Loading...
Contract - Austin Screen Printing - 7/25/2019 CITY OF ROUND ROCK AGREEMENT FOR APPAREL AND CUSTOMIZATION WITH AUSTIN SCREEN PRINTING THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § THAT THIS AGREEMENT for the purchase of apparel and customization services, and for related goods and services (referred to herein as the "Agreement"), is made and entered into on this the � day of the month of , 2019 by and between the CITY OF ROUND ROCK, a Texas home-rule municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299 (referred to herein as the"City"), and AUSTIN SCREEN PRINTING, whose offices are located at 4204 Medical Parkway, Austin, Texas 78756 (referred to herein as "Vendor"). RECITALS: WHEREAS, City desires to apparel and customization services, and other related goods and services, and City desires to purchase same from Vendor; and WHEREAS, City has issued its "Request for Proposals" for the provision of said goods and services, and City has selected the bid submitted by Vendor; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW,THEREFORE,WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged,the parties mutually agree as follows: 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City is obligated to buy specified goods and Vendor is obligated to sell same. The Agreement includes the following: (a) City's Request for Proposals designated RFP 19-OOIREBID dated February 2019; (b) Vendor's Response to RFP; (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: 00424680/ss2 50 (1) This Agreement; (2) Vendor's Response to RFP; (3) City's Request for Proposals, 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. F. Vendor means Austin Screen Printing or any of its successors or assigns. 2.01 EFFECTIVE DATE AND 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 or extended as provided herein. B. The term of this Agreement shall be for sixty (60) months from the effective date hereof. C. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement with or without cause or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Vendor to supply certain goods and services as outlined in RFP 19-OOIREBID dated February 2019. The goods and services which are the subject matter of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 2 4.01 DUAL PROVIDERS The parties specifically acknowledge and agree that Vendor shall be considered as one of the two (2) providers for specified goods and services set forth in the Contract Documents. Vendor specifically further acknowledges and agrees that this Agreement is not an exclusive Agreement. City may, in its sole and unfettered discretion, elect to use either Vendor or the other dual provider in whatever order it deems to be the"best value" for the City. City is not obligated to use or purchase any estimated annual quantity of goods or services, and no guarantee is made of any minimum or maximum purchase. 5.01 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 Request for Proposals Solicitation Number 19-001 REBID dated February 2019). Vendor has issued its response agreeing to provide all such required goods and services 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 goods and services described under the attached exhibits within the contract term specified in Section 2.01. Vendor's undertakings shall be limited to providing goods and services for the City and/or advising City concerning those matters on which Vendor has been specifically engaged. Vendor shall provide said goods and 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. 6.01 COSTS A. Only if, as, and when needed by City, the bid costs listed on Attachment A—Bid Sheet of Exhibit "A," 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 is not obligated to purchase any quantity of goods or services, and City may not expend in excess of One Hundred Eighty and No/100 Dollars ($180,000.00) per year for Vendor's goods and/or services combined with the dual provider's goods and/or services for a total not to exceed amount of Nine Hundred Thousand and No/100 Dollars($900,000.00) for the term of this Agreement. 3 7.01 INVOICES All invoices shall include, at a minimum,the following information: A. Name and address of Vendor; B. Purchase Order Number; C. Description and quantity of items received; and D. Delivery dates. 8.01 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING Authority for local governments to contract with one another to perform certain governmental functions and services, including but 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 271.101 and Section 271.102. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City of Round Rock's bid, with the consent and agreement of the successful vendor(s) and Round Rock. 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 of Round Rock is not an agent of, partner to, or representative of those outside agencies or entities and that the City of Round Rock is not obligated or liable for any action or debts that may arise out of such independently-negotiated"piggyback"procurements. 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, and/or deliverables, or within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the performance and/or deliverables or services, whichever is later. Vendor may charge 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, subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late; or 4 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 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. 10.01 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without liability to Vendor if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Vendor or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 12.01 ORDERS PLACED WITH ALTERNATE SERVICES PROVIDERS If Vendor cannot provide the goods and services as specified, City reserves the right and option to obtain the products from another supplier or suppliers 13.01 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Rick Atkins Parks and Recreation Department Director 301 W. Bagdad Avenue, Suite 250 Round Rock, Texas 78664 (512) 341-3344 ratkins ,roundrocktexas.gov 14.01 INSURANCE Vendor shall meet all City of Round Rock Insurance Requirements as set forth in RFP No. 2019-001 REBID dated February 2019 and at: 5 http://www.roundrocktexas. og v/wp-content/uploads/2014/12/corr insurance 07.20112.pdf. 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 time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 16.01 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City purchasing the specified goods and services 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 fully, timely and faithfully perform any of its material obligations under this Agreement; B. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein; or C. 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. 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 6 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. 18.01 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. In accordance with Chapter 2270, Texas Government Code, a governmental entity may not enter into a contract with a company for goods or services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel and 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 during the 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: 7 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: Austin Screen Printing 4204 Medical Parkway Austin, Texas 78756 Notice to City: City Manager Stephan L. Sheets, City Attorney 221 East Main Street AND TO: 309 East 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 herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 23.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, 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. 8 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 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. [Signatures on the following page.] IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. City of Roun Rock, Texas Austin Screen rinting Bv: By: Printed Name: Printed Name 14 4 Title: Ndam . Title: R CS % d&-M-n" Date Signed: J �". •�� Date Signed: 57. 3- • �-o t Attest: /7,1 [1 By: • Sara L. White, City Clerk For City, Appr ved as to For BY: Stephan L. beets, City Attorney ROUND ROCK TEMS PURCHASING DIVISION City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.gov REQUEST FOR PROPOSAL (RFP) APPAREL AND CUSTOMIZATION SOLICITATION NUMBER 19-001 REBID FEBRUARY 2019 Exhibit "A" City of Round Rock Apparel and Customization RFP No. 19-001 REBID Commodity Codes: 20019, 20056, &20074 FEBRUARY 2019 APPAREL AND CUSTOMIZATION PART I GENERAL REQUIREMENTS 1. PURPOSE: The City of Round Rock, herein after"the City"seeks offers from firms experienced in providing logo design artwork, screen printing, embroidery, and/or heat press/sublimation, sports apparel/uniforms, t-shirts, outerwear, and additional clothing items that may or may not require customization. The Contract amount shall not exceed an estimated annual amount of$180,000. 2. BACKGROUND: The City of Round Rock Parks and Recreation Department requires a contract for various printed and non-printed items of outerwear to support their city-sponsored events and teams. Additional locations and departments may utilize the resulting Contract for similar activities. 3. SOLICITATION PACKET: This solicitation packet is comprised of the following: Description Index Part I—General Requirements Pages 2—5 Part II—Definitions, Standard Terms and Conditions Page 6 and Insurance Requirements Part III—Supplemental Terms and Conditions Pages 7—9 Part IV—Scope of Work Page 10 Part V—Proposal Preparation Instructions and Evaluation Factors Pages 11 — 14 Attachment A—Proposal Submittal Form and Execution Page 15 Attachment B—Reference Sheet Page 16 Attachment C—Subcontractor Information Form Page 17 Attachment D—Cost Proposal Sheet Separate Attachment 4. AUTHORIZED PURCHASING CONTACT: For questions or clarification of specifications, you may contact: Cheryl Kaufman Purchasing Supervisor Purchasing Division City of Round Rock Phone: 512-218-5417 E-mail: ckaufman@roundrocktexar.nQ ,liblt "All Page 2of17 City of Round Rock Apparel and Customization RFP No. 19-001 REBID Commodity Codes: 20019, 20056, &20074 FEBRUARY 2019 The individual listed above may be contacted by e-mail for clarification of the specifications only. No authority is intended or implied that specifications may be amended, or alterations accepted prior to solicitation opening without written approval of the City of Round Rock through the Purchasing Department. 5. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below. EVENT DATE Solicitation released February 11, 2019 MANDATORY Pre-proposal meeting February 19, 2019 @ 10:00 AM, CST Deadline for submission of questions February 21, 2019 @ 5:00 PM, CST City responses to questions or addendums Estimated February 22, 2019 @ 5:00 PM CST Deadline for submission of responses February 28, 2019 @ 3:00 PM CST All questions regarding the solicitation shall be submitted in writing by 5:00 PM, CST on the due date noted above. A copy of all the questions submitted and the City's response to the questions shall be posted on the City's webpage in the form of an addendum at: https://www.roundrocktexas.gov/businesses/solicitations Questions shall be submitted in writing to the"Authorized Purchasing Contact". The City reserves the right to modify these dates. Notice of date change will be posted to the City's website: hftp://www.roundrocktexas.gov/bids. 6. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at http://www.roundrocktexas.gov/bids 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. 7. MANDATORY PRE-PROPOSAL MEETING: A pre-proposal meeting will be conducted to fully acquaint Respondents with the proposal requirements. The pre-proposal meeting will be conducted on the date specified in PART I Section 5-Schedule of Events. A. Attendance at the pre-proposal meeting is mandatory. Respondents shall sign-in at the pre- proposal meeting to document their attendance. The City reserves the right to determine a response"not available for award" if the Respondent fails to attend the mandatory pre-proposal meeting which shall initially begin at: City of Round Rock-City Hall Council Chambers, 15t Floor 221 E. Main Street Round Rock,Texas 78664 B. Respondents are strongly encouraged to bring a copy of the solicitation document with them to the pre-proposal meeting. 8. RESPONSE DUE DATE: Signed and sealed responses are due at or before 3:00 PM, on the due date noted in PART I, Section 5—Schedule of Events. Mail or hand deliver sealed responses to: City of Round Rock Attn: Cheryl Kaufman Purchasing Department 221 E. Main Street Round Rock,Texas 78664-5299 A. Sealed responses shall be clearly marked on the outside of packaging with the RFP Solicitation title, number, due date and"DO NOT OPEN." B. Facsimile or electronically transmittedwspo gs aip 9q acceptable. Page 3 of 17 City of Round Rock Apparel and Customization RFP No. 19-001 REBID Commodity Codes: 20019, 20056, &20074 FEBRUARY 2019 C. Responses cannot be altered or amended after opening. D. No response can be withdrawn after opening without written approval from the City for an acceptable reason. E. The City will not be bound by any oral statement or offer made contrary to the written proposal. F. The RFP and/or copies shall be provided at the Respondents expense and shall become the property of the City. G. Receipt of all addenda to this RFP must be acknowledged, signed, and included with the proposal response. H. Late Proposal(s)will not be considered under any circumstances and will be returned unopened, if a return address is provided. 9. RESPONDENT REQUIREMENTS:The City of Round Rock makes no warranty that this checklist is a fully comprehensive 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. A. Respondent shall submit one (1)evident signed "Original"and one (1) identical electronic copy of the RFP response on a flash drive. The submittal is required to include all addendums and requested attachments and information. B. This request for proposal (RFP)does not commit the City to contract for any supply or service. Respondents are advised that the City will not pay for any administrative costs incurred in response preparation to this RFP; all costs associated with responding to this RFP will be solely at the interested parties'expense. Not responding to this RFP does not preclude participation in any future RFP/RFQ/IFB. C. For your RFP submittal to be considered responsive, the attachments identified below shall be submitted with your proposal. Addendums:Addendums may be posted to this solicitation. Respondents are required to submit signed addendums with their sealed response. The Respondent shall be responsible for monitoring the City's website at http://www.roundrocktexas.gov/bids for any updates pertaining to the solicitation. Attachment A-QUALIFICATIONS STATEMENT SUBMITTAL FORM AND EXECUTION: Failure to complete and sign the qualifications statement submittal form and execution may result in the disqualification of your qualifications statement. 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 the submittal. Attachment C-SUBCONTRACTOR INFORMATION FORM: Provide a completed and signed copy of the Subcontractor Information Form if applicable (embroidery only). SAMPLE: Upon confirmation of responsiveness the Respondent shall provide samples as stated in Part V, Item 8 in order to receive credit for evaluation criteria"Quality of Samples." PROPOSAL: Your company response to the listed qualifications and requirements as set forth in Part V. 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. Following 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. Exhibit "A" Page 4 of 17 City of Round Rock Apparel and Customization RFP No. 19-001 REBID Commodity Codes: 20019, 20056, &20074 FEBRUARY 2019 A. 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. B. 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. SUSPENSION OR DEBARMENT CERTIFICATION:The provisions of the Code of Federal Regulations 2 CFR part 180 suspension and debarment may apply to this agreement. The City of Round Rock is prohibited from contracting with or making prime or sub-awards to parties that are suspended or debarred or whose principals are suspended or debarred from doing business with the Federal Government, State of Texas, or the City of Round Rock. 12. 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 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://www.ethics.state.tx.us/whatsnew/elf info forml295.htm Exhibit "A" Page 5 of 17 City of Round Rock Apparel and Customization RFP No. 19-001 REBID Commodity Codes: 20019, 20056, &20074 FEBRUARY 2019 PART II DEFINITIONS, STANDARD TERMS AND CONDITONS AND INSURANCE REQUIREMENTS 1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent 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 Respondents to stay apprised of changes. The City's Definitions, Standard Terms and Conditions can be viewed and downloaded from the City's website at: https://www.roundrocktexas.gov/departments/purchasing 2. INSURANCE: Insurance does not apply to this solicitation. Exhibit "A" Page 6 of 17 City of Round Rock Apparel and Customization RFP No. 19-001 REBID Commodity Codes: 20019, 20056, &20074 FEBRUARY 2019 PART III SUPPLEMENTAL TERMS AND CONDITIONS 1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty(60) months. B. 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: A. Be firms, corporations, individuals or partnerships normally engaged in providing sports apparel/uniforms, outerwear, screen printing, logo design artwork, and other modifications as specified herein. B. Have adequate organization, facilities, equipment,financial capability, and personnel to ensure prompt and efficient service to the City. C. Have facilities and personnel located on their premises, within 50 miles of Round Rock,that are capable of screen printing, logo design artwork, and other modifications as specified herein as needed. This requirement does not apply to any subcontracted embroidery work. D. Provide all labor, supplies and materials required to satisfactorily perform the services as specified herein and own or acquire at no cost to the City all appliances and equipment Respondent deems necessary and maintain sole responsibility for the maintenance and repair of Respondent's vehicles, equipment, tools and all associated costs. 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. E. Have a permanent business residence where work covered by this contract will be performed within 50 miles of Round Rock. Private residences and respondents outside of the immediate area will not be included for consideration in this procurement process. 3. SUBCONTRACTORS: The City seeks to do business directly with a company experienced in providing logo design artwork, screen printing, embroidery, and/or heat press/sublimation services, providing sports apparel/uniforms, outerwear, and additional clothing items. Subcontractors may not be used for any print task; this work shall be done by the Contractor's staff and on their equipment. Subcontracting may only be used for embroidery services. If Subcontractors will be used the Respondent is required to complete and submit with their proposal response Attachment C: Subcontractor Information Form. The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractors own acts and omissions. The Contractor shall: A. Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications and terms of the Contract; B. Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary insurance in the type and amounts specified for the Vendor, with the City being named as an additional insured; and C. Require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City. D. Awarded Contractor is required to submit a list of all subcontractors for approval by the City prior to use of any subcontractors throughout the term of the contract. Exhibit "A" Page 7 of 17 City of Round Rock Apparel and Customization RFP No. 19-001 REBID Commodity Codes: 20019, 20056, &20074 FEBRUARY 2019 4. PRICING: 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. No separate line item charges shall be permitted for either response or invoice purposes unless otherwise specified by the City. 5. PUBLISHED PRICE LISTS: A. Offerors may quote brands using published price lists in the following way: offerors may quote one discount from a Published Price List for all offered items to be covered in the Contract. The discount must remain firm during the life of the Contract. B. The list upon which the discounts are based shall be submitted with the Offer. All price lists identified in the Offer shall clearly include the Offeror's name and address, the solicitation number, prices, title of the discount and number, and the latest effective date of the price list. All price lists submitted become part of the Offer. C. The price list may be superseded or replaced during the Contract term only if price revisions are the result of the manufacturer's official price list revision. D. Procedure to Request Increase: Mail the written price increase request with the rate detail comparison, manufacturer's price list/schedule, 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 E. 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. F. Failure to submit written notification of price list revisions will result in the rejection of new prices being invoiced. The City will only pay invoices according to the last Purchasing-approved price list. 6. PERFORMANCE REVIEW: The City reserves the right to review the awarded respondents' performance and work quality at any time during the contract term. 7. ACCEPTANCE/INSPECTION: Acceptance inspection should not take more than five (5)working days. The awarded respondent will 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 services 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. 8. ORDER QUANTITY: 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. 9. AWARD: The City reserves the right to enter into an Agreement with a single award, combined award, split award, primary and secondary award, non-award, or use any combination that best serves the interest and at the sole 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 http://www.roundrocktexas.gov/bids Exhibit "A" Page 8of17 City of Round Rock Apparel and Customization RFP No. 19-001 REBID Commodity Codes: 20019, 20056, &20074 FEBRUARY 2019 10. POST AWARD MEETING: The City and Successful Respondent(s) may have a post award meeting to discuss, but not be limited to the following: A. The method to provide a smooth and orderly transition to services provided by the Contractor; B. Provide City contact(s) information for implementation of agreement. C. Identify specific milestones, goals, and strategies to meet objectives. 11. POINT OF CONTACT/DESIGNATED REPRESENTATIVE: A. Contractor's point of contact: 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 to include contact information. The City's designated representative shall be notified by the Respondent immediately should the point of contact change. B. The City's designated representative is: David Buzzell Assistant Director Parks and Recreation (512) 341-3345 E-mail: dbuzzell �roundrocktexas.gov C. The designated representative is not responsible for assessing price increases. All price increases shall be submitted and reviewed by the Contract Specialist or Purchasing for acceptance in accordance with the Contract. D. Upon award of the contract, the City will have multiple representatives from the Department that will be requesting apparel for Department events and programs. The designated representative is for contract purposes only. 12. INTERLOCAL PURCHASING AGREEMENTS A. The City 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 terms and conditions to other eligible agencies that have an interlocal agreement with the City. B. The City does not accept any responsibility or liability for the purchases by other government agencies through an interlocal cooperative agreement. Exhibit "A" Page 9 of 17 City of Round Rock Apparel and Customization RFP No. 19-001 REBID Commodity Codes: 20019, 20056, &20074 FEBRUARY 2019 PART IV SCOPE OF WORK 1. PURPOSE: The City of Round Rock, herein after"the City"seeks proposals from firms experienced in providing sports apparel/uniforms,t-shirts, outerwear, screen printing, logo design artwork, embroidery, heat press/sublimation, and additional clothing items that may or may not require customization. 2. BACKGROUND: The City of Round Rock Parks and Recreation Department requires a contract for various printed and non-printed items of clothing to support their city-sponsored events and programs. The Round Rock Parks and Recreation Department prides itself in creating program and event t-shirts that participants will want to wear over and over, thus promoting the City and encouraging participation in future department programs and events. The branding of the program or event through the apparel is very important and a creative, eye-catching graphic design for the apparel is a must. The City of Round Rock expects an availability of sizes ranging from YXS—5XL (with additional extended sizes available as needed)in a wide variety of colors to choose from. While the brands listed on the Cost Proposal Sheet are commonly used by the Department other brands and blends may be considered after contract award to keep the quality of the program/event apparel eye-catching and desirable to the participants. 3. SCOPE OF WORK A. Silk Screen, Screen Print, Heat Press, Sublimation, and Logo Print Requirements-The Contractor shall have an art designer on staff used to design artwork ranging from small (2")to large (12") art designs as well as other sizes as needed. Colors of the resulting in-house design and print work will not exceed a maximum of four colors unless requested and agreed upon by the requesting department. B. Embroidery-The Contractor shall have the facilities or hire a subcontractor capable of performing embroidery services as required. Thread colors of the embroidered logos or designs will not exceed a maximum of four colors unless requested and agreed upon by the requesting department. C. Finished Product-All printing and embroidery work must be guaranteed 100%washable, with permanent paint or dye process. 4. PRICE QUOTATION AND ORDERING PROCESS A. For each order the Contractor must provide a quotation to the department that includes all associated costs for producing the item(s) requested. B. All prices in the quotation shall be equal to or less than the contracted prices. C. Orders will be placed using a Purchase Order. D. No work shall be performed prior to the receipt of a Purchase Order. 5. DELIVERY REQUIREMENTS A. Delivery requirements will vary upon the needs of the City. B. If an emergency need is found, the City may request a shorter delivery time. C. All products included in the solicitation shall be F.O.B. destination. All items will be freight prepaid and allowed and included in the unit price unless otherwise specified within the contract. D. Ordering and direct delivery will involve various locations and departments within the City. E. Departments may request to pick up items at the Contractor's location. F. The City expressly reserves all rights under law, including but not limited to the Uniform Commercial Code, to inspect the Deliverables at delivery before them, and to reject defective or non-conforming deliverables. G. Guarantee-The Contractor shall replace any defective or improperly manufactured garments/products, any improper printing, or incorrect embroidery upon request for the City at no additional cost to the City. Exhibit "A" Page 10 of 17 City of Round Rock Apparel and Customization RFP No. 19-001 REBID Commodity Codes: 20019, 20056, &20074 FEBRUARY 2019 PART V PROPOSAL PREPARATION INSTRUCTIONS AND EVALUATION FACTORS 1. Proposal Acceptance Period: All proposals are valid for a period of one hundred and twenty(120) calendar days subsequent to the RFP closing date unless a longer acceptance period is offered in the proposal. 2. Proprietary Information:All material submitted to the City becomes public property and is subject to the Texas Open Records Act upon receipt. If a Proposer does not desire proprietary information in the proposal to be disclosed, each page must be identified and marked proprietary at time of submittal. The City will,to the extent allowed by law, endeavor to protect such information from disclosure. The final decision as to what information must be disclosed, however, lies with the Texas Attorney General. Failure to identify proprietary information will result in all unmarked sections being deemed non- proprietary and available upon public request. 3. Exceptions: Be advised that exceptions to any portion of the Solicitation may jeopardize acceptance of the Proposal. 4. Proposal Preparation Costs: All costs directly or indirectly related to preparation of a response to the RFP or any oral presentation required to supplement and/or clarify a proposal which may be required by the City shall be the sole responsibility of the Proposer. 5. Proposal Response: Responses shall be clear and concise and shall include at a minimum: title page, transmittal letter, index or table of contents, dividers for each section and all required attachments. It is recommended that responses be submitted in ringed binders, metal spirals, or another bound format that best contains all required documentation for submission. 6. Proposal Format: Prefacing the proposal,the Proposer shall provide an Executive Summary of three (3) pages or less,which gives in brief, concise terms, a summation of the proposal. The proposal itself shall a title page, index or table of contents, dividers for each section, and all required attachments and addendums to be organized in the following format by Tab and informational sequence: A. Tab 1-Business Organization: State full name and address of your organization and identify parent company if you are a subsidiary. Specify the branch office or other subordinate element which will perform, or assist in performing,work herein. Indicate whether you operate as a partnership, corporation, or individual. Include the State in which incorporated or licensed to operate. B. Tab 2-System Concept and Solution: Define in detail your understanding of the requirement presented in the Scope of Work of this request for proposal and your system solution. Provide all details as required in the Scope of Work and any additional information you deem necessary to evaluate your proposal. C. Tab 3—Program (15 points): Describe your process for ensuring the City's apparel project needs are met. Include such time-related displays, graphs, and charts as necessary to show tasks, sub- tasks, milestones, and decision points related to your plan for project completion. Specifically: i. Provide a description of how you would tailor your art design program to a specific requestor's project needs. ii. Describe your quality assurance program and the steps you would take to remedy a production or quality issue. iii. Detail the steps you will take in proceeding from the request of apparel with artwork design through delivery/pick-up. iv. Describe your lead time estimates for program/event t-shirts and athletic apparel/uniforms. V. Describe your process for prioritizing an expedited request for an order. vi. The Proposer must state his compliance with terms of this Request for Proposal (RFP). vii. List all printing and specialty services your company provides (screen-printing, embroidery, sublimation, laser printing, heat press, etc.). Please also list all types of garments and products available for each type EOib it "All Page 11 of 17 City of Round Rock Apparel and Customization RFP No. 19-001 REBID Commodity Codes: 20019, 20056, &20074 FEBRUARY 2019 D. Tab 4-Proiect Management Structure: Provide a general explanation and chart which specifies project leadership and reporting responsibilities; and interface the team with City project management and team personnel. If use of subcontractors is proposed, identify their placement in the primary management structure, and provide internal management description for each subcontractor. E. _Tab 5-Prior Experience: Describe only relevant corporate experience and individual experience for personnel who will be actively engaged in the project. Do not include corporate experience unless personnel assigned to this project actively participated. Do not include experience prior to 2013. Supply the project title, year, and reference name, title, present address, and phone number of the principal person for whom prior projects were accomplished. Include years in business and specifically years performing art development and apparel printing. F. Tab 6- Personnel: Include names and qualifications of all professional personnel who will be assigned to this project. State the primary work assigned to each person. Identify key persons by name and title. The City is interested in seeing an abbreviated portfolio of the logo art work designer. Provide all resumes and appropriate art portfolio(s). G. Tab 7-Authorized Negotiator: Include name, address, and telephone number of person in your organization authorized to negotiate Contract terms and render binding decisions on Contract matters. H. Tab 8—Attachments. Submissions, and Addendum including Attachment A—Proposal Submittal Form, Execution,Attachment B—Reference Sheet, Attachment C—Subcontractor Information Form for embroidery services(if applicable), Attachment D—Cost Proposal Sheet, and signed addendums (if applicable). Upon confirmation of responsiveness the contractor shall provide the requested sample garments within five business days to the following address: Parks and Recreation Department Office 301 W. Bagdad, Suite 250 Round Rock, Texas 78664 I. Tab 9—Cost Proposal &Percent off MSRP: Information involving the brand-specific requirements listed in ATTACHMENT D-Cost Proposal Sheet is described by the following subsections and is required from each Proposer. Your method of costing may or may not be used but should be described. This will result in a firm fixed price not-to-exceed Contract. i. Include responses on the cost proposal sheet for production charges covered under Sections I & II combined. (10 points) ii. Include your response for the two brand-specific scenarios listed in the cost proposal sheet under Section 111.Alternative products will not be considered for this section. (10 points will be awarded for Scenario 1, 10 points will be awarded for Scenario 2) iii. Include percent off MSRP for the listed brands (do not include decimals) listed in the cost proposal sheet under Section IV. Percent off MSRP will be averaged per section or together (if both are provided)and ranked. (10 Points) Percent off MSRP Points Awarded 0-9% 0 10-19% 4 20-29% 8 30-39% 12 40-49% 16 >50% 20 iv. Additional Requirements-The information provided below will become part of the contract but will not be evaluated for cost: a. List any product exceptions and the percent total off MSRP pricing for these exceptions. b. List any quantity discounts you will offferrthe City. Please provide a quantity breakdown and any corresponding percent El "All Page 12 of 17 City of Round Rock Apparel and Customization RFP No. 19-001 REBID Commodity Codes: 20019, 20056, &20074 FEBRUARY 2019 c. The City understands that industry practice involves pricing clothing based on what is white, light, or dark. Please include any explanation of price differences on a separate sheet of paper. 7. PRODUCT VARIETY AND AVAILABILITY: Proposer shall indicate the different manufacturers of clothing, sizes offered, colors offered, and provide a list or website indicating the Respondent's catalog from which the City may order. Provide the percent off MSRP for these brands. (10 points) 8. QUALITY OF SAMPLES: For the purposes of evaluation the City requires samples to be submitted within five business days of notification of responsiveness. Samples will not be returned to vendors. Failure to provide samples will result in the assignment of 0 points for evaluation criteria"Quality of Samples"and may result in your Proposal being deemed non-responsive. The samples shall include one each of an item included in sections A.-C below: A. Screen-printing/Laser Printing -T-shirts, Shorts, Sweats, Fleece-Must be 100% cotton, red material with a minimum of 2-color screen/laser printing with tight resolution. (5 points) B. Embroidery- Polo/Golf Shirts, Denim,Twill - Must be white material with a minimum of 2-color embroidery. (5 points) C. Heat Press/Sublimation-T-shirt, Shorts-Must be representative sample showing quality of work. (5 points) D. Artwork—must include at a minimum three event logos and one sports league logo(5 points) E. Scoring Methodology: Each of the vendor's sample items will be assessed and given an evaluated score of up to 5 possible points per item. The sum of the total points evaluated for all three items will represent the awarded points for this section. 9. EVALUATION CRITERIA: The intent of the City is to award to multiple Respondents in accordance with the evaluation criteria below. The purpose of this evaluation criteria is to determine which proposal(s) best meet the requirements and provides the best overall value to the City. Failure to provide the requested information for each evaluation criteria may result in disqualification of your proposal. A. Evaluation Criteria: Weights: • Cost Proposal & Percent off MSRP (Part V, Item 6.1) 40 points • Program (Part V, Item 6.C) 15 points • Business History and Experience(Part V, Items 6.E-F) 15 points • Variety of Products Available (Part V, Item 7) 10 points • Quality of Samples (Part V, Item 8) 20 points Maximum Weight: 100 points B. An evaluation committee will be established to evaluate the proposal. The committee will include employees of the City and may include other impartial individuals who are not City employees. The evaluation committee will determine if discussions and/or Best and Final Offers are necessary. Award of a contract may be made without discussions or Best and Final Offers, if in the best interest of the City. The evaluation committee may determine that discussions are necessary to clarify or verify a written proposal response. The City may, at its discretion, elect to have respondents provide oral presentations of their proposal. A request for a Best and Final Offer is at the sole discretion of the City and will be requested in writing. The evaluation committee will evaluate the finalists and make a recommendation for award. C. The City reserves the right to reject any or all proposals submitted, or to award to the respondent who in the City's opinion, offers the best value to the City. The City also reserves the right to cancel the RFP process and pursue alternate methods for providing the requirements. Exhibit "A' Page 13 of 17 City of Round Rock Apparel and Customization RFP No. 19-001 REBID Commodity Codes: 20019, 20056, &20074 FEBRUARY 2019 D. The City reserves the right to conduct studies and other investigations as necessary to evaluate any proposal. E. The City reserves the right to waive any minor technicality, irregularities or informalities noted in the submission process. Submission of proposal confers no legal rights upon any Respondent. F. The City reserves the right to request further documentation or information and to discuss proposal response with any Respondent in order to answer questions or to clarify any aspects of the proposal. G. The City may develop a"short list"of qualified proposals and may determine that the Respondent(s)should submit a Best and Final Offer(BAFO). Each"short listed" Respondent will be given a reasonable opportunity for discussion and revision of their proposal. 10. AGREEMENT NEGOTIATIONS AND AWARD PROCESS: A. A proposal presented in response to this RFP is subject to negotiation concerning any issues deemed relevant by the City. The City reserves the right to negotiate any issue with any party. Any contact by the Respondent with the City regarding this RFP, other than those submitted in writing will result in disqualification of the Respondent's proposal. B. Submission of proposal indicates the Respondent's acceptance of the evaluation process and recognition that the City may make subjective judgments in evaluating the proposal to determine the best value for the City. C. If negotiations are successful, enter into an agreement. D. If not successful,formally end negotiations with that Respondent. The City may then: i. Select the next most highly qualified Respondent and attempt to negotiate an agreement at fair and reasonable terms, conditions and cost with that Respondent. ii. The City shall continue this process until an agreement is entered into or all negotiations are terminated. E. The City also reserves the right to reject any or all submittals, or to accept any submittal deemed most advantageous, or to waive any irregularities or informalities in the submittal received. F. An independent signed authorized contract will be sent to the successful Respondent. Execution of a City of Round Rock contract is required prior to starting work and processing any payments to the awarded Respondent. G. It is the intention of the City to award this proposal to multiple qualified Proposers in order to establish a pool of Contractors in sufficient quantities to ensure delivery at dates required by the various departments at the most competitive rates. Award does not guarantee purchases will be made by the City. Exhibit "A" Page 14 of 17 I Title Page 2 Transmittal Letter 3 Business Organization 4 System Concept and Solution 5 Program 6 Project Managment Structure 7 Prior Experience 8 Personnel 9 Authorized Negotiator 10 Attachments, Submissions, and Addendums 11 Cost Proposals and Percent Off MSRP 12 Pricing for Whites, Lights, and Darks 13 Product Variety and Availability 14 Certificate of Interested Parties 15 Art Work 16 17 1$ 19 20 21 22 23 24 25 26 27 28 29 30 31 . Austin Screen Printing Proposal for Round Rock RFP No. 19-001 REBID Exhibit "A" Ed Hargett President, Austin Screen Printing 4204 Medical Pkwy Austin,TX 78756 March 11,2019 Cheryl Kaufman Purchasing Supervisor Purchasing Office City of Round Rock,Texas Dear Cheryl Kaufman, I am submitting our Proposal for the City of Round Rock's solicitation RFP 19-001 REBID. Questions relating to this Proposal may be directed to Ed Hargett, 512-917-6323,ed.;a as - aci coin; or Kyle Shaw, 512-454-6249,x107; kvje-'cr,lsp-aei.com. Your consideration of our Proposal is greatly appreciated. Sincerely, Ed Hargett Exhibit "A" Proms A. Tab 1 —Business Organization: Austin Screen Printing does not have a branch office. ASI' is a limited partnership. ASP is licensed in the State orTexas. Exhibit "A" B. Tab 2—Svstem Concept and Solution: Austin Screen Printi110 has 44 years of experience providing sports apparel/uniforms, tee-shirts. outerwear. screen printino, logo design ai-mork. embroidery, and heat press applications. ASP has provided -ill of these serti ices to the City of Round Rock Parks and Recreation Department for mane p:'e1,iOUS )ears. Kyle Shaw is ASP's salesperson who handles"The CEM." K%-Ie has maul, wars of experience working directly with"the City-." ASP"s Art Department is manned by 'rim Larsen. Tint h.ts over 20 years of employment at ASP. Tim has a staff of 4 artists vdio are all well-trained in creatln4 any size logo that lies up to four colors in the design. The Art Department will create artwork that"the City" has defined, and submit artwork via e-mail for appro%al by "the City." To ensure the jobs are done correctly, ASP submits photos of the first imprinted PI-Oduct to"the City— for appro�'al before running the job. ASP has its oN.4•n Embroidery Department. «ith 36 individual embroidery machines. ASP provides in-house girt design and di`itization of the ernbroidered clesign. ASP provides photos of the first embroidery item to ensure the desmon is approved. ASP's Screen Printing Department is comprised of tin Art Department, Production Facility. Screen Shooting Department. and a %Varehoust Department. The Production Facility has 3 automatic tee-shirt presses. 2 manual presses. 3 tee-shirt. 3 dryers. and a hetet press machines. The Screen Printing Department has a state-of-the-art ir.1a�_e processim, machine to make screens. The Production and Screen Printing_ Departments haN e ? production shifts operating in 20-11our shifts. The WarehoLise Department is where shirts are checked in and prepared for imprinting. I\Sl' has 2 deli%ery xchicles to prey idc deli%er\ of orders to "the City'.' ASP is adequately staffed, .kith al'OUnd 45 employ-Les. B--cause, utlr op- rati.)n strLICLUIV has a defined division of labor (Art. Production. Wfllrehouie. F_`mbroIdert and 5crecii Printing) and a very experienced salesperson (K\Ic Shim). ASP is eery c Ypable of niectin�.: 4 the scope of work defined in the RFP. All printing and embroidery %\-ork is ()uarantCed 100°o \\a>hable: \%e use per111:11WIit screen inks and embroidery threads. Exhibit "A" C. Tab 3 - Provram: i. ASP's Art Department is set Lip to prod.i.e desicin regtieits p:o%idod bN "*III'- Oty." After sales submits the specific art required fcr a.i-;:!% the art iti \wrked and 5uhnaiued via c- mail to"the City.' The Art Departni.nit can i1aake ai1_,� a i*t,!4ts11enta to the art that is regUired. ii. ASP provides a pre-production proof of the eillhrOidered o,• screen-printed itcna vita text, e-mail,or in person. This simple tap,:o`al piocess ensures the prodw:ts are iniprintc d in accordance with the requirements oCth job. .\SI''s PrOJti::tioia sM'11'i: \er) experienced. and manages preferences to ensure gtialitc is first rate. iii. 'l'he first step in regards to the requN'•t of'tap111'0c al is tale creati:In of Baia Order Approvttl form that is created by the sales star'!' i he Orcle Approa:i inLlucle; dUC clatc. shirt si/os. shirt color, and shirt cost. The Order Approval foritl is e-iaaailed to the client for approval. After approval,the product is ordered and the art instructions are sent to the Art Department. The art is produced and e-mailed to the client for approval. After the art is approved,the job is set for production. A production proof is prepared, and after the proof is approved,the job is produced. When tilt job is finished. the client is called and the job is set for customer pick-Lip or deli�-er}. i%% When the job is initiated,the"Drop Dead— dote is determined. Production of individual jobs is ongoing on a daily basis to ninke dtie sales are nett. ASP hecyan operation of shifts over 25 years ago, to make sure we have ample productive capacit\,to meet production deadlines. v. It there is an expedited request for an order. the "Drop Duel" cl ate is required and Art and Production proceed to meet the deadline. \Ve operate 2 shifts. to make sure ASP can meet deadlines. vi. Bustin Screen Printing will conlpl\- ti%ii'i tale terms ofthe R1=11. vii.ASP Screen Printing Department pro,,ides screen printin: directlN onto a\�ide \ti:iety of products including tee-shirts, hats. polos. fleece. totebaos. LISP sei•t•iCCS iticlucic foil imprints, heat transfers, reflective inks. glow-in-the-dark inks. and direct printing onto garments. ASP's Embroidery Department Provides enlbroider\- on tee-shirts. hilts. polos. totes.etc. Exhibit "A" 0 D. Tab 4—Project Management Structure: Ed Hargett Tim Layton Manager Ass't. Manager 512-454-6249, x 111 512-454-6249, x 106 edi, asp-aei.com tim@asp-aei.com Production Manager Art Department Manager Enbroidery Manager Allain Partinez Debra Cammareri Mark Hicks 512-454-6249,x 108 512-454-62497 x 106 512-454-0541 production@asp-aei.com art2@asp-aei.com aei cr::asp-aei.corn Sales Manager Warehouse Manager Screen Manager Kylc Shaw Juan Naranjo Alejandro Fabian 512-454-6249, x 107 512-454-6249, x 110 512-454-6249 kyle@asp-aci.com jd@asp-aei.com asp-aei.com Invoicing-Backorder Manager Katrina Ramos 512-454-62497 X109 invoicing a,asp-aei.com Exhibit "A" E. Tab 5 Prior Experience: Ed Hargett, Owner/Manager. Started ASP in 1975. President. 4204 Medical Pkwy., Austin. Texas 512-454-6249. Tim Layton, Assistant Manager and Art Department Manager. 20 years experience at ASP. K3rle Shaw,Sales Manager. 20 years experience at ASP. Exhibit "A" F. Tab 6 Personnel: Ed Hargett, Manager 'rim Layton,Assistant Manager and Art Department Manager Allain Martinez, Screen Printing Production Manager Debra Cammareri, Assistant Art Department Manager Mark Hiland, Embroidery Manager Kyle Shaw, Sales Manager Juan Naranjo,Warehouse Manager Alejandro Fabian, Screen Manager Katrina Ramos, Invoicing/Bookkeeping Manager C Exhibit "A" G. Tab 7—Authorized Negotiator: Ed Hargett, 512-454-6249, x 111 ed e asp-aei.com 4204 Medical Pk`vy, Austin. TX 78756 Exhibit "A" (:ity of Round Rock Apparel and Customization RFP No. 19-001 Commodity Codes:20019,20056, &20074 L✓ JANUARY 2019 ATTACHMENT A PROPOSAL SUBMITTAL FORM AND EXECUTION NOTE: RESPONDENTS SMALL COMPLETE AND RETURN THIS ATTACHMENT WITH THEIR PROPOSAL. FAILURE TO DO SO MAY RESULT IN DISQUALIFICATION OF THE PROPOSAL. By signature hereon,the Respondent certifies that: All statements and information prepared and submitted in the response to this RFP are current,complete, and accurate. He/she has not given,offered to give, nor intends to give at any time hereafter, any economic opportunity, future employment,gift,loan gratuity, special discount, trip,favor,or service to a City employee in connection with the submitted response. Failure to sign the Execution of Proposal or signing it with a false statement shall void the submitted offer or any resulting contracts. Respondent represents and warrants that the individual signing this Execution of Proposal is authorized to sign this document on behalf of the Respondent and to bind the Respondent under any contract resulting from this request for proposals. RESPONDENT(COMPANY): T-1 mo/ c R a "'j SIGNATURE(IN INK): ef 04 NAME(TYPED/PRINTED) IL(r"� TITLE: (L t �"� DATE: r -o r STREET: 9E"4 1 CA L PIC ti I - CITY/STATE/ZIP: tAS 1 t AJ . 797 5 C TELEPHONE AND FAXSCMILE NO.: E-MAIL ADDRESS: FEDERAL TAX IDENTIFICATION NUMBER(FIN): v 03 By submitting a response to this solicitation, the Respondent agrees tha'the City's standard Definitions, 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 responsibTty of respondents to stay apprised of changes. In addition to the above General Terms and Conditions listed*n Section IV, the City's Definitions, Terms and Conditions shall be enforced and part of the contract and can be obtained from the City's website at:https://www.roundrocktexas.gov/departments/ourchasinq Exhibit "A" Page 15 of 17 City of Round Rock Apparel and Customization RFP No. 19-001 Commodity'Codes:20019,20066, &20074 (Jel) JANUARY 2019 ATTACHMENT B: REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM �4-9 SOLICITATION NUMBER. - j p A i 14 �-'� 1 A RESPj�NDENT'S NAME:Ea ���� DATE: •-�1--- irJ w G f'L L:r:J� (L I A/l 1 N �"► �._! 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. 1. Company's Name S Pa-c. (4 L.- D LY C _s T a: Name of Contact x,9-0 5 � S Title of Contact i_ E-Mail Address Z--- Sr-_ L 5 ;FTX /Z Present Address 1190 A_ t o Pa R h l_..4...j c City, State,Zip Code N 5-r%^j►i^". 7 fr -T Telephone Number ( Fax Number:( } +91 . 9 2. Company's Name �1 ON SC% ,✓ acs Name of Contact V.-- (-A� Title of Contact f b �_ ► N Q i t j —v E-Mail Address �C MA-c A a q.G A L-- U Present Address L A , - j City,State,Zip Code w 5-- J 97 t Telephone Number ( 1Fax Number: { ) 3. Company's Name Name of Contact .f-p-t Fa ld N --" -� Title of Contact Tv Y E-Mail Address -�to Fv;„N ,o )Lf o A y vM Present Address S ti E, Iv � A o City, State,Zip Code V<,T-,v►1 - '7o k-- Telephone Number { � ) Fax Number: ( ) a FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Exhibit "A" Page 16 of 17 City of Round Rock Apparel and Customization 3 RFP No. 19-001 ' Commodity Codes:20019, 20056, &20074 -, JANUARY 2019 ATTACHMENT C INCLUDE SUBCONTRACTOR INFORMATION FORM WITH THE SOLICITATION RESPONSE ONLY IF YOU INTEND TO SUBCONTRACT EMBROIDERING. SOLICITATION NUMBER: > I cc) ( RESPONDENT'S NAME: DATE: • 3 i • CIRCLE ONE- NO, i WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YES If yes complete the information below 1 Subcontractor Name Name of Contact E-Mail Address Address City, State, Zip Code Telephone Number { } Fax Number: ( } Describe work to be performed Percentage of contract work to be performed 2. Subcontractor Name Name of Contact Title of Contact E-Mail Address Address City, State, Zip Code Telephone Number ( } Fax Number: { } Describe work to be performed Percentage of contract work to be performed • Add additional pages as needed Exhibit "A" Pace 17 of 17 ATTACHMENT D-Cost Proposal Sheet and Athletic Apparel Customization SECTION III-COST PROPOSAL SCENARIO (NO ALTERNATIVE PRODUCTS WILL BE CONSIDERED FOR THIS SECTION) ter- ^--I, Indiviaual Extencle7 Scenario 1- Event T-Shirts Charges Cost Comments Garment 60%Combed Ring-Spun Cotton 40%Poly Short Sleeve T-Sh r Next Level©CVC Crew item numbers 3312 and 6210 Brand no alternative products shall be used for this evaluation criteria Colors Red 3312 Y S-L Qty 720 o $0.00 Adult QtX 876 $o.00 3$ XXXL Q 110 $0.00 o0 Hours of artwork 310w $0.00 •uo Film #of colors 2 $0.00 Setup 1 30.00 $0.00 Flashing 0 $0.00 Screen Colors 2 $0.00 SCENAR16 1TOTAL: $0.00 Front Back 2C 1 C Screen printing Extended Scenario 2-Athletic Apparel Charges Cost Comments Garment Basketball Uniforms Augusta Sportswear®-Items 1180,119-1,1182,&1183(Front-1 design,Back- Brand •erse # olor s All Y S-L Qty it &1 325 1 0.00 A S-XL Qty t 0 100 11.1.0 $0.00 A XXL Qty t o 20 1•575 $0.00 Hours of artwork 2 $0.00 p vo Number o locations 2 $0.00 Film(#of colors 3 $0.00 Set-up2 �- Flashingl vo $0.00 •o• 0.00 Screen Colors 2 $0.00 SCENARIO 2 TOTAL: $0.00 xtended otal: ect on 3): $0.00 to-to r ` P(_- 2 of 3 ATTACHMENT D-Cost Proposal Sheet and Athletic Apparel Customization Solicitation Number:RFP 19-001-Athletic Apparel Purchaser: Che!yl Kaufman An anticipated Contract award will be made by the City in an amount not-to-exceed$110,000 per year. Additional information provided will become part of the contract but will not be evaluated for cost. Special Instructions: All prices must be quoted in each section in order to be considered responsive for that section,A value of"0"will be interpreted as no-cost to the City. Be advised that exceptions taken to any portion of the solicitation or any unauthorized changes to the cost proposal sheet may jeopardize acceptance of SECTION I-PRODUCTION CHARGES FOR SERVICES Line# Description Quantity UOM Cost 1 Hourly fee for Artwork/Graphic Design Services 1 hour n.o L Z Flashing-G arge tor screening on a white ase prior to the screening process for l 5" 2 dark colored materials 1 each 3 Special Colored Ink Mixing-for colors other than standard PMS colors. 1 each a a 4 Color Charge-1 color 1 each *7 o 5 Color Char e-2 colors 1 each o 6 Color Charge-3 colors 1 each o 7 Color Charge-4 colors 1 each o Q 8 Color Chare-for each additional color beyond 4 colors 1 each -15- 9 Film charge eer color 1 each -- 10 Set-u Charge-One time charge per sin le ress run 1 each 1-5-.00 "' Sc-le-=W 11 Digitization Fee-One time char a er single run 1 each ro.00 it-A1cooT-1 e_T SECTION If-EMBROIDERY CHARGES FOR SERVICES To-tOF-1 $0.00 12 Embroidery Charge 1 color -0-6999 stitches 1 each a. �T 13 Embro'.de Charge 1 color -7000-10,000 stitches 1 each 3.10 14 Embroidery Charge 1 color -10,000+stitches 1 each ,S--5 15 Embroidery Charge for each additional color beyond 1 color -0-6999 stitches 1 each a 16 Embroidery Charge for each additional color beyond 1 color -7000-10,000 1 each 7 Embroidery Charge or each additional color beyond 1 color -10,000+stitches 1 each v otal: 0.00 xtended Total: Sections 1+2): 0.00 i'�' I of 3 ATTACHMENT D-Cost Proposal Sheet and Athletic Apparel Customization A SECTION IV-PERCENT OFF CATALOG MSRP Percent off MSRP will be averaged per section or together(if both are provided)and ranked according to Part V,Item 6.I.iii.of the solicitation documents. Line# Program/Events Shirt Manufacturers o OFF MIRP 1 Bella+Canvas 10 UP 2 Next Level 7,011. 3 lGildan c> Line# Performance Apparel Manufacturers o OFF 4 Augusta Active Sportswear o 5 Team Sports ear o 6 ]Badger Sport Q SECTION V-GENERAL 1 Expedite Charge per Order List additional ran s your company carries and percent discount off MSRP for each ran attach additional pages if necessary) %OFF MSRP 4N 1430 N V%1- o177, Go,M n.: ^S o f7 r lrr y 3 V p 5 2 n� o 73 Q G f �'0 o 17oGl So V Yo 07J t ROUND ROCK TEXAS ADDENDUM CITY OF ROUND ROCK,TEXAS Solicltatlon:RFP 19-001 REBID Addendum No:1 Date of Addendum: 2127119 This addendum is to incorporate the following changes to the above referenced solicitation: I. Questions: Q1. Part 111, Item 2 discusses the requirement for facilities,personnel,and a permanent business residence in this radius and appears to exclude private residences. If I work out of my residence,that is also my business address,would I be able to submit a proposal for this solicitation? Al. If your company can provide evidence that it is an LLC(or similarly situated company), is registered with the State of Texas/Texas Comptroller office for this kind of product,and the private residence address is the business address on file with the State,the City can accept that as a qualified permanent business residence. Personnel may not be subcontracted for any activities other than embroidery. 02. Part V,items 6.F and S.D.both address artwork requirements,what is the difference in these requirements? A2. For Part V, item f.F we are requesting an abbreviated artists' portfolio-these can be photos of memorable, impressive,or representative samples of the artist's work and should be submitted with the proposal. This is a general request for artwork pictures. For Part V.Item S.D.the artwork Is not required to be submitted with the proposal(please do not send it with your proposal). The City will make this request after we receive all of the offers and the solicitation has closed. We are requesting specific types of items in A.-C.(hats,shirts, shorts,etc.)to be physically delivered to us. For 8.D.we expect to see, in addition to items in A.-C.,representative artwork but it is the respondent's choice as to what farm that takes(so long as it includes a minimum of 3 event logos and one sports league Toga)-for ease of evaluation please provide identification for each item as to which criteria you are intending to meet with that submission. 03. We noticed in Part V,Item 8.8 that one of the possible forms includes denim but it needed to be white. Denim is usually blue so how would you like us to proceed? A3. If you do not have access to white denim,please submit the requested sample on a white pololgolf shirt or white twill. II. ' Vin:The proposal due date is hereby extended until Tuesday,March 12, 2019 at 3:00 PM CST. III. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. APPROVED BY: P2127119 Ch ryl Kau an,Purc sing Supervisor Purchasing ce,51 18-5417 Pagel of 2 Exhibit "A" d By the signature affixed below this addendum is hereby incorporated Into and made a part of the above referenced solicitation. ACKNOWLED ED BY: Dame Authorized Sign Date RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. Page 2 of 2 Exhibit "A" ROUND ROCK TEXAS PURCHASING OMSION J ADDENDUM CITY OF ROUND ROCK, TEXAS Solicitation: RFP 19-001 Addendum No: 2 Date of Addendum: February 1, 2019 This addendum is to incorporate the following changes to the above referenced solicitation: Request For Proposal (RFP) '19-001 for Athletic Apparel and Customization is being canceled and will rebid to elaborate further on proposal requirements. PPROVED BY: -41 � &LkAL" February 1, 2019 Chuf n, Purcha g Supervisor Purchasing Office, 512-25417 This addendum is hereby incorporated into and made a part of the above referenced solicitation. Exhibit "A" ROUNO ROCK TEXAS Punmp mr OMsteN ADDENDUM CITY OF ROUND ROCK,TEXAS Solicitation: 19-009 Addendum No: 1 Date of Addendum: January 22,2019 This addendum is to incorporate the following changes to the above referenced solicitation: 1. Questions: Q1. Industry practice involves pricing clothing for what is white, light, or dark with different prices based off of which category they fall in. We also adjust pricing for quantity discounts. How do we communicate this information to you? Al. You will need to explain this difference to us and let us know what to expect by describing it in your proposal. See Part IV of the solicitation. Q2. Since you indicated that this may be a multi-award contract if we are awarded this contract will we have to continue to submit bids? A2. The City will always require a quote and issuance of a PO prior to the work being done. This contract will serve as prequalification to do business with the City. It is likely that depending upon timeline, priorities, artwork, and many other factors the City may need to bid a project out to the vendors awarded on this contract. Q3. If we have done business with the City before can we submit those artwork samples to you for evaluation? A3. We would prefer to examine art that we have never seen before, so we know what your art department is capable of. Please ensure the City is provided with abbreviated art portfolios with your offer. Q4. Does a subcontracted embroiderer need to be located within the 50-mile radius from the City of Round Rock? A4. No, only the Proposer and their print shop must be within 50 miles of the City. Qa. We have access to thousands of brands of clothing and ancillary items and can't possibly list them all out on your cost proposal sheet, how do you want us to communicate our variety? A5. With regards to the cost proposal sheet, Sections III-1V you must have access to those listed brands and provide the appropriate pricing and percent off catalog/MSRP as requested. On a more general note for Section V of the cost proposal sheet, if you have a website you can provide the City with a hyperlink and provide a blanket statement of"X%off of this website" or spell it out individuafly. Just ensure you include any restrictions in your submitted proposal. Q6. With regards to art development do you usually have an idea of what you want or do we need to present you with an original idea? Will you need multiple renderings of the design? A6. Usually the Parks Department personnel have a good idea of what they are looking for and would like to work with the artist to refine it into the final design. Q7. If 1 would like my pricing and discounts kept confidential is it as simple as writing on that page"Confidential'? AT Please see Part 1, item 10 and Part V, Item 2 of the solicitation documents. Q8. If we provide the City of Round Rock with our samples will they be returned to us? A8_ No, samples cannot be returned to you given that the City would then have to pay to ship them back to vendors. This falls under Section V, Item 4, Proposal Preparation Costs. Exhibit "A" �l. Clarifications-All responsive proposers will be requested to provide samples in accordance with Part V, Item 8 specifications. For each service listed(A-C.)we are only requesting one article of example clothing. There wily be a total of 3 clothing articles,three event logos,and one example of a sports logo Ill. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME APPROVED BY: A &41/22/19 Cheryl Ka man, Pu c asing Supervisor Purchasing Office, 2-218-5417 By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced solicitation. ACKNOW EDGED BY: A 1 Name Authorised S gn ture Date RETURN ONE SIGNED COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY AUTOMATICALLY DISQUALIFY YOUR RESPONSE FROM CONSIDERATION FOR AWARD. Exhibit "A" See Attachments A,B,C,and lD,following(10 pages) 1. Tab 9—Cost Proposal& Percent Off MSRP: i. See Attachment D—Cost Proposal Sheet and Athletic Apparel Customization ii. See Attachment D--Cost Proposal Sheet and Athletic Apparel Customization iii. See Attachment D—Cost Proposal Sheet and Athletic Apparel Customization i�. A. No product exceptions. B. Quantity discounts have already been included n attachments. C. ASP's Proposal to"the City,"to offer the lowest price possible: Attached are the pricing matrixes ASP will use to price print and embroidery jobs for"the City." L Mark-up Prices: This cost is added to the current cost of a product. The cost of the product can be found on various Websites. ?. The embellishment cost(tee-shirt print pricing or embroidery pricing is added to the shirt cost),plus the marl:-up. Exhibit "A" ATTACHMENT D-Cost Proposal Sheet and Athletic Apparel Customization Solicitation Number: RFP 19-001-Athletic Apparel Purchaser: Cheryl Kaufman An anticipated Contract award will be made by the City in an amount not-to-exceed$110,000 per year. Additional information provided will become part of the contract but will not be evaluated for cost. Special Instructions: All prices must be quoted in each section in order to be considered responsive for that section.A value of"0"will be interpreted as no-cost to the City Be advised that exceptions taken to any portion of the solicitation or any unauthorized changes to the cost proposal sheet may jeopardize acceptance of SECTION I-PRODUCTION CHARGES FOR SERVICES Line# Description Quantitv UOM Cost 1 Hourly fee for Artwork/Graphic Design Services 1 hour v-ou FMWL, rl Flashing-Charge for screening on a white ase prior to the screening process tor t 2 dark colored materials 1 each 3 S ec4al Colored Ink Mixing-for colors other than standard PMS colors. 1 each o 2r 4 Color Charge-1 color 1 each o 5 Color Charge-2 colors 1 each 0 6 Color Charge-3 colors 1 each o 7 Color har e-4 colors 1 each 1.00 8 Color Charge-for each additional color beyond 4 colors 1 each k4ba *115- 9 Film charge per color 1 each 10 Set-up Chare-One Yme char2e per single press run1 each Sc - 11 Digitization Fee-One time charge per single run 1 each S10.00 SECTION It-EMBROIDERY CHARGES FOR SERVICES Total: $0.00 12 Embroi eryChar e 1 color -0-6999 stitches 1 each ;k. T 13 Embroidery Charge 1 color -7000-10,000 stitches 1 each 3.10 14 Embroidery Charge 1 color -10,000+stitches 1 each 73.5-0 15 embroidery Charge or each additional color beyond 1 color -0-6999 stitches 1 each o 16 Embroidery Charge for each additional color beyond 1 color -7000-10,000 1 each -at-T- 17 mbroide Charge for each additional color beyond 1 color -10,000+stitches 1 each Cc, Total: 0.00 Extended Total:(Sections 1+2): 0.00 ATTACHMENT D-Cost Proposal Sheet and Athletic Apparel Customization SECTION III-COST PROPOSAL SCENARIO (NO ALTERNATIVE PRODUCTS WILL BE CONSIDERED FOR THIS SECTION) Indiviaual Exten e Scenario 1- Event T-Shirts Charges Cost Comments Garment 609/6 Combed Ring-Spun Cotton 40%Poly Short Sleeve T-Shirt Next Level®CVC Crew item numbers 3312 and 6210 Brand no alternative products shall be used for this evaluation criteria Colors Red 3312 Y S-L Q 720 a. 40 $0.00 ,v,=. u Qt 876 .4 $0.00 '3 $ . XXXL Oty 110 S•v"O $0.00 Hours of artwork 3 w. $0.00 Film #of colorsi 2 $0.00 Set-up 1 n,.70 $0.00 0.•>0 Flashing 0 __$__5_.00 Screen Colors 2 $0.00 SCENARIO 1 TOTAL: $0.00 Front Back 2c Screen 1C printing Extended Scenario 2-Athletic Apparel Charges Cost Comments Garment Basketball Uniforms Augusta Sportswear&Items 1180,1181,1182,&1183(Front-1 design,Back- Brand jersey# Color(s) All Y -L Qtv ki 91 325 $0.00 A S-XL Oty t 1 Ivo 100 q $0.00 A XXL p 20 TO.00 Hours of artwork 2 $0.00 0.ao NUMDero locations 2 $0.00 Film #of colors 3 $0.00 Set-up 2 1 ,x+ $0.00 .ao .-Flashing $0.00 Screen Colors 2 �-- $0.00 SCENARIO 2TOTAL-1 $0.00 ExtendedTotal:(Section-3):1 0.00 t 1 �- S--N�- r u•s5- In.to tF` � P ^ )of 3 ATTACHMENT D-Cost Proposal Sheet and - Athletic Apparel Customization j SECTION IV-PERCENT OFF CATALOG MSRP Percent off MSRP will be averaged per section or together(if both are provided)and ranked according to Part V,Item 6.I.iii.of the solicitation documents. Line# Program/Events Shirt Manufacturers %OFF R 1 Bella+ anvas v 2 INext Level 3 v o 3 lGildan o Line# Performance Apparel Manufacturers %OFF M5RP 44eam u usta Active Sportswear o 5 port wear o 6Badger Sport SECTION V-UENERAL 1 Expedite Charge per Order List additional ran s your company carries and percent discount off MSRP for each ran atta h additional pages if necessary) %OFF MSRP 30 Gar^ M ^S u r1 a 2 Q-ACL o O �a n �ts1� o v7o v �J Plf" of 3 \,_fir Example of How to Compute Pricing For white, light,or dark clothing: 1. Go to www.alphabroom.com 2. Enter G500, 100%cotton adult tee-shirt. 3. Look up price for white, light,dark shirts. 4. Add markup prices. 5. Add embellishment pricing for quantity G500 G500 G500 White Light Dark 1.55 shirt cost 1.70 shirt cost 1.75 shirt cost .70 mark-up .70 mark-up .70 mark-up .70 1-color front .70 1-color front .70 1-color front _ .80 2-color back .80 2-color back .80 2-color back $3.75 $3.90 $3.95 By computing pricing in this manner, the lowest cost is provided based on shirt color,quantity, and the lowest current cost of products at the current time of pricing. 6. Product Variety and Availability: Attached is a Iist of different manufacturers ASP uses to buy product. The vendor name, Website, log-in and passwords are listed. Prices for Adak product on the Websites are the costs that ASP pays for product. There are no MSRP percentages off because these are ASP's cost. In other words, the prices listed on the Websites are not MSRP, but ASP's actual wholesale cost used to compute pricing for "the City." Exhibit "A" Mark-Up Prices 03/09/2018 Style 1-11 12.35 36-71 72.243 144287 288-575 576.999 1000-2999 3000.4999 5000+ 7-shirt $7.50 $3.00 $1.85 $090 $0 70 $0.65 $0.55 $0.45 $0.40 $030 Fleece $7.50 $3.00 $2.50 $2.04 $1.50 $1.30 $1.15 $1 OC $0.75 $0.65 Hats $7.50 $300 $1.50 $100 $0.80 $0.70 SC 65 $0,60 $05S $0.50 Shorts $7.50 $3.00 52.50 $1.75 $1.50 $1.30 $1.20 $1.10 $1.00 $0.95 Bandanas $7.50 $3.00 $2.00 $175 $1.50 $1.30 $1.20 $110 $1.00 $0.95 Aprons $7.50 $3.00 $2.50 $2.00 $1.50 $1.30 $1.15 $1.00 $0.90 $085 PO°as $7.50 $4.00 $3.00 $2.50 $2.00 $175 $1.50 $1.40 $1.30 $1.25 Towels $7.50 $4.00 $3.00 $2.5:; $1.50 $1.25 $100 1 $090 $075 $065 Jackets $7.50 $4.00 $3.00 $2.50 $2.00 $1.75 S1.50 $1.40 $1.30 $125 Denim/Wovens $7.50 $4.00 $3.00 $2.50 S2,00 $1.75 $150 $140 $1.30 $1.25 Tote Bas $7.50 $4.00 $3.00 $175 $1.25 $1.15 $1.00 $080 $0.70 $0.60 Turtlenecks $7.50 $4.00 $2.50 $2.00 $1.50 $1.30 $1.15 $1.00 $0.90 $0.85 Toddler $7.50 $4.00 $2.50 $1.50 $1.25 $1.00 $090 $0.80 $070 $0.60 Misc 441.50 40.00% Mist$1.50.5.00 3000% A11sc$S-14.99 20.00% M SC$15+ 1.5.0096 if customers place an order that haWdifferent deiijris,vO'6 car�ioriiWne the't4al#of sh'Idis�W'a.ppijihat markup, Exhibit "A" a usti n Wei screen printing L--j embroidery since 1975 4204 Medical Parkway Austin,TX 78756 info@asp-aei.com T(512)454-6249 F(512)454-0541 Tshirt Print Pricing 03/09/18 1 Color 2 Colors 3 Colors 4 Colors 5 Colors 6 Colors 7 Colors 8 Colors IFlash Per Location Min.Print Charge $ 10.00 $ 15.00 $ 25.00 $ 35.00 $ 45.00 $ 55.00 $ 65.00 $ 75.00 $ 0.50 1-11 $ 5.00 $ 10.00 $ 15.00 $ 20.00 5 25.00 $ 30.00 $ 35.00 $ 40.00 $ 0.50 12-35 $ 2.00 $ 2.50 $ 3.00 $ 3.50 $ 4.00 $ 4.50 $ 5.00 $ 5.50 $ 0.35 36.71 $ 1.25 $ 1.50 $ 1.75 $ 2.00 $ 2.25 $ 2.50 $ 2.75 $ 3.00 $ 0.25 72-143 $ 0.90 $ 1.00 $ 1.10 $ 1.20 $ 1.30 $ 1.00 $ 1.50 $ 1.60 $ 0.15 144-287 $ 0.70 $ 0.80 $ 0.90 S 1.00 $ 1.10 $ 1.20 $ 1.30 $ 1.40 $ 0.15 288-575 $ 0.55 $ 0.65 $ 0.75 $ 0.85 $ 0.95 5 1.05 $ 1.15 $ 1.25 $ 0.15 576-999 $ 0.50 $ 0.60 $ 0.70 $ 0.80 $ 0.90 $ 1.00 $ 1.10 $ 1.20 $ 0.10 1.000-2999 $ 0.45 $ 0.55 $ 0.65 $ 0.75 $ 0.85 $ 0.95 $ 1.05 $ 1.15 $ 0.10 3000-4999 $ 0.40 $ 0.50 $ 0.60 $ 0.70 $ 0.80 $ 0.90 $ 1.00 $ 1.10 $ 0.10 5000-9999 $ 0.35 $ 0.45fj$:h]$ 0.65 $ 0.75 $ 0.85 S 0.95 $ 1.05 $ 0.10 L11.0000-20000 $ 0.33 $ 0.43 $ 0.63 $ 0.73 $ 0.83 t $ 0.93 $ 1.03 $ 0.10 Flashes 1-3 Colors 1 Flash 4-5 Colors 2 Flashes 6-8 Colors 3 Flashes r Exhibit "A" Embroidery Pricing 03/09/2018 #of Stitches 1-11 12-35 36-71 72-143 144287 288-575 576-999 1000-4000 4000 $6.00 $3.20 $2.60 $2.30 $1.85 S1.60 51.55 $1.40 5000 $6.25 $3.35 $2.75 $2.45 $2.00 $1.85 $1.70 $1.55 6000 $8.25 $3.50 $2.85 $2.55 $2.15 $1.95 $1.85 $1.75 7000 $8.50 $3.70 $2.90 $2.65 $2.35 $2.10 $2.00 $1.90 8000 $8.75 $3.80 $3.00 $2.90 $2.50 $2.30 $2.15 $2.05 9000 $9.00 $4.00 $3.10 $3.05 $2.65 $2.45 $2.30 $2.15 10000 $10.00 $4.15 $3.25 $3.20 $2.80 $2.60 $2.45 $2.25 Each additional $1.00 PLUS 0.30 PLUS.25 PLUS.21 PLUS.20 PLUS.19 PLUS.18 PLUS.17 1000 stitches For metallic thread,add 50Cper item. Digitzing is$10 per 1,000 stitches and includes 1 sewout.4,000 stitches minimum. Thread changes are$10/change. Embroidery price is based upon the number of units that are the same thread color. 1st Name only-1"tall max,$8,typed from keyboard. 1st Name&last name-1"tall max,$14,typed frm keyboard. If more than 1st&last names,get stitch count,charge for digitizing and price from embrodiery chart. Folding&poly bagging BOTH is 25t/piece.Folding ONLY is 15C/piece. CUSTOMER STOCK-20%mark up.Must be at shop 3 days prior to due date. A 3%spoilage factor applies to all customer provided goods;if order is an exact quantity,we suggest client supply extra stock in case merchandise is damaged. Exhibit "A" 6. Product Variety and Availability: Attached is a list of different manufacturers ASP uses to buy product. The vendor name, Website, log-in and passwords are listed. Prices for product on the Websites are the costs that ASP pays for product. There are no MSRP percentages off because these are ASP's cost. In other N ords, the prices listed on the Websites are not MSRP, but ASP's actual �,vholesale cost used to compute pricing for "the City." Exhibit "A" Supplier Log Ins Updated:3/19/2018 !.:o 4§•'S" VW-•..a • Bowung SNrtr tiffan i.com AusUnS6 A-► ulane Outfitter :' t v ,.com 'a n'a A4 + Many a ael.com Austin56 its&Outdoors h : www. ca .com _tiffan -aei.com Austin56 All Arneruan Tees lla ' m r tiffan as aei.com austinl fflWe h www.alg&.com sales aw-aei.com Austin0l rel., tiffany as -ael.con ausin56 • American AvDarel hof le.com us dffany@asp-aei.corn I Austin% .-PA a A ronsWore r 'nm n'a n;a Atlantic Coast Cotton 'nf . ASP-AEI ASP.AE1 ATT Headwear hay-flWWWO iftar.com/att.aw **no user id** att123 AugustaPortmear, r. 7360 Austn56 r&ortswear h : www. d ar.com bookkee er@asp aei.com Austin% BAW Ent ' . w li ASP-AE ASP-AEI —_ Bella+Canvas lla.com tiffan Oa p-aei.com austin56 Bla ToD Tee's &ft Tom n a n ja BlanksPlus www. la l , . -� dffanyQasp74qjqqm austini 81 Generation ' - • tiffs-_ as aei.00m ;AuStin56 Bnoticed n tiffany@a,.;p-aei.com Austin% Bomark S6ortmmr B232597 1234 6 Boxercraft http,. x r r tiffanar as -aei.com as aei Broder I . Yours Yaurs Bu is Trading, . m' u tiffan as -aei.com austini _ Carolina Made h Wwww-wroliomak,com TifiCtop austini Charles River Apparel r I. m 70831 ASP-AET Charles Alver_ rel alternate 'vera DOMI-COM lbookkeeperCasp-ael.com as -ael Chouinard I Comfort Colors-NC h :// Awehousexom 'enna 12345 Classroom School Ung n' rm.. d in/a: n/a Cobra Cas h r .cobraca . am tiff an aei.com 5124546249 Colorado Tmtberiine h www whol .colon otimberline.e AUSSCRPRI 1234123 ColorTone eUSA h • r'www.ti eu .com BOB 1ASP-AE Convention'Totes bM.,1/www.&gnvegpZjZes,cgm tiffs as -aei.00m Austin56 Cruisin'USA Bowfin lrt.com h r W i m tiffany@asp-aei.com fifties Gutter&Buck • M CO38871 Austin% Decky Ca tiffan as aei.eom 78756 Delta relr t. bookkee r as -aei.com as aeil Dickles tt www. i .c m � �TBRANDT4CC Austin% Don Allmon htWV[www.al!eso nathielicowl _ Don Meson h .all t i . m 10333 Austin56 Dress Code Sweaters • www.dr_q&-&Wesweaters-com n a rVa Dunbrooke h www. unbrooke.com 1121510 austini somite .d mi / tiffan as -aei.com Austin56 Econscious h .e cn ic} .n _ n/a - n!a Epic www ,r bookkee r -aei.mm Austin% ERB SAFETY h r .com' t1ftnX22Etaei.cOm Austin% Fahrenheit Headwear/Century 21 htto:llwww.fahrenheitheadwear.corn n/a n/a PMM FleAt I Yuppong h MeAt.com n ra n/a Full Source c c _tiffan Ua aei.com Austin56 Game Gear hap.flwww.oameciear.com �- ASPAEI AUSTINI Game Guard htW$:-//www.gamequard.net/ Itiffan a aei.com Austin% Golden Express www. m r/a n a Golden State Activewear tiffan as aei.com Austin% Hanco n asp asp-ad HaChef.Unifornis .h h fu if tiffan -ael.com Aust1n56 Haws USA Carhartt Workwear h w sax n/a Na Head to To6 Headwear httD*.Mw-w-w.headwea randa rel.cvmn(a a HEADMOST hdwegran4aR2gre1.com,1 nja n!a H rn tiffs eas aei.com Atmen56' menmentage S r : .h w.com 06067_ IASP-AE M14h lM S r www high5sportswear.com/ 1004 Austln% Hollows http:l/www.hollowayusa.com H062060001 _ ASPAEI JIMWal al Heidwear tesale.,Impedals �- tiffs as aei.com #AtM!n787% Exhibit "A" Confidential Supplier Log Ins Updated:3/1912018 all In Your Face AMrel h .i rf rel. tiffany(has aei.com Austin56 Tra Cognttradinc r �com Coming soon! Coming soon! ]Americari b n . om `sales@as aei.com ASP-AEI1 Kati S tiffs aei.com austinl Kavio vio. o dffan as aei.com Austin% KC H&C Headwear cam a! n a • - - -- Land's End -__-- i land m . as aei Austin% LAT5 r tiffan es l-com Aust1n56 Leeds hMD,1 prna.rq_ Zgn-ugi itiffanyDAs -aei.com austini - Austln56 AtLmm, - MIT M Ca inc. tiffany asp-aet.com �'Austin% M a na McCreary's Tees , tiffan as aei.com as -aei M I ' nta tiffany0asp-ael,c= Austin56 MV S v 'tiffan as -ae!.corn austinl Neon TeWPanda rel I sel N xt I 6Mrel r l.c tiffan as -aei.com Austln56 Nissl tiffan eas ael.com jAustin56 Nissun Cap h tiffan as -aei.com lAustinS6 One St6D Omti aeon% ONNO Textile DZ2:j/www.onnotextile.gm tiffan as -aei.com austinl Otto Cah- www. tan as aicom_ Austni - Ouray S. rtswear htti>;Ilwww.ourax,%-ogrtswear.com/ n a a' Outdoor Ca o r sales a aei.com ASP-AEI n Pacific Headware h . www. 'Bch adw ar. austin2tiffan , 'austin56 W ord g-rI b'acol 78756austin Pinna rel I arei. BET tiffan as -aei.com tiffan 123 Pri LitMr rr. om ASP-AEI ASP-AEI Pro Cel _ www. o rocelebr'r .co 'in x. h - n/a n/a RMTowels`Etc. 1setc-com/ keeper@as aei.com aei PSC School Wear Cobmex Apparel : m' n a n a Red Ka rr a a Reflective Apparel h flectivea 1, f a n a ............. _ M tan#son_ • Co son.%mMLW/ y plogRael,com Austin56 River's End Tradi h=: twww.riverse tradiM..com tiffany -aei.com austini R AM*rel r 1 relme wha tiffan as .ael.com ausUnl S&S Activvewar-KS _. • f ' ewe r, m' tiffany@asp-ael.com 1ASPAEI SanMar CoE2 Lag;L#80 3 . n r - salesre elf Scrubadoo : m as aei Ausdn78756 Soffe LLC-NC hdd' .. Your email Yours S Uniforms nif r . tiffan as -ael•com Austln56 Staton -_ ausUn154 el Strat is Partners h i f 1. s x Nffany as -aei.com Austin56 Teamwork hl c 124733 ASP-AEI Terry Townr . r wn. om of a n a The Bandanna Comndannacompany.com/ n/a n a ThincAcUonwear htto://www.thincactionwear,comi tiffan (alas -ael.com austin56 Maer HID nja n a Tonix Co . om FTXAU003 austinl _ T , LLC k ASP-AEI ASP-AEI__.__._._._.'. Towel S alties I i !' x- m r a n`a rlMotattaln.... _ _ _ bob . a -ael-com ASPAEI TSC 8ppgell r Lcom _ tiffan a -aeLcom auWn56 TSF AUS17NSCR ASPAEITT US Aprons tiffan as ael.com ausdnl W 5124546249 1Austin% Wet Effecttlffany@as2-aei.com Austin% Whbpeft Pltms AUSTIN 1SP-AQ r T nkto • 1 i n'a a' a Wt a Va a 6Mrel r 1. o w� Uffan Das -aei.com Austin56 Z p tiffs aelxom Austin56 Zorrel LOmnl4goarell • www.zo I. m.! __ttiffapy@asp-aei.com austin56 X a Confidential CERTIFICATE OF INTERESTED PARTIES FORM 1295 lorl Complete Nos.1-4 and 6 If there are interested parties. OFFICE USE ONLY Complete Nos.11,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING I Name of business entity filing form,and the city,state and country of the business entity's place of business. Austin Screen Printing Austin,TX United States ame of governmental ent or state agency that is a party to t e contract for wh ch a form is being filed. .fin- - i. w. City of Round Rock r • `; '; # � It 3 Provide the identification ed by the�,govelf hental ent' VundeC gency 'track or identify t •contract,and provide a description of the services ,or other p "perry to.• a prove a contwcct. 19-001 Screen printed and embroidered tshirts,imprinted sportswear 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) controllingIntermediary Q� 5 •✓ � C neZ P/\tN� NSA 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION M ���-/�-��_ � • � � Y name is and my date of birth is A- � 4-- AaA t e4 A(.) K s�;� My address is ,Tx , $'7 (street) (city) (state) (zip code) (country) I declare under penalty f perju that the foregoing is true and correct. Executed in County, State of ,on the O day of ,20 . i (month) (year) Si noaut ize agent of contracting business entity Ex h i b i� r eclarant> Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.28ab6150 ti. �� �' � � �► Q ..�. �. {h.�,�. i 1e. t �� ��,�' A}�r .. Y r ;, `�•; R �'�� � '� Y+ 1 ,���1`; i'�, lir .. ,.�- ..� ,,;1 �; .r. Q )�__.., nam � /J�� � "`.,�.,.,, ©� // .1 � i �. V "®" � �� b � ,,�+ • �` �� `'gar ♦ � �♦ .� 1r �1 s d P fJ ' �c * EAGLE I? AsS * \ ID 2 0 ► I i ' 11 S V C� `•1 �AMMML- N a, 00 d .fr •Y { those; ORT �. .� s�f�ering JK JK 4K qp �OR �the Fad r ► xk11R11r} y+f-4i ili+ w ' •'' t r-'• ... ...t x� " 1 f♦ i 1i 1 i ii �'.+�"1 1 1♦ ,K 4 f w , � �*- '•� .,t'" 7 i#f s'i' ,+�f i 4+ lxK 4 s. i Myi.4 1 ' . °.`► '•a +w. " �•, '3+ 11 M.x-� ♦• !1#fa r`Mi1'Mi ♦ + 144K ',',•". �x:Y•. �•a ., s 3"., \! •K� '.iK+iK f+►fi9 if Yi K KKt. ".*f♦ r , ,x.- r • •.r N.xM�i•4 r F 1 i*M 1 .!i`1 rl f'i i i 1♦ '�f • -' 3 �•.,!.. ^�� .• t w •�,.•. � •i•K i i rT 1 1 1 1 t i+ tt i i 1!'� •xi i f 4 M,. t . ' ♦`'. _ '�° .� d i ` � A"'� i f f 1 1 1 f 1!. 1x4 f 111 �1 f.11• f f�'i,f 1 11 1 w ,",, � ,P� "�r" .� f i 1 1 1 f i 4 f f 1 f"1Ff+ •�'i K 4 1 t 1 4 1'11 K M,f. '. "`**„. • f♦♦M i i 1 1 11 a i i f f M 1 f •i 4.4*i!*1 f �" i1w if411►iifl Mlr1� ' ilifliif ' �, if1f1f1r i ir�iiff#, • i 1111K'11 fif4`f�• CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parries. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2019-512314 Austin Screen Printing AUSTIN,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for;vfiich the form is 07/02/2019 being filed. City of Round Rock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 19-001 Screen printed and embroidered tshirts,fleece,polos,hats,and sportswear Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. 0 6 UNSWORN DECLARATION My Warne is � , and my date of birth is A6,AJ LA s � � / My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. f `� V t `� � on the da of v 24 Executed in County, State of Y (month) (year) Signature of authorize g t of contracting business entity ( ant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.391`8039c CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2019-512314 Austin Screen Printing AUSTIN,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 07/02/2019 being filed. City of Round Rock Date Acknowledged: 07/23/2019 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 19-001 Screen printed and embroidered tshirts,fleece,polos,hats,and sportswear 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 UNSWORN DECLARATION My name is and my date of birth is My address is , (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.39f8039c