Loading...
Contract - Georgetown Shirt Company - 7/25/2019 CITY OF ROUND ROCK AGREEMENT FOR APPAREL AND CUSTOMIZATION WITH GEORGETOWN SHIRT COMPANY 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,dnd 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 GEORGETOWN SHIRT COMPANY, whose offices are located at 40204 Industrial Park Circle, Georgetown, Texas 78626(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 19-001 REBID dated January 2019; (b) Vendor's Response to RFP; (c)contract award; and (d)any exhibits, addenda, 00424959/ss2 and/or amendments thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: (1) This Agreement; (2) 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- 001 REBID dated January 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-OOIREBID dated January 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. nformation: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 ratkinse,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 January 2019 and at: 5 http://www.roundrocktexas.gov/wl2-content/uploads/2014/12/core 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. 15.01 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of,or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement,no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution)against any third party who may be liable for an indemnified claim. 19.01 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES A. Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws,the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards,bureaus and agencies. B. 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 NO'T'ICES All notices and other communications in connection with this Agreement shall be in writing and:shall be considered given as follows: 7 I. 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: Georgetown Shirt Company 40204 Industrial Park Circle Georgetown,Texas 78626 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 Ro nd Rock,Texas Georgetown Shirt Company By: B . Printed Nam : Printed ame: Title; CNA Title: Date Signed: Date Signed: Attest: By: L, Sar*. Ahit ,e.-City Clerk For City, p oved as to Form By: Stephan L. beets,City Attorney ROUNDPURCHASING DIVISION City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexaL.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(cDroundrocktexas.gov Ex 1'i 7✓i f "All t' 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: http://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, 1St 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 transmitted responses are not acceptable. EN41i 7✓i t "A" 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" 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 form1295.htm Exhibit "All City of Round Rock Apparel and Customization RFP No. 19-001 REBID Commodity Codes: 20019, 20056, &20074 FEBRUARY 2019 PART 11 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. Exilibit "A" 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. Ex 1i1Jit "A11 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" 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(c�round rocktexas.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. Exilib i t "A" 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. Exh bV„A„ 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 of service. City of Round Rock Apparel and Customization RFP No. 19-001 REBID Commodity Codes: 20019, 20056, &20074 FEBRUARY 2019 D. Tab 4-Project 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 III. 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 offer the City. Please provide a quantity breakdown and any corresponding percent off MSRP. Exhl brit"A" 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. 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. Exhibt"X February 20, 2019 O * R * I * G * I * N * A * L_, EORGETOW SHIRT COMPANY S C R E E N P R I N T I N G 5 1 2 - 8 5 9 - 0 9 7 9 VtiIV' W*G T"S H I FST.CCS► M Georgetown Shirt Company 40204 Industrial Park Circle Georgetown, TX 78626 RFP Solicitation Number 19-001RE-BID Apparel and Customization Exhibit "A" February 20, 2019 Sandy Mooney Georgetown Shirt Company 40204 Industrial Park Circle Georgetown,TX 78626 Ms. Cheryl Kaufman Purchasing Supervisor City of Round Rock 221 East Main Street Round Rock,TX 78664 Ms. Kaufman: Attached is our response to the RFP 19-001RE-BID. We are seeking to become a selected Vendor for the City of Round Rock and the Parks and Recreation Department for Apparel and Customization. We have executed our response to the RFP as requested, to the best of our ability. We are confident that our experience in the industry is superior and that we can meet or exceed all of the City's requirements for custom apparel. Thank you for your consideration. We look forward to the opportunity to partner with the City and the Parks and Recreation Department. Exhibit "A" Table of Contents: Executive Summary — Pages 1-2 Tab 1 — Business Organization — Page 3 Tab 2 — System Concept and Solution — Page 4 Tab 3 — Program — Pages 5-8 Tab 4 — Project Management Structure — Page 9 Tab 5 — Prior Experience — Pg. 10 Tab 6 — Personnel — Pg. 11 Tab 7 —Authorized Negotiator — Pg. 12 Tab 8 —Attachments, Submissions and Addendum including Attachment A — Tab 9 - Cost Proposal & Percent off of MSRP Exhibit "A" Pg. 1 Executive Summary In Summation, this proposal from Georgetown Shirt Company to the City of Round Rock is in response to #RFP 19-001RE-BID. Georgetown Shirt Company is a State of Texas licensed S-Corp, and has been in business, at the same location, since 2001. We are located approx. 20 miles from Round Rock City Hall. Our building is approximately 15,000 square feet, and we own 3 Automatic Presses. Our newest machine is a state of the art M&R Gauntlet 3 Press, with 16 stations/14 heads. We also own 2 manual presses, along with a numbers press. We have 12 full-time employees, several that have been with us 10+ years. We have 2 full-time, in-house graphic designers, including Jay Saenger, Co-Owner. We strive for excellence in everything that we do. We are exceptionally experienced in providing logo design artwork, screen-printing, embroidery, heat press/sublimation services, and branded promotional products. We are extremely passionate about what we do, we truly enjoy our work, and that is reflected in our final product. Our Owners: Jay Saenger our Lead Graphic Designer and Business Partner has been creating logos and apparel designs for over 35 years. Craig A. Mooney, C.E.O, and Owner, has worked in the Textile Printing industry for over 29 years. Sandy V. Mooney has been in Sales, Management and Customer Service for over 30 years. Exhibit "A" P . 2 We pride ourselves in prompt and friendly customer service, excellence in art and design, superior production work and timely delivery. We have printed for the City of Round Rock and the PARD for the last 15 years. We have also printed for The City of Georgetown, and Travis County PARD, The LBJ Museum and Gift Shop, and Willie Nelson Concert Merchandisers - The Franks Brothers. We printed all of the shirts and merchandise for ROT (Republic of Texas) BIKER RALLY 2018. We have also printed for the San Antonio Spurs, Houston Astros, The Texas Rangers, and The University of Texas Longhorns. Our corporate clients include IBM, Martin Marietta, Barbizon USA based out of Tampa, Florida, Southwestern University, Inner Space Caverns, Q2eBanking, Norfoxx Refrigeration, Martin Marietta, and many others. We are approved and preferred vendors in good standing, for the following school districts: 1) Georgetown ISD 2) Round Rock ISD 3) Austin ISD 4) Leander ISD 5) Manor ISD 6) Dripping Springs ISD 7) Alamo Heights ISD 8) Lago Vista ISD 9) Hutto ISD We have included all of the pertinent information, as requested, to ensure the City that we can meet all requirements for custom apparel. We look forward to working with the City, and appreciate this opportunity to submit our response to RFP 19-001Re-Bid. Exhibit "A" Pg. 3 Tab 1 - Proposal Preparation Intructions and Evaluation Factors Business Organization: Mooney-Saenger Enterprise, INC. DBA: Georgetown Shirt Company 40204 Industrial Park Circle Georgetown, TX 78626 We are a State of Texas licensed S-Corporation. All screen-printing orders will be printed locally in our 15,000 square foot shop at the above address. As indicated in Attachment C—our embroidery will be contracted out. All art creation, whether for screen-printing or embroidery, will also be developed in our Georgetown office. Exhibit "A" Pg. 4 Tab 2 - System Concept and Solution Our understanding of this scope of work is very clear. The City is looking to do business with a local company to assist the City Parks and Recreation Department with superior service at the best price- point. We understand that it is very important to the City to be able to provide art work for screen-printed and embroidery products that represent the department and their unique events with eye-catching designs, that impel the users to wear their event apparel with pride, and to entice them back to the event year-after-year. We completely understand that unique art work, superior production, and timely delivery is extremely important, and our standards for quality control are the best in our industry. We strive for excellence in everything that we do. Our daily operating motto is: "Quality is never an accident.........it is always the result of high intention, sincere effort, intelligent direction, and skillfull execution." We have been doing business with The City of Round Rock and PARD department for over 10 years, and hope that most in the department would be aware of our superior art designs, our desire for perfection in production, our excellence in customer service, and our ability to meet all deadlines as promised. While we strive for excellence in everything that we do, we can not promise perfection. We understand that sometimes mistakes are made, and errors can and will happen. We diligently stand behind everything we do, and will do whatever it takes to make things right when mistakes happen at no cost to our customer. Exhibit "A" Pg. 5 Tab 3 — Program 1.Our art program is designed to be extremely easy for the customer. The customer communicates, or provides an idea or concept, and our art department takes those concepts and turns it into an art proof. We enourage our customers to be as descriptive as possible from the beginning, for their design request. We find that adjectives can be very helpful. For example does the client want the design to be animated, aggressive, bold, or soft? If the design concept is communicated well, we have a better chance of providing the customer with exactly what they had envisioned in their mind. Often the proof will contain mulitple versions for the customer to choose from. If needed the customer is able to request revisions, or perhaps minor tweaks. Our art department will continue to work on the design until the customer is 100% happy with the design, billing by the hour. 2. Our quality assurance program is also quite simple. We want all of our customers to be satisfied with all of our work. As a corporation, we take customer satisfaction so seriously, that we have made several large financial investments over the last 5-6 years to help ensure this level of satisfaction in every order we produce. We have invested in new state of the art automatic presses, we have acquired the best technology for screen imaging, we purchased a new production software (Shopworks) that assists us in quality control in every step of every order, and we have invested in security cameras that can actually verify counts as shirts are completed and pulled from the dryer. We trust our staff, our equipment, and our quality control process to assure excellence on every job. However, if we have any mistakes or misprints we will reprint those shirts for our customer at no charge to them, or remove that product from the invoice. Exhibit "A" Pg. 6 3. Please also see the attached work-flow chart. *The first step in any order is listening to the customers needs for their project or event. We want to fully understand their ideas, art concepts and visions, choice of garments and due dates. * Then we work diligently to find the perfect product, at the best price, in the irght sizes and in the right colors to fit the customers needs. In the search for the perfect garment if samples are needed, we are more than happy to order samples at no charge, if requested. * The next step is to prepare an estimate for the customers approval and to procure a P.O. and confirm date of completion. * As soon as we receive a Purchase Order, we are ready to order the exact product needed, and all design work is placed into our art queue for preparation. * The art department will then email an art proof for the customers approval. We will never begin to print any job, until the proof has been reviewed, and signed off with approval by the client. * As soon as art is approved and all product has been received, the job is ready to go into production. The production team counts in all garments to assure that all product is in-house, and reviews the art proof for print colors and locations. * The Printer will print one test sample of the design, and submits the tester to the art department for final approval. If the tester is approved by the art department then the job is ready to be printed and completed. * Once the order is completed, the job is turned into our accounting department to be invoiced, and the customer is notifiedthat their job is completed. If they have requested pick-up they arefree to come pick up and our shipping personnel is always available to load boxes up for every customer. If delivery is requested, Exhibit "A" Pg. 7 we place the order into our delivery schedule while carefully noting time and location that delivery is needed. 4.Our normal production time for any order is 7-10 working days (Monday-Friday). There are seasons for certain sports, where some of the best distributors experience inventory shortages due to demand, and it can be difficult to secure product in all sizes and colors as needed. We encourage a longer lead time for certain basketball and volleyball uniform orders to ensure that all product is available. 5. Rush Orders are handled on a case-by-case basis. We will do everything in our power to accommodate all rush requests by the City. If any job needs to be completed in less than our standard 7 -10 working day schedule it may be subject to a RUSH FEE of$25-$75 depending upon how quickly the job is needed, how complex the design is, and how many locations are being requested to be printed. The most important issue is ensuring that the right product, in the right sizes and colors is available. There are occasions where expedited shipping expenses may be necessary. At the time of the request, we will make a determination whether or not we can GUARANTEE delivery for the request. If we determine that we can not process the order on a timely basis, we advise the customer immediately. If we promise that we will be able to meet the deadline, we will meet the deadline! 6. We, Georgetown Shirt Company, understand the terms and conditions of this RFP, and we agree to abide by all terms, and comply with all conditions. Exhibit "A" Pg. 8 7. Georgetown Shirt Company has a website (awww.gtshirt.com)where all of our products can be found, most with MSRP pricing listed.We carry thousands of brands,styles and colors. We strive daily to be able to access the best products from the best manufacturers, at the best pricing. We are continually seeking to add more products as often as we can. So we update our website through-out the year to ensure our customers can find exactly what they need, or want for any order. Please see below and seeTab 9 (Cost Proposal) for quantiity discounts per order and apply to items on our website. BRANDS AVAILABE (listing of a few brands -all available on our website)• Next Level, Bella/Canvas, Augusta, Badger,Wilson Sporting Goods, Russell Sporting Goods, Champion, Holloway, Pukka Caps, Carharrt, Dri-Duck, Richardson Caps, OGIO (soft and hard goods), Nike, Adidas, Calvin Klein,Van Heusen, Callaway, All Safety and Tactical garments including Class 2 and Class 3 certified goods, Sport-Tek, Columbia, Eddie Bauer, Red-Kap, New Era, Cornerstone, Red House, North Face, Cutter and Buck,J. America, Independent Trading, Comfort Colors, Rabbit Skins, High Five Sports, Burnside, along with all the standard t-shirt brands, Gildan, Hanes,Jerzees, Fruit of the Loom, etc. We provide the following services: * Screen-printing and all logo art or design work * Embroidery for polo's, caps, outer-wear, and bags with design and digitizing services * Custom heat press appliques (tackle twill,vinyl, etc.) * Custom heat press rhinestone appliques and design work * Custom Sublimation of all sports apparel (including, but not limited to Basketball, Volleyball, Soccer, Football and Track) *All promotional products (as found on our website—(www.gtshirt.com) including but not limited to: pens, mugs, umbrellas, tote bags, sling bags, water bottles, stickers, banners,flags,tents,table cloths,golf balls, Yeti tumblers, bottle openers,wine cups, custom imprinted sunglasses, beach balls,gloves, holiday trinkets,counter mats and door mats, lanyards, custom imprinted portfolio covers, etc. Exhibit "A" ±O•R•1-G•1.N.A�L, ISEORGETOW Ni GEORGETOWN SHIRT CO. ORDER FLOW CHART SHIRT M PANY SCREENPRINTING 512-889-0979 COMPLETE WORK ORDER NEW ORDER ;> QUOTE moo, SHOP WORKS FRONT OFFICE FILL OUT ALL IMPORTANT INFOWORK ORDER r RE-ORDER STYLES,SIZES, GREET CUSTOMER CUSTOMER NAME&CONTACT INFO PULL COLOR COMP STYLES,SIZES, QUANTITIES OURFIRSTIMPRESSION - �� DATE,QUANTIITES,SIZES,STYLES, SAMPLE PRINT QUANTITIES '�:� NEEDED 7 DAYS SHIRT COLOR,PRINT LOCATION,PRINT SIZING 7 REVISED BY PRIOR TO IS THE MOST IMPORTANT AND NUMBER &SPECIFIC NAME OF PRINTED COLORS QUOTE CUSTOMER PRODUCTION LONGEST LASTING IMPRESSION ART INSTRUCTIONS,ASSIGN ART ID# j WE MAKE TO OUR CUSTOMERS ASSIGN WORK ORDER NUMBER SHOP WORKS RE-QUOTE SPECIAL INSTRUCTIONS FOR PRODUCTION WORK.-ORDERjr '7 DUE DATE,EXACT COUNT SHIPPING INFO , ORDER PRODUCT ORDER PRODUCT ORDER PRODUCT _..... .......... .............. .................. ................ ................ ................ .......... .......... ': A T D��_k r'� NEW ART DESIGN NEW COLOR COMP SHIPPING RE-ORDER , , EMAIL PROOF TO CUSTOMER , RECEIVING REVISE COPY SALESPERSON ON ALL PULL E-MAILS WITH CUSTOMER RECEIVE PRODUCT ORIGINAL COMP SHIPPED R PRINTED SAMPLE EMAIL PROOF TO CUSTOMER , , CUSTOMER SUPPLIED FROM ART FILES VERIFY CORRECT COPY SALESPERSON ON ALL y ART APPROVED PRINTING INFO E-MAILS WITH CUSTOMER COUNT PRODUCT VERIFY CORRECT QTY HAVE SEPS PROOFED/ADD TO SHOPWORKS, ALERT PURCHASING OF CITY DISCREPANCY THUMBNAIL PROOF _ � CORRECT PRINT ORDER,COLORS,MESHES,DPI&ANGLES a RECLAIM COAT Copy File as(.eps use artboards)to HOT FOLDER/(.pdf&.eps)To Users G DRIVE PRINT WORK ORDER m SCREENS FOR SCREEN ROOM COMBINE WORK ORDER WITH COLOR COMP SEND TO SCREEN ROOM 7 SHOOT SCREENS ATTACH BOX LABELS TO ('OLOP C C�'P NEEDED 4 GAYS PPIOP TO PRGDJCTI,') rI�sT HIAV_E ALL ART MUST BE PROOF ART FOR PRODUCT READY FOR PRINTING CORRRECT I?IK%P-GLOBS,-PRIM ORDER,`TS;lES Di i SIZE&ANGLE APPROVED BY CUSTOMER ANY ERRORS ART iD DA E,1N'ORK ORDER-NUMBER,AND ARTIS; NITIA S PRIOR TO PRODUCTION L CUSTOMER FRONT OFF-110E UPON PICK UP OPEN BOXES INVOICE SHIPPING LABELS SHOW CUSTOMER PRINTED FILE COLOR COMP& VERIFY ANY BLOCK OUT& LAY OUT SHIRTS PRODUCT VERIFY NUMBER PRINTED SAMPLE BLIND SHIPPING TAPE SCREENS VERIFY CORRECT QTY OF BOXES TO CUSTOMER - PROOF ART FOR ANY ERRORS ALERT PURCHASING OF CITY DISCREPANCY* a SIGN PRODUCT PICK UP,:: PRODUCTFOR SHIP PRODUCT .. . CUSTOMER PICK UP VERIFY ADDRESS PRESS SET UP VERIFY QTY/VERIFY LOCATION PRINT POSITION/ PRINT COLORS PRESS RE-SET BOX PRODUCT PROOF ART/SPELLING/PRINT QUALITY REGISTRATION/MATCH SAMPLE TO PROOF VERIFY QUANTITY* VERIFY QTY PRIOR TO TEAR DOWN REMOVE INK FROM SCREENS VERIFY LABEL&PACKAGE ON RE-ORDERS MATCH TO PRINTED SAMPLE LABEL ANY MISPRINTS CHECK WORK ORDER FOR SPECIAL INSTRUCTIONS REMOVE SCREENS FROM PRESS LABEL#OF BOXES CLEAN PRESS/SQUEEG IES PUT BOXES FOR CUST PICKUP CLEAN FLOOR/PALLETS OR TO BE SHIPPED PRINT SAMPLE (RE-TAPE IF NEEDED ) TAKE FRONT OFFICE COLOR COMP& PRINT PRODUCT ALL JOBS MUST BE CLEAN INK BUCKETS PRINTED SAMPLE&WORK ORDER PROOFED AND APPROVED * CORRECT QUANTITY IS VERIFIED THREE TIMES PRIOR TO CUTOMER ffkfti bJ�V1S�AvOR MFG DEFECTS ARE LABED AND SEPERATED FROM FINISHED PRODUCT Pg. 9 Tab 4— Project Management Structure: All projects will begin with our customer service team; Sandy Mooney, Leeann Leatherwood, and Debbie Teinert. All projects will be discussed with the submitting PARD team to cover the details of 1) Design details needed 2) Garment selection and colors needed 3) Deadline for order to be completed 4) Timeframe for sizes and quantities to be submitted 5) Quote to be submitted to confirm all pricing 6) Timeframe to procure Purchase Order Once the Purchase Order is received the Quote is turned into an Order within our production software, and the design concept is placed into our art queue. The Customer Service Representative (CSR) is responsible for making sure that all deadlines are met in the entire process. So if the PARD team has promised sizes and quantities by a particular date, and we have not received those final counts,we will contact the PARD team member to ensure that the sizes and quantities are received to be able to procure the product on a timely basis. The Design Team will begin working on the design as scheduled. It is the CSR team's responsibility to secure the concept and or ideas for the design, and then communicate to the art team. If the PARD team feels that a one-on-one design meeting is needed, they can request a meeting be scheduled. Once the Design Team has completed the design, an art proof is emailed. If the proof is not acceptable,the PARD team can request revisions or tweaks as needed. The art proof verifies the design, the shirt color, and placements. The Production team will never begin working on an order until the customer has approved and signed off on the art proof. Once the art proof has been approved and signed off by the PARD team and all garments have been received, our production team will begin the printing process. If we are outsourcing Embroidery for the PARD team,the steps are identical,and the CSR handles all interaction with the subcontractor. Our embroidery subcontractors use the art design that we submit, create a digitized file,the proof or sew-out is submitted for the PARD team to approve. Once the sew-out is approved,then the subcontractor begins the embroidery process. The City PARD team will never interact with our subcontractors. Exhibit "A" GEORGETOWN SHIRT COMPANY PROJECT MANAGEMENT CHART GEORGETOW O•R•I•G•I•N•A•L i 'SHIRT COMPANY: ROUND ROCK TEXAS SCRE Ps os�sNG PARKS AND RECREAtIUN S13.. Georgetown Shirt Co. Round Rock Parks & Rec. MANAGMENT ASST. DIRECTOR Craig Mooney David Buzzell Sandy Mooney 4 SALES ATHLETIC SUPERVISOR DebbieTeinert Jenene Jeffries LeeAnn Leatherwood OAVI Recreational Program Coordinator Athletics ART DEPT. Kelly Gaydos Jay Saenger Jessy Ruiz PRODUCTION FINISHED PRODUCT All Potential orders need to be submitted to Georgetown Shirt Company Sales for pricing and scheduling. Georgetown Shirt Co.Salesperson will enter all information,shirt color,quantities,sizes,due dates, number of colors to be printed,design placement and all design notes into print scheduling software and issue work order number and art ID number.Georgetown Shirt Co.art department completes art in the order that the production is due to be printed.Art department will produce color comp 3-4 days prior to production and forward art proof to the Round Rock Park project supervisor who submitted printing request for approval or for any requested revisions.Communication between art department and Round Rock Parks and Rec should always include Georgetown Shirt Co.sales person. NOPRODIICTl lZZ EUfRBEPR/NlEOM117H0UT,4NA/?lANOPR/C/NGAPPROY4Z, Once the art has been approved the design will be sent into production and the product will be printed on or before previously scheduled production date. Shipping,delivery or pick up needs to be arranged prior to production. Exhibit "A" Pg. 10 Tab 5 — Prior Experience: Teias Trails—Tejas Trails is an Ultra-trail Marathon company.They hold 15-18 large races per year that are all 50—100 miles. It is extremely important to the success of each race to have quality design work, on the perfect shirt for each event, delivered on time. We have been designing and printing their apparel since they began their business in 2001, and have never missed a deadline. Mr. Chris McWatters 601 Deerfoot Drive Round Rock,TX 78664 405-613-3909 Willie Nelson—Our graphic design team (Jay Saenger and Jessy Ruiz) assist the Willie Nelson Merchandise Team (The Franks Brothers)with all of the merchandise that they sell at Willie Nelson concerts.The Franks Brothers have been Willie's Merchandise team for over 45 years. We have been printing for them since 2001. Mr. Scooter Franks The Franks Brothers 3571 Far West Blvd. #PMB118 Austin,TX 78758 Republic of Texas Biker Rally—Our graphic design team (Jay Saenger and Jessy Ruiz) developed and created a full line of merchandise for the Republic of Texas Biker Rally.The owners of ROT RALLY gave us a list of all the types of designs that they would like to have, and we created and printed a wide variety of merchandise for them to sell at their event.The design spectrum included men's full color tee designs, men's simple black and white tank designs, ladies full color tees, ladies simple black&white tanks, bandana's, embroidered caps, caps with leather patches, ladies tanks with custom designed rhinestone appliques, and more. They have been in business since 1995, and last year was the first year that we printed for them, but we have already secured the contract for 2019. Colleen Bragg 2516 Saratoga Drive Austin,TX 78733 512-263-9927 Exhibit "A" Pg. 11 Tab 6— Personnel Craig A. Mooney, C.E.O. and Owner—Craig has worked in the textile printing industry since 1990, but purchased Georgetown Shirt Company in 2001. He understands the industry,the processes, and the machinery needed. He supervises the production of every job, and ensures that the job is completed with excellence. Craig believes in continuing education to stay on top of the trade secrets within our industry as fabrics and inks are constantly changing and evolving. Different kinds of fabrics may need different kinds of inks, or the dryer made need to be turned down to a lower temperature to cure the inks on polyester product. These are just a few examples of the kind of attention to detail that are necessary in the textile printing world. Sandy V. Mooney—Sales and Customer Service and Owner—Sandy has been in the Sales and Customer Service industry since 1980 when she graduated with a Business Degree from The University of Texas Business School. She understands the importance of excellence in Customer Service and supervises the CSR team on our front office. Jay Saenger— Lead Graphic Designer and Owner—Jay secured his first job as a t-shirt graphic designer as a high school student in 1976. He studied art in college, and graduated from Stephen F. Austin with a degree in Fine Arts with an emphasis on textile art. After graduating Jay secured work as a Graphic Designer and was able to train under some of the best artists in the t-shirt industry.Jay continued to study at the The Art Institute of Houston and at Houston Community College to achieve a further degree in Computer Design.Jay excels with all Computer Graphic programs including Adobe Illustrator and Adobe Photoshop. Jay also trains and supervises the art department and the screen/production area. We refer to our Art Department as the HEART of our business. We believe that our art department is what separates us from all other screen-printers. Jessy Ruiz—Graphic Designer—Jessy has worked for us for 2 years.Jessy has an awesome skill for listening to a customer's ideas and visions for their art and a unique eye for detail in every design. He has extensive knowledge with all creative software, but is also amazing with free-hand art.Jessy brings a fresh new approach to all of his designs.Jessy has successfully completed designs for Willie Nelson, Republic of Texas Biker Rally,Texas Heat Wave, and many other clients. Exhibit "A" Jay Saenger Atasl: in I e x a s 5 1 2 8 6 9 0 9 7 J y ...., g fi: shi ri: t., ,T'i • • Create quality creative graphic designs for the screen printed apparel industry. Assist in the oversight of the printing process to assure the highest quality printed apparel available. Support the creative process of all designers, BESTBY mentoring and teaching whenever possible while continuing to learn new concepts and ideas from the any and all designers I work and collaborate with. LEGEN ,. Work H1St00,X-'1: 1976-1980 Rice Sports Shop. Houston,TX -„ Artist, Screen printer 1983- 1987 Midtown Screen Printing.Albuquerque, NM a P" Staff Artist Custom Screen printing 1987- 1990 QFX/G &S Jewelry. Albuquerque, NM Artist for preprinted Apparel 1991 -1994 Body Graphics Houston, TX Artist for preprinted Apparel ~► 1994- 1996 Native Sun Sports&Apparel. St Petersburg, FL Art Director for preprinted and custom apparel 1996-2001 Austin Shirt Co. Georgetown, TX Artist for preprinted apparel Georgetown Shirt Co. Georgetown, TX � 2001-2019 Geor ,i"" g g Art Director, co-owner, artist for custom screen printing i Printed samples of portfolio available on request . 6` # r 1977 Graduate Bellaire H.S. Houston,TX 1982 BFA Stephen F.Austin State University ► ,!�;�,� Nacogdoches,TX 1992 Computer Design,Art Institute Houston TX 1993 Computer Design Houston Community College Houston,TX " Skilled in illustration &design, airbrush, thumbnail sketching,freehand drawing { f Proficient in Adobe Illustrator and Adobe Photoshop. .., Highly skilled and experienced in process and spot color separations. -` Excellent ability in color matching and use of color theory. Good understanding and application of copyright laws. . Ability to develop, update &maintain departmental standards and procedures - ,. Exhibit "A" I , 37th Annual 'wvp4:1n A?nirat ali FW!Toufr,ament JACK fRT ,, R TOURNAMENT LL� 60 1lpTtAltp .."I MI w"R) +o1 MY�i 11 *2015 IMIS ST R.eNb�N. L]A�tAW 1.A51 sTnox oLcxs s n[s 1 L� inor w uw�,swksr IRYNNI fIMMINfY ARR BEPlY NRl FOR.b• -., � JA-L—REW crr.sw mcxs IARVEu cxrRkmc Lwsx✓]Nrl Nurn.rl:Nxc.A.as. rnr.w Rrwvm r;pANC.kT lN1NT ..:axRrrlw.s mwRn r3 r d r fi"T • tis RCSC � - - 1 e INPTE9 SOCCER 2 yrt 2016 RODEO TEAM timomm AFFOR,: y f A 'y FirstFresbytoria. ,.� Ile � ,>,F'k7s;'tiFd s-n•R.A'+T#kJ�x4�Fi:IS..3T�':;r„Rl:.%..S-.a.7ia.'�.'t:'.S43;A.:E"RC.77:S . RUNNERS CLUB �t�,� � army pcltawship�•� _—�. 211HC t�Cf�FCCT SCASON 16-0 � �,- TLES ELE TRIC 20 DWI, 0 s '` _� J��� "C`imiu.lu�knr mt r..ld r w:'A-z.ka w fun&ia t�asm.* d. �iHr ,..�- ': R{ '.. ,. -. M<dIMn.4'�MC 2° TEMS IN HN'S RODEO SpA "c4'vyiny ' HARD WOuK � LOKHAY ���� p f� LOCK FIT#txx; U1 LL 'o TIFcn ' m JAY SAEN G E RhN SAMPLE ART # '� - APPAREL PRINTING STRENGTH 4 WILLIE NELSON .0 :4. 0, - 4„ lotil tot, vw LAST MANSTANDI Jeshua J3ss Rutz@ mail.com y g 512-815-1165 https://www.artstation.com/artwork/grgxx 7 MP Summary I am a multi-talented artist with a focus on 2D design. my work experience has ranged in multiple independent businesses, local events, and start-up groups in promotional graphics and logos. I am currently working as a graphic designer in Georgetown Texas, and I am always eager to learn more, Experience Georgetown Shirt Company--Georgetown, Texas -Graphic Designer 07/2017 to Present Scope of Responsibilities: -On time delivery of high quality visual solutions, -Coordination and planning of production meetings. -Carful coordination with printers to ensure Ini exceptional production ' � •Clear and friendly communication with clients e .aod�Oanaqed team-of 190. sOM60 Volumm And Mamx M CC7PUSUD Volunteer Service Work puiftwaly"triviri6 co Bo oto, Colombia x i s ..�dW t *tay Official Representative 09/2014 to 09/2016 Scope of Responsibilities: il� �+ t. • Regional supervisor in a team of u to 50 workers. p I Developmental surveys and door to door marketing. ( F Interpersonal and public relations. l � t �.:. Coordination of meetings and group conferences. � ��''^ 'w as o s.s d { i� . L a y �a �. �� � •ice.. 4 r INT 'MOUN , ,kk-...,rEXAS Awl 'JW .=vP. Wi1Wi4rq . S J . D CE REASURES c+ssxc�� ) l6 F.i,8lY SfIuI' D OUBEO 7� * GkPrT,at.Pc.Az,r XTREME muni MO IMaM OLTITUDE www mazimumaititude-cam CID AUDICI Southwest .► C'+C stom Wheel's ART'ERNADE OUNIBMSM Round Rock a'.>attan ReFR:a#:tye+yin IFR•<ll+xtl ktlstaimz � _ pMl7FYY9pIR Ie &PA R"i` �NT TRIS xsano rs�sa9 :9ss.xoos ' 5,2 g 44-4721 `' TRUCM iz�N tr t s yy i t �iFiFM �1 w .IYIb1M�PFN '��g1�1gMIulYW�" r "sl 1 4: r S a i rt ,, ;� .P .>,f���� pit*sx�i+„',i•�.. �l�t`�St�gkl�xt5h*� . ` 4s 4mr dw Sq .f a+�/y��"f4 tri xElxs " x Pg. 12 Tab 7—Authorized Negotiators: The following personnel in our organization are authorized to negotiate Contract terms and render binding decisions on Contract matters: Sandy V. Mooney or Craig A. Mooney 40204 Industrial Park Circle Georgetown, TX 78626 512-869-0979 Exhibit "A" Pg. 13 Tab 8 —Attachments, Submissions, and Addendum (including Attachment A) 1) Attachment A— Proposal Submittal Form and Execution 2) Attachment B — Reference Sheet 3) Attachment C—Subcontractor Information Form 4) Attachment D —Cost Proposal Sheet 5) Signed Addendum 6) Certificate of Interested Parties Exhibit "A" City ofRound Rock Apparel and OuaLomizeUon RFP No. 19-OO1REBID Commodity Codes: 2OD1S' 2UO58. &2DO74 FEBRUARY 2019 ATTACHMENT PROPOSAL SUBMITTAL FORM AND EXECUTION NOTE., RESPONDENTS SHALL COMPLETE AND RETURN THIS ATTACHMENT WITH THEIR PROPOSAL. FAILURE TDDO3OMAY RESULT INDISQUALIFICATION QcTHE PROPOSAL, Bysignature hereon,the Respondent certifies that: All statements and information prepared and submitted in the response tothis RFP are current, oomp�o�m 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 d{acount, trip,favor, orservice to m City employee in connection with the submitted response. Failure tosign the Execution nfProposal orsigning itwith m false statement shall void the submitted offer orany resulting contracts. Respondent represents and warrants that the individual signing this Execution ofProposal iaauthorized to sign this document on behalf of the Respondent and to bind the Respondent under any contract resulting from this requeatfor proposals. RESPONDENT Georgetown Shirt Company SIGNATURE(IN INK . NAME (TYPED/PRINTED) Sandy Woney TITLE: President/Owner DATE: 2~18~19 STREET: 40204 Industrial Park Circle CNTYISTATE/ZYP: Georgetown, TX 78626 TELEPHONE AND FAXSCK0ILE NO,/ 512-809-0979 E-MAIL ADDRESS: d FEDERAL TAX IDENTIFICATION NUMBER(FIN): 74-3017160 Bysubmitting aresponse(othis solicitation, the Respondent agrees that the City's standard Defin}tione Terms and Conditions, /n effect at the time of release of the solicitation, shall govern unless specifically provided othen4vise in a separate agreement or on the face of a purchase order. Said Definitions, Terms and dCond|tionoaoeeubjecttoohangevithoutnoMoo. /timthe sole responsibility ofrespondents tom^~y apprised of f changes. In addition tothe above General Terms and Conditions listed in 8aot—n I\ the City's Definitions,Tenns and Conditions shall be enforced and part ofthe contract and can be obtained from the City's website at: Page 15 u[,l7 �� K�'�� t ' Aov City of Round Rock Apparel and Customization RFP No. 19-001 REBID Commodity Codes: 20019, 20056, &20074 FEBRUARY 2019 ATTACHMENT B: REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM SOLICITATION NUMBER: 19-001 Re-Bid RESPONDENT'S NAME: Georgetown Shirt DATE: 2-18-19 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. I Company's Name Georgetown ISD Name of Contact Tonya Blesing, CTSBS Title of Contact Director of Purchasing E-Mail Address blesingt@georgetownisd.org Present Address 507 E. University Avenue City, State, Zip Code Georgetown, TX 78626 Telephone Number ( 512 ) 043-6,100 Fax Number: 512 2. Company's Name Barbizon USA Name of Contact Chantalle Spencer Title of Contact Senior Vice President E-Mail Address chantalle@barbizonusa.com Present Address 4950 W. Kennedy Blvd. Suite#200 City, State, Zip Code Tampa, FL 33609 Telephone Number ( 813) 2,96-Aq�q Fax Number: 913 ) 864-0495 3. Company's Name Round Rock ISD Name of Contact Jamie Spiegel Title of Contact Director of Purchasing E-Mail Address Jamie=Spiegel@roundrockisd.org Present Address -16255 Great Oaks Suite#200 City, State, Zip Code Round Rock, TX 78681 Telephone Number t 51 Fax Number: FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Page 16(.&.17 EX"_ hibit "A" City of Round Rock Apparel and Customization RFP No. 10-001 REBID Commodity Codes: 20019, 200561, &20074 FEBRUARY 2010 ATTACHMENT INCLUDE SUBCONTRACTOR INFORMATION FORM WITH THE SOLICITATION RESPONSE ONLY IF YOU INTEND TO SUBCONTRACT EMBROIDERIN(.3". SOLICITATION NUMBER: 19-011 Re-Bid RESPONDENT'S NAME: Georgetown Shirt DATE: 2-18-19 CIRCLE ONE-NO,I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT NO TES,I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YES If yes complete the information below �. Subcontractor Name Texas Contract Embroidery Name of Contact Maine Gregory E-Mail Address blainetexascontractembroidery.com Address 10740 Hillpoint Ste.2 City, Mate, Zip Code San Antonio, TX 78217 Telephone Number 210 ) 888-5281 Fax Dumber: ( } Describe work to be performed Embroidery Percentage of contract work to be performed 2. Subcontractor Mame St. Louis Contract Embroidery Name of Contact Chris Title of Contact Manager E-Mail Address orders@stice.com Address 1175 Deco Avenue City, State, dip Code St. Louis, MO 33126 Telephone Number 314 )822--5345 Fax Number: ( n/a ) Describe work to be performed Embroidery Percentage of contract % work to be performed U �� Add additional pages as needed Pas-e: 17 of I Exhibit 'A" ATTACHMENT D-Cost Proposal Sheet for Apparel Customization Solicitation Number: RFP 19-001 REBID -Apparel and Customization Purchaser:..Ch Kaufman Rn anticip 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 nf Ito it r nft r SECTION I-PRODUCTION CHARGES FOR SIEIWIM-�— Line# n Quanfl!y UOM C3;t I Hourly fee for A phic Design Services hour $40.00 Flas sng- arge Tor screening on a White ase prior-to-thescreening---process or — 2 dark colored materials each No Char for FLASHING! 3 Special Colored Ink colors other than standard PMS colors. 1 each — 4-- Color Charge- I color each See attached Addendum — 5 Color Charge-2 calors each 'gee attached Addendum 6 Color Charge-3 colors 1 each See attached Addendum — 7 Color Charge--4 colors 1 each See attached Addendum- 8 Color Charqe-for each additional color beyond 4 colors 1 each See attached Addendum - — --- 9 Film charge per color each $1 5.00 10 Set-up Charge-tine time charge per single press--run 1 each No set-up Charge I I Digitization Fee-One time char e per single run each $50.00 TotaL $120.00 SECTION III-EMBROI HA ES FOR SERVICES 12 Ernbroidery-7-Charge(1 color)-0-6999 stitches 1 each- See attached Addendum 13 Embroidery Charge(I color)-7000-10,000 stitches 1 each See attached Addendum --------- 14 Embroidery Charge(1 color)-10,000- stitches 1 each See attached Addendum 15 Emb'r-oidery Char e(for each additional color beyond I color--0-6999 stitches each See attached Addendum 16 Embroidery Charge for each additional color beyond 1 color)-7000-10,000 1 each See attached Addendum 17 Embroide!y Charge for each additional color beyond I color)- 10,000- stitches 1 each See attached Addendum Total: WOO xtena–eil Esta l:-As7edlons 14 $120.00 Page I of 3 ATTACHMENT D-Cost Proposal Sheet for Apparel Customization SECTION III-COST PROPOSAL SCENARIO O ALTERNATIVE PRODUCTS WILL BE CONSIDERED FOR THIS SECTION) Fr Back r` Individual Extended Scenario 1- Evert T-Shirts Charges Cost Comments Garment 80%Combed Rin -Spun-Cotton 40% Poly Short Sleeve T-Shirt Next Level►? CVC Crew item numbers 3312 and 6210 Brand Ano alternative products shall be used for this evaluation criteria Shirt Colors Red 33`12 Y S-L t 720 $3.50 $2,520.00 40'/0 off of MSRP u t 878 $4.20 $3,670.20 40% cuff of MSRP XLQt 110 $6.20 $632.00 2 l&3A are never the same riCE Hours of artwork $40.00 $120.00 Filar #of colorsl 2 $15.00 $30,00 Set-U13 1 $0.00 $0.00 Flashing O $0.00 $0.00 Screen Calors 1706 $0.60 $1,023.60 Printin 2 colors on 1,706 shirts 1d 1 Front Sack 1 ALS 8,054.80 J .y Screen printing Extended Scenario -- Athletic Apparel Charges Cost Comments +Sari rent Basketball Unirms Augusta portswearO-Items 11 80, 11811 1182,& 1183(Front-1 design, Back- rand 'jersey Shirt C0104si All Y S-L Qty 328 12.74 $4,140.50 30%off of MSRP S-XL Qt 100 $15.05 $1,505.00 30%off of MSRP XXL Ot 20 18.35 $32.7.00 30%off of MSRP Hours of artwork 2 $40.00 $80.00 um er or— locations 2 $0.00 $0.00 Fi1rn #of colors $15.40 $45.00 Set-up2 WOO $©.00 Digits 445 $3.011 $1,335.00 Printing.Numbers on Sack of,lers Screen Colors 445 0.85 $422.75 Printing 2 colors on 445 shirts WENARIO 2TOT ,L. $7,855,28 Extended ota . (Section 15,910.05 �----1, - ,A I 1)4k(--'H11j1ENT D-Cost Proposal Sheet for Apparel Customization SECTION IV-PERCENT 6Tiz--i�-A-T-ALOG—MSRP Percent off MSIRP will be averaged per section or together(if both are provided) and ranked according to Part's, Item 6.1.iii, of the solicitation dokcurnents.4---- P" ram/............. '"'' wo, Eve ts Shirt Manufacturers I della + Canvas Please see attached addendum to discount per quantity 2 Next Level Please see attached addendum to discount per quantity 3 Gildan Please see attached addendum to discoLint er quantity argil ManUfaCiLdOrS %0Fr W& Une# Pei--fornlance 4 UA A Usta Active Sportsw ear —� --------- -Please see. ,...attachedaddendum to discount per quanti 5 Team Sportswear Please see attached addendum to discount per quantity 6 Badger Sport Please see attached addendum to discount_peLquantitv ------ -9-E—CT10ff—V-(XffEkkE— a ble' t�s�c—oun�TWV�M7o—r e�— i' 'ic Rn percent I E elit!OCI q Order a x dour , carnes arr es Depends on qLiantity L is,t da ft i n ran pany ach additional pa!2es if necessary) %OFF MIP All items ay-ailable on our website t.2tshirt.com) Please see attached addendum to discount per quantily Page 3 of 3 TEXAS ADDENDUM CITY OPROUND ROCK,TEXAS Solicitation: RPP19-0O1REB|D Addendum No: 1 Date ofAddendum: 2/2719 This addendum is to incorporate the following changes to the above referenced solicitation: i guestions; O1. Part 111, Jtem 2 discusses the requirement for facilities, personnel, and a permanent business residence in this radius and appears boexclude private residences. lf|work out ofmyresidence,that ioalso mybusiness eddnaoa.would|be able to submit a proposal for this solicitation? Al. If your company uwhde evidence that it is an LLC(or similarly situated compan ) isregistered w|th \he State of Texas/Texas Comptroller office for this kind of product, and the private residence address is the business address onfile with the State, the City can accept that amaquoUfiedpermanent business residence. Personnel may not bosubcontracted for any ectiviUenother than embroidery. Q2. Part V,items 61 and B.O. both address artwork requirements,what iothe difference inthese requirements? A2. For Part V, /ham 6.F we are requesting an abbreviated artists' portfolio-these can be photos of memorable, impressive,orrepresentative samples ofthe artist's work and should besubmitted wi8lthe proposal. This is a general request for artwork pictures, For Part V. Item 8.D,the artwork IsLnot required to be submitted with the proposal(please do not send it with your prnpooa|). The City will make this request after wmreceive 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 tuus. For 8.D.we expect to see, in addition to items in A.-C.,representative artwork but it is the respondent's choice mmhxwhat form that takes(so long itincludes mminimum of3event logos and one sports league logo)-for ease of evaluation please provide identification for each item as to which criteda you are intending to meet with that submission. O3. VVonoticed inPart V. Item 8.8that one oYthe possible forms includes denim but itneeded tobewhite. Denim|ousually blue sohow would you like uotmproceed? A3. |fyou donot have access howhile denim,please submit the requested sample onawhite polo/golf shirt or white twill. i|. Extension:The proposal due date is hereby extended until Tuesday, /Weroh 12.2019ot3:00 P&4 CST. I||. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. APPROVED BY: 2Y27/18 C..~./. .`a.ffi~... . A�..g°°'=,."o. Pumheaing4]#ice. 51��18-54Y7 Page lof2 Exhibit /'A// By the signature affixed below this addendum is hereby incorporated into and made a part of the above referenced solicitation, ACKNOWLEDGE Y, Name Authorized ignature 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" Tab 9 -Cost Proposal & Percent off of MSRP from Georgetown Shirt Company CONFIDENTIAL: All pricing and discounts below listed as PROPRIETARY! ADDENDUM TO ATTACHMENT D-Cost proposal sheet: (RFP#19-001REBID) Section 1-Printing Charges by Number of Colors and Quantities being printed: Screen-Printing QUANTITY 1-C 2-C 3-C 4-C 5-C 6-C 7-C 8-C 9-C 10-C 24 1.63 2.56 3.50 4.43 5.38 n/a n/a n/a n/a n/a 36 1.31 1.93 2.56 3.19 3.82 4.44 n/a n/a n/a n/a 48 1.13 1.56 2.06 2.26 3.07 3.54 3.84 n/a n/a n/a 72 0.89 1.13 1.49 1.85 2.20 2.56 2.75 2.90 n/a n/a 144 0.77 0.95 1.20 1.44 1.67 1.91 2.15 2.39 2.58 n/a 288 0.72 0.83 0.95 1.08 1.20 1.31 1.49 1.55 1.67 1.80 576 0.65 0.72 0.77 0.89 1.00 1.13 1.25 1.37 1.49 1.61 1200 0.53 0.60 0.65 0.72 0.77 0.83 0.89 0.95 1.08 1.19 3000 0.53 0.56 0.60 0.65 0.72 0.77 0.83 0.89 0.96 1.00 6000 0.53 0.55 0.60 0.63 0.66 0.73 0.78 0.84 0.90 0.96 CONFIDENTIAL: All pricing and discounts below listed as PROPRIETARVi Section 2-Embroidery Charges by Number os stitches in design and Quantities being embroidered• EMBROIDERY Embroidery Cost Stitch Count by Quantity 12- 36- 72- 144- 288- 600- Stitches 35 71 143 287 599 1000 1000+ 1-6000 3.75 3.42 2.73 2.60 2.40 2.25 2.13 6001-10000 4.30 4.15 3.54 3.23 2.90 2.60 2.45 10001-13000 5.40 5.20 4.17 3.54 3.23 2.90 2.60 13001-16000 6.60 6.51 5.14 4.50 3.98 3.54 3.16 16001-20000 7.85 7.56 6.08 5.77 4.17 3.87 3.54 20001-25000 9.00 8.61 7.04 6.72 5.77 5.42 4.50 25001-30000 10.00 9.93 8.31 7.98 7.04 6.72 5.77 30001-40000 11.25 10.98 9.58 9.24 8.31 7.98 7.04 40000-50000 12.25 11.76 10.85 10.50 9.58 9.24 8.31 50,001+ TBD TBD TBD TBD TBD TBD TBD Exhibit "A" Tab 9 -Cost Proposal & Percent off of MSRP from Georgetown Shirt Company CONFIDENTIAL: All pricing and discounts below listed as PROPRIETARY! ADDENDUM TO ATTACHMENT D-Cost proposal sheet: (RFP#19-001REBID) GEORGETOWN SHIRT COMPANY (512) 869-0979 (512) 819-0056 FAX QUANTITY PRICING Brand Sizes Color 24 36 48 72 144 288 576 Bella/Canvas-3001 Solids S-XL White $5.40 $4.88 $4.37 $4.14 $3.93 $3.68 $3.59 Next Level -6210 Light $6.74 $6.22 $5.71 $5.38 $5.09 $4.71 $4.58 Next Level-3600 Dark $7.34 $6.83 $6.31 $5.93 $5.60 $5.17 $5.03 Gildan Softstyle-64000 S-XL White $4.90 $4.38 $3.87 $3.64 $3.43 $3.18 $3.09 Hanes Nano-4980 Light $6.24 $5.72 $5.21 $4.88 $4.59 $4.21 $4.08 Anvil Softstyle-980 Dark $6.84 $6.33 $5.81 $5.43 $5.10 $4.67 $4.53 Anvil 6.1 oz. S-XL White $4.40 $3.88 $3.37 $3.14 $2.93 $2.68 $2.59 Gildan Ultra 6.1 oz. Light $5.74 $5.22 $4.71 $4.38 $4.09 $3.71 $3.58 Hanes Tagless 6.1 oz. Dark $6.34 $5.83 $5.31 $4.93 $4.60 $4.17 $4.03 Anvil 5.4 oz. S-XL White $4.19 $3.68 $3.16 $2.95 $2.76 $2.51 $2.43 Gildan Heavyweight Light $5.62 $5.11 $4.59 $4.26 $3.99 $3.62 $3.49 Hanes Heavyweight Dark $6.22 $5.71 $5.19 $4.82 $4.50F$4.08 $3.93 Exhibit "A" Tab 9—Cost proposal & Percent off of MSRP from Georgetown Shirt Company 40204 Industrial Park Circle Georgetown, TX 78626 CONFIDENTIAL: All pricing and discounts listed below to be considered as PROPRIETARY and CONFIDENTIAL! Section 4: (RFP #19001REBID) Effective January 2019 We will honor the following Discount off of MSRP per Order,of ALL Apparel Manufacturers on our website(www.gtshirt.com)with no exceptions. Including but not limited to: Bella/Canvas,Next Level,Gildan,Augusta Active Sportswear,Team Sportswear,and Badger: 24 pieces and under:0%Discount 36—47 pieces: 10%Discount 48—71 pieces: 15%Discount 72—143 pieces: 20%Discount 144—287 pieces: 25%Discount 288—575 pieces: 30%Discount 576-1199 pieces: 35%Discount 1200-2999 pieces: 40%Discount 3000-5999 pieces: 45%Discount 6000 pieces: Discount by negotiation Exhibit "A" CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 10fl ART E 0fl Complete Nos.1.4 and 6 U there are interested parties. OFFICE E.dSE t?NLY 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. Georgetown Shirt Company 2019-511437 Georgetown,TX United States Date Piled: 2 Name 31 governmen en ty or state agency that Is a party to the contract for which t e Torm is 06/2312019 being filed. City of mound Rock Mate 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, RFP 19-011ReBid Screen-printing,Embroidery and Promotional Products 4 Nature of interest Name of interestedParty 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 i and my date of birth My address Is 9 ' '--------» (street) r � ._.(' (state) (zip code) (cournry) I declare under penalty of perjury that the foregtung is true and correct. 4 Executed in ,�', ... '�"" ` -CoCounty, Slate of an th da of e � y 20a. (mwt+) (year) Signature o authorized agent Icontracting business entity (Dedarant) Farms provided by Texas Ethics Commission www.ethics.state.tX.u3 'Version V1.1.39f8039c CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 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. 2019-511437 Georgetown Shirt Company Georgetown,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 06/28/2019 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. RFP 19-011ReBid Screen-printing, Embroidery and Promotional Products 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