Loading...
HomeMy WebLinkAbout20194907.tiffBOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: 2023 Galls LLC Contract Extension (WCSO Uniform Contract) DEPARTMENT: Sheriff's Office DATE: 11/30/2022 PERSON REQUESTING: Sonja Kohlgraf, WCSO Budget Manager and Lt. Mark Pollard (Administration Division) Brief description of the problem/issue: The Galls Inc Uniform contract # 20194907 was initiated in January of 2020. The Sheriff's Office would like to extend the Galls LLC Uniform contract for one year (1/1/2023-12/31/2023). The pricing for 2023 has increased by 8.5%, based on increases in the Consumer Price Index (Source: Bureau of Labor Statistics). Add on costs such as embroidery, sowing on of patches and installment of grommets which hold the Body Worn Camera. have remained the same. Galls has not increased their prices in 2022. The contract extension has been reviewed by the County's attorney. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1) Approve the contract extension for one year 2) Request more information and schedule a work session. 3) Not approve the extension and the SO has to find a different service provider which could result in higher cost Recommendation: We recommend the Board of County Commissioners approve the extension of the Galls LLC contract for 2023. Thank you. Perry L. Buck Mike Freeman, Pro -Tern Scott K. James, Chair Steve Moreno Lori Saine Approve Recommendation 181 r Schedule Work Session Other/Comments: ,2,Z&I22 2011- q9C S000L(O a •w - CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY SHERIFF'S OFFICE AND GALLS LLC This Agreement Extension/Renewal ("Renewal"), made and entered into 2 day of DQWfl1bjYlD by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Sheriff's Office, hereinafter referred to as the "Department", and Galls LLC, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document 20194907, approved on 01/06/2020. 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 previous extension will end on 12/31/2022. • The parties agree to extend the Original Agreement for an additional 12 month period, which will begin 1 1 2023 and will end on 12/31/2023. • The 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 Original Agreement: • Pricing for 2023 reflects an increase of 8.5% from 2022 prices due to national trends in supply chain and staffing challenges but maintains the additional cost for the Body Worn Camera Grommet and Installation of $17.50/each. Prices charged the WCSO shall not exceed the charges (not including patchwork, embroidery, or grommets) that are charged the public via Galls.com. • Please see attached price sheet from the Contractor for 2022 vs. 2023 prices. • 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: Mike Fadden, CEO �► Imo"'+` / mss• o2a'/ f -a 7 Revision of Page 9 Original Contract, reflecting the additional price for the BWC Grommet Installation and a price increase of 8.5% from 2022 to 2023: LASsfely ® Ve AuM0!* L► Fubfc ipment and Apparel Customer: Attn: Rep Name: Acct #: Weld County Sheriff's Office Date: 11/21/2022 1001752283 Quote Number: GQ Item# Mft Model # Description New Price JC591 BLK Blauer #6120 Blauer Uni-Sex Bomber Jacket, Black $ 156.52 TU196 BLK Blauer #8567 Blauer Men's 6 Pocket Wool Blend Trouser, Black $ 100.54 SH445 GRY Blauer #8670 Blauer Men's Long Sleeve Super Shirt, Grey $ 63.41 SH599 GRY Blauer #8675 Blauer Men's Short Sleeve Super Shirt, Grey $ 59.12 SW1598 GRY Blauer #8134 Blauer Uni-Sex Performance Pro Polo Shirt, Short Sleeve, Grey $ 47.99 SH1598 GRY Blauer #8144 Blauer Uni-Sex Performance Pro Polo Shirt, Long Sleeve, Grey $ 55.98 TU200 BLK Blauer #8567W Blauer Women's 6 Pocket Wool Blend Trouser, Black $ 100.83 SR345 GRY Blauer #8670W Blauer Women's Long Sleeve Super Shirt, Grey $ 63.41 SR344 GRY Blauer #8675W Blauer Women's Short Sleeve Super Shirt, Grey $ 59.12 TR909 BLK 5.11 #74369 5.11 Tactical Men's Stryke Point w/Flex-Tac, Black $ 71.98 TR980 BLK 5.11 #64386 5.11 Tactical Women's Stryke Point w/Flex- Tac, Black $ 71.98 ST992 BLK Blauer #228 Blauer Uni-Sex Sweater, Quarter Zip, Black $ 113.96 NT166 EF6170 69LE GLD BW17O Name Plates, Flat Brass Colored w/Black Lettering $ 14.85 Uniform Shoulder Patches $ 1.77 ES13045 E813048 ,'erformance Polo Badge and Agency Title Embroidery $ 10.28 This bid may be ex_ended for up to two (2) additional years for same pricing (at the discretion of Weld County Government). Will pricing be the same YES_ NO x_ (if not please specify) increases in pricing will be based on manufacturer's yearly increase, if any. Amendment effective Jan 1, 2021: Body Worn Camera Grommet and Installation cost: $17.50 per item — with approximate quantity of 225 units per year, for $3,937.50 additional per year. New Contract Request Entity Information Entity Name* Entity 1D* ❑ New Entity? CALLS, INC @00013892 Contract Narne5 Contract ID Parent Contract ID 2023 CALLS LLC CONTRACT EXTENSION 6573 Contract Status CTB REVIEW Contract Description* UNIFORM CONTRACT FOR WCSO Contract Description 2 Contract Type * Department RENEWAL SHERIFF Amount* Department Email $0.00 CM-SheriffiAwveldgov.com Renewable* Department Head Email NO CMl-Sheriff- Automatic Renewal DeptHead,ewweldgov.com County Attorney Grant GENERAL COUNTY ATTORNEY EMAIL IGA County Attorney Email CM- COU NTYATTORN EY@WEL0G OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Contract Lead* Requires Board Approval ACALDWELL YES Contract Lead Email Department Project ar acaldwell@co.weld.co.as, skohigrafeldgov.com Requested 11OCC Agenda Due Date Date* 12117,,°'2022 12,21#2022 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 Review Date* Renewal Date 07x01 ,`2023 Approval Process Department Head irinarwe Approver Legal Counsel ESTHER GESICK CHRIS D'OVIDIO MATTHEW CONROY DH Approved Date Finance Approved Date Legal Counsel Approved Date 12/2012022 12/20/2022 12/21/2022 Final Approval 8OCC Approved Tyler Ref # AG 122822 8OCC Signed Date 8OCC Agenda Date 12/28/'2022 Originator SKOHLGRAF BOARD OF COUNTY COMMISSIONERS CoY wf -i bfr st C9 PASS -AROUND REVIEW PASS -AROUND TITLE: 2022 Galls LLC Contract Extension (WCSO Uniform Contract) DEPARTMENT: Sheriffs Office DATE: 11/10/2021 PERSON REQUESTING: Sonja Kohlgraf, WCSO Budget Manager and Lt. Mark Pollard Brief description of the problem/issue: The Galls Inc Uniform contract # 20194907 was initiated in January of 2020. The Sheriff's Office would like to extend the Galls LLC Uniform contract for one year (1/1/2022-12/31/2022). The pricing for 2022 has increased by 5.3%, based on increases in the Consumer Price Index (Source: Bureau of Labor Statistics). Add on costs such as embroidery, sowing on of patches and installment of grommets which hold the Body Worn Camera. have remained the same. Galls has not increased their prices in 2021. The contract extension has been reviewed by the County's attorney. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1) Approve the contract extension for one year 2) Request more information and schedule a work session. 3) Not approve the extension and the SO has to find a different service provider which could result in higher cost Recommendation: We recommend the Board of County Commissioners approve the extension of the Galls LLC contract for 2022. Thank you. Approve Schedule Recommendation Work Session Other/Comments: Perry L. Buck Mike Freeman f Scott K. James, Pro -Tern Steve Moreno, Chair _X Lori Saine 2 5 onseh-nenclL II/17_i ZOZI Zo9 61 s o 0010 Karla Ford From: Sent: To: Subject: Attachments: Approve Sent from my iPhone Steve Moreno Wednesday, November 10, 2021 12:38 PM Karla Ford Re: Please Reply - PA request for 2022 Galls LLC WCSO Uniform Contract Extension image002 jpg; image001 jpg; image004.png; Pass Around - 2022 Galls contract extension w BWC price added.doc; Partially Signed WCSO Uniforms and Equipment #B1900149- Renewal Acceptance.pdf On Nov 10, 2021, at 11:16 AM, Karla Ford <kford@weldgov.com> wrote: Please advise if you approve recommendation. Thank you. Karla Ford A Office Manager, Board of Weld County Commissioners 1150 O Street, P.Q. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kford cr.weidgov.com :: www.weidgov.com :: **Please note my working hours are Monday -Thursday 7:00a.m.-5:00p,m.** 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@weldgov.com> Sent: Wednesday, November 10, 2021 9:13 AM To: Karla Ford <kford@weldgov.com> Subject: PA request for 2022 Galls LLC WCSO Uniform Contract Extension Hello Karla, Please find the PA for the 2022 Galls Uniform contract extension attached. Thank you, Sonja Kohlgraf, MBA Budget Manager Weld County Sheriff's Office Ph: 970-400-2872 u CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY SHERIFF's OFFICE AND GALLS LLC This Agreement Extension/Renewal ("Renewal"), made and entered into day of November, 2021, by and between the Board of Weld County Commissioners, on behalf of the Weld County Sheriff's Office hereinafter referred to as the "Department", and Galls, LLC, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 20194907, approved on 1-06-2020. 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 ended on 12/31/2020. The parties amended the agreement to extend it 12/31/21. The parties now agree to extend the Original Agreement for an additional 12 month period, which will begin 1/1/2022, and will end on 12/31/2022. • The Renewals, 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 Original Agreement: 1. Pricing for 2022 does reflect a 5.3% increase for each garment. Add on cost remains unchanged and Body -Worn Camera Grommet and installation is an additional $17.50/each. Please see attached revision of page 9 original contract which reflects approximate quantity and increased total. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: David Sc eve Pr'td a i ture BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO a- - Steve Moreno, Chair NOV 2 2 2021 ATTI Weli BY: 2o/9- 4'9o7 �$ �� � ,• u-�.c�' . �,� �� don ' is See art ifs Blauer Uni-Sex Bomber Jacket, Black 6120 50 $144.26 $5.88 $7,213.00 Blauer Men's 6 Pocket Wool Blend Trouser, Black 8567 380 $92.66 $2.06 $35,210.80 Blauer Men's Long Sleeve Super Shirt, Grey 8670 200 $58.44 $3.92 $11,688.00 Blauer Men's Short Sleeve Super Shirt, Grey 8675 380 $54.49 $3.92 $20,706.20 Blauer Uni-Sex Performance Pro Polo Shirt, Short Sleeve, Grey 8134 250 $44.23 $5.37 $11,057.50 Blauer Uni-Sex Performance Pro Polo Shirt, Long Sleeve, Grey 8144 100 $51.60 $5.37 $5,160.00 Blauer Women's 6 Pocket Wool Blend Trouser, Black 8567(W) 100 $92.93 $2.06 $9,293.00 Blauer Women's Long Sleeve Super Shirt, Grey 8670(W) 50 $58.44 $3.92 $2,922.00 Blauer Women's Short Sleeve Super Shirt, Grey 8675(W) 100 $54.49 $3.92 $5,449.00 5.11 Tactical Men's Stryke Point w/Flex-Tac, Black 74369 140 $66.34 $0.00 $9,287.60 5.11 Tactical Women's Stryke Point w/Flex-Tac, Black 64386 50 666.34 $0.00 $3,31.7._00._. Blauer Uni-Sex Sweater, Quarter Zip, Black 228 100 $105.04 $5.88 $10,504.00 Name Plates, Flat Brass Colored w/Black Lettering 85 13.69 $0.00 $1.163.65 Uniform Shoulder Patches 1200 $1.63 $0.00 $1,956.00 Performance Polo Badge and Agency Title Embroidery 420 $9.48 $0.00 $3,981.60 Grand Total I $138,909.35 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: YES _ NO_ (IF NOT PLEASE SPECIFY) _Increases in pricing will be based on manufacturers yearly increase, if any. Amendment effective Jan.1� 2021: Body Worn Camera Grommet and Installation Cost: $17.50 per item - with approximate quantity of 225 units per year, for $3,937.50 per year. BID REQUEST #B1900149 Page 9 New Contract t Entity kif�n�iU�n Entity rne Entity ID Li New Entity? GALLS, INC 13892 Contract * Contract 113 Parent Contract 2022 GALLS LLC UNIFORM O EXTENSION SI 5409 Contract Status Contractl * ROqW1QS BoardA19r:oVal CTB REVIEW 5 ET a 'DES Contract Email Project s aneta c . eld,co.as, skohlgr f weld o .com Contract Description* THIS IS THE 2022 CONTRACT E SIO . 2020 ORIGINAL CONTRACT AMOUNT 131,929. 5.3% PRICE INCREASE PER GARNET. ESTIMATED IMPACT $6,989. Contract Description COntract Type * Department CONTRACT SHERIFF Amowlt* Department Email $138,909.35 -Sheriff@weld v.com Renewable* Department Head Email YES CMSheriff- Dept:Head@weidgovcom Automatic Renewal County t Grant GENERAL COUNTY ATTORNEY EMAIL lCounty Attorney ail CM- COUNTYATTORNEY1WELDG OVCOM if this is a renewal , n t previous ntr ct ID if this is part of a MSA enter MSA Contract ID Requested 80CC Agendae Date* 1111812021 11/2212021 Will a work sessionwith required?* NO Does Contract require it rch Dept. to be i Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in 0n8ase Contract ate. Date Date * Renewal E.ate* 09/29/2022 1213112023 • Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasmg Purchasing r Purchasing Approveda Approval Process Department Head Finance r Legal Counsel DONNIE PATCH CHRIS,`DOD1O KAR1N MCDOUGAL OH Approved c Approved Date Legal Counsel-,r.e ate 1 111712021 11/1712021 11/18)2021 Final . aOCC Approved Tyler Ref AG 112221 aOCC Agenda 11 /221`2021 Originator SKOHLGRAF � r1+r�Ct =O -V -j ) '10 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: 2021 Galls LLC Contract Extension DEPARTMENT: Sheriff's Office DATE: 11/3/2020 PERSON REQUESTING: Sonja Kohlgraf, WCSO Budget Manager and Lt. Mark Pollard Brief description of the problem/issue: The Galls Inc Uniform contract # 20194907 was initiated in January of 2020. The Sheriff's Office would like to extend the Galls LLC Uniform contract for one year (1/1/2021-12/31/2021). The pricing for 2021 remains the same and reflects the additional cost, covering the installment of grommets which hold the Body Worn Camera. The contract extension has been reviewed by the County's attorney. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1) Approve the contract extension for one year 2) Request more information and schedule a work session. 3) Not approve the extension and the SO has to find a different service provider which could result in higher cost Recommendation: We recommend the Board of County Commissioners approve the extension of the Galls LLC contract for 2021. Thank you. Approve Schedule Recommendation Work Session Other/Comments; Mike Freeman, Chair _ Scott K. James Barbara Kirkmeyer Steve Moreno, Pro -Tern __ Kevin D. Ross Q019-LI"107 SO OOc-10 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY SHERIFF'S OFFICE AND GALLS LLC This Agreement Extension/Renewal ("Renewal"), made and entered into_1(� day of November, 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Sheriff's Office, hereinafter referred to as the "Department", and Galls LLC, hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document 20194907 , approved on 01/06/2020 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 will end on 12/31/2020. • The parties agree to extend the Original Agreement for an additional 12 month period, which will begin 1/1/2021, and will end on 12/31/2021. • The 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 Original Agreement: 1. Pricing for 2021 remains the same and reflects the additional cost for the Body Worn Camera Grommet and Installation of $17.50/each. Please see attached revision of page 9 original contract which reflects approximate quantity and increased total. • 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: David Sch ve CFO Pined V eff tore �/iJ BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Pro —Tern NOV 1 6 2020 ATTI Wel BY: 020/9- X907 Revision of Page 9 Original Contract, reflecting the additional price for the BWC Grommet Installation ApproL Add o[! 13@8�.:iiIDtt aticftye UnitPrlt Gtr (3ae dbTal Yearly MFO4KU Exhibit Afor Quantihr. detalia) Blauer UrwSex Bomber Jacket, Black 6120 50 $137.00 $5.88 $6,850.00 Blauer Men's 6 Pocket Wool Blend Trouser, Black 8567 380 $88.00 $2 06 $33,440.00 Blauer Men's Long Sleeve Super Shirt. Grey 8670 200 $55.50 $3.92 $11,100.00 Blauer Men's Short Sleeve Super Shirt, Grey 8675 380 $51 75 $3.92 $19,665.00 Blauer Uni-Sex Performance Pro Polo Shirt, Short Sleeve. Grey 8134 250 $42,00 $5.37 $10,500.00 Blauer Uni-Sex Performance Pro Polo Shirt Long Sleeve. Grey 8144 100 549.00 $5 37 54.900.00 Blauer Women's 6 Pocket Wool Blend Trouser. Black 8567(W) 100 $88.25 $2.06 $8.825.00 Blauer Women's Long Sleeve Super Shirt, Grey 8670(W) 50 555.50 $3.92 $2,775.00 Blauer Women's Short Sleeve Super Shirt, Grey 8675(W) 100 $51 75 $392 $5.175.00 5.11 Tactical Men's Stryke Pointw/Flex•Tac Black 74369 140 $63.00 $0.00 $8.820.00 5.11 Tactical Women's Stryke Point wlFlex-Tac, Black 64386 50 .63.00 $0.00 3.150. 0 Blauer Uni-Sex Sweater, Quarter Ziip, Black 228 100 $99.75 $588 $9,975.00 Name Plates, Flat Brass Colored wiBlack Lettering 85 13.0 $0.00 $1,105 00 Uniform Shoulder Patches 1200 $1.55 $0.00 51,860.00 Performance Polo Badge and Agency Title Embroidery 420 $9.00 $0.00 $3,780.00 Grand Total 5131.920.00 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: YES _ NO, (IF NOT PLEASE SPECIFY) Increases in pricing will be based on manufacturers yearly increase, if any. Amendment effective Jan. 1, 2021: Body Worn Camera Grommet and Installation cost: $17.50 per item — with approximate quantity of 225 units per year, for $3,937.50 additional per year. New Contract Request Entity Information Entity Name " Entity ID * LII New Entity? GALLS, INC X0001 3892 Contract Nam * Contract ID Parent Contract ID 2021 CALLS LLC UNIFORM CONTRACT EXTENSION 4240 Contract Status Contract Lead * Requires Board Approval CTB REVIEW SKANETA YES Contract Lead Email Department Project # skanetar co,wweld.co.us; skohlgrafC4eldgov.com Contract Description THIS IS THE 2021 CONTRACT EXTENSION, 2020 ORIGINAL CONTRACT AMOUNT S 1 31,920. NO PRICE INCREASE. ADDITIONAL COST LISTED FOR BODY WORN CAMERA GROMMETS AT $1 7,50 PER INSTALLMENT, ESTIMATED 225 UNITS PER YEAR RESULTING IN A CONTRAC INCREASE OF 53,937.50 Contract Description 2 Contract Type * Department Requested BOCC Agenda Due Date CONTRACT SHERIFF Date* 1L12:2020 ii 16 2020 Amount* Department Email 5135,857.50 CM-Sheriff@weldgov.com Will a work session with BOCC be required?* Renewable * Department Head Email NO YES CM -Sheriff- Does Contract require Purchasing Dept. to be included? DeptHeadAweldgov.com Automatic Renewal NO County Attorney GENERAL COUNTY Grant ATTORNEY EMAIL ICA County Attorney Email CM-- C:OUNTYATTORNEt'1 WELDG OLD'. COM 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 On Base Contract Dates Effective Date. Termination Notice Period Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head DONNIE PATCH DH Approved Date 1105; 2020 Final Approval 8OCC Approved 8OCC Signed Date 9OCC Agenda Date 11162020 Originator SKOHLGRAF Contact Type Review Date 10:01 2021 Committed Delivery Date Contact Email Renewal Date* 12:312021 Expiration Date Contact Phone 1Contact Phone 2 Purchasing Approved Date Finance Approver CHRIS D`OV'1D1O Finance Approved Date 11?06:2020 Tyler Ref # AG 111620 Legal Counsel BOB CHOATE Legal Counsel Approved Date 11 :09,2020 '�1 infra c+ z0 333I • ySTEVE REAMS r, To: Weld County Board of Commissioners From: Undersheriff Donnie Patch and Sonja Kohlgraf, SO Budget Manager Date 12/11/2019 Subject: SO Uniform Bid for 2020 The Weld County Sheriffs Office recently initiated an RFP process for the SO Uniform bid. There are three vendors who submitted an RFP and met the specifications: • Galls, LLC; Headquarters in Lexington KY with a branch in Denver, CO • Kinsco; Longmont, CO • SKAGGS Uniforms & Equipment; Centennial, CO Business experience: Galls: 52+ years Kinsco: 2002 SKAGGS at least 8 years — no exact year given Uniform specifications were met by all three vendors. Price comparison showed that Kinsco is the lowest bidder with $122,151.75 per year, with no price increase for two additional years. The second highest bidder is SKAGGS with $131,186 for the first year and price increases the following years, dependent on manufactures increases. Galls' price bid was $131,920 with price increases for future contract years in response to manufacturing price increases. The Galls bid is $734 higher than SKAGGS and $9,768.25 higher than Kinsco. Lead time to deliver after receipt of order: Kinsco: 2 weeks average, if in stock; 3 weeks if items need to be ordered from manufacturer. The bid reflects that they will have a minimum inventory of eight short -sleeve shirts and six long -sleeve shirts, in the common sizes; however, the bid states that back order situations are out of their control. C�^ Southwest Substation '7` adquarters 1 Southeast Substation 4209 WCR 24 1/2 1950 O Street 5�) 2950 9`h Street / Longmont, Colorado 80504 Greeley, Colorado 80631 / /w // Fort Lupton, Colorado 80621 (720) 652-2415 (970)356-4015 (303) 857-2465 Fax (720) 652-4217 Fax (970)304-6467 Fax (303) 637-2422 Toll Free (800)436-9276 n © 19- • j O7 LJ� www.weldsheriff.com 3000H0 O, ( O(D(ao age l 1 'Nan STE\JE REAMS SKAGGS: 5-7 business days if in stock, 2 weeks if items need to be ordered from manufacturer. Skaggs makes no mention of inventory capacity, but states in their bid that they will strive to maintain inventory. Galls: 1-3 days unless embellishment needed, then 7-10 days. 15-30 days on back -ordered items. Back -ordering is mitigated by significant on -hand inventory plus negotiated safety stock levels with select manufacturers. The Galls' bid was the only one out of the three that could demonstrate that they have adequate inventory on -hand, using their $80M of in -stock inventory and their negotiated safety stock levels. Buying power through the manufacturer is high, due to the fact that Galls is one of the largest vendors in the uniform industry. The three bids were individually reviewed and scored by three Sheriff's Office staff and Galls received the highest scoring based on a quality selection. Of these three vendors, the Sheriff s Office and the Dept of Purchasing recommends the uniform contract be awarded to Galls, LLC. Galls, who is the current uniform vendor for the Sheriffs Office, has extensive business experience and provides excellent customer service through the knowledge and availability of their staff. Their website exceeds the Sheriff's Office needs regarding ordering and management reporting. Although Galls is priced $9,769 higher compared to the lowest bidder, they do reflect a price that is realistic to the market, and comparable to Skaggs. Kinsco reflects similar pricing per uniform, however quoted no embroidery costs in their bid (value of $4,000-$16,000 based on Galls and SKAGGS respectively). Prior to the current contract, the Sheriffs Office contracted with Kinsco; however, the contract was exited early due to order fulfillment issues. It is of paramount importance to the Sheriff's Office that the vendor has sufficient inventory capabilities to ensure the timely delivery of replacement uniforms for over 330 deputies in the Jail and Patrol divisions, as well as new uniforms for multiple new -hire academies, which range between seven to 20 cadets per academy. The uniform orders need to be filled and delivered in a timely manner, so that deputies and cadets can appear for their work assignments adequately equipped. Southwest Substation 4209 WCR 241/2 Longmont, Colorado 80504 (720) 652-2415 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 9th Street Fort Lupton, Colorado 80621 (303) 857-2465 Fax (303) 637-2422 Page 1 2 BOCC STAFF USE Date Set: BOARD OF COUNTY COMMISSIONERS WORK SESSION REQUEST Work Session Title: Review SO Uniform Bids Time: Department/Office: Sheriffs Office Date: 12/10/2019 Person requesting work session: Sonja Kohlgraf Extension: 2872 Has your commissioner coordinator/BOCC chair approved the work session? Yes, Commissioner Coordinator x Yes, Sheriff Recommended length of time needed for discussion: x 15 minutes 20 minutes 30 minutes other (list) : In addition to yourself and the board, please list who should attend: Rob Turf Finance (Don Warden or Jennifer Oftelie) Undersheriff Donnie Patch Brief description of the issue: (please select one) x_ Informational only Action needed Three bids were received for the new SO Uniform contract. The Sheriffs Office would like to inform the BOCC, before the award is announced on 12/16, why the highest bidder was chosen. Options for the board: Request to change the vendor for award or approve the recommended vendor for award. Recommendation to the board: The Sheriffs Office recommends to award Galls LLC the future uniform contract based on historical performance and strong inventory availability. Please see attached Memo explaining the quality -based selection. BOARD CHAIR USE Results/Outcomes: From: Rose. Lindsay To: bids Subject: Galls, LLC Response for Weld County Sheriffs" Office Uniforms and Equipment #81900149 Date: Tuesday, November 26, 2019 6:32:04 AM Attachments: image001.png Galls, LLC Bid Response #B190049.pdf a1sMnffiR%: 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. Good afternoon, Attached is Galls LLC response to Weld County Sheriffs' Office Uniforms and Equipment #B1900149 bid. "I hereby waive my rights to a sealed bid." Thank you, Lindsay Rose I Contract Management Specialist 1340 Russell Cave Road I Lexington, KY 40505 Phone: 859-800-1402 1 Rose-Lindsay©aalls.com REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: NOVEMBER 6, 2019 BID NUMBER: B1900149 DESCRIPTION: SHERIFF'S OFFICE UNIFORMS & EQUIPMENT DEPARTMENT: SHERIFF'S OFFICE BID OPENING DATE: NOVEMBER 26, 2019 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: SHERIFF'S OFFICE UNIFORMS & EQUIPMENT Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150O Street, Room #107 Greeley, CO 80631, until: 10:00 AM (MST) on Tuesday, November 26, 2019 (Weld County Purchasing Time Clock). Questions are due to the County by Friday, November 15, 2019 (MST) at 10:00 AM. (MST). Email questions to bids aa)weldgov.com. 2. INVITATION TO BID: Bids shall include any and all charges for delivery, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay, if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at https://www.weldgov.com/departments/purchasing/bids proposals located under "Bids / Proposals / Tabulations". And, on the Bidnet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County - 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids(CDweldgoy.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid." An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107, Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have any questions. 3. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County, payable after the current fiscal year, are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). if Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the 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. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. E. Compliance with Law: The successful bidder 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. F. Choice of Law: Colorado law, and rules and regulations, established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. H. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. I. Termination: 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. J. Extension or Modification: Any amendments or modifications to this agreement shall be in writing, signed by both parties. K. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The BID REQUEST #B1900149 Page 2 successful bidder 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. L. Warranty: The successful bidder shall provide a warranty to the County as arranged by the parties. M. Non -Assignment: The successful bidder may not assign or transfer this Agreement, or any interest therein or claim thereunder, without the prior written approval of County. N. 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. O. 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. P. Employee Financial Interest/Conflict of Interest— C.R.S. §24-18-201 et seq. and §24-50-507: The signatories to this Agreement agree 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 the successful bidder's services, and the successful bidder shall not employ any person having such known interests. Q. 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. R. 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. S. Insurance. Insurance coverage must be maintained as required by law and as specified in the specifications and/or scope of work. BID REQUEST #131900149 Page 3 SPECIFICATIONS FOR UNIFORMS AND EQUIPMENT The Weld County Sheriff's Office is requesting bids 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 thirty (330), with approximately another one hundred (100) 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. 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, etc. as per Exhibit A. 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, patches, emblems, and the installation on to garments, as indicated on Exhibit A. Proposed pricing must include alternation 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. C. Uniform Complement and Quantities: Garments covered in this REQUEST FOR BID shall be selected by the Weld County Sheriffs Office from the items represented on the Pricing Schedule. If additional items are requested by the Sheriff's Office, they will be priced using the vendor's same pricing multipliers that are used for similar item categories on the Pricing Schedule. The Sheriff's Office will determine the quantities of each type of approved garment that can be purchased by the employees. The Sheriff's 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 Sheriff's Office. D. 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 oversized and female employees receive their uniform pieces in the same time frame as regular -sized male employees. E. Delivery: 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 and emblems are installed. All orders delivered to the Sheriff's Office shall be shipped with the employee's name attached to each uniform package or if there are multiple uniform orders 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 Sheriff's 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 website is to improve the accuracy and efficiency of the uniform ordering process and is to operate in real time. The website must be fully integrated with the vendor's inventory control, customer service information and accounting systems. BID REQUEST #B1900149 Page 4 During the evaluation process the vendor(s) may be asked to demonstrate a similar website to the one being requested in this REQUEST FOR BID solicitation. The following are guidelines the Weld County Sheriff's Office anticipates will be incorporated into the successful vendor's web -ordering program: 1. Secure log -in for authorized personnel. 2. This website will have an exclusive Weld County Sheriff's Office portal. 3. Website to be operational for the entire life of the contract. 4. Ability for the 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. 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, the 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 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 website 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. All invoices shall be sent to the Sheriffs Office and not to the individual deputy. 8. Website 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. 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. Training: 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 website 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 AM. to 5PM, 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. BID REQUEST #B1900149 Page 5 11. Administrative Reports: The website 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 REQUEST FOR BID and years of service at your company. 2. Does your company currently provide secure on-line ordering systems equivalent to the requirements listed in Section I.G of this REQUEST FOR BID for agencies of similar size and scope? Confirm a secure website for on-line ordering 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 REQUEST FOR BID. Include how you plan to guarantee continuity of supply, quality and uniformity of appearance throughout the life of the resulting Services Agreement. 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 REQUEST FOR BID. 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. BID REQUEST #81900149 Page 6 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 Bids 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 REQUEST FOR BID; including samples, site visits and/or contract negotiations. This REQUEST FOR BID 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. Item: Date: Questions due to the County NOVEMBER 15, 2019 @ 10:00 AM (MST) *Email questions to bids weld ov.com Written proposals due to the County NOVEMBER 26, 2019 @ 10:00 AM (MST) Bid Awarded WEEK OF DECEMBER 16, 2019 REVIEW AND ASSESSMENT Firms will be evaluated on the following criteria. These criteria will be the basis for review and assessment of the written bids. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, ad 5 being an outstanding rating. BID REQUEST #81900149 Page 7 WEIGHTING QUALIFICATION STANDARD FACTOR Does the proposal address all elements of the REQUEST FOR BID? Does the proposal show an understanding of the 2.0 Scope of Proposal project objectives, methodology to be used and results/outcomes required by the project? Are there any exceptions to the Scope of Services or Agreement? Do the account representatives have the necessary skills and years of experience 2.0 Assigned Personnel delivering service of similar scope? Are sufficient people of the requisite skills and qualifications assigned to the project? Can the target Lead Time be met? Are qualified 1.0 Availability vendor personnel available to assist sworn personnel when needed? Are Garments manufactured to ISO 9001 quality 1.0 Sustainability assurance standards? (AG1905) What is the estimated lifespan of each proposed garment iven normal wearing conditions? Does the proposal include detailed cost break - 2.0 Cost down for each cost element as applicable and are the line item costs competitive? Does the firm have the resources, capacity and support capabilities required to successfully deliver quality service and product? Can the 2.0 Firm Capability 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 #81900149 Page 8 Description and Style Approx._ Unit Price Add, on' Costs (See' ExhibifAfor de4ails Sub Total ._ MFG-SKU Yearly- Quantity Blauer Uni-Sex Bomber Jacket, Black 6120 50 $137.00 $5.88 $6,850.00 Blauer Men's 6 Pocket Wool Blend Trouser, Black 8567 380 $88.00 $2.06 $33,440.00 Blauer Men's Long Sleeve Super Shirt. Grey 8670 200 $55.50 $3.92 $11,100.00 Blauer Men's Short Sleeve Super Shirt, Grey 8675 380 , $51.75 $3.92 $19,665.00 Blauer Uni-Sex Performance Pro Polo Shirt, Short Sleeve, Grey 8134 250 $42.00 $5.37 $10,500.00 Blauer Uni-Sex Performance Pro Polo Shirt, Long Sleeve, Grey 8144 100 $49.00 $5.37 $4,900.00 Blauer Women's 6 Pocket Wool Blend Trouser, Black 8567(W) 100 $88.25 $2.06 $8,825.00 Blauer Women's Long Sleeve Super Shirt, Grey 8670(W) 50 $55.50 $3.92 $2,775.00 Blauer Women's Short Sleeve Super Shirt, Grey 8675(W) 100 $51.75 $3.92 $5,175.00 5.11 Tactical Men's Stryke Point w/Flex-Tac, Black 74369 140 $63.00 $0.00 $8,820.00 5.11 Tactical Women's Stryke Point w/Flex-Tac, Black 64386 50 63.00 $0.00 $3,150.00 Blauer Uni-Sex Sweater, Quarter Zip, Black 228 100 $99.75 $5.88 $9,975.00 Name Plates, Flat Brass Colored w/Black Lettering 85 $13.00 $0.00 $1,105.00 Uniform Shoulder Patches 1200 $1.55 $0.00 $1,860.00 Performance Polo Badge and Agency Title Embroidery 420 $9.00 $0.00 $3,780.00 Grand Total"",;,"-;_ la;y:• $131,920.00 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: YES _ NOS (IF NOT PLEASE SPECIFY) Increases in pricing will be based on manufacturers yearly increase, if any. DOES YOUR COMPANY HAVE AN OFFICE IN COLORADO? YES X NO IF SO STATE WHERE 5120 Osage St. #200 Denver. CO 80221 525 E Fountain Blvd. #130 Colorado Springs, CO 80903 BID REQUEST #81900149 Page 9 UNIFORM SPECIFICATIONS — EXHIBIT A 1) Blauer (#6120) Black Bomber Jacket 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 length: 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 iii. 31 30, 31, 32, 33, 34, 35, 36, v. 33 30, 31, 32, 33, 34, 35, 36, vii. 35 30, 31, 32, 33, 34, 35, 36, ix. 37 30, 31, 32, 33, 34, 35, 36, xi. 40 30, 31, 32, 33, 34, 35, 36, xiii. 44 30, 31, 32, 33, 34, 35, 36, xv. 48 30, 31, 32, 33, 34 ii. 30 30, 31, 32, 33, 34, 35 iv. 32 30, 31, 32, 33, 34, 35, 36, vi. 34 30, 31, 32, 33, 34, 35, 36, viii. 36 30, 31, 32, 33, 34, 35, 36, x. 38 30, 31, 32, 33, 34, 35, 36, xii. 42 30, 31, 32, 33, 34, 35, 36 xiv. 46 30, 31, 32, 33, 34, 35 xvi. 50 30, 31, 32, 33, 34 BID REQUEST #61900149 Page 10 3) 4) Blauer (#8670) Grey Long Sleeve Suner Shirt a) Shoulder patches to be affixed by vendor (Patches supplied ordered and stocked by vendor) b) 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 c) 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 Blauer (#8675) Grey Short Sleeve Suoer 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 a) Shoulder patches to be affixed by vendor (Patches supplied ordered and stocked by vendor) b) Sizes: Men i. S (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 c) 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 #81900149 Page 11 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 proposal for Request No. #B1900149. 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 proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 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 to the best interests of Weld County. The bid(s) ` may {be awarded to more than one vendor. bi FIRM � , E.v <S, LL - BUSINESS ADDRESS I 94C) CITY, STATE, ZIP CODE ,Q ► t1. r C' TELEPHONE NC► _' FAX, n7 6 I' ` fl TAX ID #O PRINTED NAME ANATITLE_ . "I SIGNATURE E-MAIL Cbi -f' iroLnCt t ` � a t t . - \ e t 'r a DATE T__I ` 1 *ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID'* 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: Sc Weld Q'outhtv,Clerk to the B BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ke Freeman, Chair JAN 08 20i® BID REQUEST #81900149 Page 12 020 7q_/71907 Firm Qualifications Galls has many long-standing contracts across the United States with agencies of all sizes. Galls has three dedicated distribution centers and over 80 branch operations, consisting of contract service centers and retail storefronts. We have approximately 750 formal contracts that we service daily from one or more of our 80+ locations. Galls is the leading distributer of products from over 1600 suppliers. As the public safety industry leader, we pride ourselves on having the largest inventory in the industry. This means less backorders, faster service, and faster delivery. } 4 ", v"' F i t a .y ,�...a ..' iYi a A� L i ti^ xa% p S rvK .- rA t S - i a � J i S I F l� Nq4 �F^' i� a 'p•. a6hvJ 'k S f i f AYii .i Y x� s L. 4 _.i Y:s ♦i 5� .M .J Y NJ'WMpiVt� ��>� CFNTY34 *a (amm (Remainder of page intentionally left blank) Weld County Sheriffs- Office Uniforms and Equipment #B1900149 Galls, LLC Response Galls has been in business for more than 52 years servicing the public safety market; specializing in law, fire, security, corrections, emergency medical services, federal government, military, postal, and transit uniforms and equipment. Galls employs more than 1700 employees. Galls generates over $535 million in annual sales by servicing over one million individuals and 68% of all public safety agencies annually. We are proud to serve America's public safety professionals. • Founded in 1967 * Purchased by ARAMARK (1995) • Acquired Long Beach Uniform (2002) • Launched first custom website (2004) • Purchased by CI Capital Investment Group (2011) • Acquired Quartermaster Uniforms (2012) • Acquired Roy Tailors of Cincinnati/Columbus, OH (2013) • Acquired Best Uniforms (2014) • Acquired Blumenthal Uniforms (2014) • Acquired Lone Star Uniforms (2014) • Acquired AK Uniforms & Equipment Co. (2015) • Acquired Sterling's Public Safety Inc. (2015) • Acquired A.M.E.'S Uniforms (2015) • Acquired U.S. Calvary (2016) • Acquired Apparel Sewn Right (ASR) (2016) • Acquired Alamar Uniforms (2016) • Acquired Rosen's Uniforms (2016) • Acquired Azar's Uniforms (2016) • Acquired Neve's Uniforms (2016) • Acquired Uniforms Unlimited (2016) • Acquired Arsian Uniforms (2017) • Acquired Patriot Outfitters, LLC (2017) • Acquired Carpenter Uniforms (2017) • Acquired Carpenter Uniforms and Promotional Products (2017) • Acquired Red the Uniform Tailor (2017) • Purchased by Charlesbank Capital Partners, LLC (2018) • Acquired KEEPRS, Inc. (2018) • Acquired Miller Uniforms and Emblems, Inc. (2018) • Acquired Cruse Uniforms & Equipment, Inc. (2018) • Acquired Lark Uniforms (2018) • Acquired Samzie's Uniforms (2018) • Acquired Universal Uniforms (2019) • Acquired Keystone Uniforms and On Guard Apparel (2019) Weld County Sheriff's- Office Uniforms and Equipment #B1900149 Galls, LLC Response Diana Mathews (Denver Branch Manager) Diana has worked for Galls as the Branch Manager in Denver for approximately 2 years. She is very involved in the day to day functions related to the local clientele. She handles face to face interaction and will play a key role in processing your departments requests. Email: Mathews-Diana@galls.com Phone No.: 303-455-7000 Kaitlyn Caudill (Managed Account Representative) Kate has worked with Galls for approximately 1 year. She is the account representative for your account and will assist in solving any issues related to uniforms and body armor. She will be able to assist with your uniform site, orders, backorders etc. She truly understands the needs and demands of our customers. Email: Caudill-Kaitlyn@galls.com Phone No.: 859-800-1376 Trade Ott (Regional Account Executive) Tracie has worked in the uniform/body armor industry for 18 years. She has worked at all levels of service, from ownership, management and sales. Her primary objective is to make sure that our service to your department exceeds your expectations. Email: Ott-Tracie@gaIIs.com Phone No.: 303-229-2821 Lindsay Rose (Contract Management Specialist) Lindsay is the contract manager for the state of Colorado and will handle all your contract needs. She has been with Galls for 2 years. Email: Rose-Lindsay@galls.com Phone No.: 859-800-1402 Customer Service: Galls also has over 25 highly trained support team representatives to assist Weld County. Your agency will have the ability to live chat with us, call toll -free, or email for the information they need Monday through Friday from 8am-9pm ET. Your designated inside Account Manager is available as the first line Agency Admin contact via phone or email. Warranty and Replacement Policy: All products will fall under the manufacturer's standard warranties. In addition, Galls offers a "no hassle guarantee" on returned merchandise. This means if Weld County is unhappy for any reason with your purchase, you can return it to Galls for an exchange or refund. This does not apply to a non -Galls error on a personalized (embroidered, heat press, etc.) garment. See attached warranties for estimated lifespan of each proposed garment given normal wearing conditions. Weld County Sheriffs- Office Uniforms and Equipment #B1900149 Galls, LLC Response Stocking, Distribution & Fulfillment Galls has a fully staffed Inventory Management Department ("IM") that is responsible for purchasing and managing our inventory. On average Galls holds approximately $80M in on -hand inventory. The IM department utilizes an integrated inventory management forecasting system which is fully automated. The system uses complex algorithms to compute current and future needs on finished goods inventory. Galls' IM Team reviews electronic data provided by the system and then adds human logic as well as customer input. Purchase Orders are then released for finished goods to our vendors. This process considers constraints such as lead time, process time, cycle time, instability in order patterns, and historical demand. For many of our large programs we have negotiated with vendors to hold safety stock levels which allow us to react quicker on :22 replenishment needs. „' y Galls' distribution center (DC) is in Lexington, KY. The DC is approx. Embroidery 350,000 square feet, containing 40,000 active pick locations and 38,000 reserve locations. Current capacity is 82% in active and 84% in reserve. Galls has a fully automated warehouse management software tool and state of the art conveyor system for order fulfillment allowing us to ship an average of 2,700 orders daily or 700k orders annually. Also note, Galls has 2 additional distribution centers; one in Cerritos, California with 50,000 square feet and the other in Olathe, Kansas with 30,000 square feet. Galls has two locations in Colorado. 5120 Osage St #200, Denver, OO,80221 and 525 East Fountain Blvd. #130, Colorado Springs, CO 80903 Weld County Sheriffs- Office Uniforms and Equipment #B1900149 Galls, LLC Response Product Availability Galls is Weld County's reliable source for quality, in -stock public safety equipment and apparel. Like you, we're quick, efficient, and effective. Galls understands that the demanding needs of your profession drive your purchasing decisions, so we demand the quality gear you require to do your job. As the public safety industry leader, we pride ourselves on having the largest inventory in the industry. However, your options do not end with our inventory; Galls will leverage our experience and knowledge to find the products you require in the rare event we do not inventory the item or brand. No one can compare to our full spectrum of in-house customization options for apparel and gear. Galls has the largest on -hand inventory in the public safety industry. This means less backorders, faster service and faster delivery. Galls also has the right inventory to match the market trends, so you are always ordering the latest and best in the industry. As a public safety professional, your gear must perform. After all, it may mean the difference between life and death. That's why the Weld County can count on Galls to offer only top-quality products. But we don't do it all alone. Galls partners with public safety leaders in manufacturing including brands such as ASP, Bates, BlackHawk, Blauer, Elbeco, 5.11 Tactical, Flying Cross, Tru-Spec, Under Armour, and yes, we apply our 52 years of knowledge and customer feedback to the Galls brand. (Remainder of page intentionally left blank) Weld County Sheriff's- Office Uniforms and Equipment #B1900149 Galls, LLC Response References Entity: Arapahoe Sheriffs Office Address: 13101 East Broncos Pkwy Centennial, CO 80112 Contact: Quartermaster Renee Stine Phone No: 720-874-3330 Entity: Aurora Police Department Address: 15001 East Alameda Parkway Aurora, CO 80012 Contact: Quartermaster Diane Dawson Phone No: 303-739-6361 Entity: Arvada Police Department Address: 8110 Ralston Road Arvada, CO 80003 Contact: Quartermaster Regina Jacobsen Phone No: 303-903-0485 Lead Times and Measurements 1-3 days for items in stock not requiring embellishments 7-10 days for items in stock requiring embellishments 15-30 days for backordered items. Galls key personnel will be available on site to measure Weld County personnel when needed or requested. Galls meets the secure on-line ordering system specifications requested. We can provide extensive specifications, training and examples upon request. (Remainder of page intentionally left blank) 1340 Russell Cave Road Lexington, KY 40505 Galls, LLC Standard Warranty All products will fall under the manufacturer's standard warranties. In addition, Galls offers a .'1.L 11'---1- ._-_...-a--f7 -� _-a__.v_-.1-.__-L--.7:-,. 'L:- -...- .L..a :.C -.. ..-.. .. L. .. Imo......... reason with your purchase, you may return it to Galls for an exchange or refund within 1 year from purchase date. All ballistic and stab resistant material will have a. five-year warranty from the purchase date. Upon timely notice, Manufacturer will repair or replace any vest/plate in which, after examination by Manufacturer, Manufacturer determines there is a manufacturing defect. The outer shell carriers are warranted to be free from manufacturing defects for 24 months from the date of purchase. PROUD TO SERVE AMERICA'S PUBLIC SAFETY PROFESSIONALS Request for Taxpayer Shre Form to the ,,,OctoberZ018? Identification Number and Certification requester. Oo not oepertmsntoftheRevenue Seereaaay send to the IRService ► Go to www.lra gov/Fo,mW9 for Instructions and the latest Information. S. inter I Name (as shown on your income tax return). Name is required an this tine: do not leave this tine blank. Galls Parent Holdings, LLC 2 Business name/disregarded entity name. If different from above Galls LLC (FEIN 20-3545989) 3 Check appropriate box for federal tax classification of the person whose name Is entered on tine 1. Check only one of the 4 Exemptions (oodee apply only to following seven boxes. certain entities, not individuals; see instructions on page 3): jj 0 individual/auto proprietor w ❑ C Corporation 0 S Corporation ❑ Partnership ❑ Trust/estate single -member LLC Exempt payee code Of arty) ❑ Limited aabeny company. Enter the lax desaificatlon (cam corporation. S=S corporation. P=Pannerahlp) ► P Note: Check the appropriate box In the tine above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting g LLC if the LLC is classified as a single -member LLC that Is disregarded from the owner unless the owner of the LLC is code (d erry) 5 another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a sirgte-member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. ❑ Other (see instnic' ► wrorr to •romxxr nannnnrano• w us, 5 Address (cumber. street, and apt. or suite no.) See Instructions, Requester's name and address (optional) P.O. Box 71628 e City, state. and ZIP code Chicago, IL 60694-1628 7 List account number(s) here (optIunal •IL.Ji Taxpayer Identification Number Enter your TIN in the appropriate box. The TIN provided must match the name given on fine 1 to avoid I Social —uft number backup withholding. For individuals, this is generally your social security number (SSN). However, for a m resident alien, tole proprietor, or disregarded entity, see the instructions for Part 1, later. For other —- entities, it is your employer Identification number (EIN). If you do not have a number, see How to get a AN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and I Employer identification number Number To Give the Requester for guidelines on whose number to enter. 8 21-4 0 9 9 4 6 9 Under penalties of perjury, I certify that; 1. The number shown on this form Is my correct taxpayer identification number (or I am waiting fore number to be issued to me): and 2.1 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 1 am subject to backup withholding as a result of a faikwe to report all Interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3.1 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 lam exempt from FATCA reporting Is correct. Certification Instnwfiona. You must croon out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have felled 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 dMdends, you we not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II. later. Sign signature or Here U.S. person. vetoIr is — � D General Instructions Section references are to the Internal 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.im.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 (iTiN), adoption taxpayer identification number (ATIM, 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) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of Income, prizes, awards, or gross procseda) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 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 It you are a U.S. person (Including a resident alien), to provide your correct TIN. it you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What Ia backup withholding, later. Cat. No. 10231 X Form W9 (Rev. 10-2018) Clint#-- 1778682 CRGFMFRHfli ACORDrr CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDOIYYYY) 10/2812019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder In lieu of such endorsement(s). PRODUCER tNTACT NAM USI Insurance Services LLC 312 Elm Street, 24th Floor PHONE 513 852-6300 FAX A/C No 513 852.6428 E-MAIL Cincinnati, OH 45202 513 852-6300 INSURER(S) AFFORDING COVERAGE NAIC S INSURER A: 39217 INSURED Galls, LLC 1340 Russell Cave Road INSURER B: Praobdan 37257 INSURER C: orast AmM in E a a lmurmn Compmy 37532 Lexington, KY 40505 INSURER D INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. L RR TYPE OF INSURANCE DDL POLICY NUMBER C F MPS Y EXP LINITS A X COMMERCIALGENERAL LIABILITY CLAIMS -MADE [IJX OCCUR CGA1331044 3/0112019 0310112021 EACH OCCURRENCE S1 000000 1Mencet S1,000,000 MED EXP ore person) $10,000 PERSONAL & ADV INJURY S 1 ,000.000 'AGGREGATE LIMIT APPLIES PER: PRO - POLICY JECT [] LOC POTHER; GENERAL AGGREGATE s2 00O 000 PRODUCTS-COMP/OPAGG s2 00O 000 S A AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS NPROPERTY OOSW X HIUTWO^ ONLY X AUTOS UTONLY CBA1331044 3/01/2019 03/01/202 COMBINED SINGLE LIMIT 1,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per aoddent) S DAMAGE Peracdde S $ A X UMBRELLA UAB EXCESS LLAB X OCCUR CLAIMS -MADE CCU1331044 3/01/2019 03/01/202 EACH OCCURRENCE s25.000.000 AGGREGATE s25.000.000 DED I X RETENTION$10 000 $ B WORKFRSCOMPENSATION AND EMPLOYERS LIABILITY YIN NY PROOIPRIETORIPA TNERIEXECUTIVE L!JN OF(Mandatary In NN) If yea deaatbaunder DESCRIPTION OF OPERATIONS below - / A CWC1331044 3/01/2019 03/01/202 X PER 0TH- EL EACH ACCIDENT $1,000,000 EL DISEASE - EA EMPLOYEE S1 000000 EL DISEASE - POLICY LIMIT S1 OOO OOO C Pollution Liability PREE29196800 1/31/2018 01/31/2021 $3,000,000 Limit DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If moss apace is required) Evidence of coverage. Galls, LLC 1340 Russell Cave Road Lexington, KY 40505-3114 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 0019RR.2015 All riahts reserved. ACORD 25 (2016103) 1 of 1 The ACORD name and logo are registered marks of ACORD #S26981159/M26964208 JLCA2 New Contract Request Entity Information Entity Name * Entity tD * El New Entity? GALLS, INC @00013892 Contract Name * 2020 GALLS LLC UNIFORM CONTRACT Contract Status CTB REVIEW Contract Description* BID# B1900149 Contract Description 2 APPROVED AND AWARDED BY BOCC 1211612019 Contract Type* CONTRACT Amount* $131,920.00 Renewable YES Automatic Renewal NO Grant 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 KGA CM- COUNTYATTORNEY@WELD GOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Contract ID 3331 Contract Lead * SKOHLGRAF Contract Lead Email skohigrafco weld.co.us Requested IC Agenda Date * 12/1912019 Parent Contract ID Requires Board Approval YES Department Project # Due Date 12/1512019 Will a work session with 8OCC be required?* HAD 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 Review Date * Renewal Date 1010112020 0110112021 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 Approval Process Department Head Finance Approver DONNIE PATCH BARB CONNOLLY DH Approved Date Finance Approved Date 12/2012019 12'2312019 Final Approval EOCC Approved Tyler Ref # AG 010620 8OCCCC Signed Date ROCC Agenda Date 01/0612020 Originator SKOHLGRAF Legal Counsel BOB CHOATE Legal Counsel Approved Date 12/3012019 � W ELO COUNTY STEVE REAMS To: Weld County Board of Commissioners From: Undersheriff Donnie Patch and Sonja Kohlgraf, SO Budget Manager Date 12/11/2019 Subject: SO Uniform Bid for 2020 The Weld County Sheriff's Office recently initiated an RFP process for the SO Uniform bid. There are three vendors who submitted an RFP and met the specifications: • Galls, LLC; Headquarters in Lexington KY with a branch in Denver, CO • Kinsco; Longmont, CO • SKAGGS Uniforms & Equipment; Centennial, CO Business experience: Galls: 52+ years Kinsco: 2002 SKAGGS at least 8 years — no exact year given Uniform specifications were met by all three vendors. Price comparison showed that Kinsco is the lowest bidder with $122,151.75 per year, with no price increase for two additional years. The second highest bidder is SKAGGS with $131,186 for the first year and price increases the following years, dependent on manufactures increases. Galls' price bid was $131,920 with price increases for future contract years in response to manufacturing price increases. The Galls bid is $734 higher than SKAGGS and $9,768.25 higher than Kinsco. Lead time to deliver after receipt of order: Kinsco: 2 weeks average, if in stock; 3 weeks if items need to be ordered from manufacturer. The bid reflects that they will have a minimum inventory of eight short -sleeve shirts and six long -sleeve shirts, in the common sizes; however, the bid states that back order situations are out of their control. Southwest Substation Headquarters Southeast Substation 4209 WCR 24 1/2 1950 O Street 2950 9`h Street Longmont, Colorado 80504 Greeley, Colorado 80631 Fort Lupton, Colorado 80621 (720) 652-2415 (970)356-4015 (303) 857-2465 Fax (720) 652-4217 Fax (970)304-6467 Fax (303) 637-2422 Toll Free (800)436-9276 www.weldsheriff.com �a/t Co Page 1 1 9oc0J- Hgo-7 g 0 0090 W 3t4N SKAGGS: 5-7 business days if in stock, 2 weeks if items need to be ordered from manufacturer. Skaggs makes no mention of inventory capacity, but states in their bid that they will strive to maintain inventory. Galls: 1-3 days unless embellishment needed, then 7-10 days. 15-30 days on back -ordered items. Back -ordering is mitigated by significant on -hand inventory plus negotiated safety stock levels with select manufacturers. The Galls' bid was the only one out of the three that could demonstrate that they have adequate inventory on -hand, using their $80M of in -stock inventory and their negotiated safety stock levels. Buying power through the manufacturer is high, due to the fact that Galls is one of the largest vendors in the uniform industry. The three bids were individually reviewed and scored by three Sheriff's Office staff and Galls received the highest scoring based on a quality selection. Of these three vendors, the Sheriff's Office and the Dept of Purchasing recommends the uniform contract be awarded to Galls, LLC. Galls, who is the current uniform vendor for the Sheriff's Office, has extensive business experience and provides excellent customer service through the knowledge and availability of their staff. Their website exceeds the Sheriff's Office needs regarding ordering and management reporting. Although Galls is priced $9,769 higher compared to the lowest bidder, they do reflect a price that is realistic to the market, and comparable to Skaggs. Kinsco reflects similar pricing per uniform, however quoted no embroidery costs in their bid (value of $4,000-$16,000 based on Galls and SKAGGS respectively). Prior to the current contract, the Sheriff's Office contracted with Kinsco; however, the contract was exited early due to order fulfillment issues. It is of paramount importance to the Sheriff's Office that the vendor has sufficient inventory capabilities to ensure the timely delivery of replacement uniforms for over 330 deputies in the Jail and Patrol divisions, as well as new uniforms for multiple new -hire academies, which range between seven to 20 cadets per academy. The uniform orders need to be filled and delivered in a timely manner, so that deputies and cadets can appear for their work assignments adequately equipped. Southwest Substation 4209 WCR 24 1/2 Longmont, Colorado 80504 (720) 652-2415 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" Street Fort Lupton, Colorado 80621 (303) 857-2465 Fax (303) 637-2422 Page 1 2 WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters(d)weldgov.com E-mail: reverettla�weldaov.com E-mail: rturf(cDweldaov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: NOVEMBER 26, 2019 REQUEST FOR: SHERIFF'S OFFICE UNIFORMS & EQUIPMENT DEPARTMENT: SHERIFF'S OFFICE BID NO: #B1900149 PRESENT DATE: DECEMBER 2, 2019 APPROVAL DATE: DECEMBER 16, 2019 VENDORS SKAGGS UNIFORMS & EQUIPMENT 12741 E CALEY AVE CENTENNIAL, CO 80111 KINSCO 1456 SKYWAY DR LONGMONT, CO 80504 GALLS, LLC 1340 RUSSELL CAVE RD LEXINGTON, KY 40505 THE SHERIFF'S OFFICE IS REVIEWING THE BIDS. 2019-4907 300090 Hello