Loading...
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