Loading...
City-Wide Full Service Boot Program - Scope of WorkScope of Work Full-Service Managed Boot Program OBJECTIVE The purpose of this Request for Proposal (RFP) by the City of Denton, Texas, is to solicit proposals from interested vendors to provide safety footwear for purchase and use by the City’s employees across various departments. The City seeks an exclusive direct purchase safety boot vendor capable of supplying approximately 500 pairs of quality safety footwear annually, in both men’s and women’s sizes, with various boot styles and manufacturers. SCOPE OF SERVICES 1. Background The City of Denton has a workforce of approximately 300 – 500 employees across multiple departments, each of which requires durable and protective footwear for safety. These departments include (but are not limited to) Public Works, Parks and Recreation, Police, Fire, Solid Waste, Water, Streets, and Fleet/Facilities Management. The City requires a diverse selection of boots to meet the varying needs of employees in different roles, from heavy-duty work to lighter, specialized tasks. 2. Requirements Program Management The City seeks a program that offers any of the following: a local brick-and-mortar store located within the City of Denton for employee visits, a mobile footwear unit that can travel to multiple departments, or an online program that allows employees to manage orders, annual allotments, and warranty issues. Program management should be efficient, ensuring prompt customer service with minimal administrative burden for the City’s Contract Administrator and their designee. The City will not monitor individual employee spending accounts. The number of employees participating in the program may vary each year, but customer service turnaround time should be 48 hours or less for responses. Online Ordering The online ordering system should at a minimum include: • Footwear availability • Expected delivery dates for orders • Current allotment status • Total footwear allotment by employee (list of all items an employee has received during the program) Mobile Footwear Unit The mobile footwear unit, if offered, should be operated by authorized personnel and must be available to travel to various departments across the City, at no additional cost to the City. Each unit shall be self- contained and include the following features: • Side handrails on retractable safety steps for easy and safe entry for customers • Well-lit areas throughout the unit • Safety fiooring/runners/rugs • Footwear display area capable of displaying a minimum of 20 different styles at one time, representing the vendor’s line/catalog • Capability to carry a minimum of 500 pairs of boxed footwear (this includes a wide variety of sizes for all display styles) • Sizing equipment for both male and female customers Personnel All personnel assisting City employees, whether at a storefront or mobile unit, must be sufficiently trained and knowledgeable to advise on proper fltting and application for all items within this contract. Departments Utilizing this Contract ALL DEPARTMENTS including: • AIRPORT • ANIMAL SERVICES • DENTON MUNICIPAL ELECTRIC • ENGINEERING SERVICES • ENVIRONMENTAL SERVICES • FACILITIES • FIRE • FLEET SERVICES • SAFETY • RISK • INTERNAL AUDIT • MATERIALS MANAGEMENT • MUNICIPAL COURT/JUDGE • PARKS & RECREATION • POLICE • SOLID WASTE • STREET CONST/MAINT • TRAFFIC • WASTEWATER • WATER Specifications Footwear offered shall meet speciflcations set by respective city departments as needed: • Compliant with 1910.132 - General requirements. | Occupational Safety and Health Administration • Oil, chemical, and heat resistance, where applicable • Made of all leather • Rubber or electrically rated soles • Both Insulated and non-insulated • Over the ankle, closed toed: 6” - 17” • Both: o Safety toes meeting ANSI Z41.1 standards (either steel or composite toes) and standard ASTM F2412, Standard Test Methods for Foot Protection, and ASTM F2413 and o non-safety toe in compliance with ASTM F2892, • Impact resistance (I): protects the toe area of the foot. • Compression resistance (C): protects the toe area of the foot. • Metatarsal impact protection (Mt): protects the metatarsal bones at the top of the foot. • Conductive properties (Cd): reduce hazards resulting from static electricity buildup and reduces the possibility of ignition of explosives and volatile chemicals. • Electric hazard protection (EH): protects the worker from accidental contact with a live wire. The test measures how much current can travel through the sole of the boot. • Static dissipative properties (SD): reduce hazards due to excessively low footwear electrical resistance that may exist where SD footwear is required. • Puncture resistance (PR) footwear devices: protects from sharp objects that can penetrate the bottom assembly of the footwear. Manufacturers The City of Denton purchases safety footwear from various manufacturers, which preferably include: • Ariat • Carhartt • Durango • Brunt • Thorogood • Danner • Twisted X • Justin • Wolverine This list is provided for informational purposes, and vendors are welcome to propose additional manufacturers if their products meet the specifled requirements. Quantity The City reserves the right to add or remove products from the vendor’s catalog as needed during the life of the contract. There is no minimum order requirement under this contract, though approximately 500 pairs of boots are anticipated annually based on previous purchases. Warranty The Vendor warrants that all goods and services provided to the City will meet the specifled requirements, be free from defects in workmanship and materials, and be flt for their intended use. The vendor shall provide a return and refund policy for all footwear purchased under the agreement. At a minimum, if any pair of footwear is delivered damaged, or if the wrong item, size, or color is delivered, and the City notifles the vendor within thirty (30) days of delivery acceptance, the vendor must correct the issue through repair or replacement at no additional cost. Pricing Vendors must provide pricing as a discount off the catalog price. Any additional costs such as rush orders, shipping, alterations, oversize boots, or tall sizes must be included. Any changes to the catalog price should be communicated to the City at least 30 days prior to the effective date of the change. Evaluation Criteria Price, Total Cost of Ownership (FACTOR: 50%) The price of items, to include total cost of ownership, such as installation costs, life cycle costs, and warranty provisions. Indicators of Probable Performance under contract (FACTOR: 25%) Indicators of probable performance under the contract to include: past vendor performance, flnancial resources and ability to perform, experience or demonstrated capability and responsibility, references, and the vendor's ability to provide reliable maintenance agreements and support. Compliance with specifications, quality, reliability, characteristics to meet stated or implied needs (FACTOR: 15%) Compliance with the stated speciflcation(s) coupled with the quality and reliability of the goods and services such as fltness for use that meets or exceeds Owner's expectations and the characteristics of the product or service that bear on its ability to meet the stated/implied needs. Delivery/Project Schedule (FACTOR: 10 %) Ability to timely start and complete the project. This includes the schedule to complete the project and may include ability to meet required milestones of completion. For supplies, the estimated delivery after receipt of order.