Loading...
HomeMy WebLinkAbout20233300.tiffConl-vac-1- 0499 4810 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Sheriff's Office Uniform Contract — 2026 with Curtis Blue Line DEPARTMENT: Weld County Sheriff's Office DATE: 10/09/2025 PERSON REQUESTING: Lieutenant Jarrod Bean Brief description of the problem/issue: The Original Agreement between the County and the Weld County Sheriffs Office uniform vendor, Curtis Blue Line, aka L.N. Curtis and Sons, will be ending on December 31St, 2025. As a result, this extension document is being submitted for approval which will end on December 31St, 2026. The extension for 2026 includes an overall average of a 2.55% decrease totaling ($162,481) for 16 items (See attachment) needed to outfit uniformed deputies. The 2025 cost was ($166,739). Please note that this has been reviewed by Assistant County Attorney Will Grummet. What options exist for the Board? The board may either approve or deny this extension. Consequences: If not approved, the Sheriffs Office would have to go out to bid for a new vendor. A denial would terminate the contract without cause. Impacts: If the Board approves the extension, the Uniform Contract will continue per the Original Agreement and will end 12/31/2026. Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): An approval would abide by the Original Agreement and 2025 extension, with an overall price decrease of 2.55%. Recommendation: It is recommended the board approve this extension for the next year with the agreed upon decrease set by the Original Agreement with Curtis Blue Line. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck Scott K. James Jason S. Maxey Lynette Peppier Kevin D. Ross ofr Deg ID/I5/ZS cc: On cr�S� (SO) OAS/ s� zo?B -3 3c0 so0 044 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY SHERIFF'S OFFICE AND CURTIS BLUE LINE, aka L.N. CURTIS and SONS. This Agreement Extension/Renewal ("Renewal"), made and entered into 'V41 day of October, 2025, by and between the Board of Weld County Commissioners, on behalf of the Weld County Sheriff's Office ("County") and Curtis Blue Line, aka L.N. Curtis and Sons ("Contractor"). WHEREAS the parties entered into the Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2023-3300, approved on December 18. 2023. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows' The Original Agreement/Extension expires on December 31, 2025. The parties now agree to extend the Original Agreement for an additional 12 -month period, which will begin January 1, 2026, and will end on December 31, 2026. This Extension/Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the previous Extension Agreement: o There is a 2.55% decrease in the overall pricing for 2026 from the 2025 pricing of $166,739. The base pricing for 2026 is $162,481. An updated price sheet is attached (Exhibit A) • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: M c Printed Name Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Perry L. suck, Chair OCT 1 5 2025 ATTEST:O -(144;4`"(l__' Weld County Clerk to the Board BY. lithI l.(.I 0.v 02ad Deputy Clerk to the Board ZoZ3-33L Exhibit A. Description and Style Approx Unit Price Add- on Costs Sub -Total MFGSKU Yearly Quantity Mauer Urn -Sex Bomber Jacket Black 6120-11 50 $8.375 00 Blauer Men's 6 Pocket Wool Blom Toner. Black 8567-11 380 $103 64 $5 00 $41 283 20 Blauer Mans Long Sleeve Super Ehvl, Grey 8670-12 200 $66 26 $14.252 OD Blauer Men's Short Sleeve Super f hit, Grey 8675-12 380 $62 98 $25,832 40 Blauer Uni-Sox Performance Pro Polo Shirt, Short Sleeve Grey 8126.12 250 $42 18 $0 00 510,545 00 Brauer Uni-Sex Performance Pro Polo Shut, Long Sleeve Grey 8127-12 100 $46 63 SO 00 $4,663 00 Blauer Women's 6 Pocket Wool Blend Trouser. Black 8567W-11 100 $103 64 $5 00 $10 864 00 Blauer Women's Long Sleeve Super Shirt, Grey 8670W-12 50 $66 26 $3 563 00 Blauer Women's Short Sleeve Supe Shirt. Grey 8675W-12 100 $62 98 $6 798 00 5 11 Tactical Mon's Stryke Paint w/Ft x-Tac. Black 74369.019 140 $59 01 $5 00 58,961 40 5 11 Tactical Women's Stryke Point wlFlex.Tac, Black 64386-019 50 $59 01 $5 00 $3.200 50 Blauer Uni-Sex Sweater, Quarter Zic. Black 228-11 100 $11,44800 Name Plates. Flat Brass Cobred w7Back Lettering 69 85 $17 50 $0 00 $1,487 50 Uniform Shoulder Patches 1200 51 80 SC 00 $2.160 DO Performance Polo Badge and Agency une Embrodery 420 50 00 $7.560 00 Uniform Chest Patches 1200 $1 24 SO 00 $1488 DO Grand Total $162.481 00 $2.50 per patch. THIS BID MAY BE EXTENDED FOR UP TO TWO (2) ADDITIONAL YEARS FOR SAME PRICING (at the discretion of Weld County Governmelt). Will pricing be the same NO [X] (IF NOT PLEASE SPECIFY) DOES YOUR COMPANY HAVE AN D=FICE IN COLORADO') YES [XI IF SO. STATE WHERE 7050 South Yosemite Street Centennial, CO 80112 Shoulder Patches + Chest Patch Hem Shoulder Patches Shoulder Patches Emb Only Emb Only Hem Shoulder Patches Shoulder Patches Specify Length - or comes unhemmed Specify Regular or Long - Hem Length if needed Shoulder Patches + Chest Patch 69 Reeves, polished gold, black, clutch LE is the old part number, they no longer use this designation. 30-60 day lead time from vendor, ORDER WHOLE QTY FOR DISCOUNT Was not on list but on bid. 30-60 day lead time from vendor ORDER WHOLE QTY FOR DISCOUNT ontr. ct Entity Information Entity Name* LN CURTIS & SONS Entity ID* @00033462 Contract Name* SHERIFF'S OFFICE UNIFORM CONTRACT - 2026 CURTIS BLUE LINE Contract Status CTB REVIEW Q New Entity? Contract ID 9986 Contract Lead * TMATTHEWS Contract Lead Email tmatthews@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description* 2026 CONTRACT EXTENSION WITH CURTIS BLUE LINE, AKA L.N. CURTIS AND SONS TO OUTFIT UNIFORMED DEPUTIES FOR ADDITIONAL 12 -MONTH PERIOD. ORIGINAL AGREEMENT, WELD COUNTY BOCC NO. 2023-3300. CURRENT EXTENSION/RENEWAL EXPIRES 12/31/25. Contract Description 2 PRICING FOR 2026 INCLUDES 2.55% DECREASE IN OVERALL PRICING FROM 2025 OF $166,739. BASE PRICING FOR 2026 IS $162,481. Contract Type* Department RENEWAL SHERIFF Amount* $162,481.00 Renewable" YES Automatic Renewal NO Grant IGA Department Email CM-Sheriff@weld.gov Department Head Email CM-Sheriff- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Due Date Date* 10/16/2025 10/20/2025 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date 01/01/2026 Review Date * 10/01/2026 Renewal Date* 01/01/2027 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 10/09/2025 Approval Process Department Head DONNIE PATCH DH Approved Date 10/09/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 10/15/2025 Finance Approver CONSENT Legal Counsel CONSENT Finance Approved Date Legal Counsel Approved Date 10/09/2025 10/09/2025 Tyler Ref # AG 101525 Originator TMATTHEWS Ctr*vcLk ttfl153 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Sheriffs Office Uniform Contract - 2025 DEPARTMENT: Weld County Sheriffs Office DATE: 12/10/2024 PERSON REQUESTING: Lieutenant Kevin Halloran Brief description of the problem/issue: The Original Agreement between the County and the Weld County Sheriffs Office uniform vendor, Curtis Blue Line, aka L.N. Curtis and Sons, will be ending on December 31St, 2024. As a result, this extension document is being submitted for approval which will end on December 31St, 2025. The extension for 2025 includes an average of a 4% increase totaling ($166,739.80) for 16 items (See attachment) needed to outfit uniformed deputies. The 2024 cost was ($161,548.96). Please note that this has been reviewed by Assistant County Attorney Karin McDougal. What options exist for the Board? (include consequences, impacts, costs, etc. of options): The board may either approve or deny this amendment. An approval would abide by the Original Agreement in this yearly extension document with the increase of 4%. A denial would seemingly terminate this contract, causing the Sheriff's Office to go out to bid for a new vendor. A denial would be a termination without cause. Recommendation: It is recommended the board approve this extension for the next year with the agreed upon increase set by the Original Agreement with Curtis Blue Line. Kevin Ross, Chair Perry Buck, Pro-Tem Lori Saine Scott James Mike Freeman Covi5tfl4 Par)cLc I Z/ I (p/ Z Approve Recommendation PP- frit, Via email Schedule Work Session cc Ohtas€ (Sod ziturag Other/Comments: zo233Bct SU 6044 Karla Ford From: Sent: To: Subject: Mike Freeman Tuesday, December 10, 2024 2:19 PM Karla Ford Re: Please Reply - PA Request for 2025 Curtis Blue Line Contract extension w price increase Approve Sent from my iPhone On Dec 10, 2024, at 3:27 PM, Karla Ford <kford@weld.gov>wrote: Please advise if you support recommendation and to have department place on the agenda. Karla Ford X Office Manager, Board of Weld County Commissioners 1150 0 Street, P.O. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kford wefd,gov :: www.weldgov.com **Please note my working hours are Monday -Thursday 7:00a.m.-4:00p.m.** <image003.jpg> Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Sonja Kohlgraf <skohlgraf@weid.gov> Sent: Tuesday, December 10, 2024 12:21 PM To: Karla Ford <kford@weld.gov> Cc: Kevin Halloran <khalloran@weld.gov>; Donnie Patch <dpatch@weld.gov>; Steven Reams <sreams@weld.gov>; Jill Scott <jscott@weld.gov>; Cheryl Pattelli <cpattelli@weld.gov> Subject: PA Request for 2025 Curtis Blue Line Contract extension w price increase Hello Karla, Please find the PA request and 2025 CBL contract extension attached. Please let me know if you have any questions. Thank you, Sonja Kohlgraf, MBA Finance Manager Weld County Sheriffs Office Ph: 970-400-2872 <image001. jpg> CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY SHERIFF'S OFFICE AND CURTIS BLUE LINE, aka L.N. CURTIS and SONS. This Agreement Extension/Renewal ("Renewal"), made and entered into 16th day of December, 2024, by and between the Board of Weld County Commissioners, on behalf of the Weld County Sheriff's Office ("County") and Curtis Blue Line, aka L.N. Curtis and Sons ("Contractor"). WHEREAS the parties entered into the Agreement identified by the Weld County Clerk to the Board of County Commissioners as document No. 2023-3300, approved on December 18, 2023. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: 1. The initial term of the agreement expires on December 31, 2024. 2. The parties now agree to extend the Original Agreement for an additional 12 -month period, which will begin January 1, 2025, and will end on December 31, 2025. 3. This Extension/Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents, which shall be effective upon the expiration of the current term of the previous Extension Agreement: a. Exhibit B - Contractor's response to County's response for bid: i. There is an increase in the base pricing for 2025 from the 2024 pricing of ($161,548.96). The increase is comprised of a 4% annual increase ($166,739.80) for 2025. An updated price sheet is attached. 4. This Amendment, together with the original Agreement and any other agreed to Amendment, constitutes the entire understanding between the parties. All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: CBL, Mike Lucero BOARD OF COUNTY COMMISSIONERS WELD COU BRADO Kevin D. Ross, Chair ATTES BY: CEC 162024 g' .) 4 A4O Clerk to the Board fi448(41311 Deputy Clerk to the Board 2oz3-3M0 2025 Curtis Blue Line Pricing Sheet 2025 Pricing Proposal Approx. Add- on Costs (See Exhibit A for details) Sub -Total Description and Style MFG-SKU Yearly Quantity Unit Price Blauer Uni-Sex Bomber Jacket, Black 6120-11 50 $156.04 $28.00 $9,202.00 Blauer Men's 6 Pocket Wool Blend Trouser, Black 8567-11 380 $99.29 $5.00 $39,630.20 Blauer Men's Long Sleeve Super Shirt, Grey 8670-12 200 $63.83 $17.50 $16,266.00 Blauer Men's Short Sleeve Super Shirt, Grey 8675-12 380 $60.47 $17.50 $29,628.60 Blauer Uni-Sex Performance Pro Polo Shirt, Short Sleeve, Grey 8126-12 250 $39.77 $0.00 $9,942.50 Blauer Uni-Sex Performance Pro Polo Shirt, Long Sleeve, Grey 8127-12 100 $44.04 $0.00 $4,404.00 Blauer Women's 6 Pocket Wool Blend Trouser, Black 8567W-11 100 $99.29 $5.00 $10,429.00 Blauer Women's Long Sleeve Super Shirt, Grey 8670W-12 50 $63.83 $17.50 $4,066.50 Blauer Women's Short Sleeve Super Shirt, Grey 8675W-12 100 $60.47 $17.50 $7,797.00 5.11 Tactical Men's Stryke Point w/Flex-Tac, Black 74369-019 140 $56.45 $5.00 $8,603.00 5.11 Tactical Women's Stryke Point w/Flex-Tac, Black 64386-019 50 $56.45 $5.00 $3,072.50 Blauer Uni-Sex Sweater, Quarter Zip, Black 228-11 100 $99.48 $15.00 $11,448.00 Name Plates, Flat Brass Colored w/Black Lettering 69 85 $16.50 $0.00 $1,402.50 1200 $1.60 $0.00 $1,920.00 Uniform Shoulder Patches 420 $18.00 $0.00 $7,560.00 Performance Polo Badge and Agency Title Embroidery Uniform Chest Patches 1200 $1.14 $0.00 $1,368.00 Grand Total $166,739.80 **Note THIS discretion SPECIFY) BID on Shirt MAY of Patching/Camera BE Weld EXTENDED County Mount** FOR Government). UP TO Will TWO (2) pricing ADDITIONAL be the 12.50 same: Camera NO Mount YEARS [X] (IF FOR NOT $5.00 SAME PLEASE patching PRICING services (at the DOES YOUR COMPANY HAVE AN OFFICE IN COLORADO? YES [X] IF SO, STATE WHERE 6485 East Hampden Ave Denver, CO. 80222 BID REQUEST #B2300201 Page 9 Contract Fo Entity Information Entity Name* CURTIS BLUE LINE Entity ID* @00044659 Contract Name* Contract ID 2025 CURTIS BLUE LINE UNIFORM CONTRACT EXT 8955 Contract Status CTB REVIEW Contract Description* CONTRACT EXTENSION WITH PRICE INCREASE OF 4% Contract Description 2 Contract Type * CONTRACT Amount* $166,739.80 Renewable* YES Automatic Renewal Grant IGA Department SHERIFF Department Email CM-Sheriff@weld.gov Department Head Email CM-Sheriff- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Contract Lead* KHALLORAN Q New Entity? Parent Contract ID Requires Board Approval YES Contract Lead Email Department Project # khalloran@weld.gov;skoh Igraf@weld.gov Requested BOCC Agenda Due Date Date* 12/12/2024 12/16/2024 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date * 09/01/2025 Renewal Date* 12/31/2025 Committed Delivery Date Expiration Date Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head DONNIE PATCH DH Approved Date 12/11/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 12/16/2024 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 12/11/2024 12/11/2024 Tyler Ref # AG 121624 Originator SKOHLGRAF Cun{-vack Ilx+iwc-IZ WELD COUNTY AGREEMENT FOR MATERIALS OR EQUIPMENT BETWEEN WELD COUNTY & CURTIS BLUE LINE THIS AGREEMENT is made and entered into this ,8th day of December, 2023, by and between the County of Weld, a body corporate and politic of the State ofColorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and CURTIS BLUE LINE, aka L.N. Curtis And Sons, a corporation, who whose address is 185 Lennon Lane, Suite 110 Walnut Creek, CA 94598, hereinafter referred to as "Contractor". WHEREAS, the Weld County Sheriffs Office requires a contractor to provide uniforms and other specified equipment to supply to identified staff for the performance of their duties; WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2300201". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibit A which is attached hereto and incorporated herein by reference. Contractor shall coordinate with, the Weld County Sheriffs Office Administration Division Lieutenant, (the "Manager"), to perform the services described on attached Exhibits A and B. Contractor shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may Corntn+ Aopols%--- cc, p,t,„e,,,,-( 20B- 33C0 So result in County's decision to withhold payment or to terminate this Agreement. The material andior equipment shall be delivered to the location(s) specified herein. 3. Term. The term of this Agreement begins January 1, 2024, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Terminalon. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. 6. Compensation/Contract Amount. Upon Contractor's successful delivery of the material or equipment and County's acceptance of the same, County agrees to pay an amount no greater than the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless an Amendment is approved by the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contractor under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any materials or equipment it supplies beyond that specifically authorized by County is performed at Contractor's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the material, service or equipment for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Unemployment insurance benefits will be available to Contractor and its employees and agents only if such coverage is made available by Contractor or a third party. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contractor shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law (and as set forth in Exhibit A provide proof thereof when requested to do so by County. S. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor ail the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word. "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. The Contractor warrants that materials, equipment, and services covered under this Agreement will meet the standards governing such materials, equipment, and services and the provisions of this Agreement. The Contractor further represents and warrants that all materials, equipment, and services shall be performed and delivered by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all materials, equipment, and services will conform to applicable specifications. The Contractor warrants that the goods to be supplied pursuant to this bid are fit and sufficient for the purpose intended; and the goods are merchantable, of good quality, and free from defects, whether patent or latent, in material or workmanship; and the goods sold to Weld County, pursuant to this bid, conform to the minimum Weld County specifications as established herein. All warranties made by the Contractor, together with service warranties' and guarantees shall run to Weld County and its successors and assigns. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the materials, equipment, or service completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating thatthe County will be notified ofany reduction, loss, or modification to coverage. Such notice shall be sent to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (3 0) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contractor. Contractor shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contractor to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms o= this Contract or on account of any act, claim or amount arising or recovered under worker? compensation law or arising out of the failure of the Contractor to conform to any statutes. ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure tr comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contractor in its methods or procedures; or in its provisions of the materials requirec herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contractor shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's L:ability Insurance covering all of the Contractor's Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 products and completed operations aggregate; Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, fo- vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor. Contractor shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, the Administration Lieutenant. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Curtis Blue Line Attn : Jason Mudrock Address: 6485 E. Hampden Avenue Address: Denver, CO 80222 E-mail: evandykeaxurtisblueline.com With copy to: Name: Mike Lucero Position: Denver Store Manager Address: 6485 E. Hampden Avenue Address: Denver, CO 80222 E-mail: mlucero@curtisblueline.com County: Name: Matthew Elbe Position: Administration Division Lieutenant Address:1950 O Street Address: Greeley, CO 80631 E-mail: melbe@weld.gov 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contractor's services and Contractor shall not employ any person having such known interests. During the term of this Agreement, Contractor shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. in the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve sai d dispute. 28. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 29. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra -judicial body or person_ Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. day of 074 ITNE S WHEREOF, the parties hereto have signed this Agreement this /O 2023. CONTRACTOR: CURTIS BLUE LINE Bye. Name: iv?), Title: Date ft/IL/2- 7 WELD COUNTY: ATTEST: �• r '' Weld Co nt , C rk to the Board BY BOARD OF COUNTY COMMISSIONERS W OUNTY, COLO0 Deputy Clerkthe : oard Chair Pro.Tem 'SEC 1 8 2023 Carolyn Geisert From: Sent: To: Cc: Subject Attachments: Mike Lucero <mlucero@curtisblueline.com> Friday, November 3, 2023 4:50 PM bids Jason Mudrock; Elliot VanDyke; Tom Burtch #B2300201 - Curtis Blue Line WeldCounty-CurtisBlueLine.pdf Caution: This email originated from outside of Weld County Government Do not click links or open attachments unless you recognize the sender and know the content is safe. To whom it may concern, Attached is our Bid submittal for #B2300201. We appreciate the opportunity to bid. Thank youl I hereby waive my right to a sealed bid. MIKE LUCERO Store Manager - Denver 0: 303.759.0623 ti°1LucfroJ5 Curt SBluELt74 cam CUF?TIS BLUE LINE f0 RESPONSE TO Weld County Bid #B2300201 UNIFORMS CURTIS BLUE LINE CURTIS BLUE LINE Company Information: L.N. Curtis and Sons was founded in 1929 in Glendale, California by brothers Lloyd and Newton Curtis. Originally building and selling mechanical resuscitators they expanded the business and moved to Oakland, California. Due to the depression of the early 30's, they were unable to sustain business on building and selling resuscitators. They began to concentrate on distribution of emergency responder equipment and have become one of the most successful distributors of such equipment in the United States. In 2009, L.N. Curtis and Sons expanded into Law Enforcement equipment distribution and have grown from a single location in 2009 to nine retail locations in six states. L.N. Curtis and Sons has grown tremendously, however we still hold the company's core values of Quality, Service, Integrity and Caring. We consider our customers as partners, and endeavor to establish long-term relationships based on education, quality law enforcement products/services, and ethical behavior. L.N. Curtis and Sons is now in its fourth generation of family ownership and employs over 250 people. L.N. Curtis and Sons is divided into four divisions, Tools For Heros (Firefighter / EMS), Curtis Blue Line (Law Enforcement), Curtis Force Protection (Federal Government and Military), and ECMS (Cleaning, Repair, Maintenance of Fire Textiles) Curtis Blue Line Denver, CO ***Originating Location*** 6485 E Hampden Ave, Denver, CO 80222 303.759.0623 Additional F.esource Locations: Curtis Blue Line Salt Lake City, UT, Curtis Blue Line Phoenix, AZ, Curtis Blue Line Dublin, CA, Curtis Blue Line Santa Fe Springs, CA, Curtis Blue Line West Sacramento, CA, Curtis Blue Line Boise, ID, Curtis Blue Line Tigard, OR, Curtis Blue Line Kent, WA Proiect Manger and Primary Contact EVanDyke@CurtisBlueLine.com 303-601-1865 The project manager for your bid is Elliott VanDyke. Elliott is the Law Enforcement Specialist for the Colorado Territory. Elliott recently retired from law enforcement after 28 years. He spent the first 24 years of his career with the Jacksonville Sheriffs Office in Jacksonville, FL then moved to Colorado in 2019 to accept a pcsition with the Canon City Police Department. Elliott retired from Canon City at the rank of Commander on May 25., 2023. Elliott began working as the Law Enforcement Specialist for Curtis Blue Line shortly after his retirement and specializes in building long term relationships with customers and providing excellent customer service. Supervisory/ Management: mlucero@curtisblueline.com 303-759-0623 Mike Lucera, the Curtis Blue Line Denver Store Manager, will be responsible for the Management of all staff assigned to this engagement. Mike has over 20 years of specialty retail management experience. 185 Lennon Lane, Suite 110 I Walnut Creek, CA 94598 I Phone 510.839.5111 ( Fax 510.839.0219 CurtisBlueLine.com Inside Sales Partner: cbreazeal@curtisblueline.com 385-324-3345 Chealsey Breazeal will be assigned as the Inside Sales Specialist for this engagement. Chealsey has over four years of inside sales experience with Curtis Blue Line. Organizational Chart and Responsibilities Mike Lucero: Provide leadership and oversight of project to include approval of all orders and issuance of Purchase Orders to manufactures. Ensure overall accuracy of orders and customer satisfaction. Elliott VanDyke: Provide any/all on -site uniform and ballistic armor measurements and provide any SME answers to product specific questions. Chealsey Breazeal: Create all necessary quotes, return authorization, billing inquiries to end user. Clayton Sperry: Provide any requested uniform presentations and provide SME feedback on all uniform related questions. Steve Cates and Tracy Henderson: Create and manage customer unique B2B commerce web -based platform if requested. Sean Putman and Jacob French: Provide any in-store armor or uniform sizing at the Denver CBL location. Customer Service; It's What Makes us Different: Curtis Blue Line strives to achieve the highest level of customer service in the industry. A key element to Curtis Blue Line's success has been a company -wide policy to support customers with frequent service and sales calls. Personal one-on-one service is a critical requirement in the LE industry. Curtis Blue Line customer feedback indicates that we have an industry -wide reputation for providing the best customer and product service on a consistent basis. With 90 years of experience supporting the Fire & Emergency Services industry; LNC has proven to be a competent and capable organization, fully experienced in large customer account management and large order fulfillment. With a comprehensive product and service offering coupled with responsive, rapid, and exceptional customer service, CBL offers an extraordinarily skilled, experienced, and service - oriented team. CBL has nine outside sales persons, fully trained and experienced in all aspects of Personal Protective Equipment, Armor and Clothing. Our outside sales force provides face-to-face, in person customer contact for sales and marketing activities; product (technical and sales) information; on -site service activities; and monitoring of customer satisfaction. CBL has over 20 inside sales professionals supporting our outside sales force. Inside sales responsibilities include responding to all customer inquiries; providing immediate and accurate quotations; entering orders; tradcing order status; expediting orders as needed with internal and supplier organizations; proactively identifying and solving potential problems; and managing all corrective action and status tracking for returns and discrepant orders. Web Based Ordering Options: In addition to superb Customer Service Teams plus Retail Stores stocked with uniforms, footwear, tactical gear, duty gear, and more, Curtis Blue Line also offers an Agency Account for online ordering. These online solutions offer a host of options to fit your team's needs including: • Purchase Order or payment terms • Quartermaster ordering capability. • User permission controls • One-step rebuy or reorder options • Onine invoicing and account history • Easy access to NPPGov contract pricing for NPPGov members OR customer -specific pricing with approval • Customized shopping lists • Onine quoting Agency Ordering Information below https://curtisblueline.com/agency-accounts/ https://curtisblueline.com/curtis-plus/ WCSO Fitting with Storefront Location: ***Currently 1.5 hrs from Weld County Weld County will have the choice of options for uniform and armor fittings. All fittings will be done in -person at the Weld County Sheriff's Office or at the Curtis Blue Line Denver Location: 6485 E Hampden Ave. Denver, CO 80222. (New Proposed location within 6 miles of current CBL Location) Expected Opening Quarter 1, 2024. References: Fountain Police Department Lt. D. Scott Gilbertsen scott@fountainpd.org 719-382-8555 Garfield County Sheriff's Office Jim Schuckers jschuckers@garcosheriff.com 970-945-0453 x1026 Laramie County Sheriff Office QM — Lewis Simpson / Lt James Biggs Lewis.S im pson @laramiecountvwy.gov 307-633-4876 Denver City Police Department Sgt. Craig Ord Craig.ord@denvergov.org 720-591-7886 Work History: Denver Police Department; Currently providing the following based on contract ITB It 0166A - DPD Uniforms and Gear • All Gas Masks and Filters • All Ballistic Helmets • All Bicycle Unit Uniforms • All Riot Gear • All Motor Boots Canon City Police Department: Currently providing the following: • All Duty Uniforms • All Duty Gear • All Armor All Outer Carriers and Concealable Carriers • All Specialty Uniforms (Detectives, CSR Officers( Fountain City Police Department Currently providing the following: • All Duty Uniforms • All Duty Gear • All APR • All Armor • All Outer and Concealable Carriers • All Tactical Armor / Plates Garfield County Sheriffs Office Currently providing the following: • All Duty Uniforms All Duty Gear All APR All Armor All Outer and Concealable Carriers Laramie County Sheriff's Office Currently providing the following: • All Duty Uniforms All Duty Gear Lead Times: Curtis Blue Line is in a unique position as we have eight additional locations to include a Rocky Mountain Distribution Center located in Salt Lake City, Ut to pull stock from. CBL will stock uniform and duty gear items unique to Weld County in common sizing at the CBL Denver Location and Distribution Center. Typical lead is approx. two weeks from order with alterations, unless items are out of stock at manufacturer. Availabiltv to size: Curtis Blue Line will make every effort to be on site when requested by Outside Sales Professional Elliott VanDyke or another representative if unavailable, within reason. Store availability is Monday — Friday 9AM to 5PM with the exception of some Holidays. Relationship to Vendors: Curtis Blue Line has had ongoing relationships with the vendors specified in this Bid since 2010 and continues to maintain relationships direct with these vendors. We partner with the vendors to offer the best pricing possible to our customers to the best of our ability. Uniform Warranty and Lifespan: All garments will be warranted per the manufacturer. Lifespan can potentially vary based on wash/wear techniques/frequency based on manufacturer recommendations. We cannot guarantee items based on abuse or potential scuffles/incidents that may happen while worn, but we will always partner with the agency to best remedy any situation that may arise. Any defects will be brought to the manufacturers attention, and handled appropriately. Customer satisfaction is our goal. There are no substantiated complaints against CBL or Outstanding litigation. Description and Style Approx. Unit Price Add- on Costs (See Exhibit A for details) Sub -Total MFG-SKU Toarty Quantity Blauer Uni-Sex Bomber Jacket, Black 6120 50 $148.68 $28.00 $8,834.00 Blauer Men's 6 Pocket Wool Blend Trouser, Black 8567 380 $95.12 $5.00 $38,045.60 Blauer Men's Long Sleeve Super Shirt, Grey 8670 200 $60.58 $17.50 $15,616.00 Blauer Men's Short Sleeve Super Shirt, Grey 8675 380 $57.36 $17.50 $28,446.80 Blauer Uni-Sex Performance Pro Polo Shirt, Short Sleeve, Grey 8126 250 $37.46 $0.00 $9,365.00 Blauer Uni-Sex Performance Pro Polo Shirt, Long Sleeve, Grey 8127 100 $41.56 $0.00 $4,156.00 Blauer Women's 6 Pocket Wool Blend Trouser, Black 8567(W) 100 $95.12 $5.00 $10,012.00 Blauer Women's Long Sleeve Super Shirt, Grey 8670(W) 50 $60.58 $17.50 $3,904.00 Blauer Women's Short Sleeve Super Shirt, Grey 8675(W) 100 $57.36 $17.50 $7,486.00 5.11 Tactical Men's Stryke Point w/Flex-Tac, Black 74369 140 $54.00 $5.00 $8,260.00 5.11 Tactical Women's Stryke Point w/Flex-Tac, Black 64386 50 $54.00 $5.00 $2,950.00 Blauer Uni-Sex Sweater, Quarter Zip, Black 228 100 $105.07 $17.50 $12,257.00 Name Plates, Flat Brass Colored w/Black Lettering 69 85 $16.10 $0.00 $1,368.50 Uniform Shoulder Patches 1200 $1.60 $0.00 Performance Polo Badge and Agency Title Embroidery 420 $18.00 $0.00 $7,560.00 Un"ifonn Chest Patches 1200 $1.14 $0.00 Grand Total $161,548.90 ..Note on Shirt Patching/Camera Mount 12.50 Camera Mount $5,00 patching services Attached separately is the actual spreadsheet with additional notes** THIS BID MAY BE EXTENDED FOR UP TO TWO (2) ADDITIONAL YEARS FOR SAME PRICING (at the discretion of Weld County Government). Will pricing be the same: NO [0] (IF NOT PLEASE SPECIFY) We will match current discount rates and apply to any vendor price changes that will be in effect at the time of extension. Very Important Customer. Your agency will receive access to our VIC email for assistance. We can help you manage your agency's Officer Allowance/Allotment Program MAKE YOUR MONEY GO FURTHER TAX SAVINGS CONVENIENT PURCHASING Dedicate more funds to the gear your officers need. Curtis+ can increase your officers' buying power by 15-35%. VOLUME DISCOUNTS PRESS THE EASY BUTTON Buy how you want. With Curtis+ your allowance can be used in-store, online or over the phone/email. REPORTING Pricing suited to your budget and your officers` wallets. With Curtis+ you get custom agency pricing, so your officers can get more for less. IIM PRODUCT CONTROL CONCIERGE ACCESS Manage and track. You will know exactly how much is available for each individual allowance account at anytime. Customize your catalog. Specify the products, brands, or categories for allowance plus add customized or embellished items. VIC SERVICE Cu RT I S Contact us to get started Today. Form W-9 (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification I. Go to www.lrsgov/FortnW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. a o a .j, c i❑ `p � 1. c c i m to A MI r,.ee.....,,. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. L.N. CURTIS & SONS 2 Business name/disregarded entity name, if different from above CURTIS BLUELINE 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check following seven boxes. 0 IndivlduaVsole proprietor or Q C Corporation ❑ S Corporation 0 Partnership single member LLC Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) Note: Check the appropriate box in the line above for the tax classification of the single -member owner. LLC if the LLC is classified as a angle -member LLC that is disregarded from the owner unless the another LLC that is nab disregarded from the owner for U.5. federal fart purposes. Otherwise, asingle-member k5 disregarded from the owner should check the appropriate box for the tax classification of its owner. 0 Other (see imtruetions) ► only one of the 0 Trust/estate ► 4c Exemptions certain entities, instructions Exempt payee Exemption code )f any) Opp ro accounts,r....4 (codes apply only to not individuals; see on page 3): code (if any) from FATCA reporting DO not check owner of the LLC is LLC that ow . me us, S Address (number, street. and apt. or suite no.) See instructions. 185 LENNON LANE, SUITE 110 Requester's name and address (optional) fi Clty, state, and ZIP code WALNUT CREEK, CA 94598 7 List account nunrber(s) here (optional) Taxpayer Identification Number (TIN} TIM in +r.n annrnnri.in F.nv Th. TIN nrnvirlori mr let matnh the name given on line 1 to avoid ) Sens) aeearity number backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN), if you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. or Employer identification number 9 2 4 3 0 • Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting fora number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has noted me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting in norrent. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part Ii, later. Sign Signature of Here I U.S.persen► General Instruc I • ns Section references are to ntemal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (1TIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date ► /• Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Forrn 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you area U.S. person (Including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding, See What is backup withholding, later. Cat. No. 102310 Form W-9 (Rev. 10-2018) The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2300201. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld Ccunty, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept tie bid that, in the opinion of the Board of County Commissioners, is in the best interests of Weld Ccunty. The bid(s) may be awarded to more than one vendor. FIRM Curtis Blue Lee BY Michael Lucero (Please print) BUSINESS 6485 East Hampden Avenue 11/3/2023 ADDRESS DATE CITY, STATE, ZIP CODE Denver, CO. 80222 303-759-0623 n/a 94-1214350 TELEPHONE NO FAX TAX ID # MLucero@CurtisBlueLine.com SIGNATURERf49-gf9vf5R771,6 "', �°''°'"°"`' E-MAIL EMAIL MLucero@CurtisBlueLlne.com DATE 11/3/2023 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1- 3. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clern to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller AE0323 BID REQUEST #B2300201 Page 13 SPECIFICATIONS FOR UNIFORMS AND EQUIPMENT SCOPE OF SERVICES The Weld County Sheriffs Office is requesting proposals from qualified firms or companies to supply police uniforms and components for purchase per the specifications referenced herein. The anticipated number of sworn personnel to maintain uniforms is approximately three hundred and twenty (320), with approximately another twelve (12) civilian personnel. A. Uniform Specifications: Only Blauer manufactured uniforms are acceptable for sworn personnel. No substitutes will be considered! Civilian personnel require polo shirts and cargo pants, 5.11 brands preferred, but alternatives will be considered. Uniform specifications, including size requirements, color and styles are referenced on attached Exhibit "A" — Uniform Specifications. In addition, vendor shall supply for purchase, all patches, emblems, Utility Incorporated body worn camera mounts/grommets, etc. as per Exhibit A. The Utility Incorporated body worn camera mounts/grommets shall be compatible with the current issued body worn camera to Weld County Personnel. The sizing listed on the Uniform Specifications exhibit is not meant to be all inclusive; vendor shall comply with additional sizing requirements if requested by the Sheriffs Office. B. Cost Structure and Term: Using the Pricing Schedule provided, submit pricing in the format presented. The Pricing Schedule includes a column to list pricing for add-ons; including, but not limited to, Utility Incorporated body worn camera mounts/grommets, patches, emblems, and the installation on to garments, as indicated on Exhibit A. Proposed pricing must include alteration and/or tailoring costs as well as shipping, freight and handling costs. Pricing cannot change mid -year. This agreement may be extended for two (2) additional years at the discretion of Weld County. If indicated in the bid, any anticipated pricing changes for future years must be communicated in writing before October 15 for the following year, and the agreement will be considered for extension with that information. Prices for all garments shall not exceed what is charged to the public via the vendor's public facing website for use by the general public or institutional/government clients. C. Uniform Complement and Quantities: Garments covered in this RFP shall be selected by the Weld County Sheriffs Office from the items represented on the Pricing Schedule. If additional items are requested by the Sheriffs Office, they will be priced using the vendor's same pricing multipliers that are used for similar item categories on the Pricing Schedule. The Sheriffs Office will determine the quantities of each type of approved garment that can be purchased by the employees. The Sheriffs Office may add or delete uniform pieces from the Agreement at any time during the Contract Term. Vendor shall have the ability for personnel to place orders by phone and have the employee pay by personal credit card. If an employee places a personal order, the vendor shall use the same cost structure given to the Sheriffs Office per the Agreement. D. Additional Items/Equipment Availability: Vendor will be expected to provide customizable options for additional items/equipment for personnel. Examples of additional items are: duty boots, beanies/hats, gloves, undershirts, etc. These items shall be available for males and females and in a variety of sizes. E. Extended Sizes: An average of 5-10% of personnel require oversized uniforms (i.e., Big and Tall sizes). No additional cost is to be charged for oversized and/or extended sized garments. Also, the vendor is required to provide female -size apparel at no additional cost; it is estimated that 15-20% of personnel are female. Vendor is to make every effort to see that oversize and female employees receive their uniform pieces in the same time frame as regular -size male employees. F. Delivery: Timely delivery is essential. Vendor shall deliver orders in 2-3 weeks After Receipt of Order (ARO) to the individual employee's home address, or when requested to the Weld County Sheriffs Office 1950 O Street Greeley, CO. 80631, ATTN: Purchasing Representative. An order is considered complete when all patches, stripes, mounts/grommets and emblems are installed. All orders delivered to the Sheriffs Office shall be shipped with the employee's name attached to each uniform package or if there are multiple uniform orders BID REQUEST #B2300201 Page 4 that are shipped at the same time, each uniform order shall be included in its own packaging and labeled with the employee's name. G. Ordering Capabilities: In addition to the traditional service requirements of this proposal the vendor shall develop, operate and maintain a web -based system for the ordering of uniforms by Weld County Sheriffs Office personnel. This web -based system will be the primary ordering instrument for the yearly authorized uniform program for the Sheriffs Office. It shall allow periodic purchases of the awarded items throughout the year to sworn personnel as well. The vendor's web site is to improve the accuracy and efficiency of the uniform ordering process and is to operate in real time. The web site must be fully integrated with the vendor's inventory control, customer service information and accounting systems. During the evaluation process the vendor(s) may be asked to demonstrate a similar web site to the one being requested in this RFP solicitation. The following are guidelines the Weld County Sheriffs Office anticipates will be incorporated into the successful vender's web -ordering program: 1. Secure log -in for authorized personnel. 2. This website shall have an exclusive Weld County Sheriffs Office portal. 3. Website to be operational for the entire life of the contract. 4. Ability for the Weld County Supply Technician to create, change and delete individual profiles for ease of ordering that includes deputies name, size measurements and the ability to update and store measurements as needed. 5. Ability for authorized sworn personnel to place orders for all Blauer and 5.11 items and size options that are listed on EXHIBIT A, as well as other inventory mentioned in this RFP. a. Personnel are to be able to select a category and see thumbnail images of all items contained in that category. By clicking on the thumbnail image a larger image is to be displayed as well as a short product description that is to include, but not be limited to, fabric content and sizing. 6. Shopping cart: Selected items are to appear in a "shopping cart" where the authorized individual may review and adjust the order prior to finalizing the order for shipment. 7. On-line order tracking capabilities that include estimated delivery dates. a. Order Completion: Once an order is completed and the authorized individual has submitted his/her order, he site will automatically generate a final summary of the order to be printed out by the individual. An e-mail confirmation will be sent to the individual and the Weld County Sheriffs Office Purchasing Technician to confirm the order. The order confirmation is to reflect the items ordered along with quantity, price, delivery location and the order number that may be used by both personnel and the vendor to track the order. The web site will automatically keep historical data of member orders for the life of the contract. b. Procurement Payments: The site shall have an accounting mechanism for individual deputies to order uniforms up to a predetermined dollar amount per year (allowance). Payment process needs to be able to identify when the allowance has been met and additional expense needs to be paid by personal credit card. All invoices shall be sent to the Sheriffs Office and not to the individual deputy. 8. Web site Implementation: The vendor is to have the above defined site tested and available for use by Sheriffs Office personnel no later than 20 calendar days after receipt of the award from the County. BID REQUEST #B2300201 Page 5 This timeframe may be adjusted to 35 calendar days after receipt of award, if agreed to by the Sheriffs Office; however, if the site is not operational and functioning properly in that timeframe, the County reserves the right to award the Services Agreement to the next highest ranked vendor. 9. Trainin : The vendor is to provide training in the form of a simple bullet type instruction sheet on the on- line ordering process that may be distributed to personnel using the site. The vendor may also provide onsite training on the proper usage of the web site for key personnel. It is also recommended that there be a link on the website that will have a brief overview on how to use the site and what information must be provided or completed by the authorized individual. 10. Phone/In Store Assistance: During normal business hours, Monday through Friday from 9 a.m. to 5 p.m. MST, the vendor is to have someone available to provide assistance to site users and answer any questions personnel may have when placing an order. 11. Administrative Reports: The web site shall have the ability to provide ad -hoc reports to authorized Sheriffs Office personnel to enhance the accuracy and efficiency of the on- line ordering program. These reports shall provide usage details and performance information and be accessible on demand by authorized personnel. All of these reports shall be able to be exported to Excel documents. The reports shall include, but not be limited to, the following: a. Order summary: Shows individual member orders and total amount spent for a designated time frame. b. Order details: Shows member orders with details of each item ordered for a designated time frame. c. Backordered items: Shows backordered items for all member orders for a designated time frame and can be sorted by manufacturer, item, name and date. d. Item quantity summary: Shows total items for all orders for a designated time frame. e. Individual item quantity summary: Shows items ordered by an individual user for a designated timeframe. SUBMITTAL REQUIREMENTS A. Required Documents: The following information must be included in the proposal. Required proposal documents must be arranged in the order listed below. 1. Company name and address, as well as the name and direct contact information of the primary and secondary account representatives. Briefly describe the primary and secondary account representatives' experience delivering services to Law Enforcement organizations similar in size and scope of those listed under the Scope of Services in this RFP and years of service at your company. 2. Confirmation that your company currently provides secure on- line ordering systems equivalent to the requirements listed in Section I.G of this RFP for agencies of similar size and scope. Confirmation of a secure website for on- line ordering that can be established per the specifications of the Scope of Services within 20 calendar days of receipt of contract award. 3. What is the "lead time" to deliver product After Receipt of Order (ARO)? 4. Can your firm/company be available on site to measure personnel when needed or requested? 5. Describe your relationship with the Manufacturer of the garments proposed for this RFP. Include how you plan to guarantee continuity of supply, quality and uniformity of appearance throughout the life of the resulting Services Agreement. BID REQUEST #B2300201 Page 6 6. Provide information detailing the estimated lifespan of each proposed garment given normal wearing conditions. 7. Complete and return the Pricing Schedule provided in this RFP. Acknowledge your consent to adhere to the Scope of Services and sample Agreement outlined in this solicitation by signing the Pricing Schedule, unless otherwise noted in proposal. 8. List three (3) references whom the Project Manager can contact, from agencies of similar size that have purchased police uniforms from your company within the last two (2) years. Include the name and address of each referenced organization, as well as the name, title, and phone number of the contact person. Weld County reserves the option to check references at its sole discretion. B. Samples: At the County's option, top ranked firms/companies may be requested to supply sample garments for review prior to contract award. PROPOSAL GUIDELINES Proposals shall be limited to ten (10) pages. The County reserves the right to reject any proposal exceeding ten pages. The County assumes no responsibility for liability for any costs vendors may incur in responding to this RFP; including samples, site visits and/or contract negotiations. This RFP may be amended and/or revoked at any time prior to final execution of an Agreement with the County. Deviations from Scope of Services: It is intended that the vendor shall conform to the Scope of Services. Any deviations from the Scope of Services must be clearly identified and explained separately in the proposal. TIMETABLE The following is a proposed timetable developed for this project. Firms will be notified of any significant changes which might occur. em: Date: Questions due to the County October 23, 2023 *Email questions to bids@weldgov.com Written proposals due to the County November 6, 2023 @ 10:00 AM Proposals reviewed November 6 thru November 17, 2023 Bid Awarded November 22, 2023 BID REQUEST #B2300201 Page 7 REVIEW AND ASSESSMENT Firms will be evaluated on the following criteria. These criteria will be the basis for review and assessment of the written proposals. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, WEIGHTING FACTOR QUALIFICATION STANDARD 2.0 Scope of Proposal Does the proposal address all elements of the RFP? Does the proposal show an understanding of the project objectives, methodology to be used and results/outcomes required by the project? Are there any exceptions to the Scope of Services or Agreement? 2.0 Assigned Personnel Do the account representatives have the necessary skills and years of experience delivering service of similar scope? Are sufficient people of the requisite skills and qualifications assigned to the project? 1.0 Availability Can the target Lead Time be met? Are qualified vendor personnel available to assist sworn personnel when needed? Will the vendor be available on site to measure personnel when needed? 1.0 Sustainability Are Garments manufactured to ISO 9001 quality assurance standards? (AG1905) What is the estimated lifespan of each proposed garment given normal wearing conditions? 2.0 Cost Does the proposal include detailed cost break - down for each cost element as applicable and are the line item costs competitive? 2.0 Firm Capability Does the firm have the resources, capacity and support capabilities required to successfully deliver quality service and product? Can the website be operational in the necessary time? Does the firm provide on- line ordering systems equivalent to the requirements listed in the Scope of Services for agencies of similar size and scope? BID REQUEST #B2300201 Page 8 UNIFORM SPECIFICATIONS - EXHIBIT A 1) Blauer (#6120) Black Bomber Jacket a. Shoulder patches and chest patch to be affixed by vendor (Patches supplied, ordered, and stocked by vendor) b. Utility Incorporated body worn camera mounts/grommet to be affixed by vendor (Mounts/grommets supplied, ordered, and stocked by vendor) Design & Construction: 1. Waterproof by design. 2. Waist length bomber style. 3. Front zipper closure. 4. Two piece drop shoulder sleeves. 5. Quilted liner with zip -off sleeves for versatile all -season wear. 6. Underarm sleeve zippers. 7. Permanently lined with waterproof- breathable lining. 8. Collar with collar stand. 9. Two lower reverse pleated patch pockets with flaps and side opening. 10. Inside zippered pocket. 11. Zippered side vents with snap tabs. 12. Badge tab on left breast. 13. Epaulets. Standard Sizes: 1. Unisex sizing: Regular: XS - 6XL Tall: M - 6XL Measurements 1. Regular lergth: Size: L a. Chest: 53.25 (plus or minus 0.75 inches) b. Sleeve from CB Neck: 37 (plus or minus 0.5 inches) c. Back Length: 26 (plus or minus 0.5 inches) 2) Blauer (#8567) Black 6 -Pocket Trousers Specialty Pocket a) Sizes: i. 28 30, 31, 32, 33, 34 ii. 30 30, 31, 32, 33, 34, 35 iii. 31 30, 31, 32, 33, 34, 35, 36, iv. 32 30, 31, 32, 33, 34, 35, 36, v. 33 30, 31, 32, 33, 34, 35, 36, vi. 34 30, 31, 32, 33, 34, 35, 36, vii. 35 30, 31, 32, 33, 34, 35, 36, viii. 36 30, 31, 32, 33, 34, 35, 36, ix. 37 30, 31, 32, 33, 34, 35, 36, x. 38 30, 31, 32, 33, 34, 35, 36, xi. 40 30, 31, 32, 33, 34, 35, 36, xii. 42 30, 31, 32, 33, 34, 35, 36 xiii. 44 30, 31, 32, 33, 34, 35, 36, xiv. 46 30, 31, 32, 33, 34, 35 xv. 48 30, 31, 32, 33, 34 xvi. 50 30, 31, 32, 33, 34 BID REQUEST #B2300201 Page 10 3) Blauer (#8670) Grey Long Sleeve Super Shirt a) Shoulder patches to be affixed by vendor (Patches supplied, ordered, and stocked by vendor) b) Utility Incorporated body worn camera mounts/grommet to be affixed by vendor (Mounts/grommets supplied, ordered, and stocked by vendor) c) Sizes: Men Neck Size and Sleeve length: i. 14.5 32-33 ii. 15 32-33 iii. 15.5 32-33, 34-35 iv. 16 32-33, 34-35 v. 16.5 32-33, 34-35, 36-37 d) Sizes: Women i. 32 Reg, Long ii. 34 Reg, Long iii. 36 Reg, Long iv. 38 Reg, Long v. 40 Reg, Long vi. 42 Reg, Long vii. 44 Reg, Long viii. 46 Reg, Long 3) Blauer (#8675) Grey Short Sleeve Super Shirt vi. 17 32-33, 34-35, 36-37 vii. 17.5 32-33, 34-35, 36-37 viii. 18 34-35, 36-37 ix. 18.5 34-35, 36-37 x. 19 34-35, 36-37 xi. 19.5 34-35, 36-37 b) Shoulder patches to be affixed by vendor (Patches supplied ordered and stocked by vendor) ' c) Utility Incorporated body worn camera mounts/grommet to be affixed by vendor (Mounts/grommets supplied, ordered, and stocked by vendor) d) Sizes: Men i. 5 (14-14.5) Regular ii. M (15-15.5) Regular, Tall iii. L (16-16.5) Regular, Tall iv. XL (17-17.5) Regular, Tall v. 2XL (18-18.5) Regular, Tall vi. 3XL (19) Regular, Tall e) Sizes: Women i. 32 Regular ii. 34 Regular iii. 36 Regular iv. 38 Regular v. 40 Regular vi. 42 Regular vii. 44 Regular viii. 46 Regular BID REQUEST #82300201 Page 11 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on November 6, 2023: 1) Page 4 thru 13 of the Bid Specifications. 2) W9, if applicable* 3) Any future Adcenda must be completed. 4) All other items as requested in the Bid Specifications. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to Include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bld It may be disqualified. BID REQUEST #B2300201 Page 12 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2300201. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is in the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Curtis Blue Line (Please print) BUSINESS ADDRESS 6485 East Hampden Avenue DATE 11/3/2023 Denver, CO. 80222 CITY, STATE, ZIP CODE BY Michael Lucero TELEPHONE NO 5b389703-7d29-4e46-;=7Gn�bY38g,-0e««b. � MLucero@CurtisBlueLine.com SIGNATURE $fob -9695f5877128 303-759-0623 FAX n/a TAX ID # 94-1214350 EMAIL MLucero@CurtisBlueLine.com 11/3/2023 DATE WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1- 3. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller AE0323 BID REQUEST #82300201 Page 13 t Ct Entity Information Entity Name * CURTIS BLUE LINE Entity ID* @00044659 Q New Entity? Contract Name* Contract ID 2024 CURTIS BLUE LINE NEW CONTRACT ESTABLISHED 7692 THROUGH REP Contract Status CTB REVIEW Contract Lead MELBE Contract Lead Email melbe@co.weld.co.us;sko hlgraf@weldgov.com Parent Contract ID Requires Board Approval YES Department Project # Contract Description TOTAL CONTRACT DEPENDING ON HOW MANY UNIFORMS ARE NEEDED. TOTAL PRICE ESTIMATE FOR CONTRACT IS $161,548.90. EACH PIECE OF UNIFORM IS PRICED SEE EXHIBITS A AND B VENDOR RESPONSE TO BID Contract Description 2 THE CONTRACT MAY BE EXTENDED FOR UP TO 2 YEARS (END OF 2026). PRICE MIGHT VARY. PER VENDOR - WILL MATCH CURRENT DISCOUNT RATES AND APPLY TO ANY VENDOR PRICE CHANGES THAT WILL BE IN EFFECT AT TIME OF EXTENSION. Contract Type * AGREEMENT Amount* $161,548.90 Renewable* YES Automatic Renewal Grant IGA Department SHERIFF Department Email CM-Sheriff@weldgov.com Department Head Email CM-Sheriff- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM Requested BOCC Agenda Due Date Date* 12/16/2023 12/20/2023 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date* 09/04/2024 Renewal Date" 12/31/2024 Committed Delivery Date Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 12/13/2023 Approval Process Department Head Finance Approver Legal Counsel DONNIE PATCH CONSENT CONSENT DH Approved Date Finance Approved Date Legal Counsel Approved Date 12/13/2023 12/13/2023 12/13/2023 Final Approval BOCC Approved Tyler Ref # AG 121823 BOCC Signed Date Originator SKOHLGRAF BOCC Agenda Date 12/18/2023 TO: Weld County Purchasing FROM: Lt. Matt Elbe SUBJECT: Sheriff Uniforms and Equipment (B2300201) DATE: 11/16/2023 As advertised, this bid is for various Sheriff Uniforms and Equipment items. The low bid is from the company called Curtis Blue Line and meets specifications. In addition, the bid allows for purchasing of same uniforms & equipment for the same price for up to two additional years, at the discretion of Weld County. Therefore, the Weld County Sheriffs Office is recommending the award to Curtis Blue Line in the amount of $161,548.90. Southwest Substation 4209 WCR 24 1/2 Longmont, Colorado 80504 (720) 652-4215 Fax (720) 652-4217 Headquarters 1950 O Street Greeley, Colorado 80631 (970)356-4015 Fax (970)304-6467 Toll Free (800)436-9276 www.weldsheriff.com Southeast Substation 2950 9`h Street Fort Lupton, Colorado 80621 (303) 857-2465 Fax(303)637-2422 zon-350 SD o044,4 t1/7.2_ WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverettI6 weld.gov coeisertameld.gov ttaylor(a,weld.gov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: NOVEMBER 6, 2023 REQUEST FOR: SHERIFF UNIFORMS & EQUIPMENT DEPARTMENT: SHERIFF'S OFFICE BID NO: B2300201 PRESENT DATE: NOVEMBER 8, 2023 APPROVAL DATE: NOVEMBER 22, 2023 VENDOR TOTAL CURTIS BLUE LINE 6485 EAST HAMPDEN AVENUE DENVER, CO 80222 SKAGGS COMPANIES 707 E. JEFFERSON AVENUE ENGLEWOOD, CO 80113 JONAH'S ENTERPRISES INC. 652 LEFFERTS AVENUE BROOKLYN, NY 11203 THE SHERIFF'S DEPARTMENT IS REVIEWING THE BIDS. $161,548.90 $178,339.00 $244,988.72 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett@weld.gov cgeisert@weld.gov ttavlortS_weld.00v Phone: 970-400-4222, 4223 or 4454 DATE OF BID: NOVEMBER 6, 2023 REQUEST FOR: SHERIFF UNIFORMS & EQUIPMENT DEPARTMENT: SHERIFF'S OFFICE BID NO: B2300201 PRESENT DATE: NOVEMBER 8, 2023 APPROVAL DATE: NOVEMBER 22, 2023 VENDOR CURTIS BLUE LINE 6485 EAST HAMPDEN AVENUE DENVER, CO 80222 JONAHS ENTERPRISES INC. 652 LEFFERTS AVENUE BROOKLYN, NY 11203 SKAGGS COMPANIES 707 E. JEFFERSON AVENUE ENGLEWOOD, CO 80113 THE SHERIFF'S DEPARTMENT IS REVIEWING THE BIDS. 2023-3300 iIB so 01344 Hello