Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-10-09-23-10A2 - 9/23/2010
RESOLUTION NO. R -10-09-23-10A2 WHEREAS, the City of Round Rock has duly advertised for bids for the purchase of uniforms for the Police and Fire Departments, and WHEREAS, Miller Uniforms & Emblems, Inc. has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of Miller Uniforms & Emblems, 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 for Purchase of Police and Fire Department Uniforms From Miller Uniforms & Emblems, Inc., a copy of said Agreement being attached hereto as Exhibit "A" and incorporated herein. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 23rd day of September, 2010. ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: SARA L. WHITE, City Secretary O:\wdox\SCClnts\0112\ 1005\MUNICIPAL\00202529.DOC/rmc CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF POLICE AND FIRE DEPARTMENT UNIFORMS FROM MILLER UNIFORMS & EMBLEMS, INC. THE STATE OF TEXAS CITY OF ROUND ROCK COUNTY OF WILLIAMSON COUNTY OF TRAVIS KNOW ALL BY THESE PRESENTS: This Agreement is for purchase of Police Department uniforms (for Patrol, K-9, Animal Control, Explorers, and Honor Guard) and for purchase of Fire Department uniforms, and for related goods and services, and is referred to herein as the "Agreement." This Agreement is made and entered into on this the day of the month of , 2010, by and between the CITY OF ROUND ROCK, TEXAS, a home -rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664, referred to herein as the "City," and MILLER UNIFORMS & EMBLEMS, INC., whose offices are located at 650 Canion Street, Austin, Texas 78752, referred to herein as "Miller" or the "Vendor." This Agreement supersedes and replaces any previous agreement between the named parties, whether oral or written, and whether or not established by custom and practice. RECITALS: WHEREAS, City desires to purchase Police Department uniforms for Patrol, K-9, Animal Control, Explorers, and Honor Guard for work and dress, and to purchase Fire Department uniforms for work and dress, and to purchase associated services including but not limited to on-site sizing, minor and major alterations, delivery, maintenance of all sizing profiles and adequate stocks of garments, and City desires to purchase same from Vendor; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and services, and City has selected the Bid submitted by Vendor; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties mutually agree as follows: 198790/jkg EXHIBIT „A» 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City is obligated to buy specified goods and Vendor is obligated to sell specified goods. The Agreement includes the following: (a) City's Invitation for Bid designated as IFB 10-008, Specification Number 00-200-88-02 revised March/April 2010; (b) Vendor's Response to IFB; (c) the contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Purchaser's Response to IFB; (3) City's Invitation for Bids, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, Lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods mean the specified supplies, materials, commodities, or equipment. F. Vendor means Miller Uniforms & Emblems, Inc., or any successors or assigns. 2.01 EFFECTIVE DATE, INITIAL TERM, AND ALLOWABLE RENEWALS A. This Agreement shall be effective on the date it has been signed by both parties hereto, and shall remain in full force and effect unless and until it expires by operation of the term stated herein, or until terminated or extended as provided herein. B. The initial term of this Agreement is for sixty (60) months from the effective date hereof. After that initial term, this Agreement may be renewed for successive terms of twelve (12) months each, not to exceed in the aggregate two (2) such renewals, with such renewals to occur on or before the expiration date of the preceding term, and with such renewals being absolutely predicated upon the express written agreement of both parties. Such renewals are permitted only provided Vendor has performed each and every contractual obligation specified in this original Agreement. 2 C. Prices shall be firm for the duration of this Agreement and for any renewal periods. No separate line item charges shall be permitted for invoicing purposes, including but not limited to equipment rental, demurrage, costs associated with obtaining permits, or any other extraneous charges. City may permit "unit price" adjustments upwards only as a result of a cost increase in goods or services in accordance with the Producers Price Index located at http://stats.bls.gov/ppi/home.htm. Any price increase shall be requested by Vendor in writing and accompanied by the appropriate documentation to justify the requested increase. Vendor may offer price decreases in excess of the allowable percentage change. D. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Vendor as the integrator of choice to supply the goods as outlined in IFB 10-008, Specification Number 00-200-88-02 revised March/April 2010; and Response to IFB submitted by Vendor, all as specified in Exhibit "A" attached hereto and made a part hereof for all purposes. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by Vendor in its Response to the IFB. The goods which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.01 BID ITEMS AWARDED All highlighted bid items on Exhibit "A," which items are City's items, are awarded to Vendor. 5.01 UNIT COSTS Unit costs listed on the bid included as Exhibit "A" shall be the basis of any charges collected by Vendor. Vendor expressly acknowledges and agrees wit!: the following statement contained on the bid: "Tire quantities shown are estimates for a twelve month period only. No guarantee of any minimum or maximum purchase is made or implied The City will only order the amount needed to satisfy operating requirements." 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Vendor; B. Purchase Order Number; 3 C. Description and quantity of items received; and D. Delivery dates. 7.01 INTERLOCAL COOPERATIVE CONTRACTING / PURCHASING Authority for local governments to contract with one another to perform certain governmental fiunctions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 271.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City of Round Rock's bid, with the consent and agreement of the successful vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly agree that the City of Round Rock is not an agent of, partner to, or representative of those outside agencies or entities and that the City of Round Rock is not obligated or Iiable for any action or debts that may arise out of such independently -negotiated "piggyback" procurements. 8.01 NON -APPROPRIATION AND FISCAL FUNDING This Agreement is a conunitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as determined by City's budget for the fiscal year in question. City may effect such termination by giving Vendor a written notice of termination at the end of its then -current fiscal year. 9.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be made by City to Vendor will be made within thirty (30) days of the date City receives goods under this Agreement, the date the performance of the services under this Agreement are completed, or the date City receives a correct invoice for the goods or services, whichever is later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments made by City in the event: (a) There is a bona fide dispute between City and Vendor, a contractor, subcontractor, or supplier about the goods delivered or the service performed that cause the payment to be late; or (b) There is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or 4 (c) The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or (d) The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 10.01 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without liability to Vendor if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Vendor or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 12.01 ORDERS PLACED WITH ALTERNATE VENDORS If Vendor cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 13.01 INSURANCE Vendor shall meet all requirements as stated in the attached Invitation for Bid No. IFB 10-008, Specification No. 00-200-88-02 revised March/April 2010 (including Attachment A entitled "City of Round Rock Insurance Requirements" and all attachments and exhibits); and its bid response. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: For Police Department: Jennifer Soto Logistics Officer I Round Rock Police Department, Patrol Division 615 East Palm Valley Boulevard Round Rock, Texas 78664 512-218-6675 5 For Fire Department: Charles Messerole Fire Logistics Officer II Round Rock Fire Department 2919 Joe DiMaggio Boulevard Round Rock, Texas 78664 512-218-3203 15.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 16.01 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re -advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Vendor shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; C. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 17.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Vendor. B. In the event of any default by Vendor, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Vendor. 6 C. Vendor has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Vendor that portion of the charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 18.01 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. 20.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 7 1. When delivered personally to the recipient's address as stated in this Agreement; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Vendor: Miller Uniforms & Emblems, Inc. 650 Canion Street Austin, TX 78752 Notice to City: Assistant City Manager 221 East Main Street Round Rock, TX 78664 Stephen L. Sheets, City Attorney AND TO: 309 East Main Street Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 23.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing. 24.01 DISPUTE RESOLUTION If a dispute or claim arises under this Agreement, the parties agree to first try to resolve the dispute or claim by appropriate internal means, including referral to each party's senior management. If the parties cannot reach a mutually satisfactory resolution, then and in that event any such dispute or claim will be sought to be resolved with the help of a mutually selected mediator. If the parties cannot agree on a mediator, City and Vendor shall each select a mediator and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney fees, associated with the mediation shall be shared equally by the parties. 8 City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 25.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. Vendor represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Vendor understands and agrees that time is of the essence and that any failure of Vendor to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Vendor's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. 9 City of Round Rock, Texas Miller Uniforms & Emblems, Inc. By: By: (tet. Printed Name: Printed Name: 5e-rf,4 Milk,- Title: 7; (/c.rTitle: Title: 'PK e s<'cIiecf Date Signed: ,07/2-7 /to Date Signed: Attest: By: Sara L. White, City Secretary For City, Approved as to Form: By: Stephan L. Sheets, City Attorney 10 BIDS ARE DUE TO THE PURCHASING OFFICE AT THE ABOVE ADDRESS 81F01E 810 OPENING TIME. INVOICE TO: City of Round Rock Accounts Payable 221 East Main Street Round Rock, Texas 78664 BID F.O.& DESTINATION UNLESS OTHERWISE SPECIFIED BELOW DESTINATION: City of Round Rock Police Dept , 615 Palm Volley, Fke Dept., 203 Commerce, Round Rock, Texas 78664 INVITATION FOR 81D (IFS) CITY OF ROUND ROCK PIRCHASING OFFICE 221 E. Main Sheet Round Rock Texas 78664-5299 FACSIMILE RESPONSES SHALL NOT BE ACCEPTED SHOW 81D OPENING DATE t BID NUMBER IN LOWER LEFT HAND CORNER OF SEALED BID ENVELOPE & SHOW RETURN ADDRESS OF BIDDING FiRM. ' 47 V: BIDDING INFORMATION: POLtCE S. FiRE LNIFORMS BiD NUMBER 10-008 OPENING DATE: 4/27/2010 TIME: 3A0PM BID LOCATION: 221 East Main Street, Council Chambers. Round Rock TX 78664 RETURN SIGNED ORIQNAL AND ONE COPY OF BID BIDDER SHALL SIGN BELOW Failure to sign bid wIU disqualify bid Auf e ' • rgnature Q&l-r7 Print Name SEE 1.7091 BACKFORINSTRUCTIONS: TAXIDNO. 1 24 575 LEGAL BUSINESS NAME: /11/ trV 11,4 r-1,. 7' € [T i2Nt ADDRESS: ? earl r e K .��- ADDRESS: It. •'��E 7g 1S"'2 CONTACT: `cc' 6 Mine/- TELEPHONE NO. 5-/ a -�aLlox-Fs¢ l BUSINESS ENTITY TYPE: J• or'pf rL- y 0 S+�jtG "By the signature hereon affixed, the bidder hereby codifies that nether the bidder nor the entity represented by the bidder, or anyone acting for such entity has violated the antitrust Taws of flits State; codified In Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antltrust lows, nor communkated directly or Indhectly, fho bid made to any competitor or any otherperson engaged In such line of business" Bidder agrees to comply wIth all conditions set forth below and on the reverse side of this IFB. This is torn multiple year agreement for Police and Fire Uniforms in accordance with specification No. 00-200.88-02, revised 4-2010 (11 pgsj, Attachment A insurance (4pg) The quantities shown are estimates for o twelve month period only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the amount needed to sotisfy operating requirements. .',.J�•"$S$t..4'�Y>{�rl'NG40.'&,tx �+��� {.. �],,, 6y.,r�• { )f,� ,. :A2 'f.4Pi ' ., �' T f }�..w b-{. '4 _� ;L�'/".lt�"14: , )e�'C1 t!` ITEM 0 CLASS & ITEM DESCRIPTION 200-88 QTY UNIT UNIT COST EXTENSION 1 Potrd - Shirt. Blouer #84602. Short Sleeve. Men, w/minor alterations. T00. EA pL 64: Sw�. ��Y,��.�' -2. ✓• r' 4 2 Patrol - Shirt. Blouer 084601. Short Steeve, Men. w/mo)or alterations. 300 EA [(fl. 6"O g2-95-1). 0 3 Patrol - Shirt, Mauer 886101. Short Sleeve. Men. w/minor alterations. a 200 EA .y !! 7/, O' db 4 Patrol - Shfrt, Blouer #86101. Short Sleeve. Men. w/mojor olterotions. 150 EA ,1 • ,/,J t -7�j_"r f'7- c� 5 Paid - Shut Blouer a8460WZ. Short Sleeve. Women, w/minor olterotians. 15 EA �/� �y W'7, <u 91°' / 7 6ii50_00 City of Round Rock In No.10-008 Pofiae-and Fine Uniforms BOO: 4/27/10 0 3:00 P.M. rz,-&r. 4+ ;4 a� ...rpt x. ; 5ct r-ws,�q 'i x -s em i - t` ,,, �3�,:. -,ate -t r Fi:- mv- a +,�c •� �,�r,�.,,.-.,�.3'!li-..,� rrx:� ;..�s±r "_..9e�..-.- Ptp�!fFi��.To �'�c..�sci? nL ITEM 0 CLASS 14 IEM DESCRIPTION 200-88 QTY >'C�'a'�c.: UNIT UNiT COST EXTENSION 6 Poirot - Shirt Blouer #8460WI. Short Sleeve, women, w/moja alterations 15 EA �� 7 7 r f7 f , Co 7 Patrol - Shirt Mauer .#8610W1 Short Sleeve. Women, with minor-31.4c inor31. alterations. 10 FA Ac `t 7- 8 Patrol - Shirt, Blouer #8610W 1- Short Sleeve, Women, w/major alteraltons 15 EA .'• d e 7 74,.76 9 Patrol - Shirt Blouer #84501- Long Sleeve. Men. with minor alterations. 20 EA tJ 69.66 /390.0(7 10 Patrol - Shirt Blauer 084502- Long Sleeve, Men. with mojo- alterations. 50 EA / O Q c-0 ( V 4075:06 11 Patrol - Shirt Bauer #86001- Long Sleeve, Men. with minor alterations. 100 EA ,42.5-d 4.75-- da 12 Patrol - Shirt Blouer #86002- Long Sleeve. Men. with major alterations. 300 EA C1 --4° 7 /6 440 13 Patrol - Shirt Slayer #8450WZ- Long Sleeve. Women. with mina alterations. 15 EA J 6-0 ff ‘57.co 14 Patrol - Shirt Mauer #8450W7 - Long Sleeve. Women, with major alterations. 15 EAP c1 c0 '-' 8/7 rp 15 Poi of -Shirt Ba #8600W2- Long Sleeve. Women, with minor ions. 10 EA (uer - _, �'r 47 OO 16 Patrol- Shirt Mauer #8600W2 -Long Sleeve, Women. with major alterations. 10 EA 7 6-1f 5-d j bpi 17 Patrol - Blouer - Trouser Men, #8560 with minor alterations. 200 EA 6? d �` / 3 / Did • QQ 18 Patrol • Slayer- Trouser Men, #8560 with major alterations. 400 EA 7q TO 3 / OQ 19 Patrol - Blouer-TrouserMen, #8560 with striping 75 EA / 0 �%.'5 0801). 5' b? sb 20 Patrol - Bauer- Trouser Men, #8650 with minor alterations. 130 EA%- 0 0 5140.40 21 Patrol - Bauer - Trouser Men, #8650 with major olterations. 130 EA 52.00 4760. oa 22 Poiret - Bauer - Trouser Men, #8650 with striping 60 5 2 0 Q /r . QQ 23 Patrol - Blouer - Trouser Women #8560W with minor otterations. 5 EA 61/. To 347. 3-1). 24 Patrol - Bauer - Trouser Women #8560W with major alternations. 5 EA 79:5-6 3 / 6-0 25 Patrol - Blouer - Trouser Women #8560W with striping. 2 EA / �. 60 ` QQ 26 Patrol- Blotter - Trouser Women ft8650N with minor alterations. 5 EA 1'7, ov o9-/d.o0 27 Patrol-Blouer-Trouser Women #8650W with mojor,alternations. 5 EA -1)d 4266.0a 28 Mauer - Trouser Women 08650W with striping. 2 EA /g 0.06 D ` /07'oo 29 Ties, S Broome, Clip -on type. 100% Poly., 011 lengths 20 EA ,. 95- N9.00 2 of 7 City of Round Rock IFB No. 10-008 Police and -Fre. Uniforms BOD: 4/27/10 ^ 3s)0 P.M. :.`.L f. ' 4s 4. x+ »---' q - - - . , . y�" rte,.. ITEM # CLASS i I1EM DESCRIPTION 200-88 QTY UNIT UNIT COST EXTENSION 30 Blouer 48565, Cargo Pont - Mole, with minor alterations. 200 EA /� 14OL) /000.08 31 Blauer #8565, Corgo Pont -Mole, with major olterotions. 300 EA o 7 • t)() 2-5.2.00.00 32 Blouer 08565. Corgo Pont - Mole. Oversize. with major alterations. Indicate sizes Q* to 0 100 EA �j V y� ( - /� -/ pod. 40 33 Blauer #8565W. Corgo Pont - Female. with minor alterotions 100 EA DO (TSL -qa. Did 34 Blauer #8565W. Corgo Pant - Female. with major alterations. 100 EA S % eo O, l7i,/ — 0.00 35 Blouer #8565W. Corgo Pant - Femole,Ov size. with major alterations. Indicate sizes 22 to 100 r} � ,{ � `7 4 o Q dQ `! 36 Docket - Blouer #6125 20 EA / �, 5-0 p 0. 00 37 Jacket - Blouer #9910Z 20 EA .9-f5.00 rj3f J QO 38 Raincoat - Mauer # 26990 50 EA 1/ O. Co �9O(. S t 5 0G' 39 Raincoat - Blauer # 733 50 EA /61- DO g 6522. 40 Second Line Transfer forreversible raincoat -both sides 20 EA a o-. 00 l''90; L70 41 Shirt. short sleeve. pullover. Blauer 0 8130 15 EA 49. 50 74...6-0 42 Shirt. short sleevepuli ver. Blouer # 8130 Oversize Indicate sizes ,X1—to 4XL 5 EA 4i 35-fr 75- 43 Shki, Blauer # 8135, short sleeve, w/zipper, EA 57 CO0 ,1-060 . 00 44 Shirt, Blouer 4 8135, short sleeve, w/zipper, Oversize indicate sizes 341. to 44/- 20 EA VC ! Dis 45 Shirt, Blauer 08140. Long sleeve, pullover, 40 EA . c 59 50 38a.-00 46 Shirt, Muer #8140, Long sleeve, pullover. oversize indicate sizes 3 20 EA 77 �$�7 /5-44 ea 47 Shirt, Blauer 08145, Long sleeve, w/zipper, 40 EA 10 %! Co Q. 0 o 48 Shirt, Blouer #8145, Long sleeve, whipper. oversize indicate ..10gXit sizes W. 20 EA Q 7/.95- L� l 7.00 49 Following Items shall be provide as noted on the purchase order for the Shirt above: Embroidered Names 700 EA tp, 00 y�� 1)€) 1-00 50 Embroidered Name Patch 15 EA 5:00 S 00- 51 Reflective "Police' boa transfer 15 EA / 2-. 00 /Zp.00 52 Reflective cuffs 15 PR /0,00 /QQ. pa 53 Reflective Sleeves forlong sleeve 15 PR /0. 00 /S0, 00 54 Shorts, Blouer # 88.11X vN side cargo pockets. Mole. w/minor alterations 50 EA 57.--o r 61 50 �1 n gio 7�Liv 3375:o Shorts. 55 Blouer # 8841X, w/ side cargo pockets. Mole. w/rnojor alterations 50 EA Shorts. 56 Blauer Y 8841X w/ side cargo pockets. Mole. Oversize w/mina alterations indicate sizes 44...Jo ) 10 EA 61. '4 6,01:-5-6 3of7 City of Round Rock IFB No.10-008 Police and Fire -Uniforms BOD: 4/27/10 e^ 3A0 P.M. '' f._ ?,#. i.: : v'-'wY }`. ..gz.*` -dam se ,- F�� i- is § ti4 . tt'-•"'''''''47.--1 ITEM # CLASS & ITEM DESCRIPTION 200.88 QTY UNIT UNIT COST EXTENSION 57 Shorts. (Mauer # 8841X. w/side cargo pockets. Mole. Oversize w 47 /m�ajor alterations Indicate sizes to 5—O 10 EA !� 7#. 2 5- -7#?-5-0 58 Shorts, Blouer # 8841WX, w/ side cargo pockets, Female, w/minorolterotions 5 EA (�'�J 5C'� // O1 _a 1 O 'D Shorts. !Mauer # 8841WX. w/ side cargo pockets. Female. w/mojoralterations 5 EA �. 5-0 7375-059 60 Shorts. Slayer # 8841 WX, w/ side cargo pockets. Female. Oversize w/mina alterations Indicate sizes 22- to 2g' 2 EA 3.7,--- ( co 61 Shais, Blauer 4 8841WX, w/ side cargo pockets, Femole. Oversize w/major alterations Indicate sizes Z2 4 to 7- 2 EA r� /� / "r• 7'> / 48. C 62 Shorts, Blouer 4 8810x w/ side cargo pockets. Mole 40 E4 6.5.7C 2--C)r.00 63 Shorts, Blouer # 8810X. w/ side cargo pockets. Mole Oversize Indicate sizes 44- to <6 10 EA 69, 5/' 6?<30 64 Shorts. Blauer or 8810WX, w/ side cargo pockets, Female, 5 EA 6 1- 3/6. F5 65 Shorts. !Mauer # 8810WX. w/ side 1L corgo pockets. Female. Oversize Indicate sizes to 2 EA / 9 (d S� o �4 /� 66 Shah. Mocean 41063, w/ side cargo pockets, Mole,w/minor alterations 50 EA 6-d �,h 'J�, 0 67 Shorts. Mocean 41063, w/ side cargo pockets, Mole. w/mojor alterations 50 EA 3-9.40 dii, 00 68 Shorts. Mocean 4106:3. w/ side cargo pockets, Mole, Overtrze w/mina alterations Indicate sizes- EA 54.11 g$1. 65-' to 5-05 69 Shorts. Moceon #1063. w/ side cargo pockets. MaleOversize w/major alterations Indicate sizes 4 -4 -to 0 5 EA 6p 43 'L/ J!I 70 Shirt, Biouer 48450Z' long sleeve. fj0,tor livctrd 15 EA O 4 I• SO I;4,=.V 71 Shirt, Blouer #8450WZ long sleeve 1-4,1112r tsthtrd 3 EA g . So d4 .co 72 Shiri. !Mauer 48421. short sleeve. Mole. white or med. Blue 40 EA 32, SO /Sao. 00 73 Shirt, Blouer 48421, short sleeve, Mole, white or blue, Oversize Indicate sizes 3X4.- 10 ¢XL 10 EA 42-.25 0 4''?? 7 ✓ 74 Shirt, Blauer 48421W short sleeve, Female, 25 EA 12.6-0 o / a; cb 75 sixes Shirt, Stover 48421W short sleeve. Female, -Oversize Indicate ¢b to•�9 ' 4 �r � 7 �/iR �� 00 76 Shirt, Mauer 48431, tong steeve, Male. whitel or blue 40 EA '36. ZS /50.00 Shirt, 77 8!ouer 48431,e, Male„ White or Blue, Oversize 31 long sleeve, 10 EA 47. 1130 78 Shot. 8lover 48431W, tong sleeve, Female 15 EA Ie. 7-5' 543. 7 4 of 7 City of Round Rock IF8 No. 30-008 Police and Fire Uniforms BOD: 4/27/10V 300 P.M. - =—�S 'i -,.-- is . .. ^Y.z -': t— .:..e -.tea ,,,,,, .-+.sem.. - :..c+. . .�, :81pr:S�%EET a -ti-x S `v .. '- -.,x_` <t{.� _yam ..,sem€a t "w -R., ITEM # _ _ CLASS IL ITEM DESCRIPTION 20088 QTY ww UNIT UNIT COST .rfi„wt�r,.. EXTENSION 79 Shut, Stover #8431W long sleeve. Female Oversize Indicate sizes .4 to -4 4 EA �� / i .- l 5 � " • 80 Pont. 511 Tactical 174003/64359 30 EA 59.99 % /91.70 81 Pant, 511 Tactical #74003/64359 - Oversize Indicate sizes 3x1 to 4XA 4 EA ¢i q 9 9 /q9 96 82 Shirt, Propper #F530)38405 30 EA 3 .-. 579 )0 91.§40, 83 Shirt. Propper #F530138405- Oversize Indicote sizes 2-X1- to 4X1- 10 EA �j'7- 3e ; 7 3, $o 84 Shirt, B(U, Block Propper # F545238001 20 EA 9 /2. 'iO 65 Q O. oa 85 Shirt. BDU, Block Propper # F545238001- Oversize Indicate sizes 24l-- to 4 -XL 5 EA .38 / 86.% 86 Pants. Propper #F520138001 20 EA 7 Z . !`o 64A. 0o 87 Ponts. Propper #F520138001- Oversize Indicate sizes 1 -XL,, to 4 -XL... 5 EA 3 7. 1 ft a /a 6 o • Ia 88 Shirt, Tru Spec #1267 15 FA 7 .5-6 59a- 5a 89 Shirt, 24/7 series #10540 -.«if- /0 54- 15 EA 3g. . l Q Sig. 0 90 Pants Tru Spec #1268 15 EA 59. 52), ci/ s--0 91 Ponts 24/7 series #1064 15 En 9. c0 5f. sa 92 Firefighter - Work Shirt, Short Sleeve. Topps #5H990220. Light Blue 200 EA 43 . ca S 7o0. OC' 93 firefighter - Work Shirt. Short Sleeve. Topps #SH990220. Light Blue - Oversize Indicote sizes XXL-. to 3,0--20 EA .6"-?-- �� / 04-4-.0 `y -T 00.00 94 Firefighter-Nomex Shirt. Short Sleeve, Topps #SH96-5520 200 EA 7-!p ,'v 95 Firefighter -Nomex Shkt, Short Sleeve, Top s #SH96-5520 Oversize indicate sizes KXL to AC L^ 20 EA c 40 Hes. 00 96 Firefighter - Nomex Shirt, Long Sleeve, Topps #SH95.550. 100 EA / - OP Q p 437 o 0. 00 97 Firefighter - Nomex Shirt. Long Sleeve, Topps #5H95-550- Oversize Indicate sizes )0a -to '?Xi. 20 EA /070 ad 64:00 98 Firefighter - Work Shirt, long Sleeve, Topps #51970220. Light Blue 100 EA 4 S. 5-e) 48i5--.0.00 99 Firefighter - Work Shirt. Long Sleeve. Topps #SH970220. Light Blue -Oversize Indicote sizes XXto 3X1— 20 EA So-e� g0 /444. Ob 100 Firefighter - Professional Polo w/logo, 511 Tactical #41060 80 EA •35.99 2-879 go 101 firefighter - Professional Potow/logo, 511 Tactical #41060 - Oversize Indicote sizes .3)0-- to 5X1.-. 20 EA 41, q9 v ,? 0 y. go 102 Personolizotion for Polo 1 • EA 16. 00 6.06 5 of 7 City of Round Rock HB No.10008 Peke Qnd-Fye Un'jfbarls. 80D: 4/27/10 Q 300 P.M. u= -_ d•+' i- r > ,_ ,44:i _ 3 _" •• ti• ..• . fO - d _ _ - i . ..` 5 � X ITEM 1 CLASS & ITEM DESCRIPTION 200-88 QTY UNIT UNIT COST EXTENSION 103 Firefighter- Work Trouser. Workrite 4a75NMX75NB. Novy 200 EA / ?f Z 5 V.6510.00 104 Firefighter • Work Trouser. Workrite 0475NMx75NE. Navy- Extra1 Long and oversize Indicate sizes. )(5/ XX Li 1--C)/V6 20 EA /65-. 6 9 551 / . o v o 105 Firefighter - Nome( Trouser, Topps NPA70-5605 200 EA p $ 7.. S0 /19'0.00 106 Firefighter -100%cotton Tactical pont, 511 Tacticoi 1/4251 100 EA 51. 7 9 3 g7 y. 1)i 107 Firefighter - 100% cotton Tactical pont, 511 Tactical 174251 Oversize and Extra long Indicate sizes 46b 5-4 20 EA �(j1 q ! O 108 Firefighter- Nomex Trouser. Topps IPA70-5605 - Oversize Indicate sizes 51 to 6.4' 100 EA /07.4-0 /0740.00 109 Firefighter - Jacket, Blauer 161208K, Black with silver or gold FD buttons 30 FA /1 l Sri f� 0 110 Firefighter- Jacket. Blauer #98452 20 EA 5-, 00 r` J 700.00 111 Second Une Reflective Transfer for 98451 10 EA /3-.0t) /V-040 112 Front Reflective Tronsler on fabric. then sewn for 9845Z 10 EA /0. 00 / 00. ad 113 Firefighter - Windbreaker. Liberty #560MNV, waterproof & windproof, dark blue 30 EA 7-...5.-o / ' 7o5 114 Firefighter - Windbreaker, Liberty #560MNV, waterproof & windproof, dark blue - 1 O size indicate sizes XS- 4-X to � 20 EA r- $h vp- 9 7 00 115 Firefighter -Dress Btazer. Fechelmer 017118696C w/bodge tab. dock navy 20 EA /' 0'" (J 015 5900. 116 Firefighter -Dress Blazer, Fechelmer 1178E+696C w/bad a tab dark navy - Oversize Indicate sizes 52 to 5 EA rs wp 4a �� P -9-.5-Q 117 Firefighter -Dress pants. Fecheimer #28P8696. dark navy 20 EA Gj ` i- 5-0 /85-0.6b 118 Firefighter -Dress ponts, Fecheimer #28P8696, dark navy - Oversize Indicate saes II" b 5.0 5 EA (01. 75 ar 119 Firefighter -press: Shirt, White. long sleeve. Perfection # 1000WIt 20 EA 7�. 2 , -.'7g- ! y?a • 00 120 Firefighter -Dress Shirt, White. long sleeve, Perfection 11000WH - Oversize Indicate sizes /$ to 2.0 5 EA �j t 3 /1/ 2c4- 7 121 Firefighter -Dress Belt, Potent leather 06580 20 EA / 4. 00 380, did 8 of 7 City of Round Rock IF8 No.10-008 Police and fire Uniforms 80D: 4/27/10^ 3A0 P.M. w" -"'i. ,Y.` . rur - em +S..r.. x- :f , Ta' : +.:..1;At- '}r .'1( :a _ ,t ' ITEM 1 CLASS & ITEM DESCRIPTION 200-88 QTY UNIT UNIT COST EXTENSION 122 Firefighter -Dress Shoes. Potent leather 4831402-r 6 0 1 20 PAIR t�lo19 OP /?g0 OV 123 Firefighter -press Cap, Dress k9807 20 EA ! rj, 00 /5-012-04 124 Firefighter -Dress Cap. Insignia 20 EA u• 00 4 d0 125 Firefighter -Dress Cross. Maltese, left sleeve 40 EA 2 95 1/8• 1d 126 Firefighter -Dress Stripe, telt & right sleeve 40 PAIR / 2. 6)0 4110.60 127 ALTERATIONS - Pleose Include cost for minor and major alterations alter the Initial order where alteration are Included In 1 EA /(, 00 /f, 00 the purchase Minor Alteration: Hemming 128 Sewing on Patches: chevrons and stripes 1 EA 5:06 0":00 129 Removing/adding Potches 1 EA ?. 00 q 06 130 Sew Trouser pocket closed 1 EA S 00 <46 131 Moior Alterations: 1 EA /0. 00 /t pD Striping of trouser 132 waist altering 1 EA /3.95' 13.15" 133 altering tong sleeves 1 EA /4:0 0 / ; PO 134 Topering trouser leg I EA / $. S /AO 135 Thigh. sent and crotch of trouser I EA 2-0.--e. 94 136 Alter and hem shirt tail 1 EA /1.'U //, CD 137 Tapering shkt 1 EA /S. 00 / 00 GRAND TOTAL r #07.214 DELIVERY IN 3 1-4, 2/ 04YS 7017 Cl0062 '. SPECIFICATION NO. 00-200-88-02 Revised: April2010 CITY OF ROUND ROCK POLICE AND FIRE UNIFORMS PART I GENERAL 1. PURPOSE: The City seeks to establish a multiple year contract with a responsible bidder that has the means and ability to supply work and dress uniforms, application of patches supplied by agency for Patrol, K-9, Animal Control, Explorers, Honor Guard and Fire. Services shall include, but not limited to on-site sizing, minor and major alterations, delivery, maintaining all sizing profiles and adequate stock of garments to outfit new officers and replace garments as needed and in the specified time period throughout the contract year and any extensions. 2. DEFINITIONS: The following definitions will be used for identified terms throughout the specification and bid document: 2.1. Agreement — A mutually binding legal document obligating the Vendor to furnish the goods, equipment or services, and obligating the City to pay for it. 2.2. Bid/Proposal - is a complete, properly signed response to a Solicitation that if accepted, would bind the Bidder/Proposer to perform the resulting contract. 2.3. Bidder/Proper Identified throughout this specification shall describe persons and entities that consider themselves qualified to provide the goods, equipment or services. 2.4. City — Identifies the City of Round Rock, Travis and Williamson Counties, Texas. 2.5. Goods represent materials, supplies, commodities and equipment. 2.6. Piggyback Contract — A term used to identify contractlagreement or purchase order that has been competitively bid in accordance with State of Texas statutes, rules, policies and procedures and have been extended for the use of state and local agencies and active State of Texas CO-OP entities. 2.7. Purchase Order - Is an order placed by the Purchasing Office for the purchase of Goods or Services written on the City's standard Purchase Order form and which, when accepted by the Bidder, becomes a contract. The Purchase Order is the Bidder's authority to deliver and invoice the City for Goods or Services specified, and the City's commitment to accept the Goods or Services for an agreed upon price. 2.8. Services - work performed to meet a demand. The furnishing of labor, time, or effort by the vendor and their ability to comply with promised delivery dates, specification and technical assistance specified 2.9. Subcontractor - Any person or business enterprise providing goods, labor, and/or services to a Vendor if such goods, equipment, labor, and/or services are procured or used in fulfillment of the Vendor's obligations arising from a contract with the City. 2.10. Vendor — (Sometimes referred to as Contractor) A person or business enterprise providing goods, equipment, labor and/or services to the City as fulfillment of obligations arising from an agreement or purchase order. 2.11. Goods - represent materials, supplies, commodities and equipment. Page 1 of 11 SPECIFICATION NO. 00-200-88-02 Revised: April 2010 3. CONFLICT OF INTEREST: Effective January 1, 2006, Chapter 176 of the Texas Local Government Code (House Bill 914) requires that any vendor or person considering doing business with a local government entity disclose the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local govemment entity. The Conflict of Interest Questionnaire form is available from the Texas Ethics Commission at www.ethics.state.tx.us. Completed Conflict of Interest Questionnaires may be mailed or delivered by hand to the City Secretary. If mailing a completed form, please mail to: City of Round Rock City Secretary 221 East Main Street Round Rock, Texas 7866 Any attempt to intentionally or unintentionally conceal or obfuscate a conflict of interest may automatically result in the disqualification of the vendor's proposal. 4. CLARIFICATION: For clarification of specifications, bidders may contact: Carolyn Brooks Purchasing City of Round Rock Telephone: 512-218-3295 Fax: 512 218-7028 cmb@round-rock.tx.us The Individual listed above may be contacted by telephone or visited for clarification of the specifications only. No authority is intended or implied that specifications may be amended or alterations accepted prior to bid opening without written approval of the City of Round Rock through the Purchasing Division. 5. BEST VALUE: All blds received shall be evaluated based on the best value for the City. In determining best value, the City may consider: 5.1. The purchase price; 5.2. Reputation of the bidder and of bidder's goods and services; 5.3. The quality of the bidder's goods or services; 5.4. The extent to which the goods or services meet the City's needs; 5.5. Bidder's past relationship with the City; 5.6. The total long-term cost to the Municipality to acquire the bidder's goods or services; and 5.7. Any relevant criteria specifically listed in the solicitation. 6. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of a bid, the City of Round Rock prohibits ex parte communication (e.g., unsollcited) initiated by the Bidder to the City Official or Employee evaluating or considering the bids prior to the time a bid decision has been made. Communication between Bidder and the City will be initiated by the appropriate City Offidal or Employee in order to obtain information or clarification needed to develop a proper and accurate evaluation of the bid. Ex parte communication may be grounds for disqualifying the offending Bidder from consideration or award of the bid then in evaluation, or any future bid. Page 2 of 11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 PART II SPECIFICATIONS 1. SCOPE: This specification describes a service to provide the Police and Fire departments with standard and dress uniforms including patches provided by the agency for Patrol, K-9, Animal Control, Explorers, Honor Guard and Firefighters. Vendor shall provide services to include, but not limited to on-site sizing, minor and major alterations and delivery; maintaining all sizing profiles and adequate stock of garments to outfit new officers and replace garments as needed and in the specified time period throughout the contract and any renewal period. 2. INTENDED USE: It is the intent of the City to outfit each police officer and firefighter with a wardrobe of the brands specified to maintain uniformity, standardization and the quality appearance of our officers within the community. AU garment care will be as recommended by the manufacturer. 3. BIDDER QUALIFICATIONS: The opening of a bid will not be construed as the City's acceptance of such bidder as qualified and responsible. All bidders shall: 3.1. Be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of commodity or provision of the services as specified herein. 3.2. Have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to the City. 3.3. Provide references to include the name, address, telephone number and point of contact of at least three entities for which the bidder has preformed similar service and or utilized the exact technology within the past three years. Any negative responses received may result in disqualification of bid. NOTE: Reference form provided. 3.4. identify any other subcontractors to be used for this project. Experience, qualifications and references of the subcontractors shall be submitted. The City reserves the right to approve or disapprove all subcontractors prior to any work being performed. 4. STANDARD ISSUE: 4.1. Police: Initial wardrobe, unless otherwise specified, consists of three long-sleeved and four short -sleeved shirts, five trousers (1 w/strip), jacket with patches and raincoat; thereafter, individual pieces are replaced as needed. 4.2. Firefighter: Initial wardrobe, unless otherwise specified, consists of two long sleeved and four short sleeved shirts, four trousers; jacket and windbreaker, thereafter, individual pieces shall be replaced as needed. 5. • BRANDS: The uniform manufacturers and style listed are required for durability and availability, as well as standardization, uniformity within each department and the quality appearance of our officers within the community. NOTE: Any other brand or style not specifically requested will j be considered. 6. SIZES: All shirts and trousers furnished shall be manufacturer's standard off the shelf sizes. Sizes shall include, but not be limited to the following: 6.1. Shirts: NOTE: not all sleeve lengths are required for every size Men's Women's Collar sizes --14.5 through 19.5 Bust size, reg. and 1/2 sizes — 32 thru 46 Sleeve length - 31/32 through 36/37 Chest size, reg. and % sizes 20 thru 30.5 Page 3 of 11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 6.2. Trousers: All trousers furnished shall be manufacturer's standard off the shelf sizes. Sizes shall include, but not be limited to the following: NOTE: Sizes shall come in regular lengths and some extra long lengths. Men's Women's Waist sizes — 28 through 54 Pant sizes — 2 through 24 Men's Fire Waist sizes — X -Small through XXX -Large 7. LABELING: All garments shall be permanently labeled with the manufacturer, country of origin, size, fabric content and care instructions. 8. PRESSING AND FINISHING: 8.1. Shirts shall have all loose threads trimmed and garments shall be pressed completely before packaging. 8.2. Trousers shall have ail loose threads trimmed and be completely pressed properly with the seat seam, inseam and outseam pressed open. 9. PATROL: Uniform shall be Blauer "police blue" In the styles specified below. NOTE: The Vendor shall supply the Blauer 55145 blend In shirts and trousers until supply is depleted. Vendor shall package together (e.g. Provide 55145 blend shirt with 55/45 trouser as a set) Do not mix 75125 with 55/45 garments where possible. 9.1. Shirt: "Z" = concealed zipper 9.1.1. Male: Short Sleeve: Blauer No. 8460Z (75%Poly/25%wool) Long Sleeve: Blauer No. 8450Z (75%Poly/25%wool) Short Sleeve: Blauer No. 8610Z (100%Poly) Long Sleeve: Blauer No. 8600Z (100%Poly) 9.1.2. Female: Short Sleeve: Blauer No. 8460WZ (75%Poly/25%wool) Long Sleeve: Blauer No. 8450WZ (75%Poly/25%wool) Short Sleeve: Blauer No. 8610WZ (100%Poly) Long Sleeve: Blauer No. 8600WZ (100%Poly) 9.2. Trouser: 9.2.1. Male Mauer style No. 8560 Blauer style No. 8650 9.2.2. Female Blauer style No. 8560W Blauer style No. 8650W (75%Poly/25%wool) (100%Poly) (75%Poly/25%wool) (100%Poly) 9.2.3. Striping: When specified, a strip shall be applied to trouser leg when manufactured or aftermarket. Striping shall be a two-color braided stripe approximately'/ inch wide, 1/8 inch black on both sides and'/ inch inside royal blue or as specified by the entity. Example: Rice Braid Article No. ON2008 (Black/Royal 63). Page 4 of 11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 9.3. Cargo Pant: 9.3.1. Male — Blauer style No. 8565 9.3.2. Female — Blauer style No. 8565W 9.4. Raincoat: 9.4.1. Blauer style No.26990, black reversing to HI -Vis yellow with Scotchlite reflective trim around chest and cuffs 9.4.2. Mauer style No. 733, reversible, waterproof, windproof, breathable laminate with Scotchlite reflective trim around chest, sleeves, and cuffs on HI -Vis side 9.4.2.1. Transfer: Unless otherwise specified, all raincoats shall have heat transfers on inside and outside of the coat. The transfer shall spell out department name in three and one half inch reflective letters across the back. Letters shall be reflective: 9.4.2.1.1. White on the black side of coat. 9.4.2.1.2. Silver on the yellow side of coat. 9.5. VEST: High Visibility, ANSI compliant 9.5.1. Blauer No. 339P/339F — HI Vis ANSI compliant Vest with Police or Fire 9.5.2. Blauer No. 339 — Hi Vis ANSI compliant Vest. 9.6. Jacket: 9.6.1. Blauer style No. 6125 - dark navy, Taslon nylon B. Dry shell, waterproof, windproof, breathable lining, zip -out b. warm insulated quilted liner with zip -off sleeves. 9.6.2. Blauer style No. 9910Z — waist length with shirred back waistband, Crosstech fabric, zip -out, full body and sleeve quilted insulated liner, drop shoulder 9.7. Summer/Bike Uniform: 9.7.1. Shirt: Blauer style No. 8130, Short sleeve pullover Biauer style No. 8135, Short sleeve with zipper Blauer style No. 8140, Long sleeve pullover Blauer style No. 8145, Long sleeve with zipper 9.7.2. Shorts: Blauer style No. 8841X/1/8841WX-1(men/women), Poly/Cotton with side cargo pockets. Blauer, style No. 8810X/8810XW (men/women), Poly/Cotton with side cargo pockets. Mocean, style No. 1063 — Polyester Side Cargo shorts 10. HONOR GUARD: Uniform shall be Blauer "police blue" in the styles specified. NOTE: The Vendor shall supply the Blauer 55145 blend in shirts and trousers until supply is depleted. Vendor shall package together. 10.1. Shirt: Long Sleeve: Blauer style No. 8450Z18450WZ except Shoulder Epaulets are customized with a Royal Blue Merrowed Border and nine Gold "P" buttons (8 piece with hardware/1 piece sewn). 10.2. Trouser: Blauer style No. 8560/8560W with striping Identified in paragraph 9.2.3. Page 5 of 11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 11. ANIMAL CONTROL: 11.1. Shirt: Blauer in Poly/Cotton. Colors should be medium blue and/or white or as identified on the Purchase Order. 11.1.1. Male Short Sleeve: Blauer Style No. 8421 Long Sleeve: Blauer Style No 8431 11.1.2. Female: Short Sleeve: Long Sleeve: Blauer Style No. 8421W Blauer Style No. 8431W 11.2. plot BDU type, Dark Navy, Poly/ Cotton 511 Tactical Style No. 74003/64359 12. EXPLORER: Tactical short sleeve, dark navy, 65 percent poly/35 percent Cotton Ripstop. 12.1. Shirt: Propper Style F530138405 13. K-9: BDU Battle Dress Uniform, Black, 65 percent poly/35 percent Cotton Ripstop 13.1. Shirt: Two pocket long sleeve, Propper style No. F545238001 13.2. Pants: Propper style No F520138001 14. SWAT: Tactical Response Uniform, 65 percent poly/35 percent Cotton Ripstop 14.1. Shirt: Tru Spec Style No. 1267 24/7 series Style No. 10540 14.2. Pants: Tru Spec Style No. 1268 24/7 series Style No. 1064 15. FIREFIGHTER: 15.1. Work uniforms shall be in the styles specified below: 15.1.1. Shirt: All shirts shall include the cost and application of the State Health Services (DOH -Department of Health) patches and badge tab. Short Sleeve: Topps Style No.SH99-0200 and SH96-5520, Nomex Shirt 511 Tactical Style No. 41060 Professional Polo, with departmental embroidered Logo, Style No. 41060 Long Sleeve: Style No. SH97-0220 and SH95-5520, Nomex Shirt 15.1.2. Trouser: Workrite Style No. 475NMX75NB Topps Style No.PA70-5605, Nomex pants 511 Tactical Style No. 74251, 100% cotton pant Page 6 of 11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 15.1.3. Jacket: 15.1.3.1. Blauer Style No. 6120BK, black, Talson nylon B. Dry shell, waterproof windproof, breathable lining, zipout, warm insulated quilted liner with silver or gold FD buttons and patches (agency will provide). 15.1.3.2. Blauer Style No. 9845Z — waist length, Emergency Response Jacket, Crosstech fabric, waterproof, windproof, breathable lining, zip -out, full body insulated quilted liner with zip -off sleeves to include one -line transfer, reflective back . 15.1.4. Windbreaker: Liberty style #560MNV, dark blue, waterproof and windproof. 15.2. Dress uniforms shall be Fechheimer, Dark Navy in the styles specified below: 15.2.1. Blazer: Model # 1788696C with badge tab 15.2.2. Pants: Model # 28P8696 15.2.3. Belt: Patent leather #6580 15.2.4. Shoes: Patent leather #831-6031 15.2.5. Cap: Cap Dress Model # 9807 15.2.6. Insignia: Insignia Cap 15.2.7. Cross: Maltese Cross for every five years of service sewn on left sleeve 15.2.8. Stripe: Striping, Rice # 7257, 1/3 inch, silver. Stripe shall be three Inches up from hem on left and right sleeve. 16. SERVICE REQUIREMENTS: The Vendor shall: 16.1. Have sample sizes available for sizing officers and shall do initial sizing of new officer at Department or Vendor's location, whichever arrangement is agreed to by the City representative. 16.2. Provide on-site sizing at City location, unless otherwise agreed to by both parties, for officers and firefighters to be fitted for uniforms as needed to provide the timeliness of new and existing officers being outfitted. 16.3. Coordinate with City Representatives to schedule routine sizing schedules for new officers. 16.4. Maintain adequate shelf stock to provide uninterrupted services 16.5. Alter standard size garment(s), if needed to accomplish more satisfactory fit. The Contactor shall alter: 16.5.1. Any shirt exhibiting a total of more than three inches of excess material in the body, with or without the wearing of a ballistic vest underneath, whichever may be the case for the individual being fitted. 16.5.2. Provide an upsize in trouser If needed or requested to obtain proper fitting in the thigh and/or seat area. Altering waist, thigh, seat and crotch as required obtaining a proper fit. Page 7of11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 16.5.3. Alterations shall include, but not be limited to the following: Minor Alterations Malor Alterations Hemming trouser Striping of trouser Sewing on patches, Waist altering chevrons, stripes Altering long sleeves Rernoving/adding patches Tapering trouser leg Sew trouser pocket closed Thigh, seat and crotch of trouser Alter and hem shirt tail Tapering shirt 16.6. Standard uniforms shall be delivered to the City within three days after receipt of order. 16.7. Altered uniforms shall be delivered to the City within no more than ten days after receipt of order. 16.8. Issue uniforms only upon receipt of a purchase order. 16.9. Maintain sizing profile on each officer (prefer Excel spreadsheet) including the required alterations to assist in expediting the delivery of future replacement garments. NOTE: Sizing information shall be the property of the City 16.10. Provide to the City the name and telephone number of Vendor's representative. PART III ACCEPTANCE AND PAYMENT 1. ACCEPTANCE: Acceptance inspection should not take more than five working days. The vendor will be notified within this time frame If the Item(s) delivered is not in full compliance with the specifications. If any purchase order is canceled for non-acceptance, the needed items may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. 2. INVOICING: Vendor shall submit one original and one copy of each invoice on a monthly basis to the following address: City of Round Rock Finance Department 221 East Main Street Round Rock, TX78664-5299 3. PROMPT PAYMENT POLICY: Payments will be made within thirty 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. The Vendor 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: 3.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials, services or equipment delivered or the services performed that causes the payment to be late; or 3.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or Page 8 of 11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 3.3. There Is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor and its suppliers concerning supplies, material, or equipment delivered or the services performed which caused the payment to be late; or 3.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or agreement or other such contractual agreement. 4. OVERCHARGES: Vendor hereby assigns to purchaser any and all claims for overcharges associated with this agreement which arise under the antitrust laws of the United States, 15 USGA Section 1 et seq., and which arise under the antitrust laws of the State of Texas, Bus. and Com. Code, Section 15.01, et seq. PART IV AGREEMENT TERMS AND CONDITIONS 1. AGREEMENT: The term of the Agreement resulting from the solicitation may be for five consecutive 12 month periods of time from the effective date and shall remain in full force and effect unless and until It expires by operation of the term stated or until terminated or extended as provided herein. The City reserves the right to: 1.1. Renew Agreement for two (2) additional periods of time not to exceed twelve (12) months for each renewal provided both parties agree. 1.2, Review the following at the end of each twelve-month review period or renewal: 1.2.1. Vendor performance 1.2.2. Price 1.2.3. Continuing need 1.2.4. Advancements in technologies and or service 1.3. The City may terminate the Agreement with or without cause or may continue through the next twelve-month review or renewal period. 2. PRICE: Agreement price(s) shall be firm for the duration of the agreement, except as provided for herein. 2.1. The City reserves the sole option to allow "unit price" adjustments upward only as a result of a cost increase in goods or services in accordance with the Producers Price Index at jltto://stats.bls.gov/oollhome.htm 2.2. Vendor shall request price increase in writing at least 120 days prior to the agreement review or renewal date. 2.2.1. Request shall be accompanied by the appropriate documentation to justify the increase. 2.3. Vendor may offer price decreases at any time during the Agreement or renewal term. 3. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the quantity of goads and or services needed to satisfy operating requirements, which may be more or less than indicated. 4. NON -APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues only. It Is understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in question. The City may effect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. Page 9 of 11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 5. CANCELLATION: The City reserves the right to cancel the Agreement without penalty by providing 30 days prior written notice to the other party. Vendor shall provide the City with 90 days written notice prior to cancellation of the Agreement and shall continue services for a period of time not to exceed 120 days after written notification. Termination under this paragraph shall not relieve the Vendor of any obligation or liability that has occurred prior to cancellation. NOTE: This Agreement is subject to cancellation, without penalty, at any time the City deems the vendor to be non-compliant with contractual obligations. 6. AGREEMENT ADMINISTRATOR: Ali work performed under this Agreement will be supervised and verified by the City representative(s) noted below. Police Dept Fire Dept Jennifer Soto @ 512-218-6675 Charles Meserole @ 512-218-6203 PART V GENERAL CLAUSES AND CONDITIONS 7. CONFIDENTIALITY OF CONTENT: Bids received are subject to release as public information unless the bid or specific parts of the bid can be shown to be exempt from the Texas Public Information Act. Bidders are advised to consult with their legal counsel regarding disclosure issues and take the appropriate precautions to safeguard trade secrets or any other proprietary information. The City assumes no obligation or responsibility for asserting legal arguments on behalf of potential Bidders. 7.1. If a Bidder believes that a bid or parts of a bid are confidential, then the Bidder shall so specify. The Bidder shall stamp in bold red letters the term "CONFIDENTIAL" on that part of the solicitation, which the Bidder believes to be confidential. Vague and general claims as to confidentiality shall not be accepted. All bids and parts of bids that are not marked as confidential will be automatically considered public information after the Agreement is awarded. 8. LABOR: The Vendor shall provide all labor and goods necessary to perform the project. The Vendor shall employee all personnel for work in accordance with the requirements set forth by the United States Department of Labor. 9. DAMAGE: The Vendor shall be responsible for damage to the City's equipment and/or property, the workplace and its contents by Its work, negligence in work, its personnel and equipment. The Vendor shall be responsible and liable for the safety; injury and health of its working personnel while its employees are performing service work. 10. WORKPLACE: 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 Vendor, Vendor's employees, subcontractor(s) or subcontractor (s') employees while in the performance of the service is prohibited. Violation of this requirement shall constitute grounds for termination of the service. 11. COMPLIANCE WITH LAWS: The successful bidder shall comply with all federal, state, and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any court or administrative bodies or tribunals in any matter affecting the performance of the resulting agreement, including without limitation, workers' compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When requested, the Vendor shall furnish the City with satisfactory proof of its compliance. Page 10 of 11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 12. ABANDONMENT OR DEFAULT: A Vendor who abandons or defaults the work on the Agreement and causes the City to purchase the services elsewhere may be charged the difference in service if any and shall not be considered in the re -advertisement of the service and may not be considered In future bids for the same type of work unless the scope of work is significantly changed. 13. CODES. PERMITS AND LICENSES: The successful bidder shall comply with all National, State and Local standards, codes and ordinances and the terms and conditions of the services of the electric utility, as well as other authorities that have Jurisdiction pertaining to equipment and materials used and their application. None of the terms or provisions of the specification shall be construed as waiving any rules, regulations or requirements of these authorities. The successful bidder shall be responsible for obtaining all necessary permits, certificates and/or licenses to fulfill contractual obligations (City of Round Rock fees and costs will be waived). 14. INDEMNITY: Vendor shall indemnify, save harmless and defend the City, its officers, agents, servants, and employees from and against any and alt suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees and any and all other costs or fees incident to the performance of the resulting agreement and arising out of a willful or negligent act or omission of the Vendor, its officers, agents, servants and employees. 15. INSURANCE: The successful Bidder shall meet or exceed ALL insurance requirements set forth by the City as identified in Attachment A to the specifications. Any additional insurance requirements of participating or cooperative parties will be included as subsequent Attachments and shall require mandatory compliance. 16. GOVERNING LAW: Any resulting agreement shall be governed by and construed In accordance with the Laws of the State of Texas. 17. LIENS: Vendor 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 resulting agreement. At the City's request the Vendor or subcontractors shall provide a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City. 18. VENUE: Both the City and the Vendor agree that venue for any litigation arising from a resulting agreement shall lie in Williamson County. 19. INDEPENDENT CONTRACTOR: It is understood and agreed that the Contractor shall not be considered an employee of the City. The Contractor shall not be within protection or coverage of the City's Worker' Compensation insurance, Health Insurance, Liability insurance or any other Insurance that the City from time to time may have in force and effect. Page 11 of 11 ATTACHMENT A City of Round Rock Insurance Requirements ATTACHMENT A CITY OF ROUND ROCK INSURANCE REQUIREMENTS 1. INSURANCE: The Vendor shall procure and maintain at its sole cost and expense for the duration of the contract or purchase order resulting from a response to this bid/Seecttication insurance against claims for injuries to versons or damages to property which may arise from or in connection with the performance of the work as a result of this bid by the successful bidder. Its agents. representatives. volunteers. employees or subcontractors. 1.1. Certificates of Insurance and endorsements shall be furnished to the City and approved by the City before work commences. 1.2. The following standard insurance policies shall be required: 1.2.1. General Liability Policy 1.2.2. Automobile Liability Policy 1.2.3. Worker's Compensation Policy 1.3. The following general requirements are applicable to all policies: 1.3.1. Only insurance companies licensed and admitted to do business in the State of Texas shall be accepted. 1.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. 1.3.3. Claims made policies shall not be accepted, except for Professional Liability Insurance. 1.3.4. Upon request, certified copies of all insurance policies shall be furnished to the City 1.3.5. Policies shall include, but not be limited to, the following minimum limits: 1.3.5.1. Minimum Bodily Injury Limits of $300,000.00 per occurrence. 1.3.5.2. Property Damage Insurance with minimum limits of $50,000.00 for each occurrence. 1.3.5.3. Automobile Liability Insurance for all owned, non -owned, and hired vehides with minimum limits for Bodily injury of $100,000.00 each person, and $300,000.00 for each occurrence, and Property Damage Minimum limits of $50,000.00 for each occurrence. 1.3.5.4. Statutory Worker's Compensation Insurance and minimum $100,000.00 Employers Liability Insurance. 1.3.6. Coverage shall be maintained for two years minimum after the termination of the Contract. 1.4. The City shall be entitled, upon request, and without expense to receive copies of insurance policies and all endorsements thereto and may make reasonable request for deletion, revision, or modification of particular policy terms, conditions, limitations, or exdusions (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, the Vendor 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 the bid specification and the insurance endorsements stated below. 1.5. Vendor 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: Page 1 of 4 1.5.1. Provide for an additional insurance endorsement clause declaring the Vendor's insurance as primary. 1.5.2. Name the City and Its officers, employees, and elected officials as additional insured's, (as the interest of each insured may appear) as to all applicable coverage. 1.5.3. Provide thirty days notice to the City of cancellation, non -renewal, or material changes 1.5.4. Remove all language on the certificate of insurance indicating: 1.5.4.1. That the insurance company or agent/broker shall endeavor to notify the City; and, 1.5.4.2. Failure to do so shall impose no obligation of liability of any kind upon the company, its agents, or representatives. 1.5.5. Provide for notice to the City at the addresses listed below by registered mail: 1.5.6. Vendor agrees to waive subrogation against the City, its officers, 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. 1.5.7. Provide that all provisions of this contract 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. 1.5.8. 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. 1.5.9. Vendor shall notify the City in the event of any change in coverage and shall give such notices not less than thirty days prior notice to the change, which notice shall be accomplished by a replacement Certificate of Insurance. 1.5.10. All notices shall be mailed to the City at the following addresses: Assistant City Manager City Attorney City of Round Rock City of Round Rock 221 East Main 309 East Main Round Rock, TX 78664-5299 Round Rock, TX 78664 2. WORKERS COMPENSATION INSURANCE 2.1. Texas Labor Code, Section 406.098 requires workers' compensation insurance coverage for all persons providing services on building or construction projects for a governmental entity. 2.1.1. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -Insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2.1.2. Duration of the protect - includes the time from the beginning of the work on the project until the CONTRACTOR'S /person's work on the project has been completed and accepted by the OWNER. 2.2. Persons providing services on the project ("subcontractor") in Section 406.096 - includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the project, regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity, which furnishes persons to provide services on the project. `Services` include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project `Services" does not Page 2 of 4 Include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2.3. The CONTRACTOR shall provide coverage, based on proper reporting of dassification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the CONTRACTOR providing services on the project, for the duration of the project. 2.4. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the contract. 2.5. If the coverage period shown on the CONTRACTOR'S current certificate of coverage ends during the duration of the project, the CONTRACTOR must, prior to the end of the coverage period, file a new certificate of coverage with the OWNER showing that coverage has been extended. 2.6. The CONTRACTOR shall obtain from each person providing services on a project, and provide to the OWNER: 2.6.1. a certificate of coverage, prior to that person beginning work on the project, so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2.6.2. no later than seven calendar days after receipt by the CONTRACTOR, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 2.7. The CONTRACTOR shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 2.8. The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery, within 10 calendar days after the CONTRACTOR knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. 2.9. The CONTRACTOR shall post on each project site a notice, In the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 2.10. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project, to: 2.10.1, provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for alt its employees providing services on the project, for the duration of the project; 2.10.2. provide to the CONTRACTOR, prior to that person beginning work on the project, a certificate of coverage showing that coverage Is being provided for all employees of the person providing services on a project, for the duration of the project; 2.10.3. provide the CONTRACTOR, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 2.10.3.1. obtain from each other person with whom it contracts, and provide to the CONTRACTOR: 2.10.3.1.1. 2.10.3.1.2. a certificate of coverage, prior to the other person beginning work on the project; and a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, If the coverage period shown on the current certificate of coverage ends during the duration of the project Page 3 of 4 2.10.3.2. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 2.10.3.3. notify the OWNER in writing by certified mail or personal delivery, within 10 calendar days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 2.10.3.4. contractually require each person with whom it contracts, to perform as required by paragraphs (A thru G), with the certificates of coverage to be provided to the person for whom they are providing services. 2.10.3.5. By signing the solicitation associated with this specification, or providing, or causing to be provided a certificate of coverage, the Contractor is representing to the Owner that all employees of the Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the Commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 2.10.3.6. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor that entitles the Owner to declare the contract void if the Contractor does not remedy the breach within ten calendar days after receipt of notice of breach from the owner. Page 4 of 4 ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY Agenda Item No. 10A2. City Council Agenda Summary Sheet Consider a resolution authorizing the Mayor to execute an Agreement for Purchase of Agenda Caption: Police and Fire Department Uniforms from Miller Uniforms and Emblems, Inc. Meeting Date: September 23, 2010 Department: Police Staff Person making presentation: Bryan Williams Chief of Police Item Summary: The City desires to purchase Police Department uniforms for Patrol, K-9, Animal Control, Explorers and Honor Guard, and to purchase Fire Department uniforms for work and dress. This agreement also includes the purchase of associated services including but not limited to on-site sizing, minor and major alterations, delivery, maintenance for all sizing profiles and adequate stocks of garments. Strategic Plan Relevance: 8.0 Maintain and enhance public confidence, satisfaction and trust in City Government. Cost: $183,325.46 annually Source of Funds: General Fund Date of Public Hearing (if required): N/A Recommended Action: Staff recommends approval EXECUTED DOCUMENT FOLLOWS CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF POLICE AND FIRE DEPARTMENT UNIFORMS FROM MILLER UNIFORMS & EMBLEMS, INC. THE STATE OF TEXAS CITY OF ROUND ROCK COUNTY OF WILLIAMSON COUNTY OF TRAVIS KNOW ALL BY THESE PRESENTS: This Agreement is for purchase of Police Department uniforms (for Patrol, K-9, Animal Control, Explorers, and Honor Guard) and for purchase of Fire Department uniforms, and for related goods and services, and is refer Ted to herein as the "Agreement." This Agreement is made and entered into on this the day of the month of S;'1'.'"'"��'i"ve, 2010, by and between the CITY OF ROUND ROCK, TEXAS, a home -rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664, referred to herein as the "City," and MILLER UNIFORMS & EMBLEMS, INC., whose offices are located at 650 Canion Street, Austin, Texas 78752, referred to herein as "Miller" or the "Vendor." This Agreement supersedes and replaces any previous agreement between the named parties, whether oral or written, and whether or not established by custom and practice. RECITALS: WHEREAS, City desires to purchase Police Department uniforms for Patrol, K-9, Animal Control, Explorers, and Honor Guard for work and dress, and to purchase Fire Department uniforms for work and dress, and to purchase associated services including but not limited to on-site sizing, minor and major alterations, delivery, maintenance of all sizing profiles and adequate stocks of garments, and City desires to purchase same from Vendor; and WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and services, and City has selected the Bid submitted by Vendor; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties mutually agree as follows: 198790/jkg �: cv-v'1— 23 -LA -- 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City is obligated to buy specified goods and Vendor is obligated to sell specified goods. The Agreement includes the following: (a) City's Invitation for Bid designated as IFB 10-008, Specification Number 00-200-88-02 revised March/April 2010; (b) Vendor's Response to IFB; (c) the contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Purchaser's Response to IFB; (3) City's Invitation for Bids, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods mean the specified supplies, materials, commodities, or equipment. F. Vendor means Miller Uniforms & Emblems, Inc., or any successors or assigns. 2.01 EFFECTIVE DATE, INITIAL TERM, AND ALLOWABLE RENEWALS A. This Agreement shall be effective on the date it has been signed by both parties hereto, and shall remain in full force and effect unless and until it expires by operation of the term stated herein, or until terminated or extended as provided herein. B. The initial term of this Agreement is for sixty (60) months from the effective date hereof. After that initial term, this Agreement may be renewed for successive terms of twelve (12) months each, not to exceed in the aggregate two (2) such renewals, with such renewals to occur on or before the expiration date of the preceding term, and with such renewals being absolutely predicated upon the express written agreement of both parties. Such renewals are permitted only provided Vendor has performed each and every contractual obligation specified in this original Agreement. 2 C. Prices shall be firm for the duration of this Agreement and for any renewal periods. No separate line item charges shall be permitted for invoicing purposes, including but not limited to equipment rental, demurrage, costs associated with obtaining permits, or any other extraneous charges. City may permit "unit price" adjustments upwards only as a result of a cost increase in goods or services in accordance with the Producers Price Index located at http://stats.bls.gov/ppi/home.htm. Any price increase shall be requested by Vendor in writing and accompanied by the appropriate documentation to justify the requested increase. Vendor may offer price decreases in excess of the allowable percentage change. D. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Vendor as the integrator of choice to supply the goods as outlined in IFB 10-008, Specification Number 00-200-88-02 revised March/April 2010; and Response to IFB submitted by Vendor, all as specified in Exhibit "A" attached hereto and made a part hereof for all purposes. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by Vendor in its Response to the IFB. The goods which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.01 BID ITEMS AWARDED All highlighted bid items on Exhibit "A," which items are City's items, are awarded to Vendor. 5.01 UNIT COSTS Unit costs listed on the bid included as Exhibit "A" shall be the basis of any charges collected by Vendor. Vendor expressly acknowledges and agrees with the following statement contained on the bid: "The quantities shown are estimates for a twelve month period only. No guarantee of any minimum or maximum purchase is made or implied The City will only order the amount needed to satisfy operating requirements." 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Vendor; B. Purchase Order Number; 3 C. Description and quantity of items received; and D. Delivery dates. 7.01 INTERLOCAL COOPERATIVE CONTRACTING / PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 271.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City of Round Rock's bid, with the consent and agreement of the successful vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from lack of exception to this clause in the vendor's response. However, all parties hereby expressly agree that the City of Round Rock is not an agent of, partner to, or representative of those outside agencies or entities and that the City of Round Rock is not obligated or liable for any action or debts that may arise out of such independently -negotiated "piggyback" procurements. 8.01 NON -APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as determined by City's budget for the fiscal year in question. City may effect such termination by giving Vendor a written notice of termination at the end of its then -current fiscal year. 9.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be made by City to Vendor will be made within thirty (30) days of the date City receives goods under this Agreement, the date the performance of the services under this Agreement are completed, or the date City receives a correct invoice for the goods or services, whichever is later. Vendor may charge interest on an overdue payment at the "rate in effect" on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments made by City in the event: (a) There is a bona fide dispute between City and Vendor, a contractor, subcontractor, or supplier about the goods delivered or the service performed that cause the payment to be late; or (b) There is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or 4 (c) The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or (d) The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 10.01 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without liability to Vendor if it is determined by City that gratuities or bribes in the form of entertaiiunent, gifts, or otherwise were offered or given by Vendor or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 12.01 ORDERS PLACED WITH ALTERNATE VENDORS If Vendor cannot provide the goods as specified, City reserves the right and option to obtain the products from another supplier or suppliers. 13.01 INSURANCE Vendor shall meet all requirements as stated in the attached Invitation for Bid No. IFB 10-008, Specification No. 00-200-88-02 revised March/April 2010 (including Attachment A entitled "City of Round Rock Insurance Requirements" and all attachments and exhibits); and its bid response. 14.01 CITY'S REPRESENTATIVE City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: For Police Department: Jennifer Soto Logistics Officer I Round Rock Police Department, Patrol Division 615 East Palm Valley Boulevard Round Rock, Texas 78664 512-218-6675 5 For Fire Department: Charles Messerole Fire Logistics Officer II Round Rock Fire Department 2919 Joe DiMaggio Boulevard Round Rock, Texas 78664 512-218-3203 15.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perforin hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 16.01 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re -advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Vendor shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; C. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 17.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Vendor. B. In the event of any default by Vendor, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Vendor. 6 C. Vendor has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Vendor that portion of the charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 18.01 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 19.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. 20.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 7 1. When delivered personally to the recipient's address as stated in this Agreement; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Vendor: Miller Uniforms & Emblems, Inc. 650 Canion Street Austin, TX 78752 Notice to City: Assistant City Manager 221 East Main Street Round Rock, TX 78664 Stephen L. Sheets, City Attorney AND TO: 309 East Main Street Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 23.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing. 24.01 DISPUTE RESOLUTION If a dispute or claim arises under this Agreement, the parties agree to first try to resolve the dispute or claim by appropriate internal means, including referral to each party's senior management. If the parties cannot reach a mutually satisfactory resolution, then and in that event any such dispute or claim will be sought to be resolved with the help of a mutually selected mediator. If the parties cannot agree on a mediator, City and Vendor shall each select a mediator and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney fees, associated with the mediation shall be shared equally by the parties. 8 City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 25.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 26.01 MISCELLANEOUS PROVISIONS Standard of Care. Vendor represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Vendor understands and agrees that time is of the essence and that any failure of Vendor to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Vendor's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. 9 City of Round Rock, Texas Miller Uniforms & Emblems, Inc. By: .,� By: (-(.Cc( Printed Name:yt IL[:yV Printed Name: KcAl; //,r Title: A/MAlf or Title: t s«'' n `f Date Signed: CI • Z3. J d Attest: By: tf#21/1- •U - Sara L. White, City Secretary For City A roveds to orm: i Stephan 1 . Sheets, City Attorney Date Signed: e 7/2 7/fp 10 BIDS ARE OLE TO THE PURCHASING OFFICE AT THE ABOVE ADDRESS BEFOIE BID OPENING TINE. INVOICE TO: City of Rovnd Rock Accounts Payable 221 East Main Street Round Rock, Texas 78664 BID F.O.I DESTINATION UNLESS OTHERWISE SPECIRED BELOW DESTINATION: City of Round Rock Police Dept , 615 Palm Volley, Fire Dept., 203 Commerce, Round Rock, Texas 78664 INVITATION FOR 81D (IFB) CITY OF ROUND ROCK PURCHASING OFFICE 221 E. Main Street Round Rock. Texas 78664.5299 FACSIMILE RESPONSES SHALL NOT 8E ACCEPTED SHOW NO OPENING DATE & BID NUMBER IN LONER LEFT HAND BIDDER SHALL SIGN BELOW CORNER OF SEALED BID ENVELOPE & Failure to sign bid will disqualify bld SHOW RETURN ADDRESS OF BIDDING FIRM. Authorized Signature BIDDING INFORMATION: POLICE 8. FIRE LNIFORMS BID NUMBER 10.008 OPENING DATE: 4/27/2010 TIME: 300PM BID LOCATION: 221 East Main Street, Council Chambers, Round Rock TX 78664 RETURN SIGNED ORIGNAL AND ONE COPY OF BID s 641-T-1 4. #v(i !%.r Print Name SEE 1.70N BACK FOR INSTRUCTIONS: TAX ID NO: 1L_2-41 LEGAL BUSINESS NAME: ! " r r 4,- (/ 'IA ryt y- f u /e ots ADDRESS: j can r a n g ADDRESS: r< VJ I r1.� -Tx 78 % s-'2- CONTACT: -2CONTACT: n 6 Iii)fr TELEPHONE NO. 5"/2. -+a1D Z -F-51 , BUSINESS ENTITY TYPE: J ' CO riff 6 r+ _+ 01t- '- 7g --M J t er "By the signature hereon affixed, the bldder hereby certifies that neither the bidder nor the entity represented by the bktder, or anyone acting for such entity hos violated the antitrust laws of this State, codfiled In Section 15.01 el seq., Texas Business and Commerce Code, or the Federal antitrust lows. nor communicated directly or indirectly, the bid made to any competitor or any other person engaged In such line of business." Bidder agrees to comply with all conditions set lath below and on the reverse sIde of this IFB. This is for a multiple yeor agreement for Police and Fire Uniforms in accordance with specificotion No. 00-200-88-02, revised 4-2010 (11 pgsj, Attachment A Insurance (4pg) The quantities shown are estimates for o twelve month period only. No guorontee of ony minimum or moximum purchase is mode or implied. The City will only order the amount needed to satisfy operating requirements. EXHIBIT rrAn (,f%.ra0-r)O ITEM # CLASS R. ITEM DESCRIPTION 200-88 QTY UNIT UNIT COST EXTENSION 1 Patrol - Shirt, Slayer #8460Z. Short Sleeve. Men, w/minor oiterations. 100- EA L sv n C7 . 2 Patrol - Shirt, Slayer #84601. Short Sleeve. Men, w/major olterotions. 300 EA �� ce ' � �7 �, 00 9 7 3 Patrol - Shirt, Mauer #8610Z. Short Sleeve. Men, w/minor alterations. 200 EA ,/� 7 -r ' / 7 9 00 4 Patrol - Shirt, Blouer 486101, Short Sleeve, Men, w/mojor olterotions. 150 EA "'7 '�S `( 4-5J -74-1'7 _ 5-U 5 Patrol - Shirt Mauer 48460W7, Short Sleeve. Women, w/minor olterotions. 15 EA Ja `j ^� ry lD y '//. - EXHIBIT rrAn (,f%.ra0-r)O City of Round Rock IFB No.10-008 Police and Fire Uniforms BOD: 4/27/10 3:00 P.M. 11D‘SHEET, ITEM 8 CLASS IL DEM DESCRIPTION 200-88 QTY UNIT UNIT COST EXTENSION 6 Patrol- Shirt Bauer #8460W1, Short Sleeve, Women, w/mojor alterations 15 EA 10, 5.-6 rro 7 Patrol • Shirt Slayer #8610W2 Short Sleeve, Women, with minor olterotions. IP FA . /1- 4. 5:6 8 Patrol - Shirt. Blauer #8610w1 - Short Sleeve. Women. w/mojor alterations 15 EA 0. Pi-- 74/. Pi-- 9 Potrol - Shirt Blauer #84507- Long Sleeve. Men. with minor olterotions. 20 EA 6,q, 66 /39o. oe, 10 : Nod_ Shirt Btouer #84507- Long Sleeve. Men, with mojor alterations. 50 EA S t CO 47c.-00 11 Patrol • Shirt Blouer #86007 - Long Sleeve. Men, with minor alterations. 100 EA /17. 12 Patrol - Shirt Blouer #86007- Long Sleeve. Men, with major alterations. 3C0 EA c -a, -"() 4- /6 1 d. 40 13 PotrOl- Shirt Mover #8450W7 -Long Sleeve. Women, with minor alterations. 15 EA 42, Co a 5 7 0 14 Poirot - Shkt Mauer #84500/1 - Long Sleeve. Women, with major alienations. 15 EA c i cb Si 7-5'0 15 Patrol -Shirt Blauer #8600WZ- Long Sleeve, Women, with minor alterations. 10 EA 419% e;t7 '44---; del 16 Patrol - Shirt Waiter #8600W1- Long Sleeve, Women. with major alterations. 10 EA 61 ca 5-1-.0o 17 Patrol - Stover - Trouser Men, #8560 with minor alterations. 200 EA 6? , 56 /3*. 00 18 Patrol - Brauer- Trouser Men, #8560 with mojor otterotions. 400 EA -79. go 3/8M. 00 19 Patrol • Blouer - Trouser Men, 08560 with striping 75 EA '7 g 5-0 s -96;t_ so 20 Patrol - Blouer - Trouser Men, #8650 with minor alterations. 130 EA 4-..- a d 6140.00 21 Patrol - Blouer - Trouser Men. #8650 with mojor alterations. 130 EA 52. 06 ‘74,0. 00 22 Potrol - Blouer - Trouser Men, 88650 with striping 60 EA 5'2. 00 3 $70 /81). 23 Poirot - Sauer - Trouser Women 88560W with minor alterations. 5 EA (9 56 34/. 5-0 24 Patrol - Slaver - Trouser Women #8560W with major ailernations. 5 EA 7 9:5-6 3Y rt 671 25 Patrol - Slaver - Trouser Women #8560W with striping. 2 EA 7?. 56 /5r/do 0 26 Patrol - Blauer - Trouser Women #8650W with minor alterations 5 EA i• 0() IP -10. 00 27 Potrol - 8louer • Trouser Women #8650W with major alternotions. 5 EA 5-.. DO ;464. a 0 28 Blauer - Trouser Women #8650W with striping. 2 EA 9-2 .06 /01: OD 29 Ties, S Broome, Clip -on type. 100% Poly., oil lengths 20 EA 5.-95'- /19 .O0 2 of 7 City of Round Rock IFB No. 10-008 Police and Fre Uniforms SOD: 4/27/10 300 P.M. '- - ,-... ,, - - . .--. -..7 - , •= . ; ,., - - -'. - - . 2 :.---- : -,4110 SHEET s ITEM fi CLASS S. ITEM DESCRIPTION 200-88 QTY UNIT UNIT COST EXTENSION 30 Blouer #8565, Cargo Pont - Mole. with minor alterations. 200 EA '7642 ao /1100.00 31 Blauer #8565, Cargo Pont - Mole. with major olterotions. 300 EA 19' 00 2-5g00 . 00 32 Blouer #8565. Cargo Pont - Mole. Oversize, with major olterotions. Indicate sizes 44- to 5-0 100 EA 9?. 40 q ?id . 170 33 Btouer #8565W. Cargo Pont - Female. with minor alterations 100 EA 71:00 74---0.ov 34 Blauer #8565W, Crygo Pont - Female. with major alterations. 100 EA g 1; 0 0 Y 44 0.00 35 Blouer 48565W, Cargo Pant - Femole. Oversize, with mojor olterotions. Indicate sizes 9-2-- to 1-4-. 100 EA q2--. 1 9710. 6D 36 Jacket - Blouer #6125 20 EA /5-9. 50 /?O. O 37 Jacket - Blouer #9910Z 20 EA 24.5: 00 5-900.66 38 Raincoat - Blouer # 26990 50 EA 1/ e 3-0 5--ei,?--.00 39 Roincoot - &truer # 733 50 EA AO/ 00 geil52an 40 Second Line Transfer for reversible roincool-both sides 20 EA a9 Gi. 00 'i_ 00 41 Shirt short sleeve. pugover. Blouer * 8130 15 EA 0. 50 70 .6-0 42 Shirt. shod steeve„pmltrer. Weber # 8130 Oversize Indicate sizes IKL- to 4' X 5 EA 61: 15" 3.7.47 43 Shirt. Blauer # 8135, short sleeve, wMpper, 40 EA V 5-0 ;1060.00 44 Shirt, Brauer # 8135, short sleeve, w/zipper. Oversize indicate sizes .34.. ,to 4 - X I-- 20 EA 6 4 lc- /33f:oo 45 Shirt. Blauer *8140, Long sleeve, pullover, 40 EA 59 so 0 -,go. oo 46 MK 81auer 18140, Long sleeve, pullover, oversize indicate sizes ,fi- to 4.4!1- 20 EA /7- 5'-' /5-11, 00 47 Shirt, Blouer #8145, Long sleeve. w/zipper, 40 EA 6 1. 60 2-460,00 48 Shirt. Blouer #8145, Long sleeve, w/zipper. oversize indicate sizes 3X I- to 43 a 20 EA 79.95" t5-99.60 49 Following Items shall be provide os noted on the purchase order for the Shirt above: Embroidered Names 700 EA 6,00 IVO - 00 50 Embroidered None Patch 'Police" 15 EA 5:700 7. 00 51 Reflective back transfer 15 EA / 2.. 00 tt.poo 52 Reflective cuffs 15 PR /0,06 / SQ. 00 53 Reflective Sleevea tar -Long sleeve 15 PR /0.00 /5-.00 Short. 54 alterations Blouer # 8841X w/ side cargo pockets. Mole, w/minor 50 EA 57 ---0 ,987500 Shorts. 55 alterations Blauer # 8841X, w/ side cargo pockets. Mole. w/major 50 EA 67.5-o 337570o Shorts. w/minor 56 _4-4 Btouer # 8841X w/ side corgi pockets. Mole. Oversize otterotions Indicate sizes to ero to EA 61.4c. 63o1:-52) 3 of 7 City of Round Rock IFB No. 10-008 Police and Fire Uniforms BOD: 4/27/10 t 3.00 P.M. 62 Shorts, Blouer # 8810X w/ side cargo pockets, Mole 40 EA 461. 7C g -c -V. co 63 Shorts. Blouer # 8810X, w/ side cargo pockets. Mare Oversize indicate sizes Atte 5"Zi 10 EA 69, 61" 6K go 64 Shorts. !Mauer 18810WX, w/ side corgo pockets, Female, 5 EA 41.75- 3/6. >"-- 65 Shorts, Blauer 1 88TOWX. w/ side co rgo pockets, Female, Oversize Indicote sizes j4- to 2 EA 69. Cg 66 67 68 Shorts. Moceon 11063, w/ side cargo pockets, Mole,w/minor alterations Shorts. Mocean 11063, w/ side corgo pockets, Male, w/mojor alterations Shorts. Mocean 11063, w/ side corgo pockets, Mole, Oversize w/minor alterations Indicate sizes.44- to 5-0 50 50 EA EA 45. 5-0 5 EA 9- 6 9 qqoo ?8$.6f' 69 70 71 72 73 Shorts, Mocean 11063, w/ side cargo pockets, MoleOversize w/major alterations Indicate sizes 44 to /-0 Shirt. filmier 184501 long sleeve. 444r (jvarct Shirt, Mauer #8450WZ long sleeve /-11VICI erackrcl. Shirt, Wooer 48421, short sleeve. Male, white or med. Blue Shirt. Mauer 48421, short sleeve, Mole, while or blue, Oversize Indicate sizes e3XL-- to Y--/- 5 15 3 40 10 EA EA EA EA EA 6 R. 4-3 42. 4ko 74 Shirt, Blauer 48421W short sleeve. Femole, 25 EA £?% a; cb 75 Shirt, Blouer 18421W short sleeve. Female. - Oversize Indicate sizes #6 to 4.' 4 EA eiz /6f. 00 76 Shirt, Blouer 48431, long sleeve, Mole, whitel or blue 40 EA '56.25" 77 Shirt (Hauer 48431, long sleeve, Mole., White or Blue, Oversize Indicate SIM /6 to 4 f( 10 EA 414'3 45-0.00 78 Shirt, Blouer 18431 W, long sleeve, Female 15 EA le. 26 1 1.30 4 of 7 ITEM # CLASS I. ITEM DESCRIPTION 200-88 QTY UNIT UNIT COST EXTENSION 57 Shorts. Blauer # 8841X. w/side cargo pockets, Mole, Oversize w/moja alterations Indicate sizes 44- to 5-0 10 EA 71. z. -•- '74 -d -5-P 58 Shorts, Brauer 0 8841WX, w/ side corgo pockets. Female, w/minor alterolions 5 EA 6-7 5-0 V-8 1. "--0 59 Shorts, Blom 1 8941WX. w/ side corgo pockets. Femole, w/major alterations 5 EA377.6o 60 Shorts, Mauer 4 8841WX, w/ side corgo pockets. Female, Oversize w/minor olterotions Indicate- sizes 74- to 2.1--. _ . 2 EA 65.7-C / 0.6.5-o 61 Shorts, Blauer 4 8841WX, w/ side cargo pockets. Femole, Oversize w/major alterations Indicate sizes 74- to I-4- 2 EA 2 ‘. 7-6" /'r. CO 62 Shorts, Blouer # 8810X w/ side cargo pockets, Mole 40 EA 461. 7C g -c -V. co 63 Shorts. Blouer # 8810X, w/ side cargo pockets. Mare Oversize indicate sizes Atte 5"Zi 10 EA 69, 61" 6K go 64 Shorts. !Mauer 18810WX, w/ side corgo pockets, Female, 5 EA 41.75- 3/6. >"-- 65 Shorts, Blauer 1 88TOWX. w/ side co rgo pockets, Female, Oversize Indicote sizes j4- to 2 EA 69. Cg 66 67 68 Shorts. Moceon 11063, w/ side cargo pockets, Mole,w/minor alterations Shorts. Mocean 11063, w/ side corgo pockets, Male, w/mojor alterations Shorts. Mocean 11063, w/ side corgo pockets, Mole, Oversize w/minor alterations Indicate sizes.44- to 5-0 50 50 EA EA 45. 5-0 5 EA 9- 6 9 qqoo ?8$.6f' 69 70 71 72 73 Shorts, Mocean 11063, w/ side cargo pockets, MoleOversize w/major alterations Indicate sizes 44 to /-0 Shirt. filmier 184501 long sleeve. 444r (jvarct Shirt, Mauer #8450WZ long sleeve /-11VICI erackrcl. Shirt, Wooer 48421, short sleeve. Male, white or med. Blue Shirt. Mauer 48421, short sleeve, Mole, while or blue, Oversize Indicate sizes e3XL-- to Y--/- 5 15 3 40 10 EA EA EA EA EA 6 R. 4-3 42. 4ko 74 Shirt, Blauer 48421W short sleeve. Femole, 25 EA £?% a; cb 75 Shirt, Blouer 18421W short sleeve. Female. - Oversize Indicate sizes #6 to 4.' 4 EA eiz /6f. 00 76 Shirt, Blouer 48431, long sleeve, Mole, whitel or blue 40 EA '56.25" 77 Shirt (Hauer 48431, long sleeve, Mole., White or Blue, Oversize Indicate SIM /6 to 4 f( 10 EA 414'3 45-0.00 78 Shirt, Blouer 18431 W, long sleeve, Female 15 EA le. 26 1 1.30 4 of 7 City of Round Rock IFB No. 10-008 Police and Fire Uniforms BOD: 4/27/10 f6' 300 P.M. 5 of 7 - ITEM # CLASS t ITEM DESCRIPTION 200-88 QTY UNIT UNIT COST EXTENSION 79 Shirt, Blouer #8431W long sleeve. Femole Oversize Indicate sizes & to fe 4 EA 4y, i /6e• S9-- 80 Pont. 511 Tocticol #74003/64359 30 EA 59.99 / /q y. 70 81 Pant. 511 Tactical #74003/64359 -Oversize Indicate sizes 3X1- to 4XL 4 41- 9 9 /99;96 82 Shirt. Propper #F530138405 30 EA EA % �- 6-0 91�ov 83 Shirt, Propper #F530138405 - Oversize lndicote sizes 2X t_ to 4XL 10 7. 3e j7 to 84 Shirt, BDU, Block Propper # F545238001 20 EA EA 3 2-. 5"40 f-. 650.00 85 Shirt. BDU, Block Propper # F545238001- Oversize Indicate sizes 24 i•-- to 4XL. 5 3 c7 V.v 3� e6.90 86 Pants. Propper #F520138001 20 EA EA 32 . co / 64'6. O0 87 sizPes sts, ZX�2 PF538001- Oversize Indicote to 4XL_5 EA 3 7. 3 e re‘ . 90 88 Shirt, Tru Spec #1267 15 EA 9.5"0 5F0.5-0 89 Shirt, 24/7 series If 10540 r% 070 '`I ,{ ' 15 EA 39. 64 5fg. SO 90 Ponts Tru Spec If 1268 15 EA 3 9. h'L 59g. 5b 91 Pants 24/7 series P1064 15 EA -9 5-0 51g. iD 92 Firefighter -Work Shirt, Short Sleeve. Toppi #SH990220, Light Bette 200 EA 43 • cO p 7.00. 00 93 firefighter - Work Shirt, Short Sleeve. Topps *SH990220, Light Blue -Oversize Indicate sires XXL— to '3 CA 20 � 0 1044%00 94 Firefighter - Nomex Shirt, Short Sleeve, Topps #SH96-5520 200 EA 7'I] . 5 0 / zjr9 00. 0 0 95 Firefighter - Nomex Shirt, Short Sleeve. Topps #SH96-5520 Oversize Indicate sizes XXI - to V L- 20 EA /� (]--4.06 7p 140 / t 8.1)0 96 Firefighter - Nomex Shirt Long Sleeve, Topps #SH95.550, 100 EA Q p • 06 /�} 6)460.00 97 Firefighter • Nomex Shirt, Long Sleeve. Topps PSH95.550 - Oversize Indicate sizes )0(1 --to y < 20 EA /0 .x0 ga64. 00 98 Firefighter - Work Shirt, Long Sleeve, Topps #SFf970220, Light Blue 100 EA 48' .0 4 8'y ©, o0 99 Firefighter - Work Shirt, Long Sleeve, Topps #SH970220. Light Blue - Oversize Indicate sizes XXto 7X1— 20 EA !� J /,G 4- (1) 100 Firelighter - Professional Polo w/logo, 511 Tactical 441060 80 EA 36 - 9 [ 7379 JO 101 Firefighter - Professional Polo,w/logo, 511 lactitol 441060 - Oversize Indicate sizes ?)U- to 5YL.- 20 EA r 4/. ( [QJ CI v -3/I, eo 102 Personolizotion for Polo 1 EA 6 . 00 o L.60 5 of 7 City of Round Rock IFB No.10-008 Police and Fire Uniforms BOD: 4/27/10 @ 31:10 P.M. 6 of 7 ITEM 1 CLASS 5 ITEM DESCRIPTION 200-88 QTY UNIT UNIT COST EXTENSION 103 Firefighter - Work Trouser. Workrite 4475NMX75NB. Navy 200 EA / 3 7 V0.00 104 Firefighter • Work Trouser. Workrite 4475NNix75N8. Navy- Extra Long and oversize Indicate sizes )(S/ XXL, 0_Ai6'S 20 EA /65. 69 ''5/ 3. rO 105 Firefighter - Nomex Trouser. lopps I/PA70-5605 200 EA 89.50 /79'0•00 106 Firefighter - 100% cotton Tactical pant, 511 Tactical #/4251 100 EA 9. 99 39 ?..0o 107 Firefighter. - 100% cotton Tactical pont, 51 Tacticol 474251 Oversize and Extro Long Indicate sizes 46 to 54 20 EA 1/-q• 51 999. 80 108 Firefighter - Nomex Trouser. Topps 413A70-5605 - Oversize Indicote sizes 57.1 to 64" 100 EA /07.4-0 /0 74-0-oo 109 Firefighter - Jacket. Mauer #61208K. Black with silver or go!d FO buttons 30 EA /5f, ca 4 -/SC. 00 110 Firefighter - Jacket. !Mauer 498451 20 EA 78 00 5700. 00 111 Second Line Reflective Transfer for 98451 10 EA /1-• 00 / g0 . t.li, 112 Front Reflective Transfer on fabric. then sewn for 9845/ 10 EA /0.60 / Oa cid 113 Firefighter - Windbreaker. Liberty 856011/4414V, waterproof & windproof. dark blue 30 EA 14. co 705:0 114 Firefighter - Windbreaker. Liberty #560MNV. woterproof & winds:roof, dark blue - Oyersize Indicate sizes )(Az. to 4-j' i_. 20 EA 7-0: 89— 5/7.04) 115 Firefighter -Dress Blazer. Fechelmer 41788696C w/bodge fob. dotnavy 20 EA ?Aic. Oti 59490.0-0 116 Firefighter -Dress Blazer. Fecheimer 41788696C w/bogge tob dark navy - Oversize Indicate sizes 51- fo .5 "r 5 EA 3 24 5i, /6 as C-0 117 Firefighter -Oren pants, FecheImer #28P8696. dark novy 20 EA 92. 5-0 /950.60 118 Firefighter -Dress pants. Fechelmer 428,P8696, dark navy - Oversize Indicate sizes 'Pt b 50 5 EA (e'.75-- 119 Firefighter -Dress Shirt, white. long sleeve. Perfection #1000WH 20 EA 4. Ps 7P67a0 Firefighter 120 sizes -Dress Shirt, White. long sleeve. Perfection 41000WH - Oversize Indicate 1'8 to 2 0 5 EA 1-7. 1 5 121 Firefighter -Dress Belt. Potent leother 46580 20 EA /9. 00 380.elo 6 of 7 City of Round Rock IF8 No.10-008 Police and Fire Uniforms BOD: 4/27/103' 3..00 P.M. 7ot7 :BIG Slifi : ITEM # CLASS S. I1EM DESCRIPTION 200-98 QTY UNIT UNIT COST EXTENSION 122 Firefighter -Dress Shoes. Patent leather #831-.6QRr 401 20 PAIR 69. oo /'O. prj 123 Firefighter -Dress Cop. Dress #9807 20 EA r5,-.00 /5r0-60 124 Firefighter -Dress Cop. Insignia 20 EA P. 00 400 125 Firefighter -Dress Cross. Moltese, left sleeve 40 EA '� 95 1/1. 00 126 Firefighter -Dress Stripe, tett E. right sleeve 40 PAIR / Z. 00 4O. ao 127 ALTERATIONS - Please Include cost for minor and major alierations alter the Initial order where alteration are Included In 1 EA II, 00 i/ (}-d the purchase Minor Alteration: Hemming 128 Sewing on Patches. chevrons and stripes 1 EA ijr, 0a 6:00 129 Removing/adding Potches 1 EA q. 00 9. ed 130 Sew Trouser pocket closed 1 EA 5:60 <4 0 131 Mojor Alterations: 1 EA /0. 00 /D DO Striping of trouser 132 waist altering 1 EA //.115— /3 . ZC- 133 altering tong sleeves 1 EA Al: 00 /4' 0D 134 Tapering trouser leg 1 EA /g 50 /8, so 135 thigh. seot and crotch of trouser 1 EA ao. 5-o '4.53 136 Alter and hem shirt toil 1 EA 1/ 5-0 //, 67) 137 Tapering shirt 1 EA /5 d0 /y : ay GRAND TOTAL #07 4:^r71 7ot7 4 0062[; SPECIFICATION NO. 00-200-88-02 Revised: April2010 CITY OF ROUND ROCK POLICE AND FIRE UNIFORMS PART I GENERAL 1. PURPOSE: The City seeks to establish a multiple year contract with a responsible bidder that has the means and ability to supply work and dress uniforms, application of patches supplied by agency for Patrol, K-9, Animal Control, Explorers, Honor Guard and Fire. Services shall include, but not limited to on-site sizing, minor and major alterations, delivery, maintaining all sizing profiles and adequate stock of garments to outfit new officers and replace garments as needed and in the specified time period throughout the contract year and any extensions. 2. DEFINITIONS: The following definitions will be used for identified terms throughout the specification and bid document: 2.1. Agreement — A mutually binding legal document obligating the Vendor to furnish the goods, equipment or services, and obligating the City to pay for it. 2.2. Bid/Proposal - is a complete, properly signed response to a Solicitation that if accepted, would bind the Bidder/Proposer to perform the resulting contract. 2.3. Bidder/Proper identified throughout this specification shall describe persons and entities that consider themselves qualified to provide the goods, equipment or services. 2.4, City — Identifies the City of Round Rock, Travis and Williamson Counties, Texas. 2.5. Goods represent materials, supplies, commodities and equipment. 2.6. Piggyback Contract —A term used to identify contract/agreement or purchase order that has been competitively bid in accordance with State of Texas statutes, rules, policies and procedures and have been extended for the use of state and local agencies and active State of Texas CO-OP entities. 2.7. Purchase Order - is an order placed by the Purchasing Office for the purchase of Goods or Services written on the City's standard Purchase Order form and which, when accepted by the Bidder, becomes a contract. The Purchase Order is the Bidder's authority to deliver and invoice the City for Goods or Services specified, and the City's commitment to accept the Goods or Services for an agreed upon price. 2.8. Services - work performed to meet a demand. The furnishing of labor, time, or effort by the vendor and their ability to comply with promised delivery dates, specification and technical assistance specified 2.9. Subcontractor - Any person or business enterprise providing goods, labor, and/or services to a Vendor if such goods, equipment, labor, and/or services are procured or used in fulfillment of the Vendor's obligations arising from a contract with the City. 2.10. Vendor — (Sometimes referred to as Contractor) A person or business enterprise providing goods, equipment, labor and/or services to the City as fulfillment of obligations arising from an agreement or purchase order. 2.11. Goods - represent materials, supplies, commodities and equipment. Page 1 of 11 SPECIFICATION NO. 00-200-88-02 Revised: April2010 3. CONFLICT OF INTEREST: Effective January 1, 2006, Chapter 176 of the Texas Local Government Code (House Bill 914) requires that any vendor or person considering doing business with a local government entity disclose the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local govemment entity. The Conflict of Interest Questionnaire form Is available from the Texas Ethics Commission at www.ethics.state.tx.us. Completed Conflict of Interest Questionnaires may be mailed or delivered by hand to the City Secretary. If mailing a completed form, please mail to: City of Round Rock City Secretary 221 East Main Street Round Rock, Texas 7866 Any attempt to intentionally or unintentionally conceal or obfuscate a conflict of interest may automatically result in the disqualification of the vendor's proposal. 4. CLARIFICATION: For clarification of specifications, bidders may contact: Carolyn Brooks Purchasing City of Round Rock Telephone: 512-218-3295 Fax: 512 218-7028 cmb@round-rock.tx.us The individual listed above may be contacted by telephone or visited for clarification of the specifications only. No authority is intended or Implied that specifications may be amended or alterations accepted prior to bid opening without written approval of the City of Round Rock through the Purchasing Division. 5. BEST VALUE: All bids received shall be evaluated based on the best value for the City. In determining best value, the City may consider: 5.1. The purchase price; 5.2. Reputation of the bidder and of bidder's goods and services; 5.3. The quality of the bidder's goods or services; 5.4. The extent to which the goods or services meet the City's needs; 5.5. Bidder's past relationship with the City; 5.6. The total long-term cost to the Municipality to acquire the bidder's goods or services; and 5.7. Any relevant criteria specifically listed in the solicitation. 6. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of a bid, the City of Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Bidder to the City Official or Employee evaluating or considering the bids prior to the time a bid decision has been made. Communication between Bidder and the City will be initiated by the appropriate City OfflcIal or Employee In order to obtain information or clarification needed to develop a proper and accurate evaluation of the bid. Ex parte communication may be grounds for disqualifying the offending Bidder from consideration or award of the bid then in evaluation, or any future bid. Page 2 of 11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 PART 11 SPECIFICATIONS 1. SCOPE: This specification describes a service to provide the Police and Fire departments with standard and dress uniforms including patches provided by the agency for Patrol, K-9, Animal Control, Explorers, Honor Guard and Firefighters. Vendor shall provide services to include, but not limited to on-site sizing, minor and major alterations and delivery; maintaining all sizing profiles and adequate stock of garments to outfit new officers and replace garments as needed and in the specified time period throughout the contract and any renewal period. 2. JNTENDED USE: It is the intent of the City to outfit each police officer and firefighter with a wardrobe of the brands specified to maintain uniformity, standardization and the quality appearance of our officers within the community. All garment care will be as recommended by the manufacturer. 3. BIDDER QUALIFICATIONS: The opening of a bid will not be construed as the City's acceptance of such bidder as qualified and responsible. All bidders shall: 3.1. Be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of commodity or provision of the services as specified herein. 3.2. Have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to the City. 3.3. Provide references to include the name, address, telephone number and point of contact of at least three entities for which the bidder has preformed similar service and or utilized the exact technology within the past three years. Any negative responses received may result in disqualification of bid. NOTE: Reference form provided. 3.4. Identify any other subcontractors to be used for this project. Experience, qualifications and references of the subcontractors shall be submitted. The City reserves the right to approve or disapprove ail subcontractors prior to any work being performed. 4. STANDARD ISSUE: 4.1. Police: Initial wardrobe, unless otherwise specified, consists of three long-sleeved and four short -sleeved shirts, five trousers (1 w/strip), jacket with patches and raincoat; thereafter, individual pieces are replaced as needed. 4.2. Firefighter: Initial wardrobe, unless otherwise specified, consists of two long sleeved and four short sleeved shirts, four trousers; jacket and windbreaker, thereafter, Individual pieces shall be replaced as needed. 5. BRANDS: The uniform manufacturers and style listed are required for durability and availability, as well as standardization, uniformity within each department and the quality appearance of our officers within the community. NOTE: Any other brand or style not specifically requested will Ea be considered. 6. SiZES: All shirts and trousers furnished shall be manufacturer's standard off the shelf sizes. Sizes shall include, but not be limited to the following: 6.1. Shirts: NOTE: not all sleeve lengths are required for every size Men's Women's Collar sizes --14.5 through 19.5 Bust size, reg. and 1/2 sizes — 32 thru 46 Sleeve length - 31/32 through 36/37 Chest size, reg. and' sizes 20 thru 30.5 Page 3 of 11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 6.2. Trousers: All trousers furnished shall be manufacturer's standard off the shelf sizes. Sizes shall include, but not be limited to the following: NOTE: Sizes shall come in regular lengths and some extra long lengths. Men's Women's Waist sizes — 28 through 54 Pant sizes — 2 through 24 Men's Fire Waist sizes -- X -Small through XXX -Large 7. LABELING: All garments shall be permanently labeled with the manufacturer, country of origin, size, fabric content and care instructions. 8. PRESSING AND FINISHING: 8.1 Shirts shall have all loose threads trimmed and garments shall be pressed completely before packaging. 8.2. Trousers shall have all loose threads trimmed and be completely pressed properly with the seat seam, inseam and outseam pressed open. 9. PATROL: Uniform shall be Blauer "police blue" in the styles specified below. NOTE: The Vendor shall supply the Blauer 55145 blend in shirts and trousers until supply is depleted. Vendor shall package together (e.g. Provide 55/45 blend shirt with 55/45 trouser as a set) Do not mix 75/25 with 55145 garments where possible. 9.1. Shirt: "Z" = concealed zipper 9.1.1. Male: Short Sleeve: Blauer No. 8460Z Long Sleeve: Blauer No. 8450Z Short Sleeve: Blauer No. 8610Z Long Sleeve: Blauer No. 8600Z 9.1.2. Female: Short Sleeve: Blauer No. 8460WZ Long Sleeve: Blauer No. 8450WZ Short Sleeve: Blauer No. 8610WZ Long Sleeve: Blauer No. 8600WZ 9.2. Trouser: 9.2.1. Male Blauer style No. 8560 Blauer style No. 8650 9.2.2. Female Blauer style No. 8560W Blauer style No. 8650W (75%Poly/25%wool) (75%Poly/25%wool) (100%Poly) (100%Poly) (75%Poly/25%wool) (75%Poly/25%wool) (100%Poly) (100%Poly) (75%Poly/25%wool) (100%Poly) (75%Poly/25%wool) (100%Poly) 9.2.3. Striping: When specified, a strip shall be applied to trouser leg when manufactured or aftermarket. Striping shall be a two-color braided stripe approximately 'A inch wide, 1/8 inch black on both sides and 'A inch inside royal blue or as specified by the entity. Example: Rice Braid Article No. ON2008 (Black/Royal 63). Page 4 of 11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 9.3. Carao Pant;: 9.3.1. Male — Blauer style No. 8565 9.3.2. Female — Blauer style No. 8565W 9.4. Raincoat: 9.4.1. Blauer style No.26990, black reversing to HI -Vis yellow with Scotchlite reflective trim around chest and cuffs 9.4.2. Blauer style No. 733, reversible, waterproof, windproof, breathable laminate with Scotchlite reflective trim around chest, sleeves, and cuffs on HI -Vis side 9.4.2.1. Transfer: Unless otherwise specified, all raincoats shall have heat transfers on inside and outside of the coat. The transfer shall spell out department name in three and one half inch reflective letters across the back. letters shall be reflective: 9.4.2.1.1. White on the black side of coat. 9.4.2.1.2. Silver on the yellow side of coat. 9.5. VEST: High Visibility, ANSI compliant 9.5.1. Blauer No. 339P/339F — Hi Vis ANSI compliant Vest with Police or Fire 9.5.2. Blauer No. 339 — Hi Vis ANSI compliant Vest. 9.6. Jacket: 9.6.1. Blauer style No. 6125 - dark navy, Taslon nylon B. Dry shell, waterproof, windproof, breathable lining, zip -out b. warm insulated quilted liner with zip -off sleeves. 9.6.2. Blauer style No. 9910Z — waist length with shirred back waistband, Crosstech fabric, zip -out, full body and sleeve quilted insulated liner, drop shoulder 9.7. Summer/Bike Uniform: 9.7.1. Shirt: Blauer style No. 8130, Short sleeve pullover Blauer style No. 8135, Short sleeve with zipper Blauer style No. 8140, Long sleeve pullover Blauer style No. 8145, Long sleeve with zipper 9.7.2. Shorts: Blauer style No. 8841X/1/8841WX-1(men/women), Poly/Cotton with side cargo pockets. Blauer, style No. 8810X/8810XW (men/women), Poly/Cotton with side cargo pockets. Mocean, style No. 1063 — Polyester Side Cargo shorts 10. HONOR GUARD: Uniform shall be Blauer "police blue" in the styles specified. NOTE: The Vendor shall supply the Blauer 55/45 blend in shirts and trousers until supply is depleted. Vendor shall package together. 10.1. Shirt: Long Sleeve: Blauer style No. 8450Z/8450WZ except Shoulder Epaulets are customized with a Royal Blue Merrowed Border and nine Gold "P" buttons (8 piece with hardware/1 piece sewn). 10.2. Trouser: Blauer style No. 8560/8560W with striping identified in paragraph 9.2.3. Page 5of11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 11. ANIMAL CONTROL: 11.1. Shirt: Blauer in Poly/Cotton. Colors should be medium blue and/or white or as identified on the Purchase Order. 11.1.1. Male Short Sleeve: Blauer Style No. 8421 Long Sleeve: Blauer Style No 8431 11.1.2. Female: Short Sleeve: Blauer Style No. 8421W Long Sleeve: Blauer Style No. 8431W 11.2. Ent BDU type, Dark Navy, Poly/ Cotton 511 Tactical Style No. 74003/64359 12. EXPLORER: Tactical short sleeve, dark navy, 65 percent poly/35 percent Cotton Ripstop. 12.1. Shirt: Propper Style F530138405 13. K_9: BDU Battle Dress Uniform, Black, 65 percent poly/35 percent Cotton Ripstop 13.1. Shirt: Two pocket long sleeve, Propper style No. F545238001 13.2. Pants: Propper style No F520138001 14. SWAT: Tactical Response Uniform, 65 percent poly/35 percent Cotton Ripstop 14.1. Shirt: Tru Spec Style No. 1267 24/7 series Style No. 10540 14.2. Pants: Tru Spec Style No. 1268 24/7 series Style No. 1064 15. FIREFIGHTER: 15.1. Work uniforms shall be In the styles specified below: 15.1.1. Shirt: All shirts shall include the cost and application of the State Health Services (DOH -Department of Health) patches and badge tab. Short Sleeve: Topps Style No.SH99-0200 and SH96-5520, Nomex Shirt 511 Tactical Style No. 41060 Professional Polo, with departmental embroidered Logo, Style No. 41060 Long Sleeve: Style No. SH97-0220 and SH95-5520, Nomex Shirt 15.1.2. Trouser: Workrite Style No. 475NMX75NB Topps Style No.PA70-5605, Nomex pants 511 Tactical Style No. 74251, 100% cotton pant Page 6 of 11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 15.1.3. Jacket: 15.1.3.1. Blauer Style No. 6120BK, black, Talson nylon B. Dry shell, waterproof windproof, breathable lining, zipout, warm insulated quilted liner with silver or gold FD buttons and patches (agency will provide). 15.1.3.2. Blauer Style No. 9845Z — waist length, Emergency Response Jacket, Crosstech fabric, waterproof, windproof, breathable lining, zip -out, full body insulated quilted liner with zip -off sleeves to include one -line transfer, reflective back . 15.1.4. Windbreaker: Liberty style #560MNV, dark blue, waterproof and windproof. 15.2. Dress uniforms shall be Fechheimer, Dark Navy in the styles specified below: 15.2.1. Blazer: Model # 17B8696C with badge tab 15.2.2. Pants: Model # 28P8696 15.2.3. )Belt: Patent leather #6580 15.2.4. Shoes: Patent leather #831-6031 15.2.5. Cap: Cap Dress Model # 9807 15.2.6. Insignia: Insignia Cap 15.2.7. Cross: Maltese Cross for every five years of service sewn on left sleeve 15.2.8. Stripe: Striping, Rice # 7257, 1/3 inch, silver. Stripe shall be three inches up from hem on left and right sleeve. 16. SERVICE REQUIREMENTS: The Vendor shall: 16.1. Have sample sizes available for sizing officers and shall do initial sizing of new officer at Department or Vendor's location, whichever arrangement is agreed to by the City representative. 16.2. Provide on-site sizing at City location, unless otherwise agreed to by both parties, for officers and firefighters to be fitted for uniforms as needed to provide the timeliness of new and existing officers being outfitted. 16.3. Coordinate with City Representatives to schedule routine sizing schedules for new officers. 16.4. Maintain adequate shelf stock to provide uninterrupted services 16.5. Alter standard size garment(s), if needed to accomplish more satisfactory fit. The Contactor shall alter: 16.5.1. Any shirt exhibiting a total of more than three inches of excess material in the body, with or without the wearing of a ballistic vest underneath, whichever may be the case for the individual being fitted. 16.5.2. Provide an upsize In trouser if needed or requested to obtain proper fitting In the thigh and/or seat area. Altering waist, thigh, seat and crotch as required obtaining a proper fit. Page 7 of 11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 16.5.3. Alterations shall include, but not be limited to the following: Minor Alterations Malor Alterations Hemming trouser Striping of trouser Sewing on patches, Waist altering chevrons, stripes Altering long sleeves Removing/adding patches Tapering trouser leg Sew trouser pocket closed Thigh, seat and crotch of trouser Alter and hem shirt tail Tapering shirt 16.6. Standard uniforms shall be delivered to the City within three days after receipt of order. 16.7. Altered uniforms shall be delivered to the City within no more than ten days after receipt of order. 16.8. Issue uniforms only upon receipt of a purchase order. 16.9. Maintain sizing profile on each officer (prefer Excel spreadsheet) including the required alterations to assist in expediting the delivery of future replacement garments. NOTE: Sizing information shall be the property of the City 16.10. Provide to the City the name and telephone number of Vendor's representative. PART III ACCEPTANCE AND PAYMENT 1. ACCEPTANCE: Acceptance inspection should not take more than five working days. The vendor will be notified within this time frame If the item(s) delivered is not in full compliance with the specifications. If any purchase order is canceled for non-acceptance, the needed items may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. 2. INVOICING: Vendor shall submit one original and one copy of each invoice on a monthly basis to the following address: City of Round Rock Finance Department 221 East Main Street Round Rock, TX78664-5299 3. PROMPT PAYMENT POLICY: Payments will be made within thirty 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. The Vendor 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: 3.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials, services or equipment delivered or the services performed that causes the payment to be late; or 3.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or Page 8 of 11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 3.3. There Is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor and its suppliers concerning supplies, material, or equipment delivered or the services performed which caused the payment to be late; or 3.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or agreement or other such contractual agreement. 4. OVERCHARGES: Vendor hereby assigns to purchaser any and ail claims for overcharges associated with this agreement which arise under the antitrust laws of the United States, 15 USGA Section 1 gt seq., and which arise under the antitrust laws of the State of Texas, Bus. and Corn. Code, Section 15.01, et seq. PART IV AGREEMENT TERMS AND CONDITIONS 1. AGREEMENT: The term of the Agreement resulting from the solicitation may be for five consecutive 12 month periods of time from the effective date and shall remain in full force and effect unless and until it expires by operation of the term stated or until terminated or extended as provided herein. The City reserves the right to: 1.1. Renew Agreement for two (2) additional periods of time not to exceed twelve (12) months for each renewal provided both parties agree. 1.2. Review the following at the end of each twelve-month review period or renewal: 1.2.1. Vendor performance 1.2.2. Price 1.2.3. Continuing need 1.2.4. Advancements in technologies and or service 1.3. The City may terminate the Agreement with or without cause or may continue through the next twelve-month review or renewal period. 2. PRICE: Agreement price(s) shall be firm for the duration of the agreement, except as provided for herein. 2.1. The City reserves the sole option to allow "unit price" adjustments upward only as a result of a cost increase in goods or services In accordance with the Producers Price Index at jltto://stats.bls.aov/opilhome.htm 2.2. Vendor shall request price increase in writing at least 120 days prior to the agreement review or renewal date. 2.2.1. Request shall be accompanied by the appropriate documentation to justify the increase. 2.3. Vendor may offer price decreases at any time during the Agreement or renewal term. 3. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase Is made or implied. The City will only order the quantity of goods and or services needed to satisfy operating requirements, which may be more or less than indicated. 4. NON -APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in question. The City may effect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. Page 9 of 11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 5. CANCELLATION: The City reserves the right to cancel the Agreement without penalty by providing 30 days prior written notice to the other party. Vendor shall provide the City with 90 days written notice prior to cancellation of the Agreement and shall continue services for a period of time not to exceed 120 days after written notification. Termination under this paragraph shall not relieve the Vendor of any obligation or liability that has occurred prior to cancellation. NOTE: This Agreement is subject to cancellation, without penalty, at any time the City deems the vendor to be non-compliant with contractual obligations. 6. AGREEMENT ADMINISTRATOR: All work performed under this Agreement will be supervised and verified by the City representative(s) noted below. Police Dept Fire Dept Jennifer Soto @ 512-218-6675 Charles Meserole @ 512-218-6203 PART V GENERAL CLAUSES AND CONDITIONS 7. CONFIDENTIALITY OF CONTENT: Bids received are subject to release as public information unless the bid or specific parts of the bid can be shown to be exempt from the Texas Public Information Act. Bidders are advised to consult with their legal counsel regarding disclosure issues and take the appropriate precautions to safeguard trade secrets or any other proprietary information. The City assumes no obligation or responsibility for asserting legal arguments on behalf of potential Bidders. 7.1. If a Bidder believes that a bid or parts of a bid are confidential, then the Bidder shall so specify. The Bidder shall stamp in bold red letters the term "CONFIDENTIAL" on that part of the solicitation, which the Bidder believes to be confidential. Vague and general claims as to confidentiality shall not be accepted. All bids and parts of bids that are not marked as confidential will be automatically considered public information after the Agreement is awarded. 8. LABOR: The Vendor shall provide all labor and goods necessary to perform the project. The Vendor shall employee all personnel for work in accordance with the requirements set forth by the United States Department of Labor. 9. DAMAGE: The Vendor shall be responsible for damage to the City's equipment and/or property, the workplace and Its contents by Its work, negligence in work, its personnel and equipment. The Vendor shall be responsible and liable for the safety; injury and health of its working personnel while its employees are performing service work. 10. WORKPLACE: 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 Vendor, Vendor's employees, subcontractor(s) or subcontractor (s') employees while in the performance of the service is prohibited. Violation of this requirement shall constitute grounds for termination of the service. 11. COMPLIANCE WITH LAWS: The successful bidder shall comply with all federal, state, and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any court or administrative bodies or tribunals in any matter affecting the performance of the resulting agreement, including without limitation, workers' compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When requested, the Vendor shall furnish the City with satisfactory proof of its compliance. Page 10 of 11 SPECIFICATION NO. 00-200-88-02 Revised: March 2010 12. ABANDONMENT OR DEFAULT: A Vendor who abandons or defaults the work on the Agreement and causes the City to purchase the services elsewhere may be charged the difference in service if any and shall not be considered in the re -advertisement of the service and may not be considered in future bids for the same type of work unless the scope of work is significantly changed. 13. CODES. PERMITS AND LICENSES: The successful bidder shall comply with all National, State and Local standards, codes and ordinances and the terms and conditions of the services of the electric utility, as well as other authorities that have jurisdiction pertaining to equipment and materials used and their application. None of the terms or provisions of the specification shall be construed as waiving any rules, regulations or requirements of these authorities. The successful bidder shall be responsible for obtaining all necessary permits, certificates and/or licenses to fulfill contractual obligations (City of Round Rock fees and costs will be waived). 14. INDEMNITY: Vendor 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's fees and any and all other costs or fees incident to the performance of the resulting agreement and arising out of a willful or negligent act or omission of the Vendor, its officers, agents, servants and employees. 15. INSURANCE: The successful Bidder shall meet or exceed ALL insurance requirements set forth by the City as identified in Attachment A to the specifications. Any additional insurance requirements of participating or cooperative parties will be included as subsequent Attachments and shall require mandatory compliance. 16. GOVERNING LAW: Any resulting agreement shall be governed by and construed In accordance with the Laws of the State of Texas. 17. LiENS: Vendor 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 resulting agreement. At the City's request the Vendor or subcontractors shall provide a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City. 18. VENUE: Both the City and the Vendor agree that venue for any litigation arising from a resulting agreement shall Ile in Williamson County. 19. INDEPENDENT CONTRACTOR: It is understood and agreed that the Contractor shall not be considered an employee of the City. The Contractor shall not be within protection or coverage of the City's Worker' Compensation insurance, Health Insurance, Liability Insurance or any other insurance that the City from time to time may have in force and effect. Page 11 of 11 ATTACHMENT A City of Round Rock Insurance Requirements ATTACHMENT A CITY OF ROUND ROCK INSURANCE REQUIREMENTS 1. INSURANCE: The Vendor shall orocuie and maintain at its sole cost and expense for the duration of the contract or purchase order resulting from a response to this bid/Soerication insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work as a result of this bid by the successful bidder. its agents. representatives. volunteers. employees or subcontractors. 1.1. Certificates of Insurance and endorsements shall be furnished to the City and approved by the City before work commences. 1.2. The following standard insurance policies shall be required: 1.2.1, General Liability Policy 1.2.2. Automobile Liability Policy 1.2.3. Worker's Compensation Policy 1.3. The following general requirements are applicable to all policies: 1.3.1. Only insurance companies licensed and admitted to do business in the State of Texas shall be accepted. 1.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. 1.3.3. Claims made policies shall not be accepted, except for Professional Liability Insurance. 1.3.4. Upon request, certified copies of all insurance policies shall be furnished to the City 1.3.5. Policies shall include, but not be limited to, the following minimum limits: 1.3.5.1. Minimum Bodily Injury Lim€ts of $300,000.00 per occurrence. 1.3.5.2. Property Damage Insurance with minimum limits of $50,000.00 for each occurrence. 1.3.5.3. Automobile Liability Insurance for all owned, non -owned, and hired vehicles with minimum limits for Bodily injury of $100,000.00 each person, and $300,000.00 for each occurrence, and Property Damage Minimum limits of $50,000.00 for each occurrence. 1.3,5.4. Statutory Worker's Compensation Insurance and minimum $100,000.00 Employers Liability Insurance. 1.3.6. Coverage shall be maintained for two years minimum after the termination of the Contract. 1.4. The City shall be entitled, upon request, and without expense to receive copies of insurance 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, the Vendor 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 the bid specification and the insurance endorsements stated below. 1.5. Vendor 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: Page 1 of 4 1.5.1, Provide for an additional insurance endorsement clause declaring the Vendor's insurance as primary. 1.5.2. Name the City and its officers, employees, and elected officials as additional insured's, (as the interest of each insured may appear) as to all applicable coverage. 1.5.3. Provide thirty days notice to the City of cancellation, non -renewal, or material changes 1.5.4. Remove all language on the certificate of insurance indicating: 1.5.4.1. That the Insurance company or agent/broker shall endeavor to notify the City; and, 1.5.4.2. Failure to do so shall impose no obligation of liability of any kind upon the company, its agents, or representatives. 1.5.5. Provide for notice to the City at the addresses listed below by registered mail: 1,5.6. Vendor agrees to waive subrogation against the City, its officers, 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. 1.5.7. Provide that all provisions of this contract 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. 1.5.8. 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. 1.5.9. Vendor shall notify the City in the event of any change in coverage and shall give such notices not less than thirty days prior notice to the change, which notice shall be accomplished by a replacement Certificate of Insurance. 1.5.10. All notices shall be mailed to the City at the following addresses: Assistant City Manager City Attorney City of Round Rock City of Round Rock 221 East Main 309 East Main Round Rock, TX 78664-5299 Round Rock, TX 78664 2. WORKERS COMPENSATION INSURANCE 2,1. Texas Labor Code, Section 406.098 requires workers' compensation insurance coverage for all persons providing services on building or construction projects for a governmental entity. 2.1.1. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2.1.2. Duration of the project - includes the time from the beginning of the work on the project until the CONTRACTOR'S /person's work on the project has been completed and accepted by the OWNER. 2.2. Persons providing services on the project ("subcontractor") in Section 406.096 - includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the project, regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity, which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not Page 2 of 4 include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2.3. The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and fling of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the CONTRACTOR providing services on the project, for the duration of the project. 2.4. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the contract. 2.5. If the coverage period shown on the CONTRACTOR'S current certificate of coverage ends during the duration of the project, the CONTRACTOR must, prior to the end of the coverage period, file a new certificate of coverage with the OWNER showing that coverage has been extended. 2.6. The CONTRACTOR shall obtain from each person providing services on a project, and provide to the OWNER: 2.6.1. a certificate of coverage, prior to that person beginning work on the project, so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2.6.2. no later than seven calendar days after receipt by the CONTRACTOR, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 2.7. The CONTRACTOR shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 2.8. The CONTRACTOR shall notify the OWNER In writing by certified mail or personal delivery, within 10 calendar days after the CONTRACTOR knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. 2.9. The CONTRACTOR shall post on each project site a notice, In the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 2.10. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project, to: 2.10.1. provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all its employees providing services on the project, for the duration of the project; 2.10.2. provide to the CONTRACTOR, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on a project, for the duration of the project; 2.10.3. provide the CONTRACTOR, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 2.10.3.1. obtain from each other person with whom it contracts, and provide to the CONTRACTOR: 2.10.3.1.1. 2.10.3.1.2. a certificate of coverage, prior to the other person beginning work on the project; and a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project Page 3 of 4 2.10.3,2. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 2.10.3.3. notify the OWNER in writing by certified mail or personal delivery, within 10 calendar days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 2.10.3.4. contractually require each person with whom it contracts, to perform as required by paragraphs (A thru G), with the certificates of coverage to be provided to the person for whom they are providing services. 2.10.3.5. By signing the solicitation associated with this specification, or providing, or causing to be provided a certificate of coverage, the Contractor is representing to the Owner that all employees of the Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, In the case of a self-insured, with the Commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 2.10.3.6. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor that entitles the Owner to declare the contract void if the Contractor does not remedy the breach within ten calendar days after receipt of notice of breach from the owner. Page 4 of 4