R-94-07-28-10H - 7/28/1994HEREIN BY 2:00 P.M. ON :July 19, 1994
SHALL NOT BE ACCEPTED
DATE: June 30, 1994
BID OPENING DATE 2:00
P M.:JOIy 19, 1994
INVOICE TO:
City of Round Rock
Finance Department
221 East Main Street
Round Rock. Texas 78664 -5299
SHOW BID OPENING DATE &
BID NUMBEit IN LOWER LEFT
HAND CORNER OF SEALED 010
ENVELOPE & SHOW RETURN
ADDRESS OF BIDDING FIRM
BID NUMBER :19 -94 -0001
Failure to - ign shall disqual
/ / / r
- , y 'il � "'
fy bid
I
Auth Signature Dale
/
de ( J P i•19 ;
BID F.O.B. DESTINATION
UNLESS OTHERWISE SPECIFIED BELOW
Printed Name
DESTINATION:
SEE 1.6 ON BACK FOR INSTRUCTIONS:
See Specification
TAX ID NO.: 76 - 0150640
LEGAL BUSINESS NAME: Jani. — King of Austin
ADDRESS: 11940 Jollyville Road, Ste. 220 S.
ADDRESS: Ansi-in, TeXR.S 78759
CONTACT: Beverl Barnett
TELEPHONENO.: (512) 335 - 9888
_
Bidder agrees to comply with all conditions below and on
reverse side of this IFB
BUSINESS ENTITY TYPE: Or(10raY j nn
ITEM #
CLASS & ITEM DESCRIPTION
QUANTITY
UNIT
MANE /MODEL
UNIT PRICE
EXTENSION
1
2
i
i
1
Janitorial Services as per Specification Number 19 -94 -0001
dated June 1994, 12 pages attached.
Optional Services to furnish the following:
2.1 Toilet Tissue
2.2 Tri -fold Paper Towels
2.3 Wastebasket Liners
2.4 Other Liners (24x 33) -
(40x 48) -
59
a
4000/
1070/
250/
sq ft.
cs.
C5.
cs.
'''
$
],�. .rip
19- Q�15 -E
03--0072 -HD
03- 007344)
$
5,344.11,1
per ITD
.���
17.64/cs.
15.97/cs.
19.67 /cs.
5,344.11
par year
$64,129.32
BIDS SHALL ARRIVE IN THE OFFICE OF THE
CITY PURCHASER AT THE ADDRESS SHOWN
.IFB/ lib disk /excel
INVITATION FOR BID (IFB)
CITY OF ROUND ROCK
221 E. Main Street
Round Rock, Texas 78664 -5299
FACIMILE RESPONSES
PAGE _1_ OF _1_ PAGES
Return Original and One Copy of Bid
BIDDER SHALL SION BELOW
By the signature hereon affixed, the bidder hereby certifies that neither the bidder nor the entity repre ented by the bidder, or anyone acting for such
' entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business aid Commerce Code, or the Federal antitrust
aws, nor communicated directly or indirectly, the bid made to any competitor or any other person enga_ed m such line of business."
CITY OF ROUND ROCK
JANITORIAL SERVICE
PART I
GENERAL TERMS AND CONDITIONS
SPECIFICATION NUMBER
19 -94 -0001
DATED: JUNE 1994
1.0 SCOPE: This specification describes the terms and
conditions for providing services to clean and maintain seven
(7) City of Round Rock buildings.
2.0 BIDDER QUALIFICATIONS: The successful bidder shall:
2.1 Be individuals, firms, corporations, or any other
entity regularly engaged in the services described in
this specification. Bidder acknowledges that bidder
understands the currently known hazards and risks
which are presented to human beings, property, and the
environment in providing the services herein -
described.
2.2 Provide any licenses or permit numbers required to
provide this services described is this IFB, including
any Material Safety Data Sheet(s) (MSDS) associated
with any and all products or equipment used to provide
the required services. Failure to provide this
information may, at the City's option, place the
successful bidder in default and subject the agreement
to cancellation.
2.3 Have available, under its direct employment and
supervision, the necessary organization, facilities,
equipment, supplies, and suppliers co properly fulfill
all the services required herein. The successful
bidder shall obtain any licenses or permits required
for the performance of this service.
2.4 BIDDERS ARE REQUIRED TO MAKE AN ON SITE INSPECTION OF
THE BUILDINGS AND AREAS TO BE SERVICED UNDER THIS
SPECIFICATION. ON SITE INSPECTIONS WILL BE CONDUCTED
AS FOLLOWS:
JULY 12, 1994 9:00 A.M. )
JULY 13, 1994 9:00 A.M.
JULY 13, 1994 == - - 2 :00
FOR SITE INFORMATION AND APPOINTMENT FOR ONE OF THE
ABOVE LISTED SITE VISITS, BIDDERS MAY CONTACT:
MR. CHARLIE FLEET - TELEPHONE (512) 218 -5576
THE INDIVIDUAL LISTED ABOVE MAY BE TELEPHONED OR VISITED FOR SITE
INFORMATION AND INSPECTION ONLY. NO AUTHORITY IS INTENDED OR
IMPLIED THAT SPECIFICATIONS MAY BE AMENDED OR ALTERATIONS ACCEPTED
PRIOR TO BID OPENING WITHOUT WRITTEN APPROVAL OF THE CITY.
3.0 OBSERVANCE OF LAWS: The successful bidder shall comply with
all Federal, State, and local laws, statutes, ordinances,
rules and regulations, and orders and decrees of any court or
administrative bodies or tribunals in any matter affecting
the performance of this contract, including, without
limitation, workers' compensation laws, minimum and maximum
salary and wages statutes and regulations, and licensing laws
and regulations. When required, the successful bidder shall
furnish the City with satisfactory proof of compliance •
therewith.
4.0 DEFECTIVE WORK AND DAMAGES: The successful bidder shall be
responsible for damage to the City's equipment and /or the
work place and its contents, by its work, negligence in work,
its personnel and equipment. The City may, at its sole
option, require the successful bidder to correct any and all
defective work or damages and the successful bidder shall
correct same within forty -eight (48) hours of notification.
If the successful bidder fails to make said corrections
within this time frame, the City may withhold from payments
due or to become due an amount to correct said defective work
or damages.
5.0 ACCIDENT PREVENTION AND LIABILITY: The successful bidder
shall be responsible and liable for the safety, injury and
health of its working personnel while its employees are
performing service work.
2
1
1
1
1
1 7.0 ALCOHOL, SUBSTANCE AND SMOKING: The City is committed to
maintaining an alcohol and drug free workplace. Possession,
1 use or being under the influence of alcohol or controlled
substances by the successful bidder or bidders employees
while in the performance of this service is prohibited.
1 Violation of this requirement shall constitute grounds for
termination of this contract. In addition, successful bidder
employees shall observe the City's smoking policy.
1 8.0 SUPERVISION: The successful bidder shall, at all times,
provide an on the job competent foreman_ cr supervisor. Said
1 foreman or supervisor shall have full authority to act for
the successful bidder and to receive and execute directives
from the City's authorized representative, who shall be named
1 upon bid award.
1
1
1
1
1
10.1 A Business Service Bond covering the contractor and
employees with minimum coverage of $100,000.00 each.
1 10.2 Worker's Compensation Insurance in the Statutory
1
1
1
6.0 LABOR AND EQUIPMENT: The successful bidder shall provide all
labor and equipment necessary to perform this service. All
employees of the successful bidder shall be no less than
eighteen (18) years of age, and shall be experienced in the
type of work to be performed. No Visitors, wives, husbands,
relatives, or children of the successful bidder's employees
will be allowed in the workplace during the working hours
specified herein, unless they are bona fide employees of the
successful bidder.
9.0 SECURITY: The successful bidder shall a: all times assure
that the City's property is secure and protected and that
access to the buildings is denied to those persons not
personally known to the successful bidder to be City
employees. Additionally, no persons shall be allowed in the
building who ar not covered by the successful bidders
insurance and bond.
10.0 BONDS AND INSURANCE: Prior to beginning of work, the
successful bidder shall provide the City with acceptable
evidence of coverage listed below. Such coverage,shall
remain in effect the full term of any agreement for the
services herein described. All coverage shall be from
companies licensed to do business in Texas.
amount.
3
10.3 Commercial General Liability Insurance:
10.3.1 Bodily injury, each occurrence -
$1,000,000.00.
12.0 TERM OF CONTRACT:
10.3.2 Property Damage, each occurrence -
$1,000,000.00.
The City shall be named as an additional insured party.
10.4 Texas Business Automobile Policy:
10.4.1 Bodily injury, each occurrence -
$1,000,000.00.
10.4.2 Bodily injury, each person - $500,000.00.
10.4.3 Property damage - $1,000,000.00 each
occurrence.
NOTE: ALL COVERAGE UNDER SUCH POLICIES SHALL NOT BE CANCELED OR
MATERIALLY CHANGED UNTIL AT LEAST THIRTY (30) DAYS PRIOR WRITTEN
NOTICE HAS BEEN GIVEN TO THE CITY.
11.0 RESPONSIBILITY FOR DAMAGE CLAIMS: The successful bidder
agrees to indemnify and save harmless the City, its agents,
governing body, citizens and employees from all suits, action
or claims from all liability and damages from any and all
injuries or damages sustained by any person or property in
consequence of any neglect in the performance of the contract
by the successful bidder and from any claims or amounts
arising or recovered under the "Workers' Compensation Laws"
or any other laws. The successful bidder shall further so
indemnify and be responsible for all damages or injury to
property of any character occurring during the prosecution of
the work resulting from any act, omission, neglect or
misconduct of the successful bidder, its agent and employees
in the manner of method of executing the work; or from
failure to properly execute the work; or from defective work
or materials. The successful bidder shall not be released
from these responsibilities until settlement of all claims
and suitable evidence of same is furnished to the City.
12.1 The contract shall be for twelve consecutive months
commencing from the date an agreement is entered into
by the City and the successful bidder.
4
12.2 The City reserves the right to extend ( with mutual
agreement of the successful bidder ) the contract for
four (4) additional one (1) year periods beginning at
the end of the original period.
12.3 The City reserves the right, during any annual
contract period, to cancel all or part of the
contract:
15.0 PAYMENT:
12.3.1 For any reason with thirty (30) days written
notice to the successful bidder.
12.3.2 If three (3) major complaints of substandard
performance are received in the same month
from the same building. The City retains the
right to determine what constitutes a major
complaint.
13.0 ABANDONMENT OR•DEFAULT:
13.1 If the successful bidder abandons or defaults the work
on this contract and causes this service to be rebid
the current vendor will not be considered in the
readvertisement of this service and may not be
considered in future bids for the same type of work
unless the scope of work is significantly changed.
13.2 This contract will be void if sold, transferred or
assigned to another service company without written
approval of the City. Written notification of
changes to company name, address,telephone number, or
any other changes, should be given to the City as
soon as possible, but not longer than thirty (30)
days from date of change.
14.0 CANCELLATION: This contract may be canceled by either party
by providing thirty (30) days written notice to the other
party. Termination under this paragraph shall not relieve
the successful bidder of any obligation or liability that has
occurred prior to cancellation.
15.1 Payment will be made within thirty (30) days of
satisfactory completion of the service or thirty (30)
days from receipt of a properly completed invoice,
whichever is later.
5
15.2 If the successful bidder fails to perform their
required services as stated in this specification
( e.g. not cleaning a building, not vacuuming, not
wet mopping or other such omissions) the City may
deduct from the monthly payment a sum equal to the
daily rate for each day said services are not provided
for the area involved. The daily rate shall be
determined by dividing the monthly rate by the number
of days the area is scheduled to be serviced during
the month the deficiency occurred.
16.0 MAKE READY SERVICES: The City will not allow a "Make Ready
Charge" for additional time, supplies, and equipment to bring
each building up to standard. If, in the opinion of the
bidder, the buildings are not up to standard, the successful
bidder shall be allowed to bring the building up to standard
over a period of time not to exceed two (2) months from the
date of contract.
1.0 HOURS OF WORK:
LOCATION
PART II
SPECIFICATIONS
6
COMMENCE TERMINATE
City Hall (1) Sunday, 5:00 P.M. Friday, 7:00 A.M.
PARD Sunday, 6:00 P.M. Friday, 7:00 A.M.
Library Sunday, 9:00 P.M. Saturday,7:00 A.M.
Public Works,
Blair St. Sunday, 5:00 P.M. Friday, 7:00 A.M.
Enterprise St. Sunday, 5:00 P.M. Friday, 7:00 A.M.
605 Palm Valley Blvd.
B1dg.A Sunday, 5:00 P.M. Friday, 7:00 A.M.
615 Paln Valley Blvd.
\Bldg.B Sunday, 7:00 P.M. Friday, 6:00 A.M.
Bldg.0 (2) Sunday, 7:00 P.M. Saturday,6:00 A.M.
(1) The City Council Chambers at City Hall is used for
meetings several nights each week. The successful
bidder shall ensure that the hallways and Chambers are
cleaned after each meeting but before 7:00 A.M. the
next business day, but not during or immediately before
or after a meeting. Before is when preparation is being
made for the meeting and/ or participants are beginning
to arrive for the meeting. After is when items used
during the meeting are being removed and /or all
participants have not left the chamb ers.
(2) Building C supports a twenty -four (24) hour a day, seven
(7) days a week operation. After 7:00 P.M. Saturday but
before 6:00 A.M. Sunday all trash receptacles shall be
emptied and liners replaced and all restrooms cleaned
and sanitized. The jail cells in building C are not
required to be cleaned when prisoners are present.
2.0 BUILDING LOCATION AND SOUARE FEET:
BUILDING
LOCATION SOUARE FEET
City Hall 221 E. Main 19,829
PARD 219 E. Main 3,410
Library 216 E. Main 12,550
Public Works 300 S. Blair 3,450
Public Works 2008 Enterprise 5,740
Building A 605 Palm Valley Blvd. 900
Police, Bldgs B & C 615 Palm Valley Blvd. 13,500
3.0 MAINTENANCE CONDITIONS: It is the resncnsibility of the
successful bidder to maintain all areas where custodial
maintenance services are provided in a neat and attractive
condition. Furniture, trash and waste containers, desk
materials, files, cabinets and equipment shall generally be
replaced where they were situated prior to the required
cleaning.
4.0 PERSONNEL: The successful bidder's personnel shall present
a neat appearance and perform their work understanding that
the City is a public entity requiring co-tern for the City's
public relations.
5.0 NIGHTLY CLEANING SCHEDULE: All buildincs shall be cleaned
nightly as follows within the hours of work as described in
Part II paragraphs 1.0 and 2.0.
5.1 ALL OFFICE AREAS:
5.1.1 Empty all trash receptacles and deposit same in
the designated dumpster. Replace liners as
needed.
7
TOTAL 59,379
5.1.2 Thoroughly dust all horizontal surfaces
including desktops, file cabinets, window -.-
sills, chairs, tables, pictures, and all manner
of office furniture.
5.1.3 Remove fingerprints and spills from desks,
tables, counters, and credenzas.
5.1.4 Spot clean all walls, light switches, and
doors.
5.1.5 Clean and polish drinking fountains.
5.1.6 Vacuum all carpeting and remove visible stains.
5.1.7 Dust all telephones and computer screens.
5.1.8 Dust mop hard surface floors and /or damp mop
hard surfaces to remove spills and soil.
5.1.9 Clean tops and fronts of counters.
5.1.10 Clean and polish both sides of all glass doors.
5.1.11 Damp wipe and polish entrance metal and glass.
5.1.12 Clean and polish sinks.
5.1.13 Clean and sanitize employee break areas.
5.1.14 Clean and service sand urns.
5.1.15 Turn off all lights except those designated to
be left on.
5.1.16 Lock all entrance doors.
5.1.17 Relock all internal doors after each area has
been cleaned.
5.1.18 Leave a notice advising of any irregularities
observed during servicing, e.g. defective
plumbing fixtures, entry doors left unlocked,
doors not working properly, broken windows,
or other unusual circumstances that might
affect the security, maintenance, or
effectiveness of the facility.
NOTE: DUSTING SHALL BE DONE WITHOUT THE USE OF OIL BASE
PRODUCTS.
8
5.2 RESTROOMS:
5.2.1 Stock or restock paper towels, tissue, and
hand soap.
5.2.2 Empty trash receptacles and deposit trash in
designated dumpster. Damp wipe with
disinfectant and replace liners each night.
5.2.3 Clean and polish mirrors.
5.2.4 Toilets and urinals shall be cleaned and
sanitized inside and out. Polish all bright
work.
5.2.5 Toilet seats shall be cleaned and sanitized on
both sides.
5.2.6 Scour and sanitize all basins. Polish all
bright work.
5.2.7 Clean and sanitize counter tops.
5.2.8 Dust partitions, tops of mirrors, and frames.
5.2.9 Wipe towel cabinet covers.
5.2.10 Remove fingerprints and marks from stall doors
and restroom walls.
5.2.11 Wet mop and rinse restroom floors with
disinfectant.
5.2.12 Remove rings and calcium deposits from all
fixtures and floors if necessary.
5.2.13 Empty sanitary napkin receptacles, damp wipe
with disinfectant, and replace liners.
5.3 ELEVATORS, STAIRWELLS AND OTHER COb9''1ON AREAS:
5.3.1 Empty trash receptacles and deposit in
designated dumpster. Liners to be replaced as
needed.
5.3.2 Filter sand in sand urns and replace as needed.
5.3.3 Clean and polish drinking fountains.
NOTE: OIL BASED PRODUCTS SHALL NOT BE USED.
9
5.3.4 Thoroughly dust all horizontal surfaces
including desktops, filing cabinets, window
sills, chairs, tables, pictures, railings,
nameplates,telephones, counter space, etc.
5.3.5 Vacuum all carpeting.
5.3.6 Spot clean carpet to remove spills and soil.
5.3.7 Dust mop and /or wet mop hard surface floors
whichever is required to remove dust, spills,
or soil.
5.3.8 Damp wipe entrance metal and entrance glass.
5.3.9 Spot clean partition glass and thoroughly clean
as needed.
5.3.10 Remove fingerprints and smudges from walls,
doors, elevator walls and doors, railings, and
other fixtures.
5.3.11 Vacuum elevator tracks and polish as needed.
5.3.12 Sweep and remove debris from outside entry
ways.
5.3.13 Clean elevator ceiling diffusers.
5.3.14 Janitor closets shall be kept in a neat, clean,
and orderly condition at all times.
5.3.15 A sufficient supply of restocking items shall
be stored in these closets in a neat and
orderly manner along with the equipment used to
service the building.
6.0 WEEKLY CLEANING: All building areas described in Part II
paragraph'5.0 shall be cleaned weekly as follows within the
hours of work as described in Part II paragraphs 1.0 and
2.0.
6.1 Dust all vertical surfaces of desks, file cabinets,
chairs, tables, blinds, office fur_iture and other
furnishings.
6.2 Remove fingerprints from light switches, doors, and
door frames.
10
6.3 Vacuum all carpeting, taking care to get into corners,
along edges, and beneath furniture.
6.4 Vacuum heat and /or air vents.
6.5 Damp mop hard surface floors taking care to get into
corners, along edges, and beneath furniture.
6.6 Buff and /or wax hard surface floors if needed so as to
present the best possible appearance at all times.
6.7 Wet mop stairs and apply suitable treatment to
rejuvenate the rubberized flooring.
6.8 Dust all low surfaces including baseboards and chair
rungs.
7.0 MONTHLY CLEANING: All building areas described in Part II
paragraph 5.0 shall be cleaned monthly as follows within the
hours of work as described in Part II paragraphs 1.0 and
2.0.
7.1 Accomplish all high dusting not reached as described in
Part II paragraphs, 5.0 and 6.0.
7.2 Dust and clean ceiling diffusers.
7.3 Dust and clean all return vents.
7.4 Remove smudges from walls where possible.
7.5 Vacuum all upholstered furniture.
7.6 Damp wipe telephones using disinfectant.
7.7 Machine scrub, wet mop and /or apply finish to hard
surface floors where needed so as to present the best
possible appearance at all times. Machine scrubbing and
finish shall be applied not less than every three (3)
months.
7.8 Clean and polish inside surface of all windows as
needed, but not less than every four (4) months.
7.9 Dust book shelves in library.
1 1
PART III
AWARD OF CONTRACT
1.0 The contract will be awarded to the lowest RESPONSIBLE
bidder. The City may reject any and all bids.
2.0 The bidder shall furnish the names, addresses, and telephone
numbers of not less than four (4) references in Williamson
and /or Travis Counties where services are provided that are
of a similar nature as those described in this specification.
Failure to provide this information may automatically
disqualify the bid for consideration for award.
3.0 Any negative responses to reference inquires may be grounds
for rejection of any bid.
12
ACOND. CERTIFICATE'OF,INSURAN =`'� _ ° ` = z'::;.; ISSUE DATE (MM DO /YY)
t ' A rr . �. 4 � �' R; Y # r�' t1[ ��: '.id,):Zs".'.` '^ w �� s`t:° '•C., f„t � ^ - ±K.. - T 4/05/94
PRODUCER
Patterson /Smith Associates
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW.
P.O. Box 1407 COMPANIES AFFORDING COVERAGE
Merrifield, VA 22116 -1407 ____ ___
_
COMPANY
LETTER A
703- 698 -0780 Va L ley Forge Ins Co. __ _____
COMPANY _.._ _Wr
B
INSURED LETTER
Transportation Ins Co.
Stoker Management, Inc. t/a 1 COMPA C
Jan I -King of Austin LETTER Transcont i nnnta L .Ins Co.
11940 Jo L Lyv i L Le Rd. '12220 S. • COMPANY
LETTER D
Austin Fedora L insurance
TX 78759 r COMPANY c
1 LETTER E
COVERAGES', . :;, ,W.L1,s w ....e': - 1 ,;;;.;~, ",`•, a, :: '''�r :� >.. • ;•,,,ns �p `:. -= '1. ;�. -;.v ' F: k: 'v; t ,..,._.._�
tea. -.%
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSUR r ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER •O' UME RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESC IB =, = IS SU= ECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY r • 1 C
_
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIR ION LIMITS
LTR : DATE (MM /DO/YY) DATE (MM /DD
GENERAL LIABILITY N L AGGREGATE S _ _ 2000000
A X COMMERCIAL GENERAL LIABILITY A115579267 3/3i/ 3 / :3 OD TS- COMPIOP AGG. S 1.000000
CLAIMS MADE X, OCCUR. P. SONAL 8 ADV. INJURY S 1. ()00000
• '
OWNER'S & CONTRACTOR'S PROT. EACH OCCURRENCE S 1000000
� ) C ,Custody - -_.___ i FIRE DAMAGE (Any one fire) S 5 0000
ControL MED. EXPENSE (Any one person) S 5000
AUTOMOBILE LIABILITY '
COMBINED SINGLE
8 X ANY AUTO Aii5579270 /31/ 4 3/31 /9:T 500000
_ _
' ALL OWNED AUTOS ` BODILY INJURY
, i (Per person) S -
SCHEDULED AUTOS _ ---
X HIRED AUTOS BODILY INJURY i s
)( NON.OWNED AUTOS (Per accident)
GARAGE LIABILITY
PROPERTY DAMAGE S
EXCESS LIABILITY I EACH OCCURRENCE I S 200000_0
BS' X UMBRELLA FORM 9 ' 84 3/31/94 3/31/95 AGGREGATE $ 2000000
tt '
_ . OTHER THAN UMBRELLA FORM -_" , } -
STATUTORY LIMITS I _
WORKER'S COMPENSATIO.
M __
C AND % 0 • 3/31/94 3/31 / 95 EACH ACCIDENT $ — 100000
DISEASE— POLICY LIMIT $ 500000
EMPLOYERS' LIABILITY — " -- -- ' -
DISEASE—EACH EMPLOYEE LOYEE $ S 100000
OTHER
A Empl Dish _L A 3579267 3/31/94 3/31/95 $250,000
3rd Part egal
D Excess Um retLa TBD 3/31/94 3/31/95 $3,000,000
DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES /SPECIAL ITEMS
CERTIFICATE HOLDER , F,".'.' «?'f,",,''',: ;,, y `„ ,,,? •aT a CANCELLATION 4'',;,^-. ,,;.. .- i'fi'4 " -ro i,r`+w ;. ,. ay.
.SAMPLE CERTIFICATE.
, '
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL ` DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
Barbara Addams 1.37915000
� - n
�- - '
ACORD 25-S (7/90) ., ?�' ` ®ACORD CORPORATION 1990
1
1
1
1
1
1
1
1
1
4,
ciazIk
COMMERCIAL CLEANING SERVICES
REFERENCES
HARTLAND BANK
3003 Williams Drive
Georgetown, Texas 78627
Ms. Diane Haypon
930 -4555
Contract term: 8/17/90 - Present
CITY OF GEORGETOWN
614 Main Street
Georgetown, Texas 78626
Mr. Terry Jones
930 -3648
Contract term: 8/22/92 - Present
WILLIAMSON COUNTY
Courthouse Annex, Extension
Office and Health Building
Mr. Wayne Benedict
869 -4300
Contract term: 12/1/93 - Present
AIRBORNE
215 Royal Drive
Georgetown, Texas 78626
Mr. Mike Owens
863 -5585 Ext. 225
Contract term: 2/28/94 - Present
December 7, 1992
Jani -King
11940 Jollyviile Rd., Suite 220 S.
Austin, Texas 78759
Attn: Beverly and Kimmett Barnett
Dear Beverly and Kimmett:
I would like to take this time to thank you and your staff for the excellent job
you've done in cleaning our facilities. Over the past several years I have had to
field continual complaints dealing with cleaning services. Since your group
took over in October I have heard nothing but complimentary comments. Your
positive attitude and willingness to please makes for a pleasurable working
relationship and our buildings have never Iooked better.
Thanks again for the great job.
Sincerely,
Terry Jones, Purchasing Director
CITY OF GEORGETOWN
Founded in 1848
P.O. Box 409, Georgetown, Texas 75627 -0409 Telephone: 512/869 -3636 Fax: 512/869 -3659
•
•
ATTEST:
KS /RESOLUTION
RS40728H
E LAND, City Secretary
1
RESOLUTION NO. l`-q 7- 0/-dU - EH
WHEREAS, the City of Round Rock has duly advertised for bids
to retain janitorial service for City buildings, and
WHEREAS, Jani - King of Austin has submitted the lowest and
best bid, and
WHEREAS, the City Council wishes to accept the bid of Jani-
King of Austin, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City a contract with Jani -King of Austin for
janitorial service for City buildings, said contract being attached
hereto and incorporated herein for all purposes.
RESOLVED this 28th day of July, 1994.
CHARLES CULPFIP , Mayor
City of Round Rock, Texas
07/25/:4 °T16:41 ROUND ROCK PUBLIC WORKS -4 512 255 6676
DATE: July 25, 1994
SUBJECT: City Council Meeting, July 28, 1994
ITEM: 1011. Consider a resolution authorizing the Mayor to enter into a
contract with Jani King for cleaning services for City buildings.
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION:
DATE: July 21, 1994
TO: James R. Nuse, P.E.
Director of Public Works
PROM: Charlie Fleet
Building Maintenance
RE: Janitorial Services
Four companies responded to our advertisement in the paper for janitorial services for the City
buildings. Only two bids were received. Moore Company with a bid of $4,156 per month and
Jani -King with $5,344.11 per month. Moore Company did not meet our specifications, because
they did not offer workman's compensation and they would not provide $100,000 bond. Jani -
King came with good references and met all required specifications. After consulting with Bob
Bennett and Joanne Land, I recommend Jani - King's bid be accepted for our janitorial services.
NO.058 D04