R-95-09-28-10H - 9/28/1995RESOLUTION NO. R- 95- 09- 28 -10H
WHEREAS, the City of Round Rock has duly advertised for bids
for street sweeping services, and
WHEREAS, Commercial Sweeping has submitted the lowest and
best bid, and
WHEREAS, the City Council wishes to accept the bid of
Commercial Sweeping, 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 Commercial Sweeping for street
sweeping services, a copy of said contract being attached hereto
and incorporated herein for all purposes.
RESOLVED this 28th day of September, 1995.
ATTEST:
���►�i at,
E LAND, City Secretary
X \RESOIUrI \88509288.wp0/kg
CHARLES CULPEPPER, Mayor
City of Round Rock, Texas
SEE 1.6 ON BACK FOR INSTRUCTIONS:
TAX ID NO.: 74 - 777 - 7177
LEGAL BUSINESS NAME: Commercial Sweeping
ADDRESS:3l99 N. TH 35
ADDRESS:Round Rock, Tx.
78664
CONTACT:Kei Elliott
TELEPHONE NO.: 512
ion
BUSINESS ENTITY TYPE. Comoro
BIDS SHALL ARRIVE IN THE OFFICE OF THE
CITY PURCHASER AT THE ADDRESS SHOWN
HEREIN BY 2:00 P.M. ON :Sept. 12, 1995
IITEM #
1
INVOICE TO:
City of Round Rock
Finance Department
221 East Main Street
Round Rock, Texas 78664 -5299
BID F.O.B. DESTINATION
UNLESS OTHERWISE SPECIFIED BELOW
DESTINATION:
As per specification number 95-26-0001.
Bidder agrees to comply with all conditions below and on
reverse side of this IFB
-S( ifb disk /excel
INVITATION FOR BID IIFBI
CITY OF ROUND ROCK Commercial Sweeping
221 E. Main Street
Round Rock, Texas 78664 -5299
CLASS & ITEM DESCRIPTION
Street cleaning, central business and arterial streets' in
accordance with specification number 95 -26 -0001 dated
August, 1995 attached.
2 Street cleaning, residential streets in accordance with
specification number 95 -26 -0001 dated August 1995, attached.
3 Hourly rate for unscheduled/extra work. In accordance with
specification number 95 -26 -0001 dated August 1995, attached.
FACIMILE RESPONSES
SHALL NOT BE ACCEPTED
PAGE 1 OF 1 PAGES
Return Original and One Copy of Bid
BIDDER SHALL SIGN BELOW
DATE: August 21, 1995 BID OPENING DATE 2:00 P.M.:Sept. 12, 1995
BID NUMBER :95 -26 -0001
SHOW BID OPENING DATE &
BID NUMBER IN LOWER LEFT
HAND CORNER OF SEALED BID
ENVELOPE & SHOW RETURN
ADDRESS OF BIDDING FIRM.
QUANTITY
34.91
295.27
to si n shall disqualify bid
gnature Date
Failuri
Adthorized S
Keith Elliott / President
Printed Name
UNIT I MAKE /MODEL
curb mile
curb mile
hour
UNIT PRICE
$19.95
$19.95
$65.00
EXTENSION
$696.45
$5890.64
$65.00
DELIVERY IN DAYS
"By the signature hereon affixed, the bidder hereby certifies that neither the bidde nor the entity represented by the bidder, or anyone acting for s.....
entity has violated the antitrust laws of this State, codified in Section 15.01 et seq. Texas Business and ri
C m e Code, ,r the Federal antius
trt
.aws, nor communicated directly or indirectly, the bid made to any competitor or any other person engage, on such line al business.-
DESTINATION:
SEE 1.6 ON BACK FOR INSTRUCTIONS:
As per specification number 95 -26 -0001.
TAX ID NO.: 9 1 QO 1 2Oj
c ,
LEGAL BUSINESS
NAME:
P. 0. 2
Del U0.L1
6r0...7rvt
Te1c.-S
e^t3
3 Ferris, T.-
3 .. O
78(.0i 7
ADDRESS:
ADDRESS:
CONTACT: - U - I.... 1.40
+r^ -.e.
TELEPHONE NO.: 12 2 c1 .. 7 -se° -
Bidder agrees to comply with all conditions below and on
reverse side of this IFB
_
BUSINESS ENTITY" TYPE: 5-F 2e+ SW e. re e W1 .
ITEM 8
CLASS & ITEM DESCRIPTION
QUANTITY
UNIT 1 MAKE /MODEL
UNIT PRICE
EXTENSION
1
2
3
Street cleaning, central business and arterial streets in
accordance with specification number 95 -26 -0001 dated
August, 1995 attached.
Street cleaning, residential streets in accordance with
specification number 95 -26 -0001 dated August 1995, attached.
Hourly rate for unscheduled /extra work. In accordance with
specification number 95.26 -0001 dated August 1995, attached.
• 34.91
295.27
1
curb mile
-
curb mil=
hour
2'7.50
C Im
35,0.
G1 vrt
`]5.00
1tiouR
-it 91,0. 03
- 1 349. 21
'7 5.OU
BIDS SHALL ARRIVE IN THE OFFICE OF THE
CITY PURCHASER AT THE ADDRESS SHOWN
HEREIN BY 2:00 P.M. ON :Sept. 12, 1995
INVOICE TO:
City of Round Rock
Finance Department
221 East Main Street
Round Rock, Texas 78664 -5299
610 F.O.B. DESTINATION
UNLESS OTHERWISE SPECIFIED BELOW
,CBs :fb disk :excel
INVITATION FOR BID (IFB)
CITY OF ROUND ROCK
221 E. Main Street
Round Rock, Texas 78664 -5299
FACIMILE RESPONSES
SHALL NOT BE ACCEPTED
DATE: August 21 1995
SHOW BIO OPENING DATE N
BID NUMBER IN LOWER LEFT
HAND CORNER OF SEALED BID
• ENVELOPE a SHOW RETURN
ADDRESS OF BIDDING FIRM.
PAGE 1 OF 1 PAGES
Return Original and One Copy of Bid
BIDDER SHALL SIGN BELOW
BID OPENING DATE 2:00 P.M.:Sept. 12, 1995
BID NUMBER :95 -26 -0001
Failure to sign shall disqualif bid
Printed Name
Jam.
9 — I1 - `fS
Au "7ized Signature War,--\----as- Date
�0.1Me5
G. (-I�
DELIVERY IN Req 4DAYS
"By the signature hereon affixed the bidder hereby certifies that nether the bidder nor the entity represeseee by t. be bidcer, oi act . :. .
entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business an - - C,1 - or '. F ±era
,aws, nor communicated directly or indirectly, the bid made to any competitor or or y cruel cerscn engage: - ...I,.,, ,i.r . e:: sln_ss.
DATE: September 26, 1995
SUBJECT: City Council Meeting, September 28, 1995
ITEM: 10H. Consider a resolution authorizing the Mayor to enter into a contract
for street sweeping.
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION:
Date:
To:
From:
Re:
September 19,1995
Jim Nuse
Director of Public Works
Larry
Public Works Operations Manager
Invitation for bid Street Sweeping
Jim,
On September 12th, 1995 two bids were received and opened for Street Sweeping for the Cit
of Round Rock. The two bidders were Commercial Sweeping of Round Rock and Browning
Ferris, Inc. of Del Valle, Texas. The low bidder was Commercial Sweeping of Round Rock and
after review b m and Howard Baker, purchasing agent we are recommending Commercial
Sweeping for the sweeping contract. Commercial Sweeping previousl was Wheeler Sweeping and
the cit has used them in the past with excellent results and I have been assured that the same
people own and operate this company and there has been just a recent name change. The contract
called for residential streets to be swept q uarterl y and for arterial streets to be swept monthly. We
had budgeted $35,000 for the 1995 -1996 budget y ear and at the price of $19.95 per curb mile
Commercial Sweeping bid we will be below our budgeted amount. The total to accomplish the
quarterly and monthl sweeping will he $26,725.77 per budget y ear and the balance can be used
as unscheduled or extra work is needed.
CITY OF ROUND ROCK
PUBLIC WORKS DEPARTMENT
1 0 0
STREET STREET SWEEPING SERVICES
SPECIFICATION NO. 95 -26 -0001
AUGUST 1995
L GENERAL PROVISIONS
IL SPECIAL PROVISIONS
IV. EXHIBITS
STREET SWEEPING SERVICES
CONTENTS
1. General Provisions 2
2. Indemnity and Insurance 3
3. Contract Terms 5
4. Qualifications of Contractors Bidding 6
5. Verification of Work 7
6. Failure to Complete Work 9
1. Scope of Work 12
2. Method of Operations 12
3. Equipment and Facility 14
4. Payment 16
IH. DESIGNATED STREETS SECTION 17
Exhibit A - Contractor's Information Report A -1
Exhibit B - Contractor's Route List - Sample B -1
Exhibit C - Street Listing C -1
Exhibit D - Contract D -1
Exhibit E - Notice to Proceed E -1
STREET SWEEPING SERVICES
st weep.95 /sl specs
ROUND ROCK, TEXAS
The City of Round Rock (hereinafter called "City ") desires to obtain the services of a private
company (hereinafter called "Contractor") for the cleaning and sweeping of certain
streets and medians within the City of Round Rock, Texas.
The specifications contained herein are designed to establish an effective, efficient and safe
system of street cleaning that will provide for the following intended purposes:
1. Establish and maintain a continuous level of cleanliness of City streets, in order
to assure protection of the health, safety and welfare of the community.
2. Clean City streets in a coordinated manner by a route system that will improve
current street cleaning practices and decrease costs.
3. Determine a fixed cost for cleaning streets and eliminate the City's variable
expenses, including equipment acquisition, fuel adjustments, equipment
maintenance, and risk management.
4. Provide for a smooth and orderly transition of services performed from the public
to the private sector.
1
L GENERAL PROVISIONS
SAFETY
1.0 Applicable provisions of the following shall be incorporated into the specifications for this
project.
a) The Texas Manual on Uniform Traffic Control Devices.
b) Texas Department of Transportation Standard Specifications,
c) Regulations of the Public Works Department, City of Round Rock, Texas.
d) Other federal, state and municipal acts, statutes, rulings, ordinances, decisions and
regulations affecting safety and/or street sweeping work.
e) All subsequent revisions and supplements to the above documents.
1.1
The importance the City attaches to safety and the conduct of safe operations cannot be
overemphasized. The City reserves the right, at its discretion, to disallow payment to the
Contractor for any work performed where the proper safety precautions are not being
observed.
1.2 All equipment used in sweeping operations shall be equipped in accordance with existing
state law, and shall be equipped with a flashing light with the following characteristics:
a) Visible for a minimum of one (1) mile.
b) Flash sixty (60) to ninety (90) times per minute.
c) Mounted for three hundred sixty (360) degree visibility.
d) Equipped with an amber lens.
1.3 The safety of the public and the convenience of traffic shall be of prime importance.
Unless otherwise provided in these specifications, all portions of all streets shall be kept
open to traffic at all times throughout sweeping operations.
1.4 Provisions for directing traffic will not be paid for by the City, but shall be considered
as subsidiary work to the various bid items for street cleaning and sweeping services.
1.5 The Contractor's equipment and personnel shall move in the same direction as traffic at
all times during all cleaning and sweeping operations.
st weep.95 /at specs 2
INDEMNITY AND INSURANCE
2.0 The Contractor shall indemnify, save harmless and exempt the City, its officers, agents,
servants, and employees from and against any and all suits, actions, legal proceedings,
claims, demands, damages, costs, expenses and attorneys' fees incident to any work done
in the performance of this Contract arising out of a willful or negligent act or omission
of the Contractor, its officers, agents, servants, and employees; provided, however, that
the Contractor shall not be liable for any suits, actions, legal proceedings, claims,
demands, damages, costs, expenses and attorneys' fees arising out of a willful or negligent
act or omission of the City, its officers, agents, servants and employees, or third parties.
2.1 Insurance
Contractor shall carry insurance in the following types and amounts for the
duration of this Contract, which shall include items owned by Owner in care,
custody and control of Contractor prior and during construction and warranty
period, and furnish Certificates of Insurance along with copies of policy
declaration pages and all policy endorsements as evidence thereof:
a. Statutory Worker's Compensation and minimum $100,000 Employers
Liability Insurance.
b. Commercial General Liability Insurance with minimum limits of $500,000
per occurrence and $1,000,000 Aggregate or $500,000 for this designated
project and $100,000 Fire Damage.
c. Automobile Liability Insurance for all owned, nonowned and hired vehicles
with minimum limits for Bodily Injury of $250,000 for each person and
$500,000 for each occurrence and Property Damage limits of $100,000 or
Combined Single Limit of $600,000.
d. On all new or remodeling building projects: All Risk Builders Risk
Insurance for insurable building projects shall be insured in the amount of
the contract price for such improvements. Owner and Contractor waive all
rights against each other for damages caused by fire or other perils to the
extent covered by Builders Risk Insurance required under this
section, except as to such rights as they may have in the proceeds of such
insurance. Contractor shall require similar waivers by Subcontractors and
Sub - subcontractors.
e. Owner and Contractor's Protective Policy. The Contractor shall provide
and maintain during the life of this contract and until all work under said
contract has been completed and accepted by the Owner, an Owner's and
Contractor's Protective Policy which co- insures the Owner and the Owner's
s sweep.95 /si.:pecs 3
sisweep 95 /at. specs
agents and employees with the same Commercial General Liability
coverage as described above, entitled "Commercial General Liability
Insurance."
When offsite storage is permitted, policy will be endorsed for transit and off site
storage in amounts sufficient to protect property being transported or stored.
This insurance shall include, as insured, City of Round Rock, Contractor,
Subcontractors and Sub - subcontractors in the work, as their respective interest may
appear.
If insurance policies are not written for amount specified in b. and c. above,
Contractor is required to carry an Excess Liability Insurance Policy for any
difference in amounts specified.
Contractor shall be responsible for deductibles and self insured retentions, if any,
stated in policies. Any self insured retention shall not exceed ten percent of
minimum required limits. All deductibles or self insured retentions shall be
disclosed on Certificate of Insurance required above.
Contractor shall not commence work at site under this Contract until he has
obtained required insurance and until such insurance has been reviewed by
Owner's Contract Administration Office. Contractor shall not allow any
Subcontractors to commence work until insurance required has been obtained and
approved. Approval of insurance by Owner shall not relieve or decrease liability
of Contractor hereunder.
Insurance to be written by a company licensed to do business in the State of Texas
at the time policy is issued and acceptable to owner.
Contractor shall produce an endorsement to each effected policy:
1. Naming City of Round Rock, 221 East Main Street, Round Rock, Texas
78664 as additional insured (except Workers' Compensation and Builders
Risk).
2. That obligates the insurance company to notify Joanne Land, Asst. City
Manager, City of Round Rock, 221 East Main Street, Round Rock, Texas
78664 of any and all changes to policy 30 days prior to change.
3. That the "other" insurance clause shall not apply to Owner where City of
Round Rock is an additional insured shown on policy. It is intended that
policies required in this agreement, covering both Owner and Contractor,
shall be considered primary coverage as applicable.
4
CONTRACT TERM
sbweep,95 /st epees
Contractor shall not cause any insurance to be canceled nor permit any insurance
to lapse during term of this Contract or as required in the Contract.
If Contractor is underwritten on a claim -made basis, the retroactive date shall be
prior to, or coincident with, the date of this Contract and the Certificate of
Insurance shall state that coverage is claims made and also the retroactive date.
Contractor shall maintain coverage for duration of this Contract and for two years
following completion of this Contract.
Contractor shall provide the City annually a Certificate of Insurance as evidence
of such insurance. It is further agreed that Contractor shall provide Owner a 30
day notice of aggregate erosion, an advance of the retroactive date, cancellation
and/or renewal.
It is also agreed that Contractor will invoke the tail option at request of Owner
and the Extended Reporting Period (ERP) premium shall be paid by Contractor.
Owner reserves the right to review insurance requirements of this section during
effective period of the Contract and to make reasonable adjustments to insurance
coverages and their limits when deemed necessary and prudent by Owner based
upon changes in statutory law, court decisions or the claims history of the industry
as well as Contractor.
Owner shall be entitled, upon request, and without expense, to receive copies of
policies and all endorsements thereto and may make any reasonable requests for
deletion or revision or modification of particular policy terms, conditions,
limitations or exclusions, except where policy provisions are established by law
or regulation binding upon either of the parties hereto or the underwriter on any
of such policies.
Actual losses not covered by insurance as required by the section shall be paid by
Contractor.
3.0 The contact shall be for a period of one year beginning October 1, 1995 and ending
September 30, 1996 (Period -1).
The City reserves the right to extend (with mutual agreement of the Contractor) the
contract for four (4) additional periods not to exceed one year each as follows:
Period 2 - From October 1, 1996 through September 30, 1997
Period 3 - From October 1, 1997 through September 30, 1998
5
Period 4 - From October 1, 1998 through September 30, 1999
Period 5 - From October 1, 1999 through September 30, 2000
The City may review the Contractor's performance at the end of each billing period and
reserves the right to cancel all or part of the contract for any reason with thirty (30) days
written notice to the Contractor. Unless the City notifies the Contractor or the Contractor
notifies the City of its intent not to renew the contract, the contract shall be renewed for
the next one (1) year period as stated herein.
3.1 Prices will be fixed for Period 1 only. All prices bid for Period 1 may be increased (but
not decreased) for Period 2 by one hundred percent (100 %) of the cost of living increase
as measured by the Consumer Price Index (CPI). CPI referred to herein is the Consumer
Price Index for Urban Wage Eamers and Clerical Workers (All Items) for the Greater
Austin Area. The period of increase measurement shall be from the beginning of Period
1 to the beginning of Period 2, with the resulting net percentage increase being applied
to the prices bid herein to calculate the effective prices for Period 2. Prices to be charged
in all subsequent periods shall be calculated in the same manner as effective prices for
Period 2, using the immediate prior period as the base period of measurement.
QUALIFICATIONS OF CONTRACTORS BIDDING
4.0 Contractors submitting bids certify to the City that they possess all of the necessary work
experience, equipment, facilities and personnel to fulfill the terms of the Contract at the
time of bid submission, or that they shall have the necessary equipment and personnel and
be ready to proceed on the starting date for Period 1 as outlined in Section 1, paragraph
3.0.
4.1 The City attaches great importance to the ability of the Contractor to complete the work
as specified. This concern does not demonstrate a lack of trust or confidence in the
Contractor, but rather an acknowledgement of the City's obligation to the citizens of the
City. In order that this obligation be fulfilled, the requirements listed in Section I,
paragraph 4.2 and 4.3 herein shall be met.
4.2 Contractors who submit a bid shall also submit a completed Contractors Information
Report, included herein as Exhibit A. This report shall demonstrate the following:
a) Satisfactory evidence that the Contractor has operated or is operating a municipal
street cleaning system of the types and to the extent as outlined in this
specifications and that the Contractor has successfully conducted such an operation
for a period of not less than two (2) years within the last five (5) years.
b) Satisfactory evidence that the Contractor owns, or has made arrangements to
acquire, all the necessary equipment as specified herein, with certification that
swweep.95 /sl specs 6
such equipment is not obligated for other contractual obligations within the scope
of the Contractor's prior existing operations.
c) Satisfactory evidence that the Contractor has adequate financial resources,
experienced personnel, proper facilities and an adequate work plan to complete the
work as specified.
4.3 Contractors who bid shall submit Sequence of Work Schedules (hereinafter called "Route
Lists) for all scheduled street cleaning. A sample Route List is attached hereto as Exhibit
B. These required Route Lists shall provide the following information:
a) A list of the Contractor's proposed cleaning routes for one complete cycle of
cleaning, with identification of all streets on each route in sequence.
b) The total mileage for all proposed routes shall equal the mileages contained in the
Designated Streets Section of this specifications for each Section of streets to be
cleaned.
4.4 Failure to provide either a completed Contractors Information Report or Sequence of
Work Schedules (Route Lists) with a bid will disqualify any such bid as non - responsive,
and therefore such bid may (at the sole option of the City) not be considered.
4.5 The evaluation of bids and the determination of conformity and acceptability shall be at
the sole discretion of the City. Such determination shall be based upon the information
furnished by the Contractor with his (its) bid, as well as other information as may be
reasonably available to the City.
4.6 The City reserves the right to reject any and all bids, and to award a Contract based upon
the specifications to the lowest responsible bidder.
VERIFICATION OF WORK
5.0 The Street Superintendent (hereinafter called "Superintendent ") shall oversee the execution
of the Contract in accordance with the terms and conditions of these specifications. To
this end, he (she) may appoint a designee who shall be responsible for the inspection and
monitoring of the work performed under the Contract.
5.1 With submission of a bid for the Contract, each Contractor shall submit Route Lists for
all scheduled cleaning routes. The Route Lists shall be reviewed for accuracy and
efficiency by the Superintendent and/or his (her) designated representatives prior to award
of the Contract.
Within fifteen (15) days following the approval of the Route Lists and an award of the
slsweep.95 /et. specs 7
Contract, the successful Contractor shall meet with the Superintendent and his (her)
representatives to review the Contract and make any necessary changes to the Contractor's
Route Lists and/or Contractor's Work Plan.
Prior to commencing the sweeping and cleaning work all Route Lists shall be updated by
the Contractor, and thereafter shall become the basis for:
a) Contractor's cleaning routes,
b) the Department's inspection of cleaning,
c) the invoicing of cleaning cycles completed, and
d) payment by the City for services rendered.
Any subsequent changes or revisions to Route Lists throughout the duration of the
Contract shall have the prior written consent of the Superintendent, or any designated
representative.
5.2 The Street Superintendent of the Public Works Department shall monitor the Contractor's
performance daily. All streets cleaned by the Contractor shall present an appearance
which is completely satisfactory to the monitoring inspector, and within the cleanliness
guidelines of the City.
Any deficiency in the Contractor's performance shall be reported in writing to the
Contractor within twelve (12) working hours after completion of work, and all such
deficiencies shall be corrected by the Contractor no later than twenty four (24) working
hours following receipt of such notice.
The monitoring inspector shall maintain a daily log of the Contractor's completed work,
and shall verify completion of the Contractor's work with the Contractor once per week
of operation.
5.3 In the event a street rehabilitation or improvement project is under construction, or shall
be under construction where street cleaning is scheduled, that portion of the cleaning
cycle shall be deleted from the appropriate Route List at the direction of the
Superintendent or his (her) designee. Each of the sections of streets deleted shall be
re- entered at the first scheduled cleaning cycle following completion of the rehabilitation.
Prior to re- entering any such street section into the cycle, a field inspection shall be made
by the Department Street Superintendent and the Contractor's representative to determine
what if any street cleaning shall be required by others, including the rehabilitation
contractor. In no event shall the Contractor be allowed additional compensation by the
City for the initial cleaning of a re- entered street section following rehabilitation or
construction.
5.4 In addition to the stated procedure for verification of work performed as described herein,
stswere.951sL ,#a 8
stsweep,95lst specs
the Contractor shall lend whatever necessary assistance the City may request with respect
to verification of work performed.
FAILURE TO COMPLETE WORK
6.0 It is essential to complete all cleaning cycles within the time limits specified. Failure to
complete cleaning of less than eighty-five percent (85 %) of the total scheduled curb
miles during any calendar month or during any cleaning cycle shall result in a penalty of
$25.00 per curb mile for each curb mile not cleaned in excess of fifteen percent (15 %)
of the total curb miles contained in the schedule for that month or that cycle. Such
penalty shall be deducted by the City from the amount due the Contractor for the period
of cleaning during which the deficiency occurs.
The penalty as described above may be waived, at the sole discretion of the
Superintendent or his (her) designee. Such a waiver shall include the conditions of
excessive inclement weather, acts of God, street construction or any other condition
authorized by the Superintendent.
6.1 If the work done under this Contract is abandoned by the Contractor, or if the Contract
is assigned without the written consent of the City; or if the Contractor is adjudged
bankrupt; or if a general assignment of the Contractor's assets is made for the benefit of
his (its) creditors; or if a receiver is appointed for the Contractor or any of his (its)
property; or if the work required under this Contract is being unnecessarily delayed; or
if the Contractor is violating any of the material conditions of the Contract, or is
executing same in bad faith or otherwise not in accordance with the terms of said
Contract; then, in the event any of the foregoing occurs, the City may serve written notice
upon the Contractor of the City's intention to terminate the Contract.
Unless within thirty (30) days after the serving of such notice a satisfactory arrangement
is made for continuance, the Contractor shall be deemed in default and the Contract shall
be automatically terminated. In this event, the City may take over and prosecute the work
to completion, by Contract or otherwise. If at fault, the Contractor shall be liable to the
City for all damages, as well as excess costs sustained by the City, by reason of
prosecution and completion of the required work by the City. Time is of the essence as
to any action performed by the Contractor to correct the conditions as set forth herein.
6.2 It is understood and agreed that in the event the Contractor is adjudged bankrupt, or a
receiver is appointed, or a general assignment for the benefit of the Contractor's creditors
is made, or the Contractor is proven insolvent or fails in business, this Contract shall not
be an asset of the Contractor.
GENERAL PROVISIONS
7.0 By his (its) acceptance of the Contract, the successful Contractor shall warrant that he (it)
9
is familiar with and understands all provisions of the job specifications that are contained
herein, and that the Contractor shall comply with them.
7.1 A failure by the Contractor to adhere to any specification or general provision of this
Contract shall be deemed a material breach.
atsweep.95 /al epees
10
7.2 All dealings, contacts, etc. between the Contractor and the City shall be directed by the
Contractor to:
7.3 All dealings, contacts, etc. between the City and the Contractor shall be directed by the
City to:
stsweep.95 /si. specs
Name/1511e: Mr. Todd Keltaen
Department: Street Department
Address : 2008 Enterprise
City/State: Round Rock. Texas 78664
Telephone : (512) 218 -5566
Name/Tide:
Department:
Address :
City/State:
Telephone :
11
SCOPE OF WORK
1.1
METHOD OF OPERATIONS
staweep,95 /al specs
IL SPECIAL PROVISIONS
1.0 The Contractor shall clean all streets and medians located in the City as designated by
this specifications.
Streets to be cleaned are listed in the Designated Streets Section (III) of these
specifications as follows:
SECTION A - Central Business District & Arterial Streets
SECTION B - Residential Streets
The cleaning operation shall include, but is not limited to, all sweeping, panning, dumping
and trash pick up operations. The cleaning operation does not include the removal of
waste materials in catch basins of storm sewers. The paved horizontal surfaces and
perpendicular ends of all raised median tops are to be cleaned one (1) time every quarter
throughout the duration of the Contract.
1.2 The Contract begins on October 1, 1995. Thereafter, streets shall be cleaned at the
following frequencies:
a) All streets listed in Section A of the Designated Streets Section are to be swept
once every four (4) weeks for the entire Contract year (twelve (12) times each
contract year).
b) All streets listed in Section B of the Designated Streets Section shall be swept
once every quarter (3x/yr) for the entire Contract year (three (3) times each
contract year).
1.3 The City may require unscheduled sweeping service as a result of accidents, citizen
requests, special events, leaf collection, etc. The Contractor shall comply with all such
requests. Payment for such unscheduled sweeping service shall be for the time worked
at an hourly rate stipulated in the bid for services, plus one (1) hour travel time as
payment for travel to and from the point of operation. In no event shall the total payment
for each such request be less than four (4) hours.
2.0 All operations described in this specification shall be conducted by the Contractor's
personnel and the expense of all such operations shall be the Contractor's.
a) The Contractor shall provide his (its) own equipment, labor, fuel, safety equipment
and any other materials necessary to complete the required work. The Contractor
shall be responsible for the maintenance and repair of his (its) own equipment and
12
stsweep.95 /st specs
the availability, presence, competence and supervision of his (its) employees.
b) The Contractor shall preform all hand work required to effectuate an efficient
cleaning operation. The City shall have the right to identify for the Contractor
those areas where hand work should be performed.
c) There shall be no subcontractors used by the Contractor to fulfill any items or
conditions of the Contract without the prior written consent of the City.
2.1 Cleaning operations for Section A shall be performed between the night time hours of
10:00 PM to 7:00 AM, from Sunday night through Friday morning. Cleaning operations
for Section B shall be performed during daylight hours 7:30 AM to 4:30 PM Monday
through Friday.
2.2 For this Contract, the National Weather Service (NWS) shall be the weather forecasting
and reporting agency. Forecasts by the NWS shall be deemed to extend only twelve (12)
hours into the future.
a) No cleaning operations shall be conducted when there are climatic conditions
present or forecast that would make such an operation ineffectual or dangerous,
including, but not limited to, heavy rains, ice and sleet.
b) The Contractor may suspend operations if conditions are such that cleaning
operations cannot be carried out in an effective manner. If suspension occurs, the
Contractor shall immediately notify the Superintendent, or the designee.
c) The Superintendent, or his (her) designee, shall at his (her) discretion have the
right to order the suspension of any cleaning operation whenever, in his (her)
judgement, any present or impending weather conditions are such that cleaning
operations cannot be carried out in an effective manner.
2.3 Disposal of sweeping debris collected during the cleaning operation shall be the
responsibility of the Contractor.
All applicable state and local laws and ordinances related to the hauling, and handling
of such material shall be complied with by the Contractor.
2.4 Water for the Contractor's sweeping equipment shall be provided by the City. The
reporting of water usage shall be as outlined in Section II, paragraph 4.2 and the
Contractor shall make whatever arrangements are necessary for the use of hydrants.
13
EQUIPMENT AND FACILITY
3.0 The equipment used for street cleaning shall be of sufficient type, capacity and quantity
to safely and efficiently preform the work as specified.
3.1 Minimum equipment for the Contract shall be the following:
a) Two (2) street sweepers.
b) Dump Trucks - Depending upon the type of sweepers used, the Contractor may
require the use of one or more dump trucks. It is the Contractor's responsibility
to provide these vehicles in the event his (its) cleaning equipment requires same.
c) Adequate Support Equipment - Including debris transfer vehicles, pick -up trucks,
service trucks, tire trucks and any other item of equipment necessary to provide
cleaning services as described in these specifications.
3.2 Sweepers used in the cleaning operation may be brush /vacuum, mechanical or
regenerative air, or may be a combination of types. Two (2) sweeper units shall be no
older than three (3) years, at the inception of the contract, unless the equipment has been
completely rebuilt within one (1) year prior to the starting date of the contract.
All street sweepers used shall have a minimum capacity of four (4) cubic yards and be
equipped with an adequate water system for dust control.
3.3 All equipment, including support equipment, shall be equipped with two -way radio
communication designed for commercial use. Citizen Band Radios are unacceptable.
3.4 All equipment, including support equipment, that shall be used by the Contractor shall be
listed as a part of the "Work Plan" in the Contractor's Information Report. All such
equipment is subject to the inspection and approval of the City. Such approval may
require an on -site demonstration of the capability of any proposed sweeping equipment
prior to the award of the Contract.
3.5 The service facility of the Contractor shall be located within ninety (90) mile radius of
Round Rock, Texas or at a location satisfactory to the City. The service facility shall be
adequate to insure routine maintenance and the Contractor shall be required to maintain
a sufficient supply of brooms and replacement parts to insure continuous cleaning
operations.
3.6 All vehicles used by the Contractor shall be performance worthy by visual and operational
inspection. Sweepers shall be washed once per day, inclement weather excepted, and all
other equipment shall be washed a minimum of once per week.
stsweep.95 /at specs
14
stsweep.45 /st. specs
The City shall have the option to perform a complete inspection of all vehicles during
cleaning operations used by the Contractor at any time throughout the term of the
Contract. Should any vehicle, when inspected, and in the determination of the City, not
meet the standards that the City feels necessary to complete the Contract or to operate
safely, the City may require that such vehicle be brought to standard before being placed
back in service.
15
PAYMENT
4.0 Payment for street cleaning shall be made by the Contract unit price per curb mile
actually cleaned.
4.1 Request for partial payment shall be made monthly individually for each Section of streets
shown in Section II, Paragraph 1.0. All invoices shall show the number of curb miles of
streets which were swept during the billing month for each Section.
4.2 Invoices shall be prepared in triplicate, forwarded to the Superintendent for approval and
shall include the following:
4.3 No payment shall be made for any other service, other than the number of curb miles
cleaned at the quoted curb mile price, except:
st weep.95ht specs
a) Cover invoice showing the curb miles cleaned with an extension in dollars at the
quoted cost, together with the number of gallons of water used to accomplish such
services.
b) A copy of the Route Lists for the invoiced period showing the date each street
was cleaned, the total mileage for the period and the initials and/or signature of
both the Contractor's representative and the Department Superintendent.
a) In the event the City shall employ the Contractor for extra work at the hourly rates
stipulated with his (its) bid, then the Contractor shall be paid upon completion of
the work requested, after approval by the Street Superintendent.
b) Invoicing for such additional hourly work shall be made monthly in the same
manner as directed in Section II, Paragraph 4.2.
16
DI DESIGNATED STREETS SECTION
1.0 For the purpose of this Contract, curb mileage for streets to be cleaned are listed in this
section. The City makes no representation as to the reliability or accuracy of such
figures.
1.1 The City expressly reserves the right to add to or to delete from the listing of streets set
forth in herein. The Contractor shall honor all such additions or deletions throughout
the term of the Contract.
1.2 Throughout the duration of the Contract, in no event shall the number of curb miles for
any section of streets listed herein be increased or decreased more than twenty percent
(20 %) of the total curb miles for that section, without the written consent of both the
Contractor and the City.
1.3 An alphabetical listing of streets to be cleaned (by Section) is included herein. In
accordance with this specification, Section I, Paragraphs 4.3 and 4.4, each bid for street
cleaning services shall include a Route List for the Contractor's proposed routing of streets
to be cleaned. A sample Route List is attached as Exhibit B.
1.4 The total curb mileage for each section of streets is as follows per period:
SECTION A - 34.91 curb miles, Frequency - 13 times
SECTION B - 295.27 curb miles, Frequency,- 13 times M �
1.5 Due to climatic conditions that occasionally exist in the Round Rock, Texas area, the
sanding of roads and highways may be performed by the City or others. It is not the
intent of the City via these specifications to require the Contractor to clean up the sand
at the curb mile prices bid herein.
stsseeep.95 /st. specs
In the event the City determines that sanding exceeds the normal debris level incurred by
the Contractor at the normal frequencies of sweeping contained in these specifications,
the City may order, and the Contractor shall perform, special sand clean-up services at
the hourly rate(s) bid herein.
17
The information provided herein is in conjunction with our bid for Street cleaning and sweeping
services for the City of Round Rock, Texas.
NAME OF BIDDER
ADDRESS .
CITY /STATE/ZIP:
CONTACT NAME :
TITLE
TELEPHONE NO. :
A. EQUIPMENT AND FACILITIES
MODEL
LIST BALANCE OF SWEEPERS ON REVERSE SIDE
THIS ATTACHMENT SHALL BE COMPLETED AND RETURNED WITH BID
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE BID RESPONSE
MAY AUTOMATICALLY DISQUALIFY THE BID FROM CONSIDERATION FOR
AWARD IN CONNECTION WITH THIS TRANSACTION
stsweep.95 /st. specs
EXHIBIT A
CONTRACTOR'S INFORMATION REPORT
1. Is your repair and yard facility at the above address? Y_
2. If NO, state the address of your yard facility. N_
3. Complete the following list of sweeping equipment you now own or lease.
Indicate owned as (0) and leased as (L).
A -1
STREET FLUSIIERS
DUMP TRUCKS
OTHER EQUIPMENT
'AAC1"S'_..
4. If you were the successful bidder for cleaning and sweeping work in the City of
Round Rock, Texas, list the additional equipment that you would purchase to
execute this Contract.
EQUIPMENT TO BE PURCHASED
OW1 (0)
LEASID (L)
NEW (N)
THIS ATTACHMENT SHALL BE COMPLETED AND RETURNED WITH BID
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE BID RESPONSE
MAY AUTOMATICALLY DISQUALIFY THE BID FROM CONSIDERATION FOR
AWARD IN CONNECTION WITH THIS TRANSACTION
stsweep,95/at space
A -2
B. FINANCIAL INFORMATION
1. Are current quarterly financial statements available? Y_ N_
2. Is a certified public audit available for your company's proceeding fiscal
year? Y_ N_
3. Have you or any stockholder of your company ever filed bankruptcy?
Y N
4. State the name, address and contact officer of your bank.
THIS ATTACHMENT SHALL BE COMPLETED AND RETURNED WITH BID
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE BID RESPONSE
MAY AUTOMATICALLY DISQUALIFY THE BID FROM CONSIDERATION FOR
AWARD IN CONNECTION WITH THIS TRANSACTION
etsweep.95/.L specs
A -3
C. MUNICIPAL AND STATE SWEEPING EXPERIENCE
1. List all completed municipal and/or state sweeping contracts your company
completed between January 1, 1990 and December 31, 1994.
DATES OF SERVICE
OM
DATES OF SERVICE
THIS ATTACHMENT SHALL BE COMPLETED AND RETURNED WITH BID
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE BID RESPONSE
MAY AUTOMATICALLY DISQUALIFY THE BID FROM CONSIDERATION FOR
AWARD IN CONNECTION W1TH THIS TRANSACTION
rtsweep.95 /al. specs
2. List all current municipal and/or state sweeping contracts your company is
performing at present. If none, enter none.
A -4
D. MANAGEMENT PERSONNEL
List the names and a brief description of the street sweeping experience of each of the
management personnel of your company. Indicate which members of management shall
be directly involved with the management and supervision of the Contract.
NAME
NAME
NAME
stsweep.95M. specs
THIS ATTACHMENT SHALL BE COMPLETED AND RETURNED WITH BID
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE BID RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE BID FROM CONSIDERATION FOR AWARD IN CONNECTION W11H
THIS TRANSACTION
A -5
E. CONTRACTOR'S WORK PLAN
Describe in detail how your company would perform the sweeping work required by the
specifications. Include a description of the function of all proposed equipment and
personnel.
THIS ATTACHMENT SHALL BE COMPLETED AND RETURNED WITH BID
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE BID RESPONSE
MAY AUTOMATICALLY DISQUALIFY THE BID FROM CONSIDERATION FOR
AWARD IN CONNECTION WITH THIS TRANSACTION
stsweep,95/ t specs
Attach as many pages as necessary.
A -6
The undersigned declares:
That the information contained in the Contractor's Information Report is provided for the express
purpose of inducing the City of Round Rock, Texas to award the undersigned a contract for
public street cleaning and sweeping work, and;
That all statements made in the Contractor's Information Report are true, including the statements
of experience in public street sweeping work for the individual named herein, and;
That any municipality, surety company, person, partnership, or corporation named in the
Contractor's Information Report is hereby authorized to supply the City of Round Rock, Texas
with any information necessary to verify any statement contained therein.
STATE OF )
COUNTY OF
slaw eep.95 /at specs
AFFIDAVIT OF INDIVIDUAL
) SS:
being duly swom, deposes and says that the foregoing
information is a true and accurate statement of his (her) experience in public street sweeping
work, and that answers to all questions are true and correct.
(Applicant shall sign here)
Swom before me this day of , 19
Notary Public
My commission expires
THIS ATTACHMENT SHALL BE COMPLETED AND RETURNED WITH BID
FAILURE TO PROVIDE THE REQUIRED INFORMATION W1TH THE BID RESPONSE
MAY AUTOMATICALLY DISQUALIFY THE BID FROM CONSIDERATION FOR
AWARD IN CONNECTION WITH THIS TRANSACTION
A -7
The undersigned declares:
AFFIDAVIT OF A PARTNERSHIP
That the information contained in the Contractor's Information Report is provided for the express
purpose of inducing the City of Round Rock, Texas to award the undersigned partnership a
contract for public street cleaning and sweeping work, and;
That all statements made in the Contractor's Information Report are true, including the statements
of experience in public street sweeping work for the individuals of the partnership named herein,
and;
That any municipality, surety company, person, partnership or corporation named in the
Contractor's Information Report is hereby authorized to supply the City of Round Rock, Texas
with any information necessary to verify any statement contained therein.
NOTE: A partnership shall give firm name and provide signatures of all partners.
STATE OF
COUNTY OF )
) SS:
being duly sworn, deposes and say that
they are partners in the firm of , and that the foregoing is a true
and accurate statement of experience of their firm in public street sweeping work, and that the
answers to all of the foregoing questions are true and correct.
Sworn before me this
day of ,19
(All partners shall sign here)
Notary Public
My commission expires
THIS ATTACHMENT SHALL BE COMPLETED AND RETURNED WITH BID
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE BID RESPONSE
MAY AUTOMATICALLY DISQUALIFY THE BID FROM CONSIDERATION FOR
stsweep.95 /sL specs
A -8
/) `
sbweep.95 /st was
AWARD IN CONNECTION WITH THIS TRANSACTION
A -9
The undersigned declares:
That the information contained in the Contractor's Information Report is provided for the express
purpose of inducing the City of Round Rock, Texas to award the undersigned corporation a
contract for public street cleaning and sweeping work, and;
That all statements made in the Contractor's Information Report are true, including the statements
of experience in public street sweeping work for the corporation named herein, and;
That any municipality, surety company, person, partnership or corporation named in the
Contractor's Information Report is hereby authorized to supply the City of Round Rock, Texas
with any information necessary to verify any statement contained therein.
NOTE A corporation shall give full firm corporate name, signature of an officer, and a frx
corporate seal
STATE OF )
COUNTY OF
, being duly sworn, deposes and says that he (she) is the
of , the corporation
described in and for which he (she) has executed the foregoing statements; that answers to all
questions, including experience of the corporation in public street sweeping work are true and
correct.
Swom before me this
AFFIDAVIT OF A CORPORATION
) SS:
(Officer shall sign)
day of ,19
Notary Public
My commission expires
THIS ATTACHMENT SHALL BE COMPLETED AND RETURNED WITH BID
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE BID RESPONSE
MAY AUTOMATICALLY DISQUALIFY THE BID FROM CONSIDERATION FOR
AWARD IN CONNECTION WITH THIS TRANSACTION
etsweep.95hl specs
A -10
ebweep.95 /st specs
EXHIBIT B
CONTRACTOR'S ROUTE LIST SAMPLE
sleweep.95/st. specs
EXHIBIT C
STREET LISTINGS
STREET SECTION A
STREET SECTION B
stsweep.95 /s1. specs
EXIIIBIT D
CONTRACT
steweep.95 /st. specs
CONTRACT FOR SERVICES
THIS AGREEMENT, made this day of , 19 , is by and
between The City of Round Rock, Texas ( the "City "), and
, doing business as
(the "Contractor ").
WITNESSETH:
That for and in consideration of the payments and agreements which are contained herein and
incorporated herein by reference:
1. The Contractor shall perform street cleaning and sweeping services for the City.
2. The Contractor shall furnish all of the equipment, labor and other services
necessary for the performance of such street cleaning and sweeping services.
3. The Contractor shall commence the services required by the Contract within five
(5) calendar days after the date of the Notice to Proceed, and the Contract shall
extend for three (3) years from the date service begins.
4. The Contract may be renewed for as provided for in the Street Sweeping
Specification 95 -26 -0001, dated August 1995.
5. During Period 1 of the Contract, the Contractor shall perform all of the scheduled
services described in the Street Sweeping Specification, and comply with the terms
and conditions therein for the sum of
($ ). Price increases for subsequent periods of the Contract shall be
granted by the City based upon the escalation provisions contained in the Street
Sweeping Specification.
6. The term "Contract Documents" means the following, all of which are
incorporated herein by reference:
A. Street Sweeping Specification, No. 95 -26 -0001.
B. Designated Streets Section
C. Contractor's Sequence of Work Schedules (Route Lists)
7. The City shall pay the Contractor in the manner and at such times as set forth in
the Contract Documents.
8. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors and assigns.
9. This instrument, supplemented by the Contract Documents, contains the entire
D -1
elewecpssret specs
Agreement between the parties, and no statement, promise or inducement made
by either party, or the agent of either party, that is not contained in this
written Contract shall be valid or binding.
10. This Agreement shall not be enlarged, modified or altered except in writing,
signed by the parties and endorsed hereon.
ATTEST: By:
Date
Date
D -2
Title
City of Round Rock, Texas
CONTRACTOR:
ATTEST: By:
Tide
Address
Telephone
atsweep.95 /at epece
EXHIBIT E
NOTICE TO PROCEED
TO: DATE:
(Contractor)
SERVICES:
You are hereby notified to commence work in accordance with our Agreement dated
, 19 Please begin the work on or before
19
CONTRACTOR;
stsweep.95h1 specs
NOTICE TO PROCEED
City of Round Rock, Texas
By:
Title
ACCEPTANCE OF NOTICE TO PROCEED
Receipt of the above Notice to Proceed is hereby acknowledged by us this day
of , 19 .
By:
Tide
Address
Telephone
E -1
A GENERAL LIABILITY
.. $
COMMERCIAL mow_ LMITLTTY
CLAM MADE X OCCUR
A
A
TYPE OP INSURANCE
ONI ERS & CONTRACTORS PNOT.
AUTOYDEEE (MINUTE
X ANY NATO
........ ALL 01MIE0 AUTOS
SCFEDULED AUTOS
X HIED AUTOS
• NON -DRIED AUTOS
... GARAGE LIABILITY
EMUS LABILITY
S UMBRELLA FORM
OTHER THAN UMBFELLA FORM
WORMER COIiENYTgN
AND
EIlIDYe1r HAULM
Nieman Hanks Puryear Partners
515 Congress Avenue 13th Floor
Austin, TX 78701
512 - 482 -0781 Fax 482 -0200
MWEED
Commercial Sweeping, Inc.
3099 North IH35
Round Rock, TX 78664
City of Round Rock
attn; JOANNE LANE, Asst.
221 E. Main St.
Round Rock TX 78664
BSUUNGV22B2
66UENGV0190
65XHUGV1656
65WBEU5956
!DUCT NUMBER
U .{ 4/29/1998
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.
" Y A HARTFORD
LEDE
COAPAle B
LETTER
COMPANY
LETTER
COMPANY D
LETTER
COMPANY
LETTER
POLICY EFFFCTNE
DATE (MMDDNY)
04/28/98
04/28/98
04/28/98
04/28/98
COMPANIES AFFORDING COVERAGE
'$4
THIS is TO CERTIFY THAT THE POLICIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. UNITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS.
ESEIITA
POUST EXPIRATION
DATE (MMIODNY)
04/28/99
04/28/99
04/28/99
04/28/99
GENERAL AGGREGATE
PRODUCTS-COMP/OP AOG.
FERSONAL S ADV. INJURY
EACH OCCURRENCE
FIRE DAMAGE (Am one fire)
WED. EXPENSE (My one person)
COMBINED SINGLE
LIMIT
BODLY INJURY
(Per person)
BODILY INJURY
(Per aeeHent)
PROPERTY DAMAGE
EAOI OCCURRENCE
AGGREGATE
STATUTORY LIMITS
EACH ACCIDENT
DISEASE - POLICY LIMIT
DIPS sF - EACH EMPLOYEE
18311E DATE IMAMDDAIV)
LINTS
INFNJIVI1511 OP OPEIULTtlMEIWCATIONIEVIENICLETLIPECML rine
The City of Round Rock Contractor, Subcontractors and
Sub - subcontractors in the work as their respective interest may
appear, are shown as Additional Insureds on the Gen. Liability policy.
•
3
$ 1,000,000
s 1
$ 500,000
500,000
$ 50,000
$ 5,000
f 1,000,000
$ 5,000,000
500,000
f 5 00, 0 00
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENOEAVOR TO
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
City Mgr. Ni IUTY OF ANY KIND OI THE COMPANY. ITS AGENTS OR REPRESENTATIVES.
—/U H
Nieman Hanks Puryear Partners
515 Congress Avenue 13th Floor
Austin, TX 78701
512 -482 -0781 Fax 482 -0200
INURED
Commercial Sweeping, Inc.
3099 North IH35
Round Rock, TX 78664
' 178UE s oATE wwmm
4/29/1997
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.
r A Aetna Casualty 6 Surety
COMPANY
LETTER U
COMPANY C
LETTER
COMPANY D
LETTER
COMPANY
LEVER
COMPANIES AFFORDING COVERAGE
e v k4 ET MMPE ,3 INR:SS �'x � F' .::' Y _ .x ~ , z z y c I ",' a ^f x & < ;,, , `" '4z P
M�l �. z; ��sa9"$ mi�.. z. �. .�..,h�c�&_��7iF._.,.:i1 {�c$,4: ro�aTrc +�+xat�;',�x1�E3saF:R'��gix <c , cs.:e s. <,Cr >x x x:y...>x Fc., rte.: :F�a l.?�. «.:, .,�, s: �*�Y _,.K
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONDUCT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED 011 MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, OMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
A mEIEMA LMaurs
1 COMMERCIAL GENERAL LU&Lm
CLAIMS MMXi % : OCCUR
EWERS & CONDUCTORS PROT.
A
A % UMBRELLA FORM
OTHER THAN UMBRELLA FORM
A
NITOM OBLE LMBMTTY
% AMY AUTO
X ALL OWNED AUTOS
X SCHEDULED AUTOS
X HEED AUTOS
X NON-OWED AUTOS
% GARAGE LUBLITY
EXCESS WALT
OTHER
TYPO OF MSURANCE
WORKERS ODMPENB07L61
AND
EMPLOYERS LIABLDY
POLCY MILER
OY1ACM823115
071FJ11B7957CCM
04/28/97
04/28/97
071XS2E155370CCA 04/28/97
071C530835CCA 04/28/97
POLICY EFFECTER POLICY EXPMATON •
DATE (MMODMIT DATE (MMODRY) :
04/28/98
04/28/98
04/28/98
04/28/98
GENERAL AGGREGATE
$ 1,000,000
$ 1,000,000
EACH OCCURRENCE $ 1,000,000
PRODUCTS- COMPOP AGG.
PERSONAL M ADV. NAATY
FIRE DAMAGE (My an. AM1)
MED. ENPEISE (My ar P.r.n
COMRNED SNGLE
UNIT
BODILY NAVY
(PAN p.non)
BODILY FLURY
(Pet accident)
PROPERT' DAMAGE
EACH OCCURRENCE
AGGREGATE
STATUTORY LIMITS
EACH ACCIDENT
DISEASE - POLICY LENT
DISEASE - EACH EMPLOYEE
LEAS
DEBCRr08N OF OPBVITIONMACATIONSMEIOLENBPECML ITEMS
The City of Round Rock Contractor, Subcontractors and
Sub - subcontractors in the work as their respective interest may
appear, are shown as Additional Insureds on the Gen. Liability policy.
s 1,000,000
s 50,000
s 5,000
i 1,000,000
$ 5,000,000
i 5,000,000
500,000
• 500,000
s 500,000
, i s°' ?<uMM _, xF,3,m,-a3.,:,,....DM :GAME :E1INft ESbgt m> ;', ra.:x 6V,,:
SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL _y DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
City of Round Rock
attn; JOANNE LANE, Asst.
221 E. Main St.
Round Rock TX 78664
LEFT, BUT FAILURE TO MAIL SUCH NOTI HALL IMPOSE NO.OBIiGATION OR
City Mgr. UABIUTY OF Y IND UPON THE C0 ITS AGENTS OR REPRESENTATIVES.
ty >AUTHORREO R MW
„ �/s.EnGN6
V M1 F .
K
Nieman Hanks Puryear Partners
515 Congress Ave., 13th Floor
Austin, TX 78701
512 - 482 -0781 FAX 482 -0200
MURES
Commercial Sweeping, Inc.
3099 North IH 35
Round Rock, TX 78664
WINE DATE (MWDD/YY)
9/29/1995
THIS CERTIFICATE 1S ISSUED AS A NATTER 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.
COMPANIES AFFORDING COVERAGE
A Maryland Casualty
mwmff B Texas WC Insurance FUND
LETTER
COMPANY r,
LETTER
COMPANY
LETTER
COMPANY
LOITER
9
�,: �a�'"?�c<=c - :> tr ?= = „1€�.�;, =,.>F =: a(<« �,�:<,: >.?3.. ; >�?�3;=,.= •= ..
T - _ r a.., ba=> �o- - = F - _ t - b b a
•.> ,�,�sa :v.,. `:. = :<., eta °�,<„� >_ "w,'
�:� > =s,�,r< >�,,�,`,ai<
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. OMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS.
11
CO
LT11
TYPE OF PIBURAHCE
A sumo& UERWY
X COMMERCIAL OFHETN. LIABILITY
••_ ......... CONS MADE X OCCUR
CATERS 6 CONTRACTORS PROT.
AUTOYOSLE WORRY
A X ANY AUTO
........
ALL OWNED AUTOS
........ SCHEDULED AUTOS
X HIRED AUTOS
X NON -DVMED AUTOS
GARAGE town
A
8
MEN LAOETIY
UL#TELLA FORM
DTIER THAN ULBELLA FIXES
OTHER
WOREM'S CO3 OIU 10N
AND
SIMMERS' MARRY
AWROWWWIMMEME
EPA225291S5
WAA25567625
UBAS5675W7
TSF110S72 -08
PWICY NUMBER
POLICY EFFECTIVE POLICY common
DATE (MMrODM) DATE(MMNDA'Y)
04/28/95
04/28/95
04/28/95
04/2A/95
04/28/96
04/28/96
04/28/96
04/28/96
GENERAL AGGREGATE
PRODUCTS-COMP/OP AGG.. ,.._... $
PERSONALS ADV.BLL/RY i 1,000,000
EACH OCCURRENCE ................. 5,.., 1, 000, 000
.......................
FIRE DAMAGE (Airy an, be) i 50,000
MED. ElPEN5E (Any One Pesos) 5 5,000
COMBINED SINGLE
LIMIT
BODILY INJURY
(Per Person)
BODILY INJURY
(Per scoMen°
PROPERTY DAMAGE
EACH OCCURRENCE
AGGREGATE
'. STATUTORY LIMITS
EACH ACCIDENT
DISEASE - POLICY LIMIT
DISEASE - EACH EMPLOYEE
s 1,000,000
$ 1,000,000
s 2,000,000
s 500,000
$ 500,000
IWOCRr110N OF OPERATIONW OCAS' L IIBID
The City of Round Rock Contractor, Subcontractors and
Sub- subcontractors in the work, as their respective interest may
appear are shown as Additional Insureds on the General Liability
policy. 9
: £s SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
' MAIL 30 DAYS WRITTEN NOTICE TO E CERTIFICATE HOLDER NAMED TO THE
City of Round Rock LEFT BUT FA E TO MAIL SUCH N' .HALL IMPOSE NO OBUGATION OR
A ¢
ttn: Joanne Lane, Aset. Clty Mgr LLAB W
Y OF N KING N THE I. Y, ITS AGEN 0R REPRESENTATIVES.
221 E. Main Street
Round Rock TX 78664 ¢ w AumoR ®R ESENTA '
®�,