Loading...
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