HomeMy WebLinkAboutC2018-062 - 4/10/2018 - Approved evis:€:3QN
O
`''.".'rp SUPPLY AGREEMENT NO. 1560
POLICE UNIFORMS AND ACCESSORIES
Age
THIS Police Uniforms and Accessories Supply Agreement ("Agreement") is entered
into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation ("City") and Galls, LLC ("Supplier"), effective upon execution by the City
Manager or the City Manager's designee ("City Manager").
WHEREAS, Supplier has bid to provide police uniforms and accessories in response
to Request for Bid No. N/A ("RFB"), which RFB includes the required scope of work and
all specifications and which RFB and the Supplier's bid response are incorporated by
reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set
out here in its entirety.
NOW, THEREFORE, City and Supplier agree as follows:
1. Scope. Supplier will provide police uniforms and accessories in accordance with
the attached Scope of Work, as shown in Attachment A, the content of which is
incorporated by reference into this Agreement as if fully set out here in its entirety.
_......._. ._..._.... "Goods," "products", and "supplies", as used in this Agreement, refer to and have
the same meaning.
2. Term. This Agreement is for 24 months. The parties may mutually extend the term
of this Agreement for up to zero additional zero-month periods ("Option
Period(s)"), provided, the parties do so in writing and prior to the expiration of the
original term or the then-current Option Period. The City's extension authorization
must be executed by the City Manager or designee.
3. Compensation and Payment. The total value of this Agreement is not to exceed
$241,294.48, subject to approved extensions and changes. Payment will be made
for goods delivered and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. All pricing must be in accordance
with the attached Bid/Pricing Schedule, as shown in Attachment B, the content
of which is incorporated by reference into this Agreement as if fully set out here in
its entirety.
4. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
Agreement, including deductions for non-performance and authorizations for
payment. The City's Contract Administrator for this Agreement is as follows:
2018-062
4/10/18 arm Page 1 of 7
M2018-046 /15/17
Galls LLC
INDEXED
Name: Pat Eldridge
Department: Police
Phone: (361) 886-2696
Email: Pat@cctexas.com
5. Insurance. Before performance can begin under this Agreement, the Supplier
must deliver a certificate of insurance ("COI"), as proof of the required insurance
coverages, to the City's Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days'
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
6. Purchase Release Order. For multiple-release purchases of products to be
provided by the Supplier over a period of time, the City will exercise its right to
specify time, place and quantity of products to be delivered in the following
manner: any City department or division may send to Supplier a purchase release
order signed by an authorized agent of the department or division. The purchase
release order must refer to this Agreement, and products will remain with the
Supplier until such time as the products are delivered and accepted by the City.
7. Inspection and Acceptance. Any products that are delivered but not accepted
by the City must be corrected or replaced immediately at no charge to the City.
If immediate correction or replacement at no charge cannot be made by the
Supplier, a replacement product may be bought by the City on the open market
and any costs incurred, including additional costs over the item's bid price, must
be paid by the Supplier within 30 days of receipt of City's invoice.
8. Warranty.
(A) The Supplier warrants that all products supplied under this Agreement are
new, quality items that are free from defects, fit for their intended purpose, and of
good material and workmanship. The Supplier warrants that it has clear title to
the products and that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Supplier or, if indicated in Attachment D by the manufacturer,
for the period stated in Attachment D. Attachment D is attached to this
Agreement and is incorporated by reference into this Agreement as if fully set
out here in its entirety.
Supply Agreement Standard Form Page 2 of 7
Approved as to Legal Form 12/15/17
9. Quality/Quantity Adjustments. Any quantities indicated on the Bid/Pricing
Schedule are estimates only and do not obligate the City to order or accept more
than the City's actual requirements nor do the estimates restrict the City from
ordering less than its actual needs during the term of the Agreement and including
any Option Period. Substitutions and deviations from the City's product
requirements or specifications are prohibited without the prior written approval of
the Contract Administrator
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City,which fiscal year ends on September 30th annually,is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in said budget, and it is within the sole discretion of the City's City
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
11. Independent Contractor. Supplier will perform the work required by this
Agreement as an independent contractor and will furnish such products in its own
manner and method, and under no circumstances or conditions will any agent,
servant or employee of the Supplier be considered an employee of the City.
12. Subcontractors. Supplier may use subcontractors in connection with the work
performed under this Agreement. When using subcontractors, however, the
Supplier must obtain prior written approval from the Contract Administrator if the
subcontractors were not named at the time of bid. In using subcontractors, the
Supplier is responsible for all their acts and omissions to the same extent as if the
subcontractor and its employees were employees of the Supplier. All
requirements set forth as part of this Agreement, including the necessity of
providing a COI in advance to the City, are applicable to all subcontractors and
their employees to the same extent as if the Supplier and its employees had
performed the work.
13. Amendments. This Agreement may be amended or modified only by written
change order signed by both parties. Change orders may be used to modify
quantities as deemed necessary by the City.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
15. Taxes. The Supplier covenants to pay payroll taxes, Medicare taxes, FICA taxes,
unemployment taxes and all other related taxes. Upon request, the City Manager
shall be provided proof of payment of these taxes within 15 days of such request.
16. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
Supply Agreement Standard Form Page 3 of 7
Approved as to Legal Form 12/15/17
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: Pat Eldridge
Title: Police Management Services Director
Address: 321 John Sartain St., Corpus Christi, TX 78401
Phone: (361 ) 886-2696
Fax: (361) 886-2607
IF TO SUPPLIER:
Galls, LLC
Attn: Tara Beulah
Title: Account Manager
Address: 8430 N. Sam Houston Pkwy W, Houston, TX 77064
Phone: (281) 546-2643
Fax: (859) 268-5946
17. SUPPLIER SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE
CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS
"INDEMNITEES') FROM AND AGAINST ANY AND ALL LIABILITY, LOSS,
CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER
NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL
INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF
INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION,
COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH
ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT
OR THE PERFORMANCE OF THIS AGREEMENT BY THE SUPPLIER OR RESULTS
FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE
SUPPLIER OR ITS EMPLOYEES OR AGENTS. SUPPLIER MUST, AT ITS OWN
EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR
SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED
THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND
PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND
EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID
LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE
INDEMNIFICATION OBLIGATIONS OF SUPPLIER UNDER THIS SECTION
SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS
AGREEMENT.
Supply Agreement Standard Form Page 4 of 7
Approved as to Legal Form 12/15/17
18. Termination.
(A) The City Manager may terminate this Agreement for Supplier's failure to
perform the work specified in this Agreement or to keep any required insurance
policies in force during the entire term of this Agreement. The Contract
Administrator must give the Supplier written notice of the breach and set out a
reasonable opportunity to cure. If the Supplier has not cured within the cure
period, the City Manager may terminate this Agreement immediately thereafter.
(B) Alternatively, the City Manager may terminate this Agreement for
convenience upon 30 days advance written notice to the Supplier. The City
Manager may also terminate this Agreement upon 24 hours written notice to the
Supplier for failure to pay or provide proof of payment of taxes as set out in this
Agreement.
19. Assignment. No assignment of this Agreement by the Supplier, or of any right or
interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the Supplier
is of the essence of this Agreement, and the City Manager's right to withhold
consent to such assignment is within the sole discretion of the City Manager on
any ground whatsoever.
20. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
21. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1); then,
D. the Supplier's bid response (Exhibit 2).
22. Certificate of Interested Parties. Supplier agrees to comply with Texas Government
Code Section 2252.908, as it may be amended, and to complete Form 1295
"Certificate of Interested Parties" as part of this Agreement.
23. Verification Regarding Israel. In accordance with Chapter 2270, Texas
Government Code, the City may not enter into a contract with a company for
Supply Agreement Standard Form Page 5 of 7
Approved as to Legal Form 12/15/17
goods or services unless the contract contains a written verification from the
company that it: (1 ) does not boycott Israel; and (2) will not boycott Israel during
the term of the contract. The signatory executing this Agreement on behalf of the
Supplier verifies that the company does not boycott Israel and will not boycott
Israel during the term of this Agreement.
24. Governing Law.This Agreement is subject to all federal,State, and local laws, rules,
and regulations. The applicable law for any legal disputes arising out of this
Agreement is the law of the State of Texas, and such form and venue for such
disputes is the appropriate district, county, or justice court in and for Nueces
County, Texas.
25. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
(SIGNATURE PAGE FOLLOWS)
Supply Agreement Standard Form Page 6 of 7
Approved as to Legal Form 12/15/17
SUPPLIER
&--
Signature: r' i\/\,
Printed Name:R.Michael Andrews Jr.
Title:CFO
Date:03/07/2018
CITY OF CORPUS CHRISTI
Signature: ry\c4._)-,Li2,...__ �--__
Printed Name: °` 'r 6--
_ - - --
Title: Pr 0 c,LA.,v- .c 4.--,....„i (\e\--a----019_,----
Date: LH I 1 k I p'
•
ATTEST: k ' i_'_ ' i
Attached and Incorporated by Reference: R::ECCA HUERTA
Attachment A: Scope of Work CITY SECRETARY
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: RFB No. N/A
Exhibit 2: Supplier's Bid Response
1
���{a O Ulrw�� •-
SY Mink........1: ..1.O.J N
SECR€TARYi,
Supply Agreement Standard Form Page 7 of 7
Approved as to Legal Form 12/15/17
Attachment A: Scope of Work
The Contractor shall provide trousers, short and long sleeve shirts, caps, and
jackets and other items worn by the Police Officers as described on Attachment
B: Bid/Pricing Schedule. Included in the price per item is: hemming of trousers,
sewing on of patches and hashmarks on shirts and jackets.
Stock items have a delivery time of 15- 20 days
Freight charges will not be applied
FOB: Corpus Christi
Page 1 of 1
V4LLS.
AND COUNTING
Proud to serve America's Public Safety Professionals
Attention: PAT ELDRIDGE
Account Number
Name CORPUS CHRISTI POLICE DEPT
Street Address
City & State
BuyBoard 507-16
Price Quote
Tara Beulah
Galls
8430 N. Sam Houston Pkwy W
Houston, TX 77064
Phone: 281-546-2643
BEULAH-TARA@GALLS.COM
Quote Date
2/6/2018
Item #
Description
Qty
Your Price
Ext. Total
TL150 NAV 30 OB
FLYING CROSS 75% POLY / 25% WOOL INSIDE CARGO PANTS
300
$ 78.00
$23,400.00
TL127 NAV 10 OB
FLYING CROSS WOMENS 75% POLY / 25% WOOL TROUSER W/ CARGO PKT
50
$ 78.00
$3,900.00
TR677 NAV 33 OB
FLYING CROSS MENS 75% POLY / 25% WOOL TROUSERS W/FLEX WAISTBAND
130
$ 60.00
$7,800.00
TR678 NAV 8 OB
FLYING CROSS WOMENS 75% POLY / 25% WOOL TROUSERS W/FLEX WAIST BAND
15
$ 60.00
$900.00
TU152 NAV 40 OB
FLYING CROSS MENS CLASS A 55/45 POLY WOOL DRESS TROUSER
15
$ 90.00
$1,350.00
SR431
FLYING CROSS MENS SHORT SLEEVE 75% POLY / 25% WOOL SHIRT
300
$ 51.00
$15,300.00
SR376 LAPD 38 REG
FLYING CROSS FEMALE SHORT SLEEVE 75% POLY /25% WOOL SHIRT
57
$ 51.00
$2,907.00
ZX459 NAV 155 33
FLYING CROSS MENS LONG SLEEVE 75% POLY / 25% WOOL SHIRT
75
$ 59.00
$4,425.00
SR729 LAPD 36 LNG
FLYING CROSS WOMENS LONG SLEEVE 75% POLY / 25% WOOL SHIRT
20
$ 59.00
$1,180.00
SR648 BLK XL
SPIEWAK MENS SHORT SLEEVE PERFORMANCE DUTY SHIRT
20
$ 54.00
$1,080.00
SR649 DKNV 165 REG
SPIEWAK MENS LONG SLEEVE PERFORMANCE DUTY SHIRT
20
$ 59.00
$1,180.00
EG1572
HASHMARKS GOLD
150
$ 1.00
$150.00
EN3627
POLICE PATCH
2900
$ 1.75
$5,075.00
BW436HG
POLICE BADGE
25
$ 112.00
$2,800.00
BW590HG
POLICE BADGE 8887 W/ EAGLE AND BOTTOM PANEL
15
$ 85.00
$1,275.00
BY632NAVCTM
BODY ARMOR HILITE W/ AXII 2 CARRIERS
30
$ 700.00
$21,000.00
BP6346*8
SPEED PLATE
30
$ 91.00
$2,730.00
FLK652AD
STINGER FLASHLIGHT DS LED STANDARD CHARGE
45
$ 125.00
$5,625.00
HS369 LGR REG POL
GALLS ANSI207 SAFETY VEST
40
$ 45.00
$1,800.00
SG506 DKNV
STRYKE SHIRT
10
$ 59.50
$595.00
ST147 DKNV
CORNERSTONE POLO
20
$ 23.00
$460.00
TR909
511 STRYKE PANT FLEX TAC
30
$ 56.50
$1,695.00
SG732 RBNV
ELBECO UFX COLORBLOCK POLO
20
$ 44.00
$880.00
are Net 30 days from date on each Invoice
`Represents the estimated annual cost.
0
co
m
N
0
LPO53 CL NKL 3
DOUBLE MAG POUCH
20
$ 27.75
$555.00
LPO24 GI_ SIL 40
SAM BROWNE BELT
20
$ 49.00
5980.00
LP604 CL NKL 38
SHOULDER STRAP
20
$ 36.00
$720.00
ZA74O CL NKL
BLACK SLIDING D RING
20
$ 13.00
$260.00
LPO97 CL NKL
CLOSED HANDCUFF CASE
20
$ 22.50
$450.00
ZA1894 CLH MP
G0D2 K338 K FORCE HOLSTER
20
$ 99.00
§1,980.00
TT284 BLK
GALLS TAC FORCE TACTICAL PANT
40
$ 20.76
$830.24
§0.00
Galls is required to collect lax on all
hipmenls to an states. Please add applicable state and local tax percentages. Tax exempt customers, state laws require us to Subtotal
§120,647.24
have signed lax exemption or resaW cerltmle on file at our office. If you would like your tax exempt document on 418 with us please fax this intamatio,
$0.00
including your Gals account p to (85 )2685841 Shipping
Pnws are valid for 30 days from the dale of the ouole. Thank you for the 000wNnity to eam your business. Galls oavm rd terms Tota
* §120,64].14
are Net 30 days from date on each Invoice
`Represents the estimated annual cost.
0
co
m
N
0
Attachment C - Insurance Requirements
Insurance is Not Required
Page 1 of 1
Attachment D: Warranty Requirements
At the Contractor's expense, the Contractor shall repair, replace or provide a
refund for a newly purchased merchandise that is delivered defective and
rejected by the Contract Administrator.
The City will allow up to 20 days for the Contractor to correct or replace any
garment that is not accepted by the City due to defect or incorrect size.
Page 1 of 1