Loading...
R-2018-5329 - 4/12/2018 RESOLUTION NO. R-2018-5329 WHEREAS, the City of Round Rock has duly advertised for bids to purchase cleaning services for Police Department and Fire Department uniforms, and for related goods and services; and WHEREAS, T&A Cleaners, LLC dba Reid's Cleaners & Laundry has submitted the lowest responsible bid; and WHEREAS, the City Council wishes to accept the bid of T&A Cleaners, LLC dba Reid's Cleaners & Laundry, 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 Laundry Services for Police and Fire Department Uniforms from T&A Cleaners, LLC dba Reid's Cleaners & Laundry, 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 12th day of April, 2018. Z. CRAI ORGA ayor City of Round R , Texas ATTEST: 2& L- . U . I I Lu W SARA L. WHITE, City Clerk 01111804;00398460 EXHIBIT CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF LAUNDRY SERVICES FOR POLICE AND FIRE DEPARTMENT UNIFORNIS FROM T&A CLEANERS, LLC dba REID'S CLEANERS & LAUNDRY THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF Will.-JAAMSON § § COUNTY OF TRAVIS T1 IA"t"'I"HIS Agreement for PLII'CllaSe ofcleaning services for Police Department and Fire Department Lill i 11-m-nis, and for related goods and services, (referred to herein as the is inade and entered into oil this the day of the month of 2018, by and between the CITY OF ROUND ROCK, TEXAS. a hone-rule 111LIlliCipality xNliose off-ices are located at 221 East Main Street, Roland Rock Tex,as 78664 (re-fierred to hei*' ein as the "City") and T&A Cl-EANERS. l_,LC dba. REID'S Cl.,EANERS AND 1..,A'LJ'NDRY, whose offices -ire located at 5708 Brittlyn's Court. AListin, Texas 78730 (referred to herein as the '-,Services Provider"). RECITALS: WVIEREAS, City desires to purchase cleaning Services for Police Department and Fire Departi'llellt Ulliforms, and City desires to procure same from Set-vices Provider: and WHEREAS, CiLNllaS iSSL)ed its -Invitation for Bid" for elle provision of said goods sand services, and City has selected the Bid submitted by the Set-vices Provider; and WI-IEREAS. the parties desire to enter into this Agreement to set forth in writing their respective rights. (11,11les, and obligations; NOW, 41JEREFORE, wrrNESSET'll: That for and in consideration of the ]1nl.ltLl,'d promises contained herein and other 000d -111d valuable consideration. sufficiency and receipt of'%vl-iicli are hereby acknowledged. it is I 111LItUallN agreed between the pat-ties as f()11(-)xvs: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Set-vices Provider whereby City is obligated to buy specified services and Services Provider is obligated to sell Sallie, "I'lie Agreement includes the following: (a) City's Invitation for Bid, designated Solicitation Number 17-026. dated November of-017,, (b) Services I -ovider's Response to tile 00396744 ss) /FB: (c) contract award: and (d' any ezhibiLu^ uddendo' ondor mncndrncnty bhorcto. An} inconsis1e"ciasorconflicts in the contract docurnenbo shall be resolved hvgivino preference in the [bUovvingorder: ' (() This Agreement: (2) Services Providers Response to |FB: (3) City's Invitation [brQidn, exhibits. and attachments. B. City means tile City o[RounJ Rock. Williamson TnoviuCnunboST'exas. L Effective Date means the date upon which the binding u/�naturcoo[both partiestoihia /�ureenorntarcuMized. D. Force Majeure means onrs of Ood, ytrikco' ioukouVe' or other indusbiu| disturbances. uoim of the pub|io cnemy, on]env of any kind From the oovernmoni ()I'tile 8ndcd 3to(cs or the 81oLe of Texas or any civil or military authority, inuuneciions. riots, epidemics. landslides, lightning, �orihquok�o, Drcs, hunricon�s, s1nrnno' Ooodm- rcutnainto[the goveonmcn\ and the pcop|c, civil diS1urhonce� czp|oaiony' ornthcr �auscs not reasonably within the control nfthcparty claiming such inability, F. Goods am.1 services mean the apec|UuJ set-vices. yupp|ies, materials. 000nnnmU/ties. orcquipnlonL 1.08 EFFECTIVE DATE: TERM A. This /\grcement shall be e[N:chveontile date it has been s(gned by both parties hereto, and shall remain in [u|i [brce and cfl`eot un|mus and until it expiresby operation o[the term stated herein, orunii| terminated asprovided here/n, ' U. The enn of' this Agreement is for sixty (60) months hnmn [lie effective date tile City /zmorvey the right to rcviex � � re|udmnsbip ai uny brnc. and nnu� elect, to tcnninui* this AorccmcntvviLh orv/i1hnut ouuacor may elect tVcondnuo. 3.00 CONTRACT DOCUMENTS AND EX11113Kl[s Cit} selected Services Prov/der to supp|y the services on ouUined in the 11713 and Response to /FB oubmni<ted by Services Provider. aU as specified in Exhibit '^/\,` attached hereto and incorpocuLod by re[lerencc. The intCnt o[ thcac documcnm >o �o [hnnu|ub� an /\�rccnlcnt listing the remponnibi|idcs of both pat-ties as oud|ncd in the /FB offered as n �ncd by Sen/ices Provider in its Response tothe |FB. The services which are the Subject of this Agreement are described in Exhibit `^/\" and, ` iooether with this Agreement, comprise the total Agreement und d��y or� fully o part of' ihis Alurccmonios if repeated herein in [bU. 4.01 ITEMS AWARDED; SCOPE OF WORK A. All bid items on Exhibit'^A" are awarded to 8oricco Provider. B. For purposes of this Agreement, City hos issuod documcn1y delineating the required set-vices (specifically Invitation Kzr Bid Solicitation Nurnbcr 17-026 dated November 2O|7). Services Provider hos issued its response uarroeingto provide all suuh required service in all specified particulars. All such rcQ:o:noed doCunncntsarc included in Exhibit ^A.^~ When taken 1o�o�hcr p/N� the appended exhibits. �No Agreement shall evidence the cncinc tl- understanding and ogrccnocnt bckvcen the parties and shall Supersede any prior proposals, correspondence ordiscusyions. C. Services Provider shall satisfactorily provide all set-vices described uodcr the attached exhibits within the contract term specified in Section 2.01. Services Provider's undcUokinga oho|| be Unn|Ued to per[bnning services for the City and/oradviyin� (�ity conccrnin� dhnm: matters oil which Services Provider has been specifically engaged. Sen/ices Provider shall pex[hnn its set-vices in accordance with this Agreement, in accordance with the appended exhibiis, in accordance with due care, and in uocnndunoe v/i1h prevailing |ndueiryntundands fbr comparable services. 5,01 COSTS A. Bid costs listed on Exh|b|i ``/\' shall be the bases o[an} churgcs collected b} /|lc Set-vices Provider. B. The total amount paid to the Services Provider over the 1cnn o[\his A�rncmeot oho|| not exceed l[brem Hundred Sixty-Three Thousand One flmmdred Twenty-Six and ,2-5/280 ($363,126.25). C. The |n|u| not-to-exceed fee of $363,126.25 shall indude: (|) the Service Provider's bid of $67.625.25 per year as set [brU) in Exhibit ^/\``: and (2) on additional Five Thousand 0aDamg ($5.000'08) for each year oFthis Agreement kzr additional services that may be required hyiheCity oyset. forth on pu(),e two (2) of`-Attachment Did Sheet- in Exhibit ­A., The Use o[additional services shall beat the sole usqucS\o[tile Oty. 6,01 INVOICES All invoices shall |ndudo. uionm{nirnum. the DoUovvin� iofbnnobon, A. Nurne and address o[Services Provider; B. Purchase Order Number, � [. Description and qu111tity o[itemu received or services provided: and D. Delivery orperformance dates. 7,01 INTERLOCAL COOPERATIVE CONTP.ACTXNG/P0RC@KASDNG Authority for local governmon1s to contract with one another to perform ocnuin governmental fUnoUme and services, including but noi |inni\od to purchasing functions. io "ranted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Loral Government Code, Title 8, Chapter 27|^ Subchapter I I' Section 27|.lU1and Section 27|.|02. Other oovernmental entities vvithin the State of Texas may be exterided the opporkillity to purchase of[ofLhe Ciiy`s bid, with the consent and agreement oFthe succeoafu| vendor(s) and the City. Suoh agreement shall be conclusively 1n{ern:J for the vendor Dorn lack of exception to th|yu|uuye in ihevendor's response. Hov/ever, all pon|cs hereby expressly ugreu that the City is not (,in ooent or, partner to, orrepresentative ofLhoscou\y|dcagencies orentities and that the L'ii} is not ob||su(cd or liable [br any action or debts that may urioe OWn[ yuch indopcndund!- newtiamcd `^p|ggybnek" procurements. 8.01 NON-APPROPRIATION AND FISCAL, FUNDING This Agreement is u connmitrnoItofCii}`aou/r1,1nt rcvCnucson|y. It is undcrs|ood and agreed that City shall have the right to terminate this Agreement oi the end ofony City fiscal yeur i[(hc oovecning body ofCity does not appropriate funds eu[Odentio purchase the services as determined b} City's bud(rer [or1hc fiscal ycur in quemtion. City may eAectsuch termination by �,Yivhlg Services Provider written notice oftcnninodu on u1 �h� id of its then cuncnt fiscal yoac 9.01 PROW,TPA1/MENTPOIACY In accordance with Chapter 225/. V.T.C.A., Texas (3nvcrnrncnt Code, payment to Services Provider will be made within thiny (]O) du%Ia of tile day on which City rcceivzs the perfhnnoncc' nuppfics, materials, mqu|pnmnt, ondordeliverables,or within thirty (30) doysof1hc day on which the performance of services v/umoonmp|c1e. or within thirty (30) do}y o[Uhedoy on Which City receives u correct invoice [br the performance nn&ur deliverables or sen|cey` whichever is later. Services Provider 000vohurue interest on on ovmnduCpayment u1 the ­rate in effect on September \ of the fisue| year in which the payment becomes overdue, in accordance rviih V.T.C.A.. Texas GovernmentCode. Section 2251.025(b)� however. this Policy does not apply to puyrncnm nnudr by City in the event: A. There is n bona Udedisputc between City and Services Provider, o contractor. a. suhcontrucu>rorSupp/icr about the goods delivered or the service per[hnned that cause the payment tobelate, or � B. The 1cnns of federal contract, grant, rc()u|u(ion, or Statute prevent City D-om onakinu,a1irnr|vPayment with federal [unds,: or C. There is bona Ode dispute between Services Provider and o Subcoo|osciornr between u eubcoocruo1orond its Supplier about the goodode|ivcrcd or the service performed that causes the payment tobelate; or E. Invoices are not mailed to City in strict accordance with 7nainuciiono' if' any, on the Purchase order or tile Agreement 01"Othel'Such contractual agreement, 80-08 GRATUITIES AND BRIBES City may, by written notice to Services Provider. cancel this Agreement u|ihoui |iabi|it) to Services Provider if it is determined by City that gratuities or bribes in the [brnn o[ entertainment-, �ifty' or otherwise vvcrc o��ocd or �ivon by ��rvi�oa Provider or its a�enio or representatives to ony City officer. employee or elected representative with respect to the per[nnnanceofth|s Agreement. In addition, Services Provider may be uuhiccitn penalties stated inTitle 8o[UheTezosPenal Code. 11.01 TAXES City is exempt from Federal Excise and State Sales Tux: thenc[bne. tax shall not be included in Set-vices Provider's charges. 12.08 ORDERS PLACEI) WITH ALTERNATE SERVICES PROVIDERS |[ Servicoy Provider cannot provide the goods as specified, City reserves the right and option to obtain Lhe products or services from uncthcrsupp|ier orsupp||ery. 13.01. INSURANCE Services Provider shall mcc1 all nx|uircnnenta as stated in the attached |FB, inc|udinLY all attachments and exhibits thereto. and Set-vices Provider's bid response. 14.01 CITY'S REPRESEWATKVE City hereby designates the 1`61|ovving representativesau1hor|Zed to act in itsheho||-` iih regard |othis Agreement: C/i[fSovloc SUPPOrt Services Division l`\k no()cr Flound Rock Police Department 27U| N. Mays Street Round Rock, Texas 78665 512-671-28]� � k15L08 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 rnuy be made to the other party for written onSuronoe of the intent to perfbnn. 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 ma! tnco1auoh fa{|unaosall anticipatory repudia1ionofthisAgreement, 10.01 DEFAULT |[ Services Provider abandons or dcyuu|tm under this Agreement and is o cauom Of City purchosin(Y the specified goody elsewhere. Set-vices Provider aorccs that it may be dha/}Jcd the diO'en:nce in cost_ |fmny, and that it will riot be considered in the re-advertiecnicniofthe set-vice and that it may not be considered in Future bids for the same type of'work unless the scope of workissi(wnidconi|ychanged. Services Provider shall be declared in de[buk (:)f this Agreement if it docs any of' the foUowini)-': A. Fails to make any payment in f/|| when due- B. Fails to fully, timely and Dz|ihOuUy pnr0unn any of its material mNigotions Wider this A�rocmen� C. Fails to provide adequate usourancC of per[bnnuncc undcr thc "Right to Assurance"section herein: or D. Becomes insolvent orseckyrcUm[underthe bunkcupky |oosofihe United States. 17.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Aonceoncnt. in »vho|c or In pad. [hr convenience (.in(] vvithoui couuc- at any time upon ihirt} (30) duyy` written notice to Services Provider. B. In /he event of'any dcfau|1hy Set-vices Provider, City hos the right to terminate this /\urccnncniDoruuuao, uponten '|O> days' written notice unSet-vices Provider. [. Set-vices Provider has the right to terminate this /\�/ccmcni only hur couaC, that being, in the event o[ a motcrial and subs(unda| breach by City or by /nuiuu| ugpcmrnent to terminate evidenced invvh1hn� hyobetween D. /n [lie event City kcnn|nutCS under Subsections (A) or (0) of this section. the R`||owlnk, yhuU appW Upon Cit/`s delivery of the pcleronccd notice to Services Provider, Aoroeneni ond ahuU proceed to cmnoo| pronmpL|y all cxisLin�orders and contracts inyo�ram such ondeoyund contractsare chargeable to this /\�rmcrn�nt. Wit |hi�� ']O) days a�e' ouch notice of termination. Services Provider shall submit u statement shmvv|nty in dc1m|| the Lroodo and/or services saUsfiac,urUy performed under this Aorccrnontto the date of termination. C|tvshui| then pay Set-vices Provider that portion oFihochorgcs, i[und}sputed. The parties agree that Services Provider is not entitled to cornpcnmadon fb, services it would have performed under the remaining (ern ofthc Agreement except us provided horcin. 18.01 INDEMNIFICATION Services Provider oho|| defend (at the option of C|1y)' indc/nnih` and hold ("iiy' its sucoemoona, oasi0nS, officers. employees and elected ofOo|ulsharmless from and ncyainm< a\l suits, actions. legal proouudingy, duirna, dzonundo" damages, costs. expenses, oiinoncy's Fees, and on) and all other costs or fees arising out of, or incidcnt to. concerning or resulting from the 0auh Of Services Poovidwr, or Services Provider's agents, employees or Subcontractors. in the performance o[ Services Provider's uh|it7aiions under this Aoreenmeot, no matter flow, or to »/hnnn, auch loss moy oocuc Nothing herein shall be deenucd to limit the rights of City or Set-vices Provider (inc|uding., bui not |imi1cd to the right to seek conbibudnn) against any third party who may bc liable Dzron indemnified claim. 89.01 COMPLIANCE wN-riD LAWS, CHARTER AND ORDINANCES A. Services Provider, its agenio, ernp|oycoe and oubumntnootoo shall usc best efbrts to comply with all applicable federal and o1ukz |ons` 1hc Charter and Ordinances ofthe City of IZound /Zock, as amended, and with all applicable rules and rc(_Yu|ntiona promulgated by |ocaL state and national boards, bureaus and ocicncies. B. Services Provider ooknowied(_-,es and undmrstands that City has adopted a S(nnn YVotor Ndonmgcrncn1 Program (SW�vlP) and an Illicit Dimchor�c Ordinance, Sections |4'|39 1111-OuKIh 14-152 ofthe City's Code o[[)ndinanccs, to manage the quality of the diouharcrcs from its Municipal Separate Storm Bcv/er System (K4S4) and to be in compliance with the requirements of the Texas Commission on £nv(ronnnen1a| (luo|itY (TCFO) and iho Texas Po||u1ani Discharge Elimination Sysicrn (TI)DES). The Set-vices Provider agrees to perMonn all operoLionu on City-owned fbci\idcs in compliance with \he City's {|Uci1 Discharge Ordinance to minimize the ceiooye ofpo{|uiants into the MS4. The Services Provider u0reeuiocomply with o[ the City's sinnnv/o1cr oon\nol nleamunes, good housekeeping pnucdocs and any hrci|i,y specific stornnpvotcr nlunugnn)ent operating procedurCs speoific to a certain City facility. In addition, the 8cn/icem Provider uorces in connp|y v/|ch any applicable TCE0 Totu| NlaX\m1.1111 Daily Load TMDl.) Requirements and/or l-P|an requirements. C. 7n accordance with Chapter 2270, Texas Oovernnlcnt Code, u oovennnncntu| ui1ii} may not enter into o ouniruci v/ith u company for goods and mervi000 un|msm Lhe contmc1 Contains vvri/cen vcriUcuiino From the company that it (|) does not boycott /snxcL and (2) will not boycott Services Providorvo'iOes C011su|uun1does not Israel and will not boycott Israel at un) term n[this Agreement, 10.01 ASSIGNMENT AND DELECAT8ON Thc parties each horchv bind themselves, their suuorssoo` assigns and le(-Tal representatives to each other with respect to the tcnnm of this Agreement. Neither party shall ossi�n. sub|ci or irans[�rony interest in this Agreement without prior written audhorizu1ion of the other party. 28'01 NOTICES All notices and Other comrnLill|oodona in connection with this Agreement yhn|| be in n/ri1in.o,und shall be considered given as Follows: I. When delivered personally to the recipient's address as stated in this Agreement* 2. Three (3) days after being deposited in the United States muU- oi1h po,;tn()c prepaid to the recipient's address osstated in this Agreement, Notice tuServices Provider: T&/\ C|eoners. �LC 5708 B itt| ' C01-111 /\us(in. T}{ 70730 Notice toCttv: City Manager Stephen L Sheets. City At/oxnc) 22| East Main Stnoo1 AND TO: 309 East Main Street Round Rock, TX 78664 Round F<ook- T>< 78664 NodhinLy contained herein shall be construed to restrict the transmission of rou611C communications between representatives o[City and Services Prov/dcr, 22,01 APPLICABLE LAW; ENFORCEMENT AND VENUE This A�nccn��ni s|�u|| h� cn[brccohi� �n Fiound Kock' T��uy. and |f |o�u| action is necessary by either party vvidh respect to the onKzozcnncnt of any or all o[\he (crnos or conditions hcncin, czc|usivc venue for same shall lie in WiUiarnson County, Texas. This A(Yn:cnneni shall be governed by and conoUrucd in 0000n]unce with the laws and Court dcciyimIs o[thc State n[Tcxoo. 8 23J01 EXCLUSIVE AGREEMENT This document, and all appended documents. constitutes tile entire Agnccrncnt bctp/ccn Set-vices Provider and City. This Agreement noav un|y be amended or supplemented by 111utuu| agreement o[the parties hereto in writing, du}yuuU/orizcd by action of the City Manu�eror (�hy Council. 14.08 DISPUTE RESOLUTION City arid Services ProvidcrhercbY expressly agree that no claims or disputes bemeen Lhe parties arising 01.1t of or pc|ui|no to this Agreement or breach thereof shall be decided by Lilly arbitration proceeding� inu|udin&) vviihouz |irniiu1ton, any pnoccedinCY under rbc Federal Arbitration Act (9 OSC Section |-}4) orany applicable state arbitration statute. 25'08 SEVERABILITY Thc invalidity, i||eQu|i1y' or uncnlbn:eubi|iiy of any provision of this Agreement or Lhe mccurroncc Of any event rendering any portion nr provision ofthis Agreenncnt void shall in no way affect tile validity orcn[nnceabi|ityo[any other portion nrproviuinn oF(hlm /\oreemncnt. Any void provision shall be deemed severed Unmn this /\gn:onocnt' and the ha|unoo of this Aurecmmni shall be consirucd and enforced as if this &aoccment did not contain the particular portion or provision held to be void. The parties Gudher a�r�� to onn�nd this Agreement to nop|occ on} stricken provision with o valid provision that cornea as close as possible to the intent o[ the stricken provision. The provisions ofthis section shall not prevent this entire /\�reemeo| From being void yhnu|d a provision which is o[thc essence of this Agreement be determined void. 26.08 MISCELLANEOUS PROVISIONS Staodmo8 of Care. Set-vices Provider represents that it employs trained, experienced and competent persons to per[bnn all o[tile services, responsibilities and duties specified herein arid thoi suoh aCrv|CcS. responsibilities arid duties eho|| be performed in a manner according to Ocncna||yacoep&odindustry practices. Time is of the Essence. Services Provider undons|unds and agrees that time is of the essence and that any |'ai|ure or Services Provider to 0u|6|| ob\iguiioou [br each portion ofthis &groerncnc within the agreed tinncfrumes Will consdLucc u material breach of this /\grcerneo1. Services Providcrsho|| be fb|/y responsible /br its delays or f(:)r fb||urcs to uoo best efforts |n accordance with the terms of Uhis Agreement. Where domu�e is caused to City due to Services Provider's Cui|uro io per[bron in tbcun uimcu111sUAnccs. City may pursuC any renuod} uvui|ob|c without waiver o[unyo[Ci�Y`oaddi1ione/ !n�o� ri�h1sornonncdies. Force M ^mmme. Neither City nor Services Provider shall be deemed in violation n[ihis /\gnremc/U if it is prevented !}om per17onming any of its obligations hcreunder by reasons for which it is not responsible as defined herein. Hoxevoc nndoc o[SudI irnned|rnen| or delay in pe1'1bnno11ce musi be hrno|y given, and all reasonable e[forta undertaJuen to rnidgo/e its cOlects. 9 Multiple Counterparts. This App-eement may be executed III I-nUltiple Counterparts, an\ one of which shall be considered an original of this dOCLIment: and all of which, when taken togethej-, shall constitute one and the same inStI1111lent. IN WITNESS WHEREOF, City and Services Provider have eXeCUted this Agreement oil the dates Indicated. City of Round Rock, Texas T&A Cleaners, LLC By- BY: Pi-inted ante: Pri ed N-1 Title: Title: ................................................................................................................ Date Signed: Date Signed: -.7 -0/41 ..................... 72 Attest: Bv: Sam White. City Clerk For City,Approved as to Form: By: Stephan L. Sheets, City attorney 10 Exhibit "A" ROUND ROCK TEXAS PURCHASING DIVISION City of Round Rock, Texas Purchasing l i on 221 East Main Street Round Rock, Texas 786644-5299 wrrta INVITATION FOR BID (IFB) UNIFORMLES ISERVICES SOLICITATION NOVEMBER 2017 City ofRound Rock Uniform Cleaning Services |FB No. 17-026 Claam/bam: SS4/2O Exhibit " — Y November 2017 Uniform Cleaning Services PART GENERAL REQUIREMENTS 1. The Qty of Round Rock, herein after"the City' seeks bkje from qualified firms experienced in providing uniform cleaning services for the City of Round Rock's Police and Fire Department, 2. This Invitation for Bid(IFB)for professional laundry/dry cleaning services will cover the requirements to provide |aundehng, dry u|maninQ, prosaing, repairs and minor alterations of uniforms for the City ofRound Rock Police and Fire Departments. City personnel will he responsible for dropping off and picking upuniforms from awarded contractor's location, 3. SOLCITATION PACKET: This solicitation packet is comprised of the following: Description Index Part I—General Requirements Page(s)2-5 Part 11—Definitions, Standard Terms and Conditions I Page 5 and Insurance Requirements Part III -Supplemental Terms and Conditions Page(s) 5-8 Part IV—Specifications Page(s) 9-12 Attachment A—Bid Sheet Page 13 Attachment B—Reference Sheet Page 14 Attachment C—Addendum Acknowledgement Form Page 15 Attachiv.ent D—Cleaning Service Questionnaire Page 16 4' AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may PrimarV Contact: SecondaLiL Contact: Juanita Fonseca, CTP Mike Schurmx»n. CPPI3, CTP08 Purchasing Technician Purchaser Purchasing Ok/ha)mn Purchasing 0vhson City nfRound Rock City ofRound Rock Phone: (512) 218-5458 Phone: (S12)218'6H82 E-mail: ifonsecaAroundrocktexas.ciov E-mail: Revised 10 17 Page-2 n1"16 City of Round Rock Uniform Cleaning Services 1 F B No, 17-026 Class/Item: 954/20 Exhibit "A" November 2017 The individual listed above may be contacted by e-mail for clarification of the specifications only. No authority is intended or implied that specifications may be amended or alterations accepted prior to solicitation opening without written approval of the City of Round Bock through the Purchasing Department, 5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below. EVENT PATE l Solicitation released November 20, 20`17 Pre-Bid meeting November 30, 2017 @ 9:00 AM, CST Deadline for submission of questions December 5, 2017 @ 5:00 PM, CST City responses to questions or addendums December 8, 2017 a7 5:00 PM, CST Deadline for submission of responses December 14, 2017 @ 100 PM, CST All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted above. A copy of all the questions submitted and the City's response to the questions shall be posted on the City's webpage in the form of an addendum at Questions shall be submitted in writing to the"Authorized Purchasing Contact". The City reserves the right to modify these dates. Notice of date change will be posted to the City's website httr)://www,rouridrocktexas.gov/bids 6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at htt ://www.roundrocktexas. ov/bids for any updates pertaining to the solicitation described herein. Various updates may include addendums,cancellations, notifications,and any other pertinent information necessary for the submission of a correct and accurate response. The City will not be held responsible for any further communication beyond updating the website 7. PRE-BID MEETING: A pre-bid meeting will be conducted to fully acquaint Respondents with the facilities, difficulties and/or restrictions inherent in the services specified. The pre-bid meeting will be conducted on the date specified in PART I Section 5-Schedule of Events. 7.1 Attendance at the pre-solicitation meeting is optional. Respondents shall sign-in at the pre- solicitation meeting to document their attendance. 7.2 Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre-bid meeting. 8. RESPONSE DUE MATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted in PART 1, Section 5—Schedule of Events. Mall or hand deliver sealed responses to: City of Round Rack Attn: Juanita Fonseca Purchasing Department Uniform Cleaning Services, 1FB No. 17-026 Due date 12/14/2017 DO NOT OPEN 221 E. Main Street Round Rock, Texas 78664-5299 8.1 Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number: due date and "DO NOT OPEN". .2 Facsimile or electronically transmitted responses are not acceptable. 8.3 Responses cannot be altered or amended after opening. Ro. i�,ed 10 1"' I$alue ot'16 City of Round Rock Uniform Cleaning Services 1FB No. 17-026 Class/Item: 854/20 Exhibit rt>r A" November 2017 8.4 No response can be withdrawn after opening without written approval from the City for an acceptable reason. 8.5 The City will not be bound by any oral statement or offer made contrary to the written specifications 8.6 Samples and/or copies shall be provided at the Respondent's expense, and shall become the property of the City. 9. BIDDER RESPONSE REQUIREMENTS: The City of Round Rock makes no warranty that this checklist is a full comprehensive listing of every requirement specified in the solicitation. This list is only a tool to assist participating Respondents in compiling their final responses. Bidders are encouraged to carefully read the entire solicitation. Bidders shall submit one(1) evident signed "Original" and five(5) copies of the response requirements including any required attachments and one(1)electronic copy of the IFB response on a flash drive The samples and/or copies shall be provided at the Respondent's expense, and shall become the property of the City. This invitation for bid (IFB)does not commit the City to contract for any supply or service. Respondents are advised that the City will not pay for any administrative costs incurred in response preparation to this IFB; all costs associated with responding to this IFB will be solely at the interested parties'expense. Not responding to this IFB does not preclude participation in any future RFP/RFQ/IFB. For your bid to be resl2onsive, the attachments identified below shall be submitted with your proposal. Attachment A: BID SHEET.The bid response shall be submitted on itemized,signed Bid Sheet provided in the solicitation packet. Failure to corn lefie and si n the bid sheet ma result in dis ualification. If there is a conflict between the unit price and extended price, the unit price will take precedence. Submission of responses on forms other that the City's Solicitation Document may result in disqualification of the response. Attachment B: REFERENCE SHEET: Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two(2)years. City of Round Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. Attachment C: ADDENDUM ACKNOWLEDGEMENT FORM: Provide signed copy of the Addendum Acknowledgement Form or a signed copy of each issued addendum with bid upon submission. Attachment D: CLEANING SERVICE QUESTIONNAIRE: Provide a completed copy of the Cleaning Service Questionnaire Form, 10. BEST VALUE EVALUATION AND CRITERIA: The City reserves the right to reject any or all responses, or to accept any response deemed most advantageous, or to waive any irregularities or informalities in the response received that best serves the interest and at the sole discretion of the City All solicitations received may be evaluated based an the best value for the City. In determining best value, the City may consider: 10.1 Purchase price; 10.2 Reputation of Respondent and of Respondent's goods and services; 10.3 Quality of the Respondent's goods and services, 10.4 The extent to which the goods and services meet the City's needs; 10.5 Respondents past performance with the City; 10.6 The total long-term cast to the City to acquire the Respondent's goods or services; 10.7 Any relevant criteria specifically listed in the solicitation. Revised 10 17 1liwe 4 of 16 City ofRound Rock Uniform Cleaning Services |FB No. 17-028 Class/Item: 854/2O ����0�=���� �y /� Yv November 2017 ��^����~^�� ^� � Respondents may be contacted for clarification of bid and/or to discuss details of the services they are proposing, This may include a presentation andlor the request for additional material/information. 11. As stated in Section 16 of City of Round Rook Purchasing Definitions, Standard Terms and Conditions, all documents submitted in response to a solicitation shall besubject tothe Texas Public Information Act. Following an avvand, responses are subject to release aapublic information unless the response orspecific parts ofthe response can bmshown bubeexempt from the Texas Public Information Act. Pricing is not considered to be confidential under any circumstances 11.1 Information in a submittal that is legally protected as a trade secret or otherwise confidential must be clearly indicated with stamped, bold red letters stating"CONFIDENTIAL"on that section of the document. The City will not be responsible for any public disclosure of confidential information ifkienot clearly marked easuch, 11.2 If a request is made under the Texas Public Information Act to inspect information designated as confidential, the Respondent ahaU, upon request from the City, furnish sufficient written reasons and information as to why the information should be protected from disclosure. The matter will then bepresented bothe Attorney General ofTexas for final determination. 12' CERTFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the successful offeror to complete a Form 1295"Certificate of Interested Parties"that is signed and notarized for a contract award requiring council authorization, The"Certificate of /noanaeeo ramea'form must be completed on the Texas E\h/oe Commission website, printed signed and submitted io the City by the authorized agent of the Business Entity with acknowledgment that disclosure is made Linder oath and under penalty of perjury prior to final contract execution. Link to Texas Ethics Commission Webpoge� PART 11 DEFINITIONS, STANDARD TERMS AND CQND|TON0 AND INSURANCE REQUIREMENTS 1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the Bidder agrees that the City's Definitions, Standard Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order, Said Definitions, Terms and Conditions are subject to change without notice, It is the sole responsibility of Bidders to stay apprised of changes. The City's Definitions, Standard Terms and Conditions can be viewed and downloaded from the City's website 2. UNSURAVC1E:. Insurance does not apply tothis solicitation PART III SUPPLEMENTAL TERMS AND CONOTIONS i. AGREEMENT TERW The terms ofthe awarded agreement shall include but not bolimited tothe following City of Round Rock Uniform Cleaning Services IFB No. 17-026 Class/Item: 954/20 Exhibit "A" November 2017 1.1 The term of the Agreement shall begin from date of award and shall remain in full force for sixty (60)months. 1.2 Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project up to 90 days. 1.3 The City reserves the right to review the awarded respondents' performance anytime during the contract term. 2. SITE VISITS: 2.1 The City and/or their representatives have the right to visit and inspect the bidder's facility any reasonable time prior to award and/or to conduct unannounced visits during the performance of the service. 3. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications. Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent shall: 3.1 Be firms, corporations, individuals or partnerships normally engaged in providing Uniform Cleaning Services as specified herein and have adequate organization, facilities, equipment, financial capability, and personnel to ensure prompt and efficient service to the City; 3.2 A minimum of one full service dry cleaning facility must be located within Round Rock City limits and at least 3(three) additional drop off/pick up locations within 20 miles of downtown Round Rock. 3.3 Respondent shall have a minimum of three (3) years continuous laundering and dry cleaning experience, 3.4 Respondent shall be knowledgeable in the dry cleaning business to include the proper use of cleaning chemicals, stain removal, mending/alterations and equipment usage; 3.5 Experience must have been obtained within the last five(5) years; 3.6 Respondent is responsible for acquiring and maintaining all necessary licenses, registrations, certifications and permits required for operation of their business by local, state and federal laws, rules, ordinances and regulations. 4. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform required services. The City seeks to do business directly with a company experienced in Uniform Cleaning Services. 5. WORKFORCE: Successful Respondent shall: 5.1 Ensure Respondent's employees perform the services in a timely,professional and efficient manner, 5.2 Have a trained workforce adequate in numbers and experience to satisfactorily provide the services specified herein; 5.3 Take all measures necessary to ensure that all their employees comply with all Federal, State and Local rules, laws and regulations. 6. PRICING:The Bidder shall determine and submit a fixed cost for the work and shall include all incidental costs, labor:overhead charges,travel, payroll expenses,freight,equipment acquisition and maintenance, demurrage,fuel surcharges, delivery charges, costs associated with obtaining permits, insurance, bonds Revised 10 17 Ptit-re 6 of 16 City of Round Rock Uniform Cleaning Services I I^B No. 17-020 Class/Item: 954/20 Exhibit "A" November 2017 and risk management. No separate line item charges shall be permitted for either response or invoice purposes. 7. PRICE INCREASE: Contract prices for Uniform Cleaning Services shall remain firm throughout the initial twelve (12) month term of the contract. A price increase to the agreement may be considered on the anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at no time can the increase be greater than 15% for any single line item. 7.1 Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage change in the U.S. Department of Labor Consumer Price Index (CPI-U) for all Urban Consumers. The price adjustment rate will be determined by comparing the percentage difference between the CPI in effect for the base year six-month average (January through June OR July through December); and each (January through June OR July through December six month average) thereafter. The percentage difference between those two CPE issues will be the price adjustment rate. No retroactive contract price adjustments will be allowed. The Consumer Price Index(CPI) is found at the Bureau of Labor Statistics, Consumer Price Index website: http://www.bis._ovq /cpi/. 7.2 Procedure to Request Increase: 7.2.1 Mail the written price increase request with the rate detail comparison and comprehensive calculation and any supporting documentation to the designated City Contract Specialist a minimum of 45 days prior to the annual Contract anniversary date. The detailed written calculation will be verified and confirmed, All written requests for increases must include the City of Round Rock contract number, solicitation reference information and contact information for the authorized representative requesting the increase. Price increase requests shall be sent by mail to: City of Round Rock Purchasing Department Attn: Contract Specialist 221 East Main Street Round Rock, TX 79664-5299 7.2.2 Upon receipt of the request, the City reserves the right to either, accept the escalation and make change to the purchase order within 30 days of the request, negotiate with the Vendor or cancel the agreement or purchase order if an agreement cannot be reached on the value of the increase. 8. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents` performance anytime during the contract term. 9. ACCEPTANCE/INSPECTION: Acceptance inspection should not take more than five (5)working days. The awarded respondent will be notified within the time frame if the services delivered are not in full compliance with the specifications. In the event the services are not performed to the satisfaction of the City; the vendor shall agree to reperform services to specification at no additional cost to the City. Th: City designated representative shall determine if the uniforms are to be re-cleaned, or portions thereof, If any agreement or purchase order is cancelled for non-acceptance, the needed services may be purchased elsewhere and the vendor may be charged liquidated damages. 10. INVOICING: Respondent shall have the ability to have two(2)separate accounts setup for the City: one(1) for the Police Department and one(1)for the Fire Department. Respondent shall in a timely manner, submit individual dry cleaning/laundry receipts along with one (1) original and one(1) copy of each invoice for each account on a monthly basis. To ensure expedited accurate payment, all invoices shall reference the specific City of Round Rock Purchase Order Number on each invoice. Please reference the Purchase Order Number on all correspondence, packing lists/slips, and Purchase Orders. Invoices shall be itemized and include any transportation charges separately. Do not include federal excise, state or city sales tax. The City shall furnish a Tax Exemption certificate, Revised 10 17 I'jil?ge 7 of 16 City ofRound Rock Uniform Cleaning Services |FBNo. 17-028 C| ss/|he � Q54/2D Exhibit Y ± v November 2017 if required. Invoices shall be properly labeled with the corresponding deporbnant, and sent to the following address: Mail invoices to: E-mail electronic invoice to: City ofRound Rock Attention: Accounts Payable 221 East Main Street Round Rock Texas 78864 11. ORDER QUANTITY: The quantities shown onthe solicitation are estimates only. Noguarantee ofany minimum ormaximum purchase iamade orimplied. The CityWill only order the services/goods needed to satisfy requirements within budgetary constraints, which may be more or less than indicated. 12. The 8uooeaefu| Respondent shall verify and obtain all necessary permits. licenses, and/or certificates required by federal, state and local |evvs, ordinanuaa, rules orregulations for the completion ofthe services aaspecified ifrequired for the project. 13. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split award, primary and secondary avvard, non-evvard, or use any combination that best oameo the interest and atthe sole discretion of the City. Award announcement will be made upon City Council approval of staff recommendation and executed agreement. Award announcement will appear on the City's website at . 14. POST AWARD MEETING: The City and Buooeaefu|Bidder<a>may have apost award meeting todiscuss, but not belimited tothe following: 14.1 The method to provide e smooth and orderly transition of services performed from the current contractor: 14.2 Provide City contact(s)information for implementation of agreement. 14,3 Identify specific milestones, goals arid strategies tomeet objectives. 15. : 15.1. Contractor's point of contact: In order to maintain oomsiobard standards of quality wmr;K pedbnnad across the City, the City oheU be provided with adeaignobad and identified point of contact upon award of the contract to include contact information. The City's designated representative shall be notified by the Respondent immediately should the point of contact change 15.2. The City's designated representative: The City'adesignated representative shall ba Cliff Saylor Angelo Luna Support Se,v|omm Division Manager Administrative Manager Police Department Fire Department Phone: (512)G71-3U33 Phone: (512) 218-6825 E-mail: E-mail: 18. INTERLOCAL PURCHASING AGREEMENTS 16.1 The Qty has entered into Interlocal Agreements with other Governmental agencies pursuant to the Interlocal Cooperation Act, Chapter 701 of the Texas Government Code. The Contractor agrees to offer the same price and terms and conditions to other eligible agencies that have an interlocal agreement with the City, 10.2 The City does not accept any responsibility or liability for the purchases byother gmvernmert agencies through aninterlocal cooperative agreement Revised 10 17 Poae 8 o[16 City of Round Rock Uniform Cleaning Services IFB No. 17-026 Class/Item: 954120 Exhiblit "A"" November 2017 PART IV SPECIFICATIONS 1. PURPOSE The City of Round Rock, herein after"the City„seeks bids from qualified firms experienced in providing uniform cleaining services for the City of Round Rock's Police and Fire Department. The purpose is to maintain a professional appearance for all employees and to create an overall businesslike atmosphere in the workplace. BACKGROUND Round Rock, Texas, with a population of around 105,000, is located 15 miles north of Austin in the Central Texas hill country. Round Rock is the 31st largest City in Texas, according to the 2010 U.S. Census Bureau data. A total of 380 employees within Police and Fire Department. This Invitation for Bid (IFB) for professional laundry/dry cleaning services will cover the requirements to provide laundering, dry cleaning, pressing, repairs and minor alterations of uniforms for the City of Round Rock Police and Fire Departments. City personnel will be responsible for dropping off and picking up uniforms from awarded contractor's location. Police and Fire employees meet and respond to the needs of the community daily, and are the most visible representatives of the City of Round Rock. It is therefore extremely important that all employees project a positive and professional appearance at all times while on duty.All uniformed and civilian attire will be neat, pressed, and properly fit. 3. ORDERING AND RECORD KEEPING: 3.1 A Representative of the City for Police and Fire Department will furnish awarded vendor an authorized list of employee's eligible to order. 3.2 The City will update the list of authorized employees as needed. Awarded vendor shall remove the employee from the authorized list within twenty-four(24) hours. A representative of the City for Police and Fire Department will be the only person authorized to coordinate pick up orders following a removal from the authorized list of employee's. 3.3 City issued badge must be presented to the vendor for drop off and pick up. 3.4 Awarded vendor.shall provide paper drop off receipt to employee and email a copy of the drop off receipt to designated City contact. Drop off receipt shall contain the following: Name of Employee, Date dropped off, Number of items. Type of items, and additional services requested if applicable. Additional services include: alterations, rush order fees, items at additional cost to the City. 3.5 Awarded vendor shall notify City Contact if uniforms have not been picked up within seven (7) business days. 3.6 Rush order fee shall be billed on a separate line itern. 4. CONTRACTOR'S RESPONSIBILITIES: The successful Respondent shall have the means and the ability to provide laundry/dry cleaning services to include, but riot limited to, the following: Revised 10 17 l' 9 of 16 City of Round Rock Uniform Cleaning Services IFB No. 17-026 Class/item: 954120 Exhibit "A" November 2017 4.1 Cary Cleaning Serivice: 4.1.1 All garments must be dry cleaned or laundered as appropriate and available for pickup twenty-four(24) hours after delivery by the employee 4,1.2 Upon request, same day service shall be available. 4.1.3 Provide cleaned garments with no"dry cleaning' odors. Garments shall be clean and fresh smelling; 4.1.4 Ensure garments are°lint/hair free" upon pick up; 4.1.5 Clean garments so that white shirts are returned white to include collars, cuffs, and pockets; 4.1.6 Pre-treat any stains using the correct dry cleaning method; 4.1.7 Ensure that no color bleeding occurs,- 4.1.8 ccurs;4.1.8 Stock and immediately replace buttons(provided by the City) that are lost or broken in the cleaning process at no charge to the City before items are to be picked up; 4.1.9 Repair/replace zippers damaged during the cleaning/pressing process at no additional cost to the City; 4.1.10 Provide"shine free'garments. No use of excessive heat during the pressing/drying process; 4.1.11 Not press wrinkles into the garment(s); 4.1.12 Press collars of shirts in a way that shall prevent the collar stays from showing; 4.1.13 Press creases in pants and shirts even and consistent with no double creases; 4,1.14 Hang clean garments and package in standard cellophane type bag; 4.1.15 lie-clean any garment at no cost to the City that does not conform to the requirements listed above. 4.2 Laundry Service: 4.2.1 Be knowledgeable in the cleaning of all types of garments to include items with silk screening to ensure that cracking does not occur due to the cleaning/laundering process; 4,2.2 Ensure that color bleeding does not occur. White shirts shall be white when picked up to include collars, cuffs and pockets; 4.2.3 Garments shall be clean and fresh smelling; 4.2.4 Ensure garments are"lint/hair free" upon pick up. 4.2.5 Pre-treat any stains using the correct laundering method: Revised 10 17 Pa ue 10 of 16 City of Round Rack Uniform Cleaning Services IFB No. 17-.026 Class/item: 954/20 Exhibit ►+ r r November 2017 4.2.8 Provide "shine free" garments. No use of excessive heat during the pressing/drying process; 4.2.7 Not press wrinkles into the garment(s); 4.2.8 Press shirt sleeves sharply in the middle of the sleeve. If the sleeve has a patch, the patch must be centered on the sleeve and pressed flat with the crease down the middle of the sleeve; 4.2.9 Press trousers consistent with the existing crease and have no double crease; 4.2.10 Repair/replace zippers damaged during the cleaning/pressing process at no additional cost to the City; 4.2.11 Stock and immediately replace buttons (provided by the City) that are lost or broken in the cleaning process at no charge to the City before items are to be picked up; Re-clean any garment at no cost to the City that does not meet or exceed requirements listed above. 4.3 Repair and Alteration: 4.3.1 hemming; 4.3.2 Repair/replace zippers and buttons; 4.3.3 Repair button holes, microphone holes and pockets 4.3.4 Sew emblems/chevrons/service bars/patches. Old emblems/chevrons/service bars/batches shall be removed before new ones are affixed; 4.3.8 remove emblems/chevrons/service bars/patches; 4.3.6 Fend broken belt loops, tears or rips; 4.4 Annual Coat Gleaning 4.4.1 Once per year, winter coats shall be cleaned in June or July upon request. Invoices shall be created separately from the monthly invoicing for coat cleaning to include individual receipts for each coat cleaned. 5. DESCRIPTION AND GLEANING INSTRUCTIONS: 5.1 DRY CLEANING: Police Uniforms. Class"A" uniforms consist of 45%worsted wool and 55% Dacron polyester. These uniforms consist of the following: 5.1.1 Long Sleeve shirts, military type with two(2) pleated patch breast pockets with flaps, epaulets and manufactured with two(2) permanent silicone creases in the front and three (3) in back; R vic_cd 10 17 Flzigc I I (A'16 City of Round Rock Uniform Cleaning Services IFB No. 17-026 Class/Item, 954 120 EX111DIt "A." v November 2017 5.1.2 Short sleeved shirts, military type with two(2) pleated patch breast pockets with flaps, epaulets and manufactured with two (2) permanent silicone creases in the front and three (3) in back; 5.1.3 Trousers, split seam, dress style with permanent silicone creases, 5.1.4 Jackets, Taslon nylon B. Cry shell, waterproof, windproof, breathable I1111:..rg. zip-out b warm insulated quilted liner with zip-off sleeves Fire Uniforms: Class"A" uniforms consist of 45%worsted wool and 55% Dacron polyester. These uniforms consist of the following.- 5.1.1 allowing:5.1.1 Long sleeve shirts,military type with two(2) pleated patch breast pockets with flaps and manufactured with two(2) permanent creases in the front and three (3) in back; 5.1.2 Short sleeved shirts, military type with two (2) pleated patch breast pockets with flaps and manufactured with two (2) permanent creases in the front and three (3) in back; 5.1.3 Trousers, split seam, dress style dress with permanent creases side pockets and hip pockets; 5.1.4 Coat, double-breasted dress style with peak lapels,two(2)lower welt pockets. and upper welt simulated breast pocket, three (3) cloth-reinforce inside pockets an badge tab; 5.1.5 Jackets, Taslon nylon B. Dry shell, waterproof, windproof, breathable lining: zip-out b. warm insulated quilted liner with zip-off sleeves. 5.2 LAUNDRY: Police Uniforms: Both shirt and trouser consist of 35% cotton blend and 65% polyester and shall be washed inside out in cold water with mild detergent, tumble dried and pressed unless otherwise specified by the manufacturer. Starch if requested. Uniforms consist of the following: 5.2.1 Shirts, short sleeved, Battle Dress Uniform (BDU) type with no crease in sleeves; 5.2.2 Trousers, Battle Dress uniform type with creases down center of each trouser leg; 5.2.3 Shorts, Battle Dress Uniform type with creases down center of each trouser leg,- Fire eg;Fire Uniforms: The trousers and shirts consist of 100% NQIVIEX cotton. Uniforms consist of the following: 5.2.1 Shirts, white: uniform with three (3) permanent creases on the back and two (2) on the front shall be washed in warm water with mild detergent, tumbled dry and pressed. Special care should be taken when pressing shirts as they have a snap button with a traditional button on top for decoration. Starch if requested. 5.2.2 Trousers, NOMEX uniform type with creases down the center of each trouser, leg shall be washed in hot water, NO starch. City of Round Rock Uniform Cleaning Services IFB No, 17-026 Class/ltem- 954/20 Exhibit "A" November 2017 ATTACHMENT A BID SHEET 1. ATTACHMENT A-BID SHEET is posted in Solicitation Documents for IFB No. 17-026 Uniform Cleaning Services in an Excel format on the City of Round Rock website at: htt s:t/www.roundracktexas. ov/de artmentsf urchasin / urchasin -active-solicitations/ 1.1 In order to be considered responsive Attachment A- Bid Sheet must be completed, signed by an authorized representative and returned by the deadline for submission of response indicated in Part I Section 5—Schedule of Events. 1.2 The Respondent, by submitting and signing Attachment A— Bid Sheet, acknowledges that he/she has received and read the entire document packet sections defined above including all docurnents incorporated by reference, and agrees to be bound by the terms therein. 1.3 In order to do business with the City of Round Rock you must be registered with the City's Vendor Database. To register, go to: https://roundrock.munissplfservice,_com/Vendors/defal.)It.aspx. 1.4 By the signature affixed on Attachment A-Bid Sheet,the Respondent hereby certifies that neither the Respondent nor the entity represented by the Respondent, or anyone acting for such entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any competitor or any other person engaged in such lone of business." 1.5 The Respondent agrees; if this Offer is accepted within 120 calendar days after the Due Date,to fully comply in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet. Revised 10 17 Page: l> W'16 1of3 A' .5X!MPAiti Aet Uniform Cleaning Services IFS-No.17-026 The Respondant represents by their signature below that he/she is submitting a binding offer and is authorized to bind the respondent to fully comply with the solicitation documents contained in lFB No. 17-026 Uniform Cleaning Services.The Respondent acknowledges that he/she has received and read the entire solcitation packet,attachments and all documents incorporated by reference,and agrees to be bound by the terms therein. Special Instructions: All prices must be quoted in order to be considered responsive, be advised that exceptions taken to any portion of the solicitation may jeopardize acceptance of the bid. The City reserves the right to purchase more or less than the quantities indicated below. No. Description Estimates! Quantity Unit Unit Cost Extended Total DRY CLEAN 1 D Clean-Shirt,Long sleeve 1,800 EA $ 2.70 $ 4,860.00 2 Dry Clean-Shirt,Short sleeve 9,000 EA $ 2.60 $ 23,400.00 3 D Clean-Trousers 10,500 EA $ 2.70 $ 28,350.00 4 Dry Clean-Coat 150 EA $ 3.50 $ 525.00 5 Dry Clean-Jacket 150 EA $ 3.25 $ 487.50 6 Dry Clean-Tie 50 EA $ 1.50 $ 75.00 7 Dry Clean-Battle Dress Uniform(BDU)Shirt 30 EA $ 2.60 $ 78.00 8 D Clean-Battle Dress Uniform(BDU)Trousers 700 EA $ 2.70 $ 1,890.00 9 Dry Clean-Flight Suit 6 EA $ 15.00 $ 90.00 10 Dry Clean-Shirt,CottontPoly Blend 25 EA $ 2.75 $ 68.75 11 D Clean-Kilt 25 EA $ 2.50 $ 62.50 12 Dry Clean-Kilt,Pleats/Heavy 2 EA $ 3.00 $ 6.00 13 Dry Clean-Shorts 20 EA $ 2.50 $ 50.00 14 Dry Clean-Polo Shirt 25 EA $ 2.50 $ 62.50 LAUNDRY 15 Laund -Shirt,Cotton/Poly Blend-No Starch 30 EA $ 2.00 $ 60.00 16 Laund -Shirt,100%Cotton-No Starch 50 EA $ 2.00 $ 100.00 17 Laundry-Trousers.Cotton/Poly Blend- No Starch 1000 EA $ 2.70 $ 2,700 00 18 Laund -Shorts,Cotton/Poly Blend-No Starch 500 EA $ 2.50 $ 1,25000 19 Laundry-Trousers,NQMEX-No Starch 1300 EA $ 2.70 $ 3,510.00 Annual Total $ 67,625 25 2 of 3 AtExhibitJ LAX Uniform Cleaning Services IFB-No.17-026 Additional Services-(information Only)The City may require additional services under this Agreement.Complete pricing below.An additional $5,000 in annual dollar authority will be added to each term of the contract for the optional purchase of goods and services No. Description Quantity Unit Price STARCH 20 Additonal Charge for Light Starch 1 $ 21 Additonal Charge for Medium Starch 1 $ 22 Additional Charge for Heavy Starch 1 $ ALTERATIONS 23 Affix"Police" "Fire"Patches(Quantity 1)-Shirt,Long Sleeve 1 $ 8.00 24 Affix"Police" "Fire"Patches(Quantity 1) -Shirt,Short Sleeve 1 $ 8.00 25 Affix"Police" "Fire"Patches(Quantity 1) -Trousers 1 $ 8.00 25 Affix"Police, "Fire"Patches(Quantity 2)-Shirt,Long Sleeve 1 $ 15.00 27 Affix"Police" "Fire"Patches(Quantity 2) -Shirt,Short Sleeve 1 $ 15.00 28 Affix"Police" "Fire"Patches(Quantity 2) -Trousers 1 $ 15.00 29 Affix"Police" "Fire"Patches(Quantity 3)-Shirt,Long Sleeve 1 $ 20.00 30 Affix"Police" "Fire"Patches(Quantity 3) -Shirt,Short Sleeve 1 $ 20.00 31 Affix"Police" "Fire"Patches(Quantity 3) -Trousers 1 $ 20.00 32 Affix Service Bar Sews-Shirt,Long Sleeve 1 $ 8.00 33 Affix Service Bar Sews-Shirt,Short Sleeve 1 $ 8.00 34 Affix Service Bar Sews-Trousers 1 $ 8.00 35 Affix stripe on trouser legs 1 $ 8.00 36 Affix buttons 1 $ - 37 Affix zippers in trousers 1 $ 12.50 38 Add Velcro-Jacket 1 $ 15,00 39 Add Velcro-Trousers 1 $ 15.00 40 Hem-Shirt,Long Sleeve 1 $ 10.00 41 Hem-Shirt,Short Sleeve 1 $ 10.00 42 Hem trouser legs 1 $ 10.00 3 of 3 Uniform Cleaning Services lFB-No.17-026 43 Shorten trouser legs 1 $ 12.50 44 Lengthen trouser legs 1 $ 10.00 45 Taper-Jacket 1 $ 15.00 46 Taper-Trousers 1 $ 15.00 47 Alter Jacket 1 $ 20.00 48 Alter Coat 1 $ 20.00 49 Alter size of trousers at seat 1 $ 15.00 50 Alter size of trousers at waist 1 $ 15.00 RUSH ORDER Rush Order Fee-Same day delivery per Part IV Specifications, Number 4 Contractor's Responsibilities,Section 4.1 Dry Cleaning 51 Service:,Bullet 4.1.2 1 $ 52 1 %Discount for additional services COMPANY NAME: T&A CLEANERS LLC SIGNATURE OF AUTHORIZED REPRESENTATIVE: —X- 49L _..._ PRINTED NAME. KARL SCHULTE PHONE NUMBER; CELL:713-824-9581 EMAIL ADDRESS REIDSCt.EANERSgOLITLOOK COM.. . City ofRound Rock Uniform Cleaning Services |FBNo 17-O2R Exhibit Yn ,� �Y ' ����N������ '�� C|osa/|bym, QS4/20 November 2017 ATTACHMENT B: REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: ��� RESPONDENT'S NANNE: _[��� C,L DATE: / Prov/do the nomo, addroso, telephone number and E-MAIL of at least three (3) valid Municipal, Government agencies or firms of comparable size that have utilized services that are n|mUer in typo and capacity within the |on( two (2) years. City nfRound Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification ofsubmittal. L 1. Company's Name e- Nome of Contact T|da of Contact E-Mail Address (4 q V7 2- L7 ) V11 4 r r Present Address City, 8ieta,Zip Codo � Telephone Number /�_ 2. Company's Name �\`��`7y- i? Ac.G_ �4+ S?~ ^/ //coC>uf� N f Name o Contact M M 4 ^k Title of Contact E-Mail Address J OL Present Address ctiltt 1'24z City, State,Zip Code Telephone Number 3. Company's Name Name of Contact '� �� h.4` Title of Contact ~4' E-Mail Address Present Address / A City, State,Zip Code 6 e 0 a7 t 40 7� ~7��/ Telephone Number <� / FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Revised 1017 Page |4of}6 City of Round Rock Uniform Cleaning Services |FBNo 17-O2G Exhibit wY /� �v � ����������� ��` C|aao/|tem: Q54/2U � November 2017 ATTACHMENT C: ADDENDUM ACKNOWLEDGMENT FORM NOTE: If multiple eddmndume have been ieeued, respondents may complete and return this attachment with (heir proposal in place of the individual addandume to be Submitted, Failure to provide either this form or the individual addendums with signatures may result in disqualification of the proposal. Addenda Acknowledgment: The undersigned acknowledges the receipt ofthe following Addenda: Addendum #: Dated: Addendum #: Dated: Addendum #: Dated: Addendum #: Dated: Addendum #: Dated: Respondent(Company): L*qw+�*'`/ Signature(in ink); / 1~ Narnm(Typad/pdnted): Title: ____ Date/ y 10, ~� ROUND ROCK TEXAS � ="==="ow151" CITY OF ROUND ROCK INVITATION FOR BID (|FB) UN|PC)RNU CLEANING SERVICES |FB No. 17-028 Addendum Nm. 1 Date of Addendum: 12/7/2017 Addendum No. 1, dated Thursday, December 7, 2017 is being issued to include changes to the Contractor responsibility requirements for|FB No. 17-026—Uniform Cleaning 8ervimso, as outlined below: The following "Change" is being made to PART |V Specifications, Section 4. Contractor's Responsibilities as follows: Reference: Section 4.4 Annual Coed Cleaning Change Section 4.4.1 —From: Once per year, winter coats shall be cleaned in June or July upon request, Invoices shall be created separately fromthe monthly invoicing for coat cleaning to include individual receipts for each coat cleaned. Change Section 4.4.1 —To: Once per year, winter coats shall be cleaned in June or July upon request by the Fire Deportment. Winter coats shall be cleaned upon request for the Police Department year-round. Invoices shall be created separately from the monthly invoicing for coat cleaning to include individual receipts for each coat cleaned. /��/ Approved by Date: /��/ / / / #ta Fonseca, Purchaser By the signatures affixed below this addendum is hereby incorporated into and made o pert of the above referenced solicitation. ACKNOWLEDGED A T-! /1 C)e�a nt,�� � / C_� /� �� Vendor AuthoMzad8hx�a�«� Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL, FAILURE TO DC] SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FRC)K0 CONSIDERATION FOR AWARD. City of Round Rock Uniform Cleaning Services IF8 No. 17-026 Class/Item: 954 120 Im November 2017 r.1 xhibit "A" ATTACHMENT D CLEANING SERVICE QUESTIONAIRE PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE lFB#14-006 Business Name: T&A CLEANERS LLC DBA REID'S CLEANERS&LAUNDRY Contact Name: KARL SCHULTE OR ANDREW UNDERWOOD Phone Number: KARL SCHULTE-CELL(713-824-9581)ANDREW UNDERWOOD CELL 512-767-8178 Fax Number: 512-879-3595 E-Mail Address: REIDSCLEANERSAOUTLOOK.COM Location of Primary Facility: 303 WEST LIBERTY, ROUND ROCK, TEXAS 78664 Hours and Days Open: MONDAY-FRIDAY 6:30AM TO 7:OOPM; SATURDAY 8:00AM TO 5:OOPM CLOSED ON SUNDAYS Does your company have other locations/branches? If so please list: (Add continuation page as needed) Address: 3750 GATTIS SCHOOL ROAD,ROUND ROCK,TEXAS 78664(HEB CENTER) Point of Contact: BRITTANY RODRIGUEZ Address: 4500 WILLIAMS DRIVE.SUITE 210, GEORGETOWN TEXAS 78633(HEB CENTER) Point of Contact: MARTHA MENDO Address: 10510,WEST PARMER LANE,SUITE 114,AUSTIN,TEXAS 78727(AVERY RANCH) Point of Contact: BEA SOSA Does your company provide a secure drop box? STEINER RANCH HAS ONE:WILL ADD ONE AT ROUND ROCK PLANT IF WE ARE AWARDED THIS BID WITHIN 60 DAYS Dry Cleaning Process used: HYDROCARBON Filtration Method used: -CARBON CORE AND SPIN DISC How often is filter cleaned? SPIN DISC AFTER 20 CYCLES; CARBON CORE—3 TO 4 TIMES A YEAR Do you distill solvent? YES-CONTINUOUSLY Do you pre-treat for spots? YES Brand of Soap: OPTIX BY FAUTLESS Brand of Sizing/Starch: FAULTLESS Revised 10;17 Page 16 of ..................._'__........... T-1 Lxhibit "A" CITY OF ROUND ROCK UNIFORM CLEANING SERVICES-IFB 17-026 ATTACHMENT D CLEANING SERVICE QUESTIONAIRE-ADDITONAL LOCATIONS Address:1700 West Parmer Lane,Suite 220,Austin,Texas 78727{Panner and Metric) Point of Contact:Alejandra Herrera Address:1050 North Lakeline Blvd,Cedar Park,TX,78613 (1431 and Lakeline) Point of Contact:Cynthia Luna Address: 13435 North Highway 183,Suite 307,Austin,TX 78750(Anderson Mill and 183) Point of Contact:Michelle Vilchiz Address:900 RR 620,Suite B 111, LakewaV,Texas 78734(Lakeway Blvd and 620) Point of Contact:Claudette Williams Address:2900 North Quinlan Park,Austin,Texas 78732(Steiner Ranch)This is an operating plant but is operated under the DBA of"Steiner Cleaners".This has a secure drop box. Point of Contact:Veronica Cruz