HomeMy WebLinkAbout20163657.tiffOctober 9,2018
Weld County Purchasing Department
1150 "o„ Street
P.O. Box 758
Greeley, CO 80632
1340 Russell Cave Road
Lexington, KY 40505
RE: Contract Weld County Sheriff # B1600184- Request for Renewal and Price Increase
Dear Weld County Purchasing Department,
Galls, LLC ("Galls") will be happy to renew Contract #B1600184 (the "Contract'), however
due to increased costs from our suppliers and changes to market conditions affecting labor,
utility, and shipping costs, Galls is requesting a price increase on the effected goods and
services provided by Galls on the Contract.
As evidence of the above and for your records, please find enclosed documentation
supporting this request. Also enclosed is an updated pricing schedule detailing the increase.
This request is in accordance with the Contract and if approved will take effect on the
effective date of the renewal term which is 12/19/2018.
Please direct all questions to Fatim Keita at kQita atQumal : or 800-876-4242
ext. 2181.As of 10/15/2018 my phone number will change to 859-9004401.
We appreciate your attention to this important matter.
Regards,
Tiffany Brewer
Senior Manager, Contract Compliance
Galls, LLC
Enclosure: Updated Pricelist
Additional Documentation
e7&: Ct1t4t2
PROUD TO SERVE AMERICA'S PUBLIC SAFETY PROFESSIONALS
020/lam - 56.
-7
5coo37
Weld Count Sheriff- Uniforms B1600184 Pricelist 2018.2019
Item # Description
Old Price New Price
1 JC591
2 TU196
3 514445
4 SH599
6120
856-11
8670
8675
Blauer Bomber Duty Jacket Black
Blauer Trouser Black
Biauer Super Shirt LS Gray
Biauer Super Shirt SS Gray
125.08 $ 12633
83.52 $
50.14 $
45.90 $
85.19
51.14
46.82
5 SW984
6 ST101
7 TR506
8 TR506
9 NT166
10 ST992
11 EF6170
12
71182/410605.11 Tactical Polo Shirt SS Gray and Black
72360/42056 5.11 Tactical Polo Shirt LS Gray and Black
74273 5.11 Taclite Pro Trousers Tan
74273 5.11 Taclite Pro Trousers Black
69LE Reeves Name Plate (Flat Brass w/black lettering)
228 Blauer Sweater Black
TE-59753 Weld County Shoulder Emblem
NV-WCSE Embroidery Polo badge and agency title
Highlighted items prices have increased
36.05
41.05
44.14
44.14
12.95
91.76
1.55
9.25
36.05
41.05
44.14
44.14
12.95
91.76
1,55
9.25
October 5 21e"18
To Whom It May Concern:
I'm writing to provide detail on the price increases that Biauer implemented on January
1, 2018 for the items currently on contract with Weld County Sheriff's Office. The
specific percentage increases from calendar year 2017 are shown below.
Style
Increase
Price
6120
1%
856-11
2%
8670
2%
8675
2%
These increases were necessary to cover inflation and material cost increases.
Respectfully,
/ilesess
Thomas W. Ames
Vice President
Marketing & Business Development
617-648-4245
tar*ies @ iauer. o .r
Signature
CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN
THE WELD COUNTY SHERIFF'S OFFICE
AND GALLS, LLC
This Agreement Extension/Renewal ("Renewal"), made and entered into 111#!/
day of __ 2O /4, by and
between the Board of Weld County Commissioners, on behalf of the Weld County Sheriff's Office, ereinafter 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. 2016-3657, approved on 12/19/2016.
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 was extended in 2017 and will end on 12/18/2018.
0 The parties agree to extend the Original Agreement for an additional on year period, which will begin 12/19/2018, and will
end on 12/18/2019.
o The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The
following change is hereby made to the Contract Documents:
1. Increases in pricing as indicated by Galls from the manufacturers, ranging from approximately 1% per item to 3.4% per
item. The highest increase is less than $2.00 per item. The support is attached.
® 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: Galls, LLC
Alicia Still
Deputy Cler o the Board
BOARD OF COUNTY COMMISSIONERS
WEL- COUNTY/ COLORADO
b
Barbara Kirkmey=r, Chair
n' ` 0
1�, i`I ��Al ti
r
e
�o /(0-:3loa
Lto rvkrod rsa-�
001,
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 December, 2017. 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. 2016-3657, approved on 12/19/2016.
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 12/18/2017.
• The parties agree to extend the Original Agreement for an additional on year period, which will begin 12/19/2011, and will
end on 12/18/2018.
• The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The
following change is hereby made to the Contract Documents:
1. Increases in pricing as indicated by Galls from the manufacturers, ranging from approximately 1% per item to 3.4% per
item. The highest increase is less than $2.00 per item. The support is attached.
• 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:
Printed Name
Signature
ATTEST:
Weld
BY:
dezttilo Jeito;
Deputy Clerk the Board
. 0_,Qt s,o,d 1A-03-coA4 cfL,
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
Julie Cozad, Chair DEC 2017
tdje/,e7)
SO
"90/G- 345'7
50005
10/12/2017
Via E -Mail
Jennifer Oftelie
Business/Budget Manager
Weld County Sheriffs Office
Direct: 970-400-2872
Cell: 303-579-2661
joitelle48co.weld.co.us
RE: Contract #915000031- Request for Renewal/Price Increase
1?Ilia1340 Russell Cave Road
Lexington, ICY 40506
Dear Ms. Oftelie:
gs`oo1 rq
Galls, LLC ("Galls") will be happy to renew contract # 1115008831jthe "Contract")' however
due to increased costs from our suppliers and changes to market conditions affecting labor,
utility, and shipping costs, Galls, LLC ("Calls) is requesting a price increase on the goods
and services provided by Galls on the Contract
As evidence of the above and for your records, please find enclosed documentation
supporting this reque4 Also enclosed is an updated pricing;sibedule detailing the Increase.
This request is in accordance with the Contract and If approved will take effect on the
effective date of the renewal term.
Please direct all questions to Amelia Smeltzer at smeitimaindigeganuem or 800-876-
4242 ext. 2193
We appreciate your attention to this important matter.
Regards,
R. Michael Andrews Jr.
CFO
Galls, LLC
Enclosure: Pricing Schedule & Vendor Increase Letters -5.11 & Biauer
PROUD TO SERVE AMERICA'S PUBUC SAFFtf PROFESSIONALS
VALEJLIS
M hi 8
6axantWELD COUNTY SHERFF
Address
sale
Uuols10r Weld 7' eh CoxeMer�
i►� to
ditaft
uW
1340 Rumen Owe Reed
t In to ,:KY 40505
8004714
U2
m-114-2557lex
1195482919
I0/12171117
...9_
SERIOUS PROTECTION.
October 10, 2017
Weld County Sheriff's Office
Weld County Purchasing Department
1150"O" Street Room #107
Greeley, CO 80631
To Whom It May Concern:
This letter is to confirm the distributor price Increases for the Mauer styles used by Weld County
from 201.6 to 2017.
• 6120 Jacket 1%
• 867O Long Sleeve SuperShIrt: 1.3%
• 8675 Short Sleeve SuperShlft 1.4%
• 8567 Pant: 1%
• 228 Sweater. 1%
Please feel free to contact me directly with any questions.
Sincerely.
Thomas W. Ames
Vice President
Marketing & Business Development
617.648.4245
Blauer Manufacturing Company Inc.
20 Aberdeen Street • Boston, MA • 02215 • Tel 800.225.8715 • Fax: Si? 53&584e • www.bleuer.cam
5.11
5.1E Price Increases
•
5.11 TACTICAL MPS CENTER
4110 SWAN Wit. Mei.ta CA CHS4 USA
(44.411.1724.2/1.27.4111
October 6, 2417
Weld County Sheriff's Office
Attn: Weld County Purchasing Department
1150 "Cr Street Room 8147
Greeley, CO 80631
For many years, 5.11 Tactical was able to maintain price stability on our products. Several factors have
led to the price increases that you have seen on the styles listed below on our pricing over the pad 3 yeas.
These include:
• Rising commodity prises due to growing demand in Asia and other factors have led to extraordinary
increases in fabric and trim cosh
• Leber costs in Asian sowing plants have soe fed as other higher paying industries have compelled the
garment industry* raise wages to retain a work tbree. The US dollar has also contributed to
higher costs as Asian manufacturers demand more dollars per garment to offset the loss in
purchasing value.
• Higher energy costs have tidied tritnsportstion costs to soar and the s<econt West Coast port closures
have increased Somle't;ansportati0n costs.
74273
5.11 Tecate Pro Pant
72360
_
5.11 Tacdcal Jersey 1S Polo
71-182
p,
5.11 Tactical haw WS Polo
Please call with any questions — Jerme y Graham, Director National Accounts 816.863.5143.
Frank Cappo Vice President, Public Safety Sales
i1f'.'r'HY'S BE F{E.Htlr
WWW:S111ACTICAL.CEM
BOARD OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW/ WORK SESSION REQUEST
RE: Sign Transfer of Assignment of Bid #B1600184 Ownership from Neves to Galls
DEPARTMENT: Sheriffs Office DATE: 03/22/2017
PERSON REQUESTING: Jennifer Oftelie, Budget Manager
Brief description of the problem/issue:
The Sheriffs Office presented Bid #1600184 to the BOCC on 12/19/2016 and Neves was awarded the bid for
uniform purchases in 2017. Around that same time Neves was purchased by Galls, who is willing to honor the
pricing quoted in Bid #B1600184. There have been a few changes made from the original bid, and the vendors
are aware of these changes. We have worked with Purchasing Director Trevor Jiricek and Attorney Frank Haug
to ensure we followed all County policies and procedures, and it appears everything has been worked out to the
satisfaction of the Sheriff's Office and the vendor. The only remaining piece of business is to acknowledge the
Transfer of Assignment from Neves to Galls.
The purpose of this Pass Around is to request the Board sign the Transfer of Assignment from Neves to Galls
for Bid #B1600184.
What options exist for the Board? (Include consequences, impacts, costs, etc. of options)
Sign the Transfer of Assignment to continue purchasing uniforms as approved in Bid #B1600184.
Request a work session to discuss these changes.
Deny the request to sign the Transfer of Assignments, requiring a new RFP process for uniforms.
Recommendation:
Approve and sign the Transfer of Assignment from Neves to Galls.
Approve
Recommendation
Sean P. Conway
Julie A. Cozad, Chair
Mike Freeman
Barbara Kirkmeyer
Steve Moreno, Pro -Tern
"ae"t cam,
3/a'1i(1
Schedule
Work Session
g& SD f)..)
Other/Comments:
/Of/p-3657
50 0037
!4LLs'
February 13, 2017
Attn: Jennifer Oftelie
Weld County Sheriff's Office
1950 O Street
Greeley, CO 80631
joftelie@co.weld.co.us
Re: Request for Consent of Assignment of Contract
Dear Jennifer:
Galls I Quartermaster
1340 Russell Cave Road
Lexington, KY 40505
859-266-7227
It is with great excitement I share with you that effective December 16, 2016, Neve's
Uniforms & Equipment ("Neve's") has become a part of Galls, LLC ("Galls"), the leading
distributor of uniforms and equipment to the public safety market.
Uniforms Unlimited is the holder of Pricing Request# B1600184 for Sheriff's Uniforms and
Equipment (the "Contract").
Galls accepts and agrees to fulfill all terms, conditions, specifications, and prices of the
Contract until the end, cancellation or termination of the Contract.
For your records and as confirmation of the above, please find enclosed Bill of Sale and
Assignment, executed by Neve's and Galls.
If you have any questions, please do not hesitate to contact Justin Penman at 859-266-7227
ext. 4181 or via email penman-justin@galls.com.
We appreciate your attention in this important matter.
Sincerely,
Galls, LLC
R. Michael Andrews Jr.
CFO
Weld County ard ofCounty Commissioners
By
Name: Julie A. Cozad
Title: Chair
Date: MAR 2 9 2017
0.2.49 /4. — Oe,61
Stephanie Frederick
From:
Sent:
To:
Cc:
Subject:
Hi Jen,
Esther Gesick
Thursday, March 23, 2017 7:57 AM
Jennifer Oftelie; CTB
Karla Ford
RE: Two items for Wed 3/29's agenda
Thanks for the clear explanation on both of these. I'm not sure if copies of the documents are attached to what Karla
has, but if not, you will need to send .pdf copies over so the gals can work with them until you deliver the originals. My
only other thought is that because the assignment won't be in OnBase, when the original contract with Neves comes out
of Maintenance you will have to remember that it ended up with someone else in the event you do any renewals or
extension documents. Other than that you can just remove it from workflow at that time and move on with the new
vendor docs.
CTB - I would agree that the Assignment is Consent material and Jen's email already addresses the fact that it has been
reviewed by Legal and Purchasing so I think we are fine to insert the signature review page and just stamp their names
(with Jen's email attached as backup to support that). Just email it to Barb to get her OK as well and we should be all set
on that.
Esther E. Gesick
Clerk to the Board
1150 O Street/P.O. Box 758/Greeley, CO 80632
tel: (970) 400-4226
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: Jennifer Oftelie
Sent: Wednesday, March 22, 2017 6:02 PM
To: CTB <CTB@co.weld.co.us>
Cc: Karla Ford <kford@co.weld.co.us>
Subject: Two items for Wed 3/29's agenda
Hello amazing CTB staff.
Attached you will see the approval for two items we would like to request for time on the Wednesday, March 29th
agenda. One is a signature and authorization to submit a CDOT FY18 Funding Application —405 C grant, which we will
hand deliver on Monday 3/27 for original signatures. The grant is due Friday 3/31, and we are adding finishing touches
to the form before we bring it over.
The second item should be able to go on the Consent Agenda, as it is a signature on a Transfer of Assignment from
Neves to Galls for our uniform bid that was approved in December. I am not sure if this should go in OnBase, but at this
point I would assume not.
1
Thank you for everything you do. Please let me know what you need from me to move forward. Karla is bringing over
the original Pass-Arounds and the Transfer of Assignment paper. I will bring the grant application on Monday.
Jen
Jennifer OfteCie
Business/Budget .Manager
Weld -County Sheriff's Office
Direct: 970-400-2872
CeCC 303-579-2661
joftelie@co.weleCco.us
@co.welcCco.us
2
REQUEST FOR PROPOSAL
WELD COUNTY, COLORADO
150 STREET
EELEY, CO 80631
DATE: NOVEMBER 10, 2016
BID NUMBER: #B1600184
DESCRIPTION: SHERIFF'S UNIFORMS & EQUIPMENT
DEPARTMENT: SHERIFF'S OFFICE
BID OPENING DATE: NOVEMBER 29, 2016 @ 10:00 AM
1. NOTICE TO BIDDERS:
M
S cUft ...:.
F'r.Y 'VW
!LAMA 7N[iJGAW4:
The Board of County Commissioners of Weld County, Colorado, by and through its Director of
General Services (collectively referred to herein as, "Weld County"), wishes to purchase the
following: UNIFORMS & EQUIPMENT FOR THE SHERIFF'S OFFICE.
Bids will be received at the Office of the Weld County Purchasing Department in the Weld County
Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: NF?'S.M=}Ear 2016
10:11 I,,^ (Weld County Purchasing Time Clock.)
PAGES 1-9 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFO FOR THE REQUEST
NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES t
9 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 9.
2. INVITATION TO BID:
Weld County requests bids for the above -listed merchandise, equipment, and/or services.
Said merchandise and/or equipment shall be delivered to the location(s) specified herein
Bids shIl include any and all charges for freight, delivery, containers, packaging, less all taxes
and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld
County to pay if awarded the bid.
You can find bid information on the Weld County Purchasing website at
http://www.co.weld.co.us/Departments/Purchasing/index.html located under urrent Request for
Bids. W Id County Government is a member of the Rocky Mountain E-Pur& a inc System. The
Rocky Mountain E -Purchasing System (BidNetc4) is an on-line notification system that is being
utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals,
addendums, and awards on this one centralized system.
Bid Delivery to Weld County 3 methods:
1 Email. Emailed bids are preferred. Bids may be emailed to:
bids@weIdgov.com. Emailedbidsmustincludethefollowingstatementonthe
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. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor
must include the following statement on the facsimile: "I hereby waive my right to a
sealed bid. If more than one copy of the bid is requested, you must submit/mail hard
opies of the bid proposal.
Zlr
eaggaz:zcasakatafrair
u.b -_ itjary�3.'��
r I �%✓,i .Qe.3%i'I ...g ial S.27:- b-3,C;rS ..0 8 .�. > > ?,f (ftr�.°a'
BID REQUEST #B1600184
Page 1
3. 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 970-336-7225 if you have any questions.
3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION
Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing
Department. Each bid must give the full business address of bidder and be signed by him with
his usual signature. Bids by partnerships must furnish the full names of all partners and must be
signed with the partnership name by one of the members of the partnership or by an authorized
representative, followed by the signature and title of the person signing. Bids by corporations
must be signed with the legal name of the corporation, followed by the name of the state of the
incorporation and by the signature and title of the president, secretary, or other person authorized
to bind it in the matter. The name of each person signing shall also be typed or printed below the
signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent,"
or other title without disclosing his principal, may be held to be the bid of the individual signing.
When requested by the Weld County Director of General Services, satisfactory evidence of the
authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney
must accompany the signature of anyone not otherwise authorized to bind the Bidder. All
corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to
comply with all of the conditions, requirements, specifications, and/or instructions of this bid as
stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank
spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms
which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal
must be filled out completely, in detail, and signed by the Bidder.
Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to
ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time
indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will
be kept unopened in a secure place. No responsibility will attach to the Weld County Director of
General Services for the premature opening of a bid not properly addressed and identified. Bids
may be withdrawn upon written request to and approval of the Weld County Director of General
Services; said request being received from the withdrawing bidder prior to the time fixed for
award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal
of the bid after it has been awarded. Bidders are expected to examine the conditions,
specifications, and all instructions contained herein, failure to do so will be at the bidders' risk.
In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give
preference to resident Weld County bidders in all cases where said bids are competitive in price
and quality. It is also understood that Weld County will give preference to suppliers from the
State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the
purchase of any books, stationery, records, printing, lithographing or other supplies for any officer
of Weld County). Weld County reserves the right to reject any and all bids, to waive any
informality in the bids, to award the bid to multiple vendors, 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. In submitting the bid, the bidder agrees that 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.
BID REQUEST #B1600184 Page 2
4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS
Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract
with an illegal alien who will perform work under this contract. Successful bidder will confirm the
employment eligibility of all employees who are newly hired for employment in the United States
to perform work under this Agreement, through participation in the E -Verify program or the State
of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall
not knowingly employ or contract with an illegal alien to perform work under this Agreement or
enter into a contract with a subcontractor that fails to certify with Successful bidder that the
subcontractor shall not knowingly employ or contract with an illegal alien to perform work under
this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program
procedures to undertake pre -employment screening or job applicants while this Agreement is
being performed. If Successful bidder obtains actual knowledge that a subcontractor performing
work under the public contract for services knowingly employs or contracts with an illegal alien
Successful bidder shall notify the subcontractor and County within three (3) days that Successful
bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien
and shall terminate the subcontract if a subcontractor does not stop employing or contracting with
the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the
contract if within three days the subcontractor provides information to establish that the
subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder
shall comply with reasonable requests made in the course of an investigation, undertaken
pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If
Successful bidder participates in the State of Colorado program, Successful bidder shall, within
twenty days after hiring a new employee to perform work under the contract, affirm that
Successful bidder has examined the legal work status of such employee, retained file copies of
the documents, and not altered or falsified the identification documents for such
employees. Successful bidder shall deliver to County, a written notarized affirmation that it has
examined the legal work status of such employee, and shall comply with all of the other
requirements of the State of Colorado program. If Successful bidder fails to comply with any
requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this
Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and
consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if
Successful bidder receives federal or state funds under the contract, Successful bidder must
confirm that any individual natural person eighteen (18) years of age or older is lawfully present in
the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public
benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby
swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is
otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of
the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of
the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the
contract.
5. 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. Confidential Information: Confidential financial information of the bidder should be
transmitted separately from the main bid submittal, clearly denoting in red on the financial
information at the top the word, "CONFIDENTIAL." However, the successful bidder is
BID REQUEST #B1600184 Page 3
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.
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.
Neither the successful bidder nor any agent or employee thereof shall be deemed to be an
agent or employee of Weld County. The successful bidder and its employees and agents
are not entitled to unemployment insurance or workers' compensation benefits through Weld
County and Weld County shall not pay for or otherwise provide such coverage for the
successful bidder or any of its agents or employees. Unemployment insurance benefits will
be available to the successful bidder and its employees and agents only if such coverage is
made available by the successful bidder or a third party. The successful bidder shall pay
when due all applicable employment taxes and income taxes and local head taxes (if
applicable) incurred pursuant to the contract. The successful bidder shall not have
authorization, express or implied, to bind Weld County to any agreement, liability or
understanding, except as expressly set forth in the contract. The successful bidder 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 (b) provide
proof thereof when requested to do so by Weld County.
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. It is the express intention of the undersigned parties that any entity
other than the undersigned parties receiving services or benefits under the contract shall be
an incidental beneficiary only.
H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the
successful bidder, concerning the contract, the parties agree that Weld County shall not be
liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on
behalf of the successful bidder.
I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business
enterprises will be afforded full opportunity to submit bids in response to all invitations and
will not be discriminated against on the grounds of race, color, national origin, sex, age, or
disability in consideration for an award.
BID REQUEST #B1600184 Page 4
J. Procurement and Performance: The successful bidder 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. The
successful bidder shall further be responsible for the timely completion, and acknowledges
that a failure to comply with the standards and requirements outlined in the Bid within the
time limits prescribed by County may result in County's decision to withhold payment or to
terminate this Agreement.
K. 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.
L. 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.
M. 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 the successful
bidder shall be the basis for additional compensation unless and until the successful bidder
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.
N. 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 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. 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. The successful bidder 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 the
successful bidder by the terms of this Agreement, and to assume toward the successful
bidder all the obligations and responsibilities which the successful bidder, 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 the successful bidder and
the successful bidder shall cooperate in such process. The successful bidder shall be
responsible for the acts and omissions of its agents, employees and subcontractors.
O. Warranty: The successful bidder warrants that services performed under this Agreement will
be performed in a manner consistent with the standards governing such services and the
provisions of this Agreement. The successful bidder further represents and warrants that all
services shall be performed by qualified personnel in a professional and workmanlike manner,
consistent with industry standards, and that all services will conform to applicable
specifications. In addition to the foregoing warranties, Contractor is aware that all work
performed on this Project pursuant to this Agreement is subject to a one year warranty period
during which Contractor must correct any failures or deficiencies caused by contractor's
workmanship or performance.
The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and
free from defects, whether patent or latent. The goods shall be sufficient for the purpose
intended and conform to the minimum specifications herein. The successful bidder shall
BID REQUEST #B1600184 Page 5
warrant that he has title to the goods supplied and that the goods are free and clear of all liens,
encumbrances, and security interests.
Service Calls in the First One Year Period: The successful bidder shall bear all costs for
mileage, travel time, and service trucks used in the servicing (including repairs) of any of the
goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service
calls as are necessary for the first one (1) year period after said goods are first supplied to
Weld County.
Bidder shall submit with their bids the following information pertaining to the equipment upon
which the bids are submitted:
1. Detailed equipment specifications to include the warranty.
2. Descriptive literature.
P. 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. Any attempts
by the successful bidder 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 the successful bidder hereunder. Such consent may be granted or denied at the sole and
absolute discretion of County.
Q. 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.
R. 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.
S. 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. During the term of this Agreement, the successful bidder 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 the successful bidder to ensure compliance with
this provision may result, in County's sole discretion, in immediate termination of this
Agreement. No employee of the successful bidder nor any member of the successful bidder's
family shall serve on a County Board, committee or hold any such position which either by
rule, practice or action nominates, recommends, supervises the successful bidder's
operations, or authorizes funding to the successful bidder.
T. 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.
U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any
extra -judicial body or person. Any provision to the contrary in the contract or incorporated
herein by reference shall be null and void.
BID REQUEST #B1600184 Page 6
V. 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.
W. Compensation Amount: Upon the successful bidder's successful completion of the service,
and County's acceptance of the same, County agrees to pay an amount no greater than the
amount of the accepted bid. The successful bidder acknowledges no payment in excess of
that amount will be made by County unless a "change order" authorizing such additional
payment has been specifically approved by the County's delegated employee, or by formal
resolution of the Weld County Board of County Commissioners, as required pursuant to the
Weld County Code.
X. Taxes: County will not withhold any taxes from monies paid to the successful bidder
hereunder and the successful bidder 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.
Contractor shall not be entitled to bill at overtime and/or double time rates for work done
outside of normal business hours unless specifically authorized in writing by County.
6. INSURANCE REQUIREMENTS
General Requirements: Successful bidders 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. Successful bidders 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 "Should any of the above -described
policies by canceled or should any coverage be reduced before the expiration date thereof, the
issuing company shall send written notice to the Weld County Director of General Services by
certified mail, return receipt requested. Such written notice shall be sent thirty (30) 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 Successful bidder. Successful bidder shall be responsible for the payment of
any deductible or self -insured retention. County reserves the right to require Successful bidder 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 Successful bidder. The County in no way
warrants that the minimum limits contained herein are sufficient to protect the Successful bidder
from liabilities that might arise out of the performance of the work under this Contract by the
Successful bidder, its agents, representatives, employees, or subcontractors. The successful
bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits
and/or broader coverages. The successful bidder 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 successful bidder 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 successful bidder stipulates that it has met the insurance requirements identified herein. The
successful bidder 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 successful bidder and shall, without additional
compensation, promptly remedy and correct any errors, omissions, or other deficiencies.
BID REQUEST #B1600184 Page 7
INDEMNITY: The successful bidder 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 of this
Contract or on account of any act, claim or amount arising or recovered under workers'
compensation law or arising out of the failure of the successful bidder to conform to any statutes,
ordinances, regulation, law or court decree. The successful bidder 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 to comply with the
provisions of the Agreement, or on account of or in consequence of neglect of The successful
bidder in its methods or procedures; or in its provisions of the materials required 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 successful bidder 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 successful bidder 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 successful
bidder 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 successful bidder 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 Liability
Insurance covering all of the successful bidder'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 successful bidder or subcontractor is exempt under Colorado
Workers' Compensation Act., AND when such successful bidder 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;
$2,000,000 general aggregate;
$2,000,000 products and completed operations aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Successful bidder 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, for vehicles owned,
hired, and non -owned vehicles used in the performance of this Contract.
Successful bidders 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 Request for Bid.
Proof of Insurance: County reserves the right to require the successful bidder 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.
BID REQUEST #B1600184 Page 8
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability,
liquor liability, and inland marine, Successful bidder's insurer shall name County as an
additional insured.
Waiver of Subrogation: For all coverages, Successful bidder'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 Successful bidder. Successful bidder 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. Successful bidder agrees
to provide proof of insurance for all such subcontractors, independent contractors, sub -
vendors suppliers or other entities upon request by the County.
The terms of this Agreement are contained in the terms recited in this Request for Bid and in the
Response to the Bid each of which forms an integral part of this Agreement. Those documents are
specifically incorporated herein by this reference.
BID REQUEST #B1600184 Page 9
REQUEST FOR PROPOSAL
Uniforms & Equipment
SCOPE OF SERVICES
The Weld County Sheriff's 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 two hundred sixty
(260), 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 Sheriff's 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 RFP shall be selected by the Weld
County Sheriff's 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 oversize and female employees receive
their uniform pieces in the same time frame as regular -size 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 Sheriff's 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.
BID REQUEST #B1600184 Page 10
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 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 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 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. All invoices shall be sent to
the Sheriff's 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 Sheriff's 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
BID REQUEST #B1600184 Page 11
to by the Sheriff's 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 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 Sheriff's 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. Does your company currently provide secure on- line ordering systems equivalent to the
requirements listed in Section I.G of this RFP 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)?
BID REQUEST #B1600184 Page 12
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.
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.
Item:
Date:
Questions due to the County
NOVEMBER 16, 2016 *Email questions to
bids @ weldgov.com
Written proposals due to the County
NOVEMBER 29, 2016 @ 10:00 AM
Proposals reviewed
NOV. 29 THRU DEC 12, 2016
Bid Awarded
DECEMBER 14, 2016
BID REQUEST #B1600184
Page 13
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,
ad 5 being an outstanding 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?
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 #B1600184
Page 14
Blauer 6120. BIk. Bomber Duty Jacket
50
Blauer 8567-11 BIk. Trousers
380
Blauer 8670 Gry. L/S Super Shirt
200
Blauer 8675 Gry. S/S Super Shirt
300
Gray or Black S/S Polo Shirt (5.11 preferred)
320
Gray or Black L/S Polo Shirt (5.11 preferred)
100
5.11 Tan Taclite Pro Trousers
70
5.11 Black Taclite Pro Trousers
70
Survival Armor Level III A (NIJ/State
Approved) W/ extra carrier & Trauma Pac
50
Name Plates (Flat Brass w/ blk Lettering)
85
Blauer #228 Black partial Zipper Sweater
100
Shoulder Patches
1200
Polo Badge & Agency Title embroidery
420
Grand Total
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)
DOES YOUR COMPANY HAVE AN OFFICE IN COLORADO? YES NO
IF SO STATE WHERE
BID REQUEST #B1600184 Page 15
UNIFORM SPECIFICATIONS
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:
Tall:
Measurements:
1. Regular length: Size: L
XS - 6XL
M-6XL
a. Chest:
b. Sleeve from CB Neck:
c. Back Length:
53.25
37
26
(plus or minus 0.75 inches)
(plus or minus 0.5 inches)
(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 #B1600184 Page 16
3) Blauer (#8670) Gray Long Sleeve Super 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
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
4) Blauer (#8675) Gray Short Sleeve Super Shirt
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 #B1600184 Page 17
The undersigned, by his or her signature, hereby acknowledges and reresents 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. #B1600184.
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.
FIRM
BUSINESS
ADDRESS
CITY, STATE, ZIP CODE
TELEPHONE NO
PRINTED NAME AND TITLE
SIGNATURE
E-MAIL
DATE
FAX TAX ID #
**THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE**
WEL COUNTY IS EXEMPT FROM COLORADO SALES Tf` XES. THE CERTIFICATE OF
EXEMPTION NUMDE! \ IS #9 M35511-0000. YOU DO NOT NEED TO SEND BACK GES 1 - a
ATTEST:
Weld County Clerk to the Board
BY:
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
Deputy Clerk to the Board Barbara Kirkmeyer, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Director of General Services
ssc�' '•iwuu ierr ySh WILSWWS"ra'T^T`L' ",' - - '.'e`—'7v"L' .=.:I"CvR _at�'di.-jC--w=:Y_:f•:m.�
_ u.•s}_3w:.+.=,lr.vr.117-•r d ••' A,.-ca,:1 iw• e- :•h=_ =;__1.._-. �a•.-�..__.- I�5'ii+:_ rc--•....
1 '+--. tt:;�:4-d 'Y��'- T''3.:ai -. x�^£�i�.L_.•.:+'..-s�^�SF�'-�S'" ^.
BID REQUEST #B1600184
Page 18
STEVE REAMS
TO: Board of County Commissioners
FROM: Jennifer Oftelie, Budget Manager
DATE: 12/16/2016
SUBJECT: Uniform & Equipment Bid - #B 1600184
A competitive bidding process for the purchase of uniforms and associated equipment for the 2017
calendar year. Three companies responded to the bid. One was eliminated as incomplete. That vendor
provided no information on how they met the requirements listed in the bid proposal. The summary
of the bids is below.
Leons Caps: eliminated as incomplete
Neves Uniform Grand Total (with Blauer polos, as requested): $133,807.25
Kinsco Grand Total (with Blauer polos, as requested): $133,082.55
The two remaining companies, Neves and Kinsco, had excellent proposals and went above the
requirements to answer questions and concerns. A scoring process, as presented in the bid document,
was used for these two companies. The bids were within $750 of each other.
Kinsco scored 40/50. Kinsco's strengths included having the lowest bid, no charge for embroidery of
symbols, and we are currently using them as our vendor. Weaknesses include difficulty getting
administrative information, confusion in billing, and slow turn -around time for uniforms during
2016.
Neves scored 44/50. The strengths of this bid include administrative abilities for the online system
that streamlines accountability and billing on our end, more staff to quickly handle requests and
issues, and their access to Blauer. Weaknesses include pricing (while competitive, not the lowest),
and access locally.
The Sheriff's Office also weighted the ease of billing and administrating the online system from our
end more than compensates for the slight price difference. The Sheriffs Office recommends Neves
Uniform, with a modified Grand Total of $133,807.25 for approval of the 2017 uniform bid.
Respectfully Submitted,
Jennifer Oftelie
Business and Budget Manager
Weld County Sheriff Office
Southwest Substation
4209 WCR 24 1/2
Longmont, Colorado 80504
(720) 652-2415
Fax (720) 652-4217
Headquarters
1950 0 Street
Greeley, Colorado 80631
(970)356-4015
Fax (970)304-6467
Toll Free (800)436-9276
www.weldsheriff.com
Flo- 31,5'
Southeast Substation
2950 9'h Street
Fort Lupton, Colorado 80621
(303) 857-2465
Fax (303) 637-2422
OD fib 37
Page I 1
DATE OF BID: NOVEMBER 29, 2016
REQUEST FOR: UNIFORMS & EQUIPMENT
DEPARTMENT: SHERIFF'S OFFICE
BID NO: #61600184
PRESENT DATE: DECEMBER 5, 2016
APPROVAL DATE: DECEMBER 19, 2016
VENDORS
NEVES UNIFORMS & EQUIPMENT
5120 ISAGE ST #200
DENVER CO 80211
KINSCO
1456 SKYWAY DR
LONGMONT CO 80504
LEONS CAPS
2508 EAST COOK ST
SPRINGFIELD IL 62703-1951
THE SHERIFF'S DEPT WILL REVIEW THE BIDS.
WELD COUNTY PURCHASING
1150 O Street Room #107, Greeley CO 80631
E-mail: mwalters(Wco.weld.co.us
E-mail: reverett(Wco.weld.co.us
Phone: (970) 356-4000, Ext 4222 or 4223
Fax: (970) 336-7226
GRAND TOTAL
$131,865.25
$131,654.75 A. (5.11 POLO)
$133,082.55 B. (BLAUER POLO)
$167,400.50
2016-3657
Go oOo7
Hello