Loading...
R-01-08-09-13A1 - 8/9/2001 RESOLUTION NO. R-01-08-09-13A1 WHEREAS, the City of Round Rock has duly advertised for bids for car wash service for the Police Department, and WHEREAS, Vizza Wash, Inc . , dba The Wash Tub has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of Vizza Wash, Inc . , dba The Wash Tub, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City an Annual Purchasing Agreement for Car Wash Service for Police Vehicles with Vizza Wash, Inc . , dba The Wash Tub, a copy of said Agreement attached hereto 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, and the Act . RESOLVED this 9th day of August 01 . RO—BtVT A. STLUKA, UR. , Mayor T City of Round Rock, Texas AA AAA i 1iZ F I JO E LAND, City Secretary ::ODMA\WORLDOX\O:\WDOX\RESOLUTI\00008604.WPD/sc CITY OF ROUND ROCK ANNUAL PURCHASING AGREEMENT FOR CAR WASH SERVICE FOR POLICE VEHICLES THIS AGREEMENT, is made and entered into this 9 of OLIA4CLdt 20PL, by and between the City of Round Rock, a Texas home-rule municipal corp ration, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299, herein after referred to as "City" and Vizza Wash, Inc., dba The Wash Tub, 16035 University Oak, San Antonio, Texas 78249, hereinafter referred to as "Vendor", and City and Vendor are collectively referred to as the "parties". RECITALS: WHEREAS, the City desires to contract with Vendor on a multi-year contract basis to provide the City with car wash service and WHEREAS, the Invitation fof Bid to provide the City with car wash service previously issued for said car wash service and the City has selected the Bid submitted by Vizza Wash, Inc. dba The Wash Tub; and WHEREAS, the parties hereby desire to enter into this Agreement to set forth, in writing, their respective rights, duties and obligations hereunder; NOW, THEREFORE, WITNESSETH, that for and in consideration of the mutual promises contained herein and other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 1.0 CONTRACT DOCUMENTS AND EXHIBITS The City of Round Rock selected Vendor as the integrator of choice to supply car wash service as outlined in IFB Specification Number 01-015 and Response to IFB submitted by Vendor(Exhibit A). The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by Vendor in their response to the IFB. The services that are the subject matter of this Agreement are further described in Exhibit A, and together with this Agreement comprise the Agreement, and they are fully a part of this Agreement as if herein repeated in full. 2.0 ITEMS AWARDED The following bid items of Exhibit A are the subject of this agreement: Car wash to include washing outside, rinsing and wiping off; vacuuming inside; cleaning windows inside and outside; applying tire protectant to all tires $7.25 ea. NOTE: Designated Locations for services are: 1001 E. Palm Valley Blvd. or 1322 Round Rock Ave. Round Rock, Texas 1 / w ' 3.0 COSTS The bid costs listed in Exhibit A shall be the basis of any charges collected by the Vendor. 4.0 INVOICES: All invoices shall include but not be limited to the following information: 4.1 Name and address of Vendor 4.2 Purchase Order Number 4.3 Description and quantity of item(s)received for Service 4.4 Service Date(s) 5.0 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Vendor will be made within thirty(30) days of the day on which the City receives the supplies, materials, equipment, or within thirty(3) days of the day on which the performance of services was complete, or within thirty(30) days of the day on which the City receives a correct invoice for the supplies, materials, equipment, or services, whichever is later. Vendor may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy, however, this policy does not apply to payments made by the City in the event: 5.1 there is a bona fide dispute between the City and Vendor concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or 5.2 the terms of a Federal contract, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or 5.3 there is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the services performed which causes the payment to be late; or 5.4 the invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order, or this Agreement or other such contractual agreement. 6.0 DURATION OF AGREEMENT The term of this agreement shall be for a period of time of twelve (12) months from the date of award. Prices shall be firm for the duration of the agreement, except as provided for hereinabove. This agreement may be renewed for three (3) more additional periods of time not to exceed the original service period,provided both parties agree. Contract extension shall be for the original price, terms and conditions plus any approved changes. The City reserves the right to review the Vendor's performance at the end of each twelve- month period and cancel all or part of the agreement or continue the agreement through the next period. 7.0 TERMINATION OF THIS AGREEMENT The City may terminate this agreement for any reason by giving Vendor ten(10) days written notice. Upon delivery of such notice by the City to Vendor, the Vendor shall discontinue all services in connection with the performance of this agreement and shall 2 proceed to cancel promptly all existing orders and contracts insofar as such orders or contracts are chargeable to this agreement. Within thirty(30) days after receipt of notice of termination, the Vendor shall submit a statement, showing in detail the services satisfactorily performed under this agreement to the date of termination. The City will then pay the Vendor that portion of the prescribed charges. The Parties agree Vendor is not entitle to compensation for services it would have performed under the remaining term of the Contract except as provided above. 8.0 ORDERS PLACED WITH ALTERNATE VENDORS If the Vendor cannot provide the service(s) as specified, the City reserves the option to obtain the services from another supplier. 9.0 ABANDONMENT OR DEFAULT A Vendor who abandons or defaults the work on this agreement and causes the City to purchase the services elsewhere may be charged the difference in cost, if any, and will not be considered in the re-advertisement of the service and may not be considered in future bids for the same type of work unless the scope of work is significantly changed. 10.0 TAXES The City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in charges. 11.0 ASSIGNMENT Vendor's rights and duties awarded by this agreement may not be assigned to another without written consent of the city signed by the City's authorized agent. Such consent shall not relieve the assignor of the liability in the event of default by the assignee. 12.0 GRATUITIESBRIBES The City may,by written notice to Vendor, cancel this contract without liability to Vendor if it is determined by the City that gratuities or bribes in the form of entertainment, gifts, or otherwise,were offered or given by Vendor, or its agent or representative to any City officer, employee or elected representative with respect to the performance of this agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 13.0 INDEMNIFICATION Vendor agrees to and shall indemnify, defend, and hold harmless the City, its officers, agents, and employees, from and against any and all claims, losses, damages, causes of action, suits, and liability of every kind, including all expenses of litigation, court costs, and attorney's fees for injury to any person, or for damages to any property, arising out of or in connection with any act or omission, negligence, willful misconduct in the performance of this Agreement done by Vendor, its officers, agents, employees, or subcontractors under this Agreement, without regard to whether such persons are under the direction of City agents or employees. 14.0 INSURANCE Vendor shall meet requirements as stated in the attached Invitation to Bid No. 01-015 and their bid response. 15.0 APPLICABLE LAW 3 Notices will be effective upon delivery at the above addresses until the parties notify each other, in writing, of a change in address. IN WITNESS WHEREOF the parties to these presents have executed this Agreement on the 9 t day of UktqAat 1001- Cl F O 3K VIZZA WASH, INC dba THE WASH TUB B By: ROBE A. STLUKA, JR., Wayor Name: / Urcr marcs City of Round Rock Title: ����i� a, �► �' Atte Attest: By: By: JO LAND, City Secretary Name: City of Round Rock Title: 5 This agreement shall be governed by the laws of the State of Texas. It is expressly agreed by both Parties that Williamson County is the place for performance of this contract and that Williamson County, Texas shall be the proper County for venue purposes in any litigation arising herefrom. No rights, remedies, and warranties available to the City under this agreement or by operation of law are waived or modified unless expressly waived or, modified by the City in writing. 16.0 VENUE The parties agree that venue for any litigation arising from this agreement shall lie in Williamson County, Texas. 17.0 NON-APPROPRIATION This Contract is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate this Contract at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City's budget for the fiscal year in question. The City may effect such termination by giving Vendor a written notice of termination end of its then current fiscal year. 18.0 RIGHT TO ASSURANCE Whenever one party to this agreement in good faith has reason to question the other party's intent to perform, the questioning party may demand that the other party give written assurance of their intent to perform. In the event that a demand is made and no assurance is given within five(5) days, the demanding party may treat this failure as an anticipatory repudiation of the contract. 19.0 MULTIPLE COUNTERPARTS This agreement may be executed in multiple counterparts, any one of which shall be considered an original of this instrument, all of which, when taken together shall constitute one and the same instrument. 20.0 NOTICES For the purposes of this Agreement, notices to the City shall be to: City Manager City of Round Rock 221 East Main Street Round Rock, Texas 78664-5299 With a copy to: Stephan L. Sheets, City Attorney 309 East Main Street Round Rock, Texas 78664 Notice to Vendor shall be to: Vizza Wash, Inc., dba The Wash Tub 16035 University Oak San Antonio, Texas 78249 4 INVITATION FOR BID (IFS) CITY OF ROUND ROCK PURCHASING OFFICE 221 E. Main Street Round Rock,Texas 78884-5299 BIDS ARE DUE TO THE PURCHASING OFFICE BIDDING INFORMATION: AT THE ABOVE ADDRESS REFORF,BID FACIMiLE KgPON9" Rip NUMBER 01-015 OPENING TIME. SHALL NOT BE ACCEPTIM OPP-NINO DATE: 8119107 AID LDCAT=p 321 E Main Susi 1sL Hoar INVOICE TO: Council Chambers,Round Rock,TX 78664 364ow KO OPEMW DATE s RETURN SIGNED DMGINAL AND ONE COPY OF Dio Chy of Round Rock ao Mad"s.urnrR u-xt rumnce Department HAND coentw Of=AL=ro HAL SIGN ateLQW 221 East Whin Street EWROPE L SHOW Wn" \ to sign bid tala Iffy bid Round Rock. Teras 78664-5299 „opl,r,S;OF aiobac RAWL \VAS 5 31 U� Authoried Signature Date am F.O.B.OESTwAncw F)1, � uU•�f rJ UNLESS OTHERWISE SPECIFIED BELOW Print Name DESTINATION: SEE 1.6 ON BACK FW INSTRUCTIONS: TAX ID ND.:_—M--toGN-10 i3O CGntraGLor's location LEGAL 1itl f MMS NAME:V I?,e ft Y jpSN 11 TvA ADDAESSs ooi PPt.on V "' Mc.-A 941D `rye I IT 6 6'1 ADDRESS: Zi 1ZpJ,Jr CZO,.W CZ-a CONTACT: V4eP%TA R+AVMt�N r�l.EPrfonrFNo,:?.�oc�g3�ELi. �yo�p 5�t E��-8'�� 8u.&INESSENCITY TYPE: CPr��KpSN -.-. -- Bidder agrees to comply with all conditions set forth below and on the reverse slide of this IFR. REM a CLASS&rTEM MIX&CRIPTION QTY V UNIT ^M"EIMODEL WHIT EXTENSION 662-13 PfltCE This is to establish a tweiva-month contract for a 13RUSHLESS car washing service with the option to extend the contract an additional three twelve-month periods,in accordance Terms and Conditions attached(2 pgs) Estimated quantity is 5200 vshicles In a twelve month period. No guarantee of any minimum or maximum is made or implied-The City will only order services needed to Satisfy operating requirements, There shall be no minimum order quantity. Prospective vendors shall have an established business wishin the city limits of Round Rock,YX I Service for vehicle shall include the following: 5200 ea. ?(Z%vnw •LS S-1t,O Wash the outside, rinse,and wipe off 1 Al L Vacuum inside Clean windows inside and outside 0".\ToS s Apply Lire protectant to all tires Service Location(s)100t t�p�,►,ti%44y 9AyA. (T�Z't. �4)u.NO.��t.1a.rrr.NLt'C GrwW Toia1: J7m10t7 0ELWAY IN DAYS -Gy the signature hereon affixed,the balder hereby owti iea that noitha the bidder not the entity repreaentoo by the biaaar,or-Vohs acting for such onrity has vickviod the sntiriwr Iowa a1 Mo Srata,aodMied b Section 15,01 of Kq.,Te,ra,s eusuess Ona Commerce Cone,or Via Peaeral anrtrruet - laws,nor commnunicaubd drectly or indrecLly,the bid made to any eompatitor or any athor perfon evmgagod In such fine of butgneet.- DATE: August 6, 2001 SUBJECT: City Council Meeting—August 9, 2001 ITEM: 13.A.1. Consider a resolution authorizing the Mayor to execute an Annual Purchasing Agreement for Car Wash Service for Police Vehicles with Vizza Wash, Inc., dba The Wash Tub. Resource: Paul Conner, Chief of Police Captain Chris Bratton History: The company with which the City previously did its car-washing business was recently purchased by another firm and subsequently raised its prices. The City seeks to prevent this through a one-year contract, with a one-year extension option, that locks in the price per car wash. There are but a few vendors in the City for this service, and the City received a single bid. The City finds the bid price of $7.25 per car wash to be acceptable. The estimated cost of the contract is $37,700, but the contract locks into only the price—there are no volume requirements. The Police Department has budgeted sufficient funds in its proposed Fiscal Year 2001-02 budget to cover this contract. Funding: Cost: $37,700 (estimate) Source: General Fund Outside Resources: None Impact/Benefit: Approving this contract will allow the Police Department to maintain a professional appearance with respect to its vehicles. Public Comment: N/A Sponsor: None CITY OF ROUND ROCK ANNUAL PURCHASING AGREEMENT FOR CAR WASH SERVICE FOR POLICE VEHICLES THIS AGREEMENT, is made and entered into this q of QU44.4.t 20 D 1,by and between the City of Round Rock, a Texas home-rule municipal co ration, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299, herein after referred to as "City" and Vizza Wash, Inc., dba The Wash Tub, 16035 University Oak, San Antonio, Texas 78249, hereinafter referred to as "Vendor", and City and Vendor are collectively referred to as the "parties". RECITALS: WHEREAS, the City desires to contract with Vendor on a multi-year contract basis to provide the City with car wash service and WHEREAS, the Invitation for Bid to provide the City with car wash service previously,issued for said car wash service and the City has selected the Bid submitted by Vizza Wash, Inc. dba The Wash Tub; and WHEREAS, the parties hereby desire to enter into this Agreement to set forth, in writing, their respective rights, duties and obligations hereunder; NOW, THEREFORE, WITNESSETH, that for and in consideration of the mutual promises contained herein and other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 1.0 CONTRACT DOCUMENTS AND EXHIBITS The City of Round Rock selected Vendor as the integrator of choice to supply car wash service as outlined in IFB Specification Number 01-015 and Response to IFB submitted by Vendor(Exhibit A). The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the IFB and as offered by Vendor in their response to the IFB. The services that are the subject matter of this Agreement are further described in Exhibit A, and together with this Agreement comprise the Agreement, and they are fully a part of this Agreement as if herein repeated in full. 2.0 ITEMS AWARDED The following bid items of Exhibit A are the subject of this agreement: Car wash to include washing outside, rinsing and wiping off; vacuuming inside; cleaning windows inside and outside; applying tire protectant to all tires $7.25 ea. NOTE: Designated Locations for services are: 1001 E. Palm Valley Blvd. or 1322 Round Rock Ave. Round Rock, Texas 1 3.0 COSTS The bid costs listed in Exhibit A shall be the basis of any charges collected by the Vendor. 4.0 INVOICES: All invoices shall include but not be limited to the following information: 4.1 Name and address of Vendor 4.2 Purchase Order Number 4.3 Description and quantity of item(s) received for Service 4.4 Service Date(s) 5.0 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Vendor will be made within thirty(30) days of the day on which the City receives the supplies, materials, equipment, or within thirty(3) days of the day on which the performance of services was complete, or within thirty(30) days of the day on which the City receives a correct invoice for the supplies, materials, equipment, or services, whichever is later. Vendor may charge a late fee (fee shall not be greater than that which is pen'nitted 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: 5.1 there is a bona fide dispute between the City and Vendor concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or 5.2 the terms of a Federal contract, grant, regulation, or statute prevent the City from making a timely payment with Federal Funds; or 5.3 there is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the services performed which causes the payment to be late; or 5.4 the invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order, or this Agreement or other such contractual agreement. 6.0 DURATION OF AGREEMENT The term of this agreement shall be for a period of time of twelve (12) months from the date of award. Prices shall be firm for the duration of the agreement, except as provided for hereinabove. This agreement may be renewed for three(3) more additional periods of time not to exceed the original service period,provided both parties agree. Contract extension shall be for the original price, terms and conditions plus any approved changes. The City reserves the right to review the Vendor's performance at the end of each twelve- month period and cancel all or part of the agreement or continue the agreement through the next period. 7.0 TERMINATION OF THIS AGREEMENT The City may terminate this agreement for any reason by giving Vendor ten(10) days written notice. Upon delivery of such notice by the City to Vendor, the Vendor shall discontinue all services in connection with the performance of this agreement and shall 2 proceed to cancel promptly all existing orders and contracts insofar as such orders or contracts are chargeable to this agreement. Within thirty(30) days after receipt of notice of termination, the Vendor shall submit a statement, showing in detail the services satisfactorily performed under this agreement to the date of termination. The City will then pay the Vendor that portion of the prescribed charges. The Parties agree Vendor is not entitle to compensation for services it would have performed under the remaining term of the Contract except as provided above. 8.0 ORDERS PLACED WITH ALTERNATE VENDORS If the Vendor cannot provide the service(s) as specified, the City reserves the option to obtain the services from another supplier. 9.0 ABANDONMENT OR DEFAULT A Vendor who abandons or defaults the work on this agreement and causes the City to purchase the services elsewhere may be charged the difference in cost, if any, and will not be considered in the re-advertisement of the service and may not be considered in future bids for the same type of work unless the scope of work is significantly changed. 10.0 TAXES The City is exempt from Federal Excise and State Sales Tax; therefore,tax shall not be included in charges. 11.0 ASSIGNMENT Vendor's rights and duties awarded by this agreement may not be assigned to another without written consent of the city signed by the City's authorized agent. Such consent shall not relieve the assignor of the liability in the event of default by the assignee. 12.0 GRATUITIESBRIBES The City may,by written notice to Vendor, cancel this contract without liability to Vendor if it is determined by the City that gratuities or bribes in the form of entertainment, gifts, or otherwise, were offered or given by Vendor, or its agent or representative to any City officer, employee or elected representative with respect to the performance of this agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 13.0 INDEMNIFICATION Vendor agrees to and shall indemnify, defend, and hold harmless the City, its officers, agents, and employees, from and against any and all claims, losses, damages, causes of action, suits, and liability of every kind, including all expenses of litigation, court costs, and attorney's fees for injury to any person, or for damages to any property, arising out of or in connection with any act or omission,negligence,willful misconduct in the performance of this Agreement done by Vendor, its officers, agents, employees, or subcontractors under this Agreement, without regard to whether such persons are under the direction of City agents or employees. 14.0 INSURANCE Vendor shall meet requirements as stated in the attached Invitation to Bid No. 01-015 and their bid response. 15.0 APPLICABLE LAW 3 This agreement shall be governed by the laws of the State of Texas. It is expressly agreed by both Parties that Williamson County is the place for performance of this contract and that Williamson County, Texas shall be the proper County for venue purposes in any litigation arising herefrom. No rights, remedies, and warranties available to the City under this agreement or by operation of law are waived or modified unless expressly waived or, modified by the City in writing. 16.0 VENUE The parties agree that venue for any litigation arising from this agreement shall lie in Williamson County, Texas. 17.0 NON-APPROPRIATION This Contract is a commitment of the City's current revenues only. It is understood and agreed the City shall have the right to terminate this Contract at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities; as determined by the City's budget for the fiscal year in question. The City may effect such termination by giving Vendor a written notice of termination end of its then current fiscal year. 18.0 RIGHT TO ASSURANCE Whenever one party to this agreement in good faith has reason to question the other party's intent to perform, the questioning party may demand that the other party give written assurance of their intent to perform. In the event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the contract. 19.0 MULTIPLE COUNTERPARTS This agreement may be executed in multiple counterparts, any one of which shall be considered an original of this instrument, all of which,when taken together shall constitute one and the same instrument. 20.0 NOTICES For the purposes of this Agreement, notices to the City shall be to: City Manager City of Round Rock 221 East Main Street Round Rock, Texas 78664-5299 With a copy to: Stephan L. Sheets, City Attorney 309 East Main Street Round Rock, Texas 78664 Notice to Vendor shall be to: Vizza Wash, Inc., dba The Wash Tub 16035 University Oak San Antonio, Texas 78249 4 Notices will be effective upon delivery at the above addresses until the parties notify each other, in writing, of a change in address. IN WITNESS WHEREOF the parties to these presents have executed this Agreement on the day of -b ,-U01 _. COF R&K VIZZA WASH, INC , ba THE WASH TUB B By: ROBE A. STLUKA, JR., ayor Name: ara-7�. mr3 City of Round Rock Title: / cam,A �/ Attest• Attest: By: By: JO LAND, City Secretary Name: City of Round Rock Title: 5 - « INVITATION FOR 1311) (IFS) CITY OF ROUND ROCK PURCHASING OFFICE 221 E.Main Street Round Rock,Texas 78684-5299 8106 AFM DUE TO THE PURCHASING OFFICE BIDDING INFORMATION: AT THE ABOVE ADDRESS BEFORE BID FACIMILE RESPON969 BIP NUNISER 01-015 OPENING TIME. SHALL NOT BE ACGEPYEO OPENING DA-M, oil 9/01 3:00 ru DO LOC.ATJOM: 221 S-Main Soxea Isi Flom Council Chambers,Round Rock,TX 7BB64 INVOICE TO: SHOW&o OPENNG oats:a RETURN SIGNED ORIGINAL AND ONE COPT OF 814 City of Round Rock an trudnaew xd I OWER tFEt AnilACe 04partrrtent H1.4No GUAM"o•scum ao Hg1J:sI6N sELtZW 221 East Main SIM61 LWEtoPE t SHOW Renaud \ to sign bio I dlaq Iffy ltM Round Rock. To—78664-5299 A0120M Or aboa+0 FJAal- \V Authoried SI!3naturc Date BIO F.O.B.OESTWATIoN UNLESS OTHERWISE SPECIFIED BELOW print Name DESTINATION: JOE 1.6 ON BACK FOR INSTRUCTIONS: TAX 10 NO.: -'L,3`Z b l0 Contractor's Location bM Jl-4c d L�oDaEsss look ' V �C%%Ntt �touxofLo,�c`tyZ ??66') ADORESS:% ZL gaq *10 (lCW—Ptl$NAS (Lp, to 1'9t 1%(o$ _M CONTACT: NEP+'s111 V.bMt�N _ TELEPHOMENo.;ZIO N'i3'5t%X X%ka0 _5_tZ 67I_�S`123 summessrectlyy TYPE: CE���drRSN Bidder a reel to comply with all conditions set forth below and on the reverse side of this fFl3. ITEM a CLO."a ITEM �MOE9 TION QTY V uNIT MAKEIMODEL UNIT EXTENSION 862-i3 PRICE This is to establish a twelve-month contract for a 1�hUSHLESS car washing service with the option to extend the contract an additional three twelve-month periods, in accordance Terms and Conditions attached rig pgal Estimated Quantity is 5280 vehicles In a twelve month period. No guarantee of any minimum or maximum is made or implied.The City wilt only order services needed to satisfy operating requirements. There shall be no minimum order quantity. Prospective vendors shall have an established business within the city limits of Round Rock,YX i Service for vehicle shall include the following: 5200 ea. �(�tV41 •'� �S7`�I o Wash the outside, rinse,and wipe off Vacuum inside Clean windows Inside and outside Apply tire protectant to all tires Service Lacation(s)10CA t 4��,+dt�jo�t1��,�`kl• l3ZZ x1 xo ttrotx 6Is;tJU,'C, - - Grand Total: -S-7,100 OEUVER'Y IN DAYS "Gy the signawre hereon affixed,the bidder hereby oertlflas that ncithor the bidder nor the Wily MWesented by the bidder,or anyone acting for such entity has violitad dhe anrrrusr laws of tnie Stats,wdlfled 1n Section 15.91 ct scq-,Te,ws 6ustrtess ane cammerce code,or the Pederar anihruet laws,nor oomnwniczitod dreetty or ind'ueCtty,the bid made to any oompethor or any othrx person engaged In such fine of bu:ine:s.-