R-00-11-09-10A1 - 11/9/2000Mayor
Nyle Maxwell
Mayor Pro -tem
Tom Nielson
Council Members
Alari McGraw
Carrie Pin
Scut Knight
Scan Rhode
Gary Coe
City Manager
James R Nuse
City Attorney
Stephan L. Sheets
ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY
X -Press Cleaners and Alterations
1216 Palm Valley Blvd
Round Rock, TX 78664
Dear Sir or Madam:
CMB /s
xc: Jennifer Soto — Police
file
'3,EC71 ^I '
OR?
November 2, 2003
RE: Multi -Year Contract
for Uniform Cleaning
Services
This letter is notification that the contract referenced above will expire in
November of this year.
By signatures affixed below, the Contractor agrees to extend the contract an
additional twelve -month period with no changes in price, terms and conditions.
City of Rou Ro X Press CI set a ,!t rat
Xn
David Kautz, Assistant City anager Authorized Representative
Date: 1/ 0
Title: VP
Date: / //Q /tad
Please sign all originals and return them to the City at your earliest
convenien, but no !est than Friday Nonwmher 7, 2003. A signed oriainal
will be forwarded to you.
Please feel free to contact me at (512) 218 -5457 with any questions.
CITY OF ROUND ROCK 221 East Main Street • Round Rock, Texas 78664
Phony 5i2218.5400 • Fax. 512218.7028' www.ci.round- rocktx.us
Carolyn Brooks, CPPB
Purchaser
(512) 218 -5457
RESOLUTION NO. R- 00- 11- 09 -10A1
WHEREAS, the City of Round Rock has duly advertised for bids for
the dry cleaning and laundering of police uniforms, and
WHEREAS, X -Press Cleaners & Alterations, Inc. has submitted the
lowest responsible bid, and
WHEREAS, the City Council wishes to accept the bid of X -Press
Cleaners & Alterations, Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City an Annual Service Agreement for Uniform Cleaning
Services with X -Press Cleaners & Alterations, Inc., a copy of said
agreement being attached hereto and incorporated herein for all
purposes.
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, and the Act.
ATTEST:
RESOLVED this 9th day of Nov -mber, 2000.
4
: ,,• . e /_�!. � 4
RaBERT A. STLUKA IFJR., Mayor
City of Round Rock, Texas
LAND, City Secretary
%:\ WPDOCS \RBSOLOTI \RO11O9A1.WP0 /sc
BID
BID
BID
UNIFORM
00- 011(REBID)
OPENING 08/08 3:PM
DRY CLEANING & LAUNDRY
VENDOR
KELLEY CLEANERS
DELIVERY: 1 DAY
TOTAL: $ 8.15
VENDOR
ARROW CLEANERS
DELIVERY: 2 DAY
TOTAL: $ 9.50
VENDOR
X -PRESS CLEANERS
& ALTERATIONS
DELIVERY: 1 DAY
TOTAL: $ 7.90
VENDOR
REID'S CLEANERS
DELIVERY: 2 DAY
TOTAL: $ 11.25
Item
Bid item(s)
QTY
Unit $
Extended
Unit $
Extended
Unit $
Extended
Unit $
Extended
1
LONG SLEEVES; UNIFORM DRY
1
$ 1.63
1.63
$ 1.50
$ 1.50
$ 1.55
$ 1.55
$ 2.25
$ 2.25
CLEANING FOR POLICE DEPT
2
SHORT SLEEVES; UNIFORM DRY
1
$ 1.63
$ 1.63
$ 1.50
$ 1.50
$ 1.55
$ 1.55
$ 2.25
$ 2.25
CLEANING FOR POLICE DEPT
3
TROUSERS; UNIFORM DRY
1
$ 1.63
$ 1.63
$ 1.50
$ 1.50
$ 1.55
$ 1.55
$ 2.25
$ 2.25
CLEANING FOR POLICE DEPT
4
SHIRTS /LAUNDRY; K -9 BDU
1
$ 1.63
$ 1.63
$ 2.50
$ 2.50
$ 2.00
$ 2.00
$ 2.25
$ 2.25
OPTION #7
5
TROUSERS /LAUNDRY; K -9 BDU
1
$ 1.63
$ 1.63
$ 2.50
$ 2.50
$ 1.25
$ 1.25
$ 2.25
$ 2.25
OPTION #7
PERK YES OR NO?
NO PERK
YES PERK
2 WKS
NO PERK
NO PERK
* HOW OFTEN CHANGED?
CITY OF ROUND ROCK
ANNUAL SERVICE AGREEMENT
FOR
UNIFORM CLEANING SERVICES
FOR POLICE DEPARTMENT
THIS AGREEMENT, is made and entered into this 9 0f_Thg.ilini2000, by and
between the City of Round Rock, a Texas home -rule municipal corporation, whose offices are located at
221 East Main Street, Round Rock, Texas 78664 -5299, herein after referred to as "City" and X -PRESS
CLEANERS & ALTERATIONS, INC., 1216 Palm Valley Blvd., Round Rock, Texas 78664, hereinafter
referred to as "Vendor ", and City and Vendor are collectively referred to as the "parties ".
RECITALS:
WHEREAS, the City desires to contract with the Vendor on a multi -year contract basis, to provide the
Police Department with dry cleaning and laundry services for their police uniforms.
WHEREAS, the Invitation for Bid was previously issued for police uniform dry cleaning and laundry;
and the City has selected the Bid submitted by X -PRESS CLEANERS & ALTERATIONS, INC.; and
WHEREAS, the parties hereby desire to enter into this Agreement to set forth, in writing, their
respective rights, duties and obligations hereunder;
NOW, THEREFORE, WITNESSETH, that for and in consideration of the mutual promises contained
herein and other good and valuable consideration, the sufficiency and receipt of which are hereby
acknowledged, it is mutually agreed between the parties as follows:
1.0 AGREEMENT DOCUMENTS AND EXHIBITS
The City of Round Rock selected Vendor as the integrator of choice to supply dry cleaning and
laundry services for garments provided to them by the City Police Department personnel as
outlined in IFB Number 00 -011 (REBID) and response to IFB submitted by Vendor (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 Vendor in their response to the IFB.
The items that are the subject matter of this Agreement are further described in Exhibit A, and
together with this Agreement comprise the Agreement, and they are fully a part of this
Agreement as if herein repeated in full.
2.0 COSTS: The following shall be the costs for:
2.1 Dry Clean Long Sleeved Shirts
2.2 Dry Clean Short Sleeved Shirts
2.3 Dry Clean Trousers
2.4 Laundry Trousers
2.5 Laundry Shirts
3.0 DRY CLEANING SERVICES:
$1.55
$1.55
$1.55
$2.00
$ 1.25
For specific description of current Police dry clean uniforms, parties are directed to Attachment
"A" of (Exhibit A) of this agreement. Vendor shall "Re- clean" any garment at no cost to the City
that does not conform to the requirements listed below. Vendor shall provide service as follows:
3.1 Have next day service. Garments dropped off before 10:00 a.m. shall be ready for pick
up by 3:00 p.m. on the following business day
3.2 Provide cleaned garments with no dry cleaning smell.
3.3 Have no lent showing on cleaned garments.
3.4 Replace buttons (provided by City) that are lost or broken in the cleaning process at no
charge to the City within 24 hours of City providing button(s).
3.5 Provide a shine free garments - No excessive heat during the pressing process.
3.6 Not press wrinkles into the garment(s).
3.7 Press collars of shirts in a way that shall prevent the collar stays from showing.
3.8 Press creases in pants and shirts even and consistent with no double creases.
3.9 Packaging: shirts and pants shall be hung and packaged in standard cellophane type bag.
3.10 The City shall replace any garment that is lost or damaged by the vendor cleaners with all
costs for replacement paid by the vendor cleaners.
NOTE: Designated Location for services is:
1216 Palm Valley Blvd.
Round Rock, TX 78664
Phone: 512-733-5664
4.0 LAUNDRY SERVICES:
For specific description of current Police laundered uniforms, parties are directed to Attachment
"A" of (Exhibit A) of this agreement. Vendor shall Re -clean any garment at no cost to the City
that does not conform to the requirements listed on section 3.0 entitled, "Dry Cleaning Services"
(above) with the exception of section 3.2 (referenced dry clean smell). Bid sheets identified
option 7 (Cold Water and Heavy Starch) as the requested option for this agreement.
5.0 INVOICES: All invoices shall include but not be limited to the following information:
5.1 Name and address of Vendor
5.2 Purchase Order Number
5.3 Description and quantity of item(s) received for Service
5.4 Service Date(s)
2
6.0 PRICE ADJUSTMENT:
Price shall be fixed for first fiscal year of multi -year agreement. The City may permit "unit
price" adjustments upward, only as a result of an increase in Producers Price Index. Any price
increase shall be requested by the Vendor in writing and accompanied with the appropriate
documentation to justify the increase. The Vendor may offer price discounts at any time in
excess of the allowable percentage change. The City reserves the sole option to reject any price
increase and terminate this agreement should the City and the Vendor not agree on any price
increase.
7.0 PROMPT PAYMENT POLICY:
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Vendor will
be made within thirty (30) days of the day on which the City receives the supplies, materials, or
equipment, 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 the City receives a correct invoice for
the supplies, materials, equipment, or services, whichever is later.
Vendor may charge a late fee (fee shall not be greater than that which is permitted by Texas law)
for payments not made in accordance with this prompt payment policy, however, this policy does
not apply to payments made by the City in the event:
7.1 there is a bona fide dispute between the City and Vendor concerning the supplies,
materials, or equipment delivered or the services performed that causes the payment to be late; or
7.2 the terms of a Federal contract, grant, regulation, or statute prevent the City from making
a timely payment with Federal Funds; or
7.3 there is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier concerning supplies, materials, or equipment delivered or the
services performed which causes the payment to be late; or
7.3 the invoice is not mailed to the City in strict accordance with instructions, if any, on the
purchase order, or this Agreement or other such contractual agreement.
8.0 DURATION OF AGREEMENT:
The term of this agreement shall be for a period of time of twelve (12) months from the date of
award. Prices shall be firm for the first year of the agreement, except as provided for
hereinabove.
This agreement may be renewed for four (4) more additional periods of time not to exceed the
original service period, provided both parties agree. Contract extension shall be for the original
price, terms and conditions plus any approved changes.
The City reserves the right to review the Contractor's performance at the end of each twelve-
month period and cancel all or part of the agreement or continue the agreement through the next
period.
9.0 TERMINATION OF THIS AGREEMENT
The City may terminate this agreement for any reason, without penalty, at any time the City
deems the vendor to be non - compliant with contractual obligations by giving Vendor thirty (30)
days written notice. Upon delivery of such notice by the City to Vendor, the Vendor shall
discontinue all services on commodities in connection with the performance of this agreement
and shall proceed to cancel promptly all existing orders and agreements insofar as such orders or
agreements are chargeable to this agreement. Within thirty (30) days after receipt of notice of
termination, the Vendor shall submit a statement, showing in detail the satisfactorily performed
services under this agreement to the date of termination. The City will then pay the Vendor that
portion of the prescribed charges. Termination under this paragraph shall not relieve the Vendor
of any obligation or liability that has occurred prior to cancellation
10.0 ORDERS PLACED WITH ALTERNATE VENDORS:
If the Vendor cannot provide the service(s) as specified, the City reserves the option to obtain the
services from another source.
11.0 ABANDONMENT OR DEFAULT:
A Vendor who abandons or defaults the work on this agreement and causes the City to purchase
the services elsewhere may be charged the difference in cost if any and will not be considered in
the re- advertisement of the service and may not be considered in future bids for the same type of
work unless the scope of work is significantly changed.
12.0 TAXES:
The City is exempt from Federal Excise and State Sales Tax, therefore, tax shall not be included
in charges.
13.0 ASSIGNMENT:
Vendor's rights and duties awarded by this agreement may not be assigned to another without
written consent of the City and signed by the City's authorized agent. Such consent shall not
relieve the assignor of the liability in the event of default by the assignee.
14.0 GRATUITIESBRIBES
The City may, by written notice to Vendor, cancel this agreement without liability to Vendor if it
is determined by the City that gratuities or bribes in the form of entertainment, gifts, or
otherwise, were offered or given by Vendor, or its agent or representative to any City officer,
employee or elected representative with respect to the performance of this agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
4
15.0 INDEMNIFICATION
Vendor agrees to and shall indemnify, defend, and hold harmless the City, its officers, agents,
and employees, from and against any and all claims, losses, damages, causes of action, suits, and
liability of every kind, including all expenses of litigation, court costs, and attorney's fees for
injury to any person, or for damages to any property, arising out of or in connection with any act
or omission, negligence, willful misconduct in the performance of this Agreement done by
Vendor, its officers, agents, employees, or subcontractors under this Agreement, without regard
to whether such persons are under the direction of City agents or employees.
16.0 INSURANCE
Vendor shall meet the requirements as stated in the attached Invitation to Bid No. 00 -011
(REBID) and their bid response.
17.0 APPLICABLE LAW
This agreement shall be governed by the laws of the State of Texas. No rights, remedies, and
warranties available to the City under this agreement or by operation of law are waived or
modified unless expressly waived or ,modified by the City in writing.
18.0 VENUE: The parties agree that venue for any litigation arising from this agreement shall lie in
Williamson County, Texas.
19.0 NON - APPROPRIATION
This Agreement is a commitment of the City's current revenues only. It is understood and
agreed the City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of the City does not appropriate funds sufficient to purchase quantities as
determined by the City's budget for the fiscal year in question The City may effect such
termination by giving Vendor a written notice of termination at the end of its then current fiscal
year.
20.0 RIGHT TO ASSURANCE
Whenever one party to this agreement in good faith has reason to question the other party's
intent to perform, the questioning party may demand that the other party give written assurance
of their intent to perform. In the event that a demand is made and no assurance is given within
five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the
contract.
21.0 MULTIPLE COUNTERPARTS
This agreement may be executed in multiple counterparts, any one of which shall be considered
an original of this instrument, all of which, when taken together shall constitute one and the same
instrument.
5
22.0 NOTICES:
For the purposes of this agreement, notices to City shall be mailed to the following:
ATTEST:
By:
Assistant City Manager
City of Round Rock
221 East Main Street
Round Rock, Texas 78664 -5299
With a copy to:
Stephan L. Sheets, City Attorney
City of Round Rock
309 East Main Street
Round Rock, Texas 78664
For the purposes of this agreement, notices to Vendor shall be mailed to the following:
Lee Stooksberry
X -PRESS CLEANERS & ALTERATIONS
1216 Palm Valley Blvd
Round Rock, TX 78664
Notices will be effective upon mailing to the above - listed addresses until the parties notify each other, in
writing, of a change in address. (�
IN WITNESS WI�dE the parties to these presents have executed this Agreement on the
day of bJ J'YL .�/ , 20 00 .
ANNE LAND, Assistant City Secretary
6
X -PRESS CLEANERS & ALTERATIONS, INC.
ATexas •rporati•
Printed me: A
Title: r e ' 'devt't
S +U.) cS seJr
oiooar
ITEM P
a. tees ry coin w.PP _, .- �.,�,.�••� �_• •- ••• "_ ____ _
CLASS Si ITEM DESCRIPTION
954 -20
QTY
_
UNIT
o MAKE /MODEL
UNIT
PRICE
EXTENSION
This is to establish a MULTIYEAR contract for
cleaning services with the option to extend the contract
as per Specification No. 00- 954 -20, dtd 7 -2000 attached (5 pages)
Items 1, 2, and 3: Dry Clean estimated quantity is
12.500 uniforms (shirts & trousers) in a twelve month period.
No guarantee of any minimum or maximum is made or implied.
The City will only order services needed to satisfy operating
requirements. There shall be no minimum order quantity.
1
Dry Clean Long sleeve shirts, military type with 2 pleated
patch breast pockets with flaps, epaulets and manufactured
with 2 permanent silicone creases in the front and 3 in back
1
ea
I r 3'
1, S ^C
2
Dry Clean Short sleeve shirts, military type with 2 pleated
patch breast pockets with flaps, epaulets and manufactured
with two permanent silicone creases in the front & 3 in back
1
ea
1 r 3
` g.-.
I
3
Dry Clean Trousers, split -seam, dress style wlpermanent
silicone creases
1
EA
1 , rS
1
, SS
Continued on Page 2
BIOS ARE DUE TO TM PURCHASING OFFICE
AT THE ABOVE ADDRESS BEFORE BID
OPENING TIME.
INVOICE TO
City of Round Rock
Finance Department
221 East Male Street
Round Rock, Texas 70004 -5299
BID F.O.B. DESTINATION
UNLESS OTHERWISE SPECIFIED BELOW
DESTINATION:
Contracrar'a Location
INVITATION FOR BID (IFB)
f OF ROUND ROCK PURCHASING OFFICE
221 E. Main. Street
Round Rock, Taxes 78864-6299
FACIMILE RESPONSES
SHALE NOT BE ACCEPTED
SNOW eo a[NNO own
.11 ont. or sutra NW
vows :"oa"
ide of this IFB
UNIFORM CLEANING SERVICE
REVISED: JULY. 2000
1012
BIDDING INFORMATION:
810 NUMBER 00 -011 (Rebid)
OPENING DATE: 8 /8100 3:00 PM
BID LOCATION: 221 E. Mein Street, 1st Flea
Council Chambers, Round Rock, TX 78664
RETURN SIGNED ORIGINAL AND ONE COPY OF BID
SLOG
r. to Hun d diequelify bid
Aurhorie• O ature Dace
L S klslf)f V
Print Name
SEE 1.0 ON BACK FOR INSTRUCTIONS:
TAX ID NO — l —ac1h1 lit `a �I
LEGAL BUSINESS NAME: X" f re-ss Cane d /T '�(' �E fs
ADDRESS: 2 l(, f_,,( o. VA 11ey V r�
ADDRESS: R5( Q, I T x 7''6 ?
4
CONTACT: Lac S 'ecr0\41 ` ,. ti`j
TELEPHONE NO.: e,A) 33 ^ CZ,
b - I
BUSINESS ENTITY TYPE: S Coe- 10 or
.-
rrLM 0
w
".�..$ ',', 1G 1,Y cP . ?
�F S ��.�.i�T�VV..c..b.F ... T...,. .. -. ,)r.jl.<F�,..
CLASS A ITEM DESCRIPTION
200-80
:sJ.a
OTT
.... -.u.
UNIT
, Yfo`r
.l.�en nx . . ....... ...
MARE/MODEL
yy
.\ ...ii ;t
Mn ^). •��'.
UNIT
PRICE
�� �a,o '✓ .
]d9s X.
EIDENSION
(Continuation)
Items 4 and 6: Laundry is included in this Rebid
Uniforms are 65% polyester and 35% cotton blend.
Laundry estimated quantity is 625 in a twelve month period.
No guarantee of any minimum or maximum is made or implied.
The City will only order services needed to satisfy operating
regmrernents. There shall be no minimum order quantity.
4
Laundry, Trousers, BDU type with creasea in trouser legs,
wash in cold water and Heavy Starch ( Option 17).
� 1
EA
'1 , CC)
oC
,OC?
s
Laundry, Sh irts, BDU type ype with no creases on the
sleeves, wash in cold water and Heavy Starch (Option 17)
1
EA
1 � Z�
, r 25
The following information is required as par Specification
Pert II, Section 4 "Bidder qualifications":
Dry Cleaning Process 1 ek- .1.e.,M
( 4ydnoc ( b.P, SokveIvr)
If perk, note how often changed:
Service Location's)
Sa
Name y c.21 b l u�Zart d �v rk ado (Sam)
✓..
Address /Lt� 1 1th N 7 +fle .ev�sl IQoL,
Phone 3Q' ' ` 1 g 0 7 6fo Y
Nam. C3 cI R , 5Ntc1 on 6 C9mlc, i 62
Addy... 100 Abf +tr r 4 Or. QO,I f '2%&Y
Phan. 310 427'1
Name
Add..
Phone
UNIFORM CLEANING SERVICE
REVISED: JULY. 2000
r - DELIVERY IN DAYS
By the signature hereon affixed, the bidder hereby certifies that neither the bidder nor the entity represented by the bidder, or anyone anti
entity has violated the antitrust laws of this State, codified in Section 15.01 et seq., Texas B and Commerce Code, or the Federal a
taws, nor communicated directly or indirectly, the bid made to any competitor or any other person engaged in such line of business."
-- .��. - �.•cJlyd •.•.�. r+. COT
t v ;Q.1L
`vA-l\
INVITATION FOR BID ADDENDUM
PURCHASING OFFICE
CITY OF ROUND ROCK, TEXAS
.FE No. 00- 011(P.ebidi Addendum No. _1Date of Addendum: July 26, 2000
The Above Invitation For Bid (IFB) has been changed to include the following_
t Change to Bid sheet (Page 2 of 2) as follows:
• Question. Bid sheet (Page 2 of 2) does not clearly state whether or not the estimated quantity c`
625 for laundry in line items 4 and 5 is based on entire uniform sets or individual trousers and
individual shirts. This matter is herein addressed as follows:
• Answer: Bidders are hereby notified that the estimated quantity involved in the laundry
portion of the bid is based on 625 uniform sets (trousers and shirts).
PS other terms and conditions of this
,fIFB and specifications remain unchanged.
Approved by�if/ '244 L /-�• / t/
Y - U1
By the signatures affixed below, Addendum No 1 is hereby incorporated into and made a part of the
above referenced Ir.vitat:on For Bid,
ACKNOWLEDGED
x - Pfe,Sf C)-Ec,ne is
Vendor
—/
Authorized Signature Date
RETURN ONE COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE. CITY OF ROUND ROCK,
PRIOR TO BID OPENING WITH YOUR SEALED BID. FAILURE TO DO SO MAY CONSTITUE
GROUNDS FOR REJECTION OF YOUR BID_
08/08/2000 TUE 12:39 [TX /RX NO 5546] )J0o1
CITY OF ROUND ROCK
UNIFORM CLEANING SERVICES
Page I of 5
SPECIFICATION NO.
00- 954 -20
REVISED: JULY 2000
1. PURPOSE: The City seeks a multi-year contract for cleaning services for the cleaning of police uniform shirts
and trousers. This specification shall become part of the resulting contract.
2. DEFINITIONS: The following definitions will be used for identified terms throughout the specification and bid
document:
2.1. Bidder identified throughout this specification shall describe persons and entities that consider themselves
qualified to provide the services.
2.2. City — Identifies the City of Round Rock, Williamson County, Texas.
2.3. Contract — A mutually binding legal document obligating the Contractor to furnish the goods, equipment or
services, and obligating the City to pay for same.
2.4. Contractor — A person or business enterprise providing goods, equipment, labor and/or services to the City
as fulfillment of obligations arising from a contract.
2.5. Subcontractor - Any person or business enterprise providing goods, equipment, labor, and/or services to a
Contractor if such goods, equipment, labor, and/or services are procured or used in fulfillment of the
Contractor's obligations arising from a contract with the City.
PART I
GENERAL CLAUSES AND CONDITIONS
1. The Contractor shall provide the facihty(ies), labor and equipment necessary to perform the service.
2. ABANDONMENT OR DEFAULT: A Contractor who abandons or defaults the work on the contract and causes
the City to purchase the services elsewhere may be charged the difference in cost if any and will not be considered
in the re- advertisement of the service and may not be considered in future bids for the same type of work unless the
scope of work is significantly changed.
3. COMPLIANCE WITH LAWS: The successful bidder shall comply with all federal, state, and local laws, statutes,
ordinances, rules and regulations, and the orders and decrees of any court or administrative bodies or tribunals in
any matter affecting the performance of the resulting contract, including without limitation, workers' compensation
laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When
requested, the Contractor shall furnish the City with satisfactory proof of its compliance.
4. INDEMNITY: Contractor shall indemnify, save harmless and defend the City, its officers, agents, servants, and
employees from and against any and all suits, actions, legal proceedings, claims, demands, damages, costs,
expenses, attomey's fees and any and all other costs or fees incident to the performance of the resulting contract and
arising out of a willful or negligent act or omission of the Contractor, its officers, agents, servants and employees.
5. NON - APPROPRIATION: The resulting contract is a commitment of the City's current revenues only. It is
understood and agreed the City shall have the right to terminate the contract at the end of any City fiscal year if the
governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as
determined by the City's budget for the fiscal year in question. The City may effect such termination by giving
contractor a written notice of termination at the end of its then current fiscal year
7. VENUE: Both the City and the Contractor agree that venue for any litigation arising from a resulting contract shall
lie in Williamson County.
6. LIENS: Contractor agrees to and shall indemnify and save harmless the City against any and all liens and
encumbrances for all labor, goods and services which may be provided under the resulting contract. At the City's
request the Contractor or subcontractors shall provide a proper release of all liens or satisfactory evidence of
freedom from liens shall be delivered to the City.
8. INDEPENDENT CONTRACTOR: It is understood and agreed that the Contractor shall not be considered an
employee of the City. The Contractor shall not be within protection or coverage of the City's Worker'
Compensation insurance, Health Insurance, Liability Insurance or any other insurance that the City from time to
time may have in force and effect.
PART 11
SPECIFICATIONS
SPECIFICATION NO.
00- 954 -20
REVISED: JULY 2000
1. SCOPE: This specification describes a next business day service to dry clean uniform shirts and trousers for Round
Rock Police Department with laundry options included when specified by the bid sheets.
2. DRY CLEANING SERVICES: Bidder is directed to Attachment "A" of this specification for specific
identification of current Police dry clean uniforms. Contractor shall "Re- clean" any garment at no cost to the City
that does not conform to the requirements listed below. Contractor shall provide service as follows:
2.1 Have next day service. Garments dropped off before 10:00 a.m. shall be ready for pick up by 3:00 p.m on
the following business day
2.2 Provide cleaned garments with no dry cleaning smell.
2.3 Have no lent showing on cleaned garments due to cleaning with other garments that expel lent or dirty
machines.
2.4 Replace buttons (provided by City) that are lost or broken in the cleaning process at no charge to the City
within 24 hours of City providing button(s).
2.5 Provide a shine free garments - No excessive heat during the pressing process.
2.6 Not press wrinkles into the garment(s).
2.7 Press collars of shirts in a way that shall prevent the collar stays from showing.
2.8 Press creases in pants and shirts even and consistent with no double creases.
2.9 Packaging: shirts and pants shall be hung and packaged in standard cellophane type bag.
2.10 Any garment that is lost or damaged by the cleaners shall be replaced by the City with all costs for
replacement paid by the contract cleaners.
3. LAUNDRY SERVICES: Bidder is directed to Attachment "A" of this specification for specific identification of
current Police laundered uniforms. Contractor shall Re -clean any garment at no cost to the City that does not
conform to the requirements listed on section 2 above with the exception of referenced dry clean smell. Bidder is
also directed to review Laundry Options 1 through 9 on Attachment "A" of this specification. Bid sheets will
identify which laundry option is requested for this bid process.
4. BIDDER QUALIFICATIONS: The opening of a bid will not be construed as the City's acceptance of such bidder
as qualified and responsible. The City reserves the right to determine the lowest responsible bidder from
information submitted with the bid.
Page 2 of 5
All bidders shall furnish the following information on bid sheets:
• Have facility within the Round Rock, TX city limits
• Indicate what dry cleaning process used. NOTE: If "perk" is used, how often is it changed?
• References: Provide the name, address, telephone number and point of contract of at least two fins that have
utilized the similar service for at least one year. References may be checked prior to award. Any negative
responses received may result in disqualification of bid.
All bidders shall furnish the following information on separate attached sheet (if applicable):
• Identify any subcontractors to be used for this project. Experience, qualifications and references of the
subcontractors shall be submitted. The City reserves the right to approve or disapprove all subcontractors prior
to any work being performed.
PART III
CONTRACT TERMS AND CONDITIONS
1. CONTRACT: The term of this contract shall be for four (4) consecutive twelve (12) month periods of time from the
date of award. Prices shall be firm for the duration of the agreement, except as provided for herein, for initial and
each subsequent renewal provided both parties agree. The City reserves the right to review the Vendor's
performance at the end of each twelve (12) month period of time and to cancel the contract (without penalty) or
continue the contract through the next period.
2. ORDER OUANTTTY: The quantities shown on the IFB are estimates only. No guarantee of any minimum or
maximum purchase is made or implied. The City will only order the services needed to satisfy operating
requirements, which may be more or less than indicated.
3. PRICE ADJUSTMENT: The City may permit "unit price" adjustments upward, only as a result of a cost increase
in services in accordance with the Producers Price Index. Any price increase shall be requested by the contractor in
writing and accompanied with the appropriate documentation to justify the increase. The vendor may offer price
decreases in excess of the allowable percentage change.
4. CANCELLATION: Either party may cancel the contract, without penalty, by providing 30 days prior written
notice to the other party. Termination under this paragraph shall not relieve the Contractor of any obligation or
liability that has occurred prior to cancellation. NOTE: This contract is subject to cancellation, without penalty at
any time the City deems the vendor to be non - compliant with contractual obligations.
5. CONTRACT ADMINISTRATOR: All work performed under this contract will be supervised and verified by the
Round Rock Police Department designee noted below.
Tim Ryle at 512- 218 -5520
6. INVOICING: Contractor shall submit one original and one copy of each invoice on a monthly basis to the
following address:
City of Round Rock
Finance Department
221 East Main Street
Round Rock, TX78664 -5299
Page 3 of 5
SPECIFICATION NO.
00- 954 -20
REVISED: JULY 2000
SPECIFICATION NO.
00- 954 -20
REVISED: JULY 2000
7. POMPT PAYMENT POLICY: Payments will be made within thirty days after the city receives the supplies,
materials, equipment, or the day on which the performance of services was completed or the day on which the City
receives a correct invoice for the supplies, materials, equipment or services, whichever is later. The Contractor may
charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in
accordance with this prompt payment policy; however, this policy does not apply to payments made by the City in
the event:
7.1. There is a bona fide dispute between the City and Contractor concerning the supplies, materials, services or
equipment delivered or the services performed that causes the payment to be late; or
7.2. The terms of a federal contract, grant, regulation, or statute prevent the City from making a timely payment
with Federal Funds; or
7.3. The is a bona fide dispute between the Contractor and a subcontractor or between a subcontractor and its
suppliers concerning supplies, material, or equipment delivered or the services performed which caused the
payment to be late; or
7.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or
contract or other such contractual agreement.
S. OVERCHARGES: Contractor hereby assigns to purchaser any and all claims for overcharges associated with this
contract which arise under the antitrust laws of the Untied States, 15 USGA Section 1 et seq., and which arise under
the antitrust laws of the State of Texas, Bus. and Corn. Code, Section 15.01, et semc.
Page 4 of 5
Attachment "A"
SPECIFICATION NO.
00- 954 -20
REVISED: JULY 2000
DRY CLEANED UNIFORMS:
The uniforms identified for dry cleaning services are worn by the City of Round Rock Police Department. Current uniforms
consist of 45% Worsted wool and 55% Dacron polyester. These uniforms consist of the following:
• 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.
• 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.
• Trousers, split seam, dress style with permanent silicone creases.
LAUNDRY UNIFORMS:
The uniforms identified for laundry service are wom by the City of Round Rock Police K -9 Department officers. These
shirts and trousers consist of 35% Cotton Blend and 65% polyester. These uniforms consist of the following:
• Short sleeved shirts, BDU type with no crease in sleeves.
• Trousers, BDU type with creases down center of each trouser leg.
LAUNDRY OPTIONS:
Laundry shall be provided exactly as specified for dry cleaning in Part II, section 2 of this specification. Bid sheet shall
designate option requested for this bid.
OPTION #1: Cold Water and Light Starch
OPTION #2: Warm Water and Light Starch
OPTION #3: Hot Water and Light Starch
OPTION #4: Cold Water and Medium Starch
OPTION #5: Wann Water and Medium Starch
OPTION #6: Hot Water and Medium Starch
OPTION #7: Cold Water and Heavy Starch
OPTION #8: Warm Water and Heavy Starch
OPTION #9: Hot Water and Heavy Starch
Page 5 of 5
DATE: November 3, 2000
SUBJECT: City Council Meeting — November 9, 2000
ITEM: 10.A.1. Consider a resolution authorizing the Mayor to execute an Annual
Service Agreement for Uniform Cleaning Services with X -Press
Cleaners & Alterations, Inc. for dry cleaning and laundering of
police uniforms.
Resource: Paul Conner/Dwayne Roberts
History: Since the department adopted the navy blue uniform this spring, it has required
that uniforms be dry- cleaned (versus home - laundered) to maintain their
appearance. This contract is the result of a request- for - proposals process.
Funding: The Finance Department has approved the expenditure.
Cost: The contract is based on a per - uniform -piece cost. Based on an average of two
uniforms cleaned per week per officer, uniform cleaning is expected t cost the
Department approximately $31,000 in fiscal 2000 -2001, and it is a budgeted
expense.
Source of funds: General Fund
Outside Resources: N/A
Impact: The contract will allow the appearance of police uniforms to be maintained.
Benefit: The contract will allow the appearance of police uniforms to be maintained.
Public Comment: N/A
Sponsor: N/A
Mayor
Nyle Maxwell
Mayor Pro -tem
Tom Nielson
Council Members
Alan McGraw
Carrie Pirt
Scot Knight
Isabel Gallahan
Gary Coe
City Manager
Robert L Bennetr, Jr.
City Attorney
Stephan I. Sheets
ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY.
Mr. Lee Stooksberry
X -Press Cleaners and Alterations
1216 Palm Valley Blvd
Round Rock, TX 78664
Dear Mr. Stooksberry:
October 8, 2002
RE: Mu!ti -Year Contract for
Uniform Cleaning Services
This letter is notification that the contract referenced above will expire in November of
this year.
By signatures affixed below the Contractor agrees to extend the initial contract an
additional twelve -month period with no changes in price, terms and conditions.
City of
Round Rock X -Press Cleaners -n. Alterations
e Lllil,t/YttiNkti _. gill .e.i.4
Christine Martinez, City Sec Lary Authorize. Representative
Date: /0 Name: L. $te.b lDe{ /y
Title: £ i- y 5zeieeTA2y
Date: /O -/7 - 0 A ,
Please sign all three originals and return all copies at your earliest convenience, but no
later than October 31' A signed original will be forwarded to you for your records.
CMB /s
Cc: Ann Morrow - Police
file
- /CC7I
Please feel free to contact me at (512) 218 -5457 with any questions.
Carolyn Brooks, CPPB
Purchaser
(512) 218-5457
CITY OF ROUND ROCK zzi East Main Street • Round Rock, Texas 78664
Phone: 512_218.540o • Fax: 512.218.7°97 • Voice. t_800.735_2988 • i.800.735_2989 TDD • www.ci.round- rocktx,us
j 11 lrr
CITY OF ROUND ROCK
�� iieI
Mayor
Robert A. Slluka, Jr
Mayor Pro-tem
Earl M. Hairston
Council Members
Tom Nielson
Carrie Pin
Earl Palmer
Isabel Callahan
Jimmy Joseph
City Manager
Robert L. Bennett, Jr.
City Attorney
Stephan L Sheets
November 16, 2000
Mr. Lee Stooksberry
X -Press Cleaners & Alterations, Inc.
1216 Palm Valley Boulevard
Round Rock, Texas 78664
Dear Mr. Stooksberry:
221 East Main Street
Round Rock, Texas 78664
512 -218 -5400
The Round Rock City Council approved Resolution No. R- 00- 11- 09- 10A1at their
regularly scheduled meeting on November 9, 2000. This resolution approves the
Annual Service Agreement for Uniform Cleaning Services.
Enclosed is a copy of the resolution and agreement for your files. If you have any
questions, please do not hesitate to contact Captain Tim Ryle at 218 -5520.
Sincerely,
Joanne Land
Assistant City Manager/
City Secretary
Enclosures
Fax 512. 218 -7097
1 -800- 735 -2989 TDD 1- 800 -735 -2988 Voice
www.ci.round- rock.tx.us
0 , �' CITY OF ROUND ROCK
Mayor
Robert A. Stlakn, Jr.
Mayor Pro -tem
Tom Nielson
Council Members
Alan McGraw
Carrie Pia
Earl Palmer
Isabel Gallahan
Gary Coe
City Manager
Robert L. Bennett, Jr
City Attorney
Stephan L. Sheets
Mr. Lee Stooksberry
X -Press Cleaners and Alterations
1216 Palm Valley Blvd
Round Rock, TX 78664
Dear Mr. Stooksberry:
This letter is notification that the contract referenced above will expire November
9, 2001.
By signatures affixed below the Contractor agrees to extend the initial contract an
additional twelve -month period with no changes in price, terms and conditions.
-ners - d i erations ity Secretary ( 'uthorizes 'epresentative,
Date l� - d�-Q f Name: �c°� fioD�S beefy
Title: e Ak
Date: 1Q ° =0
Please sign all three originals and return all copies at your earliest convenience,
but no later than October 31,2001. A signed original will be forwarded to you
before November 9, 2001.
City of Round Rock
Please feel free to contact me at (512) 218 -5457 with any questions.
CMB /s
Cc: file
Fax: 512 -218 -7097 1-800- 735 -2989 TDD
www.ci.round-rock.tx.us
X - Cle
October 10, 2001
RE: Multi -Year Contract for
Uniform Cieaning Services
Carolyn Brooks, CPPB
Purchaser
(512) 218 5457
221 East Main Street
Round Rock, Texas 78664
512- 218 -5400
1800- 735 -2988 Voice