Loading...
CM-06-01-011Request for City Council/City Manager Action City Council It d City Manager Submit completed form for all City Manager and City Council approvals. Department Name: Finance Contact Person: NoeIle Jones/Cheryl Delaney Project Manager/Resource: Howard Baker Project Coordinator: Assigned Attorney: Steve Sheets Council or City Manager Agenda Date: City Manager January 2006 Blue Sheet Wording Project Name: Auctioneer Services ContractorNendor: Funding Source: Amount: For Administration Use ONLY Tag # -cite Documents Received: Return to: DI-(�(1 Return date: CC: Lynn Olsen Gaston Sheehan Auctioneers, Inc General and Utility Operating Funds approx $7000 per year Consider a resolution authorizing the City Manager to execute an agreement with Gaston Sheehan Auctioneers, Inc. for auctioning services. Finance Information Is Funding Required? 0 Cl Finance Approval El Finance Finance D Purchasing EJBudget Yes No Initial Construction Contract Construction Contract Amendment Change Order Change in Quantity Unforeseen Circumstances Initial Professional Services Agreement Supplemental Professional Svcs. Agr. # Purchasing/Service Agreement Purchase Order Item(s) to be purchased: Amount Other (Please clearly identify action on lines below) 5- year Agreement with Gaston Sheehan with two 12 -month extensions n/a L. Olsen Howard Baker Date Date Date Date 1/18/2006 1/18/2006 For Submission to City Manager Only Project Mgr. Signature: Dept. Director Signature: City Attorney Signature*: City Manager Signature: Date: f-26-lam'LP Le •al Ap roval is required for all items requesting City Manager's approval. BLUE SHEET FORMAT DATE: January 17, 2006 SUBJECT: City Manager Meeting - January 20, 2006 ITEM: Consider a resolution authorizing the City Manager to execute an agreement with Gaston Sheehan Auctioneers, Inc. for auctioning services. Department: Finance Staff Person: Cindy Demers, Director of Finance Justification: The City solicited for auction services for the City's surplus, salvaged, seized and abandoned property. In previous years, the City has had at least two auctions per year. The revenue received and the auctioning services cost vary depending on the items available for auction. The agreement is a five-year agreement with two 12 -month extension options. Funding: Cost: approximately $7000 per year Source of funds: General and Utility Operating Budgets Outside Resources: N/A Background Information: Gaston Sheehan has provided auction services for the City for the last 5 years. The vendor is a local professional with 150 combined years experience. The vendor provides competitive pricing and has a facility to accommodate the City's needs. Public Comment: Blue Sheet Format Updated 01/20/04 VENDOR VENDOR DELIVERY: DELIVERY: TOTAL: $0.00 TOTAL: $n nn ►c w x Ili 42 **Fee applies to only item #1 a a) ,c a) s.4. w 0 VENDOR DELIVERY: TOTAL: $0.00 Extended 0 VENDOR DELIVERY: TOTAL: $0.00 Extended VENDOR GASTON & SHEEHAN DELIVERY: TOTAL: $0.00 Extended o '0 N N r Lo.ti 00 6 a o BID TAB BID NUMBER: 05-037 BID OPENING: 9.20.05 3:PM AUCTION SERVICES CI N E 0 AUCTION SRVC FEE FOR SURPLUS ETC. VEH & HW EQUIP > $1K VEH & HVY EQUIP $1K - 2.5K VEH & EQUIP 2,501 - $5K VEH & EQUIP OVER $5K FEES TO MOVE/HAUL TO SALES FACILIT7Y E v CITY OF ROUND ROCK AGREEMENT FOR AUCTIONEERING SERVICES WITH GASTON & SHEEHAN AUCTIONEERS, INC. This Agreement (hereinafter referred to as the "Agreement") is made 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 (hereinafter referred to as the "City") and GASTON & SHEEHAN AUCTIONEERS, INC., a Texas corporation, whose offices are located at 1420 Highway 685, Post Office Box 856, Pflugerville, Texas 78691 (hereinafter referred to as the "Vendor"). This Agreement supersedes and replaces any previous agreement between the named parties, whether oral or written, and whether or not established by custom and practice. RECITALS: WHEREAS, City has determined that there is a need for auctioneering services for surplus, salvaged, seized, and abandoned property, and heavy equipment and vehicles; and WHEREAS, City has issued its "Invitation to Bid" for the provision of such services, and City has selected the bid submitted by Vendor; 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, the receipt and sufficiency of which are hereby acknowledged, the parties mutually agree as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City is obligated to buy specified goods and/or services and Vendor is obligated to sell specified goods and/or services. The Agreement includes the following: (a) City's Invitation for Bid designated as IFB 05-037, Specification Number 99-962-06-01 revised August 2005; (b) Vendor's Response to IFB; (c) the contract award; and (d) any exhibits, addenda, and/or amendments. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) Purchaser's Response to IFB; (3) City's Invitation for Bids, exhibits, and attachments. 00093036/jkg -�' -OI • oIt 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 mean the specified supplies, materials, commodities, or equipment. F. Services means work performed to meet a demand; and the furnishing of labor, time, or effort by the Vendor involving delivery of any specified end product or service. G. Vendor means Gaston & Sheehan Auctioneers, Inc., or any successors or assigns. 2.01 EFFECTIVE DATE, INITIAL TERM, AND ALLOWABLE RENEWALS A. This Agreement shall be effective on the date it has been signed by both parties hereto, and shall remain in full force and effect unless and until it expires by operation of the term stated herein, or until terminated or extended as provided herein. B. The term of this Agreement shall be for five (5) consecutive twelve (12) month periods from the effective date hereof. Prices shall be firm for the duration of the agreement, except as provided for herein. This Agreement may be renewed for two (2) additional periods not to exceed twelve (12) months for each renewal, only upon the express written agreement of both parties and only provided Vendor has performed each and every contractual obligation specified in this Agreement. C. City reserves the right to review Vendor's performance at any time during the initial agreement or any renewal period, and may elect to terminate this Agreement with or without cause or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Vendor as the integrator of choice to supply the goods as outlined in IFB 05-037, Specification Number 99-962-06-01 revised August 2005, and Response to IFB submitted by Vendor, all as specified in Exhibit "A" attached hereto and made a part hereof for all purposes. 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 its Response to the IFB. 2 The goods and services which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are as fully a part of this Agreement as if repeated herein in full. 4.01 ITEMS AWARDED All bid items on Exhibit "A" are awarded to Vendor. 5.01 COSTS Bid costs listed on Exhibit "A" shall be the basis of any charges collected by Vendor. 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Vendor; B. Purchase Order Number; C. Description and quantity of items received; and D. Delivery dates. 7.01 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 Vendor a written notice of termination at the end of its then -current fiscal year. 8.01 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 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. Vendor may charge a late fee of one percent (1%) for payments not made in accordance with this Prompt Payment Policy; however, this Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Vendor concerning the supplies, materials, or equipment delivered or the services performed which causes the 3 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 any of the parties and subcontractors or between a subcontractor and its suppliers concerning supplies, materials, or equipment delivered or the services performed which 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. 9.01 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without liability to Vendor if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Vendor or its agents or representatives 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. 10.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 11.01 ORDERS PLACED WITH ALTERNATE VENDORS If Vendor cannot provide the goods as specified, City reserves the right and option to obtain the products from other suppliers or sources. 12.01 INSURANCE Vendor shall meet all requirements as stated in the attached IFB 05-037 and in Vendor's Response to the IFB. 13.01 CITY'S REPRESENTATIVE City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: Carolyn Brooks, CPPB City of Round Rock Purchasing Department Round Rock, Texas 78664 512-218-5457 4 14.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 15.01 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Vendor 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. Vendor 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. 16.01 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 Vendor. B. In the event of any default by Vendor, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Vendor. C. Vendor has the right to terminate this Agreement for cause, that being in the event of a material and substantial breach by City, by providing City with one hundred twenty (120) days' written notice prior to termination of the Agreement; and in the event of such written notice of termination, Vendor shall continue services for a period of time not to exceed one hundred twenty (120) days after written notification. Termination under this subsection (C) of Section 16.01 shall not relieve Vendor of any obligation or liability that has occurred prior to cancellation. 5 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 Vendor, Vendor 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, Vendor shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Vendor that portion of the charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 17.01 INDEMNIFICATION Vendor 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 Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor'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 Vendor (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 18.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES Vendor, 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. 19.01 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. 20.01 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. 6 Notice to Vendor: Robert J. Sheehan Gaston & Sheehan Auctioneers, Inc. Post Office Box 856 Pflugerville, TX 78691 Notice to City: Assistant City Manager 221 East Main Street Round Rock, TX 78664 Stephen L. Sheets, City Attorney AND TO: 309 East Main Street Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 21.01 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. 22.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing. 23.01 DISPUTE RESOLUTION If a dispute or claim arises under this Agreement, the parties agree to first try to resolve the dispute or claim by appropriate internal means, including referral to each party's senior management. If the parties cannot reach a mutually satisfactory resolution, then and in that event any such dispute or claim will be sought to be resolved with the help of a mutually selected mediator. If the parties cannot agree on a mediator, City and Vendor shall each select a mediator and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney fees, associated with the mediation shall be shared equally by the parties. City and Vendor 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. 7 24.01 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. 25.01 MISCELLANEOUS PROVISIONS Standard of Care. Vendor 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. Vendor understands and agrees that time is of the essence and that any failure of Vendor to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Vendor 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 Vendor'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 Vendor shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. City of Round Rock, Texas By: Gaston & Sheehan A ion e s, In By. Kyle` axwell, Mayor Title: to ` igned: ) -AD- Gc Date Signed: 8 By: Christine R. Martinez, City Secretary For City, s roved as to Farm: : e By: L. Stephan . Sheets, City Attorney 9 1 INVITATION FOR BID (IFB) gg CITY OF ROUND ROCK PURCHASING OFFICE D 221 E. Main Street Round Rock, Texas 78664-5299 BIDS ARE DUE TO THE PURCHASING OFFICE AT THE ABOVE ADDRESS BEFORE BID OPENING TIME. INVOICE TO: City of Round Rock Accounts Payable 221 East Main Street Round Rock, Texas 78664-5299 BID F.O.B. DESTINATION, FREIGHT PREPAID AND ALLOWED UNLESS OTHERWISE SPECIFIED BELOW DESTINATION : FACSIMILE RESPONSES SHALL NOT BE ACCEPTED SHOW BID OPENING DATE S. BID NUMBER IN LOWER LEFT HAND CORNER OF SEALED BIO ENVELOPE & SHOW RETURN ADDRESS OF BIDDING FIRM. EXHIBIT IAn BIDDING INFORMATION: L AUCTION SERVICES BID NUMBER 05-037 OPENING DATE: 9/20/2005 at 3:00 P.M. BID LOCATION: 221 E. Main Street, Council Chambers, Round Rock, TX 778664 RETURN SIGNED ORIGINAL AND ONE COPY OF BID BIDDER SHALL SIGN BELOW Failure to sign bid will uthorized Signature e R Li/ Date Michelle T. ShPPhan 0/05 See 1.7 of Bidding Instructions on page 3 TAX IDNo.: 75-2221529 LEGAL BUSINESS NAME: Gaston & Sheehan Auctioneers, Inc ADDRESS: P.O. Box 856, Pflugerville, TX 78691 ADDRESS: 1420 Hwy 685, Pflugerville, TX 78660 CONTACT: Robert J . Sheehan TELEPHONE NO.: (512) 251-2780 or 251-3002 BUSINESS ENTITY TYPE: Auction / Real Estate / Storage "By the signature hereon affixed, the bidder hereby certifies that neither the bidder nor the entity represented by the bidder, 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 bid made to any competitor or any other person engaged in such line of business." Bidder agrees to comply with all conditions set forth below in this IFB. This is for a five year agreement with two 12 -month renewal options for Auctioning Services in accordance 962-06-01, revised 8-2005 (12 pgs) with Spec Auctioneer's fee shall be stated in terms of percentage of gross sales. ITEM # CLASS & ITEM DESCRIPTION 962-09 % UNIT UNIT PRICE 1 Auctioneer service fee for surplus, slavaged, siezed, abandoned property auctioned at Auctioneer's site. 25%. Auctioneer service fee for vehicles and heavy equipment auctioned at Auctioneer's site per unit sold: 2 Vehicles & heavy equipment under $1,000. 12% 3 Vehicles & heavy equipment $1,000. - $2,500. 10.5% 4 Vehicles & heavy equipment $2,501. - $5,000. 9 . 75% 5 Vehicles & heavy equipment over $5,000. 9. 5% **6 Fee for move/haul to sales facility. % of gross sales 10% For evaluation purposes, please provide the following: Auctioneer Name: Robert J.. "Sheehan Address P.O. Box 856, Pflugerville, TX Auctioneer License No.: TX 6497 Telephone Number: (512) 750-0305 or 251-2780 Location of Storage Facilities: 1701 Pfenniq, Pflugerville, TX Facilities shall accommodate 5 0 0 people/buyers Square footage of secured storage area:3 acres & 6, 0(10 sq Et Outside inside **Fee GRAND TOTAL applies to only item #1, DELIVERY IN moving vehicles. 1 of 3 ification No. 99 - EXTENSION AYS REFERENCE SHEET Please Complete and Return This Form with the Solicitation Response SOLICITATION NUMBER: IFB 05-037 - AUCTION SERVICES BIDDER'S NAME: Gaston & Sheehan AuctiorDATE: 9/20/05 Provide the name, address, telephone number and point of contract of at least three firms that have utilized similar service for at least 2 year. References may be checked prior to award. Any negative responses received may result in disqualification of bid. 1. Company's Name Name of Contact Title of Contact Present Address City, State, Zip Code Telephone Number 2. Company's Name Name of Contact Title of Contact Present Address City, State, Zip Code Telephone Number 3. Company's Name Name of Contact Title of Contact Present Address City, State, Zip Code Telephone Number 4. Company's Name Name of Contact Title of Contact Present Address City, State, Zip Code Telephone Number 5. Company's Name Name of Contact Title of Contact Present Address City, State, Zip Code Telephone Number Travis County Ron Dube Purchasing Agent 314 W. llth Street, Room #400 Austin, TX 78701 ( 512) 854-6458 City of Austin Fax Number (512 ) 854-9185 Sam Dominguez Material Control Manager P.O. Box 1088 Austin, TX 78767 (512 ) 974-1721 Williamson County Fax Number (512 ) 974-1719 Patti Collins Fleet Manager 3151 SE Inner Loop Georgetown, TX 78626 (512 ) 943-3373 Fax Number ( 512 ) 930-0280 City of Austin Tami Bircher Senior Administrative Assistant 220 Ralph Ablanedo Austin, TX 78745 (512 ) 280-0075 Fax Number (512) 291-9746 Pflugerville Police Department Chief of Police Chuck Hooker P.O. Box 679 Pflugerville, TX 78691 (512) 251-4004 Fax Number ( 512 ) 251-0883 FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSERATION FROM AWARD. Reference Sheet Page 3 of 3 Dated: 05//2005 CITY OF ROUND ROCK PURCHASING OFFICE 221 EAST MAIN STREET ROUND ROCK, TX 78664-5299 INVITATION FOR BID (IFB) AUCTION SERVICES — SURPLUS, SALVAGED, SEIZED AND ABANDONED PROPERTY, HEAVY EQUIPMENT AND VEHICLES IFB # 05-037 SUBMITTED SEPTEMBER 20, 2005 BY MR. ROBERT J. SHEEHAN GASTON & SHEEHAN AUCTIONEERS, INC. P.O. BOX 856 PFLUGERVILLE, TEXAS 78691-0856 (512) 251-2780 * FAX (512) 990-2900 E-MAIL: auction@txauction.com WEBSITE: www.txauction.com FEDERAL I.D.: 75-2221529 MICHELLE T. SHEEHA , C.E.O. AUCTIONEERS September 19, 2005 APPRAISERS 944tot & S edapt, P.O. Box 856 Pflugerville, TX 78691-0856 (512) 251-2780 * Fax (512) 990-2900 E-mail: auction@txauction.com Ms. Carolyn Brooks City of Round Rock Purchasing Office 221 East Main Street Round Rock, TX 78664-5299 Dear Ms. Brooks: LIQUIDATORS Gaston & Sheehan Auctioneers, Inc. would like to take this opportunity to submit a proposal to provide auctioneer services to include surplus, salvage, seized and abandoned property, heavy equipment and vehicles. This service will be provided on an as needed basis at our Pflugerville sale facility. Our firm fully understands the scope of services required and has vast experience with contracts of this nature. We will provide auctioning services to the City of Round Rock in a manner far beyond the basic bid requirements as set forth in the IFB. It is our intention to include city property, vehicles and equipment in our regularly scheduled police, city and county auction in order to optimize prices realized. These sales are conducted on a Saturday and consistently draw large crowds. Gaston & Sheehan Auctioneers, Inc. is the largest multi purpose auction firm in the Central Texas area. The firm conducts over 150 auctions each year with gross sales of approximately $5,000,000 per year. The staff is highly trained in the auction method and represents over 150 years of auction experience. We know the product we sell, the market value of that product and the potential buyers. We consistently increase our client's recovery value. If our competitor charges a commission fee of eight percent and sells an item for one thousand dollars and Gaston & Sheehan charges ten percent and sells an item for one thousand dollars, as a seller, which firm would you prefer? We have the experience and knowledge to perform this contract in a manner second to none. We appreciate the opportunity to submit a proposal and look forward to a rewarding business relationship. Sincerely, Michelle T. Sheehan GASTON & SHEEHAN AUCTIONEERS, INC. PROPOSAL Gaston & Sheehan Auctioneers, Inc. propose to conduct auctions for the City of Round Rock on an as needed basis, at the Gaston & Sheehan Auction Facility, 1420 Hwy 685, Pflugerville, Texas. These sales will be conducted to liquidate city surplus, salvaged, seized and abandoned property, equipment and vehicles. These items will sell in conjunction with our regularly scheduled Saturday auctions or on an agreed upon date. The Gaston & Sheehan auction methodology is a well-planned schedule of chronological events designed to assure large attendance and to maximize prices realized. The schedule for the City of Round Rock auctions will be as follows: 1. Gaston & Sheehan Auctioneers, Inc. will inventory and pick-up property from the city offices upon notification from the Purchasing Agent. Items will be transported to Pflugerville location, placed in secured storage until released for auction. Gaston & Sheehan transports will be utilized to relocate the city vehicles. Southside Wrecker Service will be subcontracted to move any heavy equipment. Vehicle identification numbers, years and mileage will be checked and verified. 2. Upon release for auction, items will be lotted, tagged and physically arranged in such a manner as to expedite the sale and optimize the competitive psychology inherent in a properly promoted auction environment. Vehicles will be cleaned and made ready for sale. Gaston & Sheehan will make every effort to insure that vehicles are in running condition prior to sale. 3. Qualified auction personnel will be available to assist in the preview of items on the day prior and day of the auction. Gaston & Sheehan employees will start vehicles at the previews. Catalogs will be published and distributed as a courtesy of the Auctioneers. 4. Auction brochures will be published, mailed and emailed not later than ten days before the sale date. The brochures will be sent to prospective bidders on the Auctioneers mail list as well as anyone requested by city. It is anticipated that approximately 4,500 brochures will be mailed. 5. Newspaper advertising will commence two weeks before the sale date. Advertising will be placed in the Austin American Statesman and San Antonio Express News. Auction notice and pictures will also be posted on the Gaston & Sheehan website at www.txauction.com and e-mailed out to prospective bidders on the Auctioneers e-mail list. All advertising will include "Terms and Conditions of Sale" 6. Buyer registration will commence at the previews and all day, sale day. Each buyer will be required to show proper identification in order to register and get a "Bidders" number. Terms will be Cash, Cashier's Check, Personal or Company Check with a Bank Letter of Guarantee. Cash buyers will be required to make a refundable cash deposit at the time of registration. If the buyer is tax exempt the proper Tax - Exempt or Tax Resale numbers will be required. 7. Gaston & Sheehan Auctioneers will provide all sound equipment and personnel, including professional Licensed Auctioneers, Clerk, Ringmen, Registration and Cashier personnel and Checkout staff. 8. Each auction will be digitally recorded to handle any issues and the recordings will be stored at Gaston & Sheehan's offices. 9. Gaston & Sheehan Auctioneers will supply the City of Round Rock with three copies of a written statement indicating all revenue, (total amount of sales collected), sales tax due and grand total plus all proceeds due for entire auction. A list, in lot number order showing the buyer, description of the items sold, quantity of each lot, amount paid for each item and amount paid for each lot will also be provided. COMPANY BACKGROUND Gaston and Sheehan Auctioneers were founded in April of 1988 through a merging of the partners' operating businesses and years of experience. The company was formed to be a leading multi -facet auction company capable of responding to the growing demand for auction services throughout the State of Texas. Since the inception of our company, our goal has been to provide businesses and consumers of the Southwest with an auction service second to none. Gaston & Sheehan Auctioneers, Inc. is a family-owned business committed to providing the U.S. Marshals Service, Travis County, Internal Revenue Service, City of Austin, Federal Deposit Insurance Corporation, U.S. Bankruptcy Court, and our other customers with the experience and dedication required by this solicitation. Our Austin facility is located at 1420 Hwy 685, Pflugerville, Texas. This location is in Travis County approximately five miles East of IH -35. This facility offers a 6,000 sq ft building, has five acres of fenced storage and eight full time employees. The outside storage area has security lighting to cover the fenced area. The entire area is surrounded with chain link fence topped with barbed wire. We feel this location offers our clients the finest auction facility in the Central Texas area. It provides ample in -door and out -door storage space, security, auction area and sufficient customer parking. Clients such as the Internal Revenue Service and U.S. Customs Service currently store vehicles at this facility. This location has functioned as an on going auction business since 1982. Major auctions are conducted at this facility every 30 days. Gaston and Sheehan's leadership team brings experience and expertise unequalled in the auction profession. We are a Woman — Owned, Small Business Concern. Michelle Sheehan, President, CEO and majority shareholder of Gaston & Sheehan is licensed by the State of Texas as an Auctioneer -and Real Estate Broker. In 1982 she entered the auction business with her husband, Bob Sheehan, also a licensed auctioneer. Since this time she has contributed to all operational activities of the business. Her responsibilities have ranged from computer operations to modeling full-length mink coats in 100 -degree heat at a U.S. Marshals auction in Floresville, Texas. Ms. Sheehan has 18 years of experience in government and commercial auction sales of vehicles, equipment, jewelry, real estate, fine art and general merchandise. She is familiar with every aspect of the auction business from setup and advertising to final sale settlement. Bob Sheehan, Secretary Treasurer, has been a licensed auctioneer since 1982 and holds a BS degree from the University of Massachusetts and a Masters Degree in Management from Frostburg State College, Frostburg, Maryland. Mr. Sheehan is a Vietnam Era veteran, who served in the United States Army for six years. While in the military, he served as a Company Commander, Management Analyst, and Comptroller of a medical research facility. Upon his departure from the military, Mr. Sheehan had attained the Rank of Captain in the Medical Service Corps. Mr. Sheehan has operated a very successful auction business in the Central Texas area providing auction services since 1985. He has established a reputation beyond reproach with the U.S. Marshals Service, Federal Deposit Insurance Corporation, Internal Revenue Service and other local lending institutions throughout Texas. The principals have leveraged their integrity, management experience and auction "savvy" to build one of the most successful auction firms in Texas. Since Gaston & Sheehan's inception, it has diversified into functional areas that compliment and support its core auction business. Gaston & Sheehan currently conducts sales throughout the state of Texas. While auctions are our primary sales method, the company also provides appraisals, property management and brokering merchandise. For this reason, the company "knows" the value of merchandise, a sometimes forgotten ingredient in any successful auction. It is in this area that our firm excels. Selling thousands of merchandise lots since 1988, we have acquired a reputation for getting "top -dollar" for merchandise. In addition to fleet vehicles, we have also been involved in the auctioning of late model, high performance and exotic vehicles. We believe our best advertisement has been our satisfied customers (both buyers and sellers) who consistently utilize our auction service. Our firm is capable of handling any size sale from a single piece of real estate to a multi day auction with 1,000 to 1,500 lots per day with two auction rings working simultaneously. In addition to traditional live auction sales, walk through video, slide presentation and interne auctions have all been planned and conducted. Gaston & Sheehan Auctioneer's management team possesses over 150 years of business acumen with over 150 years of involvement in the auction arena. We feel our staff is second to none in experience and sale management. It has planned, organized, and conducted over 100 varied auctions each year; each producing customer satisfaction and maximum dollar recovery. We enjoy a fine reputation in the crucial areas of integrity, reliability, and competence. Our financial base is extremely sound, with funds available for major construction and/or expansion of facilities. Our credit rating is superior and funds are available for any type of auction endeavor. Our business experience permits our firm to furnish a broad base service, enabling us to liquidate at auction a single piece of real estate or an entire hotel/restaurant complex covering three city blocks. Our firm presently carries $1,000,000 in liability insurance for on site sales. These limits can easily be increased to comply with contract specifications. In addition, we have Worker's Compensation and Garage Keepers Liability Policy that insures all store or consigned vehicles while in our possession. The following individuals will be directly responsible for providing services as outlined in this proposal: Michelle Sheehan / 20 Years Experience Robert J. Sheehan / 20 Years Experience Ryan Sheehan / 10 Years Experience Lisa Rzepniewski / 10 Years Experience License 12508 License 6497 License 10571 License 10124 CITY OF ROUND ROCK SPECIFICATION NO. 99-962-06-01 REVISED: AUG. 2005 AUCTIONING SERVICES PART I GENERAL 1. PURPOSE: The City seeks to establish a multiple year Agreement with a responsible bidder that has the means and ability to provide auctioning services for the disposal of surplus, seized and abandoned property throughout the Agreement year and any extensions. 2. DEFINITIONS: The following definitions will be used for identified terms throughout the specification and bid document: 2.1. Agreement — A mutually binding legal document obligating the Vendor to furnish the goods, equipment or services, and obligating the City to pay for it. 2.2. Bidder — Identified in Part II, paragraph 12 shall describe persons and entities that have registered to attend the auction for the purpose of purchasing property. 2.3. Bidder identified throughout this specification shall describe persons and entities that consider themselves qualified to provide the goods, equipment or services. 2.4. Buyer — Identifies a registered person or entities that has purchased item(s) at an auction. 2.5. City — Identifies the City of Round Rock, Travis and Williamson Counties, Texas. 2.6. Goods represent materials, supplies, commodities and equipment. 2.7. Purchase Order - is an order placed by the Purchasing Office for the purchase of Goods or Services written on the City's standard Purchase Order form and which, when accepted by the Bidder, becomes an Agreement. The Purchase Order is the Bidder's authority to deliver and invoice the City for Goods or Services specified, and the City's commitment to accept the Goods or Services for an agreed upon price. 2.8. Services - work performed to meet a demand. The furnishing of labor, time, or effort by the vendor and their ability to comply with promised delivery dates, specification and technical assistance specified. 2.9. Subcontractor - Any person or business enterprise providing goods, labor, and/or services to a Vendor if such goods, equipment, labor, and/or services are procured or used in fulfillment of the Vendor's obligations arising from a Agreement with the City. 2.10. Vendor — (Sometimes referred to as Contractor) A person or business enterprise providing goods, equipment, labor and/or services to the City as fulfillment of obligations arising from a contract or purchase order. 3. CLARIFICATION: For clarification of specifications, bidders may contact: Carolyn Brooks Purchaser City of Round Rock Telephone: 512-218-5457 The individual listed above may be contacted by telephone or visited for clarification of the specifications only. No authority is intended or implied that specifications may be amended or alterations accepted prior to bid opening without written approval of the City of Round Rock through the Purchasing Division. Page 1 of 12 SPECIFICATION NO. 99-962-06-01 REVISED: AUG. 2005 PART 1I GENERAL TERMS AND CONDITIONS 1. BID EVALUATION: All bids received shall be evaluated based on the best value for the City. Best value will be determined by considering all or part of the criteria listed, as well as any relevant criteria specifically listed in the solicitation. 1.1. Bid price 1.2. Reputation of the bidder and of bidder's goods and services. 1.3. The quality of the bidder's goods or services. 1.4. The extent to which the goods or services meet the City's needs 1.5. Bidder's past relationship with the City. All vendors will be evaluated on their past performance and prior dealings with the City to include, but not limited to, failure to meet specifications, poor quality, poor workmanship, late delivery. 1.6. The total Tong -term cost to the Municipality to acquire the bidder's goods or services. The Vendor shall provide the facility(ies), labor and equipment necessary to perform the service. 2. 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 or Employee 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. 3. CONFIDENTIALITY OF CONTENT: Bids received are subject to release as public information unless the bid or specific parts of the bid can be shown to be exempt from the Texas Public Information Act. Bidders are advised to consult with their legal counsel regarding disclosure issues and take the appropriate precautions to safeguard trade secrets or any other proprietary information. The City assumes no obligation or responsibility for asserting legal arguments on behalf of potential Bidders. 3.1. If a Bidder believes that a bid or parts of a bid are confidential, then the Bidder shall so specify. The Bidder shall stamp in bold red letters the term "CONFIDENTIAL" on that part of the solicitation, which the Bidder believes to be confidential. Vague and general claims as to confidentiality shall not be accepted. All bids and parts of bids that are not marked as confidential will be automatically considered public information after the Agreement is awarded. 4. AGREEMENT: The term of the Agreement resulting from the solicitation may be for five consecutive 12 month periods of time from the effective date and shall remain in full force and effect unless and until it expires by operation of the term stated or until terminated or extended as provided herein. The City reserves the right to: 4.1. Renew Agreement for two (2) additional periods of time not to exceed twelve (12) months for each renewal provided both parties agree. 4.2. Review the following at the end of each twelve-month review period or renewal: 4.2.1. Vendor performance 4.2.2. Price 4.2.3. Continuing need 4.2.4. Advancements in technologies and or service 4.3. The City may terminate the Agreement with or without cause or may continue through the next twelve-month review or renewal period. Page 2 of 12 SPECIFICATION NO. 99-962-06-01 REVISED: AUG. 2005 5. PRICE: The contract price percentage bid for Auctioneer Services shall be firm for the duration of the contract or extension periods. No separate line item charges shall be permitted for either bidding or invoice purposes, which shall include equipment rental, demurrage, cost associated with obtaining permits or any other extraneous charges. 6. LABOR: The Vendor shall provide all labor and goods necessary to perform the project. The Vendor shall employee all personnel for work in accordance with the requirements set forth by the United States Department of Labor. 7. DAMAGE: The Vendor shall be responsible for damage to the City's equipment and/or property, the workplace and its contents by its work, negligence in work, its personnel and equipment. The Vendor shall be responsible and liable for the safety; injury and health of its working personnel while its employees are performing service work. 8. WORKPLACE: The City is committed to maintaining an alcohol and drug free workplace. Possession, use, or being under the influence of alcohol or controlled substances by Vendor, Vendor's employees, subcontractor(s) or subcontractor (s') employees while in the performance of the service is prohibited. Violation of this requirement shall constitute grounds for termination of the service. 9. NON -APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in question. The City may effect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. 10. CANCELLATION: The City reserves the right to cancel the Agreement without penalty by providing 30 days prior written notice to the other party. Vendor shall provide the City with 90 days written notice prior to cancellation of the Agreement and shall continue services for a period of time not to exceed 120 days after written notification. Termination under this paragraph shall not relieve the Vendor of any obligation or liability that has occurred prior to cancellation. NOTE: This Agreement is subject to cancellation, without penalty, at any time the City deems the vendor to be non-compliant with contractual obligations. 11. AGREEMENT ADMINISTRATOR: All work performed under this Agreement will be supervised and verified by the City representative(s) noted below. Carolyn Brooks at 512-218-5457 - 12. 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 contract, including without limitation, workers' compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When requested, the Vendor shall furnish the City with satisfactory proof of its compliance. 13. ABANDONMENT OR DEFAULT: A Vendor who abandons or defaults the work on the Agreement and causes the City to purchase the services elsewhere may be charged the difference in service if any and shall 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. 14. CODES, PERMITS AND LICENSES: The successful bidder shall comply with all National, State and Local standards, codes and ordinances and the terms and conditions of the services of other authorities that have jurisdiction pertaining to equipment and materials used and their application. None of the terms or provisions of the specification shall be construed as waiving any rules, regulations or requirements of these authorities. The successful bidder shall be responsible for Page 3 of 12 SPECIFICATION NO. 99-962-06-01 REVISED: AUG. 2005 obtaining all necessary permits, certificates and/or licenses to fulfill contractual obligations (City of Round Rock fees and costs will be waived). 15. RIGHT TO AUDIT: The City has the right to audit the Vendor's books and records pertaining to the service during the hours of the normal workday. 16. INDEMNITY: Vendor 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, attorney's fees and any and all other costs or fees incident to the performance of the resulting agreement and arising out of a willful or negligent act or omission of the Vendor, its officers, agents, servants and employees. 17. INSURANCE: The Vendor shall procure and maintain at its sole cost and expense for the duration of the Agreement or purchase order resulting from a response to this bid/Specification insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work as a result of this bid by the successful bidder, its agents, representatives, volunteers, employees or subcontractors. 17.1. Certificates of Insurance and endorsements shall be furnished to the City and approved by the City before work commences. 17.2. The following standard insurance policies shall be required: 17.2.1. General Liability Policy 17.2.2. Automobile Liability Policy 17.2.3. Worker's Compensation Policy 17.3. The following general requirements are applicable to all policies: 17.3.1. Only insurance companies licensed and admitted to do business in the State of Texas shall be accepted. 17.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per occurrence basis for property damage only. 17.3.3. Claims made policies shall not be accepted, except for Professional Liability Insurance. 17.3.4. Upon request, certified copies of all insurance policies shall be furnished to the City 17.3.5. Policies shall include, but not be limited to, the following minimum limits: 17.3.5.1. Minimum Bodily Injury Limits of $300,000.00 per occurrence. 17.3.5.1.1. Property Damage Insurance with minimum limits of $50,000.00 for each occurrence. 17.3.5.1.2. Automobile Liability Insurance for all owned, non -owned, and hired vehicles with minimum limits for Bodily Injury of $100,000.00 each person, and $300,000.00 for each occurrence, and Property Damage Minimum limits of $50,000.00 for each occurrence. 17.3.5.1.3. Statutory Worker's Compensation Insurance and minimum $100,000.00 Employers Liability Insurance. 17.3.6. Coverage shall be maintained for two years minimum after the termination of the Agreement. 17.4. The City shall be entitled, upon request, and without expense to receive copies of insurance policies and all endorsements thereto and may make reasonable request for deletion, revision, or modification of particular policy terms, conditions, limitations, or Page 4 of 12 SPECIFICATION NO. 99-962-06-01 REVISED: AUG. 2005 exclusions (except where policy provisions are established by law or regulation binding either of the parties hereto or the underwriter of any of such policies). Upon such request by the City, the Vendor shall exercise reasonable efforts to accomplish such changes in policy coverage and shall pay the cost thereof. All insurance and bonds shall meet the requirements of the bid specification and the insurance endorsements stated below. 17.5. Vendor agrees that with respect to the required insurance, all insurance Agreements and certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following provisions: 17.5.1. Provide for an additional insurance endorsement clause declaring the Vendor's insurance as primary. 17.5.2. Name the City and its officers, employees, and elected officials as additional insured's, (as the interest of each insured may appear) as to all applicable coverage. 17.5.3. Provide thirty days notice to the City of cancellation, non -renewal, or material changes 17.5.4. Remove all language on the certificate of insurance indicating: 17.5.4.1. That the insurance company or agent/broker shall endeavor to notify the City; and, 17.5.4.2. Failure to do so shall impose no obligation of liability of any kind upon the company, its agents, or representatives. 17.5.5. Provide for notice to the City at the addresses listed below by registered mail: 17.5.5.1. Vendor agrees to waive subrogation against the City, its officers, employees, and elected officials for injuries, including death, property damage, or any other loss to the extent same may be covered by the proceeds of insurance. 17.5.6. Provide that all provisions of this Agreement concerning liability, duty, and standard of care together with the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such obligations within applicable policies. 17.5.7. All copies of the Certificate of Insurance shall reference the project name, bid number or purchase order number for which the insurance is being supplied. 17.5.8. Vendor shall notify the City in the event of any change in coverage and shall give such notices not less than thirty days prior notice to the change, which notice shall be accomplished by a replacement Certificate of Insurance. 17.5.9. All notices shall be mailed to the City at the following addresses: Assistant City Manager City Attorney City of Round Rock City of Round Rock 221 East Main Street 309 East Main Street Round Rock, TX 78664-5299 Round Rock, TX 78664 17.6. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the Vendor shall not relieve the Vendor of full responsibility or liability for damages and accidents as set forth in the these requirements. Neither shall bankruptcy, insolvency, or denial of liability by the insurance company relieve the Vendor from liability. 17.7. If the Vendor employs, contracts with or otherwise permits any other individual or entity to perform any of the obligations of the Vendor, then any and all of these individual or entities shall be bound by the same insurance requirements as the successful bidder. 18. WORKERS COMPENSATION INSURANCE: Texas Labor Code, Section 406.098 requires workers' compensation insurance coverage for all persons providing services on building or construction projects for a governmental entity. Page 5 of 12 SPECIFICATION NO. 99-962-06-01 REVISED: AUG. 2005 18.1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 18.2. Duration of the project - includes the time from the beginning of the work on the project until the CONTRACTOR'S /person's work on the project has been completed and accepted by the OWNER. 18.3. Persons providing services on the project ("subcontractor") in Section 406.096 - includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the project, regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity, which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 18.4. The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the CONTRACTOR providing services on the project, for the duration of the project. 18.5. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the contract. 18.6. If the coverage period shown on the CONTRACTOR'S current certificate of coverage ends during the duration of the project, the CONTRACTOR must, prior to the end of the coverage period, file a new certificate of coverage with the OWNER showing that coverage has been extended. 18.7. The CONTRACTOR shall obtain from each person providing services on a project, and provide to the OWNER: 18.7.1. a certificate of coverage, prior to that person beginning work on the project, so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the project; and 18.7.2. no later than seven calendar days after receipt by the CONTRACTOR, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 18.8. The CONTRACTOR shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 18.9. The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery, within 10 calendar days after the CONTRACTOR knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. 18.10. The CONTRACTOR shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report Zack of coverage. 18.11. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project, to: Page 6 of 12 SPECIFICATION NO. 99-962-06-01 REVISED: AUG. 2005 18.11.1. and filing of any coverage agreements, that meets the statutory provide coverage, based on proper reporting of classification codes and payroll amounts requirements of Texas Labor Code, Section 401.011(44) for all its employees providing services on the project, for the duration of the project; 18.11.2. provide to the CONTRACTOR, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on a project, for the duration of the project; 18.11.3. provide the CONTRACTOR, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 18.11.4. obtain from each other person with whom it contracts, and provide to the CONTRACTOR: 18.11.4.1. a certificate of coverage, prior to the other person beginning work on the project; and 18.11.4.2. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project 18.12. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 18.12.1. notify the OWNER in writing by certified mail or personal delivery, within 10 calendar days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 18.12.2. contractually require each person with whom it contracts, to perform as required by paragraphs (A thru G), with the certificates of coverage to be provided to the person for whom they are providing services. 18.12.3. By signing the solicitation associated with this specification, or providing, or causing to be provided a certificate of coverage, the Contractor is representing to the Owner that all employees of the Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the Commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 18.12.4. THE CONTRACTOR'S FAILURE TO COMPLY WITH ANY OF THESE PROVISIONS IS A BREACH OF CONTRACT BY THE CONTRACTOR THAT ENTITLES THE OWNER TO DECLARE THE CONTRACT VOID IF THE CONTRACTOR DOES NOT REMEDY THE BREACH WITHIN TEN CALENDAR DAYS AFTER RECEIPT OF NOTICE OF BREACH FROM THE OWNER. 19. LIENS: Vendor agrees to and shall indemnify and save harmless the City against any and all liens and encumbrances for all labor, good and services which may be provided under the City's request by Vendor or subcontractors and if the City requests, a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City. 20. VENUE: Both the City and the Vendor agree that venue for any litigation arising from a resulting contract shall lie in Williamson County. Page 7 of 12 SPECIFICATION NO. 99-962-06-01 REVISED: AUG. 2005 21. INDEPENDENT VENDOR: It is understood and agreed that the Vendor shall not be considered an employee of the City. The Vendor 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 II SPECIFICATIONS 1. SCOPE: This specification describes auctioning services to dispose of surplus, seized and abandoned property. Services shall include, but not limited to picking up, holding, securing and auctioning off such property to the general public within a specified time period. The successful bidder shall be a licensed Auctioneer in the business of providing the auctioning services identified herein. 2. STATEMENT OF INTENT: It is the intent of the City to establish a multiple year contract with a responsible bidder to provide auctioning services as specified. The initial contract shall be for a twelve-month period with four consecutive twelve-month extension periods, as mutually agreed upon. 3. 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 best value for the City from information submitted with the bid. All bidders shall: 3.1. Be recognized as a "local experience" Auctioneer. Local "following" or clientele is of utmost importance in promoting active bidding and high sales return; therefore, the term "local experience" shall be defined as including the State Of Texas. 3.2. Auctioneer License: Bidder shall provide proof of current license certified by the State of Texas for Auction Services. 3.3. References: Provide the name, address, telephone number and point of contract of at least three completed commercial auction references. References shall be for completed projects that are similar in scope of service (Government preferred) to that being required in this specification. Any negative responses received may result in disqualification of bid. 3.4. Identify any subcontractors to be used for this service. Experience, qualifications and references of the subcontractors shall be submitted. The City shall approve all subcontractors prior to any work being performed. 4. SITE VISITS: The City and/or their representatives will have the right to visit and inspect the bidders facility any reasonable time prior to award and/or to conduct unannounced visits during the performance of the service. 5. FACILITIES: The Vendor shall provide a properly zoned, fenced, graveled or hard surfaced, secured sales and storage building(s) and/or lot(s) located within a 50 -mile radius of the City of Round Rock, TX. 6. PROPERTY PICK-UP: The Vendor shall pick-up property from designated locations as specified by the City's representative. NOTE: CITY OWNED EQUIPMENT SHALL NOT BE USED FOR ANY REASON WHILE BEING STORED WAITING SALE. Page 8 of 12 SPECIFICATION NO. 99-962-06-01 REVISED: AUG. 2005 7. ADVERTISING AUCTION: The Vendor shall, without cost to the City, arrange publication of auction advertisements. Vendor shall publicize the auction in the Round Rock Leader and the Austin American Statesman a minimum of once per sale. The public notice shall be advertised a minimum of 5 days prior to the date of each sale and shall include "Terms and Conditions of Sales" as specified in Paragraph 13, Part II. Auction brochures shall be mailed to prospective bidders on the Auctioneers mailing list. 8. PROPERTY TURNOVER: Property shall be auctioned not later than 120 days after it as been received by the Vendor for disposal. 9. PROPERTY SALES: Property provided to the Vendor for auction shall be auctioned "As Is Condition" without warranty. _ 10. VEHICLES AND EQUIPMENT: Only qualified Vendor personnel shall operate Vehicles and equipment at the time of pick-up from City locations and on the day of sale for the purpose of driving them through the auction line. 11. CITY PREVIEW OF RESPONSIBILITY: 11.1. The City will furnish the Vendor with an itemized list of all property for auction. 11.2. The City may, at its option, withdraw and retrieve any item prior to date of sale. 11.3. The City retains the right to set a minimum bid amount on select equipment and items. 11.4. The City reserves the right to sell, on its own, dispose of, or transfer to other governmental agencies any item it chooses not to be sold by the auctioneer. 12. VENDOR (AUCTIONEER) RESPONSIBLITIES: The Vendor shall: 12.1. Coordinate auctions with the City at least 30 days before an auction is held. 12.2. Register prospective buyers and provide any handouts necessary for the efficient conduct of each auction including, but not limited to buyer's identification tag. 12.3. Include the contents of "Terms and Conditions of Sale" referenced in paragraph 13, Part II in all advertisements. 12.4. Provide a full time licensed professional auctioneer to conduct all auctions. 12.5. Provide a minimum of two persons to register all interested buyers at all auctions. 12.6. Provide a clerk to log prices and buyers during the auctions. 12.7. Provide sufficient staff at each auction to monitor buyers and to maintain adequate records. 12.8. Comply with all applicable legal requirements for conducting auction sales in the State of Texas. 12.9. Vendor shall be responsible for ensuring safe business practices are utilized to ensure the safety of the general public. Equipment shall be started only. Units shall not be moved, driven by prospective buyers or non-qualified personnel. 13. DOCUMENTATION REQUIRED: The Vendor shall provide the City, within three working days following a sale, copies of the following: 13.1. Three copies of statement indicating all revenue (the total amount of sales collected), sales tax due and grand total plus all of the proceeds due for each complete auction. 13.2. Itemize list of total amounts purchased by each buyer and total due per each buyer plus a grand total of sales, sales tax and total due. Page 9 of 12 SPECIFICATION NO. 99-962-06-01 REVISED: AUG. 2005 13.3. A list of all buyers that registered for each auction by buyer number order. This list shall include name and mailing address for each buyer. 13.4. A list in lot number order showing buyer, a description of all items sold, the quantity of each lot, the amount paid for each item, and the amount paid for each lot. 14. SALES, BUSINESS RECORDS AND AUDITS: 14.1. Vendor shall promptly record each sale in writing an in accordance with generally accepted principles for operation of auction houses showing the minimum bid, the amount of the successful bid, the name, address and telephone number of the buyer, and the date of the sale. 14.2. During the term of the contract, the Vendor shall maintain the City's auction records for each day; thereof, in accordance with generally accepted accounting principles, a full, complete and accurate permanent record, an account of all sales and of all sums of money paid or payable for or on account or arising out of business transactions conducted on behalf of the City. Such records shall include, but not be limited to sales slips, customer credit records, cash register tapes, invoices, bank account records and other documents of business, herein after referred to as "business records". Vendor shall be responsible for any returned checks used for the purchase of City property. 14.3. Vendor shall preserve such business records and supporting documents for a 36 month period after the expiration of each 12 month period. 14.4. Upon request by the City, Vendor shall deliver within 72 hours such business record to the City or its designated agent or representative for the purpose of having Vendor's business audited. Vendor specifically authorized for the City, its employees, agents and designated representatives to conduct an audit of the business and agrees to fully assist the City wherever possible. 14.5. The City reserves the right as part of its audit, to -duplicate and retain copies of Vendors business records. 15. REPORTS: The Vendor shall provide a statement that list all property sold, the sales price of each item, the names and addresses of the buyers and the total of all costs to the City with respect to the auction. 16. TERMS AND CONDITION OF SALE: 16.1. All bidders are required to register prior to the auction. The auctioneer shall have the right to reject the bid from anyone who is not registered 16.2. The City reserves the right to refuse any bid considered unreasonable. 16.3. Registered bidders with tax exempt status shall include the tax exempt number on the registration form. NOTE: THE SALES TAX CANNOT BE REIMBURSED ONCE THE SALE IS COMPLETE. 16.4. Unless otherwise advertised and stated prior to the auction, all purchases shall be paid in full at close of sale by cash, cashier's check, or personal/company check accompanied by Bank's "Letter of Guarantee". Bidders shall present letters of guarantee at time of registration. Page 10 of 12 SPECIFICATION NO. 99-962-06-01 REVISED: AUG. 2005 16.5. Buyer tags shall be issued the day of the auction to all registered bidders. 16.6. At the time of the sale, the buyer's number and the price of item sold is announced by the auctioneer. The auctioneer is the only authorized person to make changes in price or quantity and at this time only. 16.7. The City reserves the right to withdraw items from the sale even after they are advertised. 16.8. Announcements made by the auctioneer on the day of the sale take precedence over any printed matter pertaining to the auction. 16.9. Each lot/item shall be sold "As Is, Where Is", with all faults and defects. No warranties as to condition, fitness of use, or merchantability are intended or implied. Bidders shall be responsible for closely checking each item and buyers should understand that they are buying the property entirely upon their own examination or opinion, not withstanding comments, verbal or written, to the contrary. 16.10. Each lot/item purchased immediately becomes the responsibility of the buyer at the time the auctioneer deems the lot/item sold. 16.11. The buyer is responsible for removal of equipment from the auction yard, building or storage area. The City will not provide towing, lifting or loading services. 16.12. City employees and their immediate family members shall be permitted to bid. PART IV INVOICE AND PAYMENT 1. INVOICING AND PAYMENTS: Payment shall be based on the percentage quoted for Auctioneer Services and the total gross sales for property sold at Auction. The Vendor shall collect the proceeds for the sale and submit proceeds with sales receipts and invoice to the address listed below. If no action sales are completed during any month a negative sales report shall be provided to the City. City of Round Rock Accounts Payable 221 East Main Street Round Rock, TX78664-5299 2. PROMPT 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 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: 2.1. 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 2.2. The terms of a federal contract, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or Page 11 of 12 SPECIFICATION NO. 99-962-06-01 REVISED: AUG. 2005 2.3. There is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor and its suppliers concerning supplies, material, or equipment delivered or the services performed which caused the payment to be late; or 2.4. 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. 3. OVERCHARGES: Vendor hereby assigns to purchaser any and all claims for overcharges associated with this agreement 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 Com. Code, Section 15.01, et set. Page 12 of 12