R-2023-210 - 7/27/2023RESOLUTION NO. R-2023-210
WHEREAS, the City of Round Rock ("City") has duly advertised for bids to purchase uniform
cleaning services for Police Department and Fire Department uniforms, and related goods and services;
and
WHEREAS, T&A Cleaners LLC d/b/a "Reid's Cleaners" has submitted the lowest responsible
bid; and
WHEREAS, the City Council wishes to accept the bid of T&A Cleaners LLC d/b/a "Reid's
Cleaners," 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 Uniform Cleaning and Repair Services with T&A Cleaners LLC d/b/a
"Reid's Cleaners," 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 July, 2023.
City of Round R9X, Texas
ATTEST:
U/N
MEA AN S KS, Qfty Clerk
0 1 12.20232; 4961-6260-0048
EXHIBIT
„A►►
CITY OF ROUND ROCK
AGREEMENT FOR PURCHASE OF
UNIFORM CLEANING AND REPAIR SERVICES
WITH
T&A CLEANERS LLC
DB/A "REID'S CLEANERS"
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 uniform cleaning and repair services, 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 , 2023, 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 T&A CLEANERS LLC
d/b/a "REID'S CLEANERS," whose offices are located at 5708 Brittlyn's Court, Austin, Texas
78730 (referred to herein as the "Services Provider").
RECITALS:
WHEREAS, City desires to purchase uniform 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 23-007; (b) Services Provider's Response to the IFB; (c) contract award;
and (d) any exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in
4859-4413-0656/ss2
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 AND TERM
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
team stated herein, or until terminated or extended as provided herein.
B. The term of this Agreement shall be for sixty (60) months from the effective date
hereof.
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 11713 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 11713.
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.
FA
4.01 ITEMS AWARDED
All bid items on Exhibit "A" are awarded to Services Provider.
5.01 SCOPE OF AWARD
For purposes of this Agreement, City has issued documents delineating the required
services (specifically Invitation for Bid Solicitation Number 23-007). Services Provider has
issued its response agreeing to provide all such required services 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.
6.01 COSTS
A. City agrees to pay for goods during the term of this Agreement at the pricing set
forth in Exhibit "A."
B. The City is authorized to pay the Vendor an amount not -to -exceed Eighty -Eight
Thousand Eight Hundred Sixty -One and 50/100 Dollars ($88,861.50) per year for a total
amount not -to -exceed Four Hundred Forty -Four Thousand Three Hundred Seven and
50/100 Dollars (S"4,307.50) for the term of this Agreement.
7.01 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.
8.01 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 27 1. 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.
9.01 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.
10.01 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 I 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.
11.01 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.
12.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Services Provider's charges.
13.01 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.
14.01 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.
15.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Charles Dittman
Assistant Fire Chief
Round Rock Fire Department
203 Commerce Blvd.
Round Rock, Texas 78664
512-671-2776
16.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
parry'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.
17.01 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.
18.01 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.
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
6
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.
19.01 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.
20.01 COMPLIANCE WITH LAWS, CHARTER, AND ORDINANCES
A. 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.
B. 1n accordance with Chapter 2271, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott
Israel during the term of the contract. The signatory executing this Agreement on behalf of
Vendor verifies Vendor does not boycott Israel and will not boycott Israel at any time during the
tern of this Agreement,
C. 1n accordance with 2274, Texas Government Code, a governmental entity may
not enter into a contract with a company with at least ten (10) full-time employees for a value of
at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has
provision in the contract verifying that it: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade association; and (2) will not
discriminate during the term of the contract against a firearm entity or firearm trade association.
The signatory executing this Agreement on behalf of Vendor verifies Vendor does not have a
practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade
association, and it will not discriminate during the term of this Agreement against a firearm
entity or firearm trade association.
D. In accordance with 2274, Texas Government Code, a governmental entity may
not enter into a contract with a company with at least ten (10) full-time employees for a value of
at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has
provision in the contract verifying that it: (1) does not boycott energy companies; and (2) will not
boycott energy companies during the term of this Agreement. The signatory executing this
Agreement on behalf of Vendor verifies Vendor does not boycott energy companies, and it will
not boycott energy companies during the term of this Agreement.
21.01 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.
22.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
When delivered personally to the recipient's address as stated in this Agreement;
or
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:
T&A Cleaners LLC
d/b/a "Reid's Cleaners"
5708 Brittlyn's Court
Austin, TX 78730
Notice to City:
City Manager Stephanie L. Sandre, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 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
Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute.
25.01 SEVERABILITV
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.
9
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
IN WITNESS WHEREOF, City and Services Provider have executed this Agreement on
the dates indicated.
City of Round Rock, Texas
By:
Printed Name:
Title:
Date Signed:
Attest:
By:
Meagan Spinks, City Clerk
For City, Approved as to Form:
By:
Stephanie L. Sandre, City Attorney
to
T&A Cleaners LLC
By: - —
Prin ame: C,
yl
Title:
Date Signed:
Exhibit "A"
=K TEXAS
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 AND REPAIR SERVICES
SOLICITATION NUMBER 23-007
JANUARY 2023
City of Round Rock
Uniform Cleaning and Repair Services
IFB 23-007
Class/Item: 954-20
January 2023
Exhibit "A"
UNIFORM CLEANING AND REPAIR SERVICES
PART
GENERAL REQUIREMENTS
1. PURPOSE: The City of Round Rock, herein after "the City" seeks bids from qualified firms experienced in
providing uniform cleaning services for the City of Round Rock's Police and Fire Departments. 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,
2. SOLICITATION PACKET: This solicitation packet is comprised of the following -
Description
Index
Part I — General Requirements
Page(s) 2-6
Part 11 — Definitions, Standard Terms and Conditions and Insurance
Requirements
Page 7
Part III — Supplemental Terms and Conditions
Page(s) 8-10
Part IV — Specifications
Page(s) 11-13
Attachment A — Bid Sheet
Page 14
Attachment B — Reference Sheet
Page 15
3. AUTHORIZED PURCHASING CONTACT(S): For questions or clarification of specifications, you may
contact:
Adam Gagnon, CPPB
Purchaser
Purchasing Division
City of Round Rock
Phone: 512-218-5456
E-mail: agagnon0roundrocktexas.gov
Amanda Crowell, CPPB
Purchaser
Purchasing Division
City of Round Rock
Phone: 512.218-5458
E-mail: acrowell0roundrocktexas.nov
The individual(s) listed above is/are the only authorized City contact(s) for this solicitation. The authorized
purchasing contact(s) may be contacted by e-mail for clarification for this solicitation including specifications.
No other City employee or representative may be contacted about this solicitation prior to contract approval.
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.
4. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
Event
Date
Solicitation released
January 25, 2023
Deadline for submission of questions
February 3rd, 2023 @ 3:00 PM, CST
City responses to questions or addendums
February 7th, 2023 @ 3:00 PM, CST
Deadline for submission of responses
February 21st, 2023 @ 3:00 PM, CST
All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted
above. A copy of all 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:
https://www.roundrocktexas.gov/ci!y-businesses/sol citations/
Page 2 of 15
City of Round Rock Exhibit "A"
Uniform Cleaning and Repair Services
IFB 23-007
Class/Item: 954-20
January 2023
Questions shall be submitted in writing to the "Authorized Purchasing Contact". The City reserves the right to
modify these dates. Notice of date change will be posted to the City's website:
httl)s://www.roundrocktexas.gov/city-bu5inesses/solicitations/
5. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
https://www.roundrocktexas.gowci!y-businesses/solicitations for any updates pertaining to the solicitation
described herein. Various updates may Include addendums, cancellations, notifications, and any other
pertinent information necessary for the submission of a correct and accurate response. The City will not be
held responsible for any further communication beyond updating the website.
6. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted
in PART 1, Section 4 — Schedule of Events. Mail or hand deliver seated responses to:
City of Round Rock
Attn: Adam Gagnon
Purchasing Department
221 E. Main Street
Round Rock, Texas 78664-5299
A. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title, number,
due date, and "DO NOT OPEN".
B. Facsimile or electronically transmitted responses are not acceptable.
C. Responses cannot be altered or amended after opening.
D. No response can be withdrawn after opening without written approval from the City for an acceptable
reason.
E. The City will not be bound by any oral statement or offer made contrary to the written specifications.
F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of
the City.
G. Late responses will not be considered and will be returned unopened if a return address is provided.
7. RESPONDENT 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 to carefully read the entire
solicitation.
Respondent shall submit one (1) evident signed "Original" and one identical -to -the -original electronic copy of
the IFB response on a flash drive. The submittal is required to include all addendums and requested
attachments. The bid response along with samples and/or copies shall be provided at the Respondent's
expense and shall become the property of the City.
This invitation for bid (IFB) does not commit the City to contract for any supply or service. Respondents are
advised that the City will not pay for any administrative costs incurred in response preparation to this IFB; all
costs associated with responding to this IFB will be solely at the interested parties' expense. Not responding
to this IFB does not preclude participation in any future RFP/RFQ/IFB.
For your bid to be responsive addendums and the attachments Identified below shall be submitted
with Your orogosal.
Addendums: Addendums may be posted to this solicitation. Bidders are required to submit signed
addendums with their sealed response. The Bidder shall be responsible for monitoring the City's webste
at https://www.roundrocktexas.gov/city-businesses/solicitations/ for any updates pertaining to the
solicitation.
Attachment A: BID SHEET. The bid response shall be submitted on the itemized, signed Bid Shoot
provided in the solicitation packet. Failure to complete and sign the bid sheet may result in
disqualification. If there is a conflict between the unit price and extended price, the unit price will take
precedence. Submission of responses on forms other than the City's solicitation document may result in
disqualification of the response.
Attachment B: REFERENCE SHEET: Provide the name, address, telephone number and E-MAIL of at
least three (3) valid Municipal, Government agencies, or firms of comparable size that have utilized
Page 3 of 15
City of Round Rock Exhibit "A"
Uniform Cleaning and Repair Services
IFB 23-007
Class/Item: 954-20
January 2023
services that are similar in type and capacity within the last two (2) years. City of Round Rock references
are not applicable. References may be checked prior to award. If references cannot be confirmed or if
any negative responses are received it may result in the disqualification of submittal.
8. BEST VALUE EVALUATION AN12 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:
A. Purchase price.
B. Reputation of Respondent and of Respondent's goods and services.
C. Quality of the Respondent's goods and services.
D. The extent to which the goods and services meet the City's needs.
E. Respondent's past performance with the City.
F. The total long-term cost to the City to acquire the Respondent's goods or services.
G. Any relevant criteria specifically listed in the solicitation.
H. If the solicitation is evaluated with points, the respondent must earn a minimum of 15 points on criteria not
related to cost in order to be considered for contract award.
Respondents may be contacted for clarification of bid and/or to discuss details of the services they are
proposing.
9. CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions,
Standard Terms and Conditions, 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
A. 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.
B. 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.
10. SUSPENSION OR VESARMgNT CERTIFICATION: The provisions of the Code of Federal Regulations 2
CFR part 180 suspension and debarment may apply to this agreement. The City of Round Rock is prohibited
from contracting with or making prime or sub -awards to parties that are suspended or debarred or whose
principals are suspended or debarred from doing business with the Federal Government, State of Texas, or
the City of Round Rock.
11. CERTIFICATC OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the
successful offeror to complete a Form 1295 "Certificate of Interested Parties" that is signed for a contract
award requiring council authorization. The "Certificate of Interested Parties" form must be completed on the
Texas Ethics Commission website, printed, signed, and submitted to the City by the authorized agent of the
Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to
final contract execution. Link to Texas Ethics Commission Webpage:
htti)s://www.ethics,state,tx.us/whatsnew/eIf info forml295.htm
Page 4 of 15
City of Round Rock Exhibit "A"
Uniform Cleaning and Repair Services
IFB 23-007
Class/Item: 954-20
January 2023
12. EX PARTE COMMUNICATION Please note that to insure the proper and fair evaluation of a bid, the City of
Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Bidder to the City Official,
Employee, City Consultant, or Evaluation Team member evaluating or considering the bids prior to the time a
bid decision has been made. Communication between Bidder and the City will be initiated by the appropriate
City Official or Employee in order to obtain information or clarification needed to develop a proper and
accurate evaluation of the bid. Ex parte communication may be grounds for disqualifying the offending Bidder
from consideration or award of the bid then in evaluation, or any future bid.
13. OPPORTUNITY TO PROTEST: The Purchasing Manager for the City of Round Rock ("City"), in consultation
with the City Attorney, shall have the authority to settle or resolve any dispute concerning the solicitation or
award of a contract. The Purchasing Manager may solicit written responses to the protest from other
interested parties. The aggrieved person must prepare his or her complaint in writing and send it by
electronic mail to the City's Purchasing Department at protest(�roundrocktexas.gov.
In the event of a timely protest, the City shall not proceed further with the solicitation or award of a contract
unless it is determined that the award must take place without delay, to protect the best interests of the City.
The procedures for notifying the City of an alleged deficiency or filing a protest are listed below. If you fail to
comply with any of these requirements, the Purchasing Office may dismiss your complaint or protest.
A. Prior to Offer Due Date: If you are a prospective offeror for the award of a contract ("Offeror") and you
become aware of the facts regarding what you believe is a deficiency in the solicitation process before the
due date for receipt of offers in response to a solicitation ("Offers"), you must notify the City in writing of
the alleged deficiency before that date, giving the City an opportunity to resolve the situation prior to the
Offer due date.
B. After Offer Due Date: If you submit an Offer to the City and you believe that there has been a deficiency
in the solicitation process or the award, you have the opportunity to protest the solicitation process, or the
recommended award as follows:
i. You must file a written notice of your intent to protest within four (4) working days of the date that you
know or should have known of the facts relating to the protest. If you do not file a written notice of
intent within this time, you have waived all rights to protest the solicitation process or the award.
ii. You must file your formal written protest within ten (10) working days of the date that you know or
should have known of the facts relating to the protest unless you know of the facts before the Offer
has been closed. If you know of the facts before those dates, you must notify the City as stated in
section (A) above.
lii. You must submit your protest in writing and must include the following information:
a. your name, address, telephone number, and email address.
b. the solicitation number.
c. a specific identification of the statutory or regulatory provision that you are alleging has been
violated.
d. a detailed statement of the factual grounds for your protest, including copies of any relevant
documents.
e. a statement of any issues of law or fact that you contend must be resolved; and
f. a statement of the argument and authority that you offer in support of your protest.
iv. Your protest must be concise and presented logically and factually to help with the City's review.
C. Receipt of Timely Protest: When the City receives a timely and complete written protest, the Purchasing
Manager, with assistance from the City Attomey, shall make one of the following determinations'
i. Determine that a violation of rules and statutes has occurred prior to the award of the contract and
inform you and other interested parties of the determination. The City will prepare updated solicitation
documents and will re -solicit.
ii. Determine that no violation of rules or statutes has occurred and inform you and other interested
parties of the decision by letter. The reasons for the determination will be presented in the letter.
iii. Determine that a violation of rules and statutes has occurred after the award of the contract and
inform you and other interested parties of the determination. However, the awarded contract will not
be canceled. As needed, corrective actions may be taken with purchasing or any other pertinent City
staff.
Page 5 of 15
City of Round Rock Exhibit "A"
Uniform Cleaning and Repair Services
IFB 23-007
Class/Item: 954-20
January 2023
iv. A determination will usually be made within fifteen (15) business days after receipt of the formal
protest.
v. Any written decisions by the Purchasing Manager shall be the final administrative action for
the City.
All documentation pertaining to a protest will be kept on file at the City and are subject to open records
requests.
Page 6 of 15
City of Round Rock Exhibit "A"
Uniform Cleaning and Repair Services
IFB 23-007
Classlitem: 954-20
January 2023
PART II
DEFINITIONS, STANDARD TERMS AND CONDITIONS
AND INSURANCE REQUIREMENTS
1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitatlon, the
Respondent agrees that the City's Definitions and Standard Terms and Conditions, in effect at the time of
release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on
the face of a purchase order, These can be obtained from the City's website at:
https.//www.roundrocktexas.gov/city-departments/purchasing:'. In addition, the Supplemental Terms and
Conditions listed in Section III, shall also be enforced as part of the contract.
2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard
Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and
downloaded from the City's website at:
Page 7 of 15
City of Round Rock Exhibit "A"
Uniform Cleaning and Repair Services
IFB 23-007
Class/Item: 954-20
January 2023
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following:
A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty (60)
months.
B. Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of
this agreement for such a period as is reasonably necessary to re -solicit and/or complete the project up to
90 days.
2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications.
Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent
shall:
A. Be firms, corporations, individuals, or partnerships normally engaged in providing uniform cleaning
services as specified herein and have adequate organization, facilities, equipment, financial capability,
and personnel to ensure prompt and efficient service to the City.
B. Provide all labor, supplies and materials required to satisfactorily perform the services as specified herein
and own or acquire at no cost to the City all construction aids, appliances, and equipment Respondent
deems necessary and maintain sole responsibility for the maintenance and repair of Respondent's
vehicles, equipment, tools, and all associated costs. The City shall not be responsible for any
Respondent's tools, equipment, or materials lost or damaged during the performance of the services
specified herein.
C. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the
United States, or not having a home office inside the United States will not be included for consideration
in this procurement process.
D. A minimum of one full -service dry-cleaning facility that can perform all required services in PART IV must
be located within Round Rock city limits.
3. SUBCONTRACTORS: Respondent shall not subcontract or otherwise engage subcontractors to perform
required services. The City seeks to do business directly with a company experienced in uniform cleaning
services.
4. WORKFORCE: Successful Respondent shall:
A. Ensure Respondent's employees perform the services In a timely, professional, and efficient manner.
B. 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. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all
incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and
maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits,
insurance, bonds, and risk management. No separate line -item charges shall be permitted for either
response or invoice purposes.
6. PRICE INCREASE: Contract prices for uniform cleaning services shall remain firm throughout the initial
twelve (12) month term of the contract. A price increase to the agreement may be considered on the
anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at
no time can the increase be greater than 8% for any single line item unless otherwise approved by the City.
A. Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage
change in the U.S. Department of Labor Consumer Price Index (CPI-U) for all Urban Consumers. The
price adjustment rate will be determined by comparing the percentage difference between the CPI in
effect for the base year six-month average (January through June OR July through December), and each
(January through June OR July through December six month average) thereafter. The percentage
difference between those two CPI issues will be the price adjustment rate. No retroactive contract price
adjustments will be allowed. The Consumer Price Index (CPI) is found at the Bureau of Labor Statistics,
Consumer Price Index website: http://www.bls.gov/cpi
Page 8 of 15
City of Round Rock Exhibit "A"
Uniform Cleaning and Repair Services
IFB 23-007
Class/Item: 954-20
January 2023
B. Procedure to Request Increase:
i. Mail the written price increase request with the rate detail comparison and comprehensive calculation
and any supporting documentation to the designated City Contract Specialist a minimum of 45 days
prior to the annual Contract anniversary date. The detailed written calculation will be verified and
confirmed. All written requests for increases must include the City of Round Rock contract number,
solicitation reference information and contact information for the authorized representative requesting
the increase. Price increase requests shall be sent by mail to.
City of Round Rock
Purchasing Department
Attn: Contract Specialist
221 East Main Street
Round Rock, TX 79664-5299
ii. Upon receipt of the request, the City reserves the right to either accept the escalation and make
change to the purchase order within 30 days of the request or negotiate with the Contractor or cancel
the agreement or purchase order if an agreement cannot be reached on the value of the increase.
7. PERFORMANCE REVIEW. The City reserves the right to review the awarded respondent(s) performance at
any time during the contract term.
8. ACCEPTANCE/INSPECTION: Acceptance inspection should not take more than Five (5) working days. The
awarded respondent will be notified within the time frame if the services delivered are not in full compliance
with the specifications. In the event the services are not performed to the satisfaction of the City; the
Contractor shall agree to reperform services to specification at no additional cost to the City. If any agreement
or purchase order is cancelled for non -acceptance, the needed services may be purchased elsewhere.
9. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any
minimum or maximum purchase is made or implied. The City will only order the services/goods needed to
satisfy requirements within budgetary constraints, which may be more or less than indicated.
10. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award,
split award, primary and secondary award, non -award, or use any combination that best serves the interest
and at the sole discretion of the City. Respondents to the solicitation will be notified when City staff
recommendation of award has been made. The award announcement will be posted to the City's website at
https,//www.roundrocktexas.gov/city-businesses/sol citations/ once City Council has approved the
recommendation of award and the agreement has been executed.
11. POST AWARD MEETING: The City and successful Respondent(s) may have a post award meeting to
discuss, but not be limited to the following:
A. The method to provide a smooth and orderly transition of services performed from the current contractor.
B. Provide City contact(s) information for implementation of agreement.
C. Identify specific milestones, goals, and strategies to meet objectives.
12. POINT OF CONTACT / DESIGNATED REPRESENTATIVE:
A. Contractor's point of contact: In order to maintain consistent standards of quality work performed
across the City, the City shall be provided with a designated and identified point of contact upon award of
the contract to include contact information. The City's designated representative shall be notified by the
Respondent immediately should the point of contact change.
B. The City's designated representative:
Gabe Iniguez
Logistics Officer
Police Department
Phone: (512) 671.2836
E-mail: giniguezO-roundrocktexas.gov
Trish De La Torre
Logistics Officer
Fire Department
Phone: (512)-529-8317
Email: tdelatorre(droundrocktexas.gov
Page 9 of 15
City of Round Rock Exhibit "A"
Uniform Cleaning and Repair Services
IFB 23-007
Class/Item: 954-20
January 2023
13. INTERLOCAL PURCHASING AGREEMENTS:
A. The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the
Interlocal Cooperation Act, Chapter 791 of the Texas Government Code. The Contractor may agree to
offer the same price and terms and conditions to other eligible agencies that have an interlocal agreement
with the City.
B. The City does not accept any responsibility or liability for the purchases by other government agencies
through an interlocal cooperative agreement
Page 10 of 15
City of Round Rock Exhibit "A"
Uniform Cleaning and Repair Services
IFB 23-007
Class/Item: 954-20
January 2023
PART IV
SCOPE OF WORK
1. PURPOSE: The City of Round Rock, herein after "the City" seeks bids from qualified firms experienced in
providing uniform cleaning services for the City of Round Rock's Police and Fire Department. The purpose is
to maintain a professional appearance for all employees and to create an overall businesslike atmosphere in
the workplace.
2. BACKGROUND: The City of Round Rock has a population of around 126,000 people and is located 15
miles north of Austin. The City's Police and Fire Departments are estimated to employ 400 individuals. This
Invitation for Bid (IFB) will cover City requirements for professional laundering, dry cleaning, pressing, repairs,
and minor alterations of first responder uniforms for the City of Round Rock Police and Fire Departments.
Police and Fire employees meet with and respond to the needs of the community daily and are the most
visible representatives of the City of Round Rock. Therefore, it is imperative that all first respondent
employees always project a positive and professional appearance while on duty. All uniformed and civilian
attire will be neat, pressed, and property fitted.
3. SERVICE REQUIREMENTS:
A. Dry Cleaning and Laundry Services: The Contractor shall-
i. 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.
ii. All garments must be dry cleaned or laundered as appropriate and available for pickup twenty-four
(24) hours after delivery by the employee
iii. Upon request, same -day service shall be available at an additional fee. The City will drop of same -
day service requests by 10AM.
iv. Provide cleaned garments with no "dry cleaning" odors. Garments shall be clean and fresh smelling.
v. Ensure garments are "lint/hair free" upon pick up.
vi. Clean garments so that white shirts are returned white to include collars, cuffs, and pockets.
vii. Pre -treat any stains using the correct dry-cleaning method.
viii_ Ensure that no color bleeding occurs.
ix. 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.
x. Repair/replace zippers damaged during the cleaning/pressing process at no additional cost to the
City.
xi. Provide "shine free" garments caused by excessive heat during the pressing/drying process.
xii. Ensure each garment is wrinkle -free upon pick up.
xiii. Press collars of shirts in a way that shall prevent the collar stays from showing.
xiv. Press creases Into pants and shirts evenly and consistently with no double creases.
xv. Hang clean garments and package in standard cellophane -like bag.
xvi. Re -clean any garment at no cost to the City that does not conform to the requirements listed above.
B. MATERIAL DESCRIPTION OF DRY-CLEANED UNIFORMS. A description of the current types of
uniforms for dry cleaning are listed below. The City reserves the right to change materials, quantities, and
types at any time.
i. Police Uniforms: Class "A" uniforms consist of 45% worsted wool and 55% Dacron polyester.
These uniforms consist of the following
a. 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.
b. 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.
c. Trousers, split seam, dress style with permanent silicone creases.
Page l I of 15
City of Round Rock Exhibit "A"
Uniform Cleaning and Repair Services
IFB 23-007
Class/Item: 954-20
January 2023
d. Jackets, Taslan nylon B. Dry shell, waterproof, windproof, breathable lining, zip -out b warm
insulated quilted liner with zip -off sleeves.
ii. Fire Uniforms: Class "A" uniforms consist of 45% worsted wool and 55% Dacron polyester. These
uniforms consist of the following:
a. 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.
b. 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.
c. Trousers, split seam, dress style dress with permanent creases side pockets, and hip pockets.
d. Coat, double-breasted dress style with peak lapels, two (2) lower welt pockets, an upper welt
simulated breast pocket, three (3) cloth -reinforce inside pockets, and badge tab.
e. Jackets, Taslan nylon B. Dry shell, waterproof, windproof, breathable lining, zip -out In. warm
insulated quilted liner with zip -off sleeves.
C. MATERIAL DESCRIPTION OF LAUNDERED UNIFORMS: The description of the types of uniforms for
laundry services are as follows:
i. Police Uniforms: Both shirt and trouser consist of 35% cotton blend and 65% polyester and shalt be
washed inside out in cold water with mild detergent, tumble dried, and pressed unless otherwise
specified by the manufacturer. Starch these uniforms if requested, Standard uniforms consist of the
following:
a. Shirts, short sleeved, Battle Dress Uniform (BDU) type with no crease in sleeves.
b. Trousers, Battle Dress Uniform type with creases down center of each trouser leg.
c. Shorts, Battle Dress Uniform type with creases down center of each trouser leg.
ii. Fire Uniforms: The trousers and shirts consist of 100% NOMEX. Uniforms consist of the following:
a. 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. NO Starch.
b. Trousers, NOMEX uniform type with creases down the center of each trouser leg shall be washed
in hot water. NO starch
D. REPAIR AND ALTERATION: The Contractor shall -
I. Hem clothes to fit appropriately.
ii. Repair/replace:
a. Zippers
b. Buttons
c. Buttonholes
d. Microphone holes
e. Pockets
f. Broken belt loops
g. Tears/rips
III, Sew emblems/chevrons/service bars/patches as needed.
iv. Remove old emblems/chevrons/service bars/batches before new ones are affixed.
v. Remove emblems/chevrons/service bars/patches if requested.
E. Annual Coat Cleanings: 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.
Page 12 of l5
City of Round Rock Exhibit "A"
Uniform Cleaning and Repair Services
IFB 23-007
Class/Item 954-20
January 2023
4. CONTRACTOR RESPONSIBILITIES: The Contractor shall -
A. Check City badges for drop off and pickups.
A. Maintain the authorized list of employees provided by the City.
B. Bill rush order fees on a separate line item.
C. Provide a paper drop off receipt to the employee and email a copy of the drop off receipt to the
designated City contact.
D. Provide drop off receipts containing the following information: name of employee, date dropped off,
number of items, type of items, and additional services requested if applicable. Additional services are
listed in Attachment A- Bid Sheet.
E. Notify the City Contact if uniforms have not been picked up within seven (7) business days.
F. Provide the City with prompt and accurate invoices.
5. CITY RESPONSIBILITIES; The City will -
A. Inform the Contractor 60 days prior to making material or fabric changes to uniforms.
B. Fumish the awarded vendor with an authorized list of employees eligible for services.
C. Update the authorized personnel list as needed.
D. Show a City issued badge for drop off and pick up of items.
E. City personnel will be responsible for dropping off and picking up uniforms from awarded contractor's
location.
Page 13 of 15
City of Round Rock Exhibit "A"
Uniform Cleaning and Repair Services
IFB 23-007
Class/Item: 954-20
January 2023
ATTACHMENT A
BID SHEET
1. ATTACHMENT A — BID SHEET is posted in Solicitation Documents for IFB 23-007 Uniform Cleaning
Services in an Excel format on the City of Round Rock website at:
htti)s://www.roundrocktexas.gov/city-businesses/solicitations/
A. Attachment A- Bid Sheet must be completed, signed by an authorized representative, and returned by
the deadline for submission of response indicated in Part I, Section 4 — Schedule of Events.
B. The Respondent, by submitting and signing Attachment A — Bid Sheet, acknowledges that he/she has
received and read the entire document packet sections defined above including all documents
incorporated by reference, and agrees to be bound by the terms therein.
C. In order to do business with the City of Round Rock you must be registered with the City's Vendor
Database. To register, go to: httos://roundrocktxvendors_murnsselfseryice, com,Nendors;defauIt. aspx
D. By the signature affixed on Attachment A — Bid Sheet, the Respondent hereby certifies that neither the
Respondent not 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 at 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.
E. The Respondent agrees, if this Offer Is accepted within 120 calendar days after the Due Date, to fully
comply in strict accordance with the Solicitation, specifications and the amounts shown on bid sheet.
Page 14 of 15
Exhibit "A"
p(�tS(PV-I
Attachment A- Bid Sheet pof 6
Uniform Cleaning Services
IFB-No. 23-007
1 of
The Respondant represents by their signature below that he/she is submitting a binding offer and is authorized to bind the respondent to fully
comply with the solicitation documents contained in IFB No. 23-007 Uniform Cleaning Services. The Respondent acknowledges that he/she
has received and read the entire solcitation packet, attachments and all documents incorporated by reference, and agrees to be bound by the
terms therein.
Special Instructions: All prices must be quoted in order to be considered responsive, be advised that exceptions taken to any portion of the
solicitation may jeopardize acceptance of the bid. The City reserves the right to purchase more or less than the quantities indicated below.
No.
Description
Estimated
Annual
Quantity
Unit
Unit Cost
Extended Total
DRY CLEAN
1
Dry Clean - Shirt Long sleeve
1 800
EA
$ 3.40
$ 6,120.00
2
Dry Clean - Shirt, Short sleeve
9,000
EA
$ 3.30
$ 29,700.00
3
Dry Clean - Trousers
10,500
EA
$ 3.40
$ 35 700.00
4
Dry Clean - Coat
150
EA
$ 4.50
$ 675.00
5
Dry Clean - Jacket
150
EA
$ 4.25
$ 637,50
6
Dry Clean -Tie
50
EA I
$ 2.00
$ 100.00
7
Dry Clean - Battle Dress Uniform (BDU) Shirt
30
EA
$ 3.40
$ 102.00
8
Dry Clean - Battle Dress Uniform (BDU) Trousers
700
EA
$ 3.40
$ 2,380.00
9
Dry Clean - Shirt, Cotton/Poly Blend
25
EA
$ 3.40
$ 85.00
10
Dry Clean - Shorts
20
EA
$ 3,35
$ 67.00
11
Dry Clean - Polo Shirt
25
EA
$ 3.00
$ 75.00
LAUNDRY
12
Laundry - Shirt Cotton/Poly Blend - No Starch
30
EA
$ 2.50
$ 75.00
13
Laundry - Shirt100% Cotton - No Starch
50
EA
$ 2.50
$ 125.00
14
Laundry - Shirt100% Poly FIexRS - No Starch
50
EA
1 $ 2.50
$ 125.00
15
Laundry - Trousers Cotton/Pol Blend - No Starch
1000
EA
$ 3.40
$ 3,400.00
16
Lanud - Trousers 100% Poly FIexRS - No Starch
1000
EA
$ 3.40
$ 3,400.00
17
Laundry - Shorts, CottorVPol Blend - No Starch
500
EA
$ 3.35
$ 1.67500
18
Laundry - Trousers, NOMEX - No Starch i
131
EA
$— 3.40
$ 4,420.00
Exhibit "A"
✓ihl�/vtAl '
Attachment A- Bid Sheet
Uniform Cleaning Services
IFB-No. 23-007
2 or
Annual Total
This total will be used to determine
the low bid.
88 861.50
Additional Services - (Information Only) The City may require additional services under this Agreement Complete pricing below. An
additional $6,000 in annual dollar authority will be added to each term of the contract for the optional purchase of goods and
services
No.
Description
Estimated
Annual
Quantity
Unit Price
STARCH
21
Additonal Charge for Light Starch
1
$
22
Additonal Charge for Medium Starch
1
$
23
Additional Charge for Heavy Starch
1
$ -
ALTERATIONS
24
Affix "Police" "Fire" Patches (Quantity 1 - ShirtLong Sleeve
1
$ 9.00
25
Affix "Police" "Fire" Patches(Quantity 1 - Shirt, Short Sleeve
1
$ 9.00
26
jAffix "Police", "Fire" Patches(Quantity 1 - Trousers
1
1 $ 9.00
26
Affix "Police" "Fire" Patches(Quantity 2 - ShirtLong Sleeve
1
$ 16.50
27
Affix "Police", "Fire" Patches(Quantity 2 • ShirtShort Sleeve
1
$ 16.50
28
Affix "Police", "Fire" Patches(Quantity 2 - Trousers
1
$ 16.50
29
Affix "Police" "Fire" Patches Quanti 3 - Shirt, Long Sleeve
1
$ 21.50
30
Affix "Police", "Fire" Patches Quant' 3 - Shirt Short Sleeve
1
$ 21.50
31
Affix "Police" "Fire" Patches(Quantity 3 - Trousers
1
$ 21.50
32
Affix Service Bar Sews - Shirt, Long Sleeve
1
$ 9.00
33
Affix Service Bar Sews - Shirt, Short Sleeve
1
$ 9.00
34
Affix Service Bar Sews - Trousers
1
$ 9.00
35
Affix stripe on trouser legs
1
$ 9.50
36
Affix buttons
1
$ 9.50
37
Affix zippers in trousers
1
$ 9.50
38
Add Velcro - Jacket
1
$ 16.00
39
Add Velcro - Trousers
1
$ 16.00
Exhibit "A"
Attachment A- Bid Sheet
Uniform Cleaning Services
IFB-No. 23.007
3of;
0
40
Hem - ShirtLong Sleeve
1
$ 16.50
41
Hem - ShirtShort Sleeve
1
$ 16.50
42
lHern trouser legs
1
$ 16.50
43
Shorten trouser legs
1
$ 16.50
44
Lengthen trouser legs
1
$ 16.50
45
Taper - Jacket
1
$ 36.50
46
Taper - Trousers
1
$ 16.50
47
Alter Jacket
1
$ 36.50
48
Alter Coat
1
$ 36.50
49
Alter size of trousers at seat
1
$ 22.50
50
Alter size of trousers at waist
1
I $ 22.50
RUSH ORDER
51
Rush Order Fee - Same day delivery per Part IV Scope of Work,
Section 3A, i.
nl�G
1 1
52
% Discount for additional services
COMPANY NAME:
SIGNATURE OF AUTHORIZED REPRESENTATIVE:
PRINTED NAME:
PHONE NUMBER:
T AND A CLEANERS LLC, dba REID'S CLEANERS
KARLSCHULTE
713-824-9581
EMAIL ADDRESS RFio ). i FAW RS,,a'out00k .Orn
City of Round Rods
Uniform Cleaning and Repair Services
IFS 23-007
Classlltem: 954-20
January 2023
Exhibit "A"
ATTACHMENT B
REFERENCE SHEET
oA 61(4ALy 00'0S
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOUCITATION RESPONSE
SOUCITATION NUMBER:f:-�p - 2 3 r W %
RESPONDENTnS NAME: I` e%S DATE: -Z- A 7`0?3
Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal, Government
agencies or firms of comparable size that have utilized services that are similar In type and capacity within the last
two (2) years. City of Round Rock references are not applicable. References may be checked prior to award. If
references cannot be confirmed or if any negative responses are received It may result in the disqualification of
submittal.
d
2
Company's Name m a rf < 4 N �v `► a pa o -IC
Name of Contact Sxe K -4 q -?-
Tide of Contact CO v P 5F SQr✓lt e
E-Mall Address J e I'h A-rf 'h Ott -co
Present Address Scam $ 0
City, State, Zip Code —�� m-r— --r-( -1((� &S {
Telephone Number (52- ) -753 -(O 7 Fax Number: ( )
Company's Name
Name of Contact
Tide of Contact
E-Mail Address
Present Address
City, State, Zip Code
Telephone Number
i. t 8eFr7J N l U- i�u f2 F
rnt n 1S4w fiV.e c
3. Company's Name S jwy ey 0 � ? FL/jv,'4 o e
Name of Contact S ht? & -,per
Tide of Contact �pgro✓�i p ice c b' 11 a o rv, I a s Tw
E-Mail Address VN&tqe n c Q,,vM to(? ISM. eb,-n
Present Address �7o Pqfftjov) ,54-j_( lir
City, State, Zip Code C- J! - I'v i It ( `�' L -7i�?j � 0
Telephone Number (St2 )rI G I - 101;L-1 Fax Number. ( )
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
Page 15 of 15
Solicitation: IFS 23-007
Exhibit "A"
ROUND
aLROO(! EXA5
wr.
ADDENDUM
CITY OF ROUND ROCK, TEXAS
0i'16rt4A(-- i2&lr)
Addendum No: 1 Date of Addendum: 2121123
This addendum is to incorporate the following changes to the above referenced solicitation:
I. Extenslon: The proposal due date is hereby extended until Tuesday, February 28th at 3:OOPM CST.
II. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
APPROVED BY: dz 2/21123
Adam G gnon,"Purchasing
Purchasing Office, 512-218-5456
By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced
solicitation.
ACKNOWLEDGED BY:
[LARI_ SCHg1r�/PZ1IDS CL�671'-�
Name Authorized Signature
2, 2C-�-'Z-0z3
Date
RETURN ONE 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.
Ac R ® CERTIFICATE OF LIABILITY INSURANCE
DATE (MWOONYYYI
4/14/2023
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 have ADDITIONAL INSURED provisions or 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
Watkins Insurance Group - Austin
3834 Spicewood Springs Rd, Ste 100
Austin TX 78759
INSURED
T and A Cleaners, LLC
5708 Brittlyns Court
Austin TX 76730
COVERAGES
CERTIFICATE NUMBER: 1086350422
HZE-1414
E FL cgi11Qwatkmsinsurancegroup.com
INSURER(S) AFFORDING COVERAGE
INSURER A: Twin City Fire Insurance Company
INSURER B :
INSURER C :
INSURER D : —_--�
INSURER E :
INSURER F :
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
POLICY NUMBER
POLICY
POLICY EXP
UYnB
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE__ OCCUR
EACH OCCURRENCE
$
T
GEML
PREMISES ooa-enppl
S
MED EXP (Ant oneperson)S
AGGREGATE LIMIT APPLIES PER,
POLICY F JPE O- LOC
OTHER
PERSONAL A ADV INJURY
GENERAL AGGREGATE
t
PRODUCTS - COMPIOP AGG
$
S
AUTOYOBILEUABILrrY
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
FMB ari INGLE LIMB
s
BODILY INJURY (Per person)
S
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per eaidenf
$
f
UMBRELLA UAS
EXCESS L1A9
OCCUR
CLAIMS -MADE
EACH OCCURRENCE
f
AGGREGATE
$
DED I I RETENTION
f
A
WORKERS COMPENSATION
AND EMPLOYERS'UABRnY
ANYPROPRIETORIPARINERIEXECUTNE Y�
OFFIC ERMEMSEREXCLUOE07
(Mandatory In NH)
If yeS. decrnbe under
DESCRIPTION OF OPERATIONS below
NIA
65WECAT5EWF
6/12/2022
&12/2023
X �ARTUTER
E.L. EACH ACGDENT
$1,000,000 —
E.L. DISEASE - EA EMPLOYEE
r 1.000,000
E.L. DISEASE - POLICY LIMIT
S 1.000,000
DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be taached N more space Is mWlmd)
City Of Round Rock
221 East Main St.
Round Rock TX 78664
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
/,Z/. z "--
01988.2015 ACORD CORPORA'
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
ACORIOP CERTIFICATE OF LIABILITY INSURANCE
DATE(M"DrYYYY)
Z/1612023
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must have ADDITIONAL INSURED provlslons or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder In lieu of such endorsemen s .
PRODUCER
Charlie Sanchez Agency, LLC
1970 Rawhide Drive
Suitc 210
Round Rock TX 78681
CONTACT
NAME: Rosy Garza
A!C No Eat , (512) 251-7847 AJC, No): (512) 341-9797
ADDRESS; Insurance@Charlie$auchez corn
INSURERS) AFFOROINO COVERAGE
NAIC I
INSURER A: Truck Insurance Exchange
21709
INSURED
1and A Cleaners, LLC dba Reirrs Cleaners
5708 HRITTLYNS CT
AUSTIN TX 7R710
INSURER B' Farmers Insurance Exchange
21652
INSURER C : Mid Century Insurance Company
21687
INSURER D :
INSURER E :
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 CONTRACTOR 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
LTR
TYPE OF INSURANCE
INw
yyyp
POLICY NUMBER
MMIO
MwVDKYYY
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
CLAWS -MADE a OCCUR
Y
Y
606756229
OR'12,2022
OK/12/2023
EACH OCCURRENCE
S I,000,00(
PREMISES Ea oocu'ffence
S 1,000,00(
MED EXP (Any one person)
$ 10,00(
PERSONAL & ADV INJURY
S 1,000,00(
GENL AGGREGATE LIMIT APPLIES PER:
X POLICY �PFCCTT �LOC
OTHER:
GENERAL AGGREGATE
S 2.W0,00(
PRODUCTS-COMPIOPAGG
s 1,000,00(
$
AUTOMOBILE LIABILITY
ANY AUTO
OWNED SCHEOLILED
AUTOS ONLY AUTOS
HIRED FINON-OWNED
AUTOS ONLY AUTOS ONLY
Ea accldent
=
BODILY INJURY (Per person)
S
BODILY INJURY (Per acddenf)
S
Per accident
i
A
x
UMBRELLA LIAB
EXCE63LIA8
HCLAIMS-MADE
OCCUR
606757009
08/12/2022
08/12/2023
EACH OCCURRENCE
S 1 ,000,00(
AGGREGATE
S 2,000,00(
DEO RETENTION S
S
DRIERS COMPENS N)N
AND EMPLOYERS' LIABLITY YIN
ANY PROPRIETORIPARTNEREXECUTIVE ❑
FFICEPJMEMBER EXCLUDED?
Mandatory In NH)
t yyees. descMe under
ESCRIPTION OF OPERATIONS below
N f A
STATUTE I IER
E.L, EACH ACCIDENT
S
E.L. DISEASE - EA EMPLOYEE
S
E.L. DISEASE - POLICY LIMB
=
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Add Nlwul Remarks Schsdub, may be atrad»d If morn spew Is raqulred)
Ci(y of Round Rock
221 East Main Street
Round Rock TX 78664
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED W
ACCORDANCE WITH THE POLICY PROVISIONS,
ALrTHORQED REPRESENTATIVE
GkartiA, z Age", LLC
® 1988-2015 ACORD CORPORATION. All rights reserved
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD