Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - T&A Cleaners LLC d/b/a Reid's Cleaners - 7/27/2023
CITY OF ROUND ROCK AGREEMENT FOR PURCHASE OF UNIFORM CLEANING AND REPAIR SERVICES WITH T&A CLEANERS LLC D/B/A "REID'S CLEANERS" THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § 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 � day of the month of , 2023, by and between the CITY OF this the 2 ROUND ROCK, TEXAS, a home-rule municip ity 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 (Z-2023-210 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 term 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 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. 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. 2 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 ($444,307.50) 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. 3 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 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. 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 party's intent to perform hereunder, then demand may be made to the other party for written 5 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. In 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 term of this Agreement. C. 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 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 7 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: 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: 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. 8 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 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. 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 R and Rock,Texas T&A Cleaners LLC By: By: _ Printed Na Print a-me: ,[' t k(� Title: Title: Date Signed: Z Date Signed: 20 23 Attest: 11"f4. A & 0% ,A'�'" LIM Meagan Spi ty_Cjerk For City,Approved as to Form: By: w Stephanie L. Sandre, City Attorney 10 Exhibit "A" p UND ROCK TEXAS PURCHASING DWI a City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.rou ndrocktexas.govov INVITATION FOR BID (IFB) UNIFORM CLEANING AND REPAIR SERVICES SOLICITATION NUMBER 23-007 JANUARY 2023 City of Round Rock Exhibit "A" Uniform Cleaning and Repair Services IFB 23-007 Class/Item: 954-20 January 2023 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 II —Definitions, Standard Terms and Conditions and Insurance Page 7 Requirements 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 Amanda Crowell, CPPB Purchaser Purchaser Purchasing Division Purchasing Division City of Round Rock City of Round Rock Phone: 512-218-5456 Phone: 512-218-5458 E-mail: agagnon(&roundrocktexas.gov E-mail: acrowell(a)roundrocktexas.gov 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/city-businesses/solicitations/ 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: https://www.roundrocktexas.gov/city-businesses/solicitations/ 5. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at https://www.roundrocktexas.gov/city-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 I, Section 4—Schedule of Events. Mail or hand deliver sealed 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 proposal. 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 website 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 Sheet 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 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: 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 DEBARMENT 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. CERTIFICATE 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: https://www.ethics.state.tx.us/whatsnew/elf info form1295.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(Qround rocktexas.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. iii. 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 Attorney, 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 Class/Item: 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 solicitation, 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: hftp://www.bis.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. B. 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/solicitations/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 Trish De La Torre Logistics Officer Logistics Officer Police Department Fire Department Phone: (512)671-2836 Phone: (512)-529-8317 E-mail: ainiquez(a-roundrocktexas.gov Email: tdelatorre(cDroundrocktexas.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 properly 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 I I of]5 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 b.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 shall 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. epair/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/seryice bars/batches before new ones are affixed. v. Remove emblems/chevrons/service bars/patches if requested. E. 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. Page 12 of 15 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. Furnish 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: https://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: https://roundrocktxvendors.munisselfservice.com/Vendors/default.aspx D. By the signature affixed on Attachment A— Bid Sheet, the Respondent hereby certifies that neither the Respondent nor the entity represented by the Respondent, or anyone acting for such entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly, the response made to any competitor, or any other person engaged in such 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" 1of3 t/ Attachment A- Bid Sheet F e(J Uniform Cleaning Services IFB-No. 23-007 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. Estimated No. Description Annual Unit Unit Cost Extended Total Quantity 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 D 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 $ 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- Shirt, 100%Cotton-No Starch 50 EA $ 2.50 $ 125.00 14 Laundry-Shirt, 100% Poly FIexRS -No Starch 50 EA $ 2.50 $ 125.00 15 Laundry-Trousers, Cotton/Poly 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, Cotton/Poly Blend- No Starch 500 EA $ 3.35 $ 1,675.00 18 Laundry-Trousers, NOMEX- No Starch 1300 EA $ 3.40 $ 4,420.00 Exhibit "A" 2 of 3 Attachment A- Bid Sheet Uniform Cleaning Services IFB-No. 23-007 Annual Total This total will be used to determine _ the low bid. 1 $ 88,861.50 Additional Services -(Information Only)The City may require additional services under this Agreement.Complete pricing below.An additional $5,000 in annual dollar authority will be added to each tern of the contract for the optional purchase of goods and services Estimated No. Description Annual Unit Price Quantity 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 Quant 1 -Shirt, Long Sleeve 1 $ 9.00 25 Affix"Police", "Fire" Patches (Quantity 1 -Shirt, Short Sleeve 1 $ 9.00 26 Affix"Police", "Fire"Patches(Quantity 1 Trousers 1 $ 9.00 26 Affix"Police", "Fire" Patches(Quantity 2 -Shirt, Long Sleeve 1 $ 16.50 27 Affix"Police", "Fire" Patches (Quantity 2 Shirt, Short Sleeve 1 $ 16.50 28 Affix"Police", "Fire"Patches(Quantity 2 -Trousers 1 $ 16.50 29 Affix"Police", "Fire" Patches(Quantity 3 -Shirt, Long Sleeve 1 $ 21.50 30 Affix"Police", "Fire"Patches(Quantity 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 les 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" 3 of 3 Attachment A- Bid Sheet Uniform Cleaning Services IFB-No. 23-007 40 Hem-Shirt, Long Sleeve 1 $ 16.50 41 Hem-Shirt, Short Sleeve 1 $ 16.50 42 Hem trouser les 1 $ 16.50 43 Shorten trouser les 1 $ 16.50 44 Lengthen trouser les 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 JAIter size of trousers at waist 1 $ 22.50 RUSH ORDER Rush Order Fee-Same day delivery per Part IV Scope of Work, l� 51 Section 3A, i. 1 "` r 52 % Discount for additional services COMPANY NAME: T AND A CLEANERS LLC,dba REID'S CLEANERS SIGNATURE OF AUTHORIZED REPRESENTATIVE: PRINTED NAME: KARL SCHULTE PHONE NUMBER: 713-824-9581 EMAIL ADDRESS: REIDSCLEANERS@OUTLOOK.COM Exhibit "A" o17(61NA(_ - 101423vs City of Round Rock Uniform Cleaning and Repair Services IFB 23-007 Class/Item:954-20 January 2023 ATTACHMENT B REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RESPONDENT'S NAME: ���5 G�-LrS DATE: 2- 74- 7-07� 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. 1. Company's Name M a rr `o4 Name of Contact Sxe k.rJ Z Title of Contact co v P 5l� S.erj e E-Mail Address S J Q - (c,.,h rylQ Present Address 2c00 (A City, State,Zip Code 1.e\ rcor_� T.4 _N(o${ Telephone Number ( 5(Z ) "733 -&-t(y7 Fax Number: ( ) 2. Company's Name L($L-m7t/ W i LL Rowc-C- '17ctPT- Name of Contact Q(_( l=S JI W vA-r4 Title of Contact yy„n t%J-K 4iV-e r% E-Mail Address p(I I vo,Vn (D I l;.e.-1-� �I I i-'X•�0 t/ Present Address I�-2�9 LO3 a City,State,Zip Code Q, H(tt -� -7,86q 2 Telephone Number S40Q Fax Number: ( ) 3. Company's Name S BMJ F✓D 'D � Name of Contact 5"he �ve� Title of Contact rec[0�1 pt(Q coo/ 1 a aYb+ ( A S -few- E-Mail N E-Mall Address uq4ery vo P L3 _ roni Present Address `L ?O PCZ Rl�o✓I City,State, Zip Code (� ,,� I(( `r -7-;G( o Telephone Number 097 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 Exhibit "A" bRfGrOL- 2�nS ROUND ROCK TEXAS PURCHASING DIVISION ADDENDUM CITY OF ROUND ROCK, TEXAS Solicitation: IFB 23-007 Addendum No: 1 Date of Addendum: 2/21/23 This addendum is to incorporate the following changes to the above referenced solicitation: I. Extension: 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: 2/21/23 Adam G gnon, urchasing 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: 1-7t 'DS c� �� 2. -2 -2-073 Name Authorized Signature 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"I DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 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(ies) 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 CONTACT NAME: Christi Gill _ Watkins Insurance Group-Austin P"°NE 512-452-8877 FAX,No):512-452-0999 3834 Spicewood Springs Rd, Ste 100 - Austin TX 78759 EAD�DREEss: ill watkinsinsuran rou .00m INSURERS AFFORDING COVERAGE NAIC# INSURER A:Twin City Fire Insurance Company 29459 INSURED REIDG'E-01 INSURER a: T and A Cleaners, LLC 5708 Brittlyns Court INSURERC: _ Austin TX 78730 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1086350422 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. INSRTYPE OF INSURANCE ADDL sUBW - POLICY EFF POLICY EXP LIMBS LTR POLICY NUMBER WD COMMERCIAL GENERAL LIABILITY EACH OCCURRENCEDAMAGE TO RENTED S CLAIMS-MADE n OCCUR PREMISES IlEa occurrence S _ MED EXP(Any one person) S PERSONAL 6 ADV INJURY $ GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE t JECT LOC PRODUCTS-COMP/OP AGG POLICY 1:1 E OTHER: _ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO BODILY INJURY(Per person) _ OWNED SCHEDULED BODILY INJURY(Per accident) _ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE _ AUTOS ONLY AUTOS ONLY Per accident UMBRELLA LIAS OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MADE AGGREGATE S DED RETENTION$ $ A WORKERS COMPENSATION 65WECAT5EWF 8/12/2022 8/12/2023 X PER OTH- AND EMPLOYERS'LIABILITY YSTATUTE ER ANYPROPRIETOR/PARTNER/EXECUTNE N N/A E.L.EACH ACCIDENT =1,000,000 OFFICER/MEMBEREXCLUDED7 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1.000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached It more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City Of Round Rock 221 East Main St. Round Rock TX 78664 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD DATE(MM/DD/YYYY) ACOR" CERTIFICATE OF LIABILITY INSURANCE 2/16/2023 �� 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(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WANED,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 UUNIAGI NAME: Rosy Garza Charlie Sanchez Agency,LLC )251.7847 A/CFAX,No: (512)341-9797 AIC.PHONE Ext): (512 1970 Rawhide Drive ADDRESS: InsuranceGCharlieSanchez.com Suite 210 INSURER(S)AFFORDING COVERAGE NAIC 8 Round Rock TX 79681 INSURER A: Truck Insurance Exchange 21709 INSURED INSURER B: Farmers Insurance Exchange 21652 T and A Cleaners,LLC dba Reid's Cleaners INSURER C: Mid Century Insurance Company 21687 5708 BRITIT.YNS CT INSURER D: INSURER E: AUSTIN TX 78-,11) 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 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 INSD WVD POLICY NUMBER (MM/DDIYYYY) (MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE 7XIOCCUR PREMISES(Ea occurrence) $ 1,000,000 MED EXP(Any one person) $ 10,000 A Y Y 606756229 08112 2022 08 122023 PERSONAL s ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY ]JE� F—]LOCPRODUCTS-COMP/OP AGG $ 1,000,000 OTHER: $ AUTOMOBILE LIABILITY Ea accident) $ ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED $ AUTOS ONLY AUTOS ONLY (Per accident) X UMBRELLA LIAR OCCUR EACH OCCURRENCE $ 1,000,000 .Y EXCESS LIAB HCLAIMS-MADE 606757009 09/122022 08/12/2023 AGGREGATE $ 2,000,000 DED RETENTION$ $ WORKERS COMPENSATION - ND EMPLOYERS'LIABILITY Y/N STATUTE ER _ ANY PROPRIETOR/PARTNER/EXECUTIVE❑ NIA E.L.EACH ACCIDENT $ FFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under (es S6 OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. 221 East Main Street AUTHORIZED REPRESENTATIVE c:t~cz:r�ie;Sa...c e-z Aqt", LAG Round Rock TX 78664 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD