Atrium Example A 2"d View s 2 Exhibit "A" Atrium Example B 1"View Atrium Example B 2"d View «rf.• F r 3 Exhibit "A" ATTACHMENT G- JANITORIAL CLEANING REQUIREMENTS 1, Schedule of Services: All work shall be scheduled at the convenience of the City as not to interfere with the City's conduct of business. The City reserves the right to approve and make suggested changes to the scheduled set up by the Contractor. 2. Dusting: A properly dusted surface is free of all dirt and dust, streaks, lint and cobwebs. Dusting shall be accomplished with properly treated cloths. 3. Plumbing Fixture and Dispenser Cleaning: Plumbing fixtures and dispensers are clean when free of all deposits and stains so that the item is left without dust, streaks, film, odor or stains. 4. Sweeping /Vacuuming: A properly swept/vacuumed floor is free of all stains, deposits, and is substantially free of cleaning marks. 5. Spot Cleaning: A surface adequately spot cleaned is free of all stains, deposits, and is substantially free of cleaning marks. 6. Damp Mopping: A satisfactorily damp mopped floor is without dirt, dust, marks, film, streaks, debris or standing water. Clean water must be used in all areas. Use of mop is to be minimal and only in areas not reached with machine cleaning. 7. Hard Floor Machine Cleaning: A satisfactory machine cleaned floor is without dirt, dust, film, streaks, debris or standing water, fill water is to be fresh and clean when starting each cleaning cycle. Machine is to be maintained to ensure its scrubbing and picking up water and debris leaving the floor clean and dry. Machine clean hard flooring with minimal use of mops to prevent wall mop marks and buildup of grime from unclean mops and water. 8. Metal Cleaning: All cleaned metal surfaces are without deposits or tarnish and with a uniformly bright appearance. The cleaner used is to be removed from adjacent surfaces. 9. Glass Cleaning: Glass is clean when all glass surfaces are without streaks, film, deposits and stains, and have a uniformly bright appearance and adjacent surfaces have been wiped clean. 10. Floor Finish Removal (Stripping): Removal is accomplished when surfaces have all finish removed down to the flooring materials, are free of all dirt, stains, deposits, debris, cleaning solutions and standing water, and the floor has a uniform appearance when dry. Plain water rinse and pick-up shall follow finish removal operation immediately. 11. Finish Floor(Application): A floor is satisfactorily finished when all old wax/ polish has been completely removed, including in corners and along edges and sufficient coats of sealer and wax/ polish have been properly applied with enough drying time between each coat to assure no streaking, bubbling or yellowing and is not splashed on wall or furniture. 12. Scrubbing: Scrubbing is satisfactorily performed when all surfaces are without embedded dirt, cleaning solution, film, debris, stains and marks, or standing water and floor has a uniformly clean appearance. A plain water rinse shall follow the scrubbing process immediately. 13. Wall Washing: After cleaning, the surfaces of all walls, ceilings, exposed pipes and equipment shall have a uniformly clean appearance, free from dirt, stains, streaks, lint and cleaning marks. Painted surfaces shall not be unduly damaged. Hard finish wainscot or glazed ceramic tile surfaces shall be bright, free of film streaks and deposits. 14. Buffing of Finished Floor Surfaces: All finished floor areas shall be spray buffed sufficiently for maximum gloss, removal of surface dirt and have a uniform appearance. Only non-skid and City approved spray-buff products shall be used. 15. Spot Cleaning Carpets: A carpet adequately spot cleaned is free of all stains, deposits, gum, and spills. Care shall be taken to use a product that shall not harm or discolor the carpet fibers. 16. Services to be completed at all City locations unless designated otherwise in scope of individual locations. Exhibit "A" 17. Maximum care shall be taken by the Contractor on a daily basis to maintain the highest quality appearance of hard surface floors and hard surface walls. Wax shall not be used on Ceramic floors. 18. Daily Requirements—Each scheduled day the following shall be done: A. Spot clean all interior glass frames, glass panels, side glass panels and entry doors including door exterior and glass immediately touching door. B. Empty and spot clean all trash receptacles, and replace liners as required. Includes recycling containers. Remove all trash and refuse to designated areas.(recycling will be removed in facilities that have recycle dumpster available only) C. Clean and polish all bright work/metal trim removing fingerprints, smudges,water and other marks. D. Stairwells and landings are to be swept/dry-mopped, and damp mopped, all railings cleaned and disinfected, E. Hard flooring is to be machine cleaned using a mop minimally in areas not reached with machine cleaning. The floors are to be free of tar, gum etc. F. Spot clean all hard surface walls to hand height of fingerprints, dust, soil, gum, etc., utilizing clean water or solutions required by manufacturer's standards. G. Detail; clean/polish all threshold plates and elevator tracks removing soil. H. Clean, disinfect, and polish drinking fountains, removing all water residue from top,mouthpiece and sides. Spot clean adjacent walls and floor due to water splash. I. Spot clean light switches. Remove fingerprints from switches and adjacent wall. J. Vacuum entire carpeted area (wall to wall), including elevators, beyond normal traffic lanes including under and around all furniture. Care shall be taken not to bang walls when moving furniture. Spot clean all carpets. Remove stains, deposits, gum andspills. K. Wipe clean all tables, counters, and shelves. L. Clean floor, walls, and doors of elevator in parking garages. 19. Weekly—Once per week,the following shall be done: A. Corners and edges of floor shall be swept or vacuumed to remove all dirt and dust. B. Thoroughly dust all chair and table legs and baseboards. C. Thoroughly dust with treated cloth window frames and sills. D. Dust high and low fixtures. E. Ensure all walls,ceilings,fixtures,and corners are free of cobwebs. F. Clean custodian closet/storage areas to include washing sink, dust mop and wet floor, restocking supplies and equipment. G. Relay needed supply list to contractor supervisor before stock is depleted to ensure adequate supplies are stocked in each facility. H. Floor mats—remove gum and spots,wash with mild detergent/soap, rinse, and let dry before placing back on floor. I. Fabric chairs and couches—remove gum and spot clean. 20. Monthly—Once per month,the following shall be done: A. Thoroughly vacuum all upholstered furniture. B. Thoroughly clean all wall,ceiling and floor vents, return vents and ceiling diffusers. C. Spot clean baseboards, removing heel marks and soil. D. Remove smudges from walls. E. Thoroughly clean interior windows and blinds. F. Buff/polish non-carpeted floors as required by manufacturer's standards to retain a uniform bright appearance.Attention shall be paid to edges, corners, and behind doors.At all times, the Contractor shall utilize non-slip floor finishes. G. Detail dust bookshelves in library. H. Machine scrub all ceramic tile restroom and break room floors. (No wax) I. Machine scrub ceramic tile floors in hallways.(No wax) Page 2 of 8 Exhibit "A" 21. Quarterly—Work to be done within the V 4th, 7th, and 10th months of the contract. A. Machine strip non-ceramic hard surface floors and refinish with two (2)coats of sealer and three (3) coats of floor wax/polish with products per this specification. All old "wax" build-up; especially in corners and along baseboards shall be removed. B. Thoroughly clean all light fixtures and lenses. C. Shampoo carpets wall to wall. 22. BREAKROOMS: Daily—In addition to the daily tasks for all other City facilities. Each day, the following shall be done: A. Wipe clean and sanitize all counter tops, tables, chairs, vending machines, and papertowel dispensers. B. Wipe clean and sanitize EXTERIORS of all refrigerators, cabinets, coffee makers, microwave ovens and trash receptacles. C. Wipe clean microwave oven exterior and interiors. D. Clean, polish and sanitize all surfaces of sinks with germicidal detergent, wiping excess liquid off faucet and adjacent walls. Polish all. E. Sweep between and around vending machines, refrigerators, cabinets,etc. F. Sweep and damp-mop with germicidal detergent all non-carpeted floors. G. Spot clean walls and carpets removing stains, deposits, gum and spills. Weekly, Monthly and Quarterly: Perform the same tasks as other City facilities. 23. RESTROOMS/LOCKER ROOMS Daily—In addition to the daily tasks for all other City facilities; each day, the following shall be done: Maximum care shall be taken to remove and prevent staining to floor surface and grout. A. Sweep and machine clean floors using mop minimally in small areas not reached with machine cleaning, with germicidal detergent and clean water, including baseboard. B. Clean all surfaces of basins, bowls, toilet seats, and urinals with germicidal detergent,wiping excess liquid off adjacent walls, fixtures and partitions. C. Clean empty restroom dispensers and refill with supplies, making sure that there is no soap residue at spout of dispenser. Remove wrapper from toilet paper. Contractor shall not leave extra rolls of toilet paper or paper towels in restrooms. D. Wash and polish mirror, basin shelves/counters, bright work, soap dispensers, piping and push plates on doors, making sure there is no residue build-up anywhere on bright work. E. Dust ledges and doors. Spot clean light switches, doors, and walls. F. Spot clean restroom wall ceramic tile, removing streaks, smudges and graffiti. G. Waste receptacles are to be emptied and spot cleaned; liners, provided by the city, are to be replaced. Trash is to be removed to a pre-designated area. H. Showers are to be completely cleaned with germicidal detergent and free of soap and calcium build-up. I. Shower and floor matting are to be cleaned, disinfected and free of mildew and debris. J. Fill floor drains with water and pour a capful of enzyme bacteria product daily in drains. K. Lockers-outside surfaces are to be disinfected and left dust free. L. Wash all restroom partitions on both sides, including doors, hinges, and partition seams. Weekly, Monthly and Quarterly: Perform the same tasks as other City facilities. Page 3 of 8 Exhibit "A" ALL chemicals must have MSDS labels including spray bottles; each chemical must also be listed in the MSDS logbook in each closet where supplies and equipment are stored. The City reserves the right to approve all cleaning products used by the Contractor in advance. 1. Water Emulsion Metal-Lind Polymer Floor Finish: This specification covers a self-polishing, slip resistant, all synthetic water emulsion floor finish intended for use on, and not detrimental to, sealed and finished wood surfaces, asphalt tile, linoleum, rubber, vinyl composition, painted concrete, terrazzo and cement surfaces. The product is to be used without dilution except as may be recommended by the manufacturer. Acid sensitive emulsions are excluded. Product shall not contain oil or be oil-based in nature. A. The finish shall consist of all synthetic components. It shall contain no natural waxes. B. The finish shall contain a minimum of 15% non-volatile material. C. The finish shall consist of poly-acrylic and polyethylene components. Polymers shall be metal- linked to provide excellent detergent resistance. D. The product shall be safe for use on all kinds of floors, including asphalt, vinyl, linoleum, terrazzo, marble, sealed wood, cork, rubber and other composition tile surfaces. E. The product shall product a colorless, rough, non-slip, water resistant coating having a high gloss. F. The finish shall be re-coatable within 15 minutes, or as recommended by manufacturer, after prior coat has dried. Second coat shall not whiten or lift the first coat—it shall product enhanced gloss. G. The product shall resist scuffing, powdering and scratching under traffic to a satisfactory degree and shall respond to buffing. H. The finish shall level well on application without streaking or puddling. I. The finish shall resist wet cleaning with alkaline detergents without being removed from the floor and without destroying gloss. However, it shall be easily removable by common stripping methods. J. The product shall not be acid sensitive and shall resist acidic cleaners and strippers,including acidic soft drinks and fruitjuices. K. The finish shall be non-yellowing on the floor and shall be milk white in the original container, rather than yellow. L. The finish shall bear the UL seal of approval for slip resistance on the label. M. The finish shall be film forming at usual temperatures and shall produce no powdering and no hazing. N. The finish shall be waterproof within 12 hours after application. Product shall have good-to-excellent water resistance. O. The finish shall be free from objectionable odor and shall not develop an offensive odor upon storage in the original unopened container. 2. Water Emulsion Type Floor Wax or Finisher Remover(Stripper): This specification covers commercial wax remover for use in stripping water-emulsion floor wax or finish (including the metal-link polymers)from vinyl, rubber, asphalt and other composition floor surfaces. This remover can also be used as a heavy duty cleaner for ceramic and conductive floors. The compound shall be a liquid of one grade only. Product shall not contain oil or be oil-based in nature. A. The compound shall be homogeneous, highly concentrated free-flowing liquid, and soformulated that it may be diluted with clear water. It shall be composed of synthetic detergents,alkaline builders and sequestering agents. It shall not cause skin irritations when used in accordance with directions. B. The compound shall be free rinsing and free from odor, which might be objectionable under conditions of use. C. The compound shall not contain any fatty acid soaps. D. The compound shall be stable and not lose its original effectiveness or otherwise deteriorate when stored for nine (9) months in a closed shipping container at room temperature. E. The non-volatile content shall not be less than 6.5%at 105 degrees C. F. The pH value of a 1.0% by weight solutions shall be between 2.6 and 12.0. G. The compound shall be completely mixed with tap water in all proportions. Page 4 of 8 Exhibit "A" 3. Quaternary Ammonium Chloride Detergent/Disinfectant: This specification covers one type of synthetic detergent and germicide liquid cleaner designed for general cleaning, sanitizing and deodorizing in one operation. A. The cleaner disinfectant shall be a balanced blend of synthetic organic detergents, inorganic alkaline builders,water softening agents and synthetic quaternary ammonium germicide. Color shall be optional. B. The cleaner disinfectant shall not contain any soap, mercury compounds, chlorine, peroxide or formaldehyde, or materials that release such compounds when diluted according to directions. The product shall be safe to use in food preparation areas, 100%biodegradable. C. Anti-microbial requirements:The disinfectant shall have a phenol coefficient of about 10.0 against S. Typhosa and Staphylococcus Aureus by the A.O.A.C.confirmation test at one to sixty-four(1:64) dilution.The disinfectant shall kill Pseudomonas Acruginosa at one to sixty-four(1:64)dilutions and shall be effective against both Gram positive and Gram-negative organisms. D. Odor:A one to sixty-four(1:64)dilutions of the cleaner disinfectant in distilled water shall be odorless and shall not develop and unpleasant odor on surfaces cleaned. E. Quaternary ammonium content shall be 3.8%active,minimum. F. Non-volatile content at 150 degrees C shall be 12.0%minimum. G. Hard Water Tolerance: Effective within 30 seconds in waters up to and including 750 ppm. of hardness. H. Cleaning Efficiency: A one to sixty-four(1:64)dilutions of the cleaner shall exhibit a cleaning efficiency of not less than 80%when tested as described in Paragraph 4.4.6 of Federal Specification PC-431a. In solutions, the cleaner shall provide adequate, but not excessive,suds. I. Approval: The product shall be approved by the USDA, Be EPA registered for use in Federally Inspected Meat Packing and Poultry Processing establishments. The disinfectant shall be acceptable for medical and non-medical uses. 4. Lotion Cleanser: This specification covers a lotion type abrasive disinfectant cleanser for the cleaning of porcelain surfaces and for general maintenance use. Product shall not contain oil or be oil-based in nature. A. The cleanser shall be made from high quality soap, abrasive and disinfectant agents, uniformly mixed. Small amounts of other ingredients may be added to improve the quality of the cleanser. B. The cleanser shall be a white or an attractive, pleasing color, scented or unscented, and of uniform composition. C. Rinse ability:Complete. D. The moisture content shall not exceed 55% E. Anhydrous synthetic detergent content-five-percent(5%)minimum 10% maximum. F. Abrasive content shall not be less than 30%. G. PH value of this liquid shall be between seven (7)and ten(10). H. Product shall not separate when stored at 50 degrees C for seven days. 5. Non-Acid Type Bowl Cleaner:This specification covers a non-acid-type bowl cleaner for de-scaling and disinfecting toilet bowls and urinals. Cleaner shall be a thick liquid formula that shall cling to bowl and urinal surfaces it cleans. A. Compound shall contain no hydrochloric acid. B. The compound shall be a stable liquid and not lose effectiveness or otherwise deteriorate when stored in a closed container at room temperature. C. Compound shall be safe on porcelain and chrome, 100% biodegradable, non-flammable. D. Compound shall remove rust,water minerals, lime, soap scum, body oils,grease,with excellent hard water tolerance. E. Compound shall be free of harmful alkaline or abrasives. F. Liquid product shall be packaged in 32 oz.container with flip-open cap. G. Use of two ounces(2 oz.)shall be sufficient to remove soil, rust, lime scale and uric incrustation as well Page 5 of 8 Exhibit "A" as disinfect and deodorize under normal conditions. H. Product shall not be detrimental to china and glass surfaces at full strength. Product shall not be detrimental to glazed and ceramic tile, carpeting. Product shall not interfere with the digestive operation in septic tank systems. Product shall be non-fuming. Product shall have minimum viscosity of 200 cps. 6. Glass Cleaner: Non-aerosol liquid glass cleaner covered by this specification is intended primarily for use on windows, mirrors and other glass surfaces. Product shall not contain oil or be oil-based in nature. A. The compound shall be a blend of synthetic organic detergents, alcohol, solvents and germicidal components; it shall not contain any perfume, ammonia or inorganic alkalis. B. Cleaning efficiency-when the compound is properly applied to glass surfaces and polished,it shall leave the surface free from dust, grime,and ordinary soil material. C. Flash point: The flash point of the liquid shall be not less than 105 degrees F. D. PH value: The pH value of the liquid shall be not less than 11.0 or more than 11.5 at 25 degrees C. E. Glass cleaner must be safe for use on tinted windows. 7. Concentrated Synthetic Cleaner:This specification covers one grade of a liquid concentrated compound suitable for wet cleaning for both painted and unpainted surfaces where hard or soft water prevails. It shall be an effective cleaning agent for use on wood, rubber, asphalt tile, terrazzo marble or concrete floors. Product shall not contain oil or be oil-based in nature. A. Compound shall be composed of low suds cleaner to be used on floors, floor finishes, and have a mild odor. B. The ingredients shall be assembled to form a homogeneous liquid with no more than a trace of suspended matter. It shall be biodegradable. C. The compound shall be non-caustic and contain no soap, inorganic materials. D. The compound shall be completely multiple-water soluble in distilled water at room temperature. E. Compound shall contain no free alkali or ammonia. F. Compound shall contain no free oil, abrasives or other harmful ingredients and shall not be irritating to the skin. G. Compound shall be non-flammable.The compound shall be stable and not let its original effectiveness or otherwise deteriorate when stored for nine(9) months in a closed shipping container at room temperature. H. PH of the compound shall be 6.0-8.0 PHS at one percent(1%)concentration. I. Emulsification of grease,oil and dirt-very good. J. Free rinsing: Excellent. K. Foaming: Moderate with excellent stability in the presence of grease and oil. L. Use dilution for normal finished floor mopping -about 60:1. 8. Stainless Steel Cleaner/Polisher: This specification covers a product,which is designated to clean and protect metal surfaces. Product shall not contain oil or be oil-based in nature. A. Solution shall be a blend of solvents and polishing agents,which shall remove grease, fingerprints and light soil. B. It shall provide protective water resistance; prevent rusting,corrosion and discoloration. C. It shall contain no harsh abrasives. D. It shall be non-aerosol and safe to use on drinking fountains and eyewashes. 9. Furniture Polish: This specification covers a non-aerosol agent designed to clean and polish wood and wood product surfaces. A. It shall be a blend of silicone, oils, waxes and cleaning agents. B. It shall remove dust, smudges, fingerprints and stains. It shall protect surfaces and does not smear. C. It shall have a pleasant odor and be water based with no harmful solvents. Page 6 of 8 Exhibit "A" D. It shall be safe on all-wood surfaces, leather, vinyl and counter/table tops. E. Solution shall not leave a film and not attract dirt particles. 10. Graffiti Remover:This specification covers a product designed to remove ink, pencil, crayon, lipstick, adhesives, grease and other agents on painted and unpainted surfaces such as walls,wood surfaces, floor, Formica and fiberglass. A. Solution shall not harm or remove finishes from surface. B. It shall be non-aerosol. C. It shall be non-flammable. 11. All-Purpose Cleaner: This specification covers one grade of a liquid cleaning compound suitable for cleaning all types of surfaces. A. Solution shall be a concentrated water-soluble ingredient with pH factor of 11.0 to 12.5. B. Solution shall be biodegradable. C. Solution shall be applied and wiped off with no rinsing required. D. Solution shall remove all common soils from most surfaces. E. It shall not streak or leave a film. Product shall not contain oil or be oil-based in nature. F. Solution shall contain no phosphates, ammonia or other abrasive materials. G. Solution shall be pleasant smelling. 12. Enzyme Bacteria Products: This specification covers a non-aerosol enzyme digesting agent that dissolves odors in floor drains. A. Solution shall have a pleasant odor. B. Solution shall work to neutralize odors with use of high activity enzymes and bacterial cultures. C. Solution shall be non-acid and non-corrosive and shall not harm plumbing. D. Solution shall be used to neutralize odors under and around toilets, sinks and urinals. E. Solution shall continue to neutralize odors even after product has dried on surface. F. Solution shall have active bacterial count of at least 37 billion per gallon. G. PH range shall be 7.0 to 8.5. H. Solution shall have no flash point. 13. Degreaser: This product covers a non-butyl cleaner and degreaser designed to remove a wide variety of grease and soil on any surface not harmed by water. A. Solution shall be water based, biodegradable product containing rust inhibitors. B. Solution shall remove soap scum and body oils in showers and washroom surfaces. C. Solution shall be non-flammable, free rinsing and non-filming and contain no fumes. D. Dilution rate shall be 16:1 for general cleaning, one to eight(1:8)for heavy duty cleaning. E. Solution may be used with pressure washers and foam guns. F. Solution shall be USDA approved. G. PH value shall not exceed 12.0. H. Solution shall be suitable for use on floors and walls in soft or hard water. I. Composition shall consist of a blend of synthetic detergents, solvents,and alkalis. 14. Hard-Water Deposit Remover: This product concerns an extra strength cleaner designed to remove hard water scale and discoloration. A. Solution shall be designed to cling to surfaces. B. It shall be safe to use on chrome, ceramic tile, and porcelain surfaces. C. Solution shall be biodegradable and contain no hydrochloric acid. D. It shall be pleasant scented. 15. Spot Remover: This product is designated to remove stains and spots from most types of carpets. Page 7 of 8 Exhibit "A" A. Solution shall be safe for use on most carpet surfaces. B. Solution shall be used on upholstery,textiles, vinyl, leathers, and synthetics. C. Solution shall be effective in the removal of red dye and products containing this dye. D. Solution shall remove gum and other adhesives. E. Solution shall be a deodorizer and enzyme digestant. F. Solution shall be pH balanced and be effective on most types of stains found in commercial buildings. G. Product shall not contain oil or be oil-based in nature. Page 8 of 8 Exhibit "A" ROUND ROCK TEXAS PURCHAMUG DIVISION ADDENDUM CITY OF ROUND ROCK,TEXAS Solicitation: RFP 24-001 Addendum No: 1 Date of Addendum: 9/18/2023 This addendum is to incorporate the following changes to the above referenced solicitation: I. Questions: Q1.Will the City Provide Kiavacs? Al. A Kaivac is at the expense of the vendor and would be accounted for in the bid the same as all other equipment used for the project. Q2. Does the City already know what buildings will be assigned to what awarded contractor? A2. No we are waiting for the completion of the solicitation to determine this selection of building assigned. Q3. Will the City provide Lifts? A3. Yes if they are available, and if scheduled in advance. Note that there may be instances where a lift is unavailable, and vendors need to plan for that. Q4. The ISSA stander listed of 3500 is the minimum standard. Is that acceptable to the City? A4. Yes you can offer more than 3500 just not less than. Q5. What equipment are you currently using on the floors? A5. Currently we are using walk behind Zambonis. Q6. How many City employees and how many current awarded contractor employees for both day and night? A6. There are 19-day porters that are City staff employees, and at night, we estimate there are about 25 employees. Q7. Can you provide the number of windows per building? A7. No the City does not currently have the number of windows per building. Q8. Is there a living wage minimum requirement? A8. There is no living wage requirement. Q9.Are you open to options for equipment such as standard equipment or more premium equipment with GPS and other features? A9. Standard equipment Q10. Can we get a list of buildings where the City will provide the chemicals for cleaning? A10. Clay Madsen Rec, and the library. Q11. You mentioned during the walkthrough that you requested a Kiavacs machine be used for the restrooms. Is this an expense that the City is okay with absorbing to have such equipment used and stored at each facility? (Vendor to purchase equipment and accounted for within bid? A11 A Kaivac is at the expense of the vendor and would be accounted for in the bid the same as all other equipment used for the project. Exhibit "A" Q12. Can you tell us who the previous and current contractors are? Al2. Previously we worked with Pritchard Industries. Currently, we recently awarded to Austin Professional Services. Q13. Can you please give us a list of what closets we will be sharing with the day porters? A13. Clay Madsen Rec, Library, PSTC Q14. For Window Washing, is all window washing part of the additional Services as in Exterior and Interior? A14. Interior is included in your periodicals—the exterior only is included in the additional services. Q15. Do we need a Kaivac for all the buildings or just the high-profile ones? Can you provide a list of what buildings they will be needed in? A15. No, they are not needed in all buildings; you could place a couple strategically and rotate between multiple buildings. Q16. Do you use Auto Scrubbers for the floor at the Bob Bennett Building? A16. It is the City's preference that an auto scrubber be used in the facility. Q17. Is this the same proposal as"RFP 23-004-Janitorial Services"from earlier this year? If yes,why is the proposal being rebid so soon? A17. Yes this is the same proposal. The City desires two contracted vendors for this service. Q18. Can we please have the square footage of the area that needs to be stripped and waxed in each building? A18. The flooring types are listed on the facility footage page, Q19. Can you indicate if this is a new service or is currently being provided by a company? If the answer to question 1 is yes, could you please indicate the name of the company and the annual amount of the current contract? A19. This service is currently being provided by Austin Professional Cleaning Services. Q20. Can you indicate the amount of Ft2 of window area for each building? A20. No-all facilities apart from Water Treatment Plant Phases 3 and 5, the back area of the PSTC can be walked by the bidder to measure. Q21. Can you confirm the number of Day Porters and their locations? A21. The city has 16-day porters on staff; locations are —PSTC, CMRC, Baca, Sports Center, and Multi-purpose complex. However, locations with day porters should have equal night cleaning duties as those without. Q22. Can you tell me the current contract amount for this opportunity? A22. In the solicitation Part I General Requirements Item 1 Purpose and Background it states The City intends to have two vendors perform these services for a shared total not to exceed the contract amount of$7,300,000. Q23. How much staffing has been used across this portfolio previously for day and night services? A23. The vendor will not be supplying day services at this time; night service would be 15-20 Q24. Is there storage at each facility to store equipment and supplies? A24. General Services, CRU, Intermodal, Intermodal parking garage elevator, and City Hall parking garage elevator do not have storage areas for equipment. However, they will have a small stock of consumables. Q25.The city is to provide chemicals. Will the City consider using Vendors Chemicals? Our staff are trained on specific chemicals that our company has selected due to being the best, safest and overall high standards in which the products follow. A25. Yes, you are welcome to use your own chemicals. Please note the solicitation requirement to submit safety data sheets with the response for any chemicals you intend to use. Q26. Do you have more information on the pressure washing locations? Size, space count, levels? you mention pressure washing walls? Are these multi-level? A26. This information is listed on the facility's square footage sheet. It's listed under parking garage square footage. Exhibit "A" Q27 Will there be an opportunity for our Firm to present our services, recommendations, and plan of action to your team prior to selection? A27 Yes, this information should be included in your proposal; only top choices will have the opportunity for a meeting-type presentation. Q28. Can you confirm the anticipated start date? A28. Not at this time. It depends on the Evaluation time frame and the time frame of contract negotiations. Q29. Is there a bid/performance bond required? A29. There are no bond requirements for this solicitation. Q30.The City intends to have two vendors. How will you determine which buildings are awarded to each vendor? A30. Pricing and grouping Q31. Is e-verify required for background checks? A31. No, however, all employees should have background checks. Q32. What is the Square Footage of the CRU? A32. The footage of the CRU is 2,340sq. Q33.What is the Square Footage of the CH parking elevator? A33. Approx. 200sq The intermodal parking garage elevator is also approx. 200sq. II. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. By the publication of this document on the City of Round Rock Bonfire website this addendum is hereby incorporated into and made a part of the above referenced solicitation. Current Facilities Square Footages Location Total sqft VCT-sq ft Ceramic Tile Carpet-sq Epoxy- Vinal-sq It Polished Concrete- Wood Matted sq ft ft sq ft sq ft courts Allen R BACA Center 28,436 11.782 1,421 8,533 3.400 1.550 1,750 Bob Bennet Building 32,000 1924 24,439 268 971 4,398 Brushy Creek East Wastewater 9,000 1,200 7,800 Treatment Plant Brushy Creek East Wastewater 150 Treatment Plant Shop area Brushy Creek East Wastewater 1,841 1841 Treatment Plant-Trailer Business Center 18,500 408 1,693 16,196 203 City Hall 24,100 1,128 2,394 20,487 Clay Madsen Rec Center 38,000 400 300 2945 5,275 5,443 14,853 8,784 CMRC Expansion 14,000 TBD TBD TBD TBD TBD TBD TBD TBD Fire Logistics 6550/1,200 6,550 General Services 5,046 343 4.445 258 1,200 Intermodel Ticket Booth 650 350 200 Kinninham 5250 5250 Library-Old 42,000 TBD TBD TBD TBD TBD TBD TBD TBD McConico 26,382 400 2,500 23,482 Pard Yard 1.790 1,790 PSTC 45,000 3.168 10,561 378 28.117 2.264 Rabb House 4,000 100 650 3.250 Rock Care Clinic 1.500 1,100 100 300 Sports Center 82,800 1.800 1,150 400 900 31,050 47,500 Streets/Signs 5,100 5.100 Vehicle Maintenance 1,400 1.150 250 Future Additional Facilities Square Footages Bob Bennett Phase 2 65,000 TBD TBD TBD TBD TBD TBD TBD TBD Bob Bennett Phase 3 74,900 TBD TBD TBD TBD TBD TBD TBD TBD Multipurose Field Expansion 10,500 TBD TBD TBD TBD TBD TBD TBD TBD Multi-Purpose Complex 9,208 9,208 New Library 66,000 1391 7353 50526 6394 300 New Recreation Center 46,000 TBD TBD TBD TBD TBD TBD TBD TBD Public Safety Training Expansion 7,000 TBD TBD TBD TBD TBD TBD TBD TBD Sports Center Expansion 19,000 TBD TBD TBD TBD TBD TBD TBD TBD Parking Garage Square Footage. City Hall 3 Levels 40,000 Intermodal Parking Garage 2 Levels 56,550 Allen R Baca Center 2 Levels 40,000 New Library 4 Levels 110,000 Exhibit "A" A Proposal Thoughtfully Prepared for: 'ROUND ROCK, TEXAS PURPOSE.PASSION. PROSPERITY. Proudly Provided by: SERVICE FIRST JANITORIAL Serving. A Purpose. Exhibit "A" SERVICE FIRST JANITORIAL TABLE OF CONTENTS PAGES 3 INTRODUCTION LETTER 4-9 SERVICE FIRST BACKGROUND 10-12 SAFETY WITH SERVICE FIRST 13-16 TEAM/EMPLOYEES 17 GREEN CLEANING 18-19 SERVICES AND EXPERIENCE 20 PARTNERS SOLICITATION RESPONSES 21 COMPANY INFORMATION 21-22 JANITORIAL RESPONDENT QUALIFICATIONS 22-23 SUBCONTRACTORS 24 WORK FORCE 24 MATERIALS SPECIFICATIONS/DESCRIPTIVE LITERATURE 25-26 POINT OF CONTACT PROPOSAL PREPARATIONS INTRUCTIONS AND EVALUATION FACTORS 27 COMPANY INFORMATION 27-28 REFERENCES 28-30 SUBCONTRACTOR FORM 30 CHEMICAL LIST 30 COMPANY INFORMATION 31-32 EVALATION CRITERIA 32 COST PROPOSAL AND ATTACHMENT INFORMATION 21 Exhibit "A" SERVICE FIRST JANITORIAL Serving A Purpose INTRODUCTION To cannot be bought or measured with money, and that is sincerity and integrity" - Douglas Adams Thank you for the opportunity to participate in the bid to serve as City of Round Rock janitorial provider. The attached informational packet provides responses to your requests and some additional information about Service First Janitorial to instill confidence that we can exceed the customer service and cleaning experience that you and your facilities expect and deserve. Service First Janitorial is driven by a passion for serving others. A passion formed and fed by foundational beliefs we hold as an organization. • We believe our calling is to bring the power of a servant's heart to everything we do. • We believe that partnerships are the best form of relationships. • We believe in putting relationships over transactions. • We believe by elevating our neighbor's needs above our own. • We believe in treating our client's facilities as if they are our own. • We believe training is paramount for each one of our professional cleaners/janitors. Our primary focus is to customize and implement professional cleaning services specific to your needs and to serve you at the highest level. As a reliable and trustworthy partner, you will find that we are not "yes men/women" at Service First Janitorial, rather we are a "yes we can" company with a "can do" culture. We understand that our customers want as few hassles as possible. As a result, we tailor our approach to provide strong management and direction for each project to ensure services are delivered to you in a smooth and hassle-free manner. Thank you again for allowing Service First Janitorial to provide you with this proposal. We look forward to serving you! Best regards, J&rry Jerry Wilson 31 Page Exhibit "A" SERVICE FIRST JANITORIAL Serving A Purpose A HISTORY OF SERVING the expense of othersH.Jackson Br(,,-,,- 1, Redefining Service is our Defining Value The defining value and very foundation that we have built our company on is that we "Redefine Service." In fact, we don't think that giving good service is the same as serving. Serving doesn't come in one-size fits all — rather it's the result of developing genuine and unique relationships with partners built on trust, accountability, and shared values. We're excited for you to experience the difference. It started in 2017 - with roots dating back 30 years After having spent nearly 30 years on the national stage of the Janitorial and Commercial Cleaning industry,Jerry Wilson, Owner and Founder of Service First Janitorial was convinced that customers and employees of the industry needed something different in a Janitorial Service provider. Better yet, they deserved something different. And notjust different - better. Service First Janitorial,a privately-owned and operated company was officially established in 2017. With humble beginnings operating out of a house in Dallas TX, Service First Janitorial has grown and thrived in a short amount of time experiencing tremendous success in a very competitive and crowded industry. Driven by the belief that a commercial cleaning provider could and should care more about the success of their employees and partners than its bottom line has led to our success as a company now and assures us of our continued success in the future. 41 Exhibit "A" SERVICE FIRST JANITORIAL Serving A Purpose EXPERIENCE "True intuiti,, <,i; experience with good feedback on mistakes" Kahneman Experience equals Expertise We've learned a few things in our over 30 years of experience in the Janitorial and Commercial Cleaning business. Truth be told, we've learned more from our mistakes than we have our successes and we wouldn't have it any other way. Continually learning from our experiences means we're continually improving our expertise and sharpening our approach across a wide- range of industries. While many of our partners have shared needs, no facility and industry are exactly the same. Service First Janitorial understands that even the most subtle differences between industries requires a different approach to how we serve. Our partners are one-of-a-kind and they deserve more than a one-size-fits-all solution. Powered by our purpose to serve alongside our experience serving a wide range of industries, we've honed our expertise first hand. Partner Industries Served: Commercial: Properties, Office Buildings, Office Parks Educational: K-12 and Higher Education facilities Medical: Office Buildings, Medical Office Parks Industrial: Manufacturing and Distribution Facilities Arenas/Venues: Sports and Entertainment Events Government: Civic Centers, Office Buildings Technology: Data Centers Markets Served: Service First Janitorial is headquartered in Dallas, TX. Primarily we work with partners throughout the State of Texas although we have the people, the capabilities and the resources to serve the entire Southern region of the U.S.A. Dallas, TX Fort Worth, TX Houston, TX Austin, TX Marshall, TX 5Page Exhibit "A" SERVICE FIRST JANITORIAL A pU�POSp VALUES "The best way to find yourself is to service of others." - M Our idea of what's important Service First Janitorial is driven by a passion for serving others. This passion is guided by our values and beliefs as we pursue excellence in each and everything we do for our clients. Our People People are the most important of all the assets we possess. People make all the difference in our success and can make up for almost any lack of other resources. The saying is true —the customer is King - and at SFJ our employees are the first customer. By growing their talents & skills through education, training and progressive learning - we continually empower and equip our people to become better personally & professionally today than they were yesterday. Our Culture Serving others first — whether employees or our partners - is a core value of Service First Janitorial. Through our experience, we know first-hand that serving others exceptionally is in and of itself— an exceptional reward. We are convinced that first serving others, our community and causes that advance humanity in a positive direction are the paths to continued success for our company. Our Process We aren't a "Yes Man/Woman" company. Rather — we value being a "Yes we can" company. If there's not a solution, we'll make one. We don't just say yes to inferior solutions, as experts we find the best solution that serves everyone's best interests. We will work together to do the hard work others won't so our customers and employees succeed. Even if outside of our core service offerings—we will find a way to get it done. 6Page Exhibit "A" SERVICE FIRST JANITORIAL serving A Purpose THE GREATER GOOD help everyone. but everyone can help sore^r�' P�naia u��.a, Proudly wearing our heart on our sleeves Serving the communities in which we work and the causes that benefit more than just ourselves is a demonstration of the heart of Service First Janitorial. Having been Blessed with our talents and abilities our genuine desire is that we recognize and take advantage of the opportunities to use them to make positive impacts in the lives of those around us. Put simply we are committed to contributing to the "Greater Good" in meaningful and authentic ways. Sometimes that means donating to a national Charity. Other times it's helping out with a local fundraiser. Sometimes it's as simple as paying for an employee to take time-off for volunteerism or helping someone who's dealing with challenges in life outside of work. Whatever it is—making a positive difference when we can and with who we can - always matters. � I Exhibit "A" SERVICE FIRST JANITORIAL LEADERSHIP TEAM Leading by Example Service First Janitorial takes pride in the fact we have over 12S years of experience within our leadership team. With such broad and deep experience, our leadership team does just that —we lead. JERRY WILSON, President: 28 years industry experience MARIANO GARZA, Vice President: 25 years industry experience JOANN TORRES, Director of Client Services: 2S years industry experience DEVONTE SMITH, Director of Client Services: 9 years industry experience GREG ROBERTS, District Manager: 12 years industry experience ASHLEY MUSKAT, Director of Marketing: 8 years industry experience CARLOS JIMENEZ, Project Manager 20 years industry 81 Page Exhibit "A" SERVICE FIRST JANITORIAL Serving A Purpose APPROACH Serve First The defining value and very foundation that we have built our company on is that we "Redefine Service." At Service First Janitorial, serving is not the same as simply providing good service. From our Senior Leadership team and across our entire company, we are always accessible to answer questions, make recommendations and meet with your team to discuss successes, concerns and opportunities for continual improvement. Commit Consistently By creating relationships built on accountability and transparency, we understand our client's business as if it were our own. This consistent commitment results in an incomparable level of responsiveness, communication and execution. As an extension of your team, rest assured that we will make every effort, every time to ensure complete satisfaction and results that are on- budget, on-time and beyond expectations. Control Quality Accountability is best-achieved in-person, a driving philosophy at Service First Janitorial. As opposed to sending emails or making phone calls, we prefer to put our own eyes on our performance, maintaining a "High Touch vs. High Tech" relationship with our partners. Service First conducts regular in-person inspections of its partner's properties to ensure that our shared level of quality and standards are maintained and continually evaluated on a routine basis. Serving starts at the top and our Senior Leadership team and Owner/President often accompany our client teams in evaluating Service First performance. Our dedicated Account Managers are passionate about customer service and are available for weekly walk-through inspections with Property Management and meetings with tenants as requested. Respond Rapidly Emergencies happen and unfortunately usually without warning. Count on responsiveness and reliability when working with Service First Janitorial as we can respond to emergency calls within no later than a one-hour timeframe. Additionally, all Management are readily available 24/7 and are expected to be able to address, as a matter of priority, any on-site emergency. And, if any restoration service is required, we have valued partners available to assist. 91 Exhibit "A" SERVICE FIRST JANITORIAL serving A Purpose SAFETY TRAINING EMPLOYEE RESPONSIBILITIES Employees of SERVICE FIRST JANITORIAL are responsible and will be held accountable for providing the company with a commitment to the safety and health program, abiding by the policies, procedures and rules set forth by the program, and becoming actively involved in the program to assist in providing a safe and healthful workplace for all involved. It is important that all employees have a positive attitude toward safety and accident prevention. The employee is responsible for: 1. Knowing what constitutes a safety hazard 2. Being constantly on the lookout for safety hazards 3. Correcting or reporting safety hazards immediately 4. Knowing and using safe work procedures 5. Avoiding unsafe acts 6. Keeping the work area clean and uncluttered 7. Reporting accidents, injuries, illnesses, exposures to hazardous substances, and near misses immediately. 8. Reporting acts and conditions that don't seem right even if you aren't sure if they are hazards. 9. Cooperating with internal inspections and job hazard analysis. 10. Following Company safety rules and regulations related to efficient and safe work performance. 11. Looking for ways to make the job safer. 12. Participating in safety training. 13. Treating safety as one of your most important job responsibilities. 14. Performing job assignments safely as consideration for self, fellow employees, subcontractors, the public, and Company property and equipment. This includes proper use of safety equipment, safety devices and safe work practices. 15. Understanding the employee's role in the safety program. 16. Reviewing the contents of all safety manuals, handbooks and publications available. 17. Comply with all Federal, State, and Local rules and regulations relevant to work performed. 101 Exhibit "A" SERVICE FIRST JANITORIAL serving A Purpose SAFETY TRAINING GENERAL SAFETY RULES Because SERVICE FIRST JANITORIAL is sincere in its desire to conduct all of its work operations in the safest manner possible, the following general safety rules have been formulated and implemented: 1. Report any injury to your supervisor immediately. 2. Report all observed unsafe conditions to your supervisor immediately. 3. Horseplay is prohibited at all times. 4. Substance abuse is not allowed on thejob. Any employee discovered under the influence of alcohol, illegal drugs, inhalants or controlled substances, will not be permitted to work. 5. Learn safe work practices. When in doubt about safety performance of a task, contact your supervisor for instruction and training. 6. Never remove or bypass safety devices. 7. Learn the location of fire extinguishers and first aid kits. Learn to use them correctly. 8. Maintain good-housekeeping at all times. 9. Be alert to hazards that could affect you and your fellow employees. 10. Obey safety signs and tags. 11. Always perform your assigned tasks in a safe manner. Do not take shortcuts. Taking shortcuts and ignoring established safety rules is the leading cause of employee injury. 12. When lifting an object, lift safely: a. Size up the load first. Get help if the load is bulky, heavy, or has unwieldy length. b. Be sure to have firm footing. c. Lift with your legs while keeping your back straight. d. Keep your balance. Do not twist under strain orjerk the load. e. Keep the load close to your body. f. Use a 2-wheel hand truck whenever possible. 13. Use only 3-wire receptacles and extension cords to ensure a properly grounded source when using any electrically powered equipment. 14. All employees working in repair operations, warehouse, landscaping operations, and construction operations should wear approved closed-toed leather shoes. No open-toed shoes or canvas shoes should be worn in the work and operation areas. 15. Use the proper ladder for the job to be done. Do not use ladders with broken or missing steps or rungs. Repair or discard deteriorated ladders. Always place the ladder so that the side rails have secure footing. 16. Inspect tools and protective equipment before use. 17. Participate actively in safety training and safety meetings. 11 Exhibit "A" SERVICE FIRST JANITORIAL serving A Purpose MONTHLY SAFETY TALK TOPICS January Sexual Harassment February Chemicals and SDS Book March Wet Mopping and the Importance of Wet Floor Signs April Procedures for Building Emergencies May Proper Dress Code and Etiquette June OSHA Bloodborne Pathogens July Sexual Harassment August Chemicals and MSDS Book September Wet Mopping and the Importance of Wet Floor Signs October Procedures for Building Emergencies November Proper Dress Code and Etiquette December OSHA Bloodborne Pathogens 12Page Exhibit "A" SERVICE FIRST JANITORIAL serving A Purpose TEAM "The strength of the team is each The strength of each member is the team."— Phil Jackson Our People. Our Passion. Promoting a positive workplace and fostering a unique culture such as ours takes more than Just lip service. At Service First Janitorial we think of our people as family, and we treat them that way. That's because we value our employees above anything else. In fact, they are our first customer as without them we wouldn't be able to do what we do. By growing our collective talents & skills through education, training, patience and progressive learning -we continually increase the value and level of serving we provide our partners. 13 1 Exhibit "A" SERVICE FIRST JANITORIAL serving A Purpose HIRING Hiring Process • Assess applicants against criteria for the job. • Invite applicants to be interviewed. • Determine the best applicant for the position. • Check references. • Verify work eligibility. • Conduct a background check for the US and Sex Offender registry going back 7 years. • Offer the applicant the position. • Train the employee in job specifics and safety. 141 Exhibit "A" SERVICE FIRST JANITORIAL serving A Purpose APPRECIATION "To get ti, to divide it with." - Mai A little appreciation goes a long way We think that hard work and the results that follow deserve to be recognized. Afterall, nothing happens in our business without the people who do it. Whether it's a Holiday, a Birthday or sometimes even just a Friday—we always take time out to have a little fun. Afterall, like the saying goes, "all work and no play...". Team Appreciation Dinners We regularly hold Team Appreciation Dinners to recognize and reward the individuals who make up the team that makes it all happen. We also use this time to for open dialogue, allowing all employees to voice challenges they face on the job or elsewhere in an effort to continually find ways to make theirjob more efficient, effective and rewarding. Seasonal Holiday Parties Name the Holiday and we're probably celebrating it in some way at Service First Janitorial. Employee Birthday's We never miss an opportunity to celebrate our employees. We acknowledge every employee birthday with a hand-written card and gift card. Thanksgiving We like to celebrate our teams hard work by giving them a Thanksgiving gift cards to go towards their Thanksgiving meal. 15Page Exhibit "A" SERVICE FIRST JANITORIAL UNIFORMS All uniforms can be custom designed with our logo and/or your logo as requested. A sample of our logo has been provided in a stacked and horizontal version below. Our uniforms consist of kaki pant, apron, and tailored shirt (shown below). SERVICE FIRST JANITORIAL Serving. A Purpose. 16 Exhibit "A" SERVICE FIRST JANITORIAL GREEN CLEANING Cleaning with a Conscience Using a little bit of the wrong cleaning products can do an incredible amount of harm to a person's health and to the surrounding environment. As a globally responsible organization, Service First Janitorial is committed to providing each of our clients with safe and environmentally friendly cleaning solutions to help protect the health of all people while minimizing waste and harmful environmental effects. Service First Janitorial employees are trained in green cleaning best practices and regularly use: • Partners and suppliers who use environmentally preferable products and processes • High filtration vacuums • Specialized chemical dispensing systems • Recycling programs customized to your needs • LEED (Leadership in Energy & Environmental Design) certification programs for your facility Benefits of Service First Janitorial Green Cleaning Healthier for the Earth Lowering your businesses potential negative impact on the environment. Reduces irritating smells Helping you keep your employees and customers from feeling sick. Increases the longevity of your property Helping businesses avoid replacement costs through the use of products that are gentler to your belongings. Improves indoor air quality Using cleaners that don't degrade the air quality for you, your employees and your customers. 17 � Exhibit "A" SERVICE FIRST JANITORIAL Serving A Purpose SERVICES „Great opp_, - uut small ones surround us every day."-Sally Koch The Services you expect, Provided at a level of Service you don't. Providing full-service Janitorial solutions for our partners is what we do. It's what a lot of other companies do too. How we do it is what makes us different—and dare we say better than the rest. From Floor Cleaning to professional Porter Services, our partners benefit beyond their expectations from our personal touch and approach to their commercial cleaning needs. Exterior Services High-Pressure Power Washing Window Cleaning Programs Grounds/Parking Lot Maintenance Parking Lot Striping Carpet Appearance Water Extraction 3M Carpet Protectant Anti-static Carpet Treatment Hard Floor Maintenance Scrubbing Stripping Refinishing Stone Care and Maintenance Additional Services Chair and Partition Cleaning Construction Clean-Up Computer Room Raised Floor Cleaning Porter Services Filter Changing and Maintenance General Light Maintenance Cleanroom/GMP Services Specialty Services Disinfection Services —COVID-19 and others Make Readies 181 Exhibit "A" SERVICE FIRST JANITORIAL EXPERIENCE "True intuitive e",., ...._ -learnt,_ ,..,.. :- experience ,.experience with good feedback on mistakes Kahneman Experience equals Expertise We've learned a few things in our over 30 years of experience in the Janitorial and Commercial Cleaning business. Truth be told, we've learned more from our mistakes than we have our successes and we wouldn't have it any other way. Continually learning from our experiences means we're continually improving our expertise and sharpening our approach across a wide- range of industries. While many of our partners have shared needs, no facility and industry are exactly the same. Service First Janitorial understands that even the most subtle differences between industries requires a different approach to how we serve. Our partners are one-of-a-kind and they deserve more than a one-size-fits-all solution. Powered by our purpose to serve alongside our experience serving a wide range of industries, we've honed our expertise first hand. Partner Industries Served: Commercial: Properties, Office Buildings, Office Parks Educational: K-12 and Higher Education facilities Medical: Office Buildings, Medical Office Parks Industrial: Manufacturing and Distribution Facilities Arenas/Venues: Sports and Entertainment Events Government: Civic Centers, Office Buildings Technology: Data Centers Markets Served: Service First Janitorial is headquartered in Dallas, TX. Primarily we work with partners throughout the State of Texas although we have the people, the capabilities and the resources to serve the entire Southern region of the U.S.A. Dallas, TX Fort Worth, TX Houston, TX Austin, TX Marshall, TX 19 � Exhibit "A" SERVICE FIRST JANITORIAL Serving A Purpose PARTNERS "Coming toge: progress;working together is success." '`, ., I- @) tir Medical City Healthcare MIE)113U DALLAS BAPTIST UNIVERSITY vjL BaylorScotWX4 ite N E A L T N CardinalHealth'y CIM A I I NC OLN HARRIS ® TRANSWESTERN' 40 PrismHealth DIGITAL REALTY ETHU CBRE I am li hter EAST TkXAS BAPTIST SCHOOL. U N I V E R S I T Y TexasWesleyan UNIVERSITY rangetheory` F 1 T N E IRVING HUDSON CONVENTION CENTER PETERS AT LAS C O L I N A S Commercial ST. JOH N'S 20IPage Exhibit "A" SERVICE FIRST JANITORIAL SOLICITATION NUMBER 24-001 Company Information A. Statement of Compliance Service First Janitorial is in compliance with all applicable rules and regulations of Federal, State, and Local governing entities. B. Company Information Service First Janitorial,2418 Converse St, Dallas, Texas, 75207. Service First Janitorial is a Partnership company,which was formed in the state of Texas. Our Project management will be structured as follows: Ronnie Pruitt will be the Account Manger over the City of Round Rock, if awarded to Service First We will have an on-site Project Manager that will run the day-to-day cleaning. The PM will report directly to Mr. Pruitt. Mr. Pruitt will be reporting directly to Jerry Wilson, the President of Service First Janitorial. Please see attached organizational chart. Subcontractors will not be used for the day-to-day cleaning. They will only be utilized in extra services. Our Authorized Negotiator will be Jerry Wilson: Jerry Wilson►erry@servicefirstjanitorial.com 972-743-7245 Janitorial Respondent Qualifications A. Have a minimum of five (5)years of experience in commercial janitorial services. Service First Janitorial has been in business since November of 2017. B. Must be a member of the International Sanitary Supply Association (ISSA). Respondent must supply their LSSA membership number with their response. Services First janitorial's/SSA number is 443372. C. Must have a physical business location within the State of Texas. Service First Janitorial,2418 Converse St,Dallas Texas, 75207. D. Be firms,corporations,individuals,or partnerships normally engaged in providing janitorial services as specified herein and have adequate organization, facilities,equipment, financial capability,and personnel to ensure prompt and efficient service to the City. 21age Exhibit "A" SERVICE FIRST JANITORIAL serving A Purpose Service First Janitorial has been providing Janitorial Services in Texas since 2017. We have 400 employees in the state of Texas, including DFW, Houston, Austin, and San Antonio. E. In order to confirm financial stability, the City may choose to review audited financial statements at any time throughout the RFP evaluation process. Upon request the respondent shall provide 2 years audited financial statements, including ay notes or supplemental schedules within 2 business days of the original request. Service First Janitorial will be able to provide the requested financial statements if requested. F. The respondent shall include in the proposal a list of all litigations the company or its principals have been involved in within the last three (3)years. Service First has been in zero(0)litigations in the past three(3)years. G. 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 RFP process. Service First Janitorial is located in Dallas, Texas,and is opening an office in North Austin as well. SUBCONTRACTORS Please see attached sub-contractor form. We will only use a sub-contractor for extra services. SUB CONTRACTOR FORM SOLICITATION NUMBER: 24-001 RESPONDENT'S NAME: SERVICE FIRST JANITORIAL DATE: 9/29/23 • CIRCLE ONE - NO, I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT NO YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YES If yes complete the information below 221 Exhibit "A" SERVICE FIRST JANITORIAL .. � 1. Subcontractor Name JC Commercial Co. Name of Contact Jhovani Alvarado E-Mail Address Address City, State, Zip Code Telephone Number ( 512 ) 507-5160 Fax Number: ( ) Describe work to be High rafter cleaning/ powerwashiong performed Percentage of contract High rafter cleaning and power washing only work to be performed 2. Subcontractor Name Everclean Window Cleaning Name of Contact Title of Contact E-Mail Address Address City, State, Zip Code Telephone Number ( 512 ) 635-7166 Fax Number: ( ) Describe work to be Window Cleaning performed Percentage of contract Window cleaning only work to be performed • Add additional pages as needed 23 Exhibit "A" SERVICE FIRST JANITORIAL serving A Purpose WORK FORCE A. Ensure respondents employees perform the services in a timely manner. Service First will be utilizing Chronotek to track employees'time and GPS location, offering the latest time tracking technology to empower your employees to clock in and out more consistently,even by their own phone. Chronotek has proprietary tools to track and report employee GPS with location-based time tracking software, allowing phone numbers from job sites to be linked, preventing employees from clocking in from unauthorized locations, and also allows reporting options to see where your employees are and when, and what their overall daily work story is. IF mployee Time In Systern schedules&No Jobco,tmg supervisor App Travel Time Tra�lking Communication Sho�Alerts Mileage CHRomo woRvow«.1 Jry H9 S P c14+= xW Y4 r.•.:B M F �TRMet.geb � _ 24Page Exhibit "A" SERVICE FIRST JANITORIAL Serving A Purpose B. Ensure respondents employees,while working on City property,wear a company uniform that clearly identifies them as the respondent's employee. Service First employees will be wearing a company-issued uniform shirt. 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. ALL SERVICE FIRST EMPLOYEES UNDERGO A 7-YEAR BACKGROUND CHECK PRIOR TO STARTING WORK Materials Specifications/Descriptive Literature A. Contractor shall supply a list of cleaning chemicals to be used which must be approved by City of Round Rock personnel. Please see attached chemical list and SDS sheets. 251 Page Exhibit "A" SERVICE FIRST JANITORIAL CHEMICAL LIST • ENVIROX H2ORANGE HYPER-CONCENTRATE 112 Premium,patented original one product formula thatgivesyou two dilutions, and can take care of 95% of all general cleaning. /t combines cold- pressed Orange Oil and Hydrogen Peroxide to clean, deodorize,degrease, and sanitize any water-safe surface. Kills 99.99%of common bacteria as a sanitizer, and 99.9%of specified viruses. i • DIVERSEY GLANCE HC GLASS& MULTI-SURFACE CLEANER Non-Streaking, quick-dying, an nioniated glass cleaner that cleans and shines glass, mirrors, sinks, countertops, stainless steel and other washable surfaces. wr • DIVERSEY CREW BATHROOM CLEANER&SCALE REMOVER Mildly-acidic liquid cleaner specifically developed to remove soap scum and hard water deposits from most restroom surfaces. too 10011 4400 • DIVERSEY ALPHA-HP MULTI-SURFACE DISINFECTANT CLEANER All-in-one, multi-surface disinfectant cleaner based on proprietary Accelerated Hydrogen Peroxide technology.One product cleans and brightens surfaces safely and easily. Use on walls, countertops, and most other water washable hard surfaces. 26Page Exhibit "A" SERVICE FIRST JANITORIAL • DIVERSEY STRIDE CITRUS NEUTRAL CLEANER Neutral cleaner is anon-alkaline formulation for everyday cleaning of floors and other hard surfaces. 0 • DIVERSEY I-FILL DISPENSER The f-Fill design is Spill-Tite to eliminate spills, leaking,and manually having to properly dilute the concentrates. The metering tips in every bottle ensures precise dilution, reduces maintenance, and eliminates the possibility of dilution tampering. • DIVERSEY EMEREL MULTI-SURFACE CREME CLEANSER Alkaline formula that quickly removes grease, soap scum, scuff marks, and other stubborn spots and build-up w/o scratching surfaces. - o • DIVERSEY EXTRACTION RINSE ➢ Flushes out and removes detergent residues that cause re-soiling. Safe on all types of carpets, including wool. • DIVERSEY BRAVO LOW ODOR STRIPER Low-Odor,Heavy duty stripper for today's tough build-ups and burnished finishes. Excels with superior wetting,penetration, and emulsification properties. 27 Exhibit "A" SERVICE FIRST JANITORIAL • DIVERSEY AQUARIA FLOOR FINISH A clean,long-lasting floor finish that meets your environmental expectations. Durable,proven polymer technology,and an exceptional buff response. IME Pricing Please see attached Cost Proposal Sheet. Acceptance/Inspection Service First Janitorial will utilize Service First QC for inspections. These reports include a scoring system,photos for our team to view, and client interaction. Performance Review Service First will have a representative available for Inspection walks on an as-needed basis with the City. We will also be performing our own inspection walks on a bi-weekly basis. Point of Contact/designated representative Service Firsts point of contact will be Ronnie Pruitt. Please see his attached resume. RONNIE PRUITT 115 Rockhouse Drive,Aledo,Texas, 76008 Phone: 817-233-2024 ronnie@servicefirstianitorial.com 28 1 P i g(, Exhibit "A" SERVICE FIRST JANITORIAL Serving A Purpose Professional Objective Janitorial and construction background with a strong leadership and supervisory skill set. My ability to work with and relate to personnel on all levels is among my strongest assets. Professional Experience 9/1/21—current Service First Janitorial Services Director of Client Services Austin Branch • Currently overseeing 1.5 million square feet. • Oversee day to day operations including day/night staff,inventory control,payroll, customer relations and quality control inspections. • Conducts safety training for employees. • Direct contact with our suppliers for all SFJ Austin business. • Responsible for monthly budgeting of all accounts. • Responsible for new sales,generating leads for new opportunities in the Austin market. 5/5/2018-8/31/21 JHF Construction Superintendent • Liaison between customers and company services • Responsible for overall customer satisfaction • Managed all aspects of each job including staffing,budgets,supply. • Compiled reports to track daily,weekly,and monthly activities. • Conducted monthly safety inspections. 3/22/1989—3/31/2018 Pruitt Building Services Vice President • Managed the City of Round Rock contract,and is familiar with all buildings on the campus, staffing,and challenges that have been encountered in the past. • Responsible for supervising up to 1S subcontractors making up approximately 120 sub- contractor employees. • Supervised 145 Pruitt Building Services employees. • Led weekly company meeting to strategize upcoming jobs and logistics. • Scheduled an on-site supervisor and or providing supervision of work. • Liaison between customers and company services. • Responsible for proposals and bids to engage customers and secure work for the company. 291 Page Exhibit "A" SERVICE FIRST JANITORIAL Serving A Purpose Proposal Preparation Instructions And Evaluation Factors Company Information C. Statement of Compliance Service First Janitorial is in compliance with all applicable rules and regulations of Federal, State and Local governing entities. D. Exceptions: We have no Exceptions. E. Acknowledge Addenda: Not applicable. F. Refence sheet:Please see reference sheet attachment. PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: 24-011 RESPONDENT'S NAME: service First Janitorial DATE: 09/25/2023 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 Dallas Baptist University Name of Contact Jonathan Teat Title of Contact Vice President for Admin and Enrollment E-Mail Address Jonathan@dbu.edu Present Address 3000 Mountain Creek Parkway City, State, Zip Code Dallas,Texas,75211 Telephone Number ( 214 ) 333-5128 Fax Number: ( ) 2. Company's Name Healthcare Realty 30 1 Exhibit "A" SERVICE FIRST JANITORIAL Name of Contact Caroline Harrel Title of Contact Property Manager E-Mail Address charrell@healthcarerealty.com Present Address 3900 Junius St suite 640 City, State, Zip Code Dallas,Texas,75246 Telephone Number ( 940 ) 500-6590 Fax Number: ( ) 3. Company's Name Medical City of Dallas Name of Contact Glenda Howard Title of Contact Assistant Property Manager E-Mail Addressleg ndahoward@medicalcity.com Present Address 7777 Forest Lane City, State, Zip Code Dallas,Texas,75230 Telephone Number ( 972 ) 566-8292 Fax Number: ( ) FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. G. Subcontractor form: Please see attached subcontractor information form. SOLICITATION NUMBER: 24-001 RESPONDENT'S NAME: SERVICE FIRST JANITORIAL DATE: 9/29/23 31 Exhibit "A" SERVICE FIRST JANITORIAL • CIRCLE ONE - NO, 1 WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT NO YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YES If yes complete the information below 1. Subcontractor Name JC Commercial Co. Name of Contact Jhovani Alvarado E-Mail Address Address City, State, Zip Code Telephone Number ( 512 ) 507-5160 Fax Number: ( ) Describe work to be High rafter cleaning/ power washing performed Percentage of contract High rafter cleaning and power washing only work to be performed 2. Subcontractor Name Everclean Window Cleaning Name of Contact Title of Contact E-Mail Address Address City, State, Zip Code Telephone Number ( 512 ) 635-7166 Fax Number: ( ) Describe work to be Window Cleaning performed Percentage of contract Window Cleaning only work to be performed 32 1 Exhibit "A" SERVICE FIRST JANITORIAL • Add additional pages as needed H. Cost Proposal Sheet: Please see attached Cost Proposal Sheet I. Chemical list:Please see attached list of chemicals. City of Round Rock CHEMICAL LIST • DIVERSEY GLANCE • DIVERSEY CREW • DIVERSEY ALPHA • DIVERSEY STRIDE • DIVERSEY J FILL DISPENSER • DIVERSEY EMEREL • DIVERSEY EXTRACTION RINSE • DIVERSEY BRAVO LOW ODOR STRIPER • DIVERSEY AQUARIA FLOOR FINISH J. Company Information: Service First Janitorial 2418 Converse St Dallas, Texas, 75207 Service First Janitorial is a LLC company which was formed in the state of Texas in 2017. Our Project management will be structured as follows. Ronnie Pruitt will be the Account Manger over the City of Round Rock if awarded to Service First He has previous experience working this project and has a first-hand knowledge of the operations and what it takes to run successfully. We will have an onsite Project Manager that will run the day-to-day cleaning and be officed in Round Rock. The PM will report directly to Mr. Pruitt Mr. Pruitt will be reporting directly to Jerry Wilson, the President of Service First Janitorial. Please see attached organizational chart. Subcontractors will not be used for the day to day cleaning. They will only be utilized in the extra services. Our Authorized Negotiator will be Jery Wilson: Jerry Wilson jet•►y@se►-vicefirstjanitorial.com 972-743-7245 Evaluation Criteria 33 1 Exhibit "A" SERVICE FIRST JANITORIAL Serving A Purpose A. Respondents Solution and Program 1. System concept and solution: Mr. Ronnie Pruitt would be our account manager for the City of Round Rock. He has previous work experience with the City of Round Rock. His knowledge of the operations,scope of work,expectations of the customer and it's guests is unparalleled. Our project manager is also an experienced leader who will handle our day-to-day tasks as well as maintain our project schedules. Ourgeneral cleaners will be paid above market rate and we will use a production rate of 3,500 square feet per hour to ensure the highest quality of service. We will use Orange QC as our inspection program. This program allows us to score our cleaning, add photographs as needed, and communicate between staff members and facility personnel. We will also utilize Chronotek for our timekeeping and employee accountability. This system will have GPS tracking and an alert program to inform us if the employee has not shown up at the scheduled time. The equipment that we will use will help our operations run with peak efficiency. We plan on using a KaiVak machine for showers and restrooms. This will keep these critical areas sanitized and smelling fresh. We will use automatic scrubbers to clean hard surface floors. By using the scrubbers, the floors will look better than by just mopping - but the grout will be cleaner. The vacuums we use will all have a hepa filter which will not only pick up finer particles, it will also help the air quality. All of our chemicals will be green and environmentally friendly. All of our personnel will be in a Service First Janitorial uniform and easily identifiable. 2. Program: Service Firsts ISSA number is 443372, we have been a member since 2023. We are currently providing ISSA standards for 23 accounts. The number of employees per site will be based on the ISSA production rate of 3500sq feet per hour. All equipment will be new, please see attached equipment list. We will be utilizing color coded microfibers rags for the cleaning which will eliminate cross contamination. Our mopping system will also be color coded between restrooms,and general floors. Please see attached chemical list and SDS sheets. B. Company work experience and personnel 1. Prior experience:Service First has been providing janitorial services for 6 years. We are currently servicing the following accounts that are in a campus style set up. Medical City of Dallas, Healthcare Realty, Dallas Baptist University, and Cypress Water. All references contact information is on the attached reference sheet. 2. Personnel: Please see attached resume for the Account Manager, Ronnie Pruitt. The President Jerry Wilson and General Manager Greg Roberts will perform monthly inspections with Ronnie Pruitt Mr. Pruitt will be doing weekly inspections or as necessary. Our local onsite supervisor will be the daily point of contact. He/she will manage the staff as well as inspect each location. General cleaners will be assigned based on our schedule of cleaning. We will have a project team that will maintain both hard surface floors and carpeted floors. They will also be responsible for using the KaiVac machine on restrooms and showers. 341 Exhibit "A" SERVICE FIRST JANITORIAL r,,t, C. Cost Proposal 1. We will be utilizing 265 labor hours per night. Ourgeneral cleaners will range from $15.00 to $16.00 per hour ($15.00 per hour is our known company wage for the Austin area). Floor techs will range from $16.00 to $18.00 per hour. Supervision positions will range from $16.00 to $25.00 per hour depending on experience and responsibilities. Service First understands the importance of a quick and successful start. We feel confident with our management team and its prior knowledge of the city's facilities, we would be prepared with staffing, equipment, and financial backing to start November ISS. Due to our management's prior experience with the City of Round Rock, we are confident that we would have a smooth transition and exceed facility services expectations. LIST OF ATTACHMENTS PRICING PAGE REFERENCES SUB CONTRACTOR FORM TERMS AND CONDITIONS CHEMICAL LIST EQUIPMENT LIST EQUIPMENT PHOTOS ORGANIZATION CHART 35 Exhibit "A" 'ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY. Part V Proposal Preparation Instructions And Evaluation Factors Company Information A. Statement of Compliance Service First Janitorial is and will be in compliance with all applicable rules and regulations of Federal, State and Local governing entities. B. Exceptions: We have no Exceptions. C. Acknowledge Addenda: Not applicable. D. Refence sheet: Please see reference sheet attachment. E. Subcontractor form: Please see attached subcontractor information form. F. Cost Proposal Sheet: Please see attached Cost Proposal Sheet. G. Chemical list: Please see attached list of chemicals. H. Company Information: Service First Janitorial 2418 Converse St Dallas,Texas, 75207 Service First Janitorial is a LLC company which was formed in the state of Texas in 2017. Our Project management will be structured as follows. Ronnie Pruitt will be the Account Manger over the City of Round Rock if awarded to Service First. He has previous experience working this project and has a first hand knowledge of the operations and what it takes to run successfully. We will have an onsite Project Manager that will run the day-to-day cleaning and be officed in Round Rock. The PM will report directly to Mr. Pruitt. Mr. Pruitt will be reporting directly to Jerry Wilson, the President of Service First Janitorial. Please see attached organizational chart. Subcontractors will not be used for the day to day cleaning. They will only be utilized in the extra services. Our Authorized Negotiator will be Jery Wilson: Jerry Wilson jerry@servicefirstjanitorial.com 972-743-7245 Exhibit "A" Evaluation Criteria A. Respondents Solution and Program 1. System concept and solution: Mr. Ronnie Pruitt would be our account manager for the City of Round Rock. He has previous work experience with the City of Round Rock. His knowledge of the operations, scope of work, expectations of the customer and it's guests is unparalleled. Our project manager is also an experienced leader who will handle our day to day tasks as well as maintain our project schedules. Our general cleaners will be paid above market rate and we will use a production rate of 3,500 square feet per hour to ensure the highest quality of service. We will use Orange QC as our inspection program. This program allows us to score our cleaning, add photographs as needed, and communicate between staff members and facility personnel. We will also utilize Chronotek for our timekeeping and employee accountability. This system will have GPS tracking and an alert program to inform us if the employee has not shown up at the scheduled time. The equipment that we will use will help our operations run with peak efficiency. We plan on using a Kaivak machine for showers and restrooms. This will keep these critical areas sanitized and smelling fresh. We will use automatic scrubbers to clean hard surface floors. By using the scrubbers, the floors will look better than by just mopping—but the grout will be cleaner. The vacuums we use will all have a hepa filter which will not only pick up finer particles, it will also help the air quality. All of our chemicals will be green and environmentally friendly. All of our personnel will be in a Service First Janitorial uniform and easily identifiable. 2. Program: Service First's ISSA number is 443372, we have been a member since 2023. We are currently providing ISSA standards for 23 accounts. The number of employees per site will be based on the ISSA production rate of 3500sq feet per hour. All equipment will be new, please see attached equipment list. We will be utilizing color coded microfibers rags for the cleaning which will eliminate cross contamination. Our mopping system will also be color coded between restrooms, and general floors. Please see attached chemical list and SDS sheets. B. Company work experience and personnel 1. Prior experience: Service First has been providing janitorial services for 6 years. We are currently servicing the following accounts that are in a campus style set up. Medical City of Dallas, Healthcare Realty, Dallas Baptist University, and Cypress Water. All references contact information is on the attached reference sheet. 2. Personnel: Please see attached resume for the Account Manager, Ronnie Pruitt. The President Jerry Wilson and General Manager Greg Roberts will perform monthly inspections with Ronnie Pruitt. Mr. Pruitt will be doing weekly inspections or as necessary. Our local onsite supervisor will be the daily point of contact. He/she will manage the staff as well as inspect each location. General cleaners will be assigned based on our schedule of cleaning. We will have a project team that will maintain both hard surface floors and carpeted floors. They will also be responsible for using the Kaivac machine on restrooms and showers. Exhibit "A" C. Cost Proposal 1. We will be utilizing 265 labor hours per night. Our general cleaners will range from $15.00 to$16.00 per hour($15.00 per hour is our known company wage for the Austin area). Floor techs will range from $16.00 to $18.00 per hour. Supervision positions will range from $16.00 to $25.00 per hour depending on experience and responsibilities. Service First understands the importance of a quick and successful start. We feel confident with our management team and its prior knowledge of the city's facilities,we would be prepared with staffing, equipment,and financial backing to start November V. Due to our management's prior experience with the City of Round Rock,we are confident that we would have a smooth transition and exceed facility services expectations. Attachment C- Cost Proposal Sheet RFP 24-001 Janitorial Serivices For pricing information see Part III, Item 6 of the solicitation.All quantities listed are annual estimates. The City reserves the right to purchase more or less than the quantities indicated below. Highlighted lines are future buildings that have not been completed yet. These buildings are subject to construction approval based on citizen voting. Special Instructions: All prices must be quoted in order to be considered responsive Section I: Janitorial Services Estimated Man Hours Location number of No. Location Physical Address required for cleanings per Unit Cost per Extended Total location Cleaning ear 1 BACA 301 W. Bagdad Street(Building 2) 8 365 Each $184.11 $67,200.15 2 Bob Bennet Building 3400 Sunrise Road 9 280 Each $207.86 $58,200.80 3 Bob Bennet Building-Expansion Phase II 3400 Sunrise Road 19 280 Each $439.29 $123,001.20 4 Bob Bennet Building-Expansion Phase III 3400 Sunrise Road 21 280 Each $484.29 $135,601.20 5 Brushy Creek East Wastewater Treatment Plant 3939 E. Palm Valley Blvd 3 176 Each $85.23 $15,000.48 Brushy Creek East Wastewater Treatment Plant shop 1 6 area restroom 3939 E. Palm Valley Blvd 176 Each $24.15 $4,250.40 Brushy Creek East Wastewater Treatment Plant Trailer 1 7 office 3939 E. Palm Valley Blvd 176 Each $24.15 $4,250.40 8 Business Center 231 E. Main Street 6 280 Each $139.29 $39,001.20 9 CH parking garage elevator 221 E. Main Street 1 280 Each $21.43 $6,000.40 10 City Hall 221 E. Main Street 8 280 Each $184.29 $51,601.20 11 Clay Madsen Rec Center 1600 Gattis School Road 12 365 Each $290.96 $106,200.40 12 Clay Madsen Rec Center Expansion 1600 Gattis School Road 4 365 Each $96.99 $35,401.35 13 CRU 2008 Enterprise Drive 1 72 Each $24.30 $1,750.00 14 Fire Logistics 3300 Gattis School Road 2 72 Each $48.33 $3,480.00 15 General Services 212 Commerce Cv. 3 72 Each $83.33 $5,999.76 16 Intermodal parking garage elevator 300 W. Bagdad 1 280 Each $21.43 $6,000.40 17 Intermodel Ticket Booth 300 W. Bagdad 1 289 Each $20.76 $5,999.64 18 Kinnin ham Park 1000 South Creek Drive 2 72 Each $50.00 $3,600.00 19 McConico Building (Including Courtroom 301 W. Bagdad Street(Building 1 8 280 Each $184.29 $51,601.20 20 Multi-Purpose Complex-Office Detail 2001 Kenny Fort Blvd 3 20 Each $72.50 $1,450.00 21 New Library 200 East Liberty Ave 19 365 Each $443.84 $162,001.60 22 New Recreation Center Old Settlers Park 13 365 Each $300.82 $109,799.30 23 Old Library 216 E Main Street 12 384 Each $276.56 $106,199.04 24 Pard Yard 300 S. Burnet Street 2 280 Each $38.57 $10,799.60 25 Public Safety Training Center 2801 N. Mas Street 13 176 Each $300.00 $52,800.00 26 Public Safety Training Center- Expansion 2801 N. Mas Street 3 180 Each $73.33 $13,199.40 27 Rabb House 151 N A.W. Grimes Blvd 4 72 Each $100.00 $7,200.00 28 Rock Care Clinic 901 Round Rock Ave 2 280 Each $49.29 $13,801.20 29 Round Rock Sports Center 2400 Chisholm Trail Drive 30 124 Each $716.53 $88,850.00 30 Round Rock Sports Center-Expansion 2400 Chisholm Trail Drive 10 104 Each $242.30 $25,200.00 31 Streets,Signs, and Signals 910 Luther Peterson Place 3 280 Each $57.14 $15,999.20 32 Vehicle Maintenance 901 Luther Peterson Place 3 280 Each $57.14 $15,999.20 1of3 Attachment C- Cost Proposal Sheet RFP 24-001 Janitorial Serivices 33 **Additional Cleanings All Locations 2 100 SQ FT $60.00 $6,000.00 "additional cleanings based off square footage rate to determine hours needed based of$30.00/hr with a minumum of 2 hours per extra clean. Estimated Annual Total: $1,353,438.72 Section II: ADDITIONAL SERVICES UPON REQUEST This section will not be evaluated however the services and prices listed below will become part of the contract. Man Hours Annual No. Location Physical Address required for Unit Unit Cost Extended Total location Cleanings Power Washing-Parking Garages 34 City Hall Parking Garage(s)3 Levels 111 S. Lampasas Street 60 1 15 1 Each $ 5.000.00 $75,000.00 35 Allen R. Baca Parking Garage(s) 2 levels 301 West Bagdad Ave. 60 15 Each $ 5,000.00 $75,000.00 36 Intermodal Parking Garage(s)2 levels 310 West Bagdad Ave. 72 15 Each $ 6,000.00 $90,000.00 37 .1-ibrary Parking Garage(s)4 levels 200 East Liberty Ave 96 15 Each $ 8,000.00 $120,000.00 Power Washing Flatwork and Exteriors 38 Sidewalks/flatwork JAII Locations Igo 1 1 Sq Ft $ 7,500.00 $7,500.00 39 Building Exteriors JAII Locations 190 1 1 S9 FT $ 7,500.00 $7,500.00 Estimated Annual Total: $375,000.00 No. Location Physical Address Unit of Annual Unit Unit Cost Extended Total Measure Cleanings Non-Scheduled Carpet Cleaning Services 40 Carpet Cleaning All Locations As needed 30,000 S Ft $ 0.24 $7,200.00 Estimated Annual Total: $7,200.00 Unit of Annual No. Location Physical Address Measure Cleanings Unit Unit Cost Extended Total High Rafter Cleaning 41 Round Rock Sports Center 12400 Chisholm Trail 76861 Cleaning 15 Each $ 75,000.00 $1,125,000.00 42 Clay Madsen Recreations Center CMRC 1600 Gattis School Road 78665 Cleaning 15 Each $ 12,000.00 $180,000.00 43 New Recreation Center Old Settlers Park Cleaning 15 Each $ 12,000.00 $180,000.00 44 Police Dept Sally Port and Small Garage 2701 North Mays Cleaning 15 Each $ 2,500.00 $37,500.00 Estimated Annual Total: $1,522,500.00 2of3 Attachment C- Cost Proposal Sheet RFP 24-001 Janitorial Serivices No. Location Physical Address Unit of Annual Unit Unit Cost Extended Total Measure Cleanings Window Cleaning Services 45 Bob Bennet Building Expansion Phase 1 3400 Sunrise Road Cleaning(s) 10 $ 2,500.00 $25,000.00 46 Bob Bennet Building Expansion Phase 2 3400 Sunrise Road Cleaning(s) 10 $ 5,000.00 $50,000.00 47 Bob Bennett Building 3400 Sunrise Road Cleaning(s) 10 $ 3,500.00 $35,000.00 48 Business Center 231 E. Main Street Cleaning(s) 10 $ 2,500.00 $25,000.00 49 City Hall 221 E. Main Street Cleaning(s) 10 $ 2,500.00 $25,000.00 50 Clay Madsen Recreations Center CMRC 1600 Gattis School Road Cleaning(s) 10 $ 2,500.00 $25,000.00 51 Library-Old Library 216 E Main Street Cleaning(s) 10 $ 1,000.00 $10,000.00 52 McConico Building 301 W. Bagdad Street(Building 1) Cleaning(s) 10 $ 5,000.00 $50,000.00 53 New Library 200 East Liberty Ave. Cleaning(s) 10 $3,000.00 $30,000.00 54 New Recreation Center Old Settlers Park Cleaning(s) 10 $ 5,000.00 $50,000.00 55 Public Safety Training Center 2801 N. Mays Street Cleaning(s) 10 $ 3,000.00 $30,000.00 56 Public Safety Training Center-Expansion 2801 N. Mas Street Cleaning(s) 10 $1,000.00 $10,000.00 57 Round Rock Police Department 2701 North Mas As needed 10 1,200.00 $12,000.00 58 Round Rock Sports Center 2400 Chisholm Trail Drive Cleaning(s) 10 2,500.00 $25,000.00 59 Water Treatment Plant Phase 3 5400 North IH-35 Cleaning 10 1,000.00 $10,000.00 60 Water Treatment Plant Phase 5 5400 North IH-35 Cleaning(s) 10 1,000.00 $10,000.00 Estimated Annual Total: $422,000.00 3of3 Exhibit "A" ,1 �.. BRUTE 10y lift Exhibit "A" City of Round Rock EQUIPMENT LIST • RADIANCE BRUTE BARREL AND DOLLY • RADIANCE BRUTE SKIRT • RUBBERMAID FLAT MOP SYSTEM • COLORED MICROFIBER FLAT MOPS (RED FOR RESTROOMS, BLUE FOR GENERAL FLOORS) • DUST BROOM HANDLE AND HEAD VARYING IN SIZES 24"-48" • LAMBSWOOL EXTENDABLE DUSTER • TREATED YELLOW DUST CLOTHS • TOILET BOWL BRUSHES • COLORED MICROFIBER RAG SYSTEM • SANITARE UPRIGHT VACUUM • PRO TEAM SUPERCOACH BACKPACK VACUUM • POWERFLIGHT LOW SPEED FLOOR BUFFER • POWERFLIGHT HIGH SPEED BUFFER • POWERFLIGHT EXTRACTOR • POWERFLIGHT WET/DRY VAC • KAIVAC • TENANT CS16 FLOOR SCRUBBER • TENANT T3 WALK BEHIND SCRUBBER • KARCHER PRESSURE WASHER • TRASH GONDOLAS Exhibit "A" City of Round Rock CHEMICAL LIST • DIVERSEY GLANCE • DIVERSEY CREW • DIVERSEY ALPHA • DIVERSEY STRIDE • DIVERSEY J FILL DISPENSER • DIVERSEY EMEREL • DIVERSEY EXTRACTION RINSE • DIVERSEY BRAVO LOW ODOR STRIPER • DIVERSEY AQUARIA FLOOR FINISH Exhibit "A" RONNIE PRUITT 115 Rockhouse Drive Aledo,Texas,76008 Phone: 817-233-2024 ronnie@servicefirstjanitorial.com Professional objective Janitorial and construction background with a strong leadership and supervisory skill set. My ability to work with and relate to personnel on all levels is among my strongest assets. Professional Experience 9/1/21—current Service First Janitorial Services Director of Client Services Austin Branch • Currently overseeing 1.5 million square feet. • Oversee day to day operations including day/night staff, inventory control, payroll, customer relations and quality control inspections. • Conducts safety training for employees. • Direct contact with our suppliers for all SFJ Austin business. • Responsible for monthly budgeting of all accounts. • Responsible for new sales,generating leads for new opportunities in the Austin market. 5/5/2018—8/31/21 JHF Construction Superintendent • Liaison between customers and company services • Responsible for overall customer satisfaction • Managed all aspects of each job including staffing, budgets, supply. • Compiled reports to track daily,weekly, and monthly activities. • Conducted monthly safety inspections. 3/22/1989—3/31/2018 Pruitt Building Services Vice President • Managed the City of Round Rock contract, and is familiar with all buildings on the campus, staffing, and challenges that have been encountered in the past. Exhibit "A" • Responsible for supervising up to 15 subcontractors making up approximately 120 sub- contractor employees. • Supervised 145 Pruitt Building Services employees. • Led weekly company meeting to strategize upcoming jobs and logistics. • Scheduled an on-site supervisor and or providing supervision of work. • Liaison between customers and company services. • Responsible for proposals and bids to engage customers and secure work for the company.