Loading...
Police Dept. Lockers Invitation to Bid with SpecsSPECIFICATIONS AND BIDDING DOCUMENTS Police Department Lockers with or without installation 7 Tr� 11� KALISPELL November 2025 Name of Bidder AADS OFFICE SOLUTIONS INT'L LLC Address 2136 E. MOUNTAIN SKY AVE. PHOENIX, AZ 85048 Telephone Number 602-426-1662 aads OFFICE SOLUTIONS PROJECT: CITY OF KALISPELL POLICE LOCKERS DATE: 11/23/2025 Table of Contents: AADS Quote 4865-E Bid Bond Bid Documents AADS Capability Statement Hallowell Locker Brochure Hallowell Paint Color Card Hallowell Buy American Hallowell Warranty Hallowell MAS Green Certificate AADS Sam Registration AADS WOSB Certificates 2136 E. Mountain Sky Avenue, Phoenix, AZ 85048 (602) 426-1662 www.shopaads.com 3 7 9 23 25 27 28 29 31 32 35 I �K . Administration & Billing aa d s 2136 E. Mountain Sky Avenue O F F I C E Phoenix, AZ 85048 SOLUTIONS 800-927-6101 800-647-9624 (Fax) Bill To: Ship To: CITY OF KALISPELL KALISPELL POLICE EVIDENCE STORAGE 306 FIRST AVENUE EAST KALISPELL, MO 59901 US Phone: (406) 758-7781 Fax: () - QUOTATION Quotation No. Page 4865-D 1 Date: 11/24/2025 CITY OF KALISPELL KALISPELL POLICE EVIDENCE STORAGE 306 FIRST AVENUE EAST KALISPELL, MO 59901 US Cust. No. Quote Expiration Prepared For Ship Via Prepared By Terms KA7781 01/31/2026 MELISSA NET 30 DAYS Order Quantity Description Unit Unit Price Extended Price PROJECT NAME: KALISPELL POLICE DEPARTMENT BUDGET PRICING FOR POLICE LOCKERS AADS CAGE CODE: 556,13 AADS UEI: M6HVSDJHABU1 AADS AZ LICENSE #: 2900683 AADS IS SBA CERTIFIED WOMAN -OWNED SMALL BUSINESS AADS IS A CERTIFIED WOMAN -OWNED SMALL BUSINESS HALLOWELL PRODUCTS ARE PROUDLY MADE IN THE USA 65 HALLOWELL LOCKERS EACH 965.00 62,725.00 PER ATTACHED LAYOUT AND SPECS LOCKERS SHIP FULLY ASSEMBLED QUANTITY: 65 WELDED LOCKER 18W X 24D X 72H WITH SINGLE DOOR PULL OUT DRAWER BASE 18W X 36D X 18H NEED PAINT COLOR CHOICE: *PRODUCTS ARE CUSTOM MADE AND ARE NOT RETURNABLE / REFUNDABLE AADS IS REGISTERED TO COLLECT AND PAY SALES/USE TAX IN AZ AND CA ONLY. FOR ANY OTHER STATE, IT IS THE RESPONSIBILITY OF continued... Administration & Billing aa ds 2136 E. Mountain Sky Avenue O F F I C E Phoenix, AZ 85048 SOLUTIONS 800-927-6101 800-647-9624 (Fax) Bill To: CITY OF KALISPELL KALISPELL POLICE EVIDENCE STORAGE 306 FIRST AVENUE EAST KALISPELL, MO 59901 US Phone:(406) 758-7781 Fax: () - QUOTATION Quotation No. Page 4865-D 2 Date: 11 /24/2025 Ship To. - CITY OF KALISPELL KALISPELL POLICE EVIDENCE STORAGE 306 FIRST AVENUE EAST KALISPELL, MO 59901 US Cust. No. Quote Expiration Prepared For Ship Via Prepared By Terms KA7781 01/31/2026 MELISSA NET 30 DAYS Order Quantity Description Unit OTHERS TO COLLECT AND PAY SALES/USE TAX Unit Price Extended Price 1 RECEIVE ON -SITE AND INSTALL IN ACCORDANCE WITH LOT 22,900.00 22,900.00 RA^A,I IC^rTl [DER SPECK Ir A TICK' ESTIMATED INSTALL TIMELINE 05 TO 08 DAYS INCLUDES 1 MOBILIZATION ONLY (1 TRIP) **MUST HAVE ACCESS TO OUTSIDE ELEVATOR QUOTE NOTES: - ALL MEASUREMENTS TO BE FIELD VERIFIED BY CUSTOMER / AADS /INSTALLER - INSTALLATION TO OCCUR DURING NORMAL BUSINESS HOURS (MONDAY TO FRIDAY 8AM TO 5PM) - 2ND FLOOR INSTALL NOTED WITH STAIR CARRY - SITE MUST HAVE UNLOADING SPACE AND PAVED ACCESS TO FACILITY AND UNIMPEDED ACCESS TO INSTALLATION AREA - INSTALLATION AREA SHOULD BE FREE AND CLEAR OF ALL DEBRIS UPON ARRIVAL OF THE TECHNICIANS - ROOM MUST BE READY FOR PRODUCT INSTALL, WALLS, LIGHTING, CEILING, FLOORING COMPLETE (IF APPLICABLE) - BUILDING TO HAVE ELECTRICITY, LIGHTING AND STAGING AREA AT continued... ' Administration & Billing acids2136 E. Mountain Sky Avenue J F F I C E Phoenix, AZ 85048 SOLUTIONS 800-927-6101 800-647-9624 (Fax) Bill To: Ship To: CITY OF KALISPELL KALISPELL POLICE EVIDENCE STORAGE 306 FIRST AVENUE EAST KALISPELL, MO 59901 US Phone: (406) 758-7781 Fax: () - QUOTATION Quotation No. I Page 4865-D 13 Date: 11 /24/2025 CITY OF KALISPELL KALISPELL POLICE EVIDENCE STORAGE 306 FIRST AVENUE EAST KALISPELL, MO 59901 US Cust. No. Quote Expiration Prepared For Ship Via Prepared By Terms KA7781 01/31/2026 MELISSA NET 30 DAYS Order Quantity Description Unit Unit Price Extended Price TIME OF INSTALLATION - BUYER IS RESPONSIBLE FOR ANY PERMITS OR INSPECTIONS UNLESS OTHERWISE STATED - PRIOR TO RELEASING ORDER INTO PRODUCTION MUST HAVE SIGNED CUSTOMER DRAWING APPROVAL, COLOR CHOICE AND SIGNED ORDER ACKNOWLEDGEMENT - ANY CHANGES TO ORDER/INSTALLATION DATE ONCE PRODUCT IS IN PRODUCTION WILL RESULT IN ADDITIONAL CHARGES - BOND COSTS, IF APPLICABLE, NOT INCLUDED (RATE 1.5%) - PREVAILING WAGE IS INCLUDED - ESTIMATED MATERIAL LEAD TIME 8 - 10 WEEKS FROM APPROVALS, ACTUAL LEAD TIMES WILL BE PROVIDED ON ORDER ACKNOWLEDGEMENT - QUOTES ARE ONLY VALID UNTIL THE EXPIRATION DATE SHOWN PLEASE BE ADVISED THAT DUE TO EVOLVING GLOBAL ECONOMIC CONDITIONS, INCLUDING POTENTIAL CHANGES IN TARIFFS, TRADE POLICIES, AND SUPPLY CHAIN DISRUPTIONS, OUR PRODUCTS AND SERVICES MAY BE SUBJECT TO FUTURE PRICE ADJUSTMENTS. WHILE WE MAKE EVERY EFFORT TO MINIMIZE THE IMPACT ON OUR CUSTOMERS, ANY INCREASES IN COST RESULTING FROM THESE continued... Administration & Billing ld Odds 2136 E. Mountain Sky Avenue O F F I C E Phoenix, AZ 85048 SOLUTIONS 800-927-6101 800-647-9624 (Fax) QUOTATION Quotation No. Page 4865-D 4 Date: 11 /24/2025 Bill To: Ship To: CITY OF KALISPELL CITY OF KALISPELL KALISPELL POLICE EVIDENCE STORAGE KALISPELL POLICE EVIDENCE STORAGE 306 FIRST AVENUE EAST 306 FIRST AVENUE EAST KALISPELL, MO 59901 KALISPELL, MO 59901 US US Phone: (406) 758-7781 Fax: () - Cust. No. Quote Expiration Prepared For Ship Via Prepared By Terms KA7781 01/31/2026 MELISSA NET 30 DAYS Order Unit Extended Quantity Description Unit Price Price FACTORS MAY BE REFLECTED IN OUR PRICING. WE WILL NOTIFY YOU OF ANY SIGNIFICANT CHANGES AS SOON AS POSSIBLE, AND WE APPRECIATE YOUR UNDERSTANDING AND CONTINUED SUPPORT AS \A/E AIA\/Ir,ATE TuEcE CHALLENG-Gc THANK vni 1 rno vni io COOPERATION. FREIGHT 16,300.00 COMMENTS: Sales Tax 0.00 Total 101,925.00 . .vva.rF, . , JF—. wa uvllJ, p"V LG11110 MW OGILIOIQt,IVIy QI1U 1I"IOUy W t,"PLUU. Accepted by: Deposit Amount: Date: Paid by Check#: Credit Card (VISA/MC): Exp. Date: Name on CC: Billing Address for CC: CCV: CREDIT CARD PAYMENTS ARE SUBJECT TO 3% PROCESSING FEE. yt*** * ,t * OLD REPUBLIC SURETY COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and ^npoint: Kathryn D. White of Mesa, AZ its true and lawful Attomey(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982, This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attomey-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, affixed this 26th OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be day of January 2024 `W 0" GOPP Rp fr\Co SEAL Ass..,,ant Secrets --- STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS OLD REPUBLIC SURETY COMPANY //,4- President On this 26th day of January 2024 , personally came before me, Alan Pavlic and Karen J Haffner to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. KN R. a /\ pTAq :• A48L�G,• Notary Public My Commission Expires: September 28, 2026 CERTIFICATE (Expiration of notary's commission does not invalidate this instrument) I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attomey remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. su `QJi OPPORR fr�CO 526010 g SEAL ? Signed and sealed at the City of Brookfield, WI this n O tSC 22262 (3-06) 17th day of November 2025 AS-cr. _,f_WJ_U USA American Eagle Bonds Ins r._ Conforms with The American Institute of Architects, A.I.A. Document A310 (2010 Edition) CONTRACTOR: (Name, legal status and address) AADS Office Solutions Int'I, LLC. 2136 E Mountain Sky Ave Phoenix, AZ 85048 SURETY: (Name, legal status and principal place of business) Old Republic Surety Company PO BOX 1635 Milwaukee, WI 53201 OWNER: (Name, legal status and address) City Clerk, City of Kalispell 201 First Avenue East, Kalispell, MT 59901 (PO Box 1997, 59903) BOND AMOUNT: 10% of the total Bid PROJECT: (Name, location or address, and Project number, if any) Project Name: City of Kalispell Police Department Lockers This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond -shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Prgiect, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 17th day of Novemb 5 onh actor as rincipal) (Seal) i ness) Member (Surety) (Seal) (Witness) ``� Attorney -In -Fact (Title) ,01"`c'rrrwR su % Conforms with The American Institute of Architects, A.I.A. Documents ORSC 21328 (5/11) ' 1oll J I Y` SECTION 00100 INVITATION FOR BIDS The City of Kalispell, Montana will receive sealed bids for a Police Department Lockers including delivery and with and without installation to meet or exceed the minimum specifications identified in this document. The City will purchase up to one (1) system and locker set based on the information and pricing provided in the bid. Alternate Bid 1: Include the Police Department Lockers with delivery and installation. Alternate Bid 2: Include the Police Department Lockers with delivery excluding installation. Bids that do not include Alternate 1 (installation) will still be considered. Only one alternate will be awarded. Sealed bids shall be addressed to the City Clerk and entitled: Police Department Lockers. Bids will be received by the City Clerk at 201 First Avenue East, Kalispell, MT 59901 (PO Box 1997, 59903) until 2:00 P.M. on November 24, 2025, local time. Directly thereafter, bids will be opened in the First Floor Conference Room at City Hall, 201 First Avenue East, Kalispell, MT. The bid must comply with the minimum specifications and system details attached to this invite. Bidders shall complete the attached form by checking compliance. A warranty must be included and outlined within the bid response and will be considered in the award decision. Please outline the timeframe in which the equipment and installation can be expected after award. General questions pertaining to the project should be directed to Chief Jordan Venezio, 406-758- 7786, email: ivenezio c2kalispell.com. The successful bidder will be required to abide by Federal and State laws, particularly Section 18- 2-401 et seq., M.C.A. (Montana Prevailing Wage Rates). All bidders shall, as bid security, accompany the bid with: 1) lawful currency of the United States or a cashier's check; or 2) a certified check or bank money order drawn and issued by a national bank located in Montana, or by a banking corporation incorporated in Montana; or 3) a bid bond or bonds, executed by a surety corporation authorized to do business in Montana. The bid security shall be in the amount of ten percent (10%) of the total amount bid. Any such bank instrument shall be payable to the City of Kalispell. If a contract is awarded, the bidder whose bond is accepted and who shall thereafter refuse to enter into and execute the proposed contract, or as stated in the covenant, shall absolutely forfeit such moneys or bank instruments to the City, and become immediately liable on said bid bond in said sum. The bid security shall be returned to the unsuccessful bidders. All bids must expressly covenant that if the bidder is awarded the contract, the bidder shall within fifteen (15) calendar days of the acceptance of said bid by the City Council, enter into a contract and give good and sufficient bond to secure the performance of the terms and conditions of the contract. In the event the successful bidder does not enter into a formal contract within fifteen (15) calendar days or give sufficient bond to secure performance, the bidder shall pay unto the City the Police Department Lockers with or without installation Instructions to Bidders difference between the amount of the bid of said bidder and the amount for which the City legally) contracts with another party to perform said work if the latter amount is more than the former. The Performance Bond shall remain in effect until the date the Police Department Lockers with or without installation. Performance Bond shall be for 100% of the total contract price. No bid shall be withdrawn after the opening of bids without the consent of the City Council for a period of sixty (60) days after the scheduled time of receiving the bids. The City will accept the lowest responsible bid, but the Council reserves the right to reject any and all bids, to waive any technicality or informality, and accept any bid which may be deemed in the best interest of the City. The successful bidder shall be required to abide by Federal and State Laws. Authorization provided within the budget of the City Council of the City of Kalispell, Montana, in a regular meeting held on August 18, 2025, with further authorization upon order of the City Council scheduled for December 1, 2025. City of Kalispell By Aimee Brunckhorsty City Clerk Publish: November 9, 2025 November 16, 2025 Police Department Lockers with or without installation Instructions to Bidders MINIMUM SPECIFICATIONS FOR Police Department Lockers with or without installation BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY THE ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED Police Department Lockers 1. QUANTITY: 65 WELDED LOCKER 18W X 24D X 72H WITH SINGLE DOOR 2. PULL OUT DRAWER BASE 18W X 36D X 18H l( ❑ 3. Power Charging Capability ❑ 4. Locking system ❑ 5. Number Tags on door ❑ Warranty, Service, & Training q( ❑ 6. One set of both Service and Parts manuals shall ❑ be provided for the equipment. 7. Warranty service shall be provided within a 50- ❑ 48 hour response time available mile radius of the City of Kalispell. a. Warranty coverage shall be a minimum ❑ of one year. b. 1 hour of operator training shall be ❑ provided to the City of Kalispell operators, on site. Training will go over operation and regular maintenance procedures. c. 1 hour of maintenance training shall be ❑ provided to the City of Kalispell. Training will go over maintenance requirements and procedures. d. Extended Warranty ❑ Police Department Lockers with or without installation Bid Conditions �,. �f MINIMUM SPECIFICATIONS FOR Police Department Lockers with or without installation BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY THE ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED Police Department Locker Configuration Item 8 Police Department Lockers with or without installation Equipment Specifications SECTION 00400 BIDDER REFERENCES The Bidder shall provide the following information for three equipment sales of a similar nature to the equipment currently being bid that the Bidder has completed within the past five years in the space provided below. EQUIPMENT I IDENTIFICATION: KALISPELL POLICE DEPARTMENT LOCATION: KALISPELL, MT EQUIPMENT VALUE: $121,900.00 CLIENT AND REFERENCE CONTACT: RYAN BARTHOLOMEW, 406-758-7793 DESCRIPTION OF EQUIPMENT WITH ATTACHMENTS: HIGH DENSITY MOBILE SYSTEM AND EVIDENCE LOCKERS EQUIPMENT 2 IDENTIFICATION: LAKE HAVASU COURTS LOCATION: LAKE HAVASU CITY, AZ EQUIPMENT VALUE: $90,950.00 COLENE LOWERY (928-453-0748) CLIENT AND REFERENCE CONTACT: CLOWERY@COURTS.AZ.GOV DESCRIPTION OF EQUIPMENT WITH ATTACHMENTS: MOBILE SYSTEM WITH FASCO PISTOL LOCKERS EQUIPMENT 3 IDENTIFICATION: FORT CARSON BUTTS ARMY AIRFIELD LOCATION:FORT CARSON, CO EQUIPMENT VALUE: $250,100.00 GREG CROSBY (385-333-4400) CLIENT AND REFERENCE CONTACT: GREG@HHICORP.COM DESCRIPTION OF EQUIPMENT WITH ATTACHMENTS: HALLOWELL TA-50 LOCKERS Police Department Lockers with or without installation Bidder References SECTION 00150 INFORMATION FOR BIDDERS The City of Kalispell is soliciting bids for Police Department Lockers with or without installation. The equipment bid must be complete and ready for immediate operation after delivery and installation. The City reserves the right to reject any and all bids. Alternate Bid 1: Include the Police Department Lockers with delivery and installation. Alternate Bid 2: Include the Police Department Lockers with delivery excluding installation. Bids that do not include Alternate 1 (installation) will still be considered. Only one alternate will be awarded. The cost of all equipment and components not specifically required by these Specifications and Bidding Documents but which are required for the complete and operational system offered, shall be included with the unit and be represented in the final bid price of the bidder. All manufacturer's standard equipment and options shall be provided and included in the final bid price of the bidder. It is the bidder's responsibility to carefully examine each item of the specifications. Failure to submit a complete bid or failure to respond to each bid item may cause the bid to be rejected. Any deviations from the specifications of the solicitation shall be fully described. The bidder shall include a separate sheet if necessary, in order to accurately describe deviations. Bidders shall complete this form as well as the Minimum Specifications Checklist, Bidders will be required to submit the brand name, manufacturer, and other information as requested for specific equipment and components within five (5) days from the date of the request. The City of Kalispell reserves the right to reject any equipment or component that the City deems unacceptable by reason of quality or performance. The complete and ready for operation Police Department Lockers with or without installation shall be delivered to the City of Kalispell Police Evidence Storage Building, 306 First Avenue East, Kalispell, Montana 59901 within 120 days from the date of the Contract understanding that bidder will need to coordinate with the contractor awarded the bid to complete a remodel of the building and will not be penalized for related delays out of there control. If the Police Department Lockers with or without installation is not delivered and installed within 120 days from the date of the Contract, the Bidder shall pay the City of Kalispell one hundred dollars ($100.00) for each calendar day that expires until the Police Department Lockers with or without installation is delivered to and accepted by the City of Kalispell. I have read and understand the information and bidding requirements provided on this page. 14��wr CQ t�c�nP� AADS OFFICE SOLUTIONS INT'L LLC 11/18/2025 Signature & Title Company Date Police Department Lockers with or without installation Instructions to Bidders IN WITNESS WHEREOF, Owner and Contractor have signed three (3) copies of the Contract. Two (2) counterparts have been delivered to Owner and one (1) counterparts to Contractor. All portions of the Specifications and Contract Documents have been signed or identified by Owner and Contractor. This Contract will be effective on Owner City of Kalispell A Municipal Corporation By Kalispell City Manager Attest (Signature) Address for giving notices: P.O. Box 1997 Kalispell, MT 59903 Phone No. 406-758-7786 (CORPORATE SEAL) Contractor AADS OFFICE SOLUTIONS INT'L LLC By MELISSA GALARZA, CO-OWNER Attest MSC �� (Signature) Address for giving notices: 2136 E. MOUNTAIN SKY AVE. PHOENIX, AZ 85048 Phone No. 602-426-1662 (CORPORATE SEAL) Police Department Lockers with or without installation Agreement I SECTION 00500 AGREEMENT This Contract dated the day of in the year 2025, by and between City of Kalispell, a Municipal Corporation, 201 First Avenue East, Kalispell, MT 59901 (Mailing: PO Box 1997, Kalispell, MT 599903), hereinafter called "Owner" and AADS OFFICE SOLUTIONS INT'L LLC , hereinafter called "Contractor". Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE I - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Specifications and Bidding Documents, attached hereto and incorporated fully herein by this reference. The Work consists of furnishing materials, labor, and equipment required to provide a Police Department Lockers with or without installation, complete and ready for operation, to the City of Kalispell. ARTICLE II - CONTRACT TIME 2.01 Time of the Essence. All the time limits for completion and delivery of the Police Department Lockers with or without installation as indicated in the Specifications and Bidding Documents are of the essence of the Contract. 2.02 Days to achieve Completion and Delivery. The Police Department Lockers with or without installation shall be delivered to the City of Kalispell Police Department Evidence Storage Building, 306 First Avenue, Kalispell, MT 59901 within one -hundred and twenty (120) calendar days from the effective date of the Contract. The City acknowledges that Contractor will need to coordinate with the Contractor hired to complete a remodel of the building and will not be held responsible for related delays beyond their control. 2.03 Liquidated Damages. Owner and Contractor recognize that time is of the essence of this Contract. Owner and Contractor also recognize the delays, expense and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner one hundred dollars ($100.00) for each calendar day that expires until the Police Department Lockers with or without installation is delivered to and accepted by the City of Kalispell. ARTICLE III - CONTRACT PRICE Police Department Lockers with or without installation Agreement 3.01 Owner shall pay the Contractor for delivery, installation and acceptance of the Police Department Lockers with or without installation in accordance with the Contract Documents in an amount equal to the sum of established lump sum prices in the total amount of $ ARTICLE IV - INSPECTION AND TESTING 4.01 Owner has the right to inspect and test any and all equipment provided by Contractor pursuant to this Contract. Contractor shall allow Owner and its agents access to the equipment upon delivery for the purpose of such inspection and testing. Any inspection and testing performed by the Owner and its agents is for the sole benefit of the Owner and shall not relieve the Contractor of its duty, responsibility, and obligation for ensuring the work strictly complies with the Contract terms and conditions. Owner's inspection and testing shall not be deemed or considered acceptance by the Owner of any portion of the Contract. Owner's inspection and testing shall not serve to nullify, amend, or waive any warranties provided by the Contractor under this Contract. 4.02 Contractor shall, without charge, replace any material or correct any work found by the Owner or its agents to be defective or otherwise not in compliance with the terms and conditions of this Contract. In the event Contractor fails to replace or correct any defective work or materials after reasonable written notice by the Owner to do so, the Owner may take such corrective action, either .with its own materials and employees or by retaining any third party to do so, and deduct the cost and expense of such corrective action from the Contractor's Compensation. ARTICLE V - PAYMENT PROCEDURES 5.01 Submittal and Processing of Pam The Contractor shall submit an Application for Payment to the City of Kalispell Police Department after the Police Department Lockers with or without installation is delivered to and accepted by the Owner. The payment will be processed in accordance with the Payable Schedule prepared by the Finance Department. ARTICLE VI - CONTRACTOR'S REPRESENTATION 6.01 Contractor has examined and carefully studied the Specifications and Bidding Documents (including all Addenda), and all other related data identified in the Specifications and Bidding Documents. 6.02 Contractor does not consider that any additional examinations, investigations, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Specifications and Bidding Documents. 6.03 The Specifications and Bidding Documents are sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the work. Police Department Lockers with or without installation Agreement ARTICLE VII - CONTRACTOR'S WARRANTIES Contractor represents and warrants as follows: 7.01 Unless otherwise specified by the terms of this Contract, all materials and equipment provided by Contractor shall be new and where not otherwise specified, of the most suitable grade for their intended uses. 7.02 All workmanship and materials shall be of a kind and nature acceptable to the Owner. 7.03 All equipment and materials provided to the Owner as agreed upon shall be free of defects and nonconformities in design, materials, and workmanship for a minimum period beginning from the time of acceptance of the Police Department Lockers with or without installation and ending one (1) year later. Other express warranties on materials that provide for a warranty period longer than one year apply for the period of that express warranty and are not reduced by this provision. Upon receipt of Owner's written notice of defective or nonconforming condition during the warranty period, Contractor shall take all actions, including redesign and replacement, to correct the defective or nonconforming condition within a time frame acceptable to the Owner at no additional cost to the Owner. Contractor shall also, at its sole cost, perform any tests required by Owner to verify that such defective or nonconforming conditions are remedied for a period of an additional one (1) year from the date of Owner's acceptance of the corrective action. 7.04 Contractor and its sureties shall be liable for the satisfaction and full performance of all warranties. 7.05 Contractor shall give its personal attention to the faithful execution of the completion of the Contract. 7.06 Title to all work, materials, and equipment covered by any payment of Contractor's Compensation by City, whether directly incorporated into the Contract or not, shall pass to City at the time of payment, free and clear of all liens and encumbrances. ARTICLE VIII - LIMITATION ON CONTRACTOR'S DAMAGES 8.01 In the event of a claim for damages by Contractor under this Contract, Contractor's damages shall be limited to contract damages and Contractor hereby expressly waives any right to claim or recover consequential, special, punitive, lost business opportunity, lost productivity, field office overhead, general conditions costs, or lost profits damages of any nature or kind. 8.02 In the event Contractor wants to assert a claim for damages of any kind or nature, Contractor shall provide City with written notice of its claim, the facts and circumstances surrounding and giving rise to the claim, and the total amount of damages sought by the Police Department Lockers with or without installation Agreement claim, within ten (10) days of the facts and circumstances giving rise to the claim. In the event Contractor fails to provide such notice, Contractor shall waive all rights to assert such claim. ARTICLE IX - REPRESENTATIVES 9.01 City's Representative: The City's Representative for the purpose of this Contract shall be Jordan Venezio, Police Chief, or such other person as City shall designate in writing. Whenever approval or authorization from or communication or submission to City is required by this Contract, such communication or submission shall be directed to City's Representative and approvals or authorizations shall be issued only by such Representative; provided, however, that in exigent circumstances when City's Representative is not available, Contractor may direct its communication or submission to other designated City personnel or agents and may receive approvals or authorization from such persons. 9.02 Contractor's Representative: The Contractor's Representative for the purpose of this Contract shall be MELISSA GALARZA or such other person as Contractor shall designate in writing. Whenever direction to or communication with Contractor is required by this Contract, such direction or communication shall be directed to Contractor's Representative; provided, however, that in exigent circumstances when Contractor's Representative is not available, City may direct its direction or communication to other designated Contractor personnel_ or agents. ARTICLE X - DISPUTE RESOLUTION 10.01 Any claim, controversy, or dispute between the parties, their agents, employees, or representatives shall be resolved first by negotiation between senior -level personnel from each party duly authorized to execute settlement agreements. Upon mutual agreement of the parties, the parties may invite an independent, disinterested mediator to assist in the negotiated settlement discussions. 10.02 If the parties are unable to resolve the dispute within thirty (30) days from date the dispute was first raided, then such dispute shall be resolved in a court of competent jurisdiction and compliance with the Applicable Law provisions of this Contract. ARTICLE XI - MISCELLANEOUS 11.01 Survival: Contractor's indemnification and warranty obligations shall survive the termination or expiration of this Contract for the maximum period allowed under applicable law. 11.02 Headings: The headings used in this Contract are for convenience only and shall not be construed as a part of the Contract or as a limitation on the scope of the paragraphs to which they refer Police Department Lockers with or without installation Agreement 11.03 Waiver: A waiver by Owner of any default or breach by Contractor of any covenants, terms, or conditions of this Contract shall not limit Owner's right to enforce such covenants, terms, or conditions or to pursue Owner's rights in the event of any subsequent default breach. 11.04 Severability: If any portion of this Contract shall be held to be void or unenforceable, the balance thereof shall continue to be effective. 11.05 Applicable Law: The parties agree that this Contract shall be governed in all respects by the laws of the State of Montana and the parties expressly agree that venue shall be in Flathead County, Montana, and no other venue. 11.06 Binding Effect: This Contract shall be binding upon and shall inure to the benefit of the heirs, legal representatives, successors, and assigns of the parties. 11.07 Amendments: This Contract shall not be modified, amended, or changed in any respect except by a written document signed by all parties. 11.08 No Third -Party Beneficiary: This Contract is for the exclusive benefit of the parties and shall not constitute a third -party beneficiary agreement and shall not be relied upon or enforced by a third party. 11.09 Counterparts: This Contract may be executed in counterparts, which together shall constitute one instrument. 11.10 Assignment: Contractor shall not assign this Contract in whole or in part without the prior written consent of the Owner. No assignment shall relieve Contractor of its responsibility for the performance of the Contract and the completion of the Contract. Contractor shall not assign to any third party other than Contractor's subcontractors on the Contract, the right to receive monies due from Owner without the prior written consent of City. 11.11 Authority: Each party represents that it has full power and authority to enter and perform this Contract and the person signing this Contract on behalf of each party has been properly authorized and empowered to sign this Contract. 11.12 Independent Contractor: The parties agree and acknowledge that in the performance of this Contract and the completion of the Contract, Contractor shall render services as an independent contractor and not as the agent, representative, subcontractor, or employee of the Owner. The parties further agree that all individuals and companies retained by Contractor shall at all times be considered the agents, employees, or independent contractors of Contractor and shall at no time be the employees, agents, or representatives of the Owner. 11.13 Contract Documents: All work on the Contract shall be performed by Contractor in accordance with all the terms and conditions of this Contract and all documents attached Police Department Lockers with or without installation Agreement hereto, which documents shall consist of the following and are incorporated herein by this reference: Invitation for Bids Instructions to Bidders Minimum Specifications for Police Department Lockers with or without installation Performance and Bid Bonds 11.14 Integration: This Contract and all documents attached hereto constitute the entire agreement of the parties. Covenants or representations not contained therein or made a part thereof by reference, shall not be binding upon the parties. There are no understandings between the parties other than as set forth in this Contract. All communications, either verbal or written, made prior to the date of this Contract are hereby abrogated and withdrawn unless specifically made a part of this Contract by reference. Police Department Lockers with or without installation Agreement Project Name: ' o s m » Customer Responsibility for Verification: Customer: By approving this drawing. the costumer confirms that at( dimensions, tolerances A 'ou" and specifications have been reviewed and are accurate for their intended use. The Drawing name: as �/r� customer accepts responsibitity for verifyingcritical details and acknowledges haL etry changes after l they' Aid proval Signature: Date: (C corequestednd time. y incur additionalcost and teatl time. additional AA. is not liabtefor errors not identified iTIONS SOLUTIONS prior to approval . • : • . • ••• 2136 E. Mountain Sky Ave. aads Phoenix, AZ 85048 O F F I C E 602-426-1662 SOLUTIONS www.shopaads.com Company: AADS Office Solutions Int'l, LLC Address: 2136 E. Mountain Sky Ave. Phoenix, AZ 85048 Contact Name: Melissa Galarza, Account Manager Contact Telephone: 602-426-1662 Contact Email: maalarza@shopaads.com Business Type: Certified Woman -owned, small business (WOSB) UEI: M6HVSDJHABUI Cage Code: 556J3 Size Classification: Small business (less than 500 employees) Products & Services: High density shelving/storage systems; weapons cabinets, lockers SAM Registered: Yes Manufacturer: Hallowell Background: AADS Office Solutions, a leading provider of professional customized storage, space, and records management solutions, has been servicing the United States for nearly two decades. Headquartered in Phoenix, Arizona, AADS proudly represents Hallowell for lockers and shelving needs. We serve businesses in virtually every industry by providing expert assistance and top-quality products and service. AADS is a certified woman -owned business entity whose mission is to offer solutions that create value for customers, while providing personalized service and guaranteed satisfaction. The experts at AADS work with customers to maximize space, save time and money through a unique understanding of operational workflow, space management and how to create efficiencies utilizing the products and services AADS offers. The company's owner brings over 20 years of executive level management experience in Fortune 500 companies, and the account manager brings over 10 years of experience in sales and design of lockers and shelving. AADS offers a wide range of custom products and services including lockers, high density mobile storage systems, a wide variety of shelving and storage products, professional installation and maintenance services, filing systems and supplies, and records management solutions. Approach: AADS has the experience, expertise and creativity to ensure projects run smoothly. Each project is approached systematically and begins with a thorough assessment of business needs and requirements. Once the specifications are established, a customized solution is tailored to meet those needs and provide the best value and return on investment. The solution is presented in detail to the customer for review and approval. Once approved, AADS implements all phases of the solution, including coordination with other involved parties, such as end users, architects, designers, engineers, etc. The job is not finished until the project is complete and the customer is 100% satisfied with the results. Eco-Friendly: AADS is committed to providing products that are earth friendly as part of the solutions developed for customers. AADS works with manufacturers who have demonstrated that they have systems and processes in place that support sustainability and are environmentally friendly such as use of non - emissive paint coatings, no ozone -depleting substances used, recycling and reusing materials as part of the manufacturing process, to name a few. t Installation: AADS utilizes a team of professional installers that bring more than thirty years of installation and service (j experience in applications in virtually every industry. Led by factory -trained and certified professionals, 1, the installation team has the capacity to handle jobs of any size, anywhere in the country. Safety: AADS maintains a high level of commitment to safety on all projects. To date, no safety issues have arisen on any job we have completed. AADS maintains a Safety Plan that is modified to reflect the requirements and conditions on a project -specific basis. The Safety Plan addresses potential hazards that exist at each step of the project and identifies controls to mitigate each of those potential hazards. Hallowell — Quality Products for over 1.00 years: AADS is one of the top distributors of Hallowell products, which are proudly made in the USA. At Hallowell, quality isn't a new concept... it has been the way of life since 1903. All products are designed and engineered to last a lifetime. No matter what the product is — lockers, steel shelving or cabinets, you can rest assured that the products are user-friendly, environmentally friendly, safe and extremely durable. Everything made is meticulously crafted with experience and care striving to satisfy all of the needs of our clients. Hallowell products are manufactured in a modern facility located in Deerfield Beach, Florida. This highly efficient facility has computer -controlled fabricating and roll -forming equipment to assure consistent, quality workmanship. The automatic powder coat finishing system enables Hallowell to provide the industry's highest and most durable powder coat paint finish. From initial design to final manufacturing, Hallowell products are engineered using state -of -the art computer technology ensuring quality you can depend on. Experience: AADS has significant experience in both government and private industry. Recent projects include: • NMMI Cahoon Hall — Roswell, NM (athletic storage) • Minot AFB — Minot, ND (tool storage) • Arizona State University — Tempe, AZ (teaching collections storage) • Dugway Proving Grounds — Dugway, UT (warehouse storage) • Fort Carson Butts Army — Fort Carson, CO (TA50 Lockers) • Nellis Air Force Base — Las Vegas, NV (gear lockers; airplane parts storage) • Ft. Stewart Army Base — Ft. Stewart, GA (supplies/equipment) • Hawaii Volcanoes Nat'l Park — Hawaii Volcanoes Nat'l Park, HI (miscellaneous storage) • Edwards AFB Edwards, CA (tool/equipment storage) • Commonwealth of Virginia — Richmond, VA (hospital records) • Selfridge ANGB — Harrison Township, MI (fire department storage) • Kentucky ANG — Louisville, KY (weapons storage) • Forest Services Department — Kamiah, ID (storage) Summary: AADS' experience and expertise in design, sales, project management, installation, and service after the sale, coupled with the manufacturing capability, highest standards for quality products and best -in -class warranty of Hallowell products make AADS Office Solutions the right choice for any size locker or storage project. 2 t �. Perfect For Swat, Police, Fire & Emergency Response Teams Standard electrical knockout at locker top right rear corner ,/ Utility belt hook Security box One side pocket shelf for a 1" thick clipboard Full height piano hinge Finish is standard Powder -coat Full height door stiffeners Lower storage area with pull-out drawer Auto -Locking drawer is activated by upper doors Electrical Knockout in locker top - outlet and wiring by others FEATURES: BODY CONSTRUCTION:16 gauge, Unibody all - welded, galvannealed corrosion resistant sheet steel. Back is 18 gauge BODY STYLES: Single tier, custom designed for specialized use DOOR: 14 gauge louvered double doors with full -height welded in stiffener HINGES: Continuous piano type HANDLE: 3-point high -security turn handle latching handle HOOKS: Two single wall hooks in wardrobe area, single hook in opening below security box, single hook on door. COAT RODS: One at vertical wardrobe section SHELVES: Two full -width at top, one partial shelf above security box LOCKS: Includes built in key lock for main and security box SIZE: Wardrobe locker 24" x 24" x 72" OPTIONAL: Base/drawer unit 24" x 36" x 18" 'STANDARDt i Widths: 24",30",36" Widths: 24", 30", 36" Depths: 18",24" Depths: 30" 36" Height: 7Z' Height: 18" • PEGBOARD DOOR STIFFENER • BOOT TRAY • BODY ARMOR DRYING RACK • PERSONAL ITEMS ACCESSORY TRAY • LOUVERED DRAWER FRONT • PERFORATED TOP • AIRFLOW GAP SHELVES SPACED AWAY FROM BACK FOR ADDED AIRFLOW Large lockable storage compartment doubles as a seat finished in laminated maple wood. Available with and without base storage compartment and seat *� O UNIBODY MYWEARRHANTY AAlt-WELDED 0 COIOR 0 11n1allowelfl Now Available in Standard , Hammertone and Antimicrobial Finishes e u 742 721 727 708 714 738 Rave Red Relay Red Maroon Black Snow White Charcoal • • e o 743 731 720 710 729 746 Freshwater Blue Denim Blue Pep Rally Purple Sandstone Tan Popular Gray mmm 707 717 719 711 706 725 Marine Blue Grand Slam Blue Jersey Blue Light Gray Heather Gray Dark Gray M 744 745 704 740 741 728 Well Bred Brown Deep Forest Brown Evergreen Stardew Gray Rayo de Sol Hoop Orange NOTE: All body components of production KD lockers will be painted our standard neutral color, currently 729 Tan (choice of 729 Tan or 725 Dark Gray for HDV body). Enhance your decor with two-tone color combinations, doors one color and frame a second color, at NO ADDITIONAL COST. Him AMMR1111 E FI 100012. Specially formulated with a unique hammer texture that is tough, highly durable and provides long lasting protection. Note: Patterns/colors of textures and metallics will vary due to their nature. No touch up available for hammertone finishes. Upgrade available for all 24 standard colors f'MEvSAFE ANT/M/CROB/AL FINISHES Upgrade available for all standard 24 colors Our MedSafeTm antimicrobial finishes with Microban' are specially formulated to protect against bacteria, mold, yeast & mildew for up to 20 years! Very beneficial for educational, healthcare, food processing and other hygiene conscious environments. 1-866-566-0500 www.Hallowell-List.com 2823 W. Orange Ave. Apopka, FL 32703 Colors shown are an approximate printed representation of the actual color and will vary depending on light source. Actual color samples are available upon request. Hallowell reserves the right to modify its designs and/or make changes in specifications or colors without prior notice. Now Available in Standard , Hammertone and Antimicrobial Finishes e u 742 721 727 708 714 738 Rave Red Relay Red Maroon Black Snow White Charcoal • • e o 743 731 720 710 729 746 Freshwater Blue Denim Blue Pep Rally Purple Sandstone Tan Popular Gray mmm 707 717 719 711 706 725 Marine Blue Grand Slam Blue Jersey Blue Light Gray Heather Gray Dark Gray M 744 745 704 740 741 728 Well Bred Brown Deep Forest Brown Evergreen Stardew Gray Rayo de Sol Hoop Orange NOTE: All body components of production KD lockers will be painted our standard neutral color, currently 729 Tan (choice of 729 Tan or 725 Dark Gray for HDV body). Enhance your decor with two-tone color combinations, doors one color and frame a second color, at NO ADDITIONAL COST. Him AMMR1111 E FI 100012. Specially formulated with a unique hammer texture that is tough, highly durable and provides long lasting protection. Note: Patterns/colors of textures and metallics will vary due to their nature. No touch up available for hammertone finishes. Upgrade available for all 24 standard colors f'MEvSAFE ANT/M/CROB/AL FINISHES Upgrade available for all standard 24 colors Our MedSafeTm antimicrobial finishes with Microban' are specially formulated to protect against bacteria, mold, yeast & mildew for up to 20 years! Very beneficial for educational, healthcare, food processing and other hygiene conscious environments. 1-866-566-0500 www.Hallowell-List.com 2823 W. Orange Ave. Apopka, FL 32703 Colors shown are an approximate printed representation of the actual color and will vary depending on light source. Actual color samples are available upon request. Hallowell reserves the right to modify its designs and/or make changes in specifications or colors without prior notice. r luniallowel["I 7/20/2023 Re: Made in America — Buy American Act To whom it may concern: This letter is to certify that lockers, cabinets and shelving manufactured by Hallowell are proudly made in America and comply with the Buy American Act. Hallowell products are fabricated in three state -of -the - art -manufacturing facilities in Central and South Florida. Our Deerfield Beach corporate headquarters is a highly efficient manufacturing plant located in one of South Florida's premier office parks. Hallowell also has manufacturing facilities in Apopka and Gainesville, FL. The Buy American Act is aimed at protecting domestic labor by providing a required preference for American goods in direct government purchases. In determining what "American goods" are, the place of mining, production, or manufacture is controlling. The nationality of the contractor is not considered when determining if a product is of domestic origin. Manufactured articles are considered domestic if they have been manufactured in the United States from components, "substantially all" of which have been mined, produced, or manufactured in the United States. The term "substantially all" is defined in the regulations to mean that the cost of foreign components does not exceed 50% of the cost of all components. There are five primary exceptions to the Buy American Act. The act does not apply to procurements when its application would be inconsistent with the public interest or unreasonable in cost. The act does not apply to procurements of products for use outside the United States or of products not produced or manufactured in the United States in sufficient and reasonably available commercial quantities and of satisfactory quality. Lastly, the act does not apply to procurements under $3,000. Also, the Trade Agreements Act of 1979 authorizes the President to waive any otherwise applicable "law, regulation or procedure regarding Government procurement" that would accord foreign products less favorable treatment than that given to domestic products. In summary, the Buy American Act applies to direct purchases by the federal government of more than $3,000, which is consistent with the public interest, reasonable in cost, and for use in the United States. Regards, CC: — Regional Sales Manager, Hallowell 401 Jim Moran Blvd, P.O. Box 9601, Deerfield Beach, FL 33442 . pn 954-429-9155 • fax 954428-3843 www.Hallowell-List.com General Instructions Specifications: Visit our website at www.Hallowell-List.com for descriptions and specifications. Prices herein are based on standard construction. Specifications are subject to change without notice. Shop Drawings: Shop Drawings for approval or file & field use will be supplied upon request only, at no charge for orders of $5,000.00 net and above. A $350.00 net drawing charge will apply if drawings are required on orders less than $5,000.00 net. Please add this requirement to your purchase order by noting "shop drawings required for approval" or "shop drawings required for files and distribution only". Allow 3-4 weeks for preparation of shop drawings when required. Freight Charges: All product will ship as noted on purchase order. If 3rd party or collect is requested, please specify carrier and if billing is to be 3rd parry, please include your account number with the specified carrier. Orders received without carrier specified will be shipped via best way prepaid and freight charges will be added to your invoice. Hallowell products cannot ship via package carrier i.e. UPS, etc with the exception of small parts type orders. Hallowell cannot guarantee quoted freight rates unless quoted in writing and the quoted amount is included in your purchase order. Quoted rates will not be guaranteed for 3rd party or collect shipments. Through special agreements with our carriers, Hallowell will ship prepaid shipments under specific classes and NMFC#s. Please visit the download page of our website for a detailed chart of these codes and classes. If you request we ship 3rd party or collect, your freight account or your customer's freight account may override our freight class exception. Due to the added space taken up by assembled lockers/cabinets, special head load rates and/or truckload rates may apply when shipments exceeds 6 pallets. If you have any questions, please contact our customer service department at 866-566- 0500. Prepaid shipments are subject to a $120.00 minimum shipping/handling charge. Hallowell cannot accommodate "Live Load" requests on production orders. FOB Point: Hallowell reserves the right to select FOB point based on ship to destination and stock availability unless otherwise stated on your purchase order. All production items will ship FOB Factory, Deerfield Beach, Florida unless production K.D. lockers are ordered to ship fully -assembled, in which case Hallowell will utilize the distribution center of it's choice. Weights: Weights shown are approximate and subject to change without notice. How To Order: All purchase orders can be placed via fax to 407-464-3610 or via e-mail to Sales@Hallowell-List.com. For information on becoming an EDI (Electronic Data Interchange) partner, contact us at 866-566-0500 or e-mail Sales@Hallowell-List.com. All Stock locker orders are to be ordered by 1-wide and/or 3-wide catalog numbers adding the appropriate color suffix as outlined on each price book page and under Color Policy outlined on page 6. All purchase orders should include the unit list prices, extended list prices, total list price, applicable discount, applicable escalator, total net price, requested ship date, project name, complete shipping address and authorized signature. Failure to order as outlined above may result in delay of processing your order. Minimum Order: $100.00 net. Discounts: All orders are to be discounted per the agreement in place at the time order is placed. Escalation: All orders for future shipment shall include the appropriate price escalator in effect at the time the order is placed. Failure to include the escalator may result in the delay or rejection of your order. Terms: 1/2% 10, net 30 days, strictly enforced. Warranty: All -Welded lockers and cubbies are guaranteed to be free from defects in material and workmanship for the lifetime of the facility. Plastic lockers carry a 20-year warranty from date of invoice. KD lockers are warranted for two (2) years from date of invoice. All other products carry a one (1) year warranty from date of invoice. Changes: Stock product orders changed after being released to the warehouse are subject to a $75.00 net administrative change order charge in addition to a 30% re -stocking charge (45% for assembled stock locker/cabinet orders). Production orders cannot be changed after being released to production. Cancellations: Stock product orders cancelled for any reason more than 24 hours after receipt are subject to a 30% re -stocking charge (45% for assembled stock locker/cabinet orders). Production orders cannot be cancelled after being released to production. Returns: If for any reason, you wish to return your stock product order, please contact our Customer Service Department at 866-566-0500 or e-mail CustomerService@Hallowell-List.com to obtain a Return Goods Authorization (RGA). Shipment returned without an RGA will be refused. A 30% re -stocking charge will apply for all returned knock -down orders (45% for assembled stock locker orders). Production items are non -returnable. Claims: It is the responsibility of the receiver to count and log all cartons/materials received prior to signing the freight carrier's receipt of delivery. Shortage claims must be submitted in writing within (3) days of receipt of shipment and must include the carton number(s) affected, the "Inspected by" number which is stamped on each carton and a copy of the delivery receipt properly annotated with shorted cartons if applicable. Damage claims must be submitted in writing within three (3) days of receipt of shipment and must include carton number(s) affected and a copy of the delivery receipt, properly annotated with damage details. All claims are to be submitted to our Customer Service Department via fax at 407-464-3610 or via e-mail at CustomerService@Hallowell-List.com. Hallowell will file freight claims for prepaid shipments only. Signing for a shipment complete and without damage relieves the carrier and Hallowell of responsibility. Hallowell cannot be held responsible for missed delivery appointments. HSPB2015-2 �lniallOWE,il Going Green G GREENGUARD GOLD LOOK FOR OUR GREENGUARD CERTIFIED PRODUCTS Hallowell® is committed to minimizing the environmental impact of our products and protecting indoor air quality. Hallowell is officially Greenguard - Indoor Air Quality Certified. - Greenguard is an indoor air quality certification program for low emitting products and materials that evaluate over 75,000 chemicals, including volative organic compounds, carcinogens and reproductive toxins. - Greenguard certification is referenced in both the Collaborative for High Performance Schools (CHPS and the Leadership for Energy and Environment Design (LEED) Building Rating System. - Greenguard Children & Schools Certification establishes strict chemical emmission standards for products intended for use in environments where children and others work, play or reside. Greenguard Emission Criteria Children & Schools Program Individual VOCs < 1/100 TLV and < CA chronic REL Formaldehyde < 0.0135 ppm/13.5 ppb Total VOCs < 0.22 mg/m3 Total Aldehydes < 0.043 ppm/43 ppb Total Phthalates < 0.01 mg/m3 Total Particles (<10pm) < 0.02 mg/m3 2823 W. Orange Ave, Apopka, Florida 32703 866.566.0500 Tel:407.464.3611 www.hallowell-list.com I Hlallowell Sustainability Hallowell is committed to becoming a sustainable company. Here are some ways where the company has demonstrated their commitment: • We are proud to say that 100% of our products are painted with powder, rather than liquid. Powder paint does not require any solvents when changing colors nor does it require filters. which both create a hazardous waste. Powder paint contains no Volatile Organic Compounds, which when emitted may be harmful to humans and the environment. • Hallowell upgraded the lighting in all owned facilities, which includes, offices, warehouses, and also factories. The company changed to high efficiency ballasts and bulbs with highly reflective housings. Specifically, T-4, T-6, and T-8 bulbs were used. Not only were the bulbs changed in our factory and offices in Deerfield Beach, FL, but also in our distribution centers. • A different chemical is used when applying the conversion coating. Instead i/ using iron phosphate which requires heating of the concentration before application, Bonderite NT-I is used. This chemical does not require heat, ultimately saving energy costs because we are not burning gas to heat the water. • Hallowell buys the majority of their steel from Nucor, a steel company that/uses 75% recycled steel content to make their steel. Nucor also uses Electric Arc Furnace Technoloy which has 67% less carbon equivalent emissions than from the conventional way of making steel from iron ore. • There are recycling bins taken up each week for paper as well as alummum and plastics. • Our materials are lead and chrome FREE. LEED Leadership in Energy and Environmental Design The following is information gathered to help architects and designers figure out how many possible LEED points our products could contribute. The information on this page was taken from the USGBC's rating system 2009 For Schools New Construction and Major Renovations. The following is information gathered to help architects and designers figure out how many possible LEED points our products could contribute. The information on this page was taken from the USGBC's rating system LEED 2009 For Schools New Construction and Major Renovations. Materials and Resources MR Credit 4: Recycled Content (1-2 points) Hallowell buys most of their steel direct from the mill. The steel bought is made up of 55.3% post -consumer recycled content and 11.3% post-industrial/pre-consumer. MR Credit 5: Regional Materials (1-2 points) Hallowell has their manufacturing facility located in Deerfield Beach, FL. However, products are shipped to six Distribution Centers located across the country where they are stored and/or assembled. Those locations are: Redlands, CA, Carrollton, TX, Munster, IN, Memphis, TN, Mechanicsburg, PA, and Apopka, FL. MR Credit 7: Certified Wood (1 point) Hallowell has wood lockers available that are FSC (Forest Stewardship Council) Certified. Innovation in Design ID Credit 1: Innovation in Design (1-4 points) Path 1. Innovation in Design Hallowell being Greenguard Children and Schools Certified could be a possible contribute to Innovation in Design if many of the other products going into the building are Greenguard Children and Schools Certified as well. 2823 W. Orange Ave, Apopka, Florida 32703 866.566.0500 Tel:407.464.3611 www.hallowell-list.com Last updated by Dana Garcia on Jul 18, 2025 at 05:11 PM AADS OFFICE SOLUTIONS INTE LLC ]MAILSAM.Gov- AADS OFFICE SOLUTIONS INT'L LLC Unique Entity ID M6HVSDJHABU1 Registration Status Active Registration Physical Address 2136 E Mountain Sky AVE Phoenix, Arizona 85048-9142 United States Doing Business as (blank) Congressional District Arizona 04 Registration Dates Activation Date Jul 22, 2025 CAGE/NCAGE 556.13 Expiration Date Jul 18, 2026 Mailing Address 2136 E Mountain Sky AVE Phoenix, Arizona 85048-9142 United States Division Name (blank) State / Country of Incorporation Arizona / United States Submission Date Jul 18, 2025 Purpose of Registration All Awards Division Number (blank) URL www.shopaads.com Initial Registration Date Jul 21, 2008 Entity Dates Entity Start Date Fiscal Year End Close Date Nov 1, 2004 Dec 31 Immediate Owner CAGE Legal Business Name (blank) (blank) Highest Level Owner CAGE Legal Business Name (blank) (blank) Executive Compensation In your business or organization's preceding completed fiscal year, did your business or organization (the legal entity to which this specific SAM record, represented by a Unique Entity ID, belongs) receive both of the following: 1. 80 percent or more of your annual gross revenues in U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements and 2. $25,000,000 or more in annual gross revenues from U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements? No Does the public have access to information about the compensation of the senior executives in your business or organization (the legal entity to which this specific SAM record, represented by a Unique Entity ID, belongs) through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986? Not Selected Proceedings Questions Is your business or organization, as represented by the Unique Entity ID on this entity registration, responding to a Federal procurement opportunity that contains the provision at FAR 52.209-7, subject to the clause in FAR 52.209-9 in a current Federal contract, or applying for a Federal grant opportunity which contains the award term and condition described in 2 C.F.R. 200 Appendix XII? No Does your business or organization, as represented by the Unique Entity ID on this specific SAM record, have current active Federal contracts and/or grants with total value (including any exercised/unexercised options) greater than $10,000,000? Not Selected Within the last five years, had the business or organization (represented by the Unique Entity ID on this specific SAM record) and/or any of its principals, in connection with the award to or performance by the business or organization of a Federal contract or grant, been the subject of a Federal or State (1) criminal proceeding resulting in a conviction or other acknowledgment of fault; (2) civil proceeding resulting in a finding of fault with a monetary fine, penalty, reimbursement, restitution, and/or damages greater than $5,000, or other acknowledgment of fault; and/or (3) administrative proceeding resulting in a finding of fault with either a monetary fine or penalty greater than $5,000 or reimbursement, restitution, or damages greater than $100,000, or other acknowledgment of fault? Not Selected hops://sam.gav/entity/M6/f['SOJIIABUl/coreData?status=null Page I oj3 Last updated by Dana Garcia on Jul 18, 2025 at 05:11 PM AADS OFFICE SOLUTIONS INT'L LLC Active Exclusions Records? No I authorize my entity's non -sensitive information to be displayed in SAM public search results: Yes Socio-Economic Types Self Certified Small Disadvantaged Business Women -Owned Small Business Women -Owned Business SBA -Certified Women -Owned Small Business Entrance Date: Mar 20, 2024 Exit Date: (blank) Check the registrant's Reps & Certs, if present, under FAR 52.212-3 or FAR 52.219-1 to determine if the entity is an SBA -certified HUBZone small business concern. Additional small business information may be found in the SBA's Dynamic Small Business Search if the entity completed the SBA supplemental pages during registration. Accepts Credit Card Payments Debt Subject To Offset Yes No EFT Indicator CAGE Code 0000 556.113 Electronic Funds Transfer Account Type Routing Number Lock Box Number Checking **** 24 (blank) Financial Institution Account Number JPMORGAN CHASE BANK, NA ******'°90 Automated Clearing House Phone (U.S.) Email Phone (non-U.S.) 6024261662 (blank) (blank) Fax (blank) Remittance Address AADS Office Solutions Int'I LLC 2136 E Mountain Sky AVE Phoenix, Arizona 85048 United States EIN 00 Type of Tax Taxpayer Name ** 2578 Applicable Federal Tax AADS OFFICE SOLUTIONS INTL LLC Tax Year (Most Recent Tax Year) Name(Title of Individual Executing Consent TIN Consent Date 2023 Managing Member Jul 18, 2025 Address Signature 2136 E Mountain Sky AIVE DANA GARCIA Phoenix, Arizona 85048 Jul 25, 2025 03:47:54 PMGMT https:Osam.gov/entity/M6HVSDJHABUI/coreData?status=n:4l! Page 2 of3 Last updated 6y Dana Garcia on Jut 18.2025 at 05:11 PM AADS OFFICE SOLUTIONS INT'L LLC Accounts Receivable POC 0 DANA GARCIA dgarcia@shopaads.com 6024261662 Electronic Business 2136 E Mountain Sky AVE DANA GARCIA Phoenix, Arizona 85048 dgarcia@shopaads.com United States 6024261662 Government Business 1 2136 E Mountain Sky AVE DANA GARCIA Phoenix, Arizona 85048 dgarcia@shopaads.com United States 6024261662 NAICS Codes Primary NAICS Codes NAICS Title Yes 337215 Showcase, Partition, Shelving, And Locker Manufacturing 238390 Other Building Finishing Contractors 322230 Stationery Product Manufacturing 337127 Institutional Furniture Manufacturing 337214 Office Furniture (Except Wood) Manufacturing 493110 General Warehousing And Storage Jul25, 2025 03:47:54 PM GMT hops: //sam.gov/entity/M611VSDJHAB U11coreDaW status =md1 Page 3 of 3 W co O V / CJ > r + u �� , 3-1 o . VLLI -b B W n 3 O_ q CO- O O ® � w ft m. U 3 Lq y: o w o� I .01W a � w v �w w �'-.+ U W Cd o d 4 y N U LIJ Z7_ w Cd z by a[i m 1 J r •O .. , U .M W7 W �O N _ M `paw �v� c :w 7 D 0 Z o S-i N N N�n m � O �{ N MZ Z IJ 4 • o oz O O44 s� .O N 3m�'; j�,•�1•i-.".��'-' '+=' '¢• cad � � N N •O N U M.N-� t -4 O N O ✓ N O J z U U � N ^ cz ■� z M o .91.MD Cl N PCDO 'y C. M N ag C;i U Sli � z� o 2 u °6LU u LA u ate, �. v u y : a m V CU U O rn v Z m 72 Cc Ucu E tA d U I u LA N U cal V) 3 fa 0 cu °> b aj LA CL may" C� N U N •� Q E � E L Y El > ca ca �I fl i�l L I ' U W Vr + N b --+ a> , V bAmod ��� � w Ma CA L.L Trw ca � � Q Z o mGOD eA o W if7 o W M _", Ci O O •.. •� M �•=Cl NMI NMIO zz end�o 0 o fA o a �UU CA as � C ^d H z W M cn 0