R-97-09-11-10F - 9/11/1997WHEREAS, the City of Round Rock has duly advertised for bids
to retain janitorial service for City buildings, and
WHEREAS, Klean Image Service Specialist, Inc. has submitted
the lowest and best bid, and
WHEREAS, the City Council wishes to accept the bid of Klean
Image Service Specialist, Inc., 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 an agreement with Klean Image Service
Specialist, Inc. for janitorial service for City buildings, a copy
of said agreement being attached hereto and incorporated herein for
all purposes.
RESOLVED this llth day of September, 1997.
ATTEST:
K.\ WPDOCS \RRSOLDfI \RS,O911P.WPD /ecg
LAND, City Secretary
RESOLUTION NO. R 97 09 11 - 10F
CHARLES CU2,PEPTER, Mayor
City of Round Rock, Texas
JANITORIAL SERVICE AGREEMENT
THIS AGREEMENT, is made and entered into this day of S PI III6EPE. /1 1997, by and between the
City of Round Rock, Texas (hereinafter "City ") , 221 East Main Street, Round Rock, Texas 78664 -5299 and
Klean Image Service Specialist, Inc. (hereinafter "KISS ") 11824 Jollyville Road, Suite 400, Austin, Texas 78759.
RECITALS:
WHEREAS, the City desires to contract with KISS to provide the City with Janitorial Services; and
WHEREAS, the Invitation for Bids (IFB) to provide the City with Janitorial Services was previously issued for
said services and the City has determined that KISS is the lowest responsible bidder; and
WHEREAS, the parties hereto desire to enter into this Agreement setting forth, in writing, their respective
rights, duties and obligations hereunder;
NOW, THEREFORE, WITNESSETH, that for and in consideration of the mutual promises contained herein and
other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
1. EFFECTIVE DATE:
The effective date of this agreement shall be November 1, 1997.
2. INTENT
The City selected KISS as the provider of services outlined in IFB Specification Number 19 -94 -0001, Revised
June 1997 (Exhibit A) The intent of this document is to formulate a contractual agreement document listing the
responsibilities of both parties as outlined in the IFB and as offered as KISS's bid (Exhibit B)
3. GENERAL TERMS AND CONDITIONS
KISS hereby accepts each and every term and condition contained in IFB Specification Number 10 -94 -0001 as
Revised June 1997, as well as the additional terms and conditions contained herein
4. TERM OF CONTRACT:
As stated in Exhibit A, Part I, paragraph 12.
1
5. COSTS:
KISS shall bill the City in accordance with the costs contained in Exhibit B, as bid by KISS. Any additions or
deletions to this Agreement shall be based on the monthly square foot price as bid for the applicable building.
6. PROMPT PAYMENT POLICY:
Payment will be made within thirty (30) days after the City receives the supplies, materials, equipment, or the day
on which the performance of services was completed or the day on which the City receives a correct invoice for
the supplies, materials, equipment, or services, whichever is later. KISS may charge a late fee (fee shall not be
greater than that which is permitted by Texas law) for payments not made in accordance with this prompt
payment policy, however, this policy does not apply to payments made by the City in the event:
A there is a bona fide dispute between the City and KISS concerning the supplies, materials, or equipment
delivered or the services performed that causes the payment to be late; or
B the terms of a federal contract, grant , regulation, or statute prevent the City from making a timely
payment with Federal Funds; or
C. there is a bona fide dispute between KISS and a subcontractor or between a subcontractor and its
suppliers concerning supplies, materials, or equipment delivered or the services performed which causes
the payment to be late; or
D. the invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order,
or the contract or other such contractual agreement.
7. REMEDIES
In the event of any material breach of this Agreement by either party which shall continue for sixty (60) or more
days after written notice of such breach (including a reasonably detailed statement of the nature of such breach)
shall have been given the breaching party by the aggrieved party, the aggrieved party shall be entitled to avail
itself cumulatively of any and all remedies available at law or at equity and:
(a) if the aggrieved party is the City, suspend its performance of its payment obligation under this
Agreement for so long as the breach continues; and
(b) if the aggrieved party is KISS, suspend performance of all its obligations under this Agreement for
so long as the breach continues uncorrected. -
8. INDEMNITY:
KISS shall indemnify, save harmless and defend the City, its officers, agents, servants, and employees from and against
any and all suits, actions, legal proceedings, claims, demands, damages, costs, expenses , attorney fees and any and all
other costs or fees incident to the performance of this Agreement and arising out of a willful or negligent act or
omission of KISS, its officers, agents, servants, and employees ; provided, however, that KISS shall not be liable for
2
any suits, actions, legal proceedings, claims, demands, damages, costs, expenses and attorneys' fees arising solely out
of a willful or negligent act or omission of the City, its officers, agents, servants and employees, or third parties.
9. INSURANCE AND BOND:
The City shall be entitled, upon request, and without expense, to receive copies of the policies and all
endorsements thereto and may make reasonable request for deletion, revision, or modification of particular policy
terms, conditions, limitations, or exclusions (except where policy provisions are established by law or regulation
binding either of the parties hereto or the underwriter of any of such policies). Upon such request by the City,
KISS shall exercise reasonable efforts to accomplish such changes in policy coverage, and shall pay the cost
thereof. All insurance and bonds shall meet the requirements of Specification No. 19 -94 -0001 as referenced in
paragraph 1 herein above with additional insurance endorsements as stated herein below.
9.1 REQUIRED INSURANCE AND BOND PROVISIONS
KISS agrees that with respect to the required insurance, all insurance contracts and certificate(s) of Insurance
will contain and state, in writing, on the certificate or its attachment, the following provisions:
A. Provide for an additional insurance endorsement clause declaring the KISS's insurance as primary.
B. Name the City of Round Rock and its officers, employees, and elected officials as additional insureds, (as
the interest of each insured may appear) as to all applicable coverage.
C. Provide thirty (30) days notice to the City for cancellation, nonrenewal, or material change Remove all
language on the certificate of insurance indicating that the insurance company or agent/broker will
endeavor to notify the City but failure to do so shall impose no obligation of liability of any kind upon the
company, its agents, or representatives.
D. Provide for notice to the City at the two (2) address shown below, paragraph 9.1 H by registered mail.
KISS agrees to waive subrogation against the City of Round Rock, its officer, employees, and elected
officials for injuries, including death, property damage, or any other loss to the extent same may be covered
by the proceeds of insurance.
E. Provide that all provisions of this Agreement concerning liability, duty, and standard of care together with
the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include
such obligations within applicable policies.
F. All copies of the Certificate of Insurance shall reference the project name, bid number or purchase order
number for which the insurance is being supplied.
G KISS shall notify the City in the event of any change in coverage and shall give such notices not less than
thirty (30) days prior to the change, which notice shall be accomplished by a replacement CERTIFICATE
OF INSURANCE.
H . All notices shall be given to the City at the following two (2) addresses:
Assistant City Manager
3
10. INDEPENDENT CONTRACTOR:
11. ASSIGNMENT
12. NO WAIVER
13. EMPLOYEES:
14. APPLICABLE LAW:
City of Round Rock
221 East Main Street
Round Rock, TX 78664 -5299
City Attorney
City of Round Rock
309 East Main Street
Round Rock, TX 78664
4
Approval, disapproval, or failure to act by the City regarding any insurance supplied by KISS shall not
relieve KISS of full responsibility or liability for damages and accidents as set forth in the these
documents Neither shall the bankruptcy, insolvency, or denial of liability by the insurance company relieve
KISS from liability.
It is understood and agreed that KISS is an independent contractor and shall not be considered an employee of
the City. KISS shall not be within protection or coverage of the City's Workers'°Compensation insurance,
Health Insurance, Liability Insurance or any other Insurance that the City from time to time may have in force
and effect
City and KISS agree that neither party will assign or transfer this Agreement or any part hereof or any amount payable
hereunder, except with the prior written consent of the other party.
The failure by the City or KISS to enforce at any time, or for any period of time, any one or more of the terms of this
Agreement shall not be a waiver of such terms and conditions or of the parties' right thereafter to enforce each and
every term and condition contained herein.
During the course of this Agreement or in the event of its termination, the City shall not solicit employment of any
employees, representatives and/or franchisees of KISS for a period of six (6) months.
This agreement shall be governed by the laws of the State of Texas. No rights, remedies and warranties available
to the City under this agreement or by operation of law are waived or modified unless expressly waived or
modified by the City in writing.
15. VENUE:
Both parties agree that performance of this Agreement shall be in Williamson County, and venue for any
litigation arising from this agreement shall lie in Williamson County, Texas.
16. RIGHT TO ASSURANCE:
Whenever one party to this Agreement in good faith has reason to question the other party's intent to perform
the questioning party may demand that the other party give written assurance of their intent to perform. In the
event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this
failure as an anticipatory repudiation of this Agreement.
17. LIENS
KISS agrees to and shall indemnify and save harmless the City against any and all liens and encumbrances for all
labor, goods and services which may be provided under the City's request, by KISS or KISS's vendor(s) and if
the City requests, a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to
the City.
18. ORDER OF PRECEDENCE:
The following are expressly incorporated herein by reference and, together with this Agreement, constitute the
Contract Documents. In the event of a conflict among or between the Contract Documents,-this Contract as
presently constituted, or as amended in the future, shall be controlling. In the event of conflict between the
provisions of the below listed documents where such conflict is not resolved by reference to this Contract, the
documents shall control in the order of precedence set forth below:
A. The City's IFB Specification No. 19 -94 -0001 Revised June 1997 (Exhibit A).
B. KISS's Response to IFB and Specification described in 1. above (Exhibit B).
19. ENTIRE AGREEMENT
This Agreement constitutes the entire agreement between the City and KISS, there being merged all prior and
collateral representations, promises and conditions in connection with this Agreement; and any representation, promise
or condition not incorporated herein shall not be binding on either party. Modifications to this agreement may be made
by mutual written consent of both parties.
5
IN WITNESS WHEREOF, the Parties hereto have hereunto set their hands and seals on the day and year first
above written.
THi
OF ROUND ROCK, TEXAS
ATTEST:
By: ,.,, BY : I�� '
RLE C PEPPER, MAYOR J,/ LAND, CITY SECRETARY
A SISTANT CITY MANAGER
By.
Date: cSePr nn3E,2 1/ ! 77 ( Date: SE p'r E m hG \\, 1 OQq 1
'CLEAN IMAGE SERVICE SPECIALISTS, INC.
Name,
/ 10/1/ y 1 P 571'
Title: 1 E.
_ Date: 9/A-- / 7
BY:
Name:
Title:
Date:
6
Liabi
Q
CITY OF ROUND ROCK
JANITORIAL SERVICE
PART I
GENERAL TERMS AND CONDITIONS
EXHIBIT "A"
SPECIFICATION NUMBER
19 -94 -0001
REVISED JUNE 1997
1.0 SCOPE: This specification describes the terms and conditions for providing services to clean
and maintain nine (9) City of Round Rock buildings.
2.0 BIDDER QUALIFICATIONS: The successful bidder shall:
2.1 Be individuals, firms, corporations, or any other entity regularly engaged in the services
described in this specification. Bidder acknowledges that bidder understands the
currently known hazards and risks which are presented to human beings, property, and
the environment in providing the services herein described.
2.2 Provide any licenses or permit numbers required to provide the services described in
this IFB, including any Material Safety Data Sheet(s) (MSDS) associated with any and
all products or equipment used to provide the required services. Failure to provide this
information may, at the City's option, place the successful bidder in default and subject
the agreement to cancellation.
2.3 Have available, under its direct employment and supervision, the necessary
organization, facilities, equipment, supplies, and suppliers to properly fulfill all the
services required herein. The successful bidder shall obtain any licenses or permits
required for the performance of this service.
2.4 BIDDERS ARE REQUIRED TO MAKE AN ON SITE INSPECTION OF
THE BUILDINGS AND AREAS TO BE SERVICED UNDER THIS
SPECIFICATION. BIDDERS FAILING TO MAKE SAID INSPECTIONS
SHALL AUTOMATICALLY BE DISQUALIFIED.
ON SITE INSPECTIONS WILL BE CONDUCTED AS FOLLOWS:
JUNE 18, 1997
JUNE 19, 1997
JUNE 19, 1997
9:00 A.M.
9:00 A.M.
2:00 P.M.
FOR SITE INFORMATION AND APPOINTMENT FOR ONE OF THE
ABOVE LISTED SITE VISITS, BIDDERS MAY CONTACT:
MR CHARLIE FLEET - TELEPHONE : (512) 218 -5576
PAGER: (512) 624-2586
IHE INDIVIDUAL LISTED ABOVE MAY BE TELEPHONED OR VISITED FOR SITE
INFORMATION AND INSPECTION ONLY. NO AUTHORITY IS INTENDED OR
IMPLIED THAT SPECIFICATIONS MAY BE AMENDED OR ALTERATIONS
ACCEPTED PRIOR TO BID OPENING WITHOUT WRITTEN APPROVAL OF I ILL
CITY.
BIDDERS ARE REQUIRED TO ATTEND A PREBID CONFERENCE ON
JUNE24, 1997, AT 2:00P.M., 221 E. MAIN STREET, CITY COUNCIL
CHAMBERS. BIDDERS FAILING TO ATTEND THE PREBID CONFERENCE
SHALL AUTOMATICALLY BE DISOUALIFIED.
3.0 OBSERVANCE OF LAWS: The successful bidder shall comply with all Federal, State, and
local laws, statutes, ordinances, rules and regulations, and orders and decrees of any court or
administrative bodies or tribunals in any matter affecting the performance of this contract,
including, without limitation, workers' compensation laws, minimum and maximum salary and
wages statutes and regulations, and licensing laws and regulations. When required, the
successful bidder shall furnish the City with satisfactory proof of compliance therewith.
4.0 DEFECTIVE WORK AND DAMAGES: The successful bidder shall be responsible for
damage to the City's equipment and/or the work place and its contents, by its work, negligence
in work, its personnel and equipment. The City may, at its sole option, require the successful
bidder to correct any and all defective work or damages and the successful bidder shall
correct same within forty-eight (48) hours of notification. If the successful bidder fails to make
said corrections within this time frame, the City may withhold from payments due or to become
due an amount to correct said defective work or damages.
5.(1 ACCIDENT PREVENTION AND LIABILITY: The successful bidder shall be
responsible and liable for the safely, injury and health of its working personnel while its
employees are performing service work.
6.0 LABOR AND EQUIPMENT: The successful bidder shall provide all labor and equipment
necessary to perform this service. All employees of the successful bidder shall be no less than
eighteen (18) years of age, and shall be experienced in the type of work to be performed. No
Visitors, wives, husbands, relatives, or children of the successful bidder's employees shall be
allowed in the workplace during the working hours specified herein, unless they are bona fide
employees of the successful bidder. Any breach of this requirement may be grounds for
immediate termination of the contract.
7.0 ALCOHOL, SUBSTANCE AND SMOKING: The City is committed to maintaining an
alcohol and drug free workplace. Possession, use or being under the influence of alcohol or
controlled substances by the successful bidder or bidders employees while in the performance
of this service is prohibited. Violation of this requirement shall constitute grounds for
termination of this contract. In addition, the successful bidders employees shall observe the
City's smoking policy.
8.0 SUPERVISION: The successful bidder shall, at all times, provide an on the job competent
foreman or supervisor. Said foreman or supervisor shall have full authority to act for the
successful bidder and to receive and execute directives from the City's authorized
representative.
9.0 SECURITY: The successful bidder shall at all times assure that the City's property is secure
and protected and that access to the buildings is denied to those persons not personally known
to the successful bidder to be City employees. Additionally, no persons shall be allowed in the
building who are not covered by the successful bidders insurance and bond.
10.0 BONDS AND INSURANCE: Prior to beginning of work, the successful bidder shall
provide the City with acceptable evidence of coverage listed below. Such coverage shall
remain in effect the full term of any agreement for the services herein described. All coverage
shall be from companies licensed to do business in Texas.
10.1 A Business Service Bond covering the contractor and employees with minimum
coverage of$100,000.00 each.
10.2 Worker's Compensation Insurance in the Statutory amount.
10.3 Commercial General Liability Insurance:
10.3.1 Bodily injury, each occurrence - $1,000,000.00.
10.3.2 Property Damage, each occurrence - $1,000,000.00.
The City shall be named as an additional insured party.
10.4 Texas Business Automobile Policy:
10.4.1 Bodily injury, each occurrence - $1,000,000.00.
10.4.2 Bodily injury, each person - $500,000.00.
10.4.3 Property damage - $1,000,000.00 each occurrence.
NOTE: ALL COVERAGE UNDER SUCH POLICIES SHALL NOT BE CANCELED OR
MATERIALLY CHANGED UNTIL AT LEAST THIRTY (30) DAYS PRIOR WRITTEN
NOTICE HAS BEEN GIVEN TO THE CITY.
11.0 RESPONSIBILITY FOR DAMAGE CLAIMS: The successful bidder agrees to indemnify
and save harmless the City, its agents, governing body, citizens and employees from all suits,
action or claims from all liability and damages from any and all injuries or damages sustained
by any person or property in consequence of any neglect in the performance of the contract
by the successful bidder and from any claims or amounts arising or recovered under the
"Workers' Compensation Laws" or any other laws. The successful bidder shall further so
indemnify and be responsible for all damages or injury to property of any character occurring
during the prosecution of the work resulting from any act, omission, neglect or misconduct of
the successful bidder, its agent and employees in the manner of method of executing the work;
or from failure to properly execute the work; or from defective work or materials. The
successful bidder shall not be released from these responsibilities until settlement of all claims
and suitable evidence of same is furnished to the City.
12.0 TERM OF CONTRACT:
12.1 The contract shall be for twelve consecutive months commencing from the effective
date an agreement is entered into by the City and the successful bidder.
12.2 The City reserves the right to extend ( with mutual agreement of the successful bidder )
the contract for four (4) additional one (1) year periods time beginning at the end of the
original and each succeeding period.
12.3 The City reserves the right, during any annual contract period, to cancel all or part of
the contract:
12.3.1 For any reason with thirty (30) days written notice to the successful bidder.
12.3.2 If three (3) major complaints of substandard performance are received in the
• same month from the same building. The City retains the right to determine
what constitutes a major complaint.
13.0 ABANDONMENT OR DEFAULT:
13.1 If the successful bidder abandons or defaults the work on this contract and causes this
service to be rebid the current vendor shall not be considered in the readvertisement of
this service and may not be considered in future bids for the same type of work
unless the scope of work is significantly changed.
13.2 This contract shall be void if sold, transferred or assigned to another service company
without prior written approval of the City. Written notification of changes to company
name, address, telephone number, or any other changes, should be given to the City as
soon as possible, but not longer than thirty (30) days from date of change.
14.0 CANCELLATION: This contract may be canceled by either party by providing thirty (30)
days written notice to the other party. Termination under this paragraph shall not relieve
the successful bidder of any obligation or liability that has occurred prior to cancellation.
15.0 PAYMENT:
1 5. 1 Payment will be made within thirty (30) days of satisfactory completion of the service
or thirty (30) days from receipt of a properly completed invoice, whichever is later.
15.2 If the successful bidder fails to perform the required services as stated in this
specification ( e.g. not cleaning a building, not vacuuming, not wet mopping or other
- such omissions) the City may deduct from the monthly payment a sum equal to the
daily rate for each day said services are not provided for the area involved. The daily
rate shall be determined by dividing the monthly rate by the number of days the area is
scheduled to be serviced during the month the deficiency occurred.
•
16.0 MAKE READY SERVICES: The City will not allow a "Make Ready Charge" for
additional time, supplies, and equipment to bring each building up to standard. If, in the
opinion of the bidder, the buildings are not up to standard, the successful bidder shall be
allowed to bring the building up to standard over a period of time not to exceed two (2)
months from the date of contract.
1.0 HOURS OF WORK:
LOCATION
City Hall (1)
Library
Public Works,
Blair St.
Enterprise St.
605 Palm Valley Blvd.
PARD Bldg.A
615 Palm Valley Blvd.
Bldg.B & C (2)
5400NIH35
(Water Plant)
Environmental Bldg
COMMENCE
Sunday, 5:00 P.M.
Sunday, 9:00 P.M.
Sunday, 5:00 P.M.
Sunday, 7:00 P.M.
Monday, 6:00 A.M.
Sunday 5:00 P.M.
PART II
SPECIFICATIONS
TERMINATE
Saturday, 7:00 A.M. (6 days a week)
Saturday, 7:00 A.M. (6 days a week)
Sunday, 5:00 P.M. Friday, 7:00 A.M. (5 days a week)
Sunday, 5:00 P.M. Friday, 7:00 A M. (5 days a week)
Friday, 7:00 A.M. (5 days a week)
Saturday, 11:30 P.M. (7 days a week)
Friday, 3:00 P.M. (5 days a week)
Friday, 7:00 A.M. (5 days a week)
(1)
The City Council Chambers at City Hall is used for meetings several nights each week. The
successful bidder shall ensure that the hallways and Chambers are cleaned after each meeting
but before 7:00 A.M. the next business day, but not during or immediately before or after a
meeting. Before being when preparation is being made for the meeting and/ or participants are
beginning to arrive for the meeting. After being when items used during the meeting are being
removed and/or all participants have not left the chambers.
(2) Buildings B and C supports a twenty-four (24) hour a day, seven (7) days a week operation.
The jail cells in building C are not required to be cleaned when prisoners are present.
2.0 BUILDING LOCATION AND SQUARE FEET:
BUILDING LOCATION SQUARE FEET
City Hall 221 E. Main 19,829
Library 216 E. Main 12,400
Public Works 300 S. Blair 3,450
Public Works 2008 Enterprise 5,740
PARD, Building A 605 Palm Valley Blvd. 3,200
Police, Bldg. B 615 Pahn Valley Blvd. 4,859
Police, Bldg. C 615 Palm Valley Blvd. 11,200
Environmental Bldg. 2008 Enterprise 972
Water Plant(2 Bldgs.) 5400 N 1H 35 5.160
TOTAL 66,810
3.0 MAINTENANCE CONDITIONS: It is the responsibility of the successful bidder to
maintain all areas where custodial maintenance services are provided in a neat and attractive
condition. Furniture, trash and waste containers, desk materials, files, cabinets and equipment
shall generally be returned to their original location if required to be moved during cleaning.
4.0 PERSONNEL: The successful bidder's personnel shall present a neat appearance and perform
their work understanding that the City is a public entity requiring concem for the City's public
relations.
5.0 NIGHTLY CLEANING SCHEDULE: All buildings shall be cleaned, as specified below,
nightly within the hours of work as described in Part II paragraphs 1.0 and 2.0.
5.1 ALL OFFICE AREAS:
5.1.1 Empty all trash receptacles and deposit contents in the designated dumpster.
Replace liners as needed.
5.1.2 Thoroughly dust all horizontal surfaces including desktops, file cabinets,
window sills, chairs, tables, pictures, and all other office furniture.
5.1.3 Remove fingerprints and spills from desks, tables, counters, and credenzas.
5.1.4 Spot clean all walls, light switches, and doors.
5.1.5 Clean and polish drinking fountains. Non - corrosive and non - abrasive
cleaners shall be used.
5.1.6 Vacuum all carpeting and remove visible stains.
5.1.7 Dust all telephones and computer screens.
5.1.8 Dust mop hard surface floors and/or wet mop hard surfaces to remove spills
and/or soil.
5.1.9 Clean tops and fronts of counters.
5.1.10 Clean and polish both sides of all glass doors.
5.1.11 Damp wipe and polish entrance metal and glass (inside and outside).
5.1.12 Clean and polish sinks. Non - abrasive and non - corrosive cleaners shall be
used.
5.1.13 Clean and sanitize employee break areas.
5.1.14 Clean and service sand urns.
5.1.15 Turn off all lights except those designated to be left on.
5.1.16 Lock all entrance doors.
5.1.17 Relock all internal doors after each area has been cleaned.
5.1.18 Leave a notice advising of any irregularities observed during servicing, e.g.
defective plumbing fixtures, entry doors left unlocked, doors not working
properly, broken windows, or other unusual circumstances that might
affect the security, maintenance, or effectiveness of the facility.
NOTE: OIL BASE PRODUCTS SHALL NOT BE USED FOR DUSTING.
5.2 RESTROOMS:
5.2.1 Stock or restock paper towels, tissue, and hand soap.
5.2.2 Empty trash receptacles and deposit trash in designated dumpster. Damp wipe
with disinfectant and replace liners each night.
5.2.3 Clean and polish mirrors.
5.2.4 Toilets and urinals shall be cleaned and sanitized inside and out. Polish all
bright work. with non - corrosive and non - abrasive cleaners.
5.2.5 Toilet seats shall be cleaned and sanitized on both sides.
5.2.6 Scour and sanitize all basins. Polish all bright work with non - corrosive and
non - abrasive cleaners.
5.2.7 Clean and sanitize counter tops.
5.2.8 Dust partitions, tops of mirrors, and frames.
5.2.9 Wipe towel cabinet covers.
5.2.10 Remove fingerprints and marks from stall doors and restroom walls.
5.2.11 Wet mop and rinse restroom floors with disinfectant.
5.2.12 Remove rings and calcium deposits from all fixtures and floors as necessary.
5.2.13 Empty sanitary napkin receptacles, damp wipe with disinfectant, and replace
liners.
5.3 ELEVATORS, STAIRWELLS AND OTHER COMMON AREAS:
5.3.1 Empty trash receptacles and deposit in designated dumpster. Liners to be
replaced as needed.
5.3.2 Filter sand in sand urns and replace as needed.
5.3.3 Clean and polish drinking fountains with non - abrassive and non- corrosive
cleaners..
NOTE: OIL BASED PRODUCTS SHALL NOT BE USED.
5.3.4 Thoroughly dust all horizontal surfaces including. but not limited to, desktops,
filing cabinets, window sills, chairs, tables, pictures, railings, nameplates,
telephones, and counter space.
5.3.5 Vacuum all carpeting.
5.3.6 Spot clean carpet to remove spills and soil.
5.3.7 Dust mop and/or wet mop hard surface floors whichever is required to remove
dust, spills, or soil.
5.3.8 Damp wipe entrance metal and entrance glass (all sides).
5.3.9 Spot clean partition glass and thoroughly clean as needed.
5.3.10 Remove fingerprints and smudges from walls, doors, elevator walls and doors,
railings, and other fixtures.
5.3.11 Vacuum elevator tracks and polish as needed.
5.3.12 Sweep and remove debris from outside entry ways.
5.3.13 Clean elevator ceiling diffusers.
5.3.14 Janitor closets shall be kept in a neat, clean, and orderly condition at all times.
5.3.15 A sufficient supply of restocking items shall be stored in these closets in a neat
and orderly manner along with the equipment used to service the building.
10
6.0 WEEKLY CLEANING: All building areas described in Part II paragraph 5.0 shall be
cleaned weekly as follows within the hours of work as described in Part 11 paragraphs 1.0 and
2.0.
6.1 Dust all vertical surfaces of desks, file cabinets, chairs, tables, blinds, office furniture
and other fumishings.
6.2 Remove fingerprints from Tight switches, doors, and door frames.
6.3 Vacuum all carpeting, taking care to get into corners, along edges, and beneath
furniture.
" • 6.4 Vacuum heat and/or air vents.
6.5 Wet mop hard surface floors taking care to get into corners, along edges, and
beneath furniture.
6.6 Buff and/or wax vinyl flooring as needed so as to present the best possible appearance
at all times.
6.7 Wet mop stairs and apply suitable treatment to rejuvenate the rubberized flooring.
6.8 Dust all low surfaces including baseboards and chair rungs.
7.0 MONTHLY CLEANING: All building areas described in Part 11 paragraph 5.0 shall be
cleaned monthly as follows within the hours of work as described in Part II paragraphs 1.0 and
2.0.
7.1 Accomplish all high dusting not reached as described in Part II paragraphs, 5.0 and 6.0.
7.2 Dust and clean ceiling diffusers.
7.3 Dust and clean all return vents.
7.4 Remove smudges from walls.
7.5 Vacuum all upholstered furniture.
7.6 Damp wipe telephones using disinfectant.
1 1
7.7 Machine scrub and apply wax to vinyl flooring, including elevator floors, so as present
the best possible appearance at all times.
7.8 Clean and polish inside surface of all windows as needed, but not less than every two
(2) months.
7.9 Dust book shelves in library.
7.10 Machine scrub all ceramic tile restroom floors and disinfect. WAX SHALL NOT
BE USED ON CERAMIC FLOORS.
7.11 Machine scrub ceramic tile floors in hall ways and rooms 101 and 105 in City Hall
PART III
AWARD OF CONTRACT
1.0 The contract will be awarded to the lowest RESPONSIBLE bidder. The City may reject any
and all bids. Responsible shall include sufficient man-hours to clean each building.
2.0 The bidder shall furnish the names, addresses, and telephone numbers of not less than four (4)
references in Williamson and/or Travis Counties where services are provided that are of a
similar nature as those described in this specification. Failure to provide this information may
disqualify the bid for consideration for award.
3.0 Any negative responses to reference inquires may be grounds for rejection of any bid.
12
PART IV
ATTACH M ENTS
1.0 ATTACHMENTS: The following attachments are hereby made a part hereof by reference
1.1 Attachment A: MAN -HOURS
1.2 Attachment B: REFERENCES
** *THESE ATTACHMENTS SHALL BE COMPLETED AND RETURNED
WITH THE BID RESPONSE. FAILURE TO PROVIDE THESE REQUIRED
ATTACHMENTS MAY AUTOMATICALLY DISQUALIFY THE BID
RESPONSE FROM CONSIDERATION FOR AWARD IN CONNECTION
WITH THIS TRANSACTION.
13
ATTACHMENT A
MAN -HOURS
List the number of man -hours your bid includes to efficiently and effectively comply with these
specifications for each of the following buildings:
BUILDING/LOCATION SQUARE FEET MAN - HOURS
City Hall 221 E. Main 19,829
Library 216 E. Main 12,400
Public Works 300 S. Blair 3,450
Public Works 2008 Enterprise 5,740
PARD, Building A 605 Palm Valley Blvd. 3,200
Police, Bldg. B 615 Palm Valley Blvd. 13,500
Police, Building C 615 Palm Valley Blvd. 11,200
Environmental Bldg. 2008 Enterprise 972
Water Plant 5400 N IH 35 5,160
THIS ATTACHMENT SHALL BE RETURNED WITH 1'IIE BID RESPONSE
FAILURE TO PROVIDE THIS REQUIRED INFORMATION WITH 1'1i1. BID RESPONSE
MAY AUTOMATICALLY DISQUALIFY 1 HE RESPONSE FROM CONSIDERATION
FOR AWARD IN CONNECTION WITH THIS TRANSACTION.
14
List below the name, address, telephone number and contact person of not less than four (4) references
in Williamson and/or Travis Counties where services are provided that are of a similar nature as those
described in the attached specification.
NAME & ADDRESS
ATTACHMENT B
REFERENCES
TELEPHONE CONTACT PERSON(s)
T IS ATTACHMENT SHALL BE RETURNED WITH THE BID RESPONSE
FAILURE TO PROVIDE THIS REQUIRED INFORMATION WITH IRE BID RESPONSE
MAY AUTOMATICALLY DISQUALIFY I'IIE RESPONSE FROM CONSIDERATION
FOR AWARD IN CONNECTION WITH THIS TRANSACTION
15
Items Below Apply To And Become A Part Of Terms And Conditions Of Bid
Any Exceptions Thereto Must Be In Writing
1. BIDDING REOUIREMENTS:
1 1 Bidding requires pricing per unit shown and extensions. If trade discount is shown on bid, It should be deducted and nel line extensions shown. Bidder guaran.
lees product offered will meet or exceed specifications identified in this IFB
1,2 Bids should be submitted on this loan. Each bid shall be placed in a separate envelope completely and properly identified. See instructions on reverse side.
Bids must be in the of of the City Purchasing Agent before the hour and dale specified on the reverse side of the IFB.
1.3 Late bids property identified will be returned to bidder unopened Late bids e,e not be considered.
1.4 Quote F.0 B. destination. If otherwise. show exact cost to deliver. Bid unit price on quantity and line of measure specified. extend and show total. In case
of errors in extension. unit prices shag govern. 811s subject to unlimited price increase ma not be considered.
1.5 Bid pnces shag be firm for acceptance 30 days from bid opening date. "Discount from List" bids are not acceptable unless requested Cash dscoum vAll not
be considered in determining the low bid. At cash discounts offered will be taken if eamed.
1.6 Bids shall g Tax Identification Number, full name and address of bidder. Failure to sign bid will disqualify bid. Person signing bid shall show title and authomy
to bind signatories firm in a contract. Firm name should appear on each page in the block provided in the upper right corner. Business Entity shall be one
() of the following: Individual, Partnership, Sole Proprietorship, Estate/TrusL Corporation. Governmental, Non - profit, all others shall be specified. INDIVIDUAL:
List name and number as shown on Social Secuny Card. SOLE PROPRIETORSHIP: List legal name followed by legal business name and Social Security
Number. ALL OTHERS: List legal name of entry and Tax Identification Number (TIN).
1.7 cannot withdrawn b altered a at., ametnded after opening time. Any Alterations made belle opening time shat be ini0ared by bidder or an authorized agent. No bid
can
opening time without approval of me Cdy based on a written acceptable reason.
1.8 The City is exempt from State Sales Tax and Federal Excise Tax. Do not Indode lax in bid.
1.9 The City reserves the right to accept a reject all or any part of bid, waive minor techmcaleles and award the bid to best serve the interests of the Clly. Spit
awards may be made at the sole discretion of the City.
1.10 Consistent and continued tie bids could cause rejection of bids by the City and/or investigation for antitrust violations.
1.11 Telephone bids and facsimile bids am not acceptable in response to this Invitation for Bids.
1.12 CAUTION: Bid invitation allows sufficient time for receipt of the preferred mail response. The City shat not be responsible for bids received late. ibgIblo,
incomplete, or otherwise non- responsbe.
2. SPECIFICATION:
2.1 Any catalog, brand name or nwhutacturer's reference used In Invitation for Bids is descriptive only (rot restrictive), and is used to indicate type and quality
desired. Bids on brands of like nature and quality will be considered unless advertised under the provisions of Section 252022 of the Texas Local Government
Code. If other than brand(s) specified is offered. illustrations and complete descriptions o1 product offered are requested to be made a part of the bid. t bidder
takes no exceptions to specifralias or reference data in his bid. bidder w81 be required to furnish Nand names, numbers, etc., as specified in the IFB,
2.2 All items bid shag be new, in fast class cendition, including containers suitable for shipment and storage, unless otherwise inesated in IFB. Verbal agreements
to the contrary vet not be recognted
2.3 Samples. when requested, must be famished free of expense to the City. If not destroyed in examination, they wit be Maned to the bidder. on request, at
bidders expense. Each example should be marked with bidder's name and address. City bid number and code. Do not enclose in or attach to bid.
2.4 The Cey will not be bound by any oral statement or representation contrary to the written speeflcations of this IFB.
2 5 Manufacturers standard warranty shag apply unless otherwise stated in the IFB.
3. TIE BIDS:
In case of lie bids. the award lull be made in accordance with Section 271.901 of the Texas Local Government Code. •
4. DELIVERY:
4.1 Bid should show number of days required 10 place material in City's designated Location under normal conditions. Failure to state delivery time obligates bidder
to complete delivery in fourteen (14) calendar days. Unrealistically shod or long delivery promises may cause bid to be disregarded. Consistent failure to meet
delivery promises without valid reason may cause removal from bid list. (See 4.2 frelowong.)
4 2 If delay is foreseen. contractor shall gve wntten notice to the City. The City has the nght to extend delvery date d reasons appear valid Contractor must keep
the City advised at all tines of status of order. Default In promised delivery (without acceptable reasons) or failure to meet specifications. authorizes the City
to purchase supplies elsewhere and charge full increase, it any, in cost and handing to defaulting contractor.
4 3 No substitutions or cancellations permitted ' written approval of the City.
4 4 Delivery shall be made during normal working hours only, unless prior approval for late delivery has been obtained from the Cey, unless othennse specified
in the IFB.
5. INSPECTION AND TESTS:
All goods will be subject to inspection and test by the City to the extent pra0000510 at all times and places. Archaized City personnel shalt have access to
any supplier's place of bumness for the purpose of inspecting merchandise. Tess may be performed on samples submitted with the bid or on sample: taken
from regular shipments. 11 the products tested fail to meet or exceed all conditions and requirements of the specifications. the cost of the sample used and
the cost of the testing shall be borne by the suppler. Goods which have been delivered and rejected in whole or in part may, at the City's option, be returned
to the Vendor or held for disposition at Vendor's risk and expense. Latent defects may result In revocation of acceptance.
6. AWARD OF CONTRACT:
A response to an IFB is an otter to contract with the City based upon the terns, conditions, and 590aflcations contained in the IFB. Bids do not become contracts
unless and until they are accepted by the City through its designates and a purchase order is issued. The contract shag be governed construed, and interpreted
under the Charter of the City and the laws of State of Texas. All contracts are subject to the approval of the City Council.
7. PAYMENT:
Venda shall subme three (3) copies of an invoice showing the purchase order number on all copies.
8. PATENTS AND COPYRIGHTS:
The contractor agrees to protect the City from claims invaNing infringements of patents or co0ynghts.
9. VENDOR ASSIGNMENTS:
Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arse under the antitrust laws of the State of Texas
To. Bus. and Comm. Code Ann. Sec. 15 01, el seq. (1967) .
10. BIDDER AFFIRMATION:
Signing this Ind with a lase statement is a matenal breach of connect and shag void the submitted bid or any resulting contracts, and the bidder shat be removed
from all bid lists. By signature hereon affixed, the bidder hereby condos that
10.1 The bidder has not given. offered to give nor intends to give any time hereafter any economic opponuney. future empbymen4 grit, ban gratuM. special discount,
top, favor or service to a public servant in connection with the submmad bid.
10 2 The bdder is not currently delinquent in the payment of any debt owed the Cary
10.3 Neither the bidder nor the firm, coporation partnership, or any enley represented by the bidder, or anyone acting for such firm, corporation, or entity has
notated the antitrust laws of this Stale codified in Section 15 01 el. seq., Texas Business and Commercial Code or the Federal Antitrust Laws, nor communicated
directly Of Indirectly the bid made to any competitor or any other person engaged in such line of business.
10.4 The bidder has not received compensation for participation In the preparation of the specd:catan for the IFB.
11. NOTE TO BIDDERS:
Any terms and condemns attached to bid will not be condoned unless the bidder specifically references them on the front of the bid form.
WARNING: Such terns and conditions may result in disqualification of the bid (e.g., bids with the taws of a state other than Texas, requirements for prepayment.
limeators on remedies. etc.). The City of Round Rock can only aocepl bids which contain all the terms and conditions of is fared IFB: in particular, at bidders
affimations and oxtdicatxlns must be included. Submission of bids on tars other than Cey bid loan may resin in disqualification of your bid.
12. INQUIRIES:
Inquiries pertaining to bid invitations mat give bid number, codes, and openlg date.
ITEM 8
CLASS & ITEM DESCRIPTION
QUANTITY
UN.
?L
UNIT PRICE
EXTENSION
.- N M •t 1.0 t0 1 00 N
Janitorial Services as per Specification Number 19-94-0001
revised June 1997, fifteen (15) pages attached. Any additions or
delitions to the contract resulting from this IFB shall be based on
the monthly square foot price as bid herein.
City Hall
Library
Public Works, 300 S. Blair
Public Works, 2008 Enterprise
PARD, Building A, 605 Palm Valley Blvd.
Police, Budding B, 615 Palm Valley Blvd.
Police, Building C, 615 Palm Valley Blvd.
Environmental Building, 2008 Enterprise
Water Plant, 2 Buildings, 5400 NH 35
TOTAL
19,829
12,400
3,450
5,740
3,200
4,859
11,200
972
5,160
66,810
SF
SF
SF
SF
SF
SF
SF
SF
SF
SF
00000 ,-1.-1nrn
H,- 1900 - -00
I I I I I 1 1 1 1
r-1 N P1 er in to r- co 01
PER MO
1982.90
1240.0
276.0
459.80
256.0
534.49
1232.0
68.04
464.40
6,51.
23,794
14,880
3,312
5,510
3,072
6,413
14,784
816
5,572
3 91d1 in
SEE 1.6 ON BACK FOR INSTRUCTIONS:
TAX ID NO.: 74_799842
LEGAL BUSINESS NAME: K. nc.
ADDRESS: 11824 Jollyville Road Suite 400
ADDRESS: Austin, TX
CONTACT: Carolyn C. Gray
TELEPHONE NO.: (_512_1_25.8=2110.3
BUSINESS ENTITY TYPE: rn ,Tani 1 a1
BIDS SHALL ARRIVE IN THE OFFICE OF THE
CITY PURCHASER AT THE ADDRESS SHOWN
REIN BY 2:00 P.M. ON :July 1, 1997
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:
City of Round Rock
Various Office Buildings
Round Rock, Texas
Bidder agrees to comply with all conditions below and on
reverse sido of this IFB
IFB/ ifb disk/excel
INVITATION FOR BID 1IFB)
CITY OF ROUND ROCK
221 E. Main Street
Round Rock. Texas 78664 -5299
FACIMILE RESPONSES
SHALL NOT BE ACCEPTED
DATE: June 24, 1997
SHOW BID OPENING DATE &
OIO NUMBER iN LO W ER ts,
HAND CORNER OF SEALED BIO
ENVELOPE S. SHOW RETURN
ADDRESS OF 81001N0 RMS.
EXHIBIT "B"
PAGE AGES
Return to Copy of Bid
BIOOER SHALL SIGN BELOW
BID OPENING DATE 2:00 P.M.:July 1, 1997
Printed Name
DELIVERY IN DAYS
"By the signature hereon affixed, the bidder hereby certifies that neither the bidder nor the entity represented by the bidder, or anyone acting for such
entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust
laws, nor communicated directly or indirectly, the bid made to any competitor or any other person engaged in such line of business."
0
0
0
4
0
8
0
4
8
Items Below Apply To And Become A Part Of Terms And Conditions Of Bid
Any Exceptions Thereto Must Be In Writing
1. BIDDING REQUIREMENTS:
1 1 Bidding requires pricing per unit shown and extensions 11 Trade discount is shown on bid, it should be deducted and net line extensions shown. Bidder guaran•
lees product offered will meet or exceed specifications identified in this IFB.
1.2 Bids should be submitted on this form. Each bid shall be placed in a separate envelope completely and properly identified. See instructions on reverse site.
Bxls must be in the office of the City Purchasing Agent before the hour and date specified on the reverse side of this IFB.
1 3 Late bids properly identified wilt be returned 10 bidder unopened. Late bids will not be considered.
1.4 Quote F.O B destination. If otherwise. show exact cost to deliver. Bid unit price on quantity and unit of measure specified, extend and show total. In case
of errors in extension, unit prices shall govern. Bids subject to unlimited price increase wall not be considered
1 5 Bid prices shag be firm for acceptance 30 days from bid opening date. "Discount from List" bids are not acceptable unless requested. Cash discount will not
be considered in determining the low bid. All cash discounts offered will be taken d earned.
1.6 Bids shall give Tax Identification Number, full name and address of bidder. Failure to sign bid vnll disqualify bid. Person signing bid shall show tale and authority
to bind signatories firm in a contract Firm name should appear on each page in the block provided in the upper right comer. Business Entity shall be one
(1) of the following: Individual. Partnership, Sole Proprietorship, Estate/Trust, Corporation, Governmental, Non-profit, all others shall be specified. INDNIDUAL:
List name and number as shown on Social Secunty Card. SOLE PROPRIETORSHIP: Lot legal name followed by legal business name and Social Security
Number. ALL OTHERS: List legal name of entity and Tax Identification Number (11N).
1.7 Bld cannot be altered or amended after opening time. Any Alterations made before opening time shall be initialed by bidder or an authorized agent. No bid
can be withdrawn after opening time without approval of the City based on a written acceptable reason.
1.8 The City is exempt from State Sales Tax and Federal Excise Tax. Do not include tax m bid.
1.9 The City reserves the right to accept or reject all or any part of bid, waive minor technicalities and award the bid to best serve the interests of the City, Split
awards may be made at the sole discretion of the City.
1.10 Consistent and continued tie bids could cause rejection of bids by the City and/or investigation for antitrust violations. ' -
1.11 Telephone bids and facsimile bids are not acceptable in response to this Invitation for Bids.
1.12 CAUTION: Bid invitation allows sulfirieet time for receipt of the preferred mail response. The City shall riot be responsible for bids received late, alogible,
incomplete. or otherwise nonresponsive. - -
2. SPECIFICATION:
2.1 Any catalog. brand name or manufacturer's reference used In Invitation for Bids 0 descriptive only (not restrictive), and s used to Indicate type and quality
desired. Bids on brands of like nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Government
Code. I1 other than brand(s) specified i5 offered, illustrations and complete descriptions of product offered are requested lo be made a part of the bid. If bidder
takes no exceptions to specifications Or reference data in his bid, bidder will be required to fumish brand names, nurtbers, etc., as specified in the IFB.
2 2 All gems bid shall be new, in fast class condition. including containers suitable for shipment and storage. unless otherwise indicated in IFB. Verbal agreements
to the contrary will not be recognized
2 3 Samples. when requested, must be furnished free of expense to the City. If not destroyed in examination, they will be returned to the bidder. on request, at
bidders expense. Each example should be marked with bidder's name and address, City bid number and rode. Do not enclose in or attach to bid.
2.4 The Coy will not be bound by any oral statement or representation contrary to the written specifications of this IFB.
2.5 Manu facturer's standard warranty shag apply unless otherwise stated in the IFB.
3. TIE BIDS:
In case of tie bids, the award will be made in accordance with Section 271.901 of the Texas Local Government Code. •
4. DELIVERY:
4.1 Bid should show number of days required to place material in City's designated location under normal conditions. Failure to state delivery time obligates bidder
to complete delivery in fourteen (14) calendar days. Unrealistically short or long delivery promises may cause bid to be dsregarded_ Consistent failure to meet
delivery promises without valid reason may cause removal from bid list. (Seo 4.2 following )
4.2 If delay is foreseen, contractor shall g.co written notice to the City. The City has the right to extend delivery date if reasons appear valid. Contractor must keep
the City advised at all tones of status of order. De /autt In promised delivery (without acceptable reasons) or failure to meet specifications, authorizes the City
to purchase supplies elsewhere and charge full increase, if any, in cost and handling to defaulting contractor.
4.3 No substitutions or cancellations permitted without written approval of the City.
4.4 Delivery shall be made during normal working hours only, unless prior approval for late delivery has been obtained from the City, unless otherwise specified
in the IF8.
5. INSPECTION AND TESTS:
All goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have access to
any supplier's place of business for the purpose of inspecting merchandise. Tests may be performed on samples submitted with the bid or on samples taken
from regular shipments. If the products tested fail to meet or exceed all conditions and requirements of the specifications, the cost of the sample used and
the cost of the testing shall be bome by the suppfier. Goods which have been delivered and rejected In whole or in part may, at the City's option, be returned
to the Vendor or held for disposition at Vendor's risk and expense. Latent defects may result in revocation of acceptance.
6. AWARD OF CONTRACT:
A response to an IFB is an offer to contract with the City based upon the terms, conditions, and specifications contained in the IFB. Bids do not became contracts
unless and until they are accepted by the City through its designates and a purchase order is issued. The contract shall be governed, construed, and Interpreted
under the Charter of the City and the laws of State of Texas. All contracts are subject lo the approval of the City Council.
7. PAYMENT:
Vendor shall submit three (3) copies of an invoice showing the purchase order number on all copies.
a. PATENTS AND COPYRIGHTS:
The contractor agrees to protect the City from claims inveivmg infringements of patents or copyrights.
9. VENDOR ASSIGNMENTS:
Vendor hereby assigns t0 purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the State of Texas
Tx. Bus. and Comm. Code Ann. Sec. 15.01, et seq. (1967). .
10. BIDDER AFFIRMATION:
Signing this bid with a false statement its a material breach of contract and shall vend the submitted bid or any resulting contracts and the bidder shall be removed
from a bid lists. By signature hereon affixed the bidder hereby codifies that:
10.1 The bidder has not given, offered to give, nor intends to give any time hereafter any economic opportunity. future employment. gift, loan, gratuity, special discount.
trip, favor, or service to a public servant in connection with the submitted Did.
10 2 The bidder is not currently delinquent in the payment o1 any debt owed the City.
10.3 Neither the bidder nor the firm, corporation, partnership, or any entity represented by the bidder, or anyone acting for such firm, corporation, or entity has
violated the antitrust taws of this State codified in Section 15 01 et. seq , Texas Business and Commercial Code, or the Federal Antitrust laws, nor communicated
directly or indirectly the bid made to any competitor, or any other person engaged in such line of business.
10.4 The bidder has not received compensation for participation in the preparation of the specification for this IFB.
11. NOTE TO BIDDERS:
Any terms and conditions attached to bid will not be considered unless the bidder specifically references the on the front of Ihs bid form.
WARNING: Such terms and conditions may result in disqualification of the bid (e g , bids with the laws of a state other than Texas. requirements for prepayment,
limitations on remedies, etc.). The City of Round Rock can only accept bids which contain all the terms and condolence! its lomal IFB; in particular, all bidders
affirmations and certifications must be included. Submission of bids on forms other than City bid form may result in disqualification of your bid.
12. INQUIRIES:
Inquiries pertaining to bid invitations must give bid number, codes, and opening date.
City Hall
Library
Public Works
Public Works
PARD, Building A
Police, Bldg. B
Police, Building C
Environmental Bldg.
Water Plant
ATTACHMENT A
MAN -HOURS
List the number of man-hours your bid includes to efficiently and effectively comply with these
specifications for each of the following buildings:
BUILDING/LOCATION SOUARE FEET MAN -HOURS
221 E. Main 19,829
216 E. Main 12,400
300 S. Blair 3,450
2008 Enterprise 5,740
605 Palm Valley Blvd. 3,200
615 Palm Valley Blvd. 13,500
615 Palm Valley Blvd.
2008 Enterprise
5400 NM 35
11,200
972
5,160
14
3 People x 4 Hrs. =12 Hours
3 People x 2 Hrs. =6 Hours
1 Person x 1.5 Hrs. =1.5 Hour;
2 People x 1 Hr. =2 Hours
1 Person x 1.5 Hrs. =1.5 Hour:
3 People x 3 Hrs. =9 Hours
3 Peoltl e x 1 Hrs =9 Hours
1 Person x 1 Hr. =1 Hour
1 Person x 1 Hr .=1 Hour
THIS ATTACHMENT SHALL BE RETURNED WITH THE BID RESPONSE
FAILURE TO PROVIDE THIS REQUIRED INFORMATION WITH THE BID RESPONSE
MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION
FOR AWARD IN CONNECTION WITH THIS TRANSACTION.
DATE: September 5, 1997
SUBJECT: City Council Meeting, September 11, 1997
ITEM: 10.F. Consider a resolution awarding a bid and authorizing the Mayor to
execute an agreement for Janitorial Services with K. I. S. S., Inc.
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION:
Five bids were received on July 1, 1997 for Janitorial Services. Klean Image Service
Specialist, Inc. ( K.I.S.S., Inc.) submitted the lowest responsible bid of $78,155.46 .
Attached is a copy of the bid tabulation sheet.
Staff recommends Council award the bid to K.I.S.S, Inc. and requests Council approval
for entering into an agreement for the City janitorial services.
.1
CITY
LIBRARY
PUBLIC WK
PUBLIC WK
POLICE
POLICE
ENVIRON-
WATER
TOTAL
1
HALL
300 BLAIR
2008 ENTER
BLDG. B
BLDG C
MENTAL
PLANT
MAN HR
19,829 SF
12,400 SF
3,450 SF
5,740 SF
4,859 SF
11,200 SF
972 SF
5,160 SF
COST
SPARKLE BLDG 8 MAINT
$ 9.22
$ 9.61
$ 8.83
$ 9.79
$ 18.35
$ 8.06
$ 3.31
$ 1320
$ 161.10
TEXAS MAINT.SYSTEMS INC
$ 14.27
$ 10.41
$ 12.03
$ 16.02
$ 4.04
$ 11.16
$ 11.30
$ 16.32
$ 106 71
JANI - KING /ARLES MANT.
$ 13.45
S 10.09
$ 8.42
$ 11.21
$ 4.52
$ 13.02
$ 6.33
$ 1440
$ 193.35
SERVICE MASTER
$ 14.19
$ 13.73
$ 7.22
$ 7.34
$ 4.99
$ 13.95
$ 15.37
$ 14.40
5 105.33
KISS, INC 1
$ 6.40
S 8.01
$ 8.56
$ 10.68
$ ' 1.97
$ 455
$ 316
$ 21.60
$ 75.61
MAN -HOUR COST
Page 1
CITY OF ROUND ROCK BID TAB DATE: JULY 1, 1997
221 EAST MAIN ST.
ROUND ROCK, TX. 78664
a.
a
1-
JANITORIAL SERVICES
BIDDER & ADDRESS CITY HALL LIBRARY P.W. /BL P.W. /ENTER PARD POLI -B POL -C ENV. WTR PL.
SPARKLE BLD. & MAI .06 SF .06 SF ,055SF .055SF .055SF .065SF .065SF .055SF .055SF
2101 S. IH 35, # 107 5 HRS. 3 HRS. I HR. 1.5 HRS. 1 HR. 1 HR. 3 HR. .75 HR. 1 HR.
AUSTIN. TX . 78760
TEXAS MAIT. SYS.. INC. .13 SF .13 SF .15 SF .15 SF .15 SF .15 SF .15 SF .25 SF .17 SF
1 104 S. MAYS ST. # 103 7 HRS. 6 HRS. 2 HRS. 2.5 HRS. 2 HRS. 6 HRS. 5 HRS. 1 HR. 2.5 HRS.
ROUND ROCK, TX. 78664
JANI- KING /ARLES MANG, .14 SF .105 SF .105 SF .105 SF .12 SF .14 Sf .14 SF .14 SF .12 SF
11940 JOLLYVILLE 8220 S. 8 HRS. 5 HRS. 2 HRS. 2.5 HRS. 1.5 HRS. 5 HRS. 4 HRS. 1 HR. 2 HRS.
AUSTIN. TX. 78759 -2325
MARILYN L. BERGREN .12 SF .10 SF .18 SF .11 SF .19 SF .17 SF .15 SF .17 SF .12 SF
DBA SERVICE MASTER 6.5 HRS. 3.5 HRS. 2 HRS. 2 HRS. 2 HRS. 5.5 HRS. 4 HRS. .5 HRS. 2 HRS.
P. O BOX 161
ROUND ROCK. TX 78680
K.I.S.S., INC. .10 SF .10 SF .08 SF .08 SF .08 SF .11 SF .11 SF .07 SF .09 SF
■ 1 1824 JOLLYVILLE 8400 12 HRS. 6 HRS. 1,5 HRS. 2 HRS. 1.5 HRS. 9 HRS. 9 HRS. 1 HR. 1 HR.
AUSTIN, TX, 78759
Mayor
Charles Culpepper
Mayor Pro-tem
Purl Palmer
Cowell Members
Robert Stluka
Rod Morgan
Rick Stewart
Marsha Chaves
Amory Joseph
Qty Manager
Robert L. Bennett, In
CltyAtlotdey
Stephan 1. Sheets
CITY OF ROUND ROCK
September 15, 1997
Carolyn C. Gray
Klean Image Service Specialists, Inc.
11824 Jollyville Road
Suite 400
Austin, TX 78759
Dear Ms. Gray:
The Round Rock City Council approved Resolution No. R- 97- 09- 11 -10F
at their regularly scheduled meeting on September 11, 1997.
Enclosed is a copy of the resolution and agreement for your files. If
you have any questions, please do not hesitate to call.
Sincerely,
oanne Land
Assistant City Manager/
City Secretary
Enclosure(s)
Fax: 5124184097
1 -800- 735.2989 TIM
221 Fast Main Sheet
Round Rock, Texas 78664
512- 218.5400 '
1- 8004354988 Yoko