Loading...
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 ' ®�,