Loading...
R-14-02-27-I2 - 2/27/2014RESOLUTION NO. R -14-02-27-I2 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, Reid's Cleaners and Laundry has submitted the lowest responsible bid; and WHEREAS, the City Council wishes to accept the bid of Reid's Cleaners and 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 Reid's Cleaners and 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 27th day of February, 2014. ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: SARA L. WHITE, City Clerk 0112 1404; 00292684 EXHIBIT !,A„ CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF LAUNDRY SERVICES FOR POLICE AND FIRE DEPARTMENT UNIFORMS FROM REID'S CLEANERS AND LAUNDRY THE STATE OF TEXAS CITY OF ROUND ROCK COUNTY OF WILLIAMSON COUNTY OF TRAVIS KNOW ALL BY THESE PRESENTS: THAT THIS Agreement for purchase of cleaning services for Police Department and Fire Department uniforms, and for related goods and services, (referred to herein as the "Agreement"), is made and entered into on this the day of the month of February, 2014, 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 REID'S CLEANERS AND LAUNDRY, whose offices are located at 303 West Liberty Avenue, Round Rock, Texas 78665 (referred to herein as the "Services Provider"). RECITALS: WHEREAS, City desires to purchase cleaning services for Police Department and Fire Department uniforms, and City desires to procure same from Services Provider; 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 the Services Provider; 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, sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Services Provider whereby City is obligated to buy specified services and Services Provider is obligated to sell same. The Agreement includes the following: (a) City's Invitation for Bid designated Solicitation Number 14-006, Specification Number 954/20 dated December 2013, and Addendum No. 1 dated January 9, 2014; (b) Services Provider's Response to the IFB; (c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies 00291574/ss2 or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Services Provider'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 and services mean the specified services, supplies, materials, commodities, or equipment. 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 thirty-six (36) months from the effective date hereof. After that initial term, this Agreement may be renewed for two (2) successive twelve (12) -month periods, under the same terms and conditions, only upon the express written agreement of both parties, and only provided that the Services Provider has performed each and every contractual obligation specified in this Agreement. C. 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 Services Provider to supply the services as outlined in the IFB and Response to IFB submitted by Services Provider, all as specified in Exhibit "A." 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 Services Provider in its Response to the IFB. 2 The services which are the subject 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 ITEMS AWARDED; SCOPE OF WORK Items Awarded. All bid items on Exhibit "A" are awarded to Services Provider. Scope of Work. For purposes of this Agreement, City has issued documents delineating the required services (specifically Invitation for Bid Solicitation Number 14-006, Specification Number 954/20 dated December 2013, and Addendum No. 1 dated January 9, 2014). Services Provider has issued its response agreeing to provide all such required service in all specified particulars. All such referenced documents are included in Exhibit "A" attached hereto and made a part hereof for all purposes. When taken together with the appended exhibits, this Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals, correspondence or discussions. Services Provider shall satisfactorily provide all services described under the attached exhibits within the contract term specified in Section 2.01. Services Provider's undertakings shall be limited to performing services for the City and/or advising City concerning those matters on which Services Provider has been specifically engaged. Services Provider shall perform its services in accordance with this Agreement, in accordance with the appended exhibits, in accordance with due care, and in accordance with prevailing industry standards for comparable services. 5.01 COSTS Bid costs listed on Exhibit "A," which are specifically relevant to the referenced bid items, shall be the bases of any charges collected by the Services Provider. 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Services Provider; B. Purchase Order Number; C. Description and quantity of items received or services provided; and D. Delivery or performance dates. 3 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's bid, with the consent and agreement of the successful vendor(s) and the City. 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 is not an agent of, partner to, or representative of those outside agencies or entities and that the City 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 Services Provider 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, payment to Services Provider will be made within thirty (30) days of the day on which City receives the performance, supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the performance and/or deliverables or services, whichever is later. Services Provider 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); however, this Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Services Provider, a contractor, a subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Service Provider and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service 4 performed that causes the payment to be late; or D. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 10.01 GRATUITIES AND BRIBES City may, by written notice to Services Provider, cancel this Agreement without liability to Services Provider if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Services Provider 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 Services Provider's charges. 12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS If Services Provider cannot provide the goods as specified, City reserves the right and option to obtain the products or services from another supplier or suppliers. 13.01 INSURANCE Services Provider shall meet all requirements as stated in the attached IFB, including all attachments and exhibits thereto, and Services Provider's 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 Round Rock Police Department 2701 N. Mays Street Round Rock, Texas 78665 512-218-5500 5 For Fire Department: Charles Meserole Administrative Manager/Logistics Round Rock Fire Department 203 Commerce Blvd. Round Rock, Texas 78664 512-218-5590 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 Services Provider abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Services Provider 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. Services Provider 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 Services Provider. 6 B. In the event of any default by Services Provider, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Services Provider. C. Services Provider 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 Services Provider, Services Provider 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, Services Provider 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 Services Provider that portion of the charges, if undisputed. The parties agree that Services Provider 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 Services Provider 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 Services Provider, or Services Provider's agents, employees or subcontractors, in the performance of Services Provider'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 Services Provider (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 Services Provider, 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. 7 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 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 Services Provider: Reid's Cleaners and Laundry 303 West Liberty Avenue Round Rock, TX 78665 Notice to City: 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 Services Provider. 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 Services Provider and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 24.01 DISPUTE RESOLUTION City and Services Provider 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 8 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. Services Provider 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. Services Provider understands and agrees that time is of the essence and that any failure of Services Provider to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Services Provider 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 Services Provider'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 Services Provider 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. [Signatures on the following page.] 9 IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on the dates indicated. City of Round Rock, Texas Reid's Cleaner and Laundry By: By: Printed Name: Printed Name: Title: Title: Date Signed: Date Signed: Attest: By: Sara White, City Clerk For City, Approved as to Form: By: Stephan L. Sheets., City Attorney 10 ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY. City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.gov INVITATION FOR BID (IFB) UNIFORM CLEANING SERVICES SOLICITATION NUMBER 14-006 December 2013 Exhibit "A" Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 CITY OF ROUND ROCK INVITATION FOR BID UNIFORM CLEANING SERVICES PART I GENERAL 1. PURPOSE: The City of Round Rock, herein after "City", seeks to enter into an agreement with a qualified Individual, Firm or Corporation, (Respondent), to provide uniform cleaning services for the City of Round Rock's Police and Fire Departments. 2. DEFINITIONS, TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that the City's standard Definitions, 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 respondents to stay apprised of changes. The City's Definitions, Terms and Conditions can be obtained from the City's website http:/lwww.roundrocktexas.gov/bids. 2.1. Any exception to or additional terms and conditions attached to the response will not be considered unless respondent specifically references them on the front of the Solicitation Document. WARNING: Exception to or additional terms and conditions may result in disqualification of the response. 3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the as identified on the City's website at http://www.roundrocktexas.gov/bids. 4. ATTACHMENTS: Attachments A through C are herein made a part of this solicitation: 4.1. Attachment A: Bid Form 4.2. Attachment B: Cleaning Service Questionnaire 4.3. Attachment C: Reference Sheet 4.4. Attachment D: Garment Care/Cleaning Instructions 5. CLARIFICATION: For questions or clarifications of specifications, you may contact: Deborah Knutson, CPPB Purchasing Department City of Round Rock dknutson(roundrocktexas.gov 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 Rock through the Purchasing Department. 6. 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 on the best value for the City. In determining best value, the City may consider: 6.1. Purchase price; Page 2 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 6.2. Reputation of Respondent and of Respondent's goods and services; 6.3. Quality of the Respondent's goods and services; 6.4. The extent to which the goods and services meet the City's needs; 6.5. Respondent's past performance with the City; 6.6. The total Tong -term cost to the City to acquire the Respondent's goods or services; 6.7. Any relevant criteria specifically listed in the solicitation. 7. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: 7.1. The term of the initial Agreement shall begin from date of award and shall remain in full force and effective through December 31, 2017. 7.2. The initial term of the resulting agreement shall be three (3) consecutive twelve (12) month periods from the effective date. The agreement may be renewed for two (2) additional periods of time, not to exceed twelve (12) months each, provided both parties agree in writing prior to the expiration of the current term. 7.3. The City reserves the right to review the respondents' performance during contractual term and at the end of each twelve (12) month period and cancel all or part of the agreement(s) or continue the agreement(s) through the next period. 7.4. If the respondent fails to perform its duties in a reasonable and competent manner, the City shall give written notice the respondent of the deficiencies and the respondent shall have thirty (30) days to correct such deficiencies. If the respondent fails to correct the deficiencies with the thirty (30) days, the City may terminate the agreement by giving the respondent written notice of termination and the reason for the termination. 8. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, multiple awards including primary, secondary and tertiary awards, split awards, non -award, or use any combination that best serves the interest and at the 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 http:f/www.rou nd rocktexas.gov/bids. 9. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt Payment Law, Texas Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty days after the acceptance of 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: 9.1. 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 9.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or 9.3. The 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 Page 3 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 9.4. 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. 10. 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. 11. INTERLOCAL COOPERATIVE CONTRACTING (PIGGYBACKZ: Other governmental entities may be extended the opportunity to purchase off of the City's agreements, with the consent and agreement of the awarded Vendor(s) and the City. Such consent and agreement shall be conclusively inferred from lack of exception to this clause in a Respondent's submittal. However, all parties indicate their understanding and hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently -negotiated "piggyback" procurements. PART II SCHEDULE 1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline: 1.1. Solicitation released December 21, 2013 1.2. Deadline for questions January 7, 2014 1.3. City responses to all questions or addendums January 9, 2014 1.4. Responses for solicitation due at or before 3:00 PM January 14, 2014 All questions regarding the solicitation shall be submitted in writing at or before 5:00 PM 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, http://www.roundrocktexas.gov/bids. Questions shall be submitted to the City contact named herein. The City reserves the right to modify these dates. Notice of date change will be posted to the City's website. 2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at http://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation described herein. Various updates may include addendums, cancelations, 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. 3. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the date noted above to the Purchasing Department. Mail or carry sealed responses to: City of Round Rock Purchasing Department Attention: Deborah Knutson Reference: IFB 14-003 221 E. Main Street Round Rock, Texas 78664-5299 Page 4of14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 3.1. Responses received after this time and date shall not be considered. 3.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date and "DO NOT OPEN". 3.3. Facsimile or electronically transmitted responses are not acceptable. 3.4. Late responses will be returned to Respondent unopened if return address is provided. 3.5. Responses cannot be altered or amended after opening. 3.6. No response can be withdrawn after opening without written approval from the City for an acceptable reason. 3.7. The City will not be bound by any oral statement or offer made contrary to the written specifications. 4. POST AWARD MEETING: The City and Respondent may have a post award meeting to discuss, but not be limited to the following: 4.1. Provide City contact(s) information for implementation of agreement. 4.2. Identify specific milestones, goals and strategies to meet objectives. PART III SPECIFICATIONS 1. OVERVIEW: 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. The City is seeking to partner with a dependable company with the equipment, personnel and experience in cleaning and preserving the appearance and quality of garments at an exceptional service level with reasonable prices. City personnel will be responsible for dropping off and picking up uniforms from Respondent's location(s). 2. SCOPE OF WORK: The successful Respondent shall have the means and the ability to provide laundry / dry cleaning services to include, but not limited to, the following: 2.1. Dry Cleaning Service: Bidder is directed to Attachment D of this specification for specific identification of current dry clean uniforms. Respondent shall: 2.1.1. Offer next day service; 2.1.2. Provide cleaned garments with no "dry cleaning" odors. Garments shall be clean and fresh smelling; 2.1.3. Ensure garments are "lint/hair free" upon pick up; 2.1.4. Clean garments so that white shirts are returned white to include collars, cuffs, and pockets; 2.1.5. Pre -treat any stains using the correct dry cleaning method; 2.1.6. Ensure that no color bleeding occurs; 2.1.7. 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; 2.1.8. Repair/replace zippers damaged during the cleaning/pressing process at no additional cost to the City; Page 5 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 2.1.9. Provide "shine free" garments. No use of excessive heat during the pressing/drying process; 2.1.10. Not press wrinkles into the garment(s); 2.1.11. Press collars of shirts in a way that shall prevent the collar stays from showing; 2.1.12. Press creases in pants and shirts even and consistent with no double creases; 2.1.13. Hang clean garments and package in standard cellophane type bag; 2.1.14. Re -clean any garment at no cost to the City that does not conform to the requirements listed above. 2.2. Laundry Service: Bidder is directed to Attachment D for specific identification of current uniforms and the laundering preference. Garments shall be washed, dried and pressed as specified or as recommended by the manufacturer. Respondent shall: 2.2.1. 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; 2.2.2. Ensure that color bleeding does not occur. White shirts shall be white when picked up to include collars, cuffs and pockets; 2.2.3. Garments shall be clean and fresh smelling; 2.2.4. Ensure garments are "lint/hair free" upon pick up; 2.2.5. Pre -treat any stains using the correct laundering method; 2.2.6. Provide "shine free" garments. No use of excessive heat during the pressing/drying process; 2.2.7. Not press wrinkles into the garment(s); 2.2.8. 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; 2.2.9. Press trousers consistent with the existing crease and have no double crease; 2.2.10. Repair/replace zippers damaged during the cleaning/pressing process at no additional cost to the City; 2.2.11. 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; 2.2.12. Re -clean any garment at no cost to the City that does not meet or exceed requirements listed above. 2.3. Repair and Alteration: Items damaged due to the cleaning/laundering process shall be repaired immediately, at no additional cost to the City. Repairs and minor alterations, upon request, shall include, but not be limited to the following: 2.3.1. Hemming; 2.3.2. Repair/replace zippers and buttons; 2.3.3. Repair button holes, microphone holes and pockets; 2.3.4. Sew emblems/chevrons/service bars/patches. Old emblems/chevrons/service bars/batches shall be removed before new ones are affixed; 2.3.5. Remove emblems/chevrons/service bars/patches; 2.3.6. Mend broken belt loops, tears or rips; Page 6 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 2.4. Annual Coat cleaning: 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. 3. SERVICE REQUIREMENTS: Respondent shall: 3.1. Be located within a twenty five (25) mile radius of the City of Round Rock; 3.2. Provide to the City the name and telephone number of Respondent's representative; 3.3. Notify the City of business changes that may affect the performance of the services; 3.4. Have no minimum/maximum number of items for drop off; 3.5. Reimburse the City by credit invoice for lost or damaged garments due to Respondent's negligence; 3.6. List additional locations including address and point of contact that are available for dry cleaning/laundering services; see Attachment B 3.7. Provide the City with individual dry cleaning/laundry receipts with invoices for reconciliation; 3.8. Any garment that is lost or damaged by the cleaners shall be replaced by the City with all costs to be reimbursed by the contracted cleaners. 4. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications. Respondents who do not meet the minimum qualifications will not be considered for award. 4.1. Be firms, corporations, individuals or partnerships normally engaged in the services as specified herein; 4.2. Have adequate organization, facilities, equipment, and personnel to ensure prompt an deficient service to the City; 4.3. Respondent shall have a minimum of three (3) years continuous laundering and dry cleaning experience; 4.4. Respondent shall be knowledgeable in the dry cleaning business to include the proper use of cleaning chemicals, stain removal, mending/alterations and equipment usage; 4.5. Experience must have been obtained within the last five (5) years; 4.6. 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. 5. STAFFING QUALIFICATIONS: Successful Respondent shall: 5.1. Provide the City with a designated and identified point of contact upon award of the contract, in order to ensure customer satisfaction and assist with any problems. The City's designated representative shall be notified by the Respondent immediately should the point of contact change; 5.2. Ensure that all Respondent's employees shall perform services in a timely, professional, courteous, honest, prompt and efficient manner. Successful Respondent's employees shall be knowledgeable in all of the services to be provided and be able to communicate effectively with the City's personnel; 5.3. Bear all responsibility for continuous staffing and employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. The City reserves the right to verify citizenship or right to work in the United States; 5.4. Have a trained work force adequate in numbers and experience to satisfactorily provide the services specified herein; Page 7 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 5.5. Take all measures necessary to ensure that all their employees comply with all Federal, State and Local rules, laws and regulations. 6. INVOICING: Respondent shall have the ability to have two (2) separate accounts set up 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. Invoices shall be properly labeled with the corresponding department, and sent to the following address: City of Round Rock Accounts Payable 221 East Main Street Round Rock, TX 78664 7. PRICING: Unit prices quoted shall remain firm for the term of the Contract and shall not include federal or state sales, excise, and use tax. The unit prices shall be the complete price and shall be inclusive of overhead costs, payroll costs, transportation charges and any other costs. Separate delivery, fuel surcharges, or other costs, and fees will not be permitted. 8. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform required services without prior written consent of the City. 9. SITE VISITS: 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. 15. DAMAGE: Respondent shall be responsible for correcting damage by repair/replacement or credit to the City's property at no cost to the City. PART IV 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. Respondents are encouraged to carefully read the entire solicitation. Respondents shall submit one (1) evident signed "Original" and five (5) copies of the response requirements and one (1) electronic copy format, including any required attachments. Pages should be numbered and contain an organized, paginated table of contents corresponding to the section and pages of the response. For your bid to be responsive, all required items identified below shall be submitted with your proposal. The samples and/or copies shall be provided at the Respondent's expense, and shall become the property of the City. 1. Attachment A: Responses shall be submitted on itemized, signed Bid Form provided herein. Failure to itemize or sign solicitation may result in disqualification. Submission of responses on forms other that the City's Solicitation Document may result in disqualification of the response. 1.1. In the event of errors in extension pricing, unit prices shall govern. 2. Attachment B: Respondents shall complete and return the cleaning service questionnaire form. Page 8of14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 3. Attachment C: Provide the name, address, telephone number and e-mail of at least three (3) Municipal, Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. 4. Copy of any licenses, certifications, etc. that are required for the dry cleaning/laundering services required. The following items shall be made available upon request by the City prior to award and the approval of any contract: 1. Proof of insurance for General Liability ($ 1,000,000), Worker's Compensation and standard automobile liability coverage. PART V CONFIDENTIALITY OF CONTENT All documents submitted in response to a solicitation shall be subject to the Texas Public Information Act. Following an award, responses are subject to release as public information unless the response or specific parts of the response can be shown to be exempt from the Texas Public Information Act. Pricing is not considered to be confidential under any circumstances. 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 if it is not clearly marked as such. If a request is made under the Texas Public Information Act to inspect information designated as confidential, the Respondent shall, 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 be presented to the Attorney General of Texas for final determination. Page 9 of 14 CY•I10@it1 00 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 ROUND ROCK. TEXAS xmosr PAS/ilOtt PROSPtWTY ATTACHMENT A: BID FORM PURCHASING DEPARTMENT 221 E. Main Street • Round Rock, Texas 78664-5299 Solicitation Number: #14-006 Solicitation Name: Uniform Cleaning Services Opening Date: January 14, 2014 Opening Time: On or Before 3:00 PM CST Opening Location: City of Round Rock City Hall 221 E. Main Street Round Rock, TX 78664 HOW DID YOU HEAR ABOUT THIS SOLICITATION? FIRST TIME RESPONDING TO THE CITY? Business Name: Address: Address: Contact: Telephone: E-mail: .Newspaper City's Website n E-mail Announcement ESBD n Other Yes In No IS YOUR BUSINESS REGISTERED WITH VENDOR CENTRAL? Ycs I I No Register at: roundrocktesas.govNendorCentral Item # Description Unit Price Estimated Quantity Extended Price 1 Dry Clean — Shirt, Long sleeve 10,000 2 Dry Clean — Shirt, Short sleeve 21,900 3 Dry Clean —Trousers 21,900 4 Dry Clean — Coat 330 5 Dry Clean —Jacket 650 6 Dry Clean —Tie 100 7 Dry Clean - BDU Shirt 2,100 8 Dry Clean — BDU Trousers 2,100 9 Dry Clean — Flight Suit 15 10 Laundry — Shirt, Cotton/Poly Blend — No Starch 1000 Page 10 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 BID FORM — PAGE 2 Item # Description Unit Price Estimated Quantity Extended Price 11 Laundry — Shirt, 100% Cotton — No Starch 1344 12 Laundry —Trouser, Cotton/Poly Blend — No Starch 1000 13 Laundry — Shorts, Cotton/Poly Blend — No Starch 500 14 Laundry—Trouser, NOM EX — No Starch 1271 Please note charges for Starch, if any: 16 Additional Charge for Light Starch 17 Additional Charge for Medium Starch 18 Additional Charge for Heavy Starch Please note charges for alterations/mending: 19 Patch/Service Bars sews 300 20 Repair mike/button holes 200 21 Repairs, Miscellaneous 100 22 Zipper Repair/Replacement 200 23 Hemming, Pants/Shirts 120 24 Leg/Waist Tapers 100 25 Button sews/replacements 20 Total: TRN"NrCli 1 i4Zit.`7 By the signature hereon affixed, 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 line of business. Further, by signing and submitting this response the Respondent acknowledges: That they have read and fully understand the solicitation and accept all terms and conditions set forth herein. The respondent is not currently delinquent in the payment of any debt owed to the City. Sealed response envelope shall be clearly marked with solicitation name, solicitation number and name of responding entity. The agreement or purchase order resulting from this solicitation may qualify for Inter -local or Cooperative Contracting (Piggybacking) per the terms outlined in Part I, #11 of this solicitation. If applicable, do you agree to "piggyback" purchasing from other governmental agencies? I Yes No Response shall include one (1) signed original and five (5) copies of response. Printed Name Failure to sign response will disaualifv response. Authorized Signature Date Page 11 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 ATTACHMENT B: CLEANING SERVICE QUESTIONAIRE PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE IFB # 14-006 Business Name: Contact Name: Phone Number: Fax Number: E -Mail Address: Location of Facility: Hours and Days Open: Does your company have other locations/branches? If so please list: (Add continuation page as needed) Address: Point of Contact: Address: Point of Contact: Address: Point of Contact: Does your company provide a secure drop box? Dry Cleaning Process used: Filtration Method used: How often is filter cleaned? Do you distill solvent? Do you pre -treat for spots? Brand of Soap: Brand of Sizing/Starch: Page 12 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 ATTACHMENT C: RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RESPONDENT'S NAME: DATE: Provide the name, address, telephone number and E-MAIL of at least three (3) Municipal and/or Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. 1. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 2. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 3. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number ( ##### ) ##### Fax Number: (##### ) ##-### ( ##### ) ##### Fax Number: ( ##### ) #### ( ##### ) ##### Fax Number: ( ##### ) ##### FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Page 13 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 ATTACHMENT D: GARMENT CARE/CLEANING INSTRUCTIONS 1. DRY CLEANING: The garments identified for dry cleaning services: 1.1. Police uniforms: Class "A" uniforms consist of 45% worsted wool and 55% Dacron polyester. These uniforms consist of the following: 1.1.1. 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; 1.1.2. 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; 1.1.3. Trousers, split seam, dress style with permanent silicone creases; 1.1.4. Jackets, Taslon nylon B. Dry shell, waterproof, windproof, breathable lining, zip -out b warm insulated quilted liner with zip -off sleeves. 1.2. Fire uniforms: Class "A" uniforms consist of 45% worsted wool and 55% Dacron polyester. These uniforms consist of the following: 1.2.1. 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; 1.2.2. 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; 1.2.3. Trousers, split seam, dress style dress with permanent creases side pockets and hip pockets; 1.2.4. 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; 1.2.5. Jackets, Taslon nylon B. Dry shell, waterproof, windproof, breathable lining, zip -out b. warm insulated quilted liner with zip -off sleeves. 2. LAUNDRY: The garments identified for laundry services: 2.1 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: 2.1.1. Shirts, short sleeved, BDU type with no crease in sleeves; 2.1.2. Trousers, BDU type with creases down center of each trouser leg; 2.1.3. Shorts, BDU type with creases clown center of each trouser leg; 2.2. Fire uniforms: The trousers and shirts consist of 100% NOMEX cotton. Uniforms consist of the following: 2.2.1. 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. 2.2.2. Trousers, NOMEX uniform type with creases down the center of each trouser leg shall be washed in hot water, NO starch. Page 14 of 14 IFB # 14-006 ''ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY. CITY OF ROUND ROCK, TEXAS IFB # 14-006 UNIFORM CLEANING SERVICES Addendum No. 1 Date of Addendum: January 9, 2014 This Addendum No. 1 shall serve as a clarification regarding any questions submitted in reference to the Uniform Cleaning Services IFB. 1. What is a BDU shirt and trouser? Answer: The Battle Dress Uniform (BDU) shirts and trousers are an everyday uniform that will be dry cleaned or laundered upon request. 2. Is the price fixed for the term of the agreement? Answer: Yes the price shall remain firm for the term of the contract as stated in Part III, Section 7: Pricing. 3. Our firm also offers pick-up and delivery services for specified locations. Where do we add this additional service on the bid response? Answer: Any information for additional service(s) offered is welcome. Please attach a separate document describing the additional service(s) with any pertinent information to include cost and attach it to your bid response. 4. Is billing to be set up for two (2) master accounts, and then broken down by individual? Do you provide the names of all individuals on the program? Answer: Yes, billing shall be set up for two (2) separate master accounts: One for each of the following departments: City of Round Rock Police Department; City of Round Rock Fire Department. We will provide the names of City employees which are allowed to utilize the City's Uniform Cleaning Services Contract at the Post Award meeting. Approved by: Date: / eborah Kn • n, CPPB Purchaser By the signatures affixed below this addendum is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED Vendor Authorized Signature Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. Reid's Cleaners and Laundry 303 West Liberty Ave Round Rock , Texas 78665 INVITATION FOR BID (IFB) UNIFORM CLEANING SERVICES SOLICITATION NUMBER 14-006 1/14/2014 i l!MIf 1Is1. Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 ROUNI) ROCK, TEXAS moose MAO< ruosneln ATTACHMENT A: BID FORM PURCHASING DEPARTMENT 221 E. Main Street • Round Rock, Texas 78664-5299 Solicitation Number: #14-006 Solicitation Name: Uniform Cleaning Services Opening Date: January 14, 2014 Opening Time: On or Before 3:00 PM CST Opening Location: City of Round Rock City Hall 221 E. Main Street Round Rock, TX 78664 HOW DID YOU HEAR ABOUT THIS SOLICITATION? FIRST TIME RESPONDING TO THE CITY? Business Name: Reid's Cleaners and Laundry Address: 303 West Liberty Ave Address: Round Rock. Texas 78665 Contact: Telephone: E-mail: Gary Dufresne 512-341-7650 Reidscleaners@outlook.com D Newspaper n City's Websiteyj E-mail Announcement ESBD n Other Yes I I No IS YOUR BUSINESS REGISTERED WITH VENDOR CENTRAL? Yes n No Register at: roundrocktexas.gov/VendorCentral Item # Description Unit Price Estimated Quantity Extended Price 1 Dry Clean — Shirt, Long sleeve $2.20 10,000 $22,000 2 Dry Clean —Shirt, Short sleeve $2.10 21,900 $45,990 3 Dry Clean —Trousers $2.25 21,900 $49,275 4 Dry Clean — Coat $2.75 330 $907 5 Dry Clean — Jacket $2.75 650 $1,788 6 Dry Clean — Tie $1.25 100 $125 7 Dry Clean - BDU Shirt $2.10 2,100 $4,410 8 Dry Clean — BDU Trousers $2.25 2,100 $4,725 9 Dry Clean — Flight Suit $4.00 15 $60 10 Laundry—Shirt, Cotton/Poly Blend — No Starch $1.32 1000 $1,320 Page 10 of Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 BID FORM — PAGE 2 Item # Description Unit Price Estimated Quantity Extended Price 11 Laundry —Shirt, 100% Cotton — No Starch $1.32 1344 $1,774 12 Laundry —Trouser, Cotton/Poly Blend — No Starch $2.50 1000 $2,500 13 Laundry—Shorts, Cotton/Poly Blend — No Starch $2.40 500 $1,200 14 Laundry—Trouser, NOMEX— No Starch $2.40 1271 $3,050 Please note charges for Starch, if any: 16 Additional Charge for Light Starch $0.00 17 Additional Charge for Medium Starch $0.00 18 Additional Charge for Heavy Starch $0.00 Please note charges for alterations/mending: 19 Patch/Service Bars sews $7.00 300 $2,100.00 20 Repair mike/button holes $1.75 200 $350.00 21 Repairs, Miscellaneous N/C 100 0 22 Zipper Repair/Replacement $7.00 200 $1,400.00 23 Hemming, Pants/Shirts $7.00 120 $840.00 24 Leg/Waist Tapers $5.00 100 $500.00 25 Button sews/replacements N/C 20 0 Total: $144,314 ��[yi�lC�]�1TlA�ZQ7�1►1�� kV.? By the signature hereon affixed, 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 line of business. Further, by signing and submitting this response the Respondent acknowledges: That they have read and fully understand the solicitation and accept at terms and conditions set forth herein. The respondent is not currently delinquent in the payment of any debt owed to the City. Sealed response envelope shall be clearly marked with solicitation name, solicitation number and name of responding entity. The agreement or purchase order resulting from this solicitation may qualify for Inter -local or Cooperative Contracting (Piggybacking) per the terms outlined in Part I, #11 of this solicitation. If applicable, do you agree to °piggyback" purchasing from other governmental agencies? KI Yes [1 No Response shall include one (1) signed original and five (5) copies Printed Nam Failure to sign response will disqualify response. _143/44L Dal Dat Page 11 of Reid's Cleaners and Laundry • Reid's Cleaners and Laundry would offer the City of Round Rock pickup and delivery service to agreed upon locations at no additional charge • Reid's has 2 processing facilities that can be utilized, if needed, for emergencies • Both plants have state of the art Union Dry Cleaning machines. The machines are dry to dry and are the most environmentally friendly on the market. • The Round Rock Processing facility also has an Ozone Room that can be used to remove heavy smoke odor from garments. • Reid's uses bio degradable plastic garment bags that will break down in the landfill • Reid's also is a recycling partner with our supplier of garment film. Reid's recycles approximately 1 ton of garment film every year. • Reid's also has a hanger recycling program that recycles over 150 thousand hangers a year • Reid's is a proud sponsor of the Round Rock Express, Sacred Heart Community Clinic, Cedar Ridge High School Basketball and Round Rock Serving Center Coats for Kids • 2014 Round Rock Chamber Economic Development Partnership Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 ATTACHMENT B: CLEANING SERVICE QUESTIONAIRE PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE IFB # 14-006 Business Name: Reid's Cleaners and Laundry Contact Name: Gary Dufresne Phone Number: 512-341-7650 Fax Number: 512-341-8642 E -Mail Address: Reidscleaners0outlook.com Location of Facility: 300 West Liberty Ave Round Rock, Texas 78665 Hours and Days Open: M -F 6:60 am — 7;00 PM Sat 8am-5PM 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 Point of Contact: Tommy Webber Address: 4500 Williams Drive Suite 210, Georgetown, Texas 78633 Point of Contact: Tommy Webber Address: 10510 W. Parmer Ln. Suite 114 Austin, Texas 78727 Point of Contact: Tommy Weber Does your company provide a secure drop box? No Dry Cleaning Process used: DF 2000 Fuid Aliphatic Hydrocarbon Filtration Method used: Carbon and Paper Spin Disc How often is filter cleaned? Daily Do you distill solvent? Yes Do you pre -treat for spots? Yes Brand of Soap: RR Streets Everest Brand of Sizing/Starch: RR Streets Revive Page 12 of ADDITIONAL LOCATIONS Reid's Cleaners and Laundry 13450 Research Blvd 44237 Austin, TX 78750 Processing Plant/ Reid's Cleaners and Laundry 1700 West Parmer Lane Ste 240 Austin, TX 78727 Reid's Cleaners and Laundry 900 RR 620 C-101 Lakeway, TX 78734 Reid's Cleaners and Laundry 105 N. Lakeline Blvd#101 Cedar Park, TX 78613 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 ATTACHMENT C: RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: P-/-006 VISH RESPONDENT'S NAME: f it: IP' eLe#i $ L4 DATE: Provide the name, address, telephone number and E-MAIL of at least three (3) Municipal and/or Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. 1. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 2. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 3. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number &P/U- 72t4 f ooL. /i_er i i-1;- k -r 11 Er- (-' -- LY0 ( (6/4777. e4(00Z. Par+ 7Dd - 72 er-K T 73'6 e( ( ) ##### % T&ACLEA-01 SHELLY Ak --- CERTIFICATE OF LIABILITY INSURANCE oat 132014 ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER ARMR.Network, LLC Hubbard Ave., Suite 200 Middleton, WI 53562 CONTACT NAME: PHONEFAX(6 08) (A1C No, Extl:(608 ) 836-9690 (AM, No): 836-9666 ADDRESS: INSURER(S) AFFORDING COVERAGE NMC 0 INSURER A : Travelers UABIUTY COMMERCIAL GENERALLUIBIUT/ INSURED T&A Cleaners, LLC dba CRDN of Greater Austin; dba Reid's Cleaners & Laundry 6708 Brittlyn's Court Austin, TX 78730 INSURER B : 680-00306257 INSURER C : 08/12/2014 INSURER D: L 1,000,000 INSURER E : $ 300,000 INSURER F : 5 6,000 CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADOL INSR SUBR WVD POUCY NUMBER POUCY EFF (MMIDOIVYYY1 POUCY EXP (MMIDOFYYYY) OMITS A GENERAL X UABIUTY COMMERCIAL GENERALLUIBIUT/ 680-00306257 08/12/2013 08/12/2014 EACH OCCURRENCE L 1,000,000 PREMtSES(EaENtkrrieD 1 $ 300,000 MED EXP (Anyone person) 5 6,000 CLAIMS -MAGE X OCCUR PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE S 2,000,000 PRODUCTS - COMP/OP AGG 5 2,000,000 GENE. AGGREGATE UMIT APPUES PER: Xl POUCY n !IEC 1-1 LOC $ AUTOMOBILE UABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS - SCHEDULED NON-OWNED AUTOS COMBINEDDISINGLE LIMIT $ BODILY INJURY (Per person) 5 BODILY INJURY (Per accident) 5 PROPERTY (PRA ACCIDENT) 5 5 A X UMBRELLA LIAB EXCESSLIAB OCCUR CLAIMS -MADE CUP -3065050 08/12/2013 08/12/2014 EACH OCCURRENCE S 3,000,000 AGGREGATE 5 3,000,000 $ DED ) X ( RETENTIONS 5,000 A WORKERS COMPENSATION AND EMPLOYERS' UABIUTY ANY PROPRIETOR/PARTNERJEXECuJ1VE Y1 N OFFICER/MEMBER EXCLUDED? n (Mandatory In NH) Nes, descdbe under DESCRIPTION OF OPERATIONS below N 1 A UB -3071997A 08/1212013 08/12/2014 WC STATU- , OTR. TORY OMITS ER EL EACH ACCIDENT 5 1,000,000 E.L. DISEASE -EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POIJCYLIMIT 5 1,000,000 DESCRIPTION OF OPERATIONS! LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) CERTIFICATE HOLDER CANCELLATION City of Round Rock 221 E Main St Round Rock, TX 78664 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DEUVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010105) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD '°����`,o!`��� CERTIFICATE OF LIABILITY INSURANCE �01/062014 " THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate Folder Is an ADDITIONAL INSURED, the poticy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the teens and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRCDUCER MATT COX AGENCY 2111 E UNIVERSITY DR STE 50 CONTACT NAME: DANNY KNIGHT P" 972.346.2888 IFAuc,No):972.346,2447 .Nt►LEsr..szn EAaoREss: DANNYOPROSPERINSURANCE.COM Statefazrn PROSPER, TX 75078 4116. INSURERS) AFFORDING COVERAGE NM 0 INSURER A :State Farm Mutual Automobile Insurance Company INSURER B : 25178 INSURED T AND A CLEANERS LLC DBA Reid's Cleaners and Laundry 303 West Liberty Avenue Round Rock TX 78664 1NSURERC: INSURER D: EACH OCCURRENCE INSURER E PREMISES GE EaREooarrenoa) INSURER F: MED EXP (My ono pew) UMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT VNTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE ADDL aN$ SUBR VAIO POLICY NUMBER POLICY EFF J1 WDD POLICY EXP jJMMIDDIYYYY) LIMIT GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY I U EACH OCCURRENCE $ PREMISES GE EaREooarrenoa) $ MED EXP (My ono pew) 1 CLAIMS -LADE OCCUR PERSONAL & ADV INJURY $ GENERAL AGGREGATE 4 PRODUCTS-COMP/OP AGO $ GEN'LAGGREGATE LIMIT APPLIES PER: POLICY PRO- n LOC $ A I AUTOMOBILE X X LIABILITY ANY AUTO ALLtarOWNED HIRED AUTOS X J( SCHEDULED 2N-)0SWNED Y 210 7131 -A27 -43A 08/27/2013 0712412014 COMBINEDa accident) LIMIT s BODILY INJURY (Per person) S 2,000,000 BODILY INJURY (Per accident) 3 2,000,000 PROPERTYaI)OAMAGE 4 2,000,000 s UMBRELLA UAB EXCESS UAB OCCUR CAMS -MADE EACH OCCURRENCE 4 AGGREGATE $ $ DED 1 RETENTIQN $ WORKERBCOMPENSATIONWtSTATU- AND EMPLOYERS' UABILITY ANY PROPRIETORIPARTNERIEXECUTIVE Y� ' OFFICE/MEMBER EXCLUDED? ' (Mandatory In NH) V yes, describe under DESCRIPTION OF OPERATIONS below "/ A El OTH- 'TORYLIMITSER E.L EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.I. DISEASE - POLICY Loam S DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (Attach ACORD 1O1, Additional Remelts Schedule, If more epees Is required) CERTIFICATE HOLDER CANCELLATION City of Round Rock 221 E Main St Round Rock, TX 78664 ( ACORD 25 (2010/05) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1111111111 e r i _ e CORPOTa4110N. All rights reserved. The ACORD name and logo are registered marks of ACORD 1001488 132849.8 01-23-2013 TCEQ Account Number 24006675 Customer Number: CN604124594 T AND A CLEANERS LLC 5708 BRITTLYNS CT • AUSTIN, TX 78730-1464 Texas Commission on Environmental Quality Dry Cleaner Program Registered Dry Cleaning Facility R 1 TCE VINId e OS -300 ,Z",, (Rev., -07/17) Location Number: RN102725645 REIDS CLEANERS 303 W LIBERTY ST ROUND ROCK, TX 78664-5125 Solvent fees are to be collected from this facility. TEXAS SALES AND USE TAX PERMIT This permit is not transferable, and this side must be prominently displayed in your place of business. Merchants A copy of Skis pHr r36es` rbt repiaca a resale or exemplion certificate. You Will be responsible tor safes lexunless m, have a valid resaleA xemplion cedificate on fide. TAXPAYER NAME, BUSINESS LOCATION NAME, and PHYSICAL LOCATION T AND A CLEANERS, LLC REID'S CLEANERS• 303 W LIBERTY'ST ROUND ROCK TX 78664-5125 NAICS CODE: 812320 DESCRIPTION ON NEXT LINE: Drycleaning and Laundry Services (except Coin -Operated) WE SHOW THIS BUSINESS IN THE FOLLOWING LOCAL SALES TAX AUTHORITIES: CITY: ROUND' ROCK EFF: 07/01/2012 You must obtain a new prnrit if there is a change of ownership, location, or business location name. Type of permit SALES AND USE TAX Taxpayer number 3-20453-4490-3 Location number 00002 First business date 07/01/2012 SUSAN COMBS Comptroller of Public Accounts YOU MAY NEED TO COLLECT SALES AND,OR USE TAX FOR OTHER LOCAL TAXING AUTHORITIES DEPENDING ON YOUR TYPE OF BUSINESS. If you have any questions regarding sales tax, you may contact the Texas State Comptroller's field office in your area or call 1-800-252-5555, toll free, nationwide. The Austin number is 512/463-4600. EXECUTED ORIGINAL DOCUMENT FOLLOW CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF LAUNDRY SERVICES FOR POLICE AND FIRE DEPARTMENT UNIFORMS FROM REID'S CLEANERS AND LAUNDRY THE STATE OF TEXAS CITY OF ROUND ROCK COUNTY OF WILLIAMSON COUNTY OF TRAVIS § § § § § § KNOW ALL BY THESE PRESENTS: THAT THIS Agreement for purchase of cleaning services for Police Department and Fire Department uniforms, and for related goods and services, (referred to herein as the "Agreement"), is made and entered into on this the 2 -/%-day of the month of February, 2014, 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 REID'S CLEANER AND LAUNDRY, whose offices are located at 303 West Liberty Avenue, Round Rock, Texas 78665 (referred to herein as the "Services Provider"). RECITALS: WHEREAS, City desires to purchase cleaning services for Police Department and Fire Department uniforms, and City desires to procure same from Services Provider; 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 the Services Provider; 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, sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Services Provider whereby City is obligated to buy specified services and Services Provider is obligated to sell same. The Agreement includes the following: (a) City's Invitation for Bid designated Solicitation Number 14-006, Specification Number 954/20 dated December 2013, and Addendum No. 1 dated January 9, 2014; (b) Services Provider's Response to the IFB; (c) contract award; and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies 00291574/ss2 R-14-02-27-12 or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Services Provider'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 and services mean the specified services, supplies, materials, commodities, or equipment. 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 thirty-six (36) months from the effective date hereof. After that initial term, this Agreement may be renewed for two (2) successive twelve (12) -month periods, under the same terms and conditions, only upon the express written agreement of both parties, and only provided that the Services Provider has performed each and every contractual obligation specified in this Agreement. C. 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 Services Provider to supply the services as outlined in the IFB and Response to IFB submitted by Services Provider, all as specified in Exhibit "A." 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 Services Provider in its Response to the IFB. 2 The services which are the subject 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 ITEMS AWARDED; SCOPE OF WORK Items Awarded. All bid items on Exhibit "A" are awarded to Services Provider. Scope of Work. For purposes of this Agreement, City has issued documents delineating the required services (specifically Invitation for Bid Solicitation Number 14-006, Specification Number 954/20 dated December 2013, and Addendum No. 1 dated January 9, 2014). Services Provider has issued its response agreeing to provide all such required service in all specified particulars. All such referenced documents are included in Exhibit "A" attached hereto and made a part hereof for all purposes. When taken together with the appended exhibits, this Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals, correspondence or discussions. Services Provider shall satisfactorily provide all services described under the attached exhibits within the contract term specified in Section 2.01. Services Provider's undertakings shall be limited to performing services for the City and/or advising City concerning those matters on which Services Provider has been specifically engaged. Services Provider shall perform its services in accordance with this Agreement, in accordance with the appended exhibits, in accordance with due care, and in accordance with prevailing industry standards for comparable services. 5.01 COSTS Bid costs listed on Exhibit "A," which are specifically relevant to the referenced bid items, shall be the bases of any charges collected by the Services Provider. 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Services Provider; B. Purchase Order Number; C. Description and quantity of items received or services provided; and D. Delivery or performance dates. 3 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's bid, with the consent and agreement of the successful vendor(s) and the City. 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 is not an agent of, partner to, or representative of those outside agencies or entities and that the City 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 Services Provider 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, payment to Services Provider will be made within thirty (30) days of the day on which City receives the performance, supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the performance and/or deliverables or services, whichever is later. Services Provider 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); however, this Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Services Provider, a contractor, a subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Services Provider and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service 4 performed that causes the payment to be late; or D. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 10.01 GRATUITIES AND BRIBES City may, by written notice to Services Provider, cancel this Agreement without liability to Services Provider if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Services Provider or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Services Provider 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 Services Provider's charges. 12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS If Services Provider cannot provide the goods as specified, City reserves the right and option to obtain the products or services from another supplier or suppliers. 13.01 INSURANCE Services Provider shall meet all requirements as stated in the attached 1FB, including all attachments and exhibits thereto, and Services Provider's 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 Round Rock Police Department 2701 N. Mays Street Round Rock, Texas 78665 512-218-5500 5 For Fire Department: Charles Meserole Administrative Manager/Logistics Round Rock Fire Department 203 Commerce Blvd. Round Rock, Texas 78664 512-218-5590 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 Services Provider abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Services Provider 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. Services Provider 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 Services Provider. 6 B. In the event of any default by Services Provider, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Services Provider. C. Services Provider 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 Services Provider, Services Provider 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, Services Provider 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 Services Provider that portion of the charges, if undisputed. The parties agree that Services Provider 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 Services Provider 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 Services Provider, or Services Provider's agents, employees or subcontractors, in the performance of Services Provider'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 Services Provider (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 Services Provider, 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. 7 21.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 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 Services Provider: Reid's Cleaners and Laundry 303 West Liberty Avenue Round Rock, TX 78665 Notice to City: 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 Services Provider. 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 Services Provider and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 24.01 DISPUTE RESOLUTION City and Services Provider 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 8 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. Services Provider 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. Services Provider understands and agrees that time is of the essence and that any failure of Services Provider to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Services Provider 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 Services Provider'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 Services Provider 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. [Signatures on the following page.] 9 IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on the dates indicated. City of Rappd Rock, Texas By: Printed Name: AlAn i/t• Title: Mck.1 Date Signed: 2.2.E •�q Attest: By: 11Affi*CP Sara White, City Clerk For City, » prov • as to orm: By: lr.:�►:'� . q'.? Stepha 1 . Sheets, City Attorney 10 Reid's CI • ner and Lau By: Printe Title: - $t 024-) Date Signed: Z1$4// ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY. City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.gov INVITATION FOR BID (IFB) UNIFORM CLEANING SERVICES SOLICITATION NUMBER 14-006 December 2013 Exhibit "A" Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 CITY OF ROUND ROCK INVITATION FOR BID UNIFORM CLEANING SERVICES PART I GENERAL 1. PURPOSE: The City of Round Rock, herein after "City", seeks to enter into an agreement with a qualified Individual, Firm or Corporation, (Respondent), to provide uniform cleaning services for the City of Round Rock's Police and Fire Departments. 2. DEFINITIONS, TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that the City's standard Definitions, 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 respondents to stay apprised of changes. The City's Definitions, Terms and Conditions can be obtained from the City's website http://www.roundrocktexas.dov/bids. 2.1. Any exception to or additional terms and conditions attached to the response will not be considered unless respondent specifically references them on the front of the Solicitation Document. WARNING: Exception to or additional terms and conditions may result in disqualification of the response. 3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the as identified on the City's website at http://www.roundrocktexas.gov/bids. 4. ATTACHMENTS: Attachments A through C are herein made a part of this solicitation: 4.1. Attachment A: Bid Form 4.2. Attachment B: Cleaning Service Questionnaire 4.3. Attachment C: Reference Sheet 4.4. Attachment D: Garment Care/Cleaning Instructions 5. CLARIFICATION: For questions or clarifications of specifications, you may contact: Deborah Knutson, CPPB Purchasing Department City of Round Rock dkn utson(a?roundrocktexas.gov 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 Rock through the Purchasing Department. 6. 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 on the best value for the City. In determining best value, the City may consider: 6.1. Purchase price; Page 2 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 6.2. Reputation of Respondent and of Respondent's goods and services; 6.3. Quality of the Respondent's goods and services; 6.4. The extent to which the goods and services meet the City's needs; 6.5. Respondent's past performance with the City; 6.6. The total long-term cost to the City to acquire the Respondent's goods or services; 6.7. Any relevant criteria specifically listed in the solicitation. 7. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: 7.1. The term of the initial Agreement shall begin from date of award and shall remain in full force and effective through December 31, 2017. 7.2. The initial term of the resulting agreement shall be three (3) consecutive twelve (12) month periods from the effective date. The agreement may be renewed for two (2) additional periods of time, not to exceed twelve (12) months each, provided both parties agree in writing prior to the expiration of the current term. 7.3. The City reserves the right to review the respondents' performance during contractual term and at the end of each twelve (12) month period and cancel all or part of the agreement(s) or continue the agreement(s) through the next period. 7.4. If the respondent fails to perform its duties in a reasonable and competent manner, the City shall give written notice the respondent of the deficiencies and the respondent shall have thirty (30) days to correct such deficiencies. If the respondent fails to correct the deficiencies with the thirty (30) days, the City may terminate the agreement by giving the respondent written notice of termination and the reason for the termination. 8. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, multiple awards including primary, secondary and tertiary awards, split awards, non -award, or use any combination that best serves the interest and at the 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 http://www.roundrocktexas.govibids. 9. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt Payment Law, Texas Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty days after the acceptance of 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: 9.1. 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 9.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or 9.3. The 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 Page 3 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 9.4. 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. 10. 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. 11. INTERLOCAL COOPERATIVE CONTRACTING (PIGGYBACK): Other governmental entities may be extended the opportunity to purchase off of the City's agreements, with the consent and agreement of the awarded Vendor(s) and the City. Such consent and agreement shall be conclusively inferred from lack of exception to this clause in a Respondent's submittal. However, all parties indicate their understanding and hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently -negotiated "piggyback" procurements. PART II SCHEDULE 1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline: 1.1. Solicitation released December 21, 2013 1.2. Deadline for questions January 7, 2014 1.3. City responses to all questions or addendums January 9, 2014 1.4. Responses for solicitation due at or before 3:00 PM January 14, 2014 All questions regarding the solicitation shall be submitted in writing at or before 5:00 PM 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, http://www.roundrocktexas.gov/bids. Questions shall be submitted to the City contact named herein. The City reserves the right to modify these dates. Notice of date change will be posted to the City's website. 2. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at http:/lwww.roundrocktexas.gov/bids for any updates pertaining to the solicitation described herein. Various updates may include addendums, cancelations, 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. 3. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the date noted above to the Purchasing Department. Mail or carry sealed responses to: City of Round Rock Purchasing Department Attention: Deborah Knutson Reference: IFB 14-003 221 E. Main Street Round Rock, Texas 78664-5299 Page 4 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 3.1. Responses received after this time and date shall not be considered. 3.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number, due date and "DO NOT OPEN". 3.3. Facsimile or electronically transmitted responses are not acceptable. 3.4. Late responses will be returned to Respondent unopened if return address is provided. 3.5. Responses cannot be altered or amended after opening. 3.6. No response can be withdrawn after opening without written approval from the City for an acceptable reason. 3.7. The City will not be bound by any oral statement or offer made contrary to the written specifications. 4. POST AWARD MEETING: The City and Respondent may have a post award meeting to discuss, but not be limited to the following: 4.1. Provide City contact(s) information for implementation of agreement. 4.2. Identify specific milestones, goals and strategies to meet objectives. PART III SPECIFICATIONS 1. OVERVIEW: 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. The City is seeking to partner with a dependable company with the equipment, personnel and experience in cleaning and preserving the appearance and quality of garments at an exceptional service level with reasonable prices. City personnel will be responsible for dropping off and picking up uniforms from Respondent's location(s). 2. SCOPE OF WORK: The successful Respondent shall have the means and the ability to provide laundry / dry cleaning services to include, but not limited to, the following: 2.1. Dry Cleaning Service: Bidder is directed to Attachment D of this specification for specific identification of current dry clean uniforms. Respondent shall: 2.1.1. Offer next day service; 2.1.2. Provide cleaned garments with no "dry cleaning" odors. Garments shall be clean and fresh smelling; 2.1.3. Ensure garments are "lint/hair free" upon pick up; 2.1.4. Clean garments so that white shirts are returned white to include collars, cuffs, and pockets; 2.1.5. Pre -treat any stains using the correct dry cleaning method; 2.1.6. Ensure that no color bleeding occurs; 2.1.7. 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; 2.1.8. Repair/replace zippers damaged during the cleaning/pressing process at no additional cost to the City; Page 5 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 2.1.9. Provide "shine free" garments. No use of excessive heat during the pressing/drying process; 2.1.10. Not press wrinkles into the garment(s); 2.1.11. Press collars of shirts in a way that shall prevent the collar stays from showing; 2.1.12. Press creases in pants and shirts even and consistent with no double creases; 2.1.13. Hang clean garments and package in standard cellophane type bag; 2.1.14. Re -clean any garment at no cost to the City that does not conform to the requirements listed above. 2.2. Laundry Service: Bidder is directed to Attachment D for specific identification of current uniforms and the laundering preference. Garments shall be washed, dried and pressed as specified or as recommended by the manufacturer. Respondent shall: 2.2.1. 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; 2.2.2. Ensure that color bleeding does not occur. White shirts shall be white when picked up to include collars, cuffs and pockets; 2.2.3. Garments shall be clean and fresh smelling; 2.2.4. Ensure garments are "lint/hair free" upon pick up; 2.2.5. Pre -treat any stains using the correct laundering method; 2.2.6. Provide "shine free" garments. No use of excessive heat during the pressing/drying process; 2.2.7. Not press wrinkles into the garment(s); 2.2.8. 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; 2.2.9. Press trousers consistent with the existing crease and have no double crease; 2.2.10. Repair/replace zippers damaged during the cleaning/pressing process at no additional cost to the City; 2.2.11. 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; 2.2.12. Re -clean any garment at no cost to the City that does not meet or exceed requirements listed above. 2.3. Repair and Alteration: Items damaged due to the cleaning/laundering process shall be repaired immediately, at no additional cost to the City. Repairs and minor alterations, upon request, shall include, but not be limited to the following: 2.3.1. Hemming; 2.3.2. Repair/replace zippers and buttons; 2.3.3. Repair button holes, microphone holes and pockets; 2.3.4. Sew emblems/chevrons/service bars/patches. Old emblems/chevrons/service bars/batches shall be removed before new ones are affixed; 2.3.5. Remove emblems/chevrons/service bars/patches; 2.3.6. Mend broken belt loops, tears or rips; Page 6of14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 2.4. Annual Coat cleaning: 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. 3. SERVICE REQUIREMENTS: Respondent shall: 3.1. Be located within a twenty five (25) mile radius of the City of Round Rock; 3.2. Provide to the City the name and telephone number of Respondent's representative; 3.3. Notify the City of business changes that may affect the performance of the services; 3.4. Have no minimum/maximum number of items for drop off; 3.5. Reimburse the City by credit invoice for lost or damaged garments due to Respondent's negligence; 3.6. List additional locations including address and point of contact that are available for dry cleaning/laundering services; see Attachment B 3.7. Provide the City with individual dry cleaning/laundry receipts with invoices for reconciliation; 3.8. Any garment that is lost or damaged by the cleaners shall be replaced by the City with all costs to be reimbursed by the contracted cleaners. 4. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications. Respondents who do not meet the minimum qualifications will not be considered for award. 4.1. Be firms, corporations, individuals or partnerships normally engaged in the services as specified herein; 4.2. Have adequate organization, facilities, equipment, and personnel to ensure prompt an deficient service to the City; 4.3. Respondent shall have a minimum of three (3) years continuous laundering and dry cleaning experience; 4.4. Respondent shall be knowledgeable in the dry cleaning business to include the proper use of cleaning chemicals, stain removal, mending/alterations and equipment usage; 4.5. Experience must have been obtained within the last five (5) years; 4.6. 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. 5. STAFFING QUALIFICATIONS: Successful Respondent shall: 5.1. Provide the City with a designated and identified point of contact upon award of the contract, in order to ensure customer satisfaction and assist with any problems. The City's designated representative shall be notified by the Respondent immediately should the point of contact change; 5.2. Ensure that all Respondent's employees shall perform services in a timely, professional, courteous, honest, prompt and efficient manner. Successful Respondent's employees shall be knowledgeable in all of the services to be provided and be able to communicate effectively with the City's personnel; 5.3. Bear all responsibility for continuous staffing and employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. The City reserves the right to verify citizenship or right to work in the United States; 5.4. Have a trained work force adequate in numbers and experience to satisfactorily provide the services specified herein; Page 7of14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 5.5. Take all measures necessary to ensure that all their employees comply with all Federal, State and Local rules, laws and regulations. 6. INVOICING: Respondent shall have the ability to have two (2) separate accounts set up 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. Invoices shall be properly labeled with the corresponding department, and sent to the following address: City of Round Rock Accounts Payable 221 East Main Street Round Rock, TX 78664 7. PRICING: Unit prices quoted shall remain firm for the term of the Contract and shall not include federal or state sales, excise, and use tax. The unit prices shall be the complete price and shall be inclusive of overhead costs, payroll costs, transportation charges and any other costs. Separate delivery, fuel surcharges, or other costs, and fees will not be permitted. 8. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform required services without prior written consent of the City. 9. SITE VISITS: 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. 15. DAMAGE: Respondent shall be responsible for correcting damage by repair/replacement or credit to the City's property at no cost to the City. PART IV 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. Respondents are encouraged to carefully read the entire solicitation. Respondents shall submit one (1) evident signed "Original" and five (5) copies of the response requirements and one (1) electronic copy format, including any required attachments. Pages should be numbered and contain an organized, paginated table of contents corresponding to the section and pages of the response. For your bid to be responsive, all required items identified below shall be submitted with your proposal. The samples and/or copies shall be provided at the Respondent's expense, and shall become the property of the City. 1. Attachment A: Responses shall be submitted on itemized, signed Bid Form provided herein. Failure to itemize or sign solicitation may result in disqualification. Submission of responses on forms other that the City's Solicitation Document may result in disqualification of the response. 1.1. In the event of errors in extension pricing, unit prices shall govern. 2. Attachment B: Respondents shall complete and return the cleaning service questionnaire form. Page 8 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 3. Attachment C: Provide the name, address, telephone number and e-mail of at least three (3) Municipal, Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. 4. Copy of any licenses, certifications, etc. that are required for the dry cleaning/laundering services required. The following items shall be made available upon request by the City prior to award and the approval of any contract: 1. Proof of insurance for General Liability ($ 1,000,000), Worker's Compensation and standard automobile liability coverage. PART V CONFIDENTIALITY OF CONTENT All documents submitted in response to a solicitation shall be subject to the Texas Public Information Act. Following an award, responses are subject to release as public information unless the response or specific parts of the response can be shown to be exempt from the Texas Public Information Act. Pricing is not considered to be confidential under any circumstances. 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 if it is not clearly marked as such. If a request is made under the Texas Public Information Act to inspect information designated as confidential, the Respondent shall, 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 be presented to the Attorney General of Texas for final determination. Page 9 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 "ROUND ROCK, TEXAS NtMV. MSV ON !'RIY.•M-I1tlY ATTACHMENT A: BID FORM PURCHASING DEPARTMENT 221 E. Main Street • Round Rock, Texas 78664-5299 Solicitation Number: #14-006 Solicitation Name: Uniform Cleaning Services Opening Date: January 14, 2014 Opening Time: On or Before 3:00 PM CST Opening Location: City of Round Rock City Hall 221 E. Main Street Round Rock, TX 78664 HOW DID YOU HEAR ABOUT THIS SOLICITATION? FIRST TIME RESPONDING TO THE CITY? : k*I•Ii1']1 II Business Name: Address: Address: Contact: Telephone: E-mail: Newspaper City's Wcbsitc E-mail Announcement Yes fl No IS YOUR BUSINESS REGISTERED NJITH VENDOR CENTRAL? ESBD Other nYcs No Register at: rormdrocktexas.gox/1'cndorCentral Item # Description Unit Price Estimated Quantity Extended Price 1 Dry Clean — Shirt, Long sleeve 10,000 2 Dry Clean —Shirt, Short sleeve 21,900 3 Dry Clean —Trousers 21,900 4 Dry Clean — Coat 330 5 Dry Clean —Jacket 650 6 Dry Clean —Tie 100 7 Dry Clean - BDU Shirt 2,100 8 Dry Clean — BDU Trousers 2,100 9 Dry Clean — Flight Suit 15 10 Laundry —Shirt, Cotton/Poly Blend — No Starch 1000 Page 10 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 BID FORM — PAGE 2 Item # Description Unit Price Estimated Quantity Extended Price 11 Laundry — Shirt, 100% Cotton — No Starch 1344 12 Laundry —Trouser, Cotton/Poly Blend — No Starch 1000 13 Laundry — Shorts, Cotton/Poly Blend — No Starch 500 14 Laundry — Trouser, NOMEX — No Starch 1271 Please note charges for Starch, if any: 16 Additional Charge for Light Starch 17 Additional Charge for Medium Starch 18 Additional Charge for Heavy Starch Please note charges for alterations/mending: 19 Patch/Service Bars sews 300 20 Repair mike/button holes 200 21 Repairs, Miscellaneous 100 22 Zipper Repair/Replacement 200 23 Hemming, Pants/Shirts 120 24 Leg/Waist Tapers 100 25 Button sews/replacements 20 Total: arflNlyiNALMiulgA&,--Y By the signature hereon affixed, 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 line of business. Further, by signing and submitting this response the Respondent acknowledges: That they have read and fully understand the solicitation and accept all terms and conditions set forth herein. The respondent is not currently delinquent in the payment of any debt owed to the City. Sealed response envelope shall be clearly marked with solicitation name, solicitation number and name of responding entity. The agreement or purchase order resulting from this solicitation may qualify for Inter -local or Cooperative Contracting (Piggybacking) per the terms outlined in Part I, #11 of this solicitation. If applicable, do you agree to "piggyback" purchasing from other governmental agencies? Yes No Response shall include one (1) signed original and five (5) copies of response. Printed Name Failure to sign response will disoualifv response. Authorized Signature Date Page 11 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 ATTACHMENT B: CLEANING SERVICE QUESTIONAIRE PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE IFB # 14-006 Business Name: Contact Name: Phone Number: Fax Number: E -Mail Address: Location of Facility: Hours and Days Open: Does your company have other locations/branches? If so please list: (Add continuation page as needed) Address: Point of Contact: Address: Point of Contact: Address: Point of Contact: Does your company provide a secure drop box? Dry Cleaning Process used: Filtration Method used: How often is filter cleaned? Do you distill solvent? Do you pre -treat for spots? Brand of Soap: Brand of Sizing/Starch: Page 12 of 14 Uniform Cleaning Services 1FB Solicitation Number 14-006 Class / Item 954/20 December 2013 ATTACHMENT C: RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RESPONDENT'S NAME: DATE: Provide the name, address, telephone number and E-MAIL of at least three (3) Municipal and/or Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. 1. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 2. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 3. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number ( 11041141 ) ##### Fax Number: (##### ) ##### ( 1111### ) ##### Fax Number: ( ##### ) ##### ( ##### ) ##### Fax Number: ( 11###11 ) ##ui# FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Page 13 of 14 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 ATTACHMENT D: GARMENT CARE/CLEANING INSTRUCTIONS 1. DRY CLEANING: The garments identified for dry cleaning services: 1.1. Police uniforms: Class "A" uniforms consist of 45% worsted wool and 55% Dacron polyester. These uniforms consist of the following: 1.1.1. 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; 1.1.2. 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; 1.1.3. Trousers, split seam, dress style with permanent silicone creases; 1.1.4. Jackets, Taslon nylon B. Dry shell, waterproof, windproof, breathable lining, zip -out b warm insulated quilted liner with zip -off sleeves. 1.2. Fire uniforms: Class "A" uniforms consist of 45% worsted wool and 55% Dacron polyester. These uniforms consist of the following: 1.2.1. 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; 1.2.2. 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; 1.2.3. Trousers, split seam, dress style dress with permanent creases side pockets and hip pockets; 1.2.4. 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; 1.2.5. Jackets, Taslon nylon B. Dry shell, waterproof, windproof, breathable lining, zip -out b. warm insulated quilted liner with zip -off sleeves. 2. LAUNDRY: The garments identified for laundry services: 2.1. 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: 2.1.1. Shirts, short sleeved, BDU type with no crease in sleeves; 2.1.2. Trousers, BDU type with creases down center of each trouser leg; 2.1.3. Shorts, BDU type with creases down center of each trouser leg; 2.2. Fire uniforms: The trousers and shirts consist of 100% NOMEX cotton. Uniforms consist of the following: 2.2.1. 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. 2.2.2. Trousers, NOMEX uniform type with creases down the center of each trouser leg shall be washed in hot water, NO starch. Page 14 of 14 IFB # 14-006 "'ROUND ROCK, TEXAS PURPOSE.. PASSION. PROSPERITY. CITY OF ROUND ROCK, TEXAS IFB # 14-006 UNIFORM CLEANING SERVICES Addendum No. 1 Date of Addendum: January 9, 2014 This Addendum No. 1 shall serve as a clarification regarding any questions submitted in reference to the Uniform Cleaning Services IFB. 1. What is a BDU shirt and trouser? Answer: The Battle Dress Uniform (BDU) shirts and trousers are an everyday uniform that will be dry cleaned or laundered upon request. 2. Is the price fixed for the term of the agreement? Answer: Yes the price shall remain firm for the term of the contract as stated in Part III, Section 7: Pricing. 3. Our firm also offers pick-up and delivery services for specified locations. Where do we add this additional service on the bid response? Answer: Any information for additional service(s) offered is welcome. Please attach a separate document describing the additional service(s) with any pertinent information to include cost and attach it to your bid response. 4. Is billing to be set up for two (2) master accounts, and then broken down by individual? Do you provide the names of all individuals on the program? Answer: Yes, billing shall be set up for two (2) separate master accounts: One for each of the following departments: City of Round Rock Police Department; City of Round Rock Fire Department. We will provide the names of City employees which are allowed to utilize the City's Uniform Cleaning Services Contract at the Post Award meeting. Approved by: I Ger eborah Knot •n, CPPB Purchaser By the signatures affixed below this addendum is hereby incorporated into and made a part of the above referenced solicitation. ACKNOWLEDGED Vendor Authorized Signature Date RETURN ONE COPY SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. Reid's Cleaners and Laundry 303 West Liberty Ave Round Rock , Texas 78665 INVITATION FOR BID (IFB) UNIFORM CLEANING SERVICES SOLICITATION NUMBER 14-006 1/14/2014 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 ROUND ROCK. TEXAS 1.01•05f. PAWN Pi lr uY ATTACHMENT A: BID FORM PURCHASING DEPARTMENT 221 E. Main Street • Round Rock, Texas 78664-5299 Solicitation Number: #14-006 Solicitation Name: Uniform Cleaning Services Opening Date: January 14, 2014 Opening Time: On or Before 3:00 PM CST Opening Location: City of Round Rock City Hall 221 E. Main Street Round Rock, TX 78664 HOW DID YOU HEAR ABOUT THIS SOLICITATION? FIRST TIME RESPONDING TO THE CITY? Business Name: Reid's Cleaners and Laundry Address: 303 West Liberty Ave Address: Round Rock, Texas 78665 Contact: Gary Dufresne Telephone: 512-341-7650 E-mail: Reidscleaners(rioutiook.com n Newspaper n City's Website E-mail Announcement11:1 BSBD ri Other Yes j No IS YOUR BUSINESS REGISTERED WITH VENDOR CENTRAL? Yes II No Register at: roundrocktexas.gov/VendorCentral Item # Description Unit Price Estimated Quantity Extended Price 1 Dry Clean — Shirt, Long sleeve $2.20 10,000 $22,000 2 Dry Clean — Shirt, Short sleeve $2.10 21,900 $45,990 3 DryClean—Trousers $2.25 21,900 $49,275 4 Dry Clean — Coat $2.75 330 $907 5 DryClean—Jacket $2.75 650 $1,788 6 Dry Clean — Tie $1.25 100 $125 7 Dry Clean - BDU Shirt $2.10 2,100 $4,410 8 Dry Clean — BDU Trousers $2.25 2,100 $4,725 9 Dry Clean — Flight Suit $4.00 15 $60 10 Laundry—Shirt, Cotton/Poly Blend — No Starch $1.32 1000 $1,320 Page 10 of Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 BID FORM — PAGE 2 Item It Description Unit Price Estimated Quantity Extended Price 11 Laundry —Shirt, 100% Cotton — No Starch $1.32 1344 $1,774 12 Laundry —Trouser, Cotton/Poly Blend — No Starch $2.50 1000 $2,500 13 Laundry—Shorts, Cotton/Poly Blend — No Starch $2.40 500 $1,200 14 Laundry—Trouser, NOMEX—No Starch $2.40 1271 $3,050 Please note charges for Starch, if any: 16 Additional Charge for Light Starch $0.00 17 Additional Charge for Medium Starch $0.00 18 Additional Charge for Heavy Starch $0.00 Please note charges for alterations/mending: 19 Patch/Service Bars sews $7.00 300 $2,100.00 20 Repair mike/button holes $1.75 200 $350.00 21 Repairs, Miscellaneous N/C 100 22 Zipper Repair/Replacement $7.00 200 $1,400.00 23 Hemming, Pants/Shirts $7.00 120 $840.00 24 Leg/Waist Tapers $5.00 100 $500.00 25 Button sews/replacements N/C 20 1 Total: $144,314 'N TT D EM By the signature hereon affixed, 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 line of business. Further, by signing and submitting this response the Respondent acknowledges: That they have read and fully understand the solicitation and accept all terms and conditions set forth herein. The respondent is not currently delinquent in the payment of any debt owed to the City. Sealed response envelope shall be clearly marked with solicitation name, solicitation number and name of responding entity. The agreement or purchase order resulting from this solicitation may qualify for Inter -local or Cooperative Contracting (Piggybacking) per the terms outlined in Part I, #11 of this solicitation. If applicable, do you agree to "piggyback" purchasing from other governmental agencies? /1 Yes in No Response shall include one (1) signed original and five (5) copies Printed Nam Failure to sign response will disqualify response. Dat Page 11 of Reid's Cleaners and Laundry • Reid's Cleaners and Laundry would offer the City of Round Rock pickup and delivery service to agreed upon locations at no additional charge • Reid's has 2 processing facilities that can be utilized, if needed, for emergencies • Both plants have state of the art Union Dry Cleaning machines. The machines are dry to dry and are the most environmentally friendly on the market. • The Round Rock Processing facility also has an Ozone Room that can be used to remove heavy smoke odor from garments. • Reid's uses bio degradable plastic garment bags that will break down in the landfill • Reid's also is a recycling partner with our supplier of garment film. Reid's recycles approximately 1 ton of garment film every year. • Reid's also has a hanger recycling program that recycles over 150 thousand hangers a year • Reid's is a proud sponsor of the Round Rock Express, Sacred Heart Community Clinic, Cedar Ridge High School Basketball and Round Rock Serving Center Coats for Kids • 2014 Round Rock Chamber Economic Development Partnership Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 ATTACHMENT B: CLEANING SERVICE QUESTIONAIRE PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE IFB # 14-006 Business Name: Reid's Cleaners and Laundry Contact Name: Gary Dufresne Phone Number: 512-341-7650 Fax Number: 512-341-8642 E -Mail Address: Reldscleaners(u�outiook.com Location of Facility: 300 West Liberty Ave Round Rock, Texas 78665 Hours and Days Open: M -F 6:60 am — 7;00 PM Sat 8am-5PM 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 Point of Contact: Tommy Webber Address: 4500 Williams Drive Suite 210, Georgetown, Texas 78633 Point of Contact: Tommy Webber Address: 10510 W. Parmer Ln. Suite 114 Austin, Texas 78727 Point of Contact: Tommy Weber Does your company provide a secure drop box? No Dry Cleaning Process used: DF 2000 Fuld Aliphatic Hydrocarbon Filtration Method used: Carbon and Paper Spin Disc How often is filter cleaned? Daily Do you distill solvent? Yes Do you pre -treat for spots? Yes Brand of Soap: RR Streets Everest Brand of Sizing/Starch: RR Streets Revive Page 12 of ADDITIONAL LOCATIONS Reid's Cleaners and Laundry 13450 Research Blvd #237 Austin, TX 78750 Processing Plant/ Reid's Cleaners and Laundry 1700 West Parmer Lane Ste 240 Austin, TX 78727 Reid's Cleaners and Laundry 900 RR 620 C-101 Lakeway, TX 78734 Reid's Cleaners and Laundry 105 N. Lakeline Blvd#101 Cedar Park, TX 78613 Uniform Cleaning Services IFB Solicitation Number 14-006 Class / Item 954/20 December 2013 ATTACHMENT C: RESPONDENT'S REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: H-006 / yeki RESPONDENT'S NAME: 9i E ({7r5e.-LefH' 55/14h �i DATE: Provide the name, address, telephone number and E-MAIL of at least three (3) Municipal and/or Government agencies or firms of comparable size that have utilized similar service within the last two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. Any negative responses received may result in disqualification of submittal. 1. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 2. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State, Zip Code Telephone Number 3. Company's Name Name of Contact Title of Contact E -Mail Address Present Address City, State. Zip Code Telephone Number (37 (,21 2.511 6/47-775 5 oL 2074- ?Od P K 7-7c 7' e el ( uuuiu ) uuuit / Fax Number: (an4uui ) maul 67 z - 7oz —5-644' 1h577 oto 5'G / L �// 7 fs�r� �, Ie e� 7 '76'6!3 ( swim ) uuuun Fax Number: ( moon ) rtunua 571- 373 3590 ( cot tk-pi S/ 1,qi - 7 / f2-c2,c_ rQ,a. 7 /2 2o f%% 4057-&-// 7"/Nr 7 7?4( Him ) mum Fax Number: (i trs ) nniuui 57 2- 4 f - ao'' FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Page 13 of 14 T&ACLEA-01 SHELLY A 6dty CERTIFICATE E OF LIABILITY INSURANCE DATEIM/201 M/DDNYTY1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ARMR.Network, LLC 7507 Hubbard Ave., Suite 200 Middleton, WI 53562 CONTACT NAME: (608)836-9565 PHONE 608 836-9590 AX (RIC, No. Extk ( )—RAC Not.' ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC 0 INSURER A :Travelers INSURED T&A Cleaners, LLC dba CRDN of Greater Austin; dba Re(d's Cleaners & Laundry 5708 Brittlyn's Court Austin, TX 78730 INSURER 8 : INSURER c: S 1,000,000 INSURER D: A INSURER E : COMMERCIAL GENERAL LIABILITY INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ( NM TYPE OF INSURANCE AI SR INVD POLICY NUMBER EF -V– (MMMIDDUBR YfYYYY) POLICY EXP (MMIDOIYYYY! LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 $ 300,000 A X COMMERCIAL GENERAL LIABILITY 680-00306257 08/12/2013 08/1212014 DAMAGEES TU (Ea HENIocak«eD nce) PREMIS $ 5,000 CLAIMS-MADE X OCCUR MEDEXP (Any one person) — PERSONAL & ADV INJURY 5 1,000,000 GENERAL AGGREGATE S 2,000,000 GEN'LAGGREGATE UMIT APPLIES PER: PRODUCTS • COMP/OP AGG S 2,000,000 � ^ IPOUCY n JECT n LOC S AUTOMOBILE UABILITY CEOMa BDISINGLE LIMIT ) 5 ANY AUTO BODILY INJURY (Per person) 5 ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (PeraccideM) S HIRED AUTOS ANON -OWNED AMAGE (PER ACCIDPROPERTY END S $ UMBRELLA LIAR OCCUR EACH OCCURRENCE S 3,000,000 A X EXCESSLIAB CLAIMS -MADE CUP -3065060 08/12/2013 08/12/2014 AGGREGATE $ 3,000,000 DED X I RETENTION 5 5,000 S WORKERS COMPENSATION WC STATU- OTH- LIMITS ER A AND EMPLOYERS' UABIUTYTORY ANY PROPRIETORJPARTNERIEXECUTIVE Yf N UB-3D71997A 08/12/2013 08/12/2014 E.L. EACH ACCIDENT S 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) N t A E.L. DISEASE - EA EMPLOYEE S 1,000,000 0 yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY OMIT S 1,000,000 DESCRIPTION OF OPERATIONSI LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, Ir mom space Is required) CERTIFICATE HOLDER CANCELLATION City of Round Rock 221 E Main St Round Rock, TX 78664 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Ila ACORD 25 (2010105) ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD A /J CERTIFICATE OF LIABILITY INSURANCE DATE o ;os DD 1"4 ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER MATT COX AGENCY 2111 E UNIVERSITY DR STE 50 StateFarm PROSPER, TX 75078 C 0. CON DANNY KNIGHT FAX IBC�N.tiEn..ExtY 972.346.2888 No): 972,3462447 A_p'WILES&: DANNYI PROSPERINSURANCE,COM INSURER(S) AFFORDING COVERAGE NAIC II INSURER A: State Farm Mutual Automobile Insurance Company INSURER B: 2617_ INSURED T AND A CLEANERS LLC DBA Reid's Cleaners and laundry 303 West Liberty Avenue Round Rock TX 78664 Daum c: INSURER D: EACH OCCURRENCE INSURER E: DGE TO RENTED PREM SES Ea occurrence) INSURER F : MED EXP (My ono person) COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE Of INSURANCE INSR WVD POLICY NUMBER _JMVDOAYYYY) POLICY EFF POUCY EXP IMUDDIWYYi LINTS GENERAL UABIUTY COMMERCIAL GENERAL LIABILITY J ' `—I I I_) EACH OCCURRENCE $ DGE TO RENTED PREM SES Ea occurrence) $ MED EXP (My ono person) 8 CLAIMS -MADE OCCUR PERSONAL & ADV INJURY 1 GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGO $ G�t E jN'L AGGREGATE LIMB APPLIES PER: POLICY Ti JEC LOC 1 A AUTOMOBILE X X UABILnY ANY AUTO ALL OWNED AUTOS HIRED AUTOS x X SCHEDULED AUTOS EO 1--� ' y ' ' � 210 7131-A27�d3A 08/27/2013 0712412014 �E�MBIa SINGLE OMIT $ BODILY INJURY (Per person) $ 2,000,000 171 1 A BODILY INJURY (Per actkord) $ 2,000,000 ,Pet ROPERTYq DAMAGE $ 2,000,000 EACH OCCURRENCE 1 UMBRELLA UAB EXCESS UAB OCCUR CIAIMS-MADE AGGREGATE $ 4 SSTATU. DTH. LIMITS ER $ DED RETENTIONS WORKERS COMPENSATION ANO EMPLOYERS' LNUTIUTYTORY ANY PROPRIETOR/PARTNER/EXECUTIVE Y�N OFFICE/MEMBER EXCLUDED? f ) (Mandatory In NH) It yea, describe under DESCRIPTION OFOPFRATIONS Wow E.L EACH ACCIDENT $ EL, DISEASE - EA EMPLOYEE 5 E.L. DISEASE - POLICY LIMIT $ Fri DESCRIPTION OF OPERATIONS 1 LOCAT1ONS/VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more spate Is required) CERTIFICATE HOLDER CANCELLATION City of Round Rock 221 E Main St Round Rock, TX 78664 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AU/HORNED REPRESENTATIVE ®1!)f88-2 r • CORPO +• TION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD 1001488 132849.8 01-23-2013 Account Number: 24006675 Customer Number: CN604124594 T AND ACLEANERS LLC 5708 BRITTLYNS CT AUSTIN, TX 78730-1464 Texas Commissionon Environmental Quality Dry Cleaner'Prograrn Registered Dry Cleaning Facility THE COMMISSION Location Number: RN102725645 REIDS CLEANERS 303 W LIBERTY ST ROUND ROCK, TX 78664-5125 Solvent fees are to be collected from this facility. ver TCEQ EXPIRES March 31 ,2014 Cy nw." 01,300 (Rev.1.07/17) This permit is not transferable, and this side must be prominently displayed in your place of business. TEXAS SALES AND USE TAX PERMIT MerclraMs: i4 copy of fhls permit does no, replace a resale or exemption certificate. You will be responsible . fat' satesfaxunlessyuu havea valid resalerbxempfion certificate on file. TAXPAYER NAME, BUSINESS LOCATION NAME, and PHYSICAL LOCATION T AND CLEANERS, LLC RE ID'S CLEANERS. 303 W LIBERTY ST ROUND ROCK TX 78664-5125 -NAICS CODE: 812320 DESCR`IPTIONON -NEXT LINE:' Drycleaning and Laundry Services (except'Coin-Operated) WE SHOW THIS BUSINESS IN THE FOLLOWING LOCAL SALES TAX AUTHORITIES: CITU: ROUND ROCK- EFF: 07/01/2012 You must obtain a new permit if there is a change of ownership, location, or business location name. Type of permit SALES AND USE TAX Taxpayer number 3-20453-4490-3 Location number 00002 First business date 07/01/2012 o f SUSAN COMBS Comptroller of Public Accounts YOU MAY NEED TO COLLECT SALES AND,OR USE TAX FOR OTHER LOCAL TAXING AUTHORITIES DEPENDING ON YOUR TYPE OF BUSINESS. if you have any questions regarding sales lax. you may contact the Texas State Comptroller's field office in your area or call 1-800-252-5555, toll tree, nationwide. The Austin number is 512/168-4600.