Contract - GT Distributors Inc. - 2/22/2024 CITY OF ROUND ROCK
AGREEMENT FOR THE SUPPLY OF UNIFORMS FOR
THE POLICE DEPARMENT AND FIRE DEPARMENT
WITH
GT DISTRIBUTORS,INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS Agreement for purchase of uniform supply services for the Police
Department and Fire Department of the City of Round Rock, Texas (referred to herein as the
"Agreement"), is made and entered into on this the 9.2gdday of the month of (0 K
2024 by and between the CITY OF ROUND ROCK, TEXAS, a home-rule municipality whosle
offices are located at 221 East Main Street, Rock Texas 78664 (referred to herein as the "City")
and GT DISTRIBUTORS, INC., whose offices are located at 1124 New Meister Lane,
Pflugerville,Texas 78660 (referred to herein as the"Vendor").
RECITALS:
WHEREAS, City desires to purchase uniform supply services, and City desires to
procure same from Vendor; and
WHEREAS, City has issued its "Request for Proposal" for the provision of said goods
and services, and City has determined Vendor provides the best value for the City; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, sufficiency and receipt of which are hereby acknowledged, it is mutually
agreed between the parties as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City is obligated to buy specified services and Vendor is obligated to pay for said services. The
Agreement includes the following: (a) City's Request for Proposal ("RFP"), designated
Solicitation Number 23-024; (b) Vendor's Response to the RFP; (c) contract award; and (d) any
exhibits, addenda, and/or amendments thereto. Any inconsistencies or conflicts in the contract
documents shall be resolved by giving preference in the following order:
4891-0415-8591/ss2
202 -033
(1) This Agreement;
(2) Vendor's Proposal;
(3) City's RFP, exhibits,and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods and services mean the specified services, supplies, materials.
commodities, or equipment.
2.01 EFFECTIVE DATE 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 as provided herein.
B. The term of this Agreement is for forty-eight (48) months from the effective
date hereof. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement,with or without cause, or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
City selected Vendor to supply the services as outlined in the RFP and Response to RFP
submitted by Vendor, all as specified in Exhibit "A," attached hereto and incorporated herein by
reference. The intent of these documents is to formulate an Agreement listing the
responsibilities of both parties as outlined in the RFP and as offered by Vendor in its Response to
the RFP.
The services which are the subject of this Agreement are described in Exhibit "A" and,
together with this Agreement, comprise the total Agreement and they are fully a part of this
Agreement as if repeated herein in full.
2
4.01 ITEMS AWARDED
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 RFP Solicitation Number 23-024. Vendor has issued its response
agreeing to provide all such required service in all specified particulars. All such referenced
documents are included in Exhibit "A." When taken together with the appended exhibits, this
Agreement shall evidence the entire understanding and agreement between the parties and shall
supersede any prior proposals, correspondence or discussions.
C. Vendor shall satisfactorily provide all services described under the attached
exhibits within the contract term specified in Section 2.01. Vendor's undertakings shall be
limited to performing services for the City and/or advising City concerning those matters on
which Vendor has been specifically engaged. Vendor shall perform its services in accordance
with this Agreement, in accordance with the appended exhibits, in accordance with due care, and
in accordance with prevailing industry standards for comparable services.
5.01 DUAL PROVIDERS OF SERVICES
The parties specifically acknowledge and agree that Vendor shall be considered as one of
two (2) providers ("dual providers") of the specified goods and services. 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 of the two (2) providers in whatever order
it deems most advantageous to City's purposes. City may, in its sole and unfettered discretion,
elect to use any other providers. City is not obligated to use or purchase any estimated annual
quantity of goods, and no guarantee is made of any minimum or maximum purchase.
6.01 COSTS
A. 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 use any
estimated annual quantity of services, and City may not expend in excess of One Million Four
Hundred Thousand and No/100 Dollars ($1,400,000.00) for Vendor's services combined with
the dual provider's goods and/or services for the term of this Agreement.
7.01 INVOICES
All invoices shall include, at a minimum, the following information:
A. Name and address of Vendor;
3
B. Purchase Order Number;
C. Description and quantity of items received or services provided; and
D. Delivery or performance 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 27 1.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City's bid, with the consent and agreement of the successful vendor(s) and
the City. Such agreement shall be conclusively inferred for the vendor from lack of exception to
this clause in the vendor's response. However, all parties hereby expressly agree that the City is
not an agent of, partner to, or representative of those outside agencies or entities and that the City
is not obligated or liable for any action or debts that may arise out of such independently-
negotiated"piggyback"procurements.
9.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
10.01 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, a
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.
11.01 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.
12.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
13.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products or services from another supplier or suppliers.
14.01 INSURANCE
Vendor shall meet all requirements as stated in the attached RFP Solictation Number 23-
024, including all attachments and exhibits thereto, and Vendor's bid response.
15.01 CITY'S REPRESENTATIVE
City hereby designates the following representatives authorized to act in its behalf with
regard to this Agreement:
Chief Allen Banks
Round Rock Police Department
2701 North Mays Street
Round Rock,Texas 78665
(512)218-5521
abanksAroundrocktexas.gov
5
Chief Shane Glaiser
Round Rock Fire Department
203 Commerce Boulevard
Round Rock, Texas 78664
(512)218-6630
sglaiser@roundrocktexas.gov
16.01 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.
17.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if
any, and that it will not be considered in the re-advertisement of the service and that it may not
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to make any payment in full when due;
B. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance"section herein; or
D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States.
18.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty(30)days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten(10) days' written notice to Vendor.
6
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City or by mutual agreement to terminate evidenced
in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services
it would have performed under the remaining term of the Agreement except as provided herein.
19.01 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.
20.01 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 2271, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods and services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and(2)will not boycott
Israel during the term of this contract. The signatory executing this Agreement on behalf of
Vendor verifies Vendor does not boycott Israel and will not boycott Israel at any time during the
term of this Agreement.
C. In accordance with Chapter 2274,Texas Government Code, a governmental entity
may not enter into a contract with a company with at least ten (10) full-time employees for a
value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract
has a provision verifying that it: (1) does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association; and (2) will not discriminate
during the term of the contract against a firearm entity or firearm trade association. The signatory
7
executing this Agreement on behalf of Vendor verifies Vendor does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association, and
it will not discriminate during the term of this Agreement against a firearm entity or firearm trade
association.
D. In accordance with Chapter 2274,Texas Government Code, a governmental entity
may not enter into a contract with a company with at least ten (10) full-time employees for a
value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract
has a provision verifying that it: (1) does not boycott energy companies; and (2) will not boycott
energy companies during the term of this Agreement. The signatory executing this Agreement on
behalf of Vendor verifies Vendor does not boycott energy companies, and it will not boycott
energy companies during the term of this Agreement.
21.01 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.
22.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
GT Distributors, Inc.
1124 New Meister Lane
Pflugerville, Texas 78660
Notice to City:
City Manager Stephanie L. Sandre, 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.
8
23.01 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.
24.01 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.
25.01 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.
26.01 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.
27.01 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
9
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.
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
City of R nd Rock, xas GT Distributors, Inc.
By: By: w
Printed Na e: M44WIQ Printed Name: TIM BROWN
Title: Title: CHIEF EXECUTIVE OFFICER
Date Signed: 22 2 Z� Date Signed: 12/05/2023
Attest:
r
B
Meagan Sp ks, Citf Clerk
For City,Approved as to Form:
-1
4-1
By:
Step anie . Sandre, City Attorney
10
Exhibit "A"
ROUND ROCK TEXAS
PURCHASING DIVISION
City of Round Rock, Texas
Purchasing Division
221 East Main Street
Round Rock, Texas 78664-5299
www.roundrocktexas.gov
REQUEST FOR PROPOSAL (RFP)
UNIFORMS FOR POLICE AND FIRE DEPARTMENTS
SOLICITATION NUMBER 23-024
APRIL 2023
City of Round Rock Exhibit "A"
Uniforms for Police and Fire Departments
RFP 23-024
Commodity Codes: 962-78, 200-86, 200-88
April 2023
UNIFORMS FOR POLICE AND FIRE DEPARTMENTS
PART I
GENERAL REQUIREMENTS
1. PURPOSE AND BACKGROUND: The City of Round Rock, herein after"the City" seeks bids from firms
experienced in the supply of work and dress uniforms for the Police and Fire Departments. The awarded
vendor shall also provide services to include, but not be limited to artwork design (owned by the City), on-site
and off-site sizing, minor and major alterations, delivery, database/record keeping/maintenance of all sizing
profiles, and adequate stock of garments to outfit new officers and replace garments, as needed and within
the specified time frame.
The City intends to award this contract to multiple Contractors. The total contract value for all
Contractors shall not exceed $350,000 per fiscal year for the term of the contract.
2. SOLICITATION PACKET: This solicitation packet is comprised of the following:
Description Index
Part I—General Requirements Page(s) 1-4
Part II— Definitions, Standard Terms and Conditions, Page 5
and Insurance Requirements
Part III —Supplemental Terms and Conditions Page(s) 6-8
Part IV—Scope of Work Page(s) 9-11
Part V—Proposal Preparation Instructions and Evaluation Factors Page(s) 12-14
Attachment A—Reference Sheet Separate Attachment
Attachment B—Subcontractor Information Form Separate Attachment
Attachment C—Cost Proposal Sheet Separate Attachment
3. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below.
EVENT DATE
Solicitation released April 28, 2023
Deadline for submission of questions May 11, 2023 @ 5:00 PM, CST
City responses to questions or addendums Approximately May 16, 2023 @ 5:00 PM,
CST
Deadline for submission of responses May 31, 2023 @ 3:00 PM, CST
All questions regarding the solicitation shall be submitted through Bonfire in writing by 5:00 PM CST on the
due date noted above. A copy of all questions submitted and the City's response to the questions shall be
posted on the City's webpage in the form of an addendum at:
https://roundrocktexas.bonfirehub.com
The City reserves the right to modify these dates. Notice of date change will be posted to the City's website:
https://roundrocktexas.bonfirehub.com
4. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at
https://roundrocktexas.bonfirehub.com 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.
Page 2 of 14
City of Round Rock Exhibit "A"
Uniforms for Police and Fire Departments
RFP 23-024
Commodity Codes: 962-78, 200-86, 200-88
April 2023
5. RESPONSE DUE DATE: Appropriately submitted responses are due at or before 3:00 PM, on the due date
noted in PART I, Section 3—Schedule of Events. The Offeror shall respond via the City's electronic bidding
platform, Bonfire: https://roundrocktexas.bonfirehub.com
A. This request for proposal (RFP) does not commit the City to contract for any supply or service.
B. No paper or submittals outside of Bonfire will be accepted by the City.
C. Responses cannot be altered or amended after digital 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 specifications.
F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of
the City.
G. Late responses will not be considered.
6. 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
7. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of an offer, the City
of Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Offeror to the City Official,
Employee, City Consultant, or Evaluation Team member evaluating or considering the offers prior to the time
an award decision has been confirmed. Communication between an Offeror and the City will be initiated by
the appropriate City Official or Employee in order to obtain information or clarification needed to develop a
proper and accurate evaluation of the offer. Ex parte communication may be grounds for disqualifying the
offending Offeror from consideration of award in evaluation or any future bid.
8. OPPORTUNITY TO PROTEST: The Purchasing Manager for the City of Round Rock ("City"), in consultation
with the City Attorney, shall have the authority to settle or resolve any dispute concerning the solicitation or
award of a contract. The Purchasing Manager may solicit written responses to the protest from other
interested parties. The aggrieved person must prepare his or her complaint in writing and send it by
electronic mail to the City's Purchasing Department at protest(a,roundrocktexas.gov.
In the event of a timely protest. the City shall not proceed further with the solicitation or award of a contract
unless it is determined that the award must take place without delay, to protect the best interests of the City.
The procedures for notifying the City of an alleged deficiency or filing a protest are listed below. If you fail to
comply with any of these requirements, the Purchasing Office may dismiss your complaint or protest.
A. Prior to Offer Due Date: If you are a prospective offeror for the award of a contract ("Offeror") and you
become aware of the facts regarding what you believe is a deficiency in the solicitation process before the
due date for receipt of offers in response to a solicitation ("Offers"), you must notify the City in writing of
the alleged deficiency before that date, giving the City an opportunity to resolve the situation prior to the
Offer due date.
B. After Offer Due Date: If you submit an Offer to the City and you believe that there has been a deficiency
in the solicitation process or the award, you have the opportunity to protest the solicitation process, or the
recommended award as follows:
i. You must file a written notice of your intent to protest within four(4)working days of the date that you
know or should have known of the facts relating to the protest. If you do not file a written notice of
intent within this time, you have waived all rights to protest the solicitation process or the award.
ii. You must file your formal written protest within ten (10) working days of the date that you know or
should have known of the facts relating to the protest unless you know of the facts before the Offer
has been closed. If you know of the facts before those dates, you must notify the City as stated in
section (A) above.
Page 3 of 14
City of Round Rock Exhibit "A"
Uniforms for Police and Fire Departments
RFP 23-024
Commodity Codes: 962-78, 200-86, 200-88
April 2023
iii. You must submit your protest in writing and must include the following information:
a. your name, address, telephone number, and email address.
b. the solicitation number.
c. a specific identification of the statutory or regulatory provision that you are alleging has been
violated.
d. a detailed statement of the factual grounds for your protest, including copies of any relevant
documents.
e. a statement of any issues of law or fact that you contend must be resolved, and
f. a statement of the argument and authority that you offer in support of your protest.
iv. Your protest must be concise and presented logically and factually to help with the City's review.
C. Receipt of Timely Protest: When the City receives a timely and complete written protest, the Purchasing
Manager, with assistance from the City Attorney, shall make one of the following determinations:
i. Determine that a violation of rules and statutes has occurred prior to the award of the contract and
inform you and other interested parties of the determination. The City will prepare updated solicitation
documents and will re-solicit.
ii. Determine that no violation of rules or statutes has occurred and inform you and other interested
parties of the decision by letter. The reasons for the determination will be presented in the letter.
iii. Determine that a violation of rules and statutes has occurred after the award of the contract and
inform you and other interested parties of the determination. However, the awarded contract will not
be canceled. As needed, corrective actions may be taken with purchasing or any other pertinent City
staff.
iv. A determination will usually be made within fifteen (15) business days after receipt of the formal
protest.
v. Any written decisions by the Purchasing Manager shall be the final administrative action for
the City.
All documentation pertaining to a protest will be kept on file at the City and are subject to open records
requests.
Page 4 of 14
City of Round Rock Exhibit "A"
Uniforms for Police and Fire Departments
RFP 23-024
Commodity Codes: 962-78, 200-86, 200-88
April 2023
PART II
DEFINITIONS, STANDARD TERMS AND CONDITIONS,
AND INSURANCE REQUIREMENTS
1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the
Respondent agrees that the City's Definitions and 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. These can be obtained from the City's website at:
https://www.roundrocktexas.gov/city-departments/purchasing/. In addition. the Supplemental Terms and
Conditions listed in Section III shall also be enforced as part of the contract.
2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard
Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and
downloaded from the City's website at: https://www.roundrocktexas.gov/city-departments/purchasing/
Page 5 of 14
City of Round Rock Exhibit "A"
Uniforms for Police and Fire Departments
RFP 23-024
Commodity Codes: 962-78, 200-86, 200-88
April 2023
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 forty-eight(48)
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
120 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 uniforms for fire and
police departments as specified herein and have adequate organization, facilities, equipment, financial
capability, and personnel to ensure prompt and efficient service to the City.
B. In order to confirm financial stability, the City may choose to review audited financial statements at any
time throughout the RFP evaluation process. Upon request, the Respondent shall provide two years
audited financial statements, including any notes or supplemental schedules within 2 business days of the
original request.
C. The Respondent shall include in the proposal a list of all litigation the company or its principals have been
involved in within the last three (3)years.
D. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the
United States, or not having a home office inside the United States will not be included for consideration
in this RFP process.
3. SUBCONTRACTORS: If Subcontractors will be used the Respondent is required to complete and submit
with their proposal response Attachment B: 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. Limit subcontracting tasks to measurements, alterations, and embroidery services only.
B. Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the
provisions, specifications, and terms of the Contract.
C. Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary
insurance in the type and amounts specified for the Contractor, with the City being named as an
additional insured; and
D. Require that the Subcontractor(s) indemnify and hold the City harmless to the same extent as the
Contractor is required to indemnify the City.
E. Submit a list of all subcontractors for approval by the City prior to use of any subcontractors throughout
the term of the contract.
4. SAFETY: The City reserves the right to remove any employee from City property for violation of federal,
state, and local health, safety and environmental laws, ordinances, rules, and regulations. The Respondent
shall:
A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State
and City safety and occupational health standards and other applicable federal, state, and local health,
safety, and environmental laws ordinances, rules, and regulations in the performance of these services.
B. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury
or damage to any person or property within and around the work site. In case of conflict, the most
stringent safety requirement shall govern.
Page 6 of 14
City of Round Rock Exhibit "A"
Uniforms for Police and Fire Departments
RFP 23-024
Commodity Codes: 962-78, 200-86, 200-88
April 2023
C. Indemnify and hold the City harmless from and against all claims, demands, suits, actions,judgments,
fines penalties and liability of every kind arising from the breach of the Contractor's obligations under this
paragraph.
5. WORKFORCE: Successful Respondent shall:
A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner.
B. Ensure Respondent's employees, while working on City property, wear a company uniform that clearly
identifies them as the Respondent's employee.
C. Employ all personnel for work in accordance with the requirements set forth by the United States
Department of Labor. The City reserves the right to verify citizenship or right to work in the United States.
6. 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.
Pricing for materials and garments shall be reflected in Attachment C- Cost Proposal Sheet under the
individually called out items as well as a percent discount (%) off brand catalogs. The percentage discount
(%), if any, will be designated by the Respondent in the solicitation response document. Invoices for work
performed shall require a copy of the supplies receipt to be included. Failure to provide the contracted
discount on an invoice may result in payment at Contractor's cost.
7. PRICE INCREASE: Contract prices for police and fire uniforms shall remain firm throughout the initial twelve
(12) month term of the contract. A price increase to the agreement may be considered on the anniversary
date of the Contract each year and shall be equal to the consumer price index for that year, but at no time can
the increase be greater than 10% for any single line item unless otherwise approved by the City.
A. Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage
change in the U.S. Department of Labor Consumer Price Index (CPI-U) for all Urban Consumers. The
price adjustment rate will be determined by comparing the percentage difference between the CPI in
effect for the base year six-month average (January through June OR July through December), and each
(January through June OR July through December six month average) thereafter. The percentage
difference between those two CPI issues will be the price adjustment rate. No retroactive contract price
adjustments will be allowed. The Consumer Price Index (CPI) is found at the Bureau of Labor Statistics,
Consumer Price Index website: http://www.bls.gov/cpi
B. Procedure to Request Increase:
i. Email the written price increase request to purchasinq(cDround rocktexas.gov with the rate detail
comparison, a 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.
ii. 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 or negotiate with the Vendor or cancel the
agreement or purchase order if an agreement cannot be reached on the value of the increase.
9. ACCEPTANCE/INSPECTION: Acceptance/Inspection should not take more than seven (7)working days.
The Contractor 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 Contractor 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. The City will not
accept any shaved garments. If a garment has been embroidered and the embroidery was defective the
Contractor shall supply a new shirt with new embroidery at no cost to the City.
10. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor's performance at
any time during the contract term.
Page 7 of 14
City of Round Rock Exhibit "A"
Uniforms for Police and Fire Departments
RFP 23-024
Commodity Codes: 962-78, 200-86, 200-88
April 2023
11. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any
minimum or maximum purchase is made or implied. The City will only order the services/goods needed to
satisfy requirements within budgetary constraints, which may be more or less than indicated.
12. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award,
split award. primary and secondary award, non-award, or use any combination that best serves the interest
and at the sole discretion of the City. Respondents to the solicitation will be notified when City staff
recommendation of award has been made. The award announcement will be posted to the City's website at
https://roundrocktexas.bonfirehub.com once City Council has approved the recommendation of award and the
agreement has been executed.
13. POINT OF CONTACT/ DESIGNATED REPRESENTATIVE:
A. Contractor's point of contact(POC): 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 representatives:
Tammy Samandan Gabe Iniguez
Administrative Manager Logistics Officer
Fire Department Police Department
Phone: 512-218-6625 Phone: 512-218-6690
E-mail: ksamandan(a)roundrocktexas.gov E-mail: giniquez(aDroundrocktexas.gov
C. Do not contact the individuals listed above with questions or comments during the course of the
solicitation.
Page 8 of 14
City of Round Rock Exhibit "A"
Uniforms for Police and Fire Departments
RFP 23-024
Commodity Codes: 962-78, 200-86, 200-88
April 2023
PART IV
SCOPE OF WORK
1. PURPOSE AND BACKGROUND: The City of Round Rock, herein after"the City" seeks bids from firms
experienced in the supply of work and dress uniforms for the Police and Fire Departments. The awarded
Contractor(s) shall also provide services to include, but not be limited to, artwork design (owned by the City),
on-site and off-site sizing, minor and major alterations, delivery, database/record keeping/maintenance of all
sizing profiles and maintaining adequate stock of garments to outfit new officers and replace garments as
needed and in the specified time frame.
The City intends to award this contract to multiple Contractors. The total contract value for all
Contractors shall not exceed $350,000 per fiscal year for the term of the contract.
2. MATERIAL SPECIFICATIONS:
A. STANDARD ISSUE:
i. Police: See Attachment C—Cost Proposal Sheet for Police Department requirements.
ii. Fire: See Attachment C—Cost Proposal Sheet for Fire Department requirements.
B. BRANDS: The uniform manufacturers and styles shown on Attachment C- Cost Proposal Sheet are
required for durability and availability, as well as standardization and uniformity within each department.
C. NOTE: Any other brand or style not specifically requested will not be considered under cost. The City
reserves the right to change brands at any time during the contract term.
D. All garment care will be performed as recommended by the garment manufacturer.
3. SAMPLES: After the solicitation closes, the City requires no-charge samples to be submitted within seven
business days of the City's request. Samples will not be returned to Contractors. Due to the sensitive nature
of the artwork appropriate art files will be provided to Respondents who are deemed responsive. The samples
shall include one each of the items below:
A. A sample Fire Uniform shall consist of the next two items complete with all screen printing and
embroidery. ready to issue:
i. Nomex Shirt Short Sleeve- Workrite#720NX45NB- Large
ii. Professional Short Sleeve Polo with logo- 5.11 Tactical #71182- Large
B. A sample for the Police Department shall consist of a Blauer short sleeve button-up uniform shirt- Large-
embroidered with Block Caps, 3/8", Helvetica small, Gold 1771
C Provide a diagrammatic size chart.
4. SERVICE REQUIREMENTS: It is the intent of the City to outfit each Police Officer and Firefighter with a
wardrobe of the brands specified in Attachment C- Cost Proposal Sheet to maintain uniformity,
standardization, and quality appearance. All garment care will be as recommended by the manufacturer. The
Contractor shall-
A. Have the ability to provide alteration and sizing services within a 25-mile radius of downtown Round
Rock. Make sure to specify which location(s) fittings and alterations will be performed at. Respondents
who do not meet this requirement will not be included for consideration in this procurement process.
B. Have the ability to design artwork files, design and supply the city with electronic, readable, transferrable
copies of all graphic files including dimensions for the original, functional artwork upon request and
without hesitation or modification.
C. Manage a database or record-keeping system to maintain all sizing profiles for all officers and firefighters.
The database/record-keeping system shall include the required alterations to assist in expediting the
delivery of future replacement garments.
NOTE: Garment information is the property of the City. This includes the sizing, font, color, nametags,
artwork, and layout of uniform shirts.
D. Have an online ordering system that has status updates in real-time.
Page 9 of 14
City of Round Rock Exhibit "A"
Uniforms for Police and Fire Departments
RFP 23-024
Commodity Codes: 962-78, 200-86, 200-88
April 2023
E. Perform initial sizing of each officer at the City's locations for Police.
i. Preferred- Contractor location in or near the City of Round Rock.
ii. If necessary, the police department is located at 2701 N Mays St, Round Rock, TX 78665.
iii. The fire department cannot size at local fire stations.
E. SIZING/MEASUREMENT LOCATIONS: For a new employee's initial sizing, the City will send all
personnel to the Contractors location to size all Police and Fire personnel. Periodic sizing for large
groups of new cadet classes will be required and will be coordinated between the Contractor and the
City's department point of contact.
F. The City shall not be required to have a quantity minimum or maximum.
G. The City is willing to accept partial orders if a bulk order cannot be fulfilled at one time.
H. EMBROIDERY SERVICES: The Contractor shall have the facilities or hire a subcontractor capable of
performing embroidery services as required. The thread colors of the embroidered logos or designs must
match the Vector files provided by the City.
The Contractor shall provide a drawing of the item with size charts for each item. This chart shall include
collar, arm, inseam, and chest measurements.
I. The City reserves the right to change brands at any time during the contract. If the City changes brand or
a brand changes its sizing, a resizing of all personnel will be required for the new brand/size.
J. Alterations must not affect the compliance of the garment. All thread must be flame resistant.
K. Alterations may be required. Upon request, the Contractor shall alter the following-
i. Provide an upsize in trousers, if needed or requested, to obtain proper fitting in the thigh and/or seat
area. Provide alteration(s) of waist, thigh, seat, and crotch as required to obtain proper fit.
ii. Alterations shall include, but not be limited to the following:
Minor Alterations Malor Alterations
Hemming trouser Striping of trouser
Sewing on and/or removing Altering long sleeves
patches, chevrons, and stripes Tapering trouser leg
Tapering shirt Thigh, seat, and crotch of trouser
Waist altering Alter and hem shirt tail
Sew trouser pockets closed
5. BACKORDERS: Contractor shall-
A. Make every attempt to locate products and provide details of their attempts to resolve backorder issues to
City personnel within 24 hours of notice from manufacturer to Contractor of backordered items.
B. Give an updated estimated delivery date on any backordered item.
C. Provide a monthly report of all back-ordered product/items to the City's designated contacts for the Police
and Fire Departments.
6. CONTRACTOR RESPONSIBILITIES: The Contractor shall-
A. Design and supply the city with electronic, readable, transferrable copies of all graphic files including
dimensions for the original, functional artwork upon request and without hesitation or modification.
B. Deliver standard uniforms to the City within 8 weeks after receipt of order.Any delays must be
communicated to the department's City POC as soon as possible.
C. Deliver altered uniforms to the City in no more than fifteen working days after receipt of order.
D. Issue uniforms only upon receipt of a purchase order.
E. Provide a sizing and/or alterations report upon request within 24 hours.
F. Conduct quarterly meetings with the City's POCs to ensure appropriate contract management.
G. Allow the City of Round Rock to perform a site visit to the facility at any time.
Pa�_,c 10 of 14
City of Round Rock Exhibit "A"
Uniforms for Police and Fire Departments
RFP 23-024
Commodity Codes: 962-78, 200-86, 200-88
April 2023
H. Work with City staff to resolve any billing issues.
I. Require a signature upon delivery to the Fire Department from a logistics member at:
Logistics Operation Center
3300 Gattis School Road
Round Rock, Texas 78664
J. Require a signature upon delivery to the Police Department from a logistics member at:
Round Rock Police Department
2701 N Mays St.
Round Rock, TX 78665
K. A copy of the signed delivery slip shall be provided with every invoice to the Fire or Police Department.
L. Provide a Material Data Sheet for each brand of clothing.
7. DESIGNATED CONTACT PERSON: To maintain consistent standards of quality work performed
across the City, the City shall be provided with a designated and identified crew leader/point of
contact (POC) upon award of the contract.
A. The City shall be provided with the designated person's name and telephone number.
B. This contact person shall remain the same throughout the term of the contract or upon termination of the
contact person. If a change has been made in the contact person due to internal personnel changes. the
City's designated representative shall be notified by the Contractor immediately at the time of the change.
NO substitutions of key personnel shall be permitted without written approval of the authorized City's
designated representative.
C. The contact person shall be identified in the solicitation response.
D. The Contractor shall provide the City with a secondary POC if the primary POC will be unavailable.
8. CITY RESPONSIBILITIES: The City will-
A. Provide a vector file and/or artwork for logos and patches once responsiveness of Respondents is
determined.
B. Provide all current sizes of personnel.
C. Coordinate with Contractor for sizing and deliveries.
Page 1 1 of 14
City of Round Rock Exhibit "A"
Uniforms for Police and Fire Departments
RFP 23-024
Commodity Codes: 962-78, 200-86, 200-88
April 2023
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. PROPOSAL RESPONSE: Responses shall be clear and concise while appropriately responding to the
evaluation criteria listed below in Section 3. In order to do business with the City of Round Rock you must be
registered with the City's Vendor Database. To register, go to:
https://roundrocktxvendors.munisselfservice.com/Vendors/default.aspx
Proposal Submittal Instructions: The Respondent shall include all of the following documents in their
response-
F-1 Attachment A- Reference Sheet
❑ Attachment B- Subcontractor Form
❑ Attachment C- Cost Proposal Sheet
❑ Acknowledged Addenda (if applicable)
❑ Company Information-which gives in brief, concise terms, a summation of the proposal. Include the
following-
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.
Proiect Management Structure: Provide a general explanation and chart which specifies project
leadership and reporting responsibilities: and interface the team with City project management and team
personnel. If use of subcontractors is proposed, identify their placement in the primary management
structure, and provide internal management description for each subcontractor.
Authorized Negotiator: Include the name. email address, and telephone number of the person(s) in your
organization authorized to negotiate Contract terms and render binding decisions on Contract matters.
❑ Segment requirements listed below.
❑ A statement of your compliance with all applicable rules and regulations of Federal, State and Local
governing entities.
❑ List of Exceptions (if any)- Be advised that exceptions to any portion of the Solicitation may jeopardize
acceptance of the Proposal by the City. Exceptions to this solicitation if any. shall be submitted on a
separate sheet labeled 'Exceptions"with the Respondent's proposal.
3. EVALUATION CRITERIA:
A. Segment 1 —Customer Service Solution and Timeline (35 pts):
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.
i. List all locations within 25 miles of downtown Round Rock at which sizing and alteration services can
be offered.
ii. Describe your lead time and delivery times.
iii. Describe your dispute resolution process for fixing incorrect orders or damaged products received.
How long does it take to address these types of issues?
iv. Describe your record-keeping and maintenance database/system for maintaining all officers'and
firefighters' sizing profiles, alterations, and measurements taken.
v. Describe the process offered to your customers for the sampling of new products.
Page 12 of 14
City of Round Rock Exhibit "A"
Uniforms for Police and Fire Departments
RFP 23-024
Commodity Codes: 962-78, 200-86. 200-88
April 2023
vi. Describe your quality assurance program and the steps you would take to remedy a production or
quality issue.
vii. Describe your process for handling back-ordered items and how you resolve back-ordered issues.
viii. Describe different options you provide for alterations/embroidery and how you handle a backlog of
alterations/embroidery. What is your common turn-around time for alterations/embroidery?
B. Segment 2—Company Work Experience and Personnel (35 pts):
i. Prior Experience: State the number of years the Respondent company has been providing the
services requested in the solicitation. Describe only relevant municipal. corporate, and individual
experience for the company and 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 2014. Supply the project title, year, and reference name, title, present address,
and phone number of principal persons for whom prior projects were accomplished.
ii. Personnel: Include names, qualifications, and resumes of all personnel who will be assigned to the
account. State the primary work assigned to each person and the percentage of time each person will
devote to this work. Identify key people by name and job title.
C. Segment 3—Cost Proposal (30 pts): Information described in the following subsections is required from
each Proposer. Your method of costing may or may not be used but should be described. A firm fixed
price or not-to-exceed Contract is contemplated.
i. Itemized cost of garments-this shall include any delivery fees, charges, etc.
ii. Itemized cost of services-this shall include any delivery fees, charges, etc.
iii. Other itemized costs for additional services offered.
iv. The total described for Sections A& B in Attachment C- Cost Proposal will be the basis for these
evaluation points.
4. EVALUATION CRITERIA: The intent of the City is to award to Respondent(s) in accordance with the
evaluation criteria below. The purpose of this evaluation criteria is to determine which proposal(s) best meets
the requirements and provides the best overall value to the City.
A. Evaluation Criteria: Weights:
• Customer Service Solution and Timeline (Segment 1) 35 pts
• Company Work Experience and Personnel (Segment 2) 35 pts
• Cost Proposal (Segment 3) 30 pts
Maximum Weight: 100 pts
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 (BAFO) are necessary.
Award of a contract may be made without discussions or BAFO, 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. The City reserves the right to rescore an offer based on provided demonstrations. A request
for a BAFO 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.
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.
Page 13 of 14
City of Round Rock Exhibit "A"
Uniforms for Police and Fire Departments
RFP 23-024
Commodity Codes: 962-78, 200-86, 200-88
April 2023
G. The City may develop a "short list" of qualified proposal 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.
5. 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 unsolicited
communication by the Respondent to a City official, undesignated employee, or an evaluation team
member evaluating or considering the offers may be grounds for disqualifying the offending Offeror from
consideration of award.
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. the City and Respondent may enter into an agreement. If negotiations are
unsuccessful. the City may formally end negotiations with that Respondent.
D. 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.
E. An independent signed authorized Contract will be sent to the successful Respondent(s). Execution of a
City of Round Rock contract is required prior to starting work and processing any payments to the
Contractor.
6. POST AWARD MEETING: The City and the Respondent may schedule a post award meeting to discuss, but
not be limited to the following:
A. The method to provide a smooth and orderly transition of services performed from the current Contractor.
B. Provide City contact(s) information for implementation of the Agreement.
C. Identify specific milestones, goals, and strategies to meet objectives.
Page 14 of 14
Exhibit "A"
ATTACHMENT A
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: 23-024
RESPONDENT'S NAME: G T DISTRIBUTORS, INC DATE: 06/05/2023
Provide the name, address, telephone number and E-MAIL of at least three (3) valid Municipal,
Government agencies or firms of comparable size that have utilized services that are similar in type and
capacity within the last two (2) years. City of Round Rock references are not applicable. References may
be checked prior to award. If references cannot be confirmed or if any negative responses are received it
may result in the disqualification of submittal.
1. Company's Name CITY OF DALLAS,TEXAS
Name of Contact KIMBERLY BREWER
Title of Contact PURCHASER
E-Mail Address Kimberly.brewer@dpd.ci.dallas.tx.us
Present Address 1500 MARILLA ST., ROOM 3FN
City, State, Zip Code DALLAS,TX.75201
Telephone Number ( 214 ) 243-2128 Fax Number: ( 214 ) 243-3151
2. Company's Name TX Parks and Wildlife
Name of Contact Vanessa Contreras
Title of Contact Purchaser
E-Mail Address vanessa.contreras(a-)tpwd.texas.gov
Present Address 4200 Smith School Rd
City, State, Zip Code Austin, TX 78744
Telephone Number ( 512 ) 389-4722 Fax Number: ( 512 ) 389-4677
3. Company's Name City of Midland
Name of Contact Carolina Jimenez
Title of Contact Buyer II
E-Mail Address cjimenez@midlandtexas.gov
Present Address 300 N Loraine
City, State, Zip Code Midland, TX. 79702
Telephone Number ( 432 ) 685-7418 Fax Number: ( 432 ) 685-0523
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
AT1EXbiltOV'A'
SUBCONTRACTOR INFORMATION FORM
COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: 23-024
RESPONDENT'S NAME: G T DISTRIBUTORS. INC. DATE: 06/05/2023
• CIRCLE ONE - NO, I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT NO
YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YES
If yes complete the information below
1. Subcontractor Name NOT APPLICABLE
Name of Contact
E-Mail Address
Address
City, State, Zip Code
Telephone Number ( ) Fax Number: ( )
Describe work to be
performed
Percentage of contract
work to be performed
2. Subcontractor Name
Name of Contact
Title of Contact
E-Mail Address
Address
City, State, Zip Code
Telephone Number ( ) Fax Number: ( )
Describe work to be
performed
Percentage of contract
work to be performed
• Add additional pages as needed
Attachment P_' o"posal Sheet
RFP 23-024
Uniforms for Police and Fire Departments
The Respondent represents he/she is submitting a binding offer and is authorized to bind the respondent to fully comply with the solicitation documents
contained in RFP 23-024 Uniforms for Police and Fire Departments,The Respondent acknowledges that he/she has received and read the entire
solicitation packet,attachments,and all documents incorporated by reference,and agrees to be bound by the terms therein.
Special Instructions: All prices must be quoted in order to be considered responsive,be advised that exceptions taken to any portion of the
solicitation may jeopardize acceptance of the offer.The City reserves the right to order more or less than quantities listed below.
SECTION A - POLICE DEPT
CatalogBlauer
Estimated Annual
Item No. Bid Item Description Qty UOM Unit Cost Extended
Patrol-Blauer#8460-4
1 Polv Wool Short Sleeve Shirt w/concealed zipper and patches 150 EA $83.99 $12.598.50
Patrol-Blauer#8460-4
Poly Wool Short Sleeve Shirt
2 With major alterations w/concealed zipper and patches 250 EA $103.99 $25,997.50
Patrol-Blauer#8450-4
3 Poly Wool Long Sleeve Shirt w/concealed zipper and patches 250 EA $76.39 $19,097.50
Patrol-Blauer#8450-4
Poly Wool Long Sleeve Shirt
4 lWith major alterations w/concealed zipper and patches 200 EA 1 $96.39 $19,278.00
Patrol-Blauer#8560-4
5 Poly Wool Dress Pant 150 EA $104.79 $15.718.50
Patrol-Blauer#8560-4
Poly Wool Dress Pant
6 With major alterations 200 EA S124.79 $24.958.00
Patrol-Blauer#8460W-4
Poly Wool Women's Short Sleeve Shirt w/concealed zipper and
7 1patches 100 EA 1 $83.99 $8,399.00
Patrol-Blauer#8460W-4
Poly Wool Women's Short Sleeve Shirt
8 With major alterations w/concealed zipper and patches 150 EA $103.99 $15.598.50
Patrol-Blauer#8450W-4
Poly Wool Women's Long Sleeve Shirt w/concealed zipper and
9 patches 75 EA $76.39 $5,729.25
Patrol-Blauer#8450W-4
Poly Wool Women's Long Sleeve Shirt
10 With major alterations w/concealed zipper and patches 100 EA 1 $96.39 $9,639.00
Patrol-Blauer#856OW-4
11 Women's PolyWool Dress Pant 50 EA S104.79 $5.239.50
Patrol-Blauer#856OW-4
Women's Poly Wool Dress Pant
12 With major alterations 50 EA $124.79 $6,239.50
Patrol-Blauer#9970
13 Su ershell jacket w/patches 30 EA $83.99 $2.519.70
Patrol-Blauer#4660-4
14 Jacket liner w/patches 30 EA $103.99 $3,119.70
Patrol-Blauer#343
15 Breakaway safety vest w/heatpress 30 EA $76.39 $2,291.70
Patrol-Blauer#4605-4
16 Softshell jacket w/patches 31 EA $96.39 $2,988.09
Patrol-Blauer#8676-4
17 Poly Short Sleeve Shirt w/embroidery and patches 150 EA $104.79 $15,718.50
Patrol-Blauer#8676-4
Poly Short Sleeve Shirt
18 With major alterations w/embroidery and patches 250 EA $124.79 $31,197.50
Patrol-Blauer#8671-4
19 Poly Long Sleeve Shirt w/embroidery and patches 250 EA $83.99 $20.997.50
Patrol-Blauer#8671-4
Poly Long Sleeve Shirt
20 With major alterations w/embroidery and patches 200 EA $103.99 $20.798.00
Page 1 of 7
Attachment CX' Proposal Sheet
RFP 23-024
Uniforms for Police and Fire Departments
Patrol-Blauer#8666-4
21 Poly Duty Pant 150 EA $161.19 $24.178.50
Patrol-Blauer#8666-4
Poly Duty Pant
22 With major alterations 200 EA $76.39 $15.278.00
Patrol-Blauer#8676W-4
23 Poly Women's Short Sleeve Shirt w/embroidery and patches 100 EA $96.39 $9,639.00
Patrol-Blauer#8676W-4
Poly Women's Short Sleeve Shirt
24 With major alterations w/embroidery and patches 150 EA $104.79 $15.718.50
Patrol-Blauer#8671W-4
25 Poly Women's Long Sleeve Shirt w/embroidery and patches 75 EA $124.79 $9,359.25
Patrol-Blauer#8671W-4
Poly Women's Long Sleeve Shirt
26 lWith major alterations w/embroidery and patches 100 EA $96.19 $9,619.00
Patrol-Blauer#866W-4
27 Women's Poly Duty Pant 50 EA $116.19 $5,809.50
Patrol-Blauer#8666W-4
Women's Poly Duty Pant
28 With major alterations 50 EA $104.59 $5.229.50
K9-Blauer#8676-11
29 1 Poly Short Sleeve Shirt w/embroidery and patches 150 EA 1 $124.59 $18,688.50
K9-Blauer#8676-11
Poly Short Sleeve Shirt
30 With major alterations w/embroidery and patches 250 EA $100.79 $25.197.50
K9-Blauer#8671-11
31 Poly Long Sleeve Shirt w/embroidery and patches 250 EA S120.79 $30.197.50
K9-Blauer#8671-11
Poly Long Sleeve Shirt
32 lWith major alterations w/embroidery and patches 200 EA $96.19 $19.238.00
K9-Blauer#8666-11
33 Poly Duty Pant 150 EA $116.19 $17,428.50
K9-Blauer#8666-11
Poly Duty Pant
34 With major alterations 200 EA $104.59 $20.918.00
K9-Blauer#8676W-11
35 Poly Women's Short Sleeve Shirt w/embroidery and patches 100 EA $124.59 $12.459.00
K9-Blauer#8676W-11
Poly Women's Short Sleeve Shirt
36 With major alterations w/embroidery and patches 150 EA $100.79 S15.118.50
K9-Blauer#8671W-1 1
37 Poly Women's Long Sleeve Shirt w/embroidery and patches 75 EA $120.79 $9.059.25
K9-Blauer#8671W-1 1
Poly Women's Long Sleeve Shirt
38 lWith major alterations w/embroidery and patches 100 EA $398.00 $39.800.00
K9-Blauer#866W-11
39 Women's Poly Duty Pant 50 EA $142.79 $7.139.50
K9-Blauer#8666W-11
Women's Poly Duty Pant
40 With major alterations 50 EA $68.79 $3.439.50
Patrol-Blauer#26990
41 Reversible Raincoat w/heatpress 40 EA $79.79 $3.191.60
Animal control/LEST-Blauer#8676-12
42 Poly Short Sleeve Shirt w/embroidery and patches 150 EA $76.39 $11.458.50
Animal control/LEST-Blauer#8676-12
Poly Short Sleeve Shirt
43 With major alterations w/embroidery and patches 250 EA $96.39 $24.097.50
Animal control/LEST-Blauer#8671-12
44 Poly Long Sleeve Shirt w/embroidery and patches 250 EA $84.79 $21.197.50
Animal control/LEST-Blauer#8671-12
Poly Long Sleeve Shirt
45 lWith major alterations w/embroidery and patches 200 EA 5104.79 $20.958.00
Page 2 of 7
Attachment CX'CM Proposal Sheet
RFP 23-024
Uniforms for Police and Fire Departments
Animal control/LEST-Blauer#8666-11
46 Poly Duty Pant 150 EA $83.99 S12.598.50
Animal control/LEST-Blauer#8666-11
Poly Duty Pant
47 With major alterations 200 EA $103.99 $20,798.00
Animal control/LEST-Blauer#8676W-12
48 Poly Women's Short Sleeve Shirt w/embroidery and patches 100 EA $76.39 $7,639.00
Animal control/LEST-Blauer#8676W-12
Poly Women's Short Sleeve Shirt
49 With major alterations w/embroidery and patches 150 EA $96.39 $14,458.50
Animal control/LEST-Blauer#8671W-12
50 Poly Women's Long Sleeve Shirt w/embroidery and patches 75 EA $104.79 $7,859.25
Animal control/LEST-Poly Women's Long Sleeve Shirt-Blauer#
8671W-12
51 With major alterations w/embroidery and patches 100 EA $124.79 S12.479.00
Animal control/LEST-Blauer#866W-11
52 Women's Poly Duty Pant 50 EA $83.99 $4,199.50
Animal control/LEST-Blauer#8666W-11
Women's Poly Duty Pant
53 With major alterations 50 EA $103.99 $5.199.50
Blauer#8143-12
Colorblock Performance Polo Shirt Long Sleeve w/Patches and
54 emboide 40 EA $88.99 $3,559.60
Blauer#8143-12
Colorblock Performance Polo Shirt Long Sleeve w/Patches and
55 emboide 41 EA $88.99 $3,648.59
Blauer#8143W-12
Womens Colorblock Performance Polo Shirt Long Sleeve w/
56 Patches and emboide 41 EA 588.99 $3.648.59
Total: $758,629.57
CatalogVertx
Vertx#VTX4000P
57 Coldblack Short Sleeve Polo Shirt 40 EA $46.00 S1,840.00
Vertx#VTX4000P
Coldblack Short Sleeve Polo Shirt
58 With major alterations 10 EA $66.00 $660.00
Vertx#VTX4020P
59 Coldblack Long Sleeve Polo Shirt 40 EA $50.99 $2,039.60
Vertx#VTX4020P
Coldblack Long Sleeve Polo Shirt
60 lWith major alterations 10 EA 1 $70.99 $709.90
Vertx#VTX4010P
61 Women's Coldblack Short Sleeve Polo Shirt 40 EA $46.00 $1,840.00
Vertx#VTX4010P
Women's Coldblack Short Sleeve Polo Shirt
62 With major alterations 10 EA $66.00 $660.00
Vertx#VTX4030P
63 Women's Coldblack Long Sleeve Polo Shirt 40 EA $50.99 $2,039.60
Vertx#VTX4030P
Women's Coldblack Long Sleeve Polo Shirt
64 With major alterations 10 EA $70.99 5709.90
SWAT-Vertx#VTX8525OD
65 Recon Combat Shirt-OD Green 40 EA $90.00 $3.600.00
SWAT-Vertx#VTX8525OD
Recon Combat Shirt-OD Green
66 lWith major alterations 35 EA $110.00 $3,850.00
SWAT-Vertx#VTX1901
67 Recon Pants-OD Green 35 EA $109.00 $3.815.00
Page 3 of 7
Attachment CX' o,,posal Sheet
RFP 23-024
Uniforms for Police and Fire Departments
SWAT-Vertx#VTX1901
Recon Pants-OD Green
68 With major alterations 10 EA S129.00 $1.290.00
Total: $23,054.00
5.11 •,
5.11#74369
69 Tactical Stryke Pant 30 EA $61.50 $1,845.00
5.11#74369
Tactical Stryke Pant
70 With major alterations 60 EA $81.50 $4,890.00
5.11#64386
71 Women's Tactical Stryke Pant 15 EA $61.50 5922.50
5.11#64386
Women's Tactical Stryke Pant
72 lWith major alterations 30 EA $81.50 $2,445.00
5.11#71049
73 Performance Short Sleeve Polo 15 EA $38.50 $577.50
5.11#71049
Performance Short Sleeve Polo
74 With major alterations 10 EA $58.50 $585.00
5.11#72049
75 lPerformance Long Sleeve Polo 15 EA $42.75 $641.25
5.11#72049
Performance Long Sleeve Polo
76 With major alterations 10 EA $62.75 S627.50
5.11#61165
77 Women's Performance Short Sleeve Polo 5 EA $38.50 S192.50
5.11#61165
Women's Performance Short Sleeve Polo
78 With major alterations 15 EA $58.50 $877.50
5.11#48112
79 Sabre Jacket 2.0 30 EA $213.75 $6.412.50
5.11#48052
80 Lined Packable Jacket 40 EA $48.75 $1.95000
Total: $21,966.25
SECTION B - FIRE DEPT
Estimated Annual
Item No. Bid Item Description Qty UOM Unit Cost Extended
Ties,Clip-on type. 100%Poly.,S Broome
81 All lengths 20 EA S6.95 $139 00
Firefighter-Nomex Shirt
Short Sleeve
82 lWorkrite#720NX45NB 200 EA $104.00 $20,800.00
Firefighter-Nomex Shirt, Short Sleeve
Workrite#720NX45NB
83 Oversize Indicate sizes to 20 EA $135.00 $2.700.00
Firefighter-Nomex Shirt, Long Sleeve
84 Workrite#725NX45NB 100 EA $127.45 $12,745.00
Firefighter-Nomex Shirt, Long Sleeve
Workrite#725NX45NB
85 1 Oversize Indicate sizes to 20 EA $165.00 S3.30000
Firefighter-Professional Polo with logo
5.11 Tactical#71182
86 Short Sleeve 80 EA $51.25 $4,100.00
Firefighter-Professional Polo with logo
5.11 Tactical#71182
Short Sleeve
87 Oversize Indicate sizes to 80 EA $58.75 $4.700.00
Firefighter-Professional Polo with logo
88 15.11 Tactical#41060 1 20 EA $51.25 $1,025.00
Page 4 of 7
Attachment posal Sheet
RFP 23-024
Uniforms for Police and Fire Departments
Firefghter-Professional Polo with logo
5.11 Tactical#41060
89 Oversize Indicate sizes to 20 EA $58.75 $1,175.00
Firefighter-Dress Blazer
90 Anchor Double Breasted.#226BL 20 EA $315.00 $6,300.00
Firefighter-Dress Blazer
Anchor Double Breasted.#226BL
91 Oversize Indicate sizes to 5 EA $355.00 $1,775.00
Firefighter-Dress pants
92 Anchor Black,#229BL 20 EA $124.00 $2,480.00
Firefighter-Dress pants
Anchor Black.#229BL
93 Oversize Indicate sizes to 5 EA $135.00 $675.00
94 Black or White Dress Cap Bayly#9733131 20 EA $70.00 $1,400.00
95 Black Dress Shoes.Thoro ood Poromeric#831-6031 20 EA $80.00 $1,600.00
96 Gold or Silver Metallic Cuff 1/2"striping 10 PR $20.00 S200.00
97 Silver Metallic Cuff 1/4"striping 10 PR $20.00 $200.00
98 Gold Maltese Cross#PE 778 Premier 50 EA $2.00 $100.00
99 Silver Maltese Cross#PE 777 Premier 50 EA $2.00 $100.00
Silver or Brass Buckled Black Dress Belt
100 #6580 Boston Leather 1-1/4" 20 EA $18.95 S379.00
101 Cap Insignia A2327-Silver Rhodium/Screw Back Blackin ton 20 EA $24.00 5480.00
102 Cap Insignia A2857-Gold Rhodium/Screw Back Blackin ton 20 EA $24.50 $490.00
103 Firefighter-Plain Pant Full Cut,Workrite#402NX75NV,Na "?' $6.100.00
Firefighter-Plain Pant Full Cut,Workrite#402NX75NV, Naw-
Extra Long and Oversize
104 Indicate sizes 52= 5159.00 $1,590.00
105 Firefighter-Work Trouser,Workrite#475NX75NV, Navy 300 EA $158.00 $47,400.00
Firefighter-Work Trouser,Workrite#475NX75NV, Navy-Extra
Long and Oversize
106 Indicate sizes to xs and 2xl+ 100 EA $211.69 $21,169.00
107 Firefighter-Workrite Shorts.#425NX60NB. Navy 100 EA $129.50 512,950.00
Firefighter-Professional Polo with logo. 5.11 Tactical#72360
108 Long sleeve.Dark Navy 200 EA $55.00 $11.000.00
Firefighter-Professional Polo with logo,5.11 Tactical#72360
Long-sleeve.Dark Navy
109 Oversize Indicate sizes to 3xl 50 EA $65.00 $3,250.00
Firefighter-Coat, Blauer Crosstech 3 in 1,#9845 with Soft fleece
4660 Liner
110 Coat and Liner to include patches and reflective transfers on back 50 EA 5565.00 $28.250.00
Firefighter-Shirt,long sleeve,Male
111 Blauer#8431,White 30 EA $54.59 $1,637.70
Firefighter-Shirt,long sleeve.Male
Blauer#8431,White
112 Oversize Indicate sizes to 4xl+ 10 EA $92.80 $928.00
Firefighter-Shirt,short sleeve, Male
113 Blauer#8421,White 25 EA 546.19 $1,154.75
Firefighter-Shirt,short sleeve, Male
Blauer#8421 White
114 Oversize Indicate sizes to 4xl+ 10 EA $78.53 $785.30
Firefighter-Job Shirt or Pullover,Storm 1/4 zip
115 5.11#72363 Fire Navy 100 EA $63.75 $6.375.00
Firefighter-Job Shirt or Pullover.Storm 1/4 zip
116 5.11#72321T-Tall-Fire Navy 20 EA $63.75 $1,275.00
Firefighter-Skull caps, Blauer#160
117 w/RRFD embroidery on front 50 EA $32.50 $1,625.00
Firefighter-Work Trouser
118 5.11 Stryker Pant#74369 50 EA $61.50 $3,075.00
119 Blauer#339F-55 Velcro Hi-Visibility Safety Vest 20 EA 552.49 51,049.80
120 Incident Command Panel Velcro Hi-Visibility Yellow 5 EA $30.00 $150.00
Total: $159,643.55
Page 5 of 7
Attachment P-' Proposal Sheet
RFP 23-024
Uniforms for Police and Fire Departments
OTHER ACCESSORIES-PATCHES FOR FIRE DEPT:
121 Fire Dept-Department Patch 200 FA S3.00 $600.00
122 Fire Dept-EMT Patch 100 EA $2.95 $295.00
123 Fire Dept-Paramedic,Basic Patch 50 EA $2.95 $147.50
124 Fire Dept-Paramedic, Intermediate Patch 50 EA $2.95 $147.50
125 Fire Dept-Paramedic. Licensed Patch 50 EA $2.95 $147.50
Total: $1,337.50
Sections A & B Extended Total: $964,630.87
INFORMATION ONLY-THIS WILL NOT BE EVALUATED
SECTION C -Alteration and Artwork Services for Police and Fire Departments
ALTERATIONS: Please include cost for minor and major alterations after the initial order where alterations are
required.
Item No. Minor Alterations: Qty UOM Unit Cost
126 Small Velcro Application Shoulder and Chest Patch 1 EA $4.00
127 Large Velcro Application Back Patch 1 EA S6.00
128 Hemming trouser 1 EA $10.00
129 Sewing on patches,chevrons and stripes 1 EA $2.00
130 Removing/adding patches 1 EA $2.00
131 Sew Trouser pocket closed 1 EA $10.00
132 Heat Transfer Plain-One Line 1 EA $10.00
133 Heat Transfer Plain-Two Lines 1 EA $16.00
134 Heat Transfer Reflective-One Line 1 EA $12.00
135 Heat Transfer Reflective-Two Lines 1 EA $18.00
Item No. Maior Alterations: Qty UOM Unit Cost
136 Waist altering 1 EA $15.00
137 Striping of trouser 1 EA $15.00
138 Altering long sleeves 1 EA $25.00
139 Tapering trouser leg 1 EA $25.00
140 Tapering shirt 1 EA $20.00
141 Thigh.seat and crotch of trouser 1 EA $20.00
142 Alter and hem shirt tail 1 EA $20.00
Item No. Embroidery Qty UOM Unit Cost
143 Embroidery-One Line 1 EA $6.00
144 Embroidery-Two Lines 1 EA $9.00
145 Embroidered patch/logo 1 EA $10.00
Item No. (Optional)Additional Alterations Offered Qty UOM Unit Cost
146 1 EA
147 1 JEA
148 1
149 1
150 1 151 1 152 1
153 1 EA
copies of all graphic files including dimensions for the original,
functional artwork upon request and without hesitation or
154 modification. 1 EA
Page 6 of 7
Attachment P- b�t o"posal Sheet
RFP o23-024
Uniforms for Police and Fire Departments
INFORMATION ONLY
SECTION D - PERCENTAGE OFF CATALOG
tem No. Catalog Name Brand Name Percentage off
154 5.11 Catalog 25%
155 Anchor Catalog 20%
156 Ba n/a
157 Blackinton 25%
158 Blauer Catalog 16%
159 Point Blank n/a
160 Safariland and Safariland Group Brands
161 Vertx Catalog 25%
162 Workrite Catalog 25%
163 Additional Catalog/Brand Offered flying cross 25%
164 Additional Catalog/Brand Offered s iewak 20%
165 Additional Catalog/Brand Offered first tactical 15%
166 Additional Catalog/Brand Offered sanmar 20%
unite
167 Additional Catalog/Brand Offered uniform/tacts ad 20%
168 Additional Catalog/Brand Offered elbeco 18%
169 Additional Catalog/Brand Offered lion 15%
170 Additional Catalog/Brand Offered gerber outerwear 20%
171 Additional Catalog/Brand Offered general tactic 15%
172 Additional Catalog/Brand Offered trus ec 10%
Page 7 of 7