Loading...
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: '