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