R-07-01-11-13C2 - 1/11/2007RESOLUTION NO. R -07-01-11-13C2
WHEREAS, the City of Rock has duly advertised for bids for
uniform cleaning services, and
WHEREAS, Xpress Cleaners & Alterations has submitted the lowest
responsible bid, and
WHEREAS, the City Council wishes to accept the bid of Xpress
Cleaners & Alterations, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City an Agreement for Purchase of Cleaning and Alteration
Services for Police and Fire Department Uniforms with Xpress Cleaners
& Alterations, a copy of said Agreement being attached hereto as
Exhibit "A" and incorporated herein.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended.
RESOLVED this llth day of January 007
ATTEST:
NY E Mayor
ty of Ro d Rock, Texas
CHRISTINE R. MARTINEZ, City Secretary
0:\wdox\RESOLUTI\R70111C2.WPD/rmc
CITY OF ROUND ROCK
AGREEMENT FOR PURCHASE OF
CLEANING AND ALTERATION SERVICES FOR
POLICE AND FIRE DEPARTMENT UNIFORMS FROM
XPRESS CLEANERS & ALTERATIONS
THE STATE OF TEXAS
CITY OF ROUND ROCK
COUNTY OF WILLIAMSON
KNOW ALL BY THESE PRESENTS:
That this Agreement for purchase of cleaning and alteration services for Police
Department and Fire Department uniforms, and for related goods and services, referred to herein
as the "Agreement," is made and entered into on this the day of the month of
, 2006, by and between the CITY OF ROUND ROCK, TEXAS, a home -rule
municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664,
referred to herein as the "City," and XPRESS CLEANERS & ALTERATIONS, a Texas
corporation, whose offices are located at 1216 East Palm Valley Boulevard, Round Rock, Texas
78664, referred to herein 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 desires to purchase certain cleaning and alteration services for Police
Department and Fire Department uniforms for work and dress, and to purchase associated
services including but not limited to next -day dry cleaning and laundering, minor alterations, and
packaging uniforms as needed in specified time periods, and City desires to purchase same from
Vendor; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and
services, and City has selected the Bid submitted by 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:
00107478/jkg
a
EXHIBIT
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified goods and Vendor is obligated to sell specified goods. The
Agreement includes the following: (a) City's Invitation for Bid designated as IFB 06-018,
Specification Number 00-954-20-01 revised August 2006; (b) Vendor's Response to IFB; (c)
the contract award; and (d) any exhibits, addenda, and/or amendments thereto. 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.
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. Vendor means Xpress Cleaners & Alterations, 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 initial term of this Agreement is for sixty (60) months from the effective date
hereof. After that initial term, this Agreement may be renewed for successive terms of twelve
(12) months each, not to exceed in the aggregate two (2) such renewals, with such renewals to
occur on or before the expiration date of the preceding term, and with such renewals being
absolutely predicated upon the express written agreement of both parties. Such renewals are
permitted only provided Vendor has performed each and every contractual obligation specified
in this original Agreement.
2
C. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Vendor as the integrator of choice to supply the goods as outlined in IFB
06-018, Specification Number 00-954-20-01 revised August 2006, 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.
The goods 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 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.
3
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
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 another supplier or suppliers.
4
12.01 INSURANCE
Vendor shall meet all requirements as stated in the attached Invitation for Bid No. IFB
06-018 and its bid response.
13.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
For Police Department:
Jennifer Soto
Logistics Officer I
Round Rock Police Department, Patrol Division
615 East Palm Valley Boulevard
Round Rock, Texas 78664
512-218-6675
For Fire Department:
Charles Meserole
Fire Logistics Officer II
Round Rock Fire Department
2919 Joe DiMaggio Boulevard
Round Rock, Texas 78664
512-218-3203
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.
5
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 only for cause, that being in the
event of a material and substantial breach by City, or by mutual agreement to terminate
evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to 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.
6
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.
Notice to Vendor:
Xpress Cleaners & Alterations
1216 East Palm Valley Boulevard
Round Rock, TX 78664
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
7
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.
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
8
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:
Nyle Maxwell, Mayor
Date Signed:
Attest:
By:
Christine R. Martinez, City Secretary
Approved as to Form:
By:
Stephan L. Sheets, City Attorney
9
Xpress Cleaners & Alterations
By:
Title:
f‘1 pt,
Date Signed:
i 7-1 8/24, 6-C,
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:
City of Round Rock
To be determined
INVITATION FOR BID (IFB)
CITY OF ROUND ROCK PURCHASING OFFICE
221 E. Main Street
Round Rock, Texas 78664-5299
FACSIMILE RESPONSES
SHALL NOT BE ACCEPTED
SHOW BID OPENING DATE &
BID NUMBER IN LOWER LEFT
HAND CORNER OF SEALED 81D
ENVELOPE 8 SHOW RETURN
ADDRESS OF BIDDING FIRM.
UNIFORM CLEANING SERVICES
BID NUMBER
OPENING DATE:
BID LOCATION:
06-018
8/29/2006 at 3:00 P.M.
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 disqualify bid
Authorized Signa ure
206
Date
Print Name
TAX ID NO.:
See 1.7 of Bidding Instructions on page 2
- - ,o6 /S'/8 3 -�
LEGAL BUSINESS NAME: XPreSc CJecrn er.S A- rc
ADDRESS: %,:R/1,( PeTjr, vt)/ Q lid
ADDRESS: /7
CONTACT:
aqc,(..1.41e/ S'66'
MiCha e L Dv
TELEPHONE NO.:
5-12 7 - a. q
p
"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 in this IFB.
BUSINESS ENTITY TYPE:
This is for an agreement for five 12 -month periods with two 12 -month renewal periods for a service to dry clean and launder Police and Fire Uniforms in
accordance with specification No.00-954-20-01, Revised Aug. 2006 (9 pgs).
The quantities shown are estimates for a twelve month period only. No guarantee of any minimum or maximum purchase is made or implied. The City
will only order the amount needed to satisfy operating requirementsNote: The City reserves the right to increase or decrease order quantities as
needed.
ITEM #
1
2
3
4
5
6
7
9
11
13
14
CLASS & ITEM DESCRIPTION
Dry Clean - Shirt, long sleeve
OTY
UNIT
UNIT PRICE
EXTENSION
Dry Clean - Shirt, short sleeve
Dry Clean - Trousers
Dry Clean - Coat
Dry Clean - Jacket
Dry Clean - Tie
Laundry - Shirt, Cotton/Poly Blend - No Starch
Laundry - Shirt, 100% cotton - No Starch
Laundry - Trouser, Cotton/Poly Blend - No Starch
Laundry - Shorts, Cotton/Poly Blend - No Starch
Laundry - Trouser, NOMEX - NO Starch
Please note charges for Starch, if any:
Additional Charge for Light Starch $ VO
Additional Charge for Medium Starch $
Additional Charge for Heavy Starch $ it,t)
Birf Sheet
3,600
8,200
6,680
300
600
200
1,800
2,500
1,000
500
2,000
ea
ea
ea
ea
ea
ea
ea
ea
ea
ea
ea
it,g9
43s_
2,ye/
37
2.�
1 ifq
2 3t.
r
GRAND TOTAL
o
5-0
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
CLEANING SERVICE QUESTIONAIRE
Please Complete and Return This Form with the Solicitation Response
Bidder Name 'le8 /.46 Phone No..3 7-2- 73 3-- 2
9
J /)c•t i i
Contact
Local facility(ies) /2/( L. /% „(l- I
/�l4I(7-1--.
Fax No.
5/2 - 24-7-9c)/C.
Dry Cleaning Process Used rte, hem
Filtration Method Used D�,y� -e ,, _ (; . A 5
of
How often is filter cleaned —.Pit' _ c- -,s
Do you distill solvent /due- , Pnt '71
Provide the name, address, telephone number and point of contract of at feast 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.
Do you pre -spot t/,.2-0 d r
Br ncletof»Soap l) Chi n
a� Brand of Siz g
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
Pte' uQ0 k o/;'ce cA lk21 '
i SSG% i ' /.e
_ P-1 A/
6Lrin a� RPS ] `7g i�y
( 7Z) 2/8_ S -b 0 Fax Number ( )
RCi i -12a LJ' Rhe i1ZP YYtf1�i7�
t!1c' tf, /�'iQXPi,c
/ores r
2Q3 %zN m kr 14l`.P / Jf.
ouyLei 'Cry, /c 7--x-7d) (CV
( t) 2/ 5 � Fax Number (S-A 2) �� 3, _ �-y
Coctircu,,
/'2one 4 DOryW
/14,4 /) /11,2-41 l iil/N a
732° (1/1,4"/„qw°7Zjcsi-1-44:),-127./-
s-.7 Z 2 fib' 004 Fax Number (i--/ 2) 2 3' - 7323
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FROM AWARD.
1 of 1
ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF BID
ANY EXCEPTIONS THERETO MUST BE IN WRITING
1. BIDDING REQUIREMENTS:
1.1 Bidding requires pricing per unit shown and extensions. If trade discount is shown on bid, it should be deducted and net line extensions shown. Bidders guarantees
product offered will meet or exceed specifications identified in this Invitation For Bid (IFB).
1.2 Bids should be submitted on this form. Each bid shall be placed in a separate envelope completely and properly identified. See instructions on reverse side. Bids must be
in the office of the City Purchasing Agent before the hour and date specified on the reverse side of this IFB.
1.3 Late bids properly identified will be retumed to bidder unopened. Late bids wit not be considered.
1.4 Bid F.O.B. destination, freight, prepaid, & allowed unless otherwise specified on the IFB. If otherwise, show exact cost to deliver.
1.5 Bid unit price on quantity and unit of measure specified. extend and show total. In case of errors in extension, unit prices shall govern. Bids subject to unlimited price
increase will not be considered.
1.6 Bid prices shall be firm for acceptance 30 days from bid opening date. "Discount from List' bids are not acceptance unless requested. Cash discount will not be
considered in determining the low bid. All cash discounts offered will be taken if earned.
1.7 Bids shall give Tax Identification Number, full name and address of bidder. Failure to sign will disqualify bid. Person signing bid shall show tittle and authority to bind
signatories firm in a contract. Firm name should appear on each page in the block provided in the upper right corner. Business Entity shall be one (1) of the following:
Individual, Partnership, Sole Proprietorship, Estate/Trust, Corporation, Govemmental. Non-profit, all others shall be specified. INDIVIDUAL: List name and number as
shown on Social Security Card. SOLE PROPRIETORSHIP; List legal name followed by legal business name and Social Security Number. ALL OTHERS; List legal name
of entity and Tax Identification Number (Tin).
1.8 Bid cannot be altered or amended after opening time. Any Alterations made before opening time shall be initiated by bidder or an authorized agent. No bid can be
withdrawn after opening time without approval of the CITY based on a written acceptable reason.
1.9 The City is exempt from State Sales Tax and Federal Excise Tax. Do not include tax in bid.
1.10 The City reserves the right to accept or reject all or any part of bid, waive minor technicalities and award the bid to best serve the interests of the City, Split awards may be
made at the sole discretion of the City.
1.11 Consistent and continued tie bids could cause rejection of bids by the City and/or investigation for antitrust violations.
1.12 Telephone bids and facsimile bids are not acceptable in response to the IFB.
1.13 CAUTION: Bid invitation allows sufficient time for receipt of the preferred mail response. The City shall not be responsible for bids received late, illegible, incomplete, or
otherwise non-responsive
2. SPECIFICATION:
2.1 Any catalog, brand name or manufacturers reference used in IFB is descriptive only (not restrictive), and is used to indicate type and quality desired. Bids on brands of like
nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Govemment Code. If other than brand(s) specified is
offered, illustrations and complete descriptions of product offered are requested to be made a part of the bid. If bidder takes no exceptions to specifications or reference
data in bid, bidder will be required to fumish brand names, numbers, etc, as specified in the IFB.
2.2 All items bid shall be new, in first Gass condition, including containers suitable for shipment and storage, unless otherwise indicated in IFB. Verbal agreements to the
contrary will not be recognized.
2.3 Samples, when requested. must be fumished free of expense to the City. 1f not destroyed in examination, they will be retumed to the bidder, on request, at bidder expense.
Each example should be marked with bidders' name and address, City bid number and code. Do not enclose in or attach to bid.
2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of this IFB.
2.5 Manufacturer's standard warranty shall apply unless otherwise stated in the IFB.
3. TIE BIOS: In case of tie bids, the award will be made in accordance with Section 271.901 of the Texas Local Govemment Code.
4. DELIVERY:
4.1 Bid should show number of days required to place material in City's designated location under normal conditions. Failure to state deliver time obligates bidder to complete
delivery in fourteen (14) calendar days. Unrealistically short or long delivery promises may cause bid to be disregarded. Consistent failure to meet delivery promises
without valid reason may cause removal from bid list. (See 4.2 following.)
4.2 If delay is foreseen, contractor shall give written notice to the City. The City has the right to extend delivery date if reasons appear valid. Contractor must keep the City
advised at all times of status of order. Default in promised delivery (without acceptable reasons) or failure to meet specifications, authorizes the City to purchase supplies
elsewhere and charge full increase, if any, in cost and handling to defaulting contractor.
4.3 No substitutions or cancellations permitted without written approval of the City.
4.4 Delivery shall be made during normal working hours only, unless prior approval for late delivery has been obtained from the City, unless otherwise specified in the IFB.
5. INSPECTION AND TESTS: All goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have
access to any supplier's place of business for the purpose of inspecting merchandise. Tests may be performed on samples submitted with the bid or on samples taken from
regular shipments. If the products tested fail to meet or exceed all conditions and requirements of the specifications, the cost of the sample used and the cost of the testing shall
be bome by the supplier. Goods, which have been delivered and rejected in whole or in part, may, at the City's option, be returned to the Vendor or held for disposition at Vendor's
risk and expense. Latent defects may result in revocation of acceptance.
6. AWARD OF CONTRACT: A response to an IFB is an offer to contract with the City based upon the terms, conditions, and specifications contained in the IFB Bids do not become
contracts unless and until they are accepted by the City through its designates and a purchase order is issued. The contract shall be governed, construed, and interpreted under
the Charter of the City and the laws of State of Texas. All contracts are subject to the approval of the City Council.
7. PAYMENT: Vendor shall submit three (3) copies of an invoice showing the purchase order number on all copies.
8. PATENTS AND COPYRIGHTS: The contractor agrees to protect the City from claims involving infringements of patents or copyrights.
9. VENDOR ASSIGNMENTS: Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract, which arise under the antitrust laws of the State
of Texas. Tx, Bus. And Comm. Code Ann. Sec. 15.01, et seq. (1967).
10. BIDDER AFFIRMATION:
10.1 Signing this bid with a false statement is a material breach of contract and shall void the submitted bid or any resulting contracts, and the bidder shall be removed from all
bid lists. By signature hereon affixed, the bidder hereby certifies that
10.2 The bidder has not given, offered to give, nor intends to give any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, tip, favor,
or service to a public servant in connection with the submitted bid.
10.3 The bidder is not currently delinquent in the payment of any debt owed the City.
10.4 Neither the bidder nor the firm, corporation, partnership, or any entity represented by the bidder, or anyone acting for such firm, corporation, or entity has violated the
antitrust laws of this State codified in Section 15.01 et. Seq. Texas Business and Commercial 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.
10.5 The bidder has not received compensation for participation in the preparation of the specification for this IFB.
11. NOTE TO BIDDERS: Any terms and conditions attached to bid will not be considered unless the bidder specifically references them on the front of this bid foram. WARNING: Such
terms and conditions may result in disqualification of the bid (e.g. bids with the laws of a state other than Texas requirements for prepayment. Limitations on remedies, etc.) The
City of Round Rock can only accept bids which contain all the terms and conditions of its formal IFB; in particular, all bidders affirmations and certifications must be included.
Submission of bids on forms other than City bid form may result in disqualification of your bid.
12. INQUIRIES: Inquiries pertaining to bid invitations must give bid number, codes, and opening date.
Reference Sheet
Page 2 of 2 Dated: 05/2005
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
CITY OF ROUND ROCK
UNIFORM CLEANING SERVICES
PART 1
GENERAL
1. PURPOSE: The City seeks to establish a multiple year contract with a responsible bidder that has
the means and ability to clean the City's Police and Fire Department uniforms for work and dress.
Vendor shall provide services to include, next day dry cleaning and laundering, minor alterations
and packaging uniforms as needed and in the specified time period throughout the contract year
and any extensions.
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 goods, equipment or services.
2.2. City — Identifies the City of Round Rock, Travis and Williamson Counties, Texas.
2.3. Agreement —A mutually binding legal document obligating the Vendor to fumish the goods,
equipment or services, and obligating the City to pay for it.
2.4. 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.
2.5. Goods represent materials, supplies, commodities and equipment.
2.6. 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 a contract. 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.
2.7. 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
2.8. 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 contract with the City.
3. CLARIFICATION: For clarification of specification, bidders may contact:
Carolyn Brooks, CPPB
Purchasing Division
(512) 218-5457
cm b218@round-rock.tx.us
The individual listed above may be contacted by telephone, e-mail, 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 through the
Purchasing Division.
4. CONFLICT OF INTEREST: Effective January 1, 2006, Chapter 176 of the Texas Local Government Code
(House Bill 914) requires that any vendor or person considering doing business with a local govemment
entity disclose the vendor or person's affiliation or business relationship that might cause a conflict of
interest with a local government entity. The Conflict of Interest Questionnaire form is available from the
Texas Ethics Commission at www.ethics.state.tx.us. Completed Conflict of Interest Questionnaires may
be mailed or delivered by hand to the City Secretary. If mailing a completed form, please mail to:
City of Round Rock
Christine Martinez, City Secretary
221 East Main Street
Round Rock, Texas 78664
Page 1 of 9
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
4.1. Any attempt to intentionally or unintentionally conceal or obfuscate a conflict of interest
may automatically result in the disqualification of the vendor's proposal.
PART I1
GENERAL CLAUSES AND CONDITIONS
1. 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.
2. EXCEPTIONS: Any variation from this specification must be indicated on the bid or on a separate
attachment to the bid. The sheet shall be labeled as such.
3. STANDARDIZATION: The City of Round Rock is committed to procuring quality goods and equipment. We
encourage manufacturers to adopt the International Organization for Standardization (ISO) 9001-9003,
latest revision standards, technically equivalent to the American National Standards Institute/American
Society for Quality Control (ANSI/ASQC Q91-93 1987), and obtain certification. Adopting and implementing
these standards is considered beneficial to the manufacturer, the City, and the environment. It is the City's
position that the total quality management concepts contained within these standards can result in reduced
production costs, higher quality products, and more efficient use of energy and natural resources.
Manufacturers should note that future revisions to this specification might require ISO certification.
4. ENVIRONMENT: It is the intent of the City to purchase goods and equipment having the least adverse
environmental impact, within the constraints of statutory purchasing requirements, departmental needs,
availability, and sound economical considerations. Suggested changes and environmental enhancements
for possible inclusion in future revisions of this specification are encouraged.
5. 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.
6. 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.
7. BEST VALUE 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.
7.1 Bid price
7.2 Reputation of the bidder and of bidder's goods and services.
7.3 The quality of the bidder's goods or services.
7.4 The extent to which the goods or services meet the City's needs
7.5 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.
7.6 The total Tong -term cost to the Municipality to acquire the bidder's goods or services.
8. 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.
7. VENDOR PERFORMANCE: The City Manager reserves the right to review the Vendor's performance at the
end of each twelve month contract period and to cancel all or part of the Agreement (without penalty) or
continue the contract through the next period.
8. PRICE: The contract price bid shall be firm for the duration of the contact or extension periods. No
separate line item charges shall be permitted for either bidding or invoice purposes, which shall include
equipment rental, demurrage, all cost associated with obtaining permits or any other extraneous charges.
Page 2 of 9
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
9. PRICE ADJUSTMENT: The City may permit "unit price" adjustments upward, only as a result of a cost
increase in goods or services in accordance with the Producers Price Index located at
http://stats.bls.gov/poi/home.htm. 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
decreases in excess of the allowable percentage change at any time.
10. 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
Manager reserves the right to:
10.1. Renew the Agreement for two additional periods of time not to exceed twelve months for each
renewal provided bother parties agree.
10.2. Review the following at the end of each twelve-month period or renewal:
10.2.1. Vendor performance
10.2.2. Price
10.2.3. Continuing need
10.2.4. Advancements in technologies and or service
10.3. The City may terminate the Agreement with or without cause or may continue through the next
twelve-month review or renewal period.
11. 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 goveming 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.
12. 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 120 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.
13. ABANDONMENT OR DEFAULT: A Vendor who abandons or defaults the work on the contract 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. 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 agreement, 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 fumish the City with satisfactory
proof of its compliance.
15. 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.
16. INSURANCE: The Vendor shall procure and maintain at its sole cost and expense for the duration of the
contract 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.
16.1. Certificates of Insurance and endorsements shall be furnished to the City and approved by the City
before work commences.
16.2. The following standard insurance policies shall be required:
16.2.1. General Liability Policy
16.2.2. Automobile Liability Policy
16.2.3. Worker's Compensation Policy
Page 3 of 9
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
16.3. The following general requirements are applicable to all policies:
16.3.1. Only insurance companies licensed and admitted to do business in the State of Texas shall
be accepted.
16.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per
occurrence basis for property damage only.
16.3.3. Claims made policies shall not be accepted, except for Professional Liability Insurance.
16.3.4. Upon request, certified copies of all insurance policies shall be fumished to the City
16.3.5. Policies shall include, but not be limited to, the following minimum limits:
16.3.5.1. Minimum Bodily Injury Limits of $300,000.00 per occurrence.
16.3.5.1.1. Property Damage Insurance with minimum limits of $50,000.00
for each occurrence.
16.3.5.1.2. 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.
16.3.5.1.3. Statutory Worker's Compensation Insurance and minimum
$100,000.00 Employers Liability Insurance.
16.3.6. Coverage shall be maintained for two years minimum after the termination of the Contract.
16.4. 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 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.
16.5. Vendor agrees that with respect to the required insurance, all insurance contracts and certificate(s)
of insurance will contain and state, in writing, on the certificate or its attachment, the following
provisions:
16.5.1. Provide for an additional insurance endorsement clause declaring the Vendor's insurance
as primary.
16.5.2. 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.
16.5.3. Provide thirty days notice to the City of cancellation, non -renewal, or material changes
16.5.4. Remove all language on the certificate of insurance indicating:
16.5.4.1. That the insurance company or agent/broker shall endeavor to notify the City;
and,
16.5.4.2. Failure to do so shall impose no obligation of liability of any kind upon the
company, its agents, or representatives.
16.5.5. Provide for notice to the City at the addresses listed below by registered mail:
16.5.5.1. 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.
16.5.6. Provide that all provisions of this contract 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.
16.5.7. 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.
16.5.8. 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.
16.5.9. All notices shall be mailed to the City at the following addresses:
Page 4 of 9
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
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
16.6. 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 these requirements. Neither shall bankruptcy, insolvency, or denial of liability by the insurance
company relieve the Vendor from liability.
16.7. 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.
17. 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
govemmental entity.
17.1. 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.
17.2. 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.
17.3. 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 fumishes 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.
17.4. 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.
17.5. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the
contract.
17.6. 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.
17.7. The CONTRACTOR shall obtain from each person providing services on a project, and provide to the
OWNER:
17.8. 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
17.9. 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.
17.10. The CONTRACTOR shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
17.11. 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.
17.12. 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
lack of coverage.
17.13. The CONTRACTOR shall contractually require each person with whom it contracts to provide
services on a project, to:
Page 5 of 9
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
17.14. 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 its employees providing services on the project, for the duration of the project;
17.15. 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;
17.16. 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;
17.17. obtain from each other person with whom it contracts, and provide to the CONTRACTOR:
17.18. a certificate of coverage, prior to the other person beginning work on the project; and
17.19. 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
17.20. retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
17.20.1. 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
17.20.2. 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.
17.20.3. 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.
17.20.4. 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.
18. LIENS: Vendor 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 agreement. At
the City's request the Vendor or subcontractors shall provide a proper release of all liens or satisfactory
evidence of freedom from liens shall be delivered to the City.
19. VENUE: Both the City and the Vendor agree that venue for any litigation arising from a resulting agreement
shall lie in Williamson County, Texas.
20. 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 III
SPECIFICATIONS
1. SCOPE: This specification describes a next business day service to clean uniform shirts, trousers, jackets,
coats and ties for The City of Round Rock Police and Fire Departments as specified herein. Services shall
include but not be limited to garment receipt or pickup, spot treatment; minor repairs such as button
replacement, torn pocket, hem, press and package garment, and deliver to the locations or have garments
available for pickup within a reasonable driving distance within the City.
2. STATEMENT OF INTENT: These specifications cover only the general requirements as to the performance,
as well as certain details to which the successful bidder shall conform. Bidders shall be responsible for next
day service for cleaning garments per manufacturer instructions and delivering a product that meets or
exceeds all of the requirements of this specification.
3. DRY CLEANING: Bidder is directed to Attachment "A" of this specification for specific identification of
current dry clean uniforms. Vendor shall "Re -clean" any garment at no cost to the City that does not
conform to the requirements listed below. Vendor shall:
Page 6 of 9
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
3.1. Have next day service. Any garment dropped off at vendor's location or picked up at City location
by vendor before 10:00 a.m. shall be ready for pick up or delivered 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 due to cleaning with other garments that expel lent or
dirty machines.-
3.4.
achines:3.4. Stock and 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 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. Hang clean garments and package in standard cellophane type bag.
3.10. 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.
4. LAUNDRY: Uniforms shall be washed, dried and pressed as specified or as recommended by the
manufacturer. Bidder is directed to Attachment "A" of this specification for specific identification of current
uniforms and the laundering preference. Vendor shall Re -clean any garment at no cost to the City that
does not meet or exceed requirements.
5. SITE VISITS: The City and/or their representatives will have the right to visit and inspect the bidder's facility
any reasonable time prior to award and/or to conduct unannounced visits during the performance of the
service.
6. SERVICE REQUIREMENTS: The Vendor shall:
6.1. Provide to the City the name and telephone number of Vendor's representative.
6.2. Minor alterations shall include, but not be limited to the following:
6.2.1. Hem
6.2.2. Replace zippers and buttons
6.2.3. Chevrons on shirts
6.2.4. Remove/add patches
6.3. Notify the City of business changes that may affect the performance of agreement.
6.4. Reimburse the City by credit invoice for lost or damaged garments due to vendor's negligence.
7. BIDDER QUALIFICATIONS: The opening of a bid will not be construed as the City's acceptance of such
bidder as qualified and responsible. All bidders shall:
1.1 Be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of
commodity or provision of the services as specified herein.
1.2 Have adequate organization, facilities, equipment and personnel to ensure prompt and efficient
service to the City.
1.3 Fumish the following information with their bid submittal:
1.3.5 Location of facility(ies).
1.3.6 Dry cleaning process used.
1.3.7 Type of filtration method used.
1.3.8 How often is filter cleaned?
13.9 Brand of soap and sizing used.
1.4 Provide references to include the name, address, telephone number and point of contract of at
least three entities for which the bidder has preformed similar service and or utilized the exact
technology within the past three years. Any negative responses received may result in
disqualification of bid.
7 of 9
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
1.5 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.
2. CONFIDENTIALITY OF CONTENT: All bids submitted in response to this IFB shall be held confidential
until a contract is awarded. Following the contract award, bids 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.
2.1 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 proposal,
which the Bidder believes to be confidential. Vague and general claims as to confidentiality shall
not be accepted. All proposals and parts of proposals that are not marked as confidential will be
automatically considered public information after the contract is awarded.
PART IV
DELIVERY, ACCEPTANCE AND PAYMENT
1. DELIVERY: Unless otherwise specified City personnel will drop off and pick up uniforms from vendors
location between normal business hours. NOTE: If bidder offers a pickup and delivery service, there will be
a minimum of two City locations that will be determined by the City.
2. ACCEPTANCE: Acceptance inspection should not take more than two working days. The vendor will be
notified within this time frame if the item(s) delivered is not in full compliance with the specifications. If any
purchase order is canceled for non-acceptance, the needed service may be purchased elsewhere and the
vendor may be charged full increase, if any, in cost and handling.
3. INVOICING: Vendor 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
4. 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:
4.1. There is a bona fide dispute between the City and Vendor conceming the supplies, materials,
services or equipment delivered or the services performed that causes the payment to be late; or
4.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a
timely payment with Federal Funds; or
4.3. There is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor
and its suppliers conceming supplies, material, or equipment delivered or the services performed
which caused the payment to be late; or
4.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase
order or agreement or other such contractual agreement.
5. OVERCHARGES: Vendor hereby assigns to purchaser any and all claims for overcharges associated with
this agreement which arise under the antitrust laws of the United 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 seq.
8 of 9
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
ATTACHMENT "A"
1. DRY CLEAN UNIFORMS: The uniforms identified for dry cleaning services wom by the City of Round
Rock:
1.1. Police - Current uniforms consist of 45% Worsted wool and 55% Dacron polyester. These
uniforms consist of the following:
1.1.1. Long sleeve shirts, military type with two (2) pleated patch breast pockets with flaps,
epaulets and manufactured with two (2) permanent silicone creases in the front and three
(3) in back.
1.1.2. Short sleeved shirts, military type with two (2) pleated patch breast pockets with flaps,
epaulets and manufactured with two (2) permanent silicone creases in the front and three
(3) in back.
1.1.3. Trousers, split seam, dress style with permanent silicone creases.
1.1.4. Jackets, Taslon nylon B. Dry shell, waterproof, windproof, breathable lining, zip -out b.
warm insulated quilted liner with zip -off sleeves.
1.2. Fire - Class A's uniforms consist of 45% Worsted wool and 55% Dacron polyester. These uniforms
consist of the following:
1.2.1. Long Sleeve shirts, military type with two pleated patch breast pockets with flaps and
manufactured with two permanent creases in the front and three in back.
1.2.2. Short sleeved shirts, military type with two pleated patch breast pockets with flaps and
manufactured with two permanent creases in the front and three in back.
1.2.3. Trousers, split seam, dress style dress with permanent creases side pockets and hip
pockets.
1.2.4. Coat, double-breasted dress style with peak lapels, two lower welt pockets, an upper welt
simulated breast pocket, three cloth -reinforce inside pockets and badge tab.
1.2.5. Jackets, Taslon nylon B. Dry shell, waterproof, windproof, breathable lining, zip -out b.
warm insulated quilted liner with zip -off sleeves.
2. LAUNDRY UNIFORMS: The uniforms identified for laundry service are wom by the City of Round Rock:
2.1. Police. Both shirt and trouser consist of 35% Cotton Blend and 65% polyester and shall be
washed inside out in cold water with mild detergent tumble dried and pressed unless otherwise
specified by the manufacturer. Starch if requested. Uniforms consist of the following:
2.1.1. Shirts, short sleeved, BDU type with no crease in sleeves.
2.1.2. Trousers, BDU type with creases down center of each trouser leg shall be washed inside
out in cold water with mild detergent tumble dry and pressed. Starch if requested.
2.1.3. Shorts, BDU type with creases down center of each trouser leg shall be washed inside
out in cold water with mild detergent tumble dry and pressed. Starch if requested.
2.2. Firefighters. The trousers consist of 100% NOMEX and shirts 100% cotton. These uniforms
consist of the following:
2.2.1. Shirts — White uniform with permanent crease three on the back and two on front shall be
washed in warm water with mild detergent, tumble dry and pressed. Starch if requested.
2.2.2. Trousers — NOMEX uniform type with creases down center of each trouser leg shall be
washed in hot water, NO STARCH.
9 of 9
DATE: January 4, 2007
SUBJECT: City Council Meeting - January 11, 2007
ITEM: *13.C.2. Consider a resolution authorizing the Mayor to execute an agreement
with Xpress Cleaners & Alterations for Police and Fire Department
uniform cleaning services.
Department: Police Department
Staff Person: Bryan Williams, Chief of Police
Tim Ryle, Assistant Chief of Police
Justification: This contract is a renewal of a contract to provide Police and Fire uniform
cleaning service.
Funding:
Cost:
Source of funds:
Estimated cost of $52,506.20
General Fund
Outside Resources: None
Background Information:
This is a contract for cleaning services for Police and Fire department uniforms.
Public Comment: None
EXECUTED
DOCUMENT
FOLLOWS
CITY OF ROUND ROCK
AGREEMENT FOR PURCHASE OF
CLEANING AND ALTERATION SERVICES FOR
POLICE AND FIRE DEPARTMENT UNIFORMS FROM
XPRESS CLEANERS & ALTERATIONS
THE STATE OF TEXAS
CITY OF ROUND ROCK
COUNTY OF WILLIAMSON a -D°
KNOW ALL BY THESE PRESENTS:
That this Agreem t for purchase of cleaning and alteration services for Police
Department and Fire De p rtment uniforms, and for related goods and srvices, referred to herein
s the "Agreement," "s made and entered into on this the / day of the month of
+, by and between the CITY OF ROUND ROCK, TEXAS, a home -rule
unicipality {chose offices are located at 221 East Main Street, Round Rock, Texas 78664,
referred to herein as the "City," and XPRESS CLEANERS & ALTERATIONS, a Texas
corporation, whose offices are located at 1216 East Palm Valley Boulevard, Round Rock, Texas
78664, referred to herein 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 desires to purchase certain cleaning and alteration services for Police
Department and Fire Department uniforms for work and dress, and to purchase associated
services including but not limited to next -day dry cleaning and laundering, minor alterations, and
packaging uniforms as needed in specified time periods, and City desires to purchase same from
Vendor; and
WHEREAS, City has issued its "Invitation for Bid" for the provision of said goods and
services, and City has selected the Bid submitted by 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:
00107478/jkg
R-07-01-11-13CZ
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified goods and Vendor is obligated to sell specified goods. The
Agreement includes the following: (a) City's Invitation for Bid designated as IFB 06-018,
Specification Number 00-954-20-01 revised August 2006; (b) Vendor's Response to IFB; (c)
the contract award; and (d) any exhibits, addenda, and/or amendments thereto. 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.
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. Vendor means Xpress Cleaners & Alterations, 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 initial term of this Agreement is for sixty (60) months from the effective date
hereof. After that initial term, this Agreement may be renewed for successive terms of twelve
(12) months each, not to exceed in the aggregate two (2) such renewals, with such renewals to
occur on or before the expiration date of the preceding term, and with such renewals being
absolutely predicated upon the express written agreement of both parties. Such renewals are
permitted only provided Vendor has performed each and every contractual obligation specified
in this original Agreement.
2
C. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Vendor as the integrator of choice to supply the goods as outlined in IFB
06-018, Specification Number 00-954-20-01 revised August 2006, 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.
The goods 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 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.
3
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
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 another supplier or suppliers.
4
12.01 INSURANCE
Vendor shall meet all requirements as stated in the attached Invitation for Bid No. IFB
06-018 and its bid response.
13.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
For Police Department:
Jennifer Soto
Logistics Officer I
Round Rock Police Department, Patrol Division
615 East Palm Valley Boulevard
Round Rock, Texas 78664
512-218-6675
For Fire Department:
Charles Meserole
Fire Logistics Officer II
Round Rock Fire Department
2919 Joe DiMaggio Boulevard
Round Rock, Texas 78664
512-218-3203
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.
5
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 only for cause, that being in the
event of a material and substantial breach by City, or by mutual agreement to terminate
evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to 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.
6
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.
Notice to Vendor:
Xpress Cleaners & Alterations
1216 East Palm Valley Boulevard
Round Rock, TX 78664
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
7
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.
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
8
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.
Cityo IuI s A
L� 41
r
► r' ..ell, Mayor
Date Signed: — / 1— 017
By:
Attest.
By: . 5,�
Christine R. Martinez, City Secretary
Approved a ' to Form:
By:
Stepha L. Sheets, City A torney
9
Xpress Cleaners & Alterations
By:
Title:
Date Signed:
12.1 os/.24)01(
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:
City of Round Rock
To be determined
INVITATION FOR BID (IFB)
CITY OF ROUND ROCK PURCHASING OFFICE
221 E. Main Street
Round Rock, Texas 78664-5299
FACSIMILE RESPONSES
SHALL NOT BE ACCEPTED
SHOW BID OPENING DATE 6
SID NUMBER IN LOWER LEFT
HAND CORNER OF SEALED BID
ENVELOPE & SHOW RETURN
ADDRESS OF BIDDING FIRM.
UNIFORM CLEANING SERVICES
BID NUMBER
OPENING DATE:
BID LOCATION:
06-018
8/29/2006 at 3:00 P.M.
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 disqualify bid
"V OSl2-1) 0
Authorized Sire
gna uDate
c.t.ei Po
Print Name
/ See 1.7 of Bidding Instructions on page 2
TAX ID NO.: / — j I — 06 5767 3 `� /� `�J ,
LEGAL BUSINESS NAME: XPre GJ�PGr) €r /�/ 7Ler4 • I' �3 1 S
ADDRESS: / �4 /6 F P.Wrh ref I/ /�/Q I Vol
ADDRESS: RC? 4‘..41
/ r
CONTACT: M/Glia e L fav
5/2 -7 3-24%e7
TELEPHONE NO.:
BUSINESS ENTITY TYPE:
�n r v r . 1) 61,1C -S
"By the signature hereon affixed, the bidder hereby certifies that neither the bidder nor the entity represefited 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 in this IFB.
This is for an agreement for five 12 -month periods with two 12 -month renewal periods for a service to dry clean and launder Police and Fire Uniforms in
accordance with specification No.00-954-20-01, Revised Aug. 2006 (9 pgs).
The quantities shown are estimates for a twelve month period only. No guarantee of any minimum or maximum purchase is made or implied. The City
will only order the amount needed to satisfy operating requirementsNote: The City reserves the right to increase or decrease order quantities as
needed.
ITEM #
1
CLASS & ITEM DESCRIPTION
Dry Clean - Shirt, long sleeve
QTY
UNIT
3,600
ea
2
3
4
5
6
7
9
11
13
14
Dry Clean - Shirt, short sleeve
Dry Clean - Trousers
Dry Clean - Coat
Dry Clean - Jacket
Dry Clean - Tie
Laundry - Shirt, Cotton/Poly Blend - No Starch
Laundry - Shirt, 100% cotton - No Starch
Laundry - Trouser, Cotton/Poly Blend - No Starch
Laundry - Shorts, Cotton/Poly Blend - No Starch
Laundry • Trouser, NOMEX - NO Starch
Please note charges for Starch, if any:
Additional Charge for Light Starch $o
Additional Charge for Medium Starch $
Additional Charge for Heavy Starch $
8,200
6,680
300
600
200
1,800
2,500
1,000
500
2,000
ea
ea
ea
ea
ea
ea
ea
ea
ea
ea
UNIT PRICE
/dg9
l
R
6-6
/
43r-
2 yel
EXTENSION
a 0
fp/ x.
Bid Shaet
D�,n�, „F
GRAND TOTAL
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
CLEANING SERVICE QUESTIONAIRE
Please Complete and Return This Form with the Solicitation Response
Bidder Name .�' (tom itnzA Phone No. -C-12 73 3 ZyCy
%1�10./ 1/J� 7
Contact
Local facility(ies) L //:U /fl,.)
Aru,,r1
1
Fax No.
X7/2 2-s-7
t(1-7*
Dry Cleaning Process Used / ✓ h- r'�, Amy ) , Do you pre-spotj2J
Filtration Method Used C' Brand of Soap Om cfu S n I 67
ievi
How often is filter cleaned -r.e(1.4
t)7'i.,7Z-tA fr( 3.,x-;2
,�,_/cce rand of Si g 4 amitt/
#
Do you distill solvent 1126r,'j, h.p.4t qf
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
Pau/K(1 rQ , /'cam 2 pf %nom'
E / 81
%Sic y
( T72) 2/Oc� x'-'60 Fax Number ( )(
RUi.c,n o/ 120 /� 'r -e JSP ma-pof
CQ vo--6
/o cj%i r ), //,z/
n3 ( YYl i -,-L&
GSwva /20t fc ?-x -7cS)GCV
( 7t) Z/8-_ 0 Fax Number (S-12) 2/y --7
/►') o y ( DD VYJ ► j
732 tiltj`'pA
( S`/ t) 2 .; 0(d Fax Number (s ---t 2) 2 3 ' - 73 23
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FROM AWARD.
X 73'61
•
ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF BID
ANY EXCEPTIONS THERETO MUST BE IN WRITING
1. BIDDING REQUIREMENTS:
1.1 Bidding requires pricing per unit shown and extensions. If trade discount is shown on bid, it should be deducted and net line extensions shown. Bidders guarantees
product offered will meet or exceed specifications identified in this Invitation For Bid (IFB).
1.2 Bids should be submitted on this form. Each bid shall be placed in a separate envelope completely and properly identified. See instructions on reverse side. Bids must be
in the office of the City Purchasing Agent before the hour and date specified on the reverse side of this IFB.
1.3 Late bids properly identified will be returned to bidder unopened. Late bids will not be considered.
1.4 Bid F.O.B. destination, freight, prepaid, & allowed unless otherwise specified on the IFB. If otherwise, show exact cost to deliver.
1.5 Bid unit price on quantity and unit of measure specified, extend and show total. In case of errors in extension, unit prices shall govern. Bids subject to unlimited price
increase will not be considered.
1.6 Bid prices shall be firm for acceptance 30 days from bid opening date. "Discount from List" bids are not acceptance unless requested. Cash discount will not be
considered in determining the low bid. All cash discounts offered will be taken if earned.
1.7 Bids shall give Tax Identification Number, full name and address of bidder. Failure to sign will disqualify bid. Person signing bid shall show tittle and authority to bind
signatories firm in a contract. Firm name should appear on each page in the block provided in the upper right corner. Business Entity shall be one (1) of the following:
Individual, Partnership, Sole Proprietorship, Estate/Trust, Corporation, Govemmental. Non-profit, all others shall be specified. INDIVIDUAL: List name and number as
shown on Social Security Card. SOLE PROPRIETORSHIP; List legal name followed by legal business name and Social Security Number. ALL OTHERS; List legal name
of entity and Tax Identification Number (Tin).
1.8 Bid cannot be altered or amended after opening time. Any Alterations made before opening time shall be initialed by bidder or an authorized agent. No bid can be
withdrawn after opening time without approval of the CITY based on a written acceptable reason.
1.9 The City is exempt from State Sales Tax and Federal Excise Tax. Do not include tax in bid.
1.10 The City reserves the right to accept or reject all or any part of bid, waive minor technicalities and award the bid to best serve the interests of the City, Split awards may be
made at the sole discretion of the City.
1.11 Consistent and continued tie bids could cause rejection of bids by the City and/or investigation for antitrust violations.
1.12 Telephone bids and facsimile bids are not acceptable in response to the IFB.
1.13 CAUTION: Bid invitation allows sufficient time for receipt of the preferred mail response. The City shall not be responsible for bids received late, illegible, incomplete, or
otherwise non-responsive
2. SPECIFICATION:
21 Any catalog, brand name or manufacturer's reference used in IFB is descriptive only (not restrictive), and is used to indicate type and quality desired. Bids on brands of like
nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Govemment Code. If other than brand(s) specified is
offered, illustrations and complete descriptions of product offered are requested to be made a part of the bid. If bidder takes no exceptions to specifications or reference
data in bid, bidder will be required to fumish brand names, numbers, etc, as specified in the IFB.
2.2 All items bid shall be new, in first class condition, including containers suitable for shipment and storage, unless otherwise indicated in IFB. Verbal agreements to the
contrary will not be recognized.
2.3 Samples, when requested, must be fumished free of expense to the City. If not destroyed in examination, they will be retumed to the bidder, on request, at bidder expense.
Each example should be marked with bidders' name and address, City bid number and code. Do not enclose in or attach to bid.
2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of this IFB.
2.5 Manufacturer's standard warranty shall apply unless otherwise stated in the IFB.
3. TIE BIDS: In case of tie bids, the award wit be made in accordance with Section 271.901 of the Texas Local Government Code.
4. DELIVERY:
4.1 Bid should show number of days required to place material in City's designated location under normal conditions. Failure to state deliver time obligates bidder to complete
delivery in fourteen (14) calendar days. Unrealistically short or long delivery promises may cause bid to be disregarded. Consistent failure to meet delivery promises
without valid reason may cause removal from bid list. (See 4.2 following.)
4.2 if delay is foreseen, contractor shall give written notice to the City. The City has the right to extend delivery date if reasons appear valid. Contractor must keep the City
advised at all times of status of order. Default in promised delivery (without acceptable reasons) or failure to meet specifications, authorizes the City to purchase supplies
elsewhere and charge full increase, if any, in cost and handling to defaulting contractor.
4.3 No substitutions or cancellations permitted without written approval of the City.
4.4 Delivery shall be made during normal working hours only, unless prior approval for late delivery has been obtained from the City, unless otherwise specified in the IFB.
5. INSPECTION AND TESTS: All goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have
access to any supplier's place of business for the purpose of inspecting merchandise. Tests may be performed on samples submitted with the bid or on samples taken from
regular shipments. If the products tested fail to meet or exceed all conditions and requirements of the specifications, the cost of the sample used and the cost of the testing shall
be bome by the supplier. Goods, which have been delivered and rejected in whole or in part, may, at the City's option, be retumed to the Vendor or held for disposition at Vendor's
risk and expense. Latent defects may result in revocation of acceptance.
6. AWARD OF CONTRACT: A response to an IFB is an offer to contract with the City based upon the terms, conditions, and specifications contained in the IFB Bids do not become
contracts unless and until they are accepted by the City through its designates and a purchase order is issued. The contract shall be govemed, construed, and interpreted under
the Charter of the City and the laws of State of Texas. All contracts are subject to the approval of the City Council.
7. PAYMENT: Vendor shall submit three (3) copies of an invoice showing the purchase order number on all copies.
8. PATENTS AND COPYRIGHTS: The contractor agrees to protect the City from claims involving infringements of patents or copyrights.
9. VENDOR ASSIGNMENTS: Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract, which arise under the antitrust laws of the State
of Texas. Tx, Bus. And Comm. Code Ann. Sec. 15.01, et seq. (1967).
10. BIDDER AFFIRMATION:
10.1 Signing this bid with a false statement is a material breach of contract and shall void the submitted bid or any resulting contracts, and the bidder shall be removed from all
bid lists. By signature hereon affixed, the bidder hereby certifies that
10.2 The bidder has not given, offered to give, nor intends to give any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, tip, favor,
or service to a public servant in connection with the submitted bid.
10.3 The bidder is not currently delinquent in the payment of any debt owed the City.
10.4 Neither the bidder nor the firm, corporation, partnership, or any entity represented by the bidder, or anyone acting for such firm, corporation, or entity has violated the
antitrust laws of this State codified in Section 15.01 et. Seq. Texas Business and Commercial 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.
10.5 The bidder has not received compensation for participation in the preparation of the specification for this IFB.
11. NOTE TO BIDDERS: Any terms and conditions attached to bid will not be considered unless the bidder specifically references them on the front of this bid form. WARNING: Such
terms and conditions may result in disqualification of the bid (e.g. bids with the laws of a state other than Texas requirements for prepayment. Limitations on remedies, etc.) The
City of Round Rock can only accept bids which contain all the terms and conditions of its formal IFB; in particular, all bidders affirmations and certifications must be included.
Submission of bids on forms other than City bid form may result in disqualification of your bid.
12. INQUIRIES: Inquiries pertaining to bid invitations must give bid number, codes, and opening date.
Reference Sheet
Page 2 of 2 Dated: 05/2005
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
CITY OF ROUND ROCK
UNIFORM CLEANING SERVICES
PART 1
GENERAL
1. PURPOSE: The City seeks to establish a multiple year contract with a responsible bidder that has
the means and ability to clean the City's Police and Fire Department uniforms for work and dress.
Vendor shall provide services to include, next day dry cleaning and laundering, minor alterations
and packaging uniforms as needed and in the specified time period throughout the contract year
and any extensions.
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 goods, equipment or services.
2.2. City — Identifies the City of Round Rock, Travis and Williamson Counties, Texas.
2.3. Agreement — A mutually binding legal document obligating the Vendor to fumish the goods,
equipment or services, and obligating the City to pay for it.
2.4. 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.
2.5. Goods represent materials, supplies, commodities and equipment.
2.6. 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 a contract. 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.
2.7. 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
2.8. 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 contract with the City.
3. CLARIFICATION: For clarification of specification, bidders may contact:
Carolyn Brooks, CPPB
Purchasing Division
(512) 218-5457
cmb218@round-rock.tx.us
The individual listed above may be contacted by telephone, e-mail, 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 through the
Purchasing Division.
4. CONFLICT OF INTEREST: Effective January 1, 2006, Chapter 176 of the Texas Local Government Code
(House Bill 914) requires that any vendor or person considering doing business with a local govemment
entity disclose the vendor or person's affiliation or business relationship that might cause a conflict of
interest with a local government entity. The Conflict of Interest Questionnaire form is available from the
Texas Ethics Commission at www.ethics.state.tx.us. Completed Conflict of Interest Questionnaires may
be mailed or delivered by hand to the City Secretary. If mailing a completed form, please mail to:
City of Round Rock
Christine Martinez, City Secretary
221 East Main Street
Round Rock, Texas 78664
Page 1 of 9
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
4.1. Any attempt to intentionally or unintentionally conceal or obfuscate a conflict of interest
may automatically result in the disqualification of the vendor's proposal.
PART II
GENERAL CLAUSES AND CONDITIONS
1. 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.
2. EXCEPTIONS: Any variation from this specification must be indicated on the bid or on a separate
attachment to the bid. The sheet shall be labeled as such.
3. STANDARDIZATION: The City of Round Rock is committed to procuring quality goods and equipment. We
encourage manufacturers to adopt the International Organization for Standardization (ISO) 9001-9003,
latest revision standards, technically equivalent to the American National Standards Institute/American
Society for Quality Control (ANSI/ASQC Q91-93 1987), and obtain certification. Adopting and implementing
these standards is considered beneficial to the manufacturer, the City, and the environment. It is the City's
position that the total quality management concepts contained within these standards can result in reduced
production costs, higher quality products, and more efficient use of energy and natural resources.
Manufacturers should note that future revisions to this specification might require ISO certification.
4. ENVIRONMENT: It is the intent of the City to purchase goods and equipment having the least adverse
environmental impact, within the constraints of statutory purchasing requirements, departmental needs,
availability, and sound economical considerations. Suggested changes and environmental enhancements
for possible inclusion in future revisions of this specification are encouraged.
5. 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.
6. 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.
7. BEST VALUE 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.
7.1 Bid price
7.2 Reputation of the bidder and of bidder's goods and services.
7.3 The quality of the bidder's goods or services.
7.4 The extent to which the goods or services meet the City's needs
7.5 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.
7.6 The total long-term cost to the Municipality to acquire the bidder's goods or services.
8. 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.
7. VENDOR PERFORMANCE: The City Manager reserves the right to review the Vendor's performance at the
end of each twelve month contract period and to cancel all or part of the Agreement (without penalty) or
continue the contract through the next period.
8. PRICE: The contract price bid shall be firm for the duration of the contact or extension periods. No
separate line item charges shall be permitted for either bidding or invoice purposes, which shall include
equipment rental, demurrage, all cost associated with obtaining permits or any other extraneous charges.
Page 2 of 9
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
9. PRICE ADJUSTMENT: The City may permit "unit price" adjustments upward, only as a result of a cost
increase in goods or services in accordance with the Producers Price Index located at
http://stats.bls.gov/Dpi/home.htm. 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
decreases in excess of the allowable percentage change at any time.
10. 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
Manager reserves the right to:
10.1. Renew the Agreement for two additional periods of time not to exceed twelve months for each
renewal provided bother parties agree.
10.2. Review the following at the end of each twelve-month period or renewal:
10.2.1. Vendor performance
10.2.2. Price
10.2.3. Continuing need
10.2.4. Advancements in technologies and or service
10.3. The City may terminate the Agreement with or without cause or may continue through the next
twelve-month review or renewal period.
11. 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 goveming 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.
12. 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 120 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.
13. ABANDONMENT OR DEFAULT: A Vendor who abandons or defaults the work on the contract 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. 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 agreement, 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.
15. 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.
16. INSURANCE: The Vendor shall procure and maintain at its sole cost and expense for the duration of the
contract 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.
16.1. Certificates of Insurance and endorsements shall be fumished to the City and approved by the City
before work commences.
16.2. The following standard insurance policies shall be required:
16.2.1. General Liability Policy
16.2.2. Automobile Liability Policy
16.2.3. Worker's Compensation Policy
Page 3 of 9
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
16.3. The following general requirements are applicable to all policies:
16.3.1. Only insurance companies licensed and admitted to do business in the State of Texas shall
be accepted.
16.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable only on a per
occurrence basis for property damage only.
16.3.3. Claims made policies shall not be accepted, except for Professional Liability Insurance.
16.3.4. Upon request, certified copies of all insurance policies shall be fumished to the City
16.3.5. Policies shall include, but not be limited to, the following minimum limits:
16.3.5.1. Minimum Bodily Injury Limits of $300,000.00 per occurrence.
16.3.5.1.1. Property Damage Insurance with minimum limits of $50,000.00
for each occurrence.
16.3.5.1.2. 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.
16.3.5.1.3. Statutory Worker's Compensation Insurance and minimum
$100,000.00 Employers Liability Insurance.
16.3.6. Coverage shall be maintained for two years minimum after the termination of the Contract.
16.4. 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 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.
16.5. Vendor agrees that with respect to the required insurance, all insurance contracts and certificate(s)
of insurance will contain and state, in writing, on the certificate or its attachment, the following
provisions:
16.5.1. Provide for an additional insurance endorsement clause declaring the Vendor's insurance
as primary.
16.5.2. 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.
16.5.3. Provide thirty days notice to the City of cancellation, non -renewal, or material changes
16.5.4. Remove all language on the certificate of insurance indicating:
16.5.4.1. That the insurance company or agent/broker shall endeavor to notify the City;
and,
16.5.4.2. Failure to do so shall impose no obligation of liability of any kind upon the
company, its agents, or representatives.
16.5.5. Provide for notice to the City at the addresses listed below by registered mail:
16.5.5.1. 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.
16.5.6. Provide that all provisions of this contract 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.
16.5.7. 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.
16.5.8. 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.
16.5.9. All notices shall be mailed to the City at the following addresses:
Page 4 of 9
Assistant City Manager
City of Round Rock
221 East Main Street
Round Rock, TX 78664-5299
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
City Attorney
City of Round Rock
309 East Main Street
Round Rock, TX 78664
16.6. 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 these requirements. Neither shall bankruptcy, insolvency, or denial of liability by the insurance
company relieve the Vendor from liability.
16.7. 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.
17. 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
govemmental entity.
17.1. 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.
17.2. 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.
17.3. 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 fumishes 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.
17.4. 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.
17.5. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the
contract.
17.6. 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.
17.7. The CONTRACTOR shall obtain from each person providing services on a project, and provide to the
OWNER:
17.8. 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
17.9. 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.
17.10. The CONTRACTOR shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
17.11. 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.
17.12. 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
lack of coverage.
17.13. The CONTRACTOR shall contractually require each person with whom it contracts to provide
services on a project, to:
Page 5 of 9
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
17.14. 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 its employees providing services on the project, for the duration of the project;
17.15. 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;
17.16. 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;
17.17. obtain from each other person with whom it contracts, and provide to the CONTRACTOR:
17.18. a certificate of coverage, prior to the other person beginning work on the project; and
17.19. 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
17.20. retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
17.20.1. 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
17.20.2. 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.
17.20.3. 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.
17.20.4. 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.
18. LIENS: Vendor 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 agreement. At
the City's request the Vendor or subcontractors shall provide a proper release of all liens or satisfactory
evidence of freedom from liens shall be delivered to the City.
19. VENUE: Both the City and the Vendor agree that venue for any litigation arising from a resulting agreement
shall lie in Williamson County, Texas.
20. 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 III
SPECIFICATIONS
1. SCOPE: This specification describes a next business day service to clean uniform shirts, trousers, jackets,
coats and ties for The City of Round Rock Police and Fire Departments as specified herein. Services shall
include but not be limited to garment receipt or pickup, spot treatment; minor repairs such as button
replacement, tom pocket, hem, press and package garment, and deliver to the locations or have garments
available for pickup within a reasonable driving distance within the City.
2. STATEMENT OF INTENT: These specifications cover only the general requirements as to the performance,
as well as certain details to which the successful bidder shall conform. Bidders shall be responsible for next
day service for cleaning garments per manufacturer instructions and delivering a product that meets or
exceeds all of the requirements of this specification.
3. DRY CLEANING: Bidder is directed to Attachment "A" of this specification for specific identification of
current dry clean uniforms. Vendor shall "Re -clean" any garment at no cost to the City that does not
conform to the requirements listed below. Vendor shall:
Page 6 of 9
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
3.1. Have next day service. Any garment dropped off at vendor's location or picked up at City location
by vendor before 10:00 a.m. shall be ready for pick up or delivered 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 due to cleaning with other garments that expel lent or
dirty machines. -
3.4. Stock and 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 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. Hang clean garments and package in standard cellophane type bag.
3.10. 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.
4. LAUNDRY: Uniforms shall be washed, dried and pressed as specified or as recommended by the
manufacturer. Bidder is directed to Attachment "A" of this specification for specific identification of current
uniforms and the laundering preference. Vendor shall Re -clean any garment at no cost to the City that
does not meet or exceed requirements.
5. SITE VISITS: The City and/or their representatives will have the right to visit and inspect the bidder's facility
any reasonable time prior to award and/or to conduct unannounced visits during the performance of the
service.
6. SERVICE REQUIREMENTS: The Vendor shall:
6.1. Provide to the City the name and telephone number of Vendor's representative.
6.2. Minor alterations shall include, but not be limited to the following:
6.2.1. Hem
6.2.2. Replace zippers and buttons
6.2.3. Chevrons on shirts
6.2.4. Remove/add patches
6.3. Notify the City of business changes that may affect the performance of agreement.
6.4. Reimburse the City by credit invoice for lost or damaged garments due to vendor's negligence.
7. BIDDER QUALIFICATIONS: The opening of a bid will not be construed as the City's acceptance of such
bidder as qualified and responsible. All bidders shall:
1.1 Be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of
commodity or provision of the services as specified herein.
1.2 Have adequate organization, facilities, equipment and personnel to ensure prompt and efficient
service to the City.
1.3 Fumish the following information with their bid submittal:
1.3.5 Location of facility(ies).
1.3.6 Dry cleaning process used.
1.3.7 Type of filtration method used.
1.3.8 How often is filter cleaned?
1.3.9 Brand of soap and sizing used.
1.4 Provide references to include the name, address, telephone number and point of contract of at
least three entities for which the bidder has preformed similar service and or utilized the exact
technology within the past three years. Any negative responses received may result in
disqualification of bid.
7 of 9
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
1.5 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.
2. CONFIDENTIALITY OF CONTENT: All bids submitted in response to this IFB shall be held confidential
until a contract is awarded. Following the contract award, bids 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.
2.1 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 proposal,
which the Bidder believes to be confidential. Vague and general claims as to confidentiality shall
not be accepted. All proposals and parts of proposals that are not marked as confidential will be
automatically considered public information after the contract is awarded.
PART IV
DELIVERY, ACCEPTANCE AND PAYMENT
1. DELIVERY: Unless otherwise specified City personnel will drop off and pick up uniforms from vendors
location between normal business hours. NOTE: If bidder offers a pickup and delivery service, there will be
a minimum of two City locations that will be determined by the City.
2. ACCEPTANCE: Acceptance inspection should not take more than two working days. The vendor will be
notified within this time frame if the item(s) delivered is not in full compliance with the specifications. If any
purchase order is canceled for non-acceptance, the needed service may be purchased elsewhere and the
vendor may be charged full increase, if any, in cost and handling.
3. INVOICING: Vendor 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
4. 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:
4.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials,
services or equipment delivered or the services performed that causes the payment to be late; or
4.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a
timely payment with Federal Funds; or
4.3. 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
4.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase
order or agreement or other such contractual agreement.
5. OVERCHARGES: Vendor hereby assigns to purchaser any and all claims for overcharges associated with
this agreement which arise under the antitrust laws of the United 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 seq.
8 of 9
SPECIFICATION NO.
00-954-20-01
REVISED: AUG 2006
ATTACHMENT "A"
1. DRY CLEAN UNIFORMS: The uniforms identified for dry cleaning services wom by the City of Round
Rock:
1.1. Police - Current uniforms consist of 45% Worsted wool and 55% Dacron polyester. These
uniforms consist of the following:
1.1.1. Long sleeve shirts, military type with two (2) pleated patch breast pockets with flaps,
epaulets and manufactured with two (2) permanent silicone creases in the front and three
(3) in back.
1.1.2. Short sleeved shirts, military type with two (2) pleated patch breast pockets with flaps,
epaulets and manufactured with two (2) permanent silicone creases in the front and three
(3) in back.
1.1.3. Trousers, split seam, dress style with permanent silicone creases.
1.1.4. Jackets, Taslon nylon B. Dry shell, waterproof, windproof, breathable lining, zip -out b.
warm insulated quilted liner with zip -off sleeves.
1.2. Fire - Class A's uniforms consist of 45% Worsted wool and 55% Dacron polyester. These uniforms
consist of the following:
1.2.1. Long Sleeve shirts, military type with two pleated patch breast pockets with flaps and
manufactured with two permanent creases in the front and three in back.
1.2.2. Short sleeved shirts, military type with two pleated patch breast pockets with flaps and
manufactured with two permanent creases in the front and three in back.
1.2.3. Trousers, split seam, dress style dress with permanent creases side pockets and hip
pockets.
1.2.4. Coat, double-breasted dress style with peak lapels, two lower welt pockets, an upper welt
simulated breast pocket, three cloth -reinforce inside pockets and badge tab.
1.2.5. Jackets, Taslon nylon B. Dry shell, waterproof, windproof, breathable lining, zip -out b.
warm insulated quilted liner with zip -off sleeves.
2. LAUNDRY UNIFORMS: The uniforms identified for laundry service are worn by the City of Round Rock:
2.1. Police. Both shirt and trouser consist of 35% Cotton Blend and 65% polyester and shall be
washed inside out in cold water with mild detergent tumble dried and pressed unless otherwise
specified by the manufacturer. Starch if requested. Uniforms consist of the following:
2.1.1. Shirts, short sleeved, BDU type with no crease in sleeves.
2.1.2. Trousers, BDU type with creases down center of each trouser leg shall be washed inside
out in cold water with mild detergent tumble dry and pressed. Starch if requested.
2.1.3. Shorts, BDU type with creases down center of each trouser leg shall be washed inside
out in cold water with mild detergent tumble dry and pressed. Starch if requested.
2.2. Firefighters. The trousers consist of 100% NOMEX and shirts 100% cotton. These uniforms
consist of the following:
2.2.1. Shirts — White uniform with permanent crease three on the back and two on front shall be
washed in warm water with mild detergent, tumble dry and pressed. Starch if requested.
2.2.2. Trousers — NOMEX uniform type with creases down center of each trouser leg shall be
washed in hot water, NO STARCH.
9 of 9