R-2018-6126 - 11/20/2018 RESOLUTION NO. R-2018-6126
WHEREAS, the City of Round Rock has duly advertised for bids to purchase uniform supply
services for the Police and Fire Departments; and
WHEREAS, Galls, LLC has submitted the lowest responsible bid; and
WHEREAS, the City Council wishes to accept the bid of Galls, LLC,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 the Supply of Uniforms for the Police Department and Fire Department with Galls,
LLC, 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 20th day of November, 2018.
CRAIG OR , Mayor
City o Roun ock, Texas
ATTEST:
SARA L. WHITE, City Clerk
0l 12.1804;00413186
EXHIBIT
k. «A„
CITY OF ROUND ROCK
AGREEMENT FOR THE SUPPLY OF UNIFORMS FOR
THE POLICE DEPARVIENT AND FIRE DEPARMENT
WITH
GALLS,LLC
THE STATE OF TEXAS §
CITY OF ROUND ROCK §§ KNOW ALL BY THESE PRESENTS:
COUNTY OF W.ILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS Agreement for purchase of uniform supply services for the Police
Department and Fire Department of the City of Round Rock, Texas (referred to herein as the
"Agreement"), is made and entered into on this the day of the month of
2018, 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 CALLS, LLC, whose offices are located at 826 Rutland Drive, Austin, Texas 78758
(referred to herein as the "Vendor").
RECITALS:
WHEREAS, City desires to purchase uniform supply services, and City desires to
procure 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 the 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, sufficiency and receipt of which are hereby acknowledged, it is mutually
agreed between the parties as follows:
1.41 DEFINITIONS
A. Agreement means the binding legal contract between City and. Vendor whereby
City is obligated to buy specified services and Vendor is obligated to pay for said services. The
Agreement includes the following: (a) City's Invitation for Bid, designated Solicitation Number
18-007REBID; (b) Vendor's Response to the IFB; (c) 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:
0041oJ'06;-ss2
(1) This Agreement;
(2) Vendor's Response to IFB;
(3) City's Invitation for Bids, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties,Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials,
commodities, or equipment.
2.01 EFFECTIVE DATE; TERM
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect, unless and until it expires by operation of the
term stated herein, or until terminated as provided herein.
B. The term of this Agreement is for sixty months (60) months from the effective
date hereof. 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 to supply the services as outlined in the IFB and Response to IFB
submitted by Vendor, all as specified in .Exhibit "A," attached hereto and incorporated herein by
reference. 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 services which are the subject of this Agreement are described in Exhibit "A" and,
together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
4 .01 ITEMS AWARDED; SCOPE OF WORK
A. All bid items listed on "Attachment A--Bid Sheet" in Exhibit"A" are awarded to
Vendor.
B. For purposes of this Agreement, City has issued documents delineating the
required services (specifically Invitation for Bid Solicitation Number 18-007REBID. Vendor
has issued its response agreeing to provide all such required service in all specified particulars.
All such referenced documents are included in Exhibit "A." When taken together with the
appended exhibits; this Agreement shall evidence the entire understanding and agreement
between the parties and shall supersede any prior proposals, correspondence or discussions.
C. Vendor shall satisfactorily provide all services described under the attached
exhibits within the contract term specified in Section 2.01. Vendor's undertakings shall be
limited to performing services for the City and/or advising City concerning those matters on
which Vendor has been specifically engaged. Vendor shall perform its services in accordance
with this Agreement, in accordance with the appended exhibits, in accordance with due care, and
in accordance with prevailing industry standards for comparable services.
5.01 COSTS
A. The bid costs listed on Attachment A — Bid Sheet of Exhibit "Al" which are
specifically relevant to the referenced bid items, shall be the basis of any charges collected by
Vendor.
B. Vendor specifically acknowledges and agrees that City may not expend in excess
of Six Hundred One Thousand Three Hundred Thirty-Eight and 65/100 Dollars
($601,338.65) Per year for Vendor's services for a total not-to-exceed amount of Three Million
Six Thousand Six Hundred Ninety-Three and 25/100 Dollars ($3,006,693.25) for the term of
this Agreement.
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 or services provided; and
C. Delivery or performance dates.
7.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING
Authority for local governments to contract with one another toperform certain
governmental functions and services, including btzt not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 27 1.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful vendor(s) and
the City. Such agreement shall be conclusively inferred for the vendor from lack of exception to
this clause in the vendor's response. However, all parties hereby expressly agree that the City is
not an agent of, partner to, or representative of those outside agencies or entities and that the City
is not obligated or liable for any action or debts that may arise out of such independently-
negotiated "piggyback"procurements.
5.01 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.
9.01 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, andl'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 interest on an overdue payment at the "rate in effect" on September 1
of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b); however, this Policy does not apply to payments made
by City in the event:
A. There is a bona fide dispute between City and Vendor, a contractor, a
subcontractor or supplier about the goods delivered or the service performed that
cause the payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
4
that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
10.0.1 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.
11.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
12.0:1 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products or services from another supplier or suppliers.
13.01 INSURANCE
Vendor shall meet all requirements as stated in the attached IFB Number 18-007REBID,
including all attachments and exhibits thereto, and Vendor's bid response.
14.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Chief Allen Banks
Chief of Round Rock Police Department
2701 North Mays Street
Round Rock, Texas 78665
(512)218-5521
abanksaroundrocktexas.gov
5
Chief Robert Isbell
Chief of Round Rock Fire Department
203 Commerce Boulevard
Round Rock, Texas 78664
(512)218-6630
risbellnroundrocktexas.gov
15.01 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 tirne specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
16.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if
any, and that it will not be considered in the re-advertisement of the service and that it may not
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein, or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
17.01 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.
6
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.
15.01 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.
19.01 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES
A. 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.
B. Vendor acknowledges and understands that City has adopted a Storm Water
Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139 through 14-
152 of the City's Code of Ordinances,to manage the quality of the discharges from its Municipal
Separate Storm Sewer System (MS4) and to be in compliance with the requirements of the Texas
Commission on Environmental Quality (TCEQ) and the Texas Pollutant Discharge Elimination
System (TPDES). The Vendor agrees to perform all operations on City-owned facilities in
compliance with the City's Illicit Discharge Ordinance to minimize the release of pollutants into
the MS4. The Vendor agrees to comply with of the City's stormwater control measures, good
housekeeping practices and any facility specific stormwater management operating procedures
specific to a certain City facility. In addition, the Vendor agrees to comply with any applicable
I'CEQ Total Maximum Daily Load (TMDL) Requirements and/or I-Plan requirements.
7
C. In accordance with Chapter 2270, Texas Government Code,a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and (2)will not boycott
Israel during the term of this contract. The signatory executing this Agreement on behalf of
Vendor verifies Vendor does not boycott Israel and will not boycott Israel at any term of this
Agreement.
20.01 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.
21.01 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:
Galls, LLC
1340 Russell Cave Road
Lexington, Kentucky 40505
Notice to City:
City Manager Stephen L. Sheets, City Attorney
221 East Main Street AND TO: 309 Fast Main Street
Round Rock, TX 78664 Round Rock,TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
22.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
8
herein, exclusive venue for same shall lie in Williamson County, Texas. 'chis Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
23.0:1 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, duly authorized by action of the City Manager or City Council.
24.01 DISPUTE RESOLUTION
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.
25.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
26.01. MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes Will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
9
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 Galls,LLC
'a
w..y
By: B
Printed Name: Printed Name: R. Michae Andrews Jr.
Title: Title: CFO —
Date Signed: Date Signed: 10/08/2018
Attest:
By:
Sara White, City Clerk
For City,Approved as to Form:
BY: _..._._
Stephan L. Sheets, City Attorney
10
.+ ROCK TEXAS
a
PURCHASINSx DIVISION
city of RoundRock, Texas
Purchasing Division
221 East Main street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
INVITATION FOR BID (IFB)
UNIFORMS FOR POLICE AND FIRE DEPARTMENTS
SOLICITATION NUMBER 18-007REBID
,DUNE 2018
Exhibit "A"
City of Round Rock
Uniforms for Police and Fire Departments
/naNo.1u-0onRso/o
Class/Item:200-86/e00-88
June 2018
PART I
GENERAL REQUIREMENTS
UN|P(JRK88 FOR POLICE AND FIRE DEPARTMENTS
1. City of Round Rook, herein after"the City" seeks bids from firms experienced in the supply of
work and�ress uniforms for the Police and Fire Departments. The awarded vendor shall also provide services
to ino|ude, but are not limited to on-site aizing, minor and major e/tensUono de|iver� database/record
keeping/maintenance of all sizing profiles, and adequate stock of garments to outfit new officers and replace
garments, soneeded and inthe specified time period.
2. SOLICITATION PACKET—This solicitation packet is comprised of the following:
Description Index
Part I —General Requirements Pages 2—5
Part 11—Definitions, Standard Terms and Conditions Page 5
and Insurance Requirements
Part III—Supplemental Terms and Conditions Pages 6—b
Part IV—Specifications Pages 9—-101
Attachment A—Bid Sheet Page 11
Attachment B—Reference Sheet Page 12
Attachment C—Respondent's Questionnaire Page 13
o. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may contact:
Yvonne Hopkins, CTP&1
Purohaser, Purchasing Division
Finance Dept
City ofRound Rock
E-mail:
OR
Oscar Wise, CTCK8
Purchasing Technician, Purchasing Division
Finance Dept
City of Round Rock
E-mail:
The individuals listed above may becontacted bye-mail for clarification ofthe specifications on|y Noeutho�y
is intended or implied that specifications maybe amended oralterations a000pbyd priorhzmoUoi'solicitation opening
withoutwritten approval of'the City ofRound Rock through the Purchasing Department.
Revised 10 17 Page 2u[]3
F h'4~'f /Ao
City of Round Rock
Uniforms for Police and Fire Deoartment,
/poNo.,a-0unsom
o/ass//wm.ou0-uo/coouo
June 2018
* Uiathe City's intention tofollow the solicitation timeline below:
EVENT_ DATE
1 Solicitation released June 29, 2018
Mandatory Pre-Bid meeting Friday July 13, 2018 @ 9:00AM,CST
Deadline for submission of questions Tuesday July 17, 2018 @ 5:0013M, CST
City responses to questions or addendums Thursday July 19, 2018 by 5:OOPM, CST
Deadline for submission of responses Thursday July 26, 2018 @ 3:OOPM,CST
All questions regarding the solicitation shall be submitted in writing by 5:OOPK4. CST nnthe due date noted
above,A copy of all questions submitted and the City's response to the questions shall be posted on the City's
webpageinthe form ofonaddendum at:
� .
Questions shall be submitted in writing tothe"Authorized Purchasing Contact". The City reserves the right to
modify these dates. Notice of date change will be posted to the City's website:
5. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
hftps://www.roundrocktexas.gov/businesses/solicitations/ for any updates pertaining to the solicitation
described herein.Various updates may include addendums,cancellations, notifications, and any other pertinent
information necessary for the submission of a correct and accurate response, The City will not be held
responsible for any further communication beyond updating the website.
6^ meetingconducted tofully acquaint Respondents with
the spe=.^a""/'s and u/u submittal requirements. The pre-bid meeting is Myired for vendors. The pre—bid
meeting will be conducted on the date specified in PART I Section 4—Schedule of Events.
6.1 Attendance at the pre—bid meeting is MANDATORY. Respondents shall sign—in at the pre—bid meeting
todocument their attendance.
6.2 '
City of Round Rock-City Hall
221 E. Main Street
Round Rock, TX786G4
6.3 Respondents are strongly encouraged to bring 000py of the solicitation document with them to the
pre-bid meeting.
7. Signed and sealed responses are due atorbefore 3:O0P[N, onthe due dote noted
in PART|. Section 4—Schedule ofEvents. Mail orhand deliver sealed responses to:
City of Round Rock
Attn: Yvonne Hopkins
Purchasing Department
221 E. Main Street
Round Rock, Texas 78GG4'5298
7.1 Sealed responses shall beclearly marked onthe outaideofpookogingwiththeGo|i�itationt�0�. number
duedateand ''OONOTDPEN'' '
7.2 FaosimUeorelectronically transmitted responses are not acceptable.
7.3 Responses cannot bealtered oramended after opening.
7.4 No response can be withdrawn after opening without written approval from the City for an acceptable
reeaon.
Revised 10 17 Page 3)ofl3
Exhibit nAx
City of Round Rack
Uniforms for Police and Fire Deparlment"
/naNo.,8-u07nso/o
o/°oxwm.000-oo/zoo-8a
June 2018
7.5 The City will not bebound byany oral statement oroffer made contrary tothe written specifications.
7.6 Samples and/or copies shall beprovided atthe Respondent's expense, and shall become the property
ofthe City.
8' of Round Ronk makes nowarranty that this checklist is a full
cw///p/e//e/mme listing of every requirement specified in the solicitation. This list is only a tool to assist
participating Respondents in compiling their final responses. Respondents are encouraged to carefully read the
entire solicitation.
8.1 Respondent shall submit one (1) evident signed "Original" and two (2) copies of the IFB response and
one (1) electronic copy of the |FB response on o Mash drive. The submittal is required to include all
addanduma and requested attachments. The bid response along with aernpleo and/or copies oheU be
provided at the Respondent's expense, and shall become the property of the City.
8.2 This Invitation For Bid (IFB)does not commit the City to contract for any supply or service. Respondents
are advised that the City will not pay for any administrative ooaba incurred in response preparation to this
|F8; all costs associated with responding to this |FB will be solely atthe interested parties'expense. Not
responding tothis l'FB does not preclude participation inany future RFFYRFO/FB.
For your bid to be responsive, the attachments and addendums identified below shall be
submitted with your proposal response:
8.3 ATTACHMENT A —.,BID SHEET: The bid response shall be submitted on itemized, signed Bid Sheet
provided in the solicitation packet. Failure to comglete-and sian the bid sheet may result in disqualification.
If there is a conflict between the unit price and extended price, the unit price will take precedence.
Submission of responses on forms other that the City's Solicitation Document may result in
disqualification of the response.
8.4 ATTACHMENT B— REFERENCE SHEET.- Provide the name, address, telephone number and E-MAIL
of at least three(3) valid Municipal, Government agencies or firms of comparable size that have utilized
services that are similar in type and capacity within the last two(2)years. City of Round Rock references
are not applicable, References may be checked prior to award. If references cannot be confirmed or if
any negative responses are received it may result in the disqualification of submittal.
8�
' Complete and submit Attachment C —
"u==""."=.e with your om packet. *oann additional pages as needed. Failure to momp|oba the
respondent queationnoinamay result indisqualification.
8G
' re required to submit all
.......~..~' signed and dated with utheir sealed response.The Bidder shall beresponsible for monitoring
the City's webaibaat'
for any upda�spe�aining
totheuo|ic|tsUon. �
_
BEST VALUE EVALUATIOIN AND CRITERIA: The City reserves the right to reject any or all responses, or to
accept any response deemed most advantageous, or to waive any irregularities or informalities in the response
received that best serves the interest and at the sole discretion of the City. All solicitations received may be
evaluated based on the best value for the City. In determining best value, the City may consider:
9.1 Purchase price;
8.2 Reputation ofRespondent and ofRespondent's goods and services;
9.3 Quality ofthe Respondent's goods and aemiceo�
8.4 The extent towhich the goods and services meet the City's needs;
9.8 Respondent's past performance with the City;
8.6 The total long-term cost to the City to acquire the Respondent's goods or services;
9.7 Any relevant criteria specifically listed inthe solicitation.
9.8 EVALUATION FACTORS: Total 100 Points
Point allocation:
0 Cost—6OPoints
Revised |O 17 Page 4ofl')
Exhibit /�A""
City of Round Rack
Uniforms for Police and Fire Departments
IFB No.18-007REBID
Classlitem:200-86/200-88
June 2018
0 Response to Attachment C—Respondent Questionnaire—40 Points
o Record keeping and maintenance database/system—20 Points
o Alterations/embroidery options—5 Points
o Uniform delivery process—5 Points
o Process for back-ordered items—5 Points
o Process for handling expedited order requests—5 Points
Respondents may be contacted for clarification of bid and/or to discuss details of the services they are
proposing. This may include a presentation of the online ordering system and record keeping
maintenance system and/or the request for additional material/information.
10. CONFIDENTIALITY OF CONTENT: As stated in Section 16 of City of Round Rock Purchasing Definitions,
Standard Terms and Conditions, all documents submitted in response to a solicitation shall be subject to the
Texas Public Information Act. Fallowing an award, responses are subject to release as public information unless
the response or specific parts of the response can be shown to be exempt from the Texas Public information
Act. Pricing is not considered to be confidential under any circumstances.
10.1 Information in a submittal that is legally protected as a trade secret or otherwise confidential must be
clearly indicated with stamped, bold red letters stating"CONFIDENTIAL"on that section of the document.
The City will not be responsible for any public disclosure of confidential information if it is not clearly
marked as such.
10.2 If a request is made under the Texas Public Information Act to inspect information designated as
confidential, the Respondent shall, upon request from the City, furnish sufficient written reasons and
information as to why the information should be protected from disclosure. The matter will then be
presented to the Attorney General of Texas for final determination.
11. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the
successful offeror to complete a Form 1295"Certificate of Interested Parties"that is signed and notarized for a
contract award requiring council authorization. The "Certificate of Interested Parties"form must be completed
on the Texas Ethics Commission website, printed, signed and submitted to the City by the authorized agent of
the Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior
to final contract execution. Link to Texas Ethics Commission Webpage:
https://wv+rw.ethics,statc-t, u :fw!iatsne°,y-elf info form1295 htm
PART 11
DEFINITIONS, STANDARD TERMS AND CONDITIONS,
AND INSURANCE REQUIREMENTS
1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Bidder agrees that the City's Definitions, Standard Terms and Conditions, in effect at the time of release of the
solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a
purchase order. Said Definitions, Terms and Conditions are subject to change without notice. It is the sole
responsibility of Bidders to stay apprised of changes. The City's Definitions, Standard Terms and Conditions
can be viewed and downloaded from the City's website at:
htts://www.roundrocktexas. o.:/de arti gents/ urchasin /
2. INSURANCE:The Respondent shall meet or exceed all insurance requirements set forth in Standard Insurance
Requirements, The City's Standard Insurance Requirements document can be viewed and downloaded from
the City's website at:
htips://www.roundrocktexas.gov/departments/-urchasing/
Revised 10:i' Page 5 of 13
Exhibit "A"
City of Round Rock
Uniforms for Police and Fire Departments
IF8 No.18-007REBID
Class/Item:200-86 1200-88
June 20'18
PART III
SUPPLEMENTAL TERMS AND CONDITIONS
1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following:
1.1 The term of the Agreement shall begin from date of award and shall remain in full force for sixty (60)
months.
1.2 Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions
of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project
up to 90 days.
2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications.
Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent
shall:
2.1 Be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of
commodity or provision of the services as specified herein and have adequate organization, facilities,
equipment,financial capability, and personnel to ensure prompt and efficient service to the City;
2.2 Provide all labor, supplies and materials and own or acquire at no cost to the City all labor, supplies and
materials required to satisfactorily perform the services as specified herein. The City shall not be
responsible for any Respondent's tools, equipment or materials lost or damaged during the performance
of the services specified herein;
2.3 Must have an office/place of business within 20 mile radius of downtown Round Rock that can provide
on-site alterations. Respondents who do not meet this requirement will not be included for consideration
in this procurement process.
3. SAFETY: The City reserves the right to remove any employee from City property for violation of federal, state,
and local health, safety and environmental laws, ordinances, rules and regulations. The Respondent shall:
3.1 Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State
and City safety and occupational health standards and other applicable federal, state, and local health,
safety, and environmental laws ordinances, rules and regulations in the performance of these services;
3.2 Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury
or damage to any persons or property within and around the work site. In case of conflict, the most
stringent safety requirement shall govern;
3.3 Indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments,
fines penalties and liability of every kind arising from the breach of the Successful Respondents'
obligations under this paragraph.
4. WORKFORCE: Successful Respondent shall:
4.1 Ensure Respondent's employees perform the services in a timely, professional and efficient manner;
4.2 Ensure Respondent's employees wear a company uniform while working on City property, that clearly
identifies them as the Respondent's employee;
4.3 Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor. The City reserves the right to verify citizenship or right to work in the United States.
6. PR_i_CING:The Respondent shall determine and submit a fixed cost for the work and shall include all incidental
costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and maintenance,
demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits, insurance, bonds and
risk management. leo separate line item charges shall be permitted for either response or invoice purposes.
6. PRICE INCREASE: Contract prices for goods and services specified herein shall remain firm throughout the
initial t\ elve (1122) month term of the contract. A price increase to the agreement may be considered on the
anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at
no time can the increase be greater than 15%for any single line item.
Revised 10 17 Page 6 of 13
Exhibit "A"
City of Round Rock
Uniforms for Police and Fire Departments
IFS No.18-007RESID
ClassiItem:200-86/200-88
June 2018
6.1 Consumer Price Index(CPl1: Price adjustments will be made in accordance with the percentage change
in the U.S. Department of Labor Consumer Price Index (CPI-U) for all Urban Consumers. The price
adjustment rate will be determined by comparing the percentage difference between the CPl in effect for
the base year six-month average(January through June OR July through December);and each(January
through June OR July through December six month average) thereafter. The percentage difference
between those two CPI issues will be the price adjustment rate. No retroactive contract price adjustments
will be allowed. The Consumer Price Index(CPI) is found at the Bureau of Labor Statistics, Consumer
Price Index website: httg://www.bls.gov/cpi/.
6.2 Procedure to Request Increase:
5.2.1 Mail the written price increase request with the rate detail comparison and comprehensive
calculation and any supporting documentation to the designated City Contract Specialist a
minimum of 45 days prior to the annual Contract anniversary date. The detailed written
calculation will be verified and confirmed. All written requests for increases must include the City
of Round Rock contract number, solicitation reference information and contact information for the
authorized representative requesting the increase. Price increase requests shall be sent by mail
to:
City of Round Rock, Purchasing Department
Attn: Contract Specialist
221 East Main Street:
Round Rock,TX 79664-5299
6.2.2 Upon receipt of the request,the City reserves the right to either, accept the escalation and make
change to the purchase order within 30 days of the request, negotiate with the Vendor or cancel
the agreement or purchase order if an agreement cannot be reached on the value of the increase.
7. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents' performance
anytime during the contract term.
8. ACCEPTANCE/INSPECTION: Acceptance inspection should not take more than ten (10) working days. The
awarded respondent wili be notified within the time frame if the services delivered are not in full compliance with
the specifications. In the event the services are not performed to the satisfaction of the City; the vendor shall
agree to reperform siervicas to specification at no additional cost to the City.If any agreement or purchase order
is cancelled for non-acceptance, the needed services may be purchased elsewhere and the vendor may be
charged liquidated damages.
9. ORDER QUANTITY: The quantities shown on the solicitation are estimates only.No guarantee of any minimum
or maximum purchase is made or implied. The City will only order the services/goods needed to satisfy
requirements within budgetary constraints, which may be more or less than indicated.
10. PERMITS: The Success=ful Respondent shall verify and obtain all necessary permits, licenses, and/or
certificates required by federal, state and local laws, ordinances, rules or regulations for the completion of the
services as specified if required for the project.
11. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split
award, primary and secondary award, non-award, or use any combination that best serves the interest and at
the so e discretion of the City. Award announcement will be made upon City Council approval of staff
recommendation and executed agreement. Award announcement will appear on the City's website at
https://vvwvv.ro,!ndrc�ckte,as gov/businesses/solicitations/.
12. POST AWARD MEETING T tie City and Successful Respondent(s)may have a post award meeting to discuss,
but not be limited to the ffollt wing:
12.1 The method to Provide a smooth and orderly transition of services performed from the current contractor;
12.2 Provide 'C'ity contackis) information for implementation of agreement.
12.3 Identify specific miles tones, goals and strategies to meet objectives.
Revised 10 17 Page 7(-!,f 13
City of Round Rock
Uniforms for Police and Fire Departments
IFB No.18-007REBID
Class/Item:200-86/200-88
June 2018
13. DESIGNATED CONTACT PERSON:
13.1 In order to maintain consistent standards of quality work performed across the City, the City shall be
provided with a designated and identified point of contact upon award of the contract.
13.2 This contact person shall remain the same throughout the term of the contract or upon termination of the
contact person.If a change has been made in the contact person due to termination,the City's designated
representative shall be notified by the Contractor immediately at the time of the change. NO substitutions
of key personnel shall be permitted without written approval of the authorized City's designated
representative.
13.3 Answering machines are unacceptable as a point of contact.
13.4 The contact person shall be identified on the Solicitation document and may be required to attend an
oral presentation to the selection team prior to award of contract.
13.5 The City's designated contact representatives shall be:
POLICE DEPT CONTACTS:
Damaris Morales
Logistics Officer
Police Department
Phone: ;512) 671--2836
E-mail. dam orales(c-)roundrocktexas qov
F1 RE DEPT CONTACTS:
Daren Johnson
I...ogistics Officer
Fire Department
Phone: (512) 218-3203
E-mail: ki,hnsonal�roundrocktexas gov
AND
Zaira Amado
Logistics Officer
Fire Department
Phone: ;512)0-71-2779
E-mail: w <ma 10 Ivroundrocktexar-qov
14. INTERLOCAL 1"'URCHASING AGREEMENTS:
14.1 The Cite has entered into Interlocal Agreements with other Governmental agencies pursuant to the
Interlocal Cooperation Act; Chapter 791 of the Texas Government Code. The Contractor agrees to offer
the same price and terns and conditions to other eligible agencies that have an interlocal agreement with
the City.
14.2 The City does not accept any responsibility or liability for the purchases by other government agencies
through an inter ocal cooperative agreement.
Revised 10 17; Page 8 of 13
Exhibit "A"
City of Round Rock
Uniforms for Police and Fira Departments
IFB No.18-007REBID
Class/Item:200-86/200-88
June 2018
PART IV
SPECIFICATIONS
I. SCOPE: This specification describes the requirements for work and dress uniforms for the City's Police and
Fire departments'operations and specialty teams. The awarded vendor shall provide services to include, but
not be limited to on-site sizing, minor and major alterations and delivery.Awarded vendor shall also maintain a
database management/record keeping system of all sizing profiles and have an established online ordering
system.Awarded vendor shall have adequate stock of garments to outfit new officers and replace garments as
needed and in the specified time period throughout the contract and any and all renewal periods.
2. INTENDED USE: It is the intent of the City to outfit each Police Officer and Firefighter with a wardrobe of the
brands specified in Attachment A—Bid Sheet to maintain uniformity, standardization, and quality appearance.
All garment care will be as recommended by the manufacturer.
3. SIZINGIMEASUREMENT LOCATIONS: For initial sizing, awarded vendor shall come on-site to size all Police
and Fire personnel. Dates and times for initial sizings shall be coordinated between the awarded vendor and
City department contacts. Periodic sizing for large groups (new cadet classes, etc.) will be required and shall
be conducted on-site and coordinated between awarded vendor and City department contacts. Once all sizes
have been collected, City staff will go to the vendor's local location(s) at specific designated dates and times
coordinated between awarded vendor and City department contacts.
Round Rock Police Department
Log istics
2701 N. Mays
Round Rock, TX 78665
AND
Round Rock Fire Department
Logistics
3300 Gattis School Rd
Round Rock: TX 78664
4. STANDARD ISSUE:
4.1 z=olice: See Attacl meat A--Bid Sheet for Police Department requirements,
4.2 Firefighter: See Attachment A—Bid Sheet for Fire Department requirements.
5. BRANDS: The uniform manufacturers and styles shown on AttachmentA—Bid Sheet are required for durability
and avai aNlit r, as well as standardization and uniformity within each department.
NOTE: i',n/ other brand or style not specifically requested will not be considered.
6. SERVI;JE RE -UIREMENTS:The awarded vendor shall:
6.1 Manage a database or record keeping system to maintain all sizing profiles for all officers and firefighters.
Database/record keeping system shall include the required alterations to assist in expediting the delivery
of future replacement garments. NOTE: Sizing information shall be the property of the City.
6.2 Have an online ordering system which has status updates in real time.
6.3 e= .:; y initia sizing of each officer at the City's locations for Police and Fire as shown in Part IV, Section
3,
6.4 Dedicate:a represe-ntative to coordinate with City's representative to provide service and sizing needs at
the awarded ver ldor's location or as needed to size officers and firefighters and to schedule on-site sizing
when there are croups of new officers or firefighters. For officers and firefighters already sized, City staff
will go to awarded vendor's local location(s)at designated dates/times.
6.6 Alter standard size garment(s) if needed, to accomplish more satisfactory fit.The awarded vendor shall:
6.6.1 Provide an upsize in trouser, if needed or requested, to obtain proper fitting in the thigh and/or
spat area. Provide alteration(s)of waist; thigh, seat and crotch as required to obtain proper fit.
Revised 10/17 Page=;i of 13
Exhibit "A"
City of Round Rock
Uniforms for Police and Fire Departments
IFB No.18-007RESID
Classlitem,200-86/200-88
June 2018
6.6.2 Alterations shall include, but not be limited to the following:
Minor Alterations
Small Velcro Application (Shoulder&Chest Patch)
Large Velcro Application (Back Patch)
Hemming trouser
Sewing on patches, chevrons, and stripes
Removing/adding patches
Sew trouser pocket closed
Heat Transfer Plain—One Line
Heat Transfer Plain—Two Lines
Heat Transfer Reflective—One Line
Heat Transfer Reflective—Two Lines
10aior Alterations
Waist altering
Striping of trouser
Altering long sleeves
Tapering trouser leg
Tapering shirt
Thigh, seat, and crotch of trouser
Alter and hem shirt tail
6.7 Provide on-site sizing at City locations shown in Part IV, Section 3 for officers and firefighters to be fitted
for uniforms bi-monthly or as needed to provide timeliness of new and existing officers being outfitted.
6.8 Standard uniforms shall be delivered to the City within three days after receipt of order.
6.9 Altered uniforms shall be delivered to the City within no more than ten days after receipt of order.
7.0 Issue uniforms only upon receipt of a purchase order.
7.9 Provide to the City the name and telephone number of Vendor's representative.
7.2 On 3rd year or as needed, department-wide sizing shall be coordinated between City representatives and
awarded vendor representative and must be performed on-site.
7.3 Sizing and/or alteration reports shall be made available upon request with 24 hours.
7.4 BACKORDERS:
7.4.9 Awarded vendor will make every attempt to locate product and provide details of their attempts
to resolve backorder issues.
7.4.2 Awarded vendor shall provide a monthly report of all back-ordered productlitems to the City's
designated contacts for the Police and Fire department's.
Revised 10l 17 Page 1 U of 13
Exhibit "A"
City of Round Rock
Uniforms for Police and Fire Departments
ola°siltem:o00'as/m0-8u
June zme
ATTACHMENT A- BID SHEET
..
ATTACHMENT A— BID,SHEET is posted in Solicitation Documents for IFB No. 18-007REBID Uniforms for
�olice and Fire Deoartments in an Excel format on the City of Round Rock website at:
1.1 In order to be considered responsive,Attachment A—Bid Sheet must be completed �g��dd� �
an authorized representative, �and returned by the daadUne��aubm� km of '
reapunmeaeshown inPo�
LSeobon4—Schedule ofEvents,
— —
1.2 By submitting and signing AttachmentA — BkJ Sheet, the Respondent acknowledges that he/she has
received and read the entire document packet sections defined above including all documents
incorporated by rehansnoe, and agrees to be bound bythe terms therein..
1.3 In order to do business with the City of Round Rook, vendor must be registered with the City's Vendor
Database. To register, go to:
1.4 By the signature affixed on Attachment—Bid Sheet. the Respondent hereby certifies that neither the
Respondent nor the entity represented by the Rnspondent, or anyone acting for such entity has violated
the antitrust |omm of this 8tate, codified in Section 15.01 et seq., Texas Business and Commerce Code
or the Federal antitrust laws, nor communicated directly or |ndinaot|y, the response made to an ,
competitor or any other person engaged in such line of business."
competitor
1.5 The Respondent agrees, /f this Offer is accepted within 120 calendar days after the Due Dote to fullyoomp|y in strict accordance with the Solicitation, specifications and
the amounts shown on bid sheet.
Revised 10;17 Page ll oy{3
E ��'��`f '/&«'
Attachment A - Bid Sheet
IFB No. 18-007REBID
Uniforms for Police and Fire Departments
The Respondent represents by their signature below that he/she is submitting a binding offer and is authorized to bind the respondent to
fully comply with the solicitation documents contained in IFB No. 18-007REBID.The Respondent acknowledges that he/she has received
and read the entire solicitation packet, attachments and all documents incorporated by reference, and agrees to be bound by the terms
.therein.
Special Instructions: All prices must be quoted in order to be considered responsive;• be advised that exceptions taken to any
portion of the solicitation may jeopardize acceptance of the bid. The City reserves the right to order more or less than quantities listed
below.
Signature required on the last page of this Bid Sheet
Cost up to 60 Points
SUTI - POLICE DEPT
ii pk�
Lau
Item Estimated
No. Bid Item Description Annual Qty UOM Unit Cost Extended
Patrol- Blauer# 8460
1 Poly Wool Short Sleeve Shirt w/concealed zipper 150 EA $ 74.99 11 248.50
Patrol- Blauer# 8460
Poly Wool Snort Sleeve Shirt
2 With major alterations w/concealed zipper 250 EA $ 86.99 $ 21,747.50
Patrol- Slauer# 8450
3 Poly Wool Lon Sleeve Shirt w/concealed zipper 250 EA $ 79.99 $ 19,997.50
Patrol- Blauer# 5450
Poly st ooi Long Sleeve Shirt
4 With major alterations w/concealed zipper 200 EA $ 91.9918,398.00
Patrol- Blauer# 8560
5 Poly Wool Dress Pant 150 EA $ 79.99 $ 11 998.50
Patrol- Biauen,` 8.560
Poly Wool Gress=0a n t
6 With major alterations 200 EA $ 91.99 $ 18,398.00
Patrol - Blauer# 8460W
7 Poly Wool Women's Short Sleeve Shirt w/ concealed zipper 100 EA
. $ 74.99 $ 7,499.00
Patrol - Blauerrr 8460W '
Poly Wool Women's Short Sleeve Shirt
B With major alteratlons w/concealed zipper 150EA
$ 86.99 $ 13,048.50
Patrol - Glauer.o� 3ww"i Y'
9 Poly Wao!Worm nl's _ong Sleeve Shirt w/ concealed zipper 75 EA $ 79.99 $ 5,999.25
-
Patrol �lauer
Poly Wool Women's :-Ono Sleeve Shirt
4
10 With major alteFatior�: w/concealed zipper 100 EA $ 91.99 $ 9,199.00
Pa-r of - 'i auer r `35¢.0W
11 Women's Poi,/ ov of Dress Pane 50 EA $ 79.99 $ 3,999.50
Patrol .Blauer4, 8560Wµ
Women's Poly Wool Dress Pant
12 With major aiterations
_ 50 EA $ 91.99 $ 41599.50
Patrol - 13741
13 ITenX Shat Sleeve Shirt w/additional rnic:tab 225 EA $ 49.99 $ 11 247.75
Patrol - SlauerMf 874?
a
TenX Short Sleeve Shirt.
14 With rna:or alterations w/additional mic tab 350 EA $ 61.99 $ 21 696.50
Patrt�l - BlaL16- � 8731
15 TenX L onoSleeve Shirt w/additional rnic tab
w 200 EA $ 54.99 $ 10 998.00
Patrol Blaucr rr 37..31 _.
TenX Long Sleeve Shirt
16 With major alt(-,rations wj additional rnic tab ZSO EA
_. ._.-�. .: .__. _. $ 66.99 $ 16,747.50
ff " rr
Attachment A - Bid Sheet
IFB No. 18-007RESID
Uniforms for Police and Fire Departments
Item Estimated
No. Bid Item Description
Annual Qty UOM Unit Cost Extended
Patrol- Bl&,jer# 8836
17 TenX BDU Pants 200 EA $ 49.99 $ 91998.00
Patrol- Blauer# 8836
TenX BDU Pants
18 With major alterztion I s 350 EA $ 61.99 $ 21,696.50
Patrol - ,3:aue,,#
19 TenX Women's Short Sleeve Shirt wl additional mic tab 150 EA $ 49.99 71498-50
Patrol- BjaU-zr,r vv
TenX Women's Short Sleeve Shir+L
20 With maioralter:-itions wl additional mic tab
200 EA $ 61.99 $ 12,398.00
-23
Patrol -
21 TenX WO[Tien's Long -,leeve Shirt wl additional mic tab 100 EA $ 54.99 $ 5,499.00
Patrol - VV
TenX Women's Long Sleeve Shirt
22 With major alterations wl additional mic tab 150 EA $ 66.99 $ 10,048.50
Patrol - Blau e-f-41 'a8306W
23 TenX Wornerils 1301,j Pants
100 EA $ 49.99 $ 4,999.00
Patrol - 311aupr# 8836W
TenX Women's BDU Pants
24 With major alterations 200 EA 61.99 $ 12,398.00
Patrol - Blauer# 9911.02
25 Gore-Tex Cruiser Jacket 40 EA $ 295.00 $ 11,800.00
Patrol Blauer# 26990
26 Reversible Raincoat 40 EA $ 119.99 $ 4,799.60
K9- Blauer#8730
27 B.DU Ta,,,-tical Long Sleeve Shirt 20 EA $ 64.99 $ 1,299-80
K9- Blauer# 8730
B.DU Tactical iLO!-;g Sip-eve Shirt
28 With rria'or iterations 35 EA $ 76.99 $ 2,694.65
K9- Biauerl-rt`
29 B.DU Tactical Short Sleeve Shirt 20 EA $ 59.99 $ 1,199.80
K9- Blauer4 67-HO
B.DU Tactical Short Sleeve Shirt
30 With Ma4o,r alterations
35 EA $ 71.99 $ 2,519.65
K9- Rfaijer4838-3,10.
31 B.DU T;zc.....tical Pant 20
EA $ 64-99 1,299.80
. . ...
K9- &a
B.DU Tactical Pant
k ions
32 With ma j C r aitar&, 35 EA $ 76.99 $ 2,694.65
K9- Bla.
33 Wome.;,,,'.-.-, B.DU Tactical Long Sleeve Shirt
10 EA $ 64.99 $ 649.90
M"
K9 Ow
Women's B.DU Tactical Long Sleeve Shirt
34 With ma]or alterations
25 EA 76.99. $ 1,924.75
K9,
J VV
35 Women's B.MJ'T;,�,,clicalm Short Sleeve Shirt
10 EA $ 59.99 $ 599.90
K9- 86,jer- -7ar
Women's&DU Tactical Short Sleeve Shirt
36 With major a(ter-ations
25 EA
$ 71.99 $ 1,799.75
K9- Blzuer#
37 Women�s -3,C)IJ Tactical ParA
10 EA $ 64.99 $ 649.90
..................ft�—
.1 S30w
K9-
Wome,,):s "I,DLj'I"a ctiral Part
38 Wi a
,th nn for
25 EA $ 76.99 $ 1,924.75
Exmuit'A"
Attachment A - Bid Sheet
I'FB No. 18-007REBID
Uniforms for Police and Fire Departments
Item Estimated
No, Bid stem Ltesc4x�tion annual UOM Unit Cost Extended
Animal Control Officer- Blauer# 8670
39 Polyester Supersihirt tong Sleeve Shirt 15 EA $ 54.99 874.85
Animal Control-Officer- Blauer# 8670 � 4
Polyester Super•snii t Long Sleeve Shirt ,
40 With major alterations 40 EA $ 66.99 $ 2,679.60
Anirnall-uontrro W0===`icer-Blauer# 8675
41 Polyester Supershirt Short Sleeve Shirt 15 EA
$ 49.99--$ 749.85
An mal c3rkif,rl G=„icer- Blauer# 8675
Polyester Supers.hirt Short Sleeve Shirt r
42 With maor alterations 40 EA 1 $ 61.99 $ 2,47L60
Animal Contra {" 'U`T Blauer# 867OW
43 Polyester Supers:hirt�Vornen's Long Sleeve Shirt 15EA $ 54.99 $ 824.85
81auerwt 'S670W
Polyester Supers`in Women's Long Sleeve Shirt #
44 With major alterations 30 EA $ 66.99 $ 2,009.70
Animal w:or;l cel _. M:� - Blauert 8675W
45 Polyester Super-'girt z,,Vornen's Short Sleeve Shirt 15 EA
.-- $ 49.99 $ 749.85
An<rra :�c, _ :..'cer 31�uer; 8675W
Polyester Su.;erw')rt'ftrnen's Short Sleeve Shirt
[46 lWit, ma'or alterations 30 EA $ 61.99 $ 1,859.70
Animal Control �:�>f�icer - Blauer# 6120
47 8.Dry 3-Season ;packet10 EA $ 144.99 $ 1,449.90
Blauer#
48 Bicornponent Polo Shirt Short Sleeve 20 EA $ 39.99 $ 799.80
Blauer# 8131-1
Bicomponent Poo Shirt
49 With major alterations
Blauer# 81330 EA $ 5I.99 $ 1,039.80
50 Colorblock Performance Polo Shirt Short Sleeve 35 EA $ 64.99 $ 2274.65
Blauer# 8133 . .
Colorblock Performance Palo Shirt Short Sleeve
51 With major alterations
Blauer# 8143 40 EA $ 76.99
$ .3,079.60
52 Colorblock Performance Polo Shirt Long Sleeve 35 EA $ 69.99 $ 2449.65
. ..................
Blauer# 8143
Colorblock Performance Polo Shirt Long Sleeve
53 'With major alterations
- ...... 40 EA 1 $ 81.99 $ 3t279.60
......................
Blauer# 343
54 ,Zip-Front Breakaway Safety Vest
- 75 EA $ 49.99 $ 3,749.25
rc ... y, 4
Veru# ,s TXAig0C)P
55 Coldbla-k Short Sleeve Polo Shirt 40 EA $ 39.00 $ 1,560.00
qWColdblack
rt;;# VT�{4000P
ldbl ck Short Sleeve i c� Shirt p
th m �Nr alterations10 EA $ 41.00 $ 410.00
_.
rtx ;
Lor g Slerave Polo Shirt40 EA $ 40.00 $ 1600.00
ry0200
dblack Long Sl eve Porgy Shirt
58 W3..h <( or l I tee F, t J o:r,
_.__.. 10 EA $ 44.00 $ 440.00
Ve.:t"Lx_,.4V 40)�.#.
59
Women's `snort Sleeve Polo Shirt
�. . . - --- 40 EA $ 39,00 $ 1,560.00
Attachment A - Bid Sheet
JFB No. 18-007REBID
Uniforms for Police and Fire Departments
Item Estimated
Vet
No. a � '��X"�O1 CSP
Ite�� e5ori; tion Annual Qty UOM Unit Cost Extended
tx
Women's Coidbla;k Short Sieeve Polo Shirt
60 With major alterations
- 10 EA $ 44.00 $ 440.00
Vertx# ` -i-:4�01330P
61 Warren's Coldhlack Long Sleeve polo Shirt 40 EA $ 40,00 $ 1,600.00
PVomen's
errxf a:z�Au 300
C-o dh'ack Long Sleeve Pole Shirt
62 With major alterations
10 EA $ 44,00 $ 440.00
SWAT- Vert'f-',=-M81. 26MC l
63 Recon Combat Shirt- �i ltjltic:arn 35 EA $ 90.00 $ 3,150.00
..__
SWAJ i-Vertx#VTX8.32)i�C
Recon Combat Shirt- Multicam
64 With major alterations 10 EA $ 90.00
$ 900.00
SWAT- Vc-rt,( S1?� *,-tOOMC
65 Recon Pants Kulticam 35 EA $ 130.00 $ 4,550.00
Sr'AT ..fcr 1fi 1{:f00MC
Recon Pants- M1 Iticam
66 With major alLeration�s 35 EA
$ 130,00 $ 4,550.00
5 `AT V rtx#M852}CSL
67 Recon Combat Shirt -OD Green
40 EA $ 80.00 $
,zoo,00
SWAT_.. iter ;- VT 8525OD
Recon Combat Shirt- OD Green
68 With major�altera3 ons 3:5 EA
$ 80.00 $ 2,800.00
SWAT - Vert-.x#,•V T X 1.�01.
69 Recon Parts- OD Green
.:........... .. . 35 EA $ 90.00 $ 3,150.00
SWAT- Vertx� V i. 1901
Recon.Pants- OD Green
70I With major ai Leratior.s 10
EA $ 90.00 $ 900.00
� x
5.11 ;` �='.•�t3 _
5
71 Taclite Pro mart 30 EA $40.00 $1,200.00
5.11# 7-4273
Tadite Pro Pant
72 .E
-µ - 60 EA 1 $40.00 $2,400
.C_rro 360
73 Women's Taclite Pro Pant ! 15 EA $40.00 $600.00
5.11# 6.4360
Women's Taciite Pro Pant
74 With rr~?cr al*erations
30 EA $40.00 1200.00
75 Performance Short Sleeve Polo 15 �_EA $31.00 $465.00
5,1? 04
Performance Short Sleeve Polo
76 With Ma or alterations 10 EA $31.00 $310.00
77 Performance Long Sleeve Polo � 15 EA
..... ..... _ $35.00 $525.00
5. 4
Perforn"ianc:e Long Sleeve Polo
78Wit.h ma or alterations 10 EA $35.00 350.00
79 Women ~for mance Shott Sleeve Pr,,!o
5 { EA $31.00 $155,00
80 Ws,h m or alterations
M._..w M�.. EA $31.00 $465.00
Attachment A- Bid Sheet
IFS No. 18-007RESID
Uniforms for Police and Fire Departments
Item E i t i-m-a-FeRd 7
No. Bid'item Description
Annual Qty uOM Unit Cost Extended
Firefighter-Plain Pant Full CLA, VVorkritte 0 402NX75NV, Navy-
Extra Long and Oversize
106
106 Indicate sizes 44 --- to- 50 10 EA $137.19 $1,371.90
107 Firefi ter-Work Trouser, Workrit-e 4 475NX75NV, Na
Qh 1 300 EA $139.05 411715.00
A r , !Alork Tre-user, Workrite# 475N.-X75NV, Navy- Extra
Firefighter ht--
Long are. Oversize
108 Indicat*a sizes_)%Lto 100 EA $173.81 $17,381.00
109 1 Firefighter-Workrite Shorts # 425NX6, 100 EA $114.65 $11,465.00
ON8, Na
Firefighb,r- ,,�rofessionel Polo with 1090, 5.11 Tactical# 72360
110 Long sleeve, Dark Navy
200 EA $ 45.00 $ 9,000.00
Firefighte,-.r - Profiessio'na!Polo with logo,5.11 Tactical# 72360
Long-sleeve, Dark'Navy
ill Oversize indicate sizes to
3XL
Firefighter- 5! so EA $ 45.00 $ ----------- 2,250.00
iat��er'-_rosstech 3 in 1, #984S with Soft fleece
4660 Liner
112 Coat an Lit; co ii-icliklu,je��)atches and reflective transfers on back
ILI 5v EA $ 424.99 $ 21,249.50
113 1FirefighfC.'r-Snirt, ionc, sleeve, IViale
13lauer#
30 EA $ 44.99 $ 1,349.70
i(., Sle.-ve, Vi&e
Blau'a:rt 843-1, White
114 Ov L
-Tnd"'8'f siz--'s to 22.5 EA $ 58-49 JL$
M. 10 584.90
Firefighter si'"'eve, Male
115 1131auler# 342-1, White
25 EA $ 39.99 $ 999.75
-T7 sleeve, NI'lale
116 Ovar�i-�irnd:catim sizes
to-22.5 10
EA $ 51.99 $ 519.90
OiJ L. J
Storm 11/4 zip
117 5.!'1L4 71*2,363 Fire i-,�avj
100 EA $ 65.00 $ 6,500.00
Storm !L/4 zip
118 5.11 7" 3 1 T IT!C- I- Fire Navv 20 EA $65.00 1,300.00
"':*:'z DS,131auer# 160
119 w/RRFD embroidery an front
: __ 1 50 EA 65 $ 3,250.00
Firef:Qhter-'.Vork Trouser
120 5.1, 74369
so EA 74.99
$ 3,749.50
121 Blauer#
55 Velcro Hi-Visibility Safety Vest
20 EA 53.9 $ 1,078.00
122 Incident Command Panel Velcro Hi-Visibility Yellow 5 EA 29.95 149.75
OTHER ACCLESS-0M.ES-PATCHES FOR FIRE DEPT:
123 Fire Dept- Department Patch 200 EA $2.25 $450.00
124 Fire Depz- E"'.1-1 Patch
100 EA $ 3.25 $ 325.00
125 Fire Dept-Paramedic, Basic Patch 50 EA $
I - 3.25 $ 162.50
126 Fire Dept- Paramedic, Intermediate Patch
50 EA $ 3,25 $ 162.50
Fire Tep-f-- Para mediE,licensedPate
50 EA 3.25 16
SECTIONS A and 3 EXTINDED TOTAL $ 6,0jr,338.83
E X FT=1V 1rn P1916%11
At chment A -Bid Sheet
JFB No. 18-007 ESID
Uniforms for Police and Pira Departments
Item Estimated
No. Bid Item Oes nation Annual UOM Unit Cost Extended
5.11#48112 �
81 Sabre.packet 2.0 30 EA $ 205.00 $ 6,150.00
5. 1#4305
87 Uned P i:Ma C;o keL 40 EA
$ 40.00 $ 1,600.00
__ +� � =SIRE DEPT
Ties,:cYl�p-o�"1 �7Y"-' �! f`iy., : 3,rt,ar..1
83 All lenbrns t $5.00 $100.00
Firefighter-Wo-mex Shirt
Short Sleeve
84 Workrite#720NX45NB 210 11,1111 $ 120.00 $24,000
Firefighter- Nonnex Shirt,Short Sleeve
Workrite# 7.20NX45NB
85 Gvemo@rGe indicate sizes 50 to 2S� �
._. ......._. ._......... _ �. $ 130.00 $2,600
Firefighter-Nornex Shirt, Long Sleeve
86 Workrite#725NY45NB
1100 l BA $ 125.00 $ 12 540.00
rcrigr rr :l31 irt, 'ong Sleeve
87 JOvers, e indicate sig es. 50 to 58 20 150.00 $ 3,000.00
F.re` c, r x:c�jessi nc� Pc-!o with logo
X5.1 i !":xkrft,cal#7
182
88 Shr<= 5l :
Attachment A-Bid Sheet
!FB No. 18-007REBID
Uniforms for Police and File Departments
WORMA `ION_ONLY
ECTIO C - ALTERATIONS&r 0 Lce and Fire Deets
ALTERATIONS: Please:include cost for minor and major alterations after the initial order where
At 3 a :ions are i paired.
No. r .. UOM Unit Cost
128 Small Velcro App A"CatiGtl i Si"it�ul i�:° and(resat Pasch; I __EA 7.50
129 Large Veirro Application,back Patchy _.._ . 3 EA $9.50
130 Herr€Mingtrouser »..» .. —..:I-,.------:. I EA $11.00
131 Sewing c,r patcnes,chevro�.�s a�"Eci w i��es � a � EA $2.50
332 RWn ,°An€1/a. ding oatchesM_._r ? EA $4.50
133Sev, �»
y _... m�,�,.....wd..� ..,,_.�... EA $5.00
134 Heat Transfer Plain One i �,e �
. EA $10.00
135 Heat Trans Main -Two Lines
EA $12.00
136 Heat,Tm n wa 1"„ t" 1 EA
ry i .._... $12.00
13?
:y
_.
e.�L 3 a � �4�s5 3'
t f
tem EA $18.00
I
No. �Y�w ��r� E���� _ UOM Unit Cost
138U � 2
,.e, .. ,,,r...,.,,„...,.........,,. .., ..:
139 Srrip:efrr , �
FA $ 13.95
w _ w
�.
�.€t;���fa-=�,; gr��:t�l�;,;�.�.:�� � EA $ 10.00
140
EA $ 14.00
141 Tap-ering
EA $ 18.50
142 `t acc-,,y `
EA $ 15.00
143 € Ml �,h j '10 wro r 3
EA»'
�w
144Al �_ .._.
Item _ w E� 14.50
No. € $
145 .. �..M. _ UOM Unit Cost
r #j3a f€A" 9E« SEA
m
. » �.». .' 6.00
146 f-
w
F. ..._"" »»Iwww»w.ww.. $
f: �.00
147 ��€�€,, :# ,..
EA
_. .� $ 8.00
Item .
£ f A
No Unit Cost
k
v..
,
E 12.00
148 r
149 ;'111"o` « s
12.00
150 ,- _
EA $ 5.00
t
151 EA
$ 5.00 ,
152
EA
# a
»
153 1 EA
154
EA Is
155 1 EA is
E11 �,�
Attachment A -Bid Sheet
iFB No. 18-007REBID
Uniforms for Police and Fire Departments
ON ORM'f'YTIAPN OML r
tem No. caota�,Ocl Percentage Off
x- ._ CatalO
156 5.11 Catalog 13%
157 Anchor Catalc 24%
158 Baviy.. E 5%
159 Blackinton
10%
160 Biauer Catalog
i 10%
161 Point Blank 10%
162 Sf afariand and fariand Group Brands 10%..— _ ...
. ...................
163 Vertx Catalog 6%
164 UVorkrite Catalog 2fJ°Jo
.....r...�....,,.,.
Item
Percentage off
No. i Cam��� Catalog
_.. K.,..,..M . w._ . ,
165Ad ditio tri! Catalog/Brand Offered afls.com 10°Jo
166 'Adi",
d :° r'iai C .aioc/Brand Offered of
}
c
167 ;Addition=al Cataio�/Brand Offered n�
_.. _...
168 Additional Cataior,/Brand Offered °lo
... .K.._ u.�.
t
169 ;Additional Cd-taloa/Brand Offered 0/0
170 Additional Catalog/Brand Offered n{n
171 dd:tiona< Catalog/Brand 0 erect %
172 IAddiirjona:l Catairxa/Brand Offered
...._._._ .._ :... F.a..,.... ,...:.....,,,,:M ff
a
173 Addii:ional Catalop/Brand Offered
i
174 �Additior ata ,Jura rered
J
Attachment A• Bid Sheet
IFB No. 18-007RESID
Uniforms for Police and Fire Departments
espouse to Aftachment C e 41 MOnalre - 40
* Recordkeeping and maintenance database/system w- 20 Points
* Atteratiops/ embroidery options- s pas,jts
* Uniform deflveprocess - 5 Points
* Process for back-ordered items - 5 Paints
Process for handiinn,enc edited order requests-5 Points
COMPANY NAME:
falls LL
SIGNA IT1 E CDs'AUTHORIZED RE RE ENTAT 2.
i
- '
PRINTEDAn=;
E
R. Michael Andrew jr.-
EMAIL
r.EMAIL AD bRZEl"S:
Brewer-T}ffany galls.cori
PHONE
800-876-4241 ext. 2179
ExngDlff¢ tlt
��
City of Raund Rack
Uniforms for Police and Fire Departments
WS No 18-007REBID
Class/item 200-86/200-88
June zo`a
ATTACHMENT B - RESPONDENT'S REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER:
RESPONDENT'S NAME: DATE: 07/18/2018
Provide the neme, eddresm, telephone number and E-MAIL of at least three (3) msUd Municipal, Governmentagenc�sorhnneofoompenab|es�ethethaveutU�edeen/�eathatereaimi|mrintypeunduopecbywithin
the last
two (2) years City of Round Rook references are not applicable. References may be checked prior to award. If
references cannot be confirmed or if any negative responses are naomivod it may nosu|1 in the dio~uaU�csdo'' of
subm/t1eL disqualification
1CompanysName Texas
Name ofContact �
Phillip
Tiikao/Contact Commander
E-Mail Address �
Pr=sentAodreos 5805 N. Lamar Blvd
C/`y, 3oats.Zip _-�ode
Austin, TX 78572
Telephone Number
2. Company's Name Montgomery Co. Sheriffs Office
Name of Contact —
—
Kfn.C!j1 breath
TiUoofContaot —
E4148ei|Addrees leuitenant ..
k
PraesntAdorees
Cr':f:,v'jnal Justice or.
C/iy, S��b� Zip Code
' Con roe, TX 77301
T�VkapnoneNumber760-5859 Fax Number:
3, Company's Name Austin
Name cfContact
Cesar Ma.--ldaleno
Title ofContact EquipMent Manager
--
E-Mail Address
pnesen�Adcre�� �
71
City, 8iate, Zip Code �
TX 7870-1
Telephoneuumbe/ (
Fax Number:
FAILURETO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY D{SQUALUF/ THE RESPONSE FROM CONSIDERATION FOR AWARD.
Revise,.,.. Page 12 o[|]
Exhibit. vv&��
n ��
City of Round Rack
Uniforms for Police and Fire Cepartments
1F8 No 18-007RFBID
Class/item 200-86/200-88
,lune 2018
ATTACHMENT C - QUESTIONNAIRE
40 Points
COMPLETE AND RETURN THIS FORM WITH YOUR SOLICITATION RESPONSE
Name of Business:
Galls, LLC
Physical Address of Headquarters (HQ): 1340 Russell Cave Rd.
Lexington, KY 40505
Physical Address of Serving Branch: 826 Rutland Drive
(if different address from HQ) Austin, TX 78758
11. On a separate sheet of paper, please describe your record keeping and maintenance database/system for
maintaining all officers'and firefighters'sizing profiles, alterations, and measurements taken (20 points)
2. On a separate sheet of paper, please explain different options you provide for alterations/embroidery and how
you handle a backlog of alterations/embroidery. What is your common turn-around time for
alterations/embroidery?(5 points)
3. On a separate sheet of paper, please explain your delivery process. What is your standard delivery time-frame
from ordered to delivered?(5 points)
4. On a separate sheet of paper,please explain your process for handling back-ordered items and how you resolve
back-ordered issues, (5 points)
5. On a separate sheet of paper, please explain your process for handling expedited order requests. (5 points)
IN FOR Oilk!L),,
1. Do.you have an me ordering system? If yes, please provide more information on a separate sheet of paper.
CIRCILE ONE: :S)or NO
2. Do ycu off'er alterations at the City's specified locations as well as at local location(s)?
or NO
3. On a separate sh:-.�et ol' paper, please explain your dispute resolution process for fixing incorrect orders or
damaged product received. How long does it take to clear up these types of issues?
4. On a separate sheet of'paper, please explain the process offered to your customers for the sampling of new
prodljc�ts?
Pa,,e i3 of 13
Exhibit "A"
1340 Russell Cave Road
LeAngton,KY 40505
Attachment C — Questionnaire Answers
1. We keep all of the officers and firefighter's sizes in an online ordering system database.
The individual either comes to the storefront or we go to the customers location and
record all sizes for all available products. Once,the sizing is completed we record all
sizes into the system including any custom alterations that are needed. When an order is
processed it is processed with the individual's sizes.
Here is an example of an online storage of sizes per person,
„ YM C'Maw tmatiean +�z lbbt tfl[f IRS
aeflOrso Pagers 01CA Q Ycros In.r�r �;
Aaa�tl;�y ilrYr:ifJTfMJM'111
ANagMfgva lse4ts LNMP' CAM AMSXMM
orsaoa +�asas SD 00
r ,Y WT
Suing Information
CriaC.'S+,Iti flier. ;
}p,
Once input into 1.1he system and saved, , .e customer will always have access to these sizes
in case they forget or are unsure.
Initial load of an entire department also can be done by our online team when submitted
in an excel document.
At y update -,hese sizes if they change.
PROUD TO SERVE A, . bibo UAFE7yPROFEs.5I+)NALS
1340 Russell Cave Road
Lexington,KY 44505
2. We perform all alterations and embroidery, including but not limited to shirt tapers, leg
tapers,waist alterations,embroidery of logo and names,embroidered collar insignia. In
order for us to handle our back-log we employ a Warehouse Lead who helps prioritize
order flow and keeps an eye out for orders and their respective due dates. Our Warehouse
lead will ensure timely delivery on all orders and will also prioritize back-orders and
oldest orders to be done first. Orders are processed within 5-10 days of receipt unless
there is a back-order from the manufacture. If there is a back-order we will communicate
that to the end user. If necessary, we will also utilize our other storefronts to assist with
order flow to ensure a 5-10-day turnaround. We also implement a dashboard that
constantly manages time tracking of order flow. We have an entire management team
held accountable to the metrics of time of order flow. This is monitored daily several
times throughout the day.
3. Standard delivery time is 5-10 business days. Our plan would be to stock the
contracted items for prompt delivery on all orders. Our delivery process works hand in
glove with our order flow process. Once an order is complete and gone through quality
control the ticket is sorted based on ship method and customer"s predetermined shipping
methods. The order then is tied with its tracking number and all shipments with all
tracking numbers are logged on that order.
4. Back-orders will b`communi sated to the end user as soon as we are made aware. We
'will always atterript to do any all alterations possible to avoid delivery problems. For
e amplhe. if a custorner orders a short sleeve shirt in size Medium - regular and that item
is on back-order, but we have available Medium -'Fall, we will alter the garment to a
medium regular and deliver to the customer. We will do the same for Long Sleeve, pants
and i3thi'r its ms. �� e also have access to a huge network of other stores across the country
o help us loca.ie inventory. WC have a wide range of products to choose from as well;
Ne will use our experience and product knowledge to match what is on backorder. For
e=xa,ple., if we have;: the same poly/cotton ripstop blend in another brand available with
cltu :carni; features-we will offer to you at same price. We would never be able to change
or sub an itern without customer permission first,
S. Expedited orders are processed first and are made with a unique lied Dot and a lied
pz,ioaitfV folder signaling to all c:,ur staffthat this order is priority. We communicate to the
{-r}d user ab(wt,, a due date and make sure that our team is aware of the due date. Then we
il! e.nsur-delivery on all items by any means necessary. We try to get all the
information on the front end of an order as well to ensure if there is a quick deliver
deadlinie w�; can process accordingly.
P67Qd1D TOSERVE A k WtLIWAVYPROFESS1ONALS
1340 Russell Cave Road
Lexington,KY 40505
INFORMATION ONLY RESPONSES:
1. Yes, we provide an online ordering system. All products unique to the department will
be uploaded into the system. No other products will be visible. All employees will be/are
loaded into the system with all their unique sizes and alterations. The department will
select certain individuals to place and approve orders. All status updates and information
will be available via e-mail and other reports. A detailed hand book is attached.
`L. Yes, our alterations are provided onsite at Miller uniforms. We also can utilize any of
our stores nationwide to do alterations.
3-For incorrect orders, we will prioritize these as rushes and fix them ASAP. these orders
will be treated as expedited orders and processed first with our unique Red Loot Priority
system. For damaged product, these will fall under the manufactures warranty and will be
treated on a case by case basis. If the product- falls under the warranty, we will process
new orders as expedited orders. As far as dispute process: customer will let
representative know what is incorrect and Galls will ensure swift delivery and/or
replacement of incorrect items. If items were ordered incorrect by customer, we will
work to ensure a swift turnaround as well.
4. Wear Tests and Samples are offered to the customer at no charge. We will work with
manufacturers and issue samples at no charge depending on the potential issuance and the
needs of the department. Samples of products that will be returned can be ordered at any
time.
***Please note that all our processes are subject to change""
PROUD TO SERVE A XI N i88ANFE7Y PROFESSIONALS
" ROUN13 ROCK TEXAS
F
Com`OF ROUND ROCK
INVITATION FOR BID (IFS)-UNIFOR �S FOR POLICE AND FIRE DEPARTMENTS
IFB No. 98-007lREBID Addendum No. I Date of Addendum: 711912018
Addendum No. 1, dated Thursday, 7/19/2018 is being issued to respond to all questions
submitted by the deadline of Tuesday, 7/17/2018 5:OOPM for IFB No. 18-007REBID
Uniforms for ,o jcz and Fire Departmea rms, as outlined below:
Attzchment A - THSheet Corrections:
1, The City hereby replaces Attachment A - Bid Sheet with Attachment A - Bid Sheet
Addendum 1. Item numbers 105 and 106 have been updated to reflect correct part
numbers and description information, as shun below. The Attachment A --- Bid Sheet,
Addendum 1 can be viewed in an Excel format on the City of Pound Rock website at:
h<.t s.//W►+ w.roundrocktexg obilbusinesses/solicitation d
ORIGMAL Bid Sheet items:
P�ten1
j CM. B:d Item C9eSG t 'CA(l Annual(Xv UOM Unit Cast Extended
Firefighter-Work Trouser, Workrite # p
205 475NMX75N8 Navy so EA
106 1 Firerighter-Work Trouser, Workrite #
475NMX*?SNB, Navy-Extr Long and Oversize
Indicate sixes to 10 EA
UPDATE-10 did Sheet items:
Item Estimated --• --�
Ne..._ r � !� tion Annual UOM Unit Co
----�-------�..�. st Extended
Firefighter-,"lain Pant Full Cut, Workrite #
105 3 402NX75NU, Navy 5p EA
Fire.i ht:er-Main Pant Full Cut, Workrite # ;
402N..97 NVQ Hal jf Extra Long and Oversize
106 Indicate0
sizes to �
w,
Page I of 2
Exhibit "A"
` ROUND ROCK TEXAS
CITY OF ROUND ROCK
INVITATION FOR SID (IFIL)—UNXIs `3RMS FOR POUCE AND FIRE DEPARTMENTS
IFS ENo. 18-007REBID a ddendurn No. I Date of Addendum: 711 12018
Approved by: I
Dake.
Yvo Hopkins, Pu-baser
By the signatures affixed below this addendum is hereby incorporated into and made a part of
the above referenced solicitation.
ACKNO LEDGED:
Vendor
17
Authorized Signature
Printed Name
6
Date
RETURN ONE SIG 'ED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR
SEALED PROPOSAL. F'AIL'URE TO Dia SO FdAY UTOPWATIC LLY DISQUALWY YOUR RESPONSE
FROM CONSIDERATION FOR AWARD.
Page 2 o(2
tmoit A �
RGLIND.RCGICK TEXAS
Award Recommendation
To: Oscar Wise
Contract Management
City of Round Rock
From; Chief Allen Banks
Chief of Police
Police Department
and
From: Chief Robert Isbell
Chief of Fire
Fire Department
Date: August 29, 2018
An Invitation For Bid was solicited in accordance with IFB No. 18-007REBID for Uniforms for
Police and Fire Departments for the City of Round Rock.
The 1FB solicitation was advertised In the Austin American Statesman newspaper and posted to
the City of Round Rock website with the City receiving a total of one (1) response, as follows:
Galls, LLC.
An evaluation team consisting of individuals with the City of Round Rock Police and Fire
Departments with expertise in this area evaluated the offers and scored Galls, LLC as the most
qualified company to provide these services, based on recordkeeping and maintenance
database/system, alterations/embroidery options, uniform delivery process,the process for back-
ordered Items, the process for handling expedited order requests, and the bid cost.
Respondent and point distribution Is listed below: Total available percentage points is 100%.
0 Galls, LLC—95%
The Police and Fire Departments recommend an award to Gall's, LLC based on the following:
best overall bid in accordance with the advertised evaluation criteria, highest percentage points
of 95% received during 11713 evaluation and scoring, demo presentation to PD and Fire
representatives by Galls and best vendor to provide the required uniforms for the City of Round
Rock.
Agreement Term:Five(5)Years
Annual Contract Amount: $601,338.65
Total Contract Amount: $3,006,693.25
Page 112
Recommended Vendor:
Galls, LLC
826 Rutland Drive
Austin, Texas 78758
Headquarters:
1340 Russell Cave Rd.
Lexington, KY 40505
The anticipated contract shall be made in an amount for 60 months.
Approvals:
Signed
Printed nName: Chief Allen Banks
Chief of Police
Date:
11gfied Name:— (I—
Minted Name: Chief Robert Isbell
9 Chief f Fire
Chief
Date:
Purchasing Manager Review-"
Printed Name: Teresa Reddy
Purchasing Manager, Finance
Date:
Page 2 2
BID TABULATION
Solicitation Number/Name: 18-007RESID Uniforms for Police and Fire Departments
Evaluation Matrix
Item# Evaluation Criteria Low Bid Paints Vendor i Vendor 2 Vendor 3
1 Cast Proposal 601338.65 60 60 N/A N A
Attachment C-Questionnaire
Rewrdkeepin9 and maintenance
2 data 20 18 NLA NIA
3 ti e S 4 YA
4 UnNbrm 5 4 A A
Process far bade Items ..N A NIA
Process for handiing expedited on*
6 - $ 4 N/A A
Grand Total Stora 100 9S 0 0
Total Bid Amount from Bid Tabulation 50 338.65 N/A N A
Department Recommends Award to:Vendor 1
Signature Date: '