+ All Categories
Home > Documents > Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based...

Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based...

Date post: 04-Aug-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
43
Department of Contract Procurement Compliance And RFP 27636 “Police Department For Uniforms & Equipment”
Transcript
Page 1: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Department of Contract

Procurement Compliance

And

RFP 27636

“Police Department For Uniforms & Equipment”

Page 2: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

Article I. General Information .......................................................................................................... ..4 Section 1.01 Method of Source Selection ..............................................................................................4 Section 1.02 Purpose.............................................................................................................................. 4 Section 1.03 Existing Environment ....................................................................................................... 4 Section 1.04 Required Review............................................................................................................... 4 Section 1.05 Protests and Appeals ......................................................................................................... 4 Section 1.06 Inquiries - Clarifications ................................................................................................... 5 Section 1.07 Amendments & Addendums ............................................................................................. 5 Section 1.08 Alternate Proposals ........................................................................................................... 5 Section 1.09 Implied Requirements .......................................................................................................5 Section 1.10 Project Timetable & Contract Term ................................................................................. 5 Section 1.11 Location of Work .............................................................................................................. 6 Section 1.12 Proposals and Presentation Costs ..................................................................................... 6 Section 1.13 Disclosure of Proposal Contents ....................................................................................... 6 Section 1.14 Cooperative Procurement ................................................................................................. 6 Section 1.15 Independent Contractor Relation ......................................................................................7 Section 1.16 Determination of Responsibility ....................................................................................... 7 Section 1.17 Evaluation ......................................................................................................................... 7 Section 1.18 Equal Treatment ................................................................................................................ 7 Section 1.19 Award................................................................................................................................ 8 Section 1.20 Notification of Award .......................................................................................................8 Section 1.21 Right to Reject Proposals .................................................................................................. 9 Section 1.22 Mistakes in Proposals Discovered Prior to Award ........................................................... 9 Section 1.23 Mistakes in Proposals Discovered after Award ................................................................ 9 Section 1.24 Tax Clearance……………………………………………………………………………9

Article II. Standard Proposal Information……………………………………..………………………….10 Section 2.01 Authorized Signature..…………………………………………………………………10 Section 2.01 Buy American Preference ............................................................................................... 10 Section 2.02 Site Inspection................................................................................................................. 11 Section 2.03 Supplemental Terms and Conditions .............................................................................. 11 Section 2.04 Discussions with Offerors ...............................................................................................11 Section 2.05 Prior Experience ............................................................................................................. 12 Section 2.06 Evaluation of Proposals...................................................................................................12 Section 2.07 F.O.B. Point .................................................................................................................... 12 Section 2.08 Contract Negotiations ..................................................................................................... 12 Section 2.09 Failure to Negotiate ........................................................................................................12

Article III. Standard Contract Information ...................................................................................... ..13 Section 3.01 Contract Approval........................................................................................................... 13 Section 3.02 Proposal as a Part of the Contract ...................................................................................13 Section 3.03 Additional Terms and Conditions ................................................................................... 13 Section 3.04 Insurance Requirements ..................................................................................................13 Section 3.05 Informal Debriefing ........................................................................................................ 15 Section 3.06 Contract Changes - Unanticipated Amendments ............................................................ 15

Article IV. Required Contractual Terms and Conditions ............................................................... ..15 Section 4.01 Agreement with Kansas Law ..........................................................................................15 Section 4.02 Kansas Cash Basis Law ..................................................................................................16

Page 3: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

Section 4.03 Payment of Taxes ............................................................................................................ 16 Section 4.04 Disclaimer of Liability .................................................................................................... 16 Section 4.05 Anti-Discrimination Requirements ................................................................................. 16 Section 4.06 Termination for Default .................................................................................................. 17 Section 4.07 Termination for Convenience ......................................................................................... 18 Section 4.08 Disputes .......................................................................................................................... 19 Section 4.09 Representations ............................................................................................................... 19 Section 4.10 Ownership of Materials ..................................................................................................20 Section 4.11 Availability of Records and Audit ..................................................................................21 Section 4.12 Assignment ..................................................................................................................... 22 Section 4.13 No Limit of Liability ....................................................................................................... 22 Section 4.14 Indemnification ............................................................................................................... 22

Article V. Background Information ................................................................................................ ..22 Section 5.01 Background Information ................................................................................................. 22

Article VI. Project Scope .................................................................................................................. ..23 Section 6.01 Scope of Work ................................................................................................................ 23

Article VII. Evaluation and Selection................................................................................................ ..26 Section 7.01 Selection Criteria ............................................................................................................ 26

(a) Understanding of the Project 15% ............................................................................................. 26 (b) Understanding of the present practices and procedures to recommend other value added cost savings and procedures. — 5 % .......................................................................................................... 27 (c) Management Plan for the Project— % .................................................................................... 27 (d) Experience and Qualifications— 40% .......................................................................................27

Article VIII. Attachments .................................................................................................................... ..28 UNIFIED GOVERNMENT OF WYANDOTTE COUNTY/KANSAS CITY, KANSAS ............................. ..29 PROPOSAL FORM ............................................................................................................................. ..29

Page 4: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

Article I. General Information

Section 1.01 Method of Source Selection

Article §3-103 and R3-103.02 of the Unified Government of Wyandotte County / Kansas City, Kansas Procurement Code and Regulations allows for the use of Competitive Sealed Proposals when it is determined in writing that Competitive Sealed Bidding is either not practicable or not advantageous to the Unified Government.

Section 1.02 Purpose

The Unified Government of Wyandotte County/Kansas City, Kansas, Police Department is accepting competitive proposals from qualified individuals, firms, partnerships and corporations for the purpose of purchasing Uniforms and Equipment

Vendors providing such services must meet the requirements, as specified herein. Solicitations from qualified minority, and women owned businesses, firms and individuals are encouraged by the Unified Government of Wyandotte County/Kansas City, Kansas. This encouragement does not infer preference and all solicitations will be evaluated equally.

Section 1.03 Existing Environment The Unified Government of Wyandotte County/Kansas City, Kansas is a consolidated city/county government serving all of the citizens of the City of Kansas City, Kansas, and Wyandotte County. The City of Kansas City, Kansas is located entirely in Wyandotte County and, along with ten other Kansas and Missouri counties, makes up the Metropolitan Kansas City Region with a population of approximately 1.6 million. The Cities of Kansas City, Kansas and Kansas City, Missouri are separated by the Kansas- Missouri border and are independent of one another in all aspects.

Section 1.04 Required Review

Offerors should carefully review this solicitation for defects and questionable or objectionable matter. Comments concerning defects and objectionable material must be made in writing and received by the procurement officer at least ten days before the proposal opening. This will allow issuance of any necessary amendments. It will also help prevent the opening of a defective solicitation and exposure of offeror's proposals upon which award could not be made. Protests based on any omission or error, or on the content of the solicitation, will be disallowed if these faults have not been brought to the attention of the contracting officer, in writing, at least ten days before the time set for opening.

Section 1.05 Protests and Appeals

Any protest or appeal of the award of the Agreement must be in writing and received by the Director of

Page 5: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

Purchasing within seven (7) days of the County Administrator’s decision. The written communication must list the specific areas of protest and suggested remedy. The decision of the Purchasing Director on any protest or appeal shall be final.

Section 1.06 Inquiries - Clarifications

Any questions regarding the Request for Proposal shall be directed in writing to the attention of the buyer via fax or email, to the Office of Procurement and Contract Compliance ATTN: Richard R Rocha, Room 649, 701 North 7th Street, Kansas City, Kansas 66101. Phone; 913-573-5448, Email: r r r ocha@wycok ck .org . All questions must be received no later than the date established in the project timetable. Telephone conversations must be confirmed in writing by the interested party.

Two types of questions generally arise. One may be answered by directing the questioner to a specific section of the RFP. These questions may be answered over the telephone. Other questions may be more complex and may require a written amendment to the RFP. The procurement officer will determine the appropriate method to be used.

Section 1.07 Amendments & Addendums

Amendments and addendums will be made by addendum issued only to vendors known to have the Request for Proposal.

Section 1.08 Alternate Proposals Deviations from the requirements and specifications are permitted but must be noted separately explaining the nature of the deviation. When listing deviations, refer to the specific provision(s) to which the deviation pertains. Unless a deviation is expressly stated, the proposal shall be evaluated as if it meets ALL specifications, and the company submitting the proposal shall be required to perform all services as required by the specifications

Section 1.09 Implied Requirements

By submission of the proposal, the Offeror certifies all services proposed meet or exceed all requirements as set forth in the Request for Proposals, unless the proposal specifically states otherwise. Any products and services that are not specifically addressed in the RFP but which are necessary to provide functional capabilities proposed by the offeror must be included in the proposal.

Section 1.10 Project Timetable & Contract Term The project timetable set out herein represents the Unified Government’s best estimate of the schedule that will be followed. If a component of the schedule, such as the opening date, is delayed, the rest of the schedule may be shifted by the same number of days.

Issue RFP: August 31th, 2017 Last day for to submit Questions: September 15th, 2017, 12:00 PM C.S.T Deadline to answer written Questions: September 19th 2017, 12:00 CST Proposals Due: September 28th 2017, 2:00 PM C.S.T

Page 6: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

Short List Selection Complete TBD Sample clothing for committee due: TBD Interview for Selected Vendors TBD Proposal Evaluation Committee completes evaluation: TBD Notice of Award: TBD The contract will be in effect for a period of two (2) years. Provided neither the Unified Government nor the vendor has terms in the contract which they require to be changed, this contract may be extended for three (3) additional, one (1) year terms. Prices bid shall remain fixed and firm based upon the original proposal for the first twenty-four (24) month period of the contract. Option years, 3, 4 & 5 may be subject to adjustment based on the Consumer Price Index (CPI-U + all Urban Consumers) for the previous twelve months not to exceed 4%. The Unified Government reserves the right to renew the contract by written notice of renewal provided that a price adjustment deemed to be fair and reasonable to both parties can be mutually agreed upon.

Section 1.11 Location of Work The location(s) the work is to be performed is at various locations in Wyandotte County.

Section 1.12 Proposals and Presentation Costs

The Unified Government of Wyandotte County/Kansas City, Kansas will not be liable in any way for any costs incurred by the offeror in the preparation of their proposal in response to the RFP nor for the presentation of their proposal and/or participation in any discussions or negotiations.

Section 1.13 Disclosures of Proposal Contents

All proposals and other material submitted become the property of the Unified Government and may be returned only at the UG’s option. Kansas Open Records Act requires public records to be open to reasonable inspection. All proposal information, including detailed price and cost information, will be held in confidence during the evaluation process and prior to the time a Notice of Award is issued. Thereafter, proposals will become public information.

Trade secrets and other proprietary data contained in proposals may be held confidential if the offeror requests, in writing, that the procurement officer does so, and if the procurement officer agrees, in writing, to do so. Material considered confidential by the offeror must be clearly identified and the offeror must include a brief statement that sets out the reasons for confidentiality.

Section 1.14 Cooperative Procurement If the contractor has indicated agreement to participate in the Cooperative Procurement Program, the contractor shall provide equipment, supplies, and/or services as described herein under the terms and conditions, requirements and specifications of the contract, including prices, to other government entities.

Page 7: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

The contractor shall further understand and agree that participation by other governmental entities is discretionary on the part of that governmental entity and the Unified Government bears no financial responsibility for any payments due the contractor by such governmental entities.

Section 1.15 Independent Contractor Relations

Nothing in this Agreement shall be construed to create a relationship of employer and employee or principal and agent or any other relationship other than that of independent parties contracting with each other solely for the purpose of carrying out the provisions of this Agreement. Nothing in this Agreement shall create any right or remedies in any third party.

The Agreement to be entered into is not intended to be, and will not constitute or otherwise recognize a joint venture, partnership agreement or relationship, or formal business organization or association of any kind between the parties; and, the rights and obligations of the parties shall be only those expressly set forth in the Agreement. The parties will agree that no persons supplied by the Contractor in performance of the contract are employees of the Unified Government and further agree that no right of the Unified Government's civil service, retirement, or personnel rules accrue to such persons. The Contractor shall have the total responsibility for all salaries, wages, workers' compensation insurance, unemployment compensation, bonuses, retirement, withholdings, other benefits, and all taxes and premiums appurtenant thereto concerning such persons and shall hold the Unified Government harmless with respect thereto.

Section 1.16 Determination of Responsibility

Per Regulation R3-301.04 (Duty Concerning Responsibility), before awarding a contract the Procurement Officer must be satisfied that the prospective contractor is responsible.

All offerors shall supply information as requested by the Procurement Officer concerning the responsibility of such offeror. The determination of responsibility shall be governed by Section R3-301 of the Unified Governments Procurement Code and Regulations. The contract file shall contain the basis on which the award is made.

Section 1.17 Evaluations

The selection committee shall evaluate all proposals submitted and shall classify proposals as: acceptable, potentially acceptable (that is reasonably susceptible of being made acceptable), or unacceptable. Vendors whose proposals are unacceptable shall be notified promptly. More detailed evaluation information will be found in section 8 of this RFP.

Section 1.18 Equal Treatments

Offerors will be accorded fair and equal treatment with respect to any opportunity for discussions and revisions of proposals. The Procurement Officer will establish procedures and schedules for conducting discussions. If during discussions there is a need for any substantial clarification of or change in the Request for Proposals, the Request shall be amended to incorporate such clarification or change.

Page 8: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

Auction techniques (revealing one offeror's price to another) and disclosure of any information derived from competing proposals are prohibited.

Section 1.19 Award

The contract shall be awarded in whole or in part to the responsible offeror whose proposal is determined to be the most advantageous to the Unified Government taking into consideration all the evaluation factors set forth in the Request for Proposals. No other factors or criteria shall be used in the evaluation.

The County Administrator retains the sole and complete discretion to select the successful proposer based upon the evaluation of the selection committee’s recommendation. The decision of the County Administrator will be final unless an appeal is filed as described in the protest section.

Section 1.20 Notification of Award

Written notice of award shall be sent to the successful Offeror. The successful Offeror shall, within ten (10) days from the date of receipt of the notice of award, perform the following:

• Submit a performance bond, if required, in the total amount of one hundred percent

(100%) of the proposal amount (Bond form format will be provided by the Unified Government)

• If the Offeror is not a resident of the State of Kansas, submit an executed Appointment

of Process Agent Form or a Foreign Corporation form (Form will be provided by the Unified Government).

• Submit a certificate of insurance evidencing insurance as required by the Request for

Proposal.

• Ensure that all (KCK, KCMO and JOCO) occupation taxes and fees are paid in full. Offerors are hereby directed to contact the Unified Government of Wyandotte County/Kansas City, Kansas License Division at (913) 573- 8782 for information regarding Licensing and Occupational Taxes.

• The Contractor will be required to conform to Equal Employment Opportunity and

Affirmative Action requirements prior to the execution of this Contract. Contact the Unified Government of Wyandotte County/Kansas City, Kansas Human Relations Division at (913) 573-5460 for information.

• The Unified Government may, at its option, declare the Offeror in default if the

Offeror fails to perform all of the above-enumerated conditions, in which case the proposal security shall become the property of the Unified Government.

Page 9: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

• All bonds required by this proposal must contain terms and conditions approved by the Unified Government and shall be executed by a surety company authorized to do business in the State of Kansas.

• Tax Clearance for Taxes Owned to Local Governments

The Unified Government of Wyandotte County/ Kansas City, KS., Johnson County KS., City of Kansas City MO., and Jackson County, MO. (collectively the “Local Governments”), have agreed to cooperate with each other to ensure that tax funded contracts are performed by Contractors in compliance with the Tax Laws of the Local Governments. Contactor agrees that the Contractor shall be in compliance with the respective Tax Laws of the Local Governments throughout the term of this contract and any contract renewals and that proof of Contractor’s compliance with the Tax Laws of the Local Governments shall be a condition of award. All Contractors entering into a contract and all subsequent renewals with the Unified Government of Wyandotte County in the amount of $20,000.00 or more must obtain a Tax Clearance Certification. The Tax Clearance Certification must be signed by an authorized official from all four (4) of the “Local Governments” and submitted to the Unified Government Procurement and Contract Compliance Department prior to a notice of award (or) contract renewal. The Tax Clearance Certification shall be valid for a period of one year from the date of issuance and shall not be dated more than sixty (60) days prior to any notice of intent to contract by the County.

Section 1.21 Right to Reject Proposals

The Unified Government reserves the right without contest to accept or reject any proposal. Offerors must comply with all of the terms of the RFP, the Unified Government Procurement Code, and all applicable local, State, and federal laws, codes, and regulations. The procurement officer may reject any proposal that does not comply with all of the material and substantial terms, conditions, and performance requirements of the RFP.

Offerors may not restrict the rights of the Unified Government or qualify their proposal. If an offeror does so, the procurement officer may determine the proposal to be a non-responsive counter-offer and the proposal may be rejected.

Minor informalities may be waived by the procurement officer if determined that they:

• do not affect responsiveness, • are merely a matter of form or format, • do not change the relative standing or otherwise prejudice other offers, • do not change the meaning or scope of the RFP, • are trivial, negligible, or immaterial in nature, • do not reflect a material change in the work; or, • do not constitute a substantial reservation against a requirement or provision,

Page 10: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

If no offerors meet all the mandatory requirements of the Request for Proposals, or if sufficient funds are not available, or if other extenuating circumstances prevail, the Unified Government may choose to make no award and to submit a revised Request for Proposals to offerors at a later date, or may choose to negotiate with those submitting proposals.

Section 1.22 Mistakes in Proposals Discovered Prior to Award

At any time prior to the specified date and time for submission, an offeror may withdraw or modify a proposal in accordance with Section R3-103.10 of the Unified Government's Procurement Code Regulations. Any proposal modification must be in writing, executed by an authorized person, and submitted prior to the proposal submission date. The Unified Government will deal with mistakes in proposals according to Section R3-103.15 of the Unified Government's Procurement Code Regulations.

Section 1.23 Mistakes in Proposals Discovered after Award

The Unified Government will deal with mistakes in proposals according to Section R3-103.15 of the Unified Government's Procurement Code Regulations.

Article II. Standard Proposal Information

Section 2.01 Authorized Signature All proposals must be signed by an individual authorized to bind the offeror to the provisions of the RFP. Proposals must remain open and valid for at least one hundred and twenty (120) days from the opening date.

Section 2.01 Buy American Preference It is the preference of the Unified Government that any manufactured goods or commodities used or supplied in the performance of any Unified Government contract thereto shall be manufactured or produced in the United States whenever possible.

PROPOSALS WILL NOT BE CONSIDERED UNLESS AN OFFICER AUTHORIZED TO BIND THE OFFERING COMPANY SIGNS THE SIGNATURE PAGE. A RESPONDENT MUST SUBMIT A COMPLETE COPY OF ITS RESPONSE ON THE UNIFIED GOVERNMENT OF WYANDOTTE COUNTY’S E-PROCUREMENT SITE WHICH CAN BE ACCESSED AT; HTTPS://PURCHASING.WYCOKCK.ORG/EPROCUREMENT. If components of the response, such as spreadsheets, pictures, charts, or diagrams require the functionality of a non-word-processing application, they must be submitted in Microsoft Excel or Microsoft PowerPoint format.

Page 11: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

Any respondent that does not comply with these policies may be disqualified from the procurement process.

In addition to the provisions contained in Section above, responding solution providers must submit one (1) original, four (4) copies and one (1) CD-ROM of proposal and supplementary material to:

Proposal – RFP 27636 “2017 Police Department Uniforms & Equipment” Department of Procurement & Contract

Compliance 701 North 7th Street, Suite 649 Kansas City, Kansas 66101

ALL PROPOSALS AND CD-ROM DRIVE MUST BE DELIVERED IN A SEALED PACKAGE AND “PROPOSAL – REQUEST FOR PROPOSAL R25703 “WYANDOTTE COUNTY POLICE DEPARTMENT UNIFORMS” MUST BE PLAINLY MARKED ON THE OUTSIDE OF THE PACKAGE. ALL PROPOSALS MUST BE RECEIVED NO LATER THAN THE TIME SPECIFIED IN THE REQUEST FOR PROPOSAL PROJECT TIMETABLE. (Sept 28th, 2017 2:00 CST) LATE PROPOSALS WILL NOT BE CONSIDERED. Proposals must remain open and valid for at least one hundred and twenty (120) days from the opening date.

Section 2.02 Site Inspection

The Unified Government may conduct on-site visits to evaluate the offeror's capacity to perform the contract. Offerors must agree, at risk of being found non-responsive and having their proposal rejected, to provide the Unified Government reasonable access to relevant portions of their work sites. Site inspection will be made by individuals designated by the procurement officer at the Unified Government's expense.

Section 2.03 Supplemental Terms and Conditions

Proposals including supplemental terms and conditions will be accepted, but supplemental conditions that conflict with those contained in this RFP or that diminish the Unified Government's rights under any contract resulting from the RFP will be considered null and void. The Unified Government is not responsible for identifying conflicting supplemental terms and conditions before issuing a contract award. After award of contract:

[a] if conflict arises between a supplemental term or condition included in the

proposal and a term or condition of the RFP, the term or condition of the RFP will prevail; and

[b] if the Unified Government's rights would be diminished as a result of application of

Page 12: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

a supplemental term or condition included in the proposal, the supplemental term or condition will be considered null and void.

Section 2.04 Discussions with Offerors The Unified Government may conduct discussions with offerors for the purpose of clarification. The purpose of these discussions will be to ensure full understanding of the requirements of the RFP and proposal. Discussions will be limited to specific sections of the RFP identified by the procurement officer. Discussions may only be held with offerors who have submitted a proposal deemed reasonably susceptible for award by the procurement officer. Discussions, if held, will be after initial evaluation of proposals by the evaluation committee. If modifications are made as a result of these discussions they will be put in writing. Following discussions, the procurement officer may set a time for best and final proposal submissions from those offerors with whom discussions were held. Proposals may be reevaluated after receipt of best and final proposal submissions. Reevaluation w i l l be limited to the specific sections of the RFP opened to discussion by the procurement officer.

Offerors with a disability needing accommodation should contact the procurement officer prior to the date set for discussions so that reasonable accommodation can be made.

Section 2.05 Prior Experience

The offeror should have at least two years of experience providing police uniforms & equipment to other police departments.

An offeror's failure to meet these minimum prior experience requirements will cause their proposal to be considered non-responsive and their proposal will be rejected. Section 2.06 Evaluation of Proposals

The procurement officer, or an evaluation committee made up of the procurement officer and at least three Unified Government employees, will evaluate proposals. The evaluation will be based solely on the evaluation factors set out in section eight (8) of this RFP.

Section 2.07 F.O.B. Point

All goods purchased through this contract will be F.O.B. final destination. Unless specifically stated otherwise, all the prices offered must include the delivery costs to any location within Wyandotte County, Kansas. Section 2.08 Contract Negotiations

After completion of the evaluation, including any discussions held with offerors during the evaluation, the Unified Government may elect to initiate contract negotiations. The option

Page 13: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

of whether or not to initiate contract negotiations rests solely with the Unified Government. If the Unified Government elects to initiate contract negotiations, these negotiations cannot involve changes in the Unified Government's requirements or the contractor's proposal which would, by their nature, affect the basis of the source selection and the competition previously conducted.

The offeror will be responsible for all travel and per diem expenses related to contract negotiations.

Section 2.09 Failure to Negotiate

If the selected contractor

• fails to provide the information required to begin negotiations in a timely manner; or • fails to negotiate in good faith; or • indicates they cannot perform the contract within the budgeted funds available for the

project; or • the contractor and the Unified Government, after a good faith effort, simply

cannot come to terms, The Unified Government may terminate negotiations with the contractor initially selected and commence negotiations with the next highest ranked offeror. Article III. Standard Contract Information

Section 3.01 Contract Approval

This contract is a Firm Fixed Price contract with Adjustments.

Section 3.02 Contract Approval

This RFP does not, by itself, obligate the Unified Government. The Unified Government's obligation will commence when the contract is approved by the Unified Government County Administrator, the Administrator’s designate, or the procurement officer. Upon written notice to the contractor, the Unified Government may set a different starting date for the contract. The Unified Government will not be responsible for any work done by the contractor, even work done in good faith, if it occurs prior to the contract start date set by the Unified Government. Section 3.03 Proposal as a Part of the Contract

Part or all of this RFP and the successful proposal may be incorporated into the

Page 14: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

contract.

Section 3.04 Additional Terms and Conditions

The Unified Government reserves the right to add terms and conditions during contract negotiations. These terms and conditions will be within the scope of the RFP and will not affect the proposal evaluations. Section 3.05 Insurance Requirements

The successful offeror must provide proof of workers' compensation insurance prior to contract approval.

The successful offeror must secure the insurance coverage required by the Unified Government. The coverage must be satisfactory to the Division of Risk Management. An offeror's failure to provide evidence of such insurance coverage is a material breach and grounds for withdrawal of the award or termination of the contract. The vendor awarded this contract is required to provide a Certificate of Insurance that contains a minimum of the following coverage and limits:

a) Insurance Requirements

Liability insurance coverage shall be considered as primary and not as excess insurance. The carrier(s) shall provide ten (10) days written notice to the Unified Government by registered mail prior any modification, cancellation, non-renewal or other change in coverage. The successful bidder shall provide the Unified Government with Certificates of Insurance concerning the requirements listed.

The policies must be effective prior to the commencement of work and must remain in force until termination of the work under this contract. In the event of interruption of coverage for any reason, all work under the contract shall cease and shall not resume until coverage has been restored.

If at any time during the term of this contract, or any extension thereof, any required policies of insurance should expire or are canceled, it will be the responsibility of the Contract to furnish to the Unified Government a Certificate of Insurance indicating renewal or an acceptable replacement of the expiring policy prior to expiration or cancellation date so that there will be no lapse in any coverage.

The Contractor shall agree to indemnify the Unified Government of Wyandotte County/Kansas City, Kansas and save it harmless against any and all loss, damage, expense, liability or claim of liability, expense for injury, death or damage to property directly caused by the Contractor’s negligence arising out of performance by the contractor of the agreement. The Contractors insurance shall include contractual coverage of the foregoing “hold harmless agreement”.

The Unified Government shall be named as an additional insured.

Page 15: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

The following minimum coverage is required of vendors providing

services: Coverage: Limits

of Liability:

Worker Compensation Statutory

Manufacture’s and Contractor’s Public Liability Or Comprehensive General Liability 500,000 per occurrence

Combined Automobile Bodily Injury And Automobile Property Damage 500,000 per occurrence

1. Additional Insured shall read exactly as follows: The Unified Government shall be named as additional insured with respect to the work performed for this contract: R27636 Police Department Uniforms.

2. Cancellation Clause shall read exactly as follows:

Should any of the above-described policies be cancelled before the expiration date thereof, the issuing company will mail 30 days prior written notice to the certificate holder.

3. Certificate Holder:

Provide “R27636 2017 Police Uniforms & Equipment” in the “miscellaneous” area of certificate. Address all certificates to the Unified Government Wyandotte County/Kansas City, Kansas - Purchasing Division, 701 N 7th Street – Room 649, Kansas City, KS 66101. Fax 913-573-5444 Office 913-573-5440.

Section 3.06 Informal Debriefing When the contract is completed, an informal debriefing may be performed at the discretion of the project director. If performed, the scope of the debriefing will be limited to the work performed by the contractor.

Section 3.07 Contract Changes - Unanticipated Amendments

During the course of this contract, the contractor may be required to perform additional work. That work will be within the general scope of the initial contract. When additional work is required, the project director will provide the contractor a written description of the additional work and request the contractor to submit a firm time schedule for accomplishing the additional work and a firm price for the additional work. Cost and pricing data must be provided to justify the cost of such amendments Unified Government Procurement Code Regulation R7-101.

Page 16: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

The contractor will not commence additional work until the project director has secured any required Unified Government approvals necessary for the amendment and issued a written contract amendment, approved by the County Administrator.

Article IV. Required Contractual Terms and Conditions The following terms and conditions must be agreed to by the successful Offeror and are hereby made a part of the contract entered into between the Unified Government and the successful Offeror, unless specifically modified in writing:

Section 4.01 Controlling Provisions The terms of the Contractual Provisions Attachment prevail and control over the terms of any other conflicting provisions in any other document relating to the Agreement in which this attachment is incorporated.

Section 4.02 Governing Law

This agreement is subject to and shall be governed by, and shall be construed according to the laws of the State of Kansas

Section 4.03 Kansas Cash Basis Law This Agreement is subject to the Kansas Cash Basis Law, K.S.A. 10-1101. Any automatic renewal of the terms of the Agreement shall create no legal obligation on the part of the Unified Government. The Unified Government is obligated only to pay periodic payments or monthly installments under the Agreement as may lawfully be made from (a) funds budgeted and appropriated for that purpose during the Unified Government's current budget year or (b) funds made available from any lawfully operated revenue producing source.

Section 4.04 Payment of Taxes

The Unified Government shall not be responsible for, nor indemnify the Contractor for any federal, state, or local taxes which may be imposed or levied upon the subject matter of this Agreement. The Contractor shall pay the Unified Government occupation tax prior to execution of the Agreement. Section 4.05 Disclaimer of Liability

The Unified Government shall not hold harmless or indemnify the Contractor for any liability whatsoever.

Section 4.06 Anti-Discrimination Requirements

During the performance of this Agreement, the Contractor agrees as follows:

Page 17: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

The Contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, disability, age, national origin, or ancestry. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, color, sex, disability, age, national origin or ancestry. Such action shall include, but not be limited to, the following: Employment, upgrading, demotion, or transfer; the recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and, selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Unified Government, setting forth the provisions of this nondiscrimination clause.

The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor; state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, disability, age, national origin, or ancestry.

The Contractor will cause the foregoing provisions to be inserted in all subcontracts for any work covered by this Agreement so that such provisions shall apply to contracts or subcontracts for standard commercial supplies or raw materials.

The Contractor shall assure that it and all subcontractors will implement the certificate of compliance in connection with this Agreement. If the Contractor shall fail, refuse, or neglect to comply with the terms of these contractual conditions, such failure shall be deemed a total breach of the contract and such Agreement may be terminated, canceled, or suspended, in whole or in part, and the Contractor may be declared ineligible for any further Unified Government contracts for a period of up to one year. Provided that if an Agreement is terminated, canceled, or suspended for failure to comply with this section, the Contractor shall have no claims for damages against the Unified Government on account of such termination, cancellation, or suspension or declaration of ineligibility.

The Contractor shall assure that it is in compliance with and shall maintain sufficient records to document that, under all aspects of this Agreement, it has acted in a manner which is in full compliance with all applicable sections of the Equal Employment Section of this Agreement, and the following, as applicable: Title Vl of the Civil Rights Act of 1964 (as amended) (42 USCS '2000d et seq.); Title VII of the Civil Rights Act of 1964 (42 USCS '2000e et seq.); Title VIII of the Civil Rights Act of 1968 (42 USCS '3601 et seq.); the Americans with Disabilities Act of 1990, 42 U.S.C. '12101, and amendments thereto; the Kansas Act Against Discrimination, K.S.A. '44-1001 through 1004 (1992 Supp.) and amendments thereto; Chapter 11 of the Procurement Code and Regulations of the Unified Government of Wyandotte County/Kansas City, Kansas, and amendments thereto; and, '18-86 and 87 of the 1988 Code of Ordinances of the Unified Government of Wyandotte County/Kansas City, Kansas, and amendments thereto. Such records shall at all times remain open to inspection by an individual designated by the Unified Government for such purpose. The Contractor and the Unified Government, in carrying out this Agreement, shall also comply with all

Page 18: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

Other applicable existing federal, state and local laws relative to equal opportunity and nondiscrimination, all of which are incorporated by reference and made a part of this Agreement.

The Contractor will be required to conform to Equal Employment Opportunity and Affirmative Action requirements prior to the execution of this Contract. Section 4.07 Termination for Default

If the Contractor refuses or fails to perform any of the provisions of this Agreement with such diligence as will ensure its completion within the time specified in this Agreement, or any extension thereof, or commits any other substantial breach of this Agreement, the Procurement Officer may notify the Contractor in writing of the delay or nonperformance and, if not cured in ten days or any longer time specified in writing by the Procurement Officer, such officer may terminate the Contractor's rights to proceed with the Agreement or such part of the Agreement as to which there has been delay or a failure to properly perform. The Unified Government shall pay the Contractor the costs and expenses and reasonable profit for services performed by the Contractor prior to receipt of the notice of termination; however, the Unified Government may withhold from amounts due the Contractor such sums as the Procurement Officer deems to be necessary to protect the Unified Government against toss caused by the Contractor because of the default. Except with respect to defaults of subcontractors, the Contractor shall not be in default by reason of any failure in performance of this Agreement in accordance with its terms if the Contractor has notified the Procurement Officer within 15 days of the cause of the delay, and the failure arises out of causes such as acts of God, acts of the public enemy, act of the Unified Government and any other governmental entity in its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, or other labor disputes. If the failure to perform is caused by the failure of a subcontractor to perform or to make progress, and if such failure arises out of causes similar to those set forth above, the Contractor shall not be deemed to be in default, unless the services to be furnished by the subcontractor were reasonably obtainable from other sources in sufficient time to permit the Contractor to meet the contract requirements Upon request of the Contractor, the Procurement Officer shall ascertain the facts and extent of such failure, and, if such officer determines that any failure to perform was occasioned by any one or more of the excusable causes, and that, but for the excusable cause, the Contractor's progress and performance would have met the terms of the Agreement, the time for completion of the Agreement shall be revised accordingly. If, after notice of termination of the Contractor's right to proceed under the provisions of this clause, it is determined for any reason that the Contractor was not in default under the provisions of this clause, and both the Unified Government and the Contractor agree, the rights and obligations of the parties shall be the same as if the notice of termination had not been issued.

The following acts committed by the Contractor will constitute a substantial breach of the

Page 19: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

Agreement and may result in termination of the Agreement:

• If the Contractor is adjudged bankrupt or insolvent;

• If the Contractor makes a general assignment for the benefit of his creditors;

• If a trustee or receiver is appointed for the Contractor or any of his property;

• If the Contractor files a petition to take advantage of any debtor's act or to reorganize under bankruptcy or applicable laws;

• If the Contractor repeatedly fails to supply sufficient services;

• If the Contractor disregards the authority of the Procurement Officer;

• Acts other than those specified may constitute substantial breach of this Agreement.

Section 4.08 Termination for Convenience

The Procurement Officer may, when the interests of the Unified Government so require, terminate this contract in whole or in part, for the convenience of the Unified Government. The Procurement Officer shall give written notice of the termination to the Contractor specifying the part of the contract terminated and when termination becomes effective.

The Contractor shall incur no further obligations in connection with the terminated work and on the date set in the notice of termination the Contractor will stop work to the extent specified.

The Procurement Officer shall pay the Contractor the following amounts: All costs and expenses incurred by the Contractor for work accepted by the Unified Government prior to the Contractor's receipt of the notice of termination, plus a reasonable profit for said work. All costs and expenses incurred by the Contractor for work not yet accepted by the Unified Government but performed by the Contractor prior to receipt of the notice of termination, plus a reasonable profit for said work.

Anticipatory profit for work and services not performed by the Contractor shall not be allowed.

Section 4.09 Disputes

All controversies between the Unified Government and the Contractor which arise under, or are by virtue of, this Agreement and which are not resolved by mutual agreement, shall be decided by the Procurement Officer in writing, within 30 days after a written request by the Contractor for a final decision concerning the controversy; provided, however, that if

Page 20: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

the Procurement Officer does not issue a written decision within 30 days after written request for a final decision, or within such longer period as may be agreed upon by the parties, then the Contractor may proceed as if an adverse decision had been received.

The Procurement Officer shall immediately furnish a copy of the decision to the Contractor by certified mail, return receipt requested, or by any other method that provides evidence of receipt. Any such decision shall be final and conclusive, unless fraudulent, or the Contractor brings an action seeking judicial review of the decision in the Wyandotte County District Court.

The Contractor shall comply with any decision of the Procurement Officer and proceed diligently with performance of this Agreement pending final resolution by the Wyandotte County District Court of any controversy arising under, or by virtue of, this Agreement, except where there has been a material breach of the Agreement by the Unified Government; provided, however, that in any event the Contractor shall proceed diligently with the performance of the Agreement where the Purchasing Director has made a written determination that continuation of work under the contract is essential to the public health and safety

Notwithstanding any language to the contrary, no interpretation shall be allowed to find the Unified Government has agreed to binding arbitration, or the payment of damages or penalties upon the occurrence of any contingency. Further, the Unified Government shall not agree to pay attorney fees and late payment charges.

Section 4.10 Representations

The Contractor makes the following representations:

The price submitted is independently arrived at without collusion.

It has not knowingly influenced and promises that it will not knowingly influence a Unified Government employee or former Unified Government employee to breach any of the ethical standards set forth in Article 12 of the Procurement Regulations. It has not violated, and is not violating, and promises that it will not violate the prohibition against gratuities and kickbacks set forth in R-12-106 (Gratuities and Kickbacks) of the Procurement Code. It has not retained and will not retain a person to solicit or secure a Unified Government contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except for retention of bona fide employees or bona fide established commercial selling agencies for the purpose of securing business.

Section 4.11 Interest Payable on Claims

Pursuant to Section 9-301 (Interest) of the Procurement Code, interest on amounts ultimately determined to be due to a contractor of the Unified Government shall be payable at the statutory rate applicable to judgments from the date the claim arose through the date of decision or judgments, whichever is later.

Page 21: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

Section 4.12 Payment of taxes

The Unified Government shall not be responsible for, nor indemnify the Contractor for any federal, state, or local taxes which may be imposed or levied upon the subject matter of this Agreement. The Contractor shall pay the Unified Government occupation tax prior to execution of the Agreement.

Section 4.13 Representative’s Authority to Contract

The person signing this Agreement is duly authorized by the Contractor to execute the documents on behalf of the Contractor and to bind the Contractor.

Section 4.14 Independent Contractor Relation

Nothing in this Agreement shall be construed to create a relationship of employer and employee or principal and agent or any other relationship other than that of independent parties contracting with each solely for the purpose of carrying out the provisions of this Agreement. Nothing in this Agreement shall create any right or remedies in any third party. The parties agree that no persons supplied by the Contractor are employees of the Unified Government and that no right of the Unified Government's civil service, retirement, or personnel rules accrue to such persons. The Contractor shall have the total responsibility for all salaries, wages, workers' compensation insurance, unemployment compensation, bonuses, retirement benefits, withholdings, other benefits, and any taxes and premiums for such items, and the Contractor shall hold the Unified Government harmless

Section 4.15 Ownership of Materials

All property rights, including publication rights, in all interim, draft, and final reports and other documentation, including machine-readable media, produced by the Contractor in connection with the work pursuant to this Agreement, shall be in the Unified Government.

Section 4.16 Availability of Records and Audit

The Contractor agrees to maintain books, records, documents, and other evidence pertaining to the costs and expenses of the services provided under the Agreement (hereinafter collectively called "records") to the extent and in such detail as will properly reflect all net costs, direct and indirect, of labor, materials, equipment, supplies, and services, and other costs and expenses of whatever nature for which reimbursement is claimed under the provisions of this Agreement. The Contractor agrees to make available at the offices of the Unified Government at all times during the period set forth in the Request for Proposals any of the records for inspection, audit, or reproduction by any authorized representative of the Unified Government. Except for documentary evidence delivered to the offices of the Unified Government, the Contractor shall preserve and make available to persons designated by the Unified Government his records for a period of three years from the date of final payment under the Agreement or until all audit questions have

Page 22: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

been resolved, whichever period of time is longer. Section 4.17 Assignment

Neither the Contractor nor the Unified Government shall sell, transfer, assign, or otherwise dispose of any rights or obligations created by the Contract Documents or any portion thereof without the written consent of the other party.

Section 4.18 No Limit of Liability

Nothing in this Agreement shall be construed to limit the Offeror's liability to the Unified Government as such liability may exist by or under operation of law.

Section 4.19 Indemnification

Vendor shall indemnify, defend, and hold the Unified Government of Wyandotte County/Kansas City, Kansas harmless from and against all claims, losses, damages, or costs arising from or in any way related to Vendor's breach of the foregoing warranties. This indemnification shall not be subject to any limitations of remedies or warranties which are contained in this or any other agreement and shall survive termination of this or any other agreement between the parties hereto or thereto. Article V. Background Information

Section 5.01Background Information Background information concerning this project is as follows: The Unified Government of Wyandotte County/Kansas City, Kansas is a consolidated city/county government serving all of the citizens of the City of Kansas City, Kansas, and Wyandotte County.

The City of Kansas City, Kansas is located entirely in Wyandotte County and, along with ten other Kansas and Missouri counties, makes up the Metropolitan Kansas City Region with a population of approximately 1.6 million. The Cities of Kansas City, Kansas and Kansas City, Missouri are separated by the Kansas-Missouri border and are independent of one another in all aspects.

The Unified Government of Wyandotte County/Kansas City, Kansas, desires to procure the services of a vendor that can supply the Police Uniforms & Equipment for the Police Department of the Unified Government of Wyandotte County/Kansas City, Kansas. The Police Department of the Unified Government currently h a s an estimated 400 police officers on staff. Vendors providing such services must meet the requirements, as specified herein.

Page 23: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

Article VI. Project Scope

Section 6.01 Scope of Work To provide police uniforms & equipment for the police officers throughout Wyandotte County. The Kansas City, Kansas / Wyandotte County is requesting proposals from qualified firms or companies to supply police uniforms equipment and firearms components for purchase to the Kansas City, Kansas Police Department, per the specifications referenced herein. The anticipated number of Police personnel to be outfitted with uniforms is approximately four hundred (400), with the option to expand the program to approximately one hundred (100) civilian Police personnel.

A. Uniform Specifications: Only uniforms as listed in Exhibit A are acceptable. No substitutes will be considered! Uniform specifications, including size requirements, color and styles are referenced on attached Exhibit “A” – Uniform Specifications, consisting of six (6) pages and incorporated herein by this reference. In addition, vendor shall supply for purchase, all patches, stripes, 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 Police.

B. Uniform Measuring: Vendor shall be available to measure Police personnel in

Kansas City when needed, schedule to be determined by the KCKPD. The City will make every effort to work with the vendor on a schedule but due to the 24/7 nature of police business and the timeliness of needing uniforms measured for Police personnel, Police will make the final decision on the schedule.

C. Cost Structure: Using the Pricing Schedule provided in Attachment A, submit

pricing in the format presented. The Pricing Schedule includes a column to list pricing for add-ons; including, but not limited to, patches, stripes, emblems, and the installation on to garments, as indicated on Exhibit A. Proposed pricing must include alternation and/or tailoring costs (if applicable) as well as shipping, freight and handling costs. Companies offering alterations are preferred; however, RFP will be accepted for those who do not offer alterations. Pricing is to remain firm for twenty-four (24) months from the contract effective date.

D. Uniform Complement and Quantities: Garments covered in this RFP shall be

selected by Police from the items represented on the Pricing Schedule. If additional items are requested by Police, they will be priced using the vendor’s same pricing multipliers that are used for similar item categories on the Pricing

Page 24: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

Schedule. Police will determine the quantities of each type of approved garment that can be purchased by the employees. Police may add or delete uniform pieces from the Agreement at any time during the Contract Term. Vendor shall have the ability for Police personnel to place orders by phone and have the Officer pay by personal credit card. If an Officer places a personal order, the vendor shall use the same cost structure given to Police.

Sizes:

i. XS(32-34) Short, Regular ii. S(36-38) Short, Regular iii. M(40-42) Short, Regular, Tall iv. L(44-46) Short, Regular, Tall v. XL(48-50) Short, Regular, Tall vi. 2XL(52-54) Short, Regular, Tall vii. 3XL(56-58) Regular, Tall viii. 4XL(60-62) Regular, Tall

E. Extended Sizes: Average of 5-10% of Police 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 Police are female. Vendor is to make every effort to see that oversize and female employees receive their uniform pieces in the same time frame as regular-size male employees.

F. Delivery: Vendor shall deliver orders in 2-3 weeks After Receipt of Order (ARO) to

KCKPD, ATTN: Jamie Miller, 700 Minnesota Ave, Kansas City, KS 66101. An order is considered complete when all patches, stripes and emblems are installed. All orders shall be shipped with the Officer’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 Officer’s name.

G. Ordering Capabilities: In addition to the traditional service requirements of this

proposal the vendor shall develop, operate and maintain a web-based system for the ordering of uniforms by the Kansas City, Kansas Police personnel. This web based system will be the primary ordering instrument for the yearly authorized uniform program for KCKPD. It shall allow periodic purchases of the awarded items throughout the year to Police 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.

Page 25: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

The following are guidelines the KCKPD anticipates will be incorporated into the successful vendor's web-ordering program:

1. Secure log- in for authorized Police personnel.

2. This website will deal exclusively with the KCKPD and only display the approval items of the KCKPD Chit sheet.

3. Website to be operational for the entire life of the contract.

4. Ability for the Police Supply Technician to create, change and delete individual

profiles for ease of ordering that includes Officer’s name, size measurements and the ability to update and store measurements as needed.

5. Ability for authorized Police personnel to place orders for all

uniforms/equipment and size options that are listed on EXHIBIT A.

a. Police 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.

• 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 Police 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.

Individual account per personnel: Each account will be loaded with an allowance amount as determined by the PSBO/Police Department. That amount can be increased or decreased by the PSBO/Police Department at any time during normal working hours by

Page 26: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

contacting the uniform provider. The account updates will be provided in real time and take place at once.

Employees will be able to check their allowance balances by the web site or by contacting the provider.

8. Web site Implementation: The vendor is to have the above defined site tested

and available for use by the KCK Police personnel no later than 20 calendar days after receipt of the award from the City. This timeframe may be adjusted to 35 calendar days after receipt of award, if agreed to by KCK Police. However, if the site is not operational and functioning properly in that timeframe, the City 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 Police personnel using the site. The vendor may also provide onsite training on the proper usage of the web site for key Police 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. CST, the vendor is to have someone available to provide assistance to site users and answer any questions Police personnel may have when placing an order.

11. Administrative Reports: The web site shall have the ability to provide ad- hoc

reports to authorized Police 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 Police 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.

Page 27: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

e. Individual item quantity summary: Shows items ordered by an individual

user for a designated timeframe. II. 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 Police 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 Attachment A 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)?

4. Can your firm/company be available to measure Police personnel for body

armor in Kansas City when needed, schedule to be determined by the KCK Police Department?

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 documentation that apparel is manufactured using Sweatshop-Free

Labor. What is the estimated lifespan of each proposed garment given normal wearing conditions?

7. Complete and return the Pricing Schedule provided in Attachment A.

Acknowledge your consent to adhere to the Scope of Services and sample Agreement outlined in this solicitation by signing the PROPOSAL FORM, 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

Page 28: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

well as the name, title, and phone number of the contact person. The City reserves the option to check references at its sole discretion.

B. Samples: At the City’s option, top ranked firms/companies may be requested to supply sample garments for review prior to contract award.

• In the event of unsatisfactory service, the Unified Government may suspend

issuance of work orders to the Offeror pending review of the service, correction or cancellation of remainder of contract. The Unified Government will process all work orders issued to the Offeror that have been satisfactorily completed for payment irrespective of suspension of services.

• This contract will be a multi-year contract. The regional CPI will be used to provide price adjustments for each additional contract year. The CPI category and month to be used for annual price adjustments will be determined by mutual agreement prior to contract execution. The multi-term contract will stay in affect as long as funds are appropriated for the purchase of uniforms in each year listed. Should funds not be allocated, notification by the Procurement Officer will be made that such funds will not exist for the upcoming contract year.

• Both parties will not modify terms under this proposal between each contract year except in writing upon notification. Such agreements, in writing, can provide for brand changes for each items determined to be comparable along with minor price increase or decreases. Both parties may add items to the contract each year with notification and acceptance in writing.

• The offeror shall notify the Police Department immediately if and when a certain line of clothing or equipment is going to be discontinued.

Article VII. Evaluation and Selection Section 7.01 Selection Criteria

(a) Understanding of the Project - 15%

Proposals will be evaluated against the questions set out below.

1. How well has the offeror demonstrated a thorough understanding of the purpose and scope of the project?

2. How well has the offeror identified pertinent issues and potential problems related to the project?

3. How well has the offeror demonstrated that it understands the deliverables

the Unified Government expects it to provide?

Page 29: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

4. How well has the offeror demonstrated that it understands the Unified Government's time schedule and can meet it?

(b) Understanding of the present practices and procedures to recommend other value added cost savings and procedures - 5 %

Proposals will be evaluated against the questions set out below.

1. How well does the contractor depict a logical approach to fulfilling the

requirements of the RFP?

(c) Management Plan for the Project -10%

Proposals will be evaluated against the questions set out below. How well does the management plan support all of the project requirements and logically lead to the deliverables required in the RFP?

1. How well is accountability completely and clearly defined?

2. How well does the contractor’s plan illustrate the lines of authority and communication?

3. To what extent does the offeror already have the hardware,

equipment, and licenses necessary to perform the contract?

4. Does it appear that the contractor can meet the turnaround time set out in the RFP?

5. Has the contractor offered alternate deliverables and gone beyond the

minimum tasks necessary to meet the objectives of the RFP?

6. Is the proposal submitted responsive to all requirements in the RFP?

(d) Experience and Qualifications - 30%

Proposals will be evaluated against the questions set out below.

Questions regarding the personnel.

1. Do the individuals assigned to the project have experience on similar projects?

2. Are resumes complete and do they demonstrate backgrounds that would be

Page 30: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

desirable for individuals engaged in the work the project requires?

3. How extensive is the applicable education and experience of the personnel designated to work on the project?

4. How knowledgeable are the offeror's personnel of the local area and

how many individuals have worked in the area previously? Questions regarding the firm:

1. How well has the firm demonstrated experience in servicing other police

departments completing similar projects?

2. How successful is the general history of the firm regarding timely and successful completion of projects?

3. Has the firm provided letters of reference from previous clients?

4. How reasonable are the firm's cost estimates?

5. If a subcontractor will perform work on the contract, how well do they measure

up to the evaluation used for the offeror?

6. Has the firm shown ability to make alterations in shop and is the showroom location in the metropolitan area?

7. Has the firm provided Tracking and Allowance Reporting Systems design to

other clients, and does the firm’s system have the ability to adapt to the needs of the Unified Government?

(e) Contract Cost—40%

Page 31: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

Article VIII. Attachments

1) Proposal Form 2) KCKPD Uniform/Equipment Pricing Sheet “Attachment A” 3) Subcontractor Participation “Attachment B” 4) Intent to Self-perform “Attachment C” 5) Debarment Suspension Certificate

Page 32: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government WYCO/KCK RFP 2017 Police Department Uniforms & Equipment

UNIFIED GOVERNMENT OF WYANDOTTE COUNTY/KANSAS CITY, KANSAS

RFP27636 “2017 Police Uniforms & Equipment”

PROPOSAL FORM

AUTHORIZED SIGNATURE

By submission of this proposal, the undersigned certifies that:

1.0 it has not paid or agreed to pay any fee or commission, or any other thing of value contingent upon the award of this contract, to any Unified Government employee or official or to any current consultant to the Unified Government;

2.0 it has not paid or agreed to pay any fee or commission or any other thing of value

contingent upon the award of this contract, to any broker or agent or any other person;

3.0 it has not violated, is not violating and will not violate the prohibition against gratuities and kickbacks set forth in Chapter 12 of the Unified Government's Procurement Code; and,

4.0 the prices contained in this proposal have been arrived at independently and without

collusion, consultation, communication or agreement intended to restrict competition.

5.0 it has the full authority of the Offeror to execute the proposal and to execute any resulting contract awarded as the result of, or on the basis of, the proposal.

I hereby certify that the attached proposal has been prepared in compliance with the specifications and that the quotations are valid for a period of 120 days.

Authorized Representative:

Signature:

Title:

Company Name:

Address:

City, State, Zip:

Phone Number:

Fax Number:

E-mail Address:

Federal Tax ID Number:

Page 33: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Kansas City, Kansas Police Department 2017 Authorized List of Uniforms & Equipment

Name: ____________________________________________________________________Phone: ____________________________________________________________________

Sworn PersonnelSTYLE # QTY AUTHORIZED SERVICE RIBBONS PRICE PER ITEM

CB249 HG 1 Central Patrol Division COLOR-DR 4-6CB289 GP 1 Multiple KCK Award Citations COLORS-WHITE/VHB-52CB289 GP 1 EOD COLORS-BLACK/VHB 16CB289 GP 1 Threat Assessment Unit COLORS-DR 7-5/VHB 16CB249 HG 1 West Patrol Division COLOR-DR 7-4CB289 GP 1 Special Assignment from Chief's Office COLORS-WHITE/DR 7-4ZA3099 1 Bilingual Officer COLORS-DR 4-6/DR 7-4/WHITE/DR 2-64/DR 6-17CB289 GP 1 SCORE Unit/SOU COLORS-BLACK/DR 3-4CB249 HG 1 Midtown COLOR-BLACKCB289 GP 1 Accreditation COLORS-BLACK/WHITECB289 GP 1 Public Information Officer COLORS-DR 9-2/DR 6-17CB289 GP 1 Police Field Training Officer COLORS-DR 4-6/WHITECB249 HG 1 Chief COLOR-WHITECB289 GP 1 Logistics Unit COLORS-DR 6-5/WHITECB249 HG 1 Traffic/Accident Investigation Unit COLOR-VHB 16CB254 HG 1 Cadet COLORS-DR 7-4/WHITE/DR 7-4CB289 GP 1 K-9 Handler COLORS-DR 4-6/DR 7-4CB254 HG 1 Animal Control COLORS-DR 6-17/WHITE/DR 6-17ZA3099 1 Professional Standards Unit/Internal Investigation COLORS-DR 4-6/WHT/DR6-17/WHT/DR 4-6ZA3099 1 Honor Guard/Bagpiper COLORS-WHT/DR 4-6/WHT/DR 6-17/WHTCB289 GP 1 Motorcycle Unit COLORS-VHB 16/WHITECB254 HG 1 Staff Support Division-Administrative Aide to the Chief COLORS-DR 6-17/WHITE/DR 4-6CB289 GP 1 Outside Agency Award COLORS-VHB 16/DR 6-17ZA3099 1 Academy/Range Officer/Adjunct Academy Instructor COLORS-WHITE/DR 4-6/DR 6-17/DR 4-6/WHITEZA3099 1 Investigations Property Crimes Unit COLORS-DR 6-5/WHT/DR 4-6/WHT/DR 6-5CB391 HG 1 Assistant Bureau Director COLORS-WHT/DR 6-17/WHT/DR 6-17/WHT/DR 6-17/WHT/DR 6-17/WHTCB386 HG 1 Director, Bureau of Services (CSSI) Colors-WHT/DR 7-4/WHT/DR 7-4/WHT/DR 7-4/WHT/DR 7-4/WHTCB289 GP 1 Hostage Negotiator COLORS-VHB 16-DR 4-6CB289 GP 1 Dare Unit COLORS-DR 6-17/DR 4-6ZA3099 1 Investigations Persons Crime Unit COLORS-WHT/DR 6-17/DR 7-5/DR 6-17/WHTZA3099 1 Investigations Major Case/Homicide Unit COLORS-WHT/DR 6-17/DR 2-64/DR 6-17/WHTCB289 GP 1 Vice/Narcotics/Intel Unit & Task Force Officer COLORS-DR 4-6/BLACKCB391 HG 1 Night Commander COLORS-DR2-64/DR 8-1/DR2-64/DR 8-1/DR 2-64/DR 8-1/DR2-64/DR 8-1/DR 2-64ZA3099 1 Community Affairs COLORS-WHT/DR 4-6/DR 2-64/DR 4-6/WHTCB254 HG 1 PPCT Instructor COLORS-DR 4-6/WHITE/DR 4-6CB391 HG 1 Director, Bureau of Operations COLORS-DR 6-17/DR 4-6/DR 6-17/DR 4-6/DR 6-17/DR4-6/DR 6-17/DR 4-6/DR 6-17

ZA3099 1 Crime Scene Investigations Unit COLORS-WHT/DR 4-6/DR 6-17/DR 4-6/WHTCB249 HG 1 Purple Heart/Survivor COLOR-DR 6-73CB249 HG 1 Neighborhood Crime Unit COLOR-VHB-44ZA3099 1 CVSA Examiner COLOR-WHITE/DR 6-17/DR 7-5/DR 6-17/WHITECB249 HG 1 South Patrol Division COLOR-DR 6-17CB249 HG 1 Records & Technology Unit COLORS-WHITE/DR 6-17CB249 HG 1 Investigations Response Unit COLOR-VHB 88ZA3943 GLD 1 Research and Development Section COLORS-VHB 76/WHITE/VHB 76ZA3221 GLD 1 Active or Veteran of Military COLORS-RED/WHT/BLUE/US FLAGCB292 HG 1 Gang Squad (CID) COLORS-DR 6-17/WHITE/DR 4-6/WHITE/DR 6-17ZA3943 GLD 1 Child Abuse COLORS-VHB 93/WHITE/VHB 93ZA3943 GLD 1 Robbery Squad (CID) COLORS-DR 6-73/DR 4-6/DR 6-73ZA3099 1 Community Police/COPPS COLORS-WHT/DR 7-4/DR 4-6/DR 7-4/WHTCB391 HG 1 Director of Criminal Investigations COLORS-WHT/DR 4-6/WHT/DR 4-6/WHT/DR 4-6/WHT/DR 4-6/WHTZA3099 1 CIT COLORS-WHITE/DR 6-17/DR 2-64/DR 6-17/WHITECB249 HG 1 Communications Unit COLOR-DR 2-64CB250 HG 1 Distinguished Service Award COLOR-DR 6-17 with 1 applied starCB251 HG 1 Meritorious Service Award COLOR-DR 6-17 with 2 applied starsCB252 HG 1 Valor Award COLOR-DR 6-17 with 3 applied starsCB253 HG 1 Officer of the Year Valor COLOR-DR 6-17 with 4 applied starsCB291 HG 1 Posthumously Awarded Exemplary Service Award COLOR-DR6-17 with 5 applied stars

Page 34: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

ZA3666 GLD 1 SINGLE CAB SLIDE FOR 3/8" COMMENDATION BAR CB259 HG 1 CAB SLIDE FOR TWO 3/8" COMMENDATION BARSZY786 SB3B GLD 1 CAB SLIDE FOR THREE 3/8" COMMENDATION BARSBX071 HG 1 CAB SLIDE FOR FOUR 3/8" COMMENDATION BARSCB262 HG 1 CAB SLIDE FOR FIVE 3/8" COMMENDATION BARSCB263 HG 1 CAB SLIDE FOR SIX 3/8" COMMENDATION BARSCB264 HG 1 CAB SLIDE FOR SEVEN 3/8" COMMENDATION BARSCB265 HG 1 CAB SLIDE FOR EIGHT 3/8" COMMENDATION BARSA5657 1 Blackinton Star Pin Silver________ Gold ________V803 1 Blackinton Single Ribbon BoardV803A 1 Blackinton Double Ribbon BoardV803B 1 Blackinton Triple Ribbon Board

STYLE # QTY BADGES/COLLAR BRASS PRICE PER ITEM C501M-KCN 1 1/2" Silver "K.C." Collarbrass, For JacketsC501M-PDN 1 1/2" Silver "P.D." Collarbrass, For JacketsC501M-KCG 1 1/2" Gold "K.C." Collarbrass, For JacketsC501M-PDG 1 1/2" Gold "P.D." Collarbrass, For JacketsC501S-KCN 1 3/8" Silver "K.C." Collarbrass, For ShirtsC501S-PDN 1 3/8" Silver "P.D." Collarbrass, For ShirtsC501S-KCG 1 3/8" Gold "K.C." Collarbarss, For ShirtsC501S-PDG 1 3/8" Gold "P.D." Collarbrass, For ShirtsA3731 1 Blackinton Single Star ½" Silver________ Gold ________ A3731-2 1 Blackinton Two Stars on a Bar ½" Silver________ Gold ________ A3731-3 1 Blackinton Three Stars on a Bar ½" Silver________ Gold ________ A3731-4 1 Blackinton Four Stars on a Bar ½" Silver________ Gold ________A3731-5 1 Blackinton Five Stars on a Bar ½" Silver________ Gold ________ A3731-6 1 Blackinton Six Stars on a Bar ½" Silver________ Gold ________A3731-7 1 Blackinton Seven Stars on a Bar ½" Silver________ Gold ________ A3780 1 Blackinton KCKPD Cadet Hat Badge Rho-GloA4887 1 Blackinton 1/2" StarA6129 1 Blackinton Single Star 7/16" Silver________ Gold ________ A6129-2 1 Blackinton Two Stars on a Bar 7/16" Silver________ Gold ________ A6129-3 1 Blackinton ThreeStars on a Bar 7/16" Silver________ Gold ________ A6129-4 1 Blackinton Four Stars on a Bar 7/16" Silver________ Gold ________A6129-5 1 Blackinton Five Stars on a Bar 7/16" Silver________ Gold ________ A6129-6 1 Blackinton Six Stars on a Bar 7/16" Silver________ Gold ________ A6129-7 1 Blackinton Seven Stars on a Bar 7/16" Silver________ Gold ________ B38 Rho-Glo 1 Blackinton KCKPD Cadet Shirt Badge (Rho-Glo)B720 Rho-Glo 1 Blackinton Hat Badge Rank________________________J1 1 Blackinton Name Badge Silver _______ Gold_______J6 1 Blackinton "Serving Since" Bar Silver______ Gold _______4407MG 1 Small Sergeant Chevrons4422RG 1 Large Sergeant Chevrons4411MG 1 Small Captain Bars4426RG 1 Large Captain Bars4412MG 1 Small Gold Major Leaves4427RG 1 Large Gold Major Leaves4412MN 1 Small Silver Major Leaves (Lt. Colonel)4427RN 1 Large Silver Major Leaves (Lt. Colonel)4413MG 1 Small Colonel Eagle4428RG 1 Large Colonel EagleP118SKS 1 Premier Kansas Silver State Seal Tie TackP118GKS 1 Premier Kansas Gold State Seal Tie TackP3605 1 Premier Silver Handcuff Tie TackP3604 1 Premier Gold Handcuff Tie TackP2905 1 Premier Silver Motorcycle WingsP2904 1 Premier Gold Motorcycle WingsP49-KANSAS 1 Premier Silver Kansas State Seal Tie BarP48-KANSAS 1 Premier Gold Kansas State Seal Tie Bar

1 Badges from Symbol ArtsSTYLE # QTY Battle Dress Uniforms - Officers On Approved List ONLY - Special OPS, K-9 and EOD PRICE PER ITEM

71175-724 1 5.11 Tactical Taclite Pro Shirt, Short Sleeve, Sizes Small - 2XL 71175X-724 1 5.11 Tactical Taclite Pro Shirt, Short Sleeve, Size 3XL & Talls - Large - 5XL Tall 72175-724 1 5.11 Tactical Taclite Pro Shirt, Long Sleeve, Summer Weight Sizes Extra Small - 2XL72175X-724 1 5.11 Tactical Taclite Pro Shirt, Long Sleeve, Summer Weight 3XL & Talls - Large - 5XL Tall 72002-724 1 5.11 Tactical TDU Shirt, Long Sleeve, Winter Weight Sizes Extra Small - 2XL

Page 35: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

72002X-724 1 5.11 Tactical TDU Shirt, Long Sleeve, Winter Weight Sizes 3XL & 4XL - Talls Not Available74003-724 1 5.11 Tactical TDU Trouser, Sizes Extra Small - 2XL74003X-724 1 5.11 Tactical TDU Trouser, Sizes 3XL+SJ308 1 Tru-Spec Short Sleeve Poly Cotton Ripstop Combat Shirt-DARK NAVYSH847 1 Tru-Spec Quarter Zip Combat Shirt- winter-DARK NAVYSH111 1 Tru-Spec Nylon / Cotton 1/4 Zip Tactical Response Combat Shirt-DARK NAVYGL071 BLACK 1 Hatch Fire Retardant Nomex Gloves-DARK NAVYKCK Sub Badge 1 LIH KCKPD Subdued Badge (Each)221 1 Subdued Sergeat Stripes**Embroidery 500/501** 1 Embroidered Name & Collar Brass Included for Officers - No Collar Brass for SGT & Above

STYLE # QTY BODY ARMOR PRICE PER ITEM

PKGQANM20NAV2R6 1Armor Express Quantum Level II Body Armor Package, Male/Female, w/ 2 Revolution Carriers (Navy/Black) Female: PKGQANF20NAV2R6

PKGQANM3ANAV2R6 1Armor Express Quantum Level IIIA Body Armor Package, Male/Female, w/ 2 Revolution Carriers (Navy/Black) Female: PKGQANF3ANAV2R6

PKGVORM20NAV2R6 1Armor Express Vortex Level II Soft ArmorMale/Female, w/ 2 Revolution Carriers (Navy/Black) Female: PKGVORF20NAV2R6

PKGVORM3ANAV2R6 1Armor Express Vortex Level IIIA Soft ArmorMale/Female, w/ 2 Revolution Carriers (Navy/Black) Female: PKGVORF3ANAV2R6

HCSU MOLLE 1Armor Express Hardcore SU Outer Carrier, Male/Femal, NAVY Molle, ADD ID TAGS 2X4,4X10 AT NO CHARGE, ADD Name Strip And ADD Badge And Add 01 - Additional Charge

1 Safari Land Body ArmorIDTAGS 2X4 4X12 1 ID Tags for Navy Carrier ___ Silver ___ Gold Police Navy Background - No Charge w/CarrierName Strip 1 Embroidered Name Strip for Navy Carrier ____ Silver ___ Gold on Navy Back Ground StripSew 01 1 Chest Badge for Navy Carrier ___ Silver ___ Gold

TACPCHPAC4 1Armor Express Pack of Four Molle Pouches for Molle Carrier ONLY *See Approved Navy Pouch List* ONLY When Ordering As Sets

TACPCHPAC6 1Armor Express Pack of Six Molle Pouches for Molle Carrier ONLY *See Approved Navy Pouch List* ONLY When Ordering As Sets

MAG#15 1 Armor Express Dble Pistol Mag Pouch in LAPD Navy - Only When Ordering Individually MSC#12 1 Armor Express Handcuff Pouch in LAPD Navy - Only When Ordering Individually MSC#1B 1 Armor Express Taser Pouch in LAPD Navy - Only When Ordering Individually Radio#33 1 Armor Express Small Radio Pouch in LAPD Navy - Only When Ordering Individually UTIL#5 1 Armor Express Small Flashlight Pouch in LAPD Navy - Only When Ordering Individually ZUTIL#7 1 Armor Express Zip Utility Pouch in LAPD Navy - Only When Ordering Individually FLT#8 1 Armor Express Large Flashlight in LAPD Navy - Only When Ordering Individually GRENADE#6 1 Armor Express Smoke Grenade OC Pouch in LAPD Navy - Only When Ordering Individually C-SHOCK 10X12 1 Armor Express C Shock Concealable Rifle Plate (5.56 & 7.62X39 Threats)PLTARA5X8 1 Armor Express 5x8 Shock Plate Female: PLTARA5X7REVMBLK 1 Spare Armor Express Revolution Carrier, Male/Female, Black/Navy Female: REVFBLKAPEX CARRIER 1 BAE Systems Male APEX Carrier With Tails (For Existing Body Armor)RETRO CARRIER 1 BAE Systems Female Savvy Retro Carrier (For Existing Body Armor)

STYLE # QTY CLOTH EMBLEMS PRICE PER ITEM 222 1 Premier Sergeant Chevrons206 1 LIH Staff Sergeant Chevrons207 1 LIH Master Sergeant Chevrons

STYLE # QTY FLASHLIGHT/PARTS PRICE PER ITEM 22311 1 Streamlight AC Charge Cord22051 1 Streamlight DC Charge Cord75100 1 Streamlight Stinger Charger Holder74102 1 Streamlight Strion Charger HolderFLB-NCD-1 1 Stinger BatteryFLB-LIN-8 1 Strion BatteryFLB-NCD-2 1 Ultra Stinger Battery78914 1 Streamlight Ultra Stinger BulbFH932 1 ASP Turbo USB Light w/Car ChargerFH129 1 ASP Rotating Tactical Light Carrier75454 1 Streamlight Stinger DS LED HL with AC/DC Charger (NEW 640 Lumens)74751 1 Streamlight Strion LED HL with AC/DC Charger (NEW 500 Lumens)

STYLE # QTY FOOTWEAR PRICE PER ITEM 1 Non - Contract Footwear - Officers Choice - Discount Rate Off Retail

218 1 Pro Feet Split Foot Health Sock 1 Pair4020 1 X-Static Endurance Boot Sock 1 Pair730 1 Pro Feet Multi Sport X-Tatic O-T-C3008 1 Pro Feer Heavyweight Cushioned Boot Sock204/3 W 1 Pro Feet Men's White 3 Pack Crew Sock3004/3 1 Pro Feet Men's Microban 3 Pack Crew SockU252 1 Under Armour 3 Pack Heat Gear Crew SockUA5059 1 Under Armour Heat Gear Uniform Dress Sock

Page 36: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

STYLE # QTY GAS MASKS/ACCESSORIES PRICE PER ITEM 817040 1 MSA Respirator Carrying Pouch818264 1 MSA Millenium CB Canister - 6 Pack10051286 1 MSA Millenium Gas Mask - Small10051287 1 MSA Millenium Gas Mask - Medium10051288 1 MSA Millenium Gas Mask - Large

STYLE # QTY GLOVES PRICE PER ITEM NS430 1 Hatch Specialist GloveNS430L 1 Hatch Lined Specialist GloveRFK300 1 Hatch Resister Glove w/ KevlarSGK100 1 Hatch Street Guard w/KevlarPC290 1 Hatch Cycling Glove

STYLE # QTY HEADWEAR PRICE PER ITEM 125XCR-11 1 Blauer Windstopper Lined Watch Cap - Add Police EmblemE830 Silver - E826 Gold 1 Premier silver OR gold Police emblem for stocking cap978620 1 Bayly Kansas City Kansas Patrol Dress Cap978640 1 Bayly Kansas City Kansas Commander Dress CapKCKPD3 1 Kansas City Kansas Cadet Dress CapM0321 1 Eiseman Silver Expansion StrapM0322 1 Eiseman Gold Expansion StrapP9008 1 Premier Clear Dress Cap Cover w/ Visor98009003322 1 Max Pro Combat HelmetDK5H.150-S 1 Max Pro Ballistic Helmet Short Shield Field MountS1611FG 1 Super Seer Riot Helmet w/ Steel Face Guard

STYLE # QTY LEATHERGOODS PRICE PER ITEM 169S-2 1 Safariland Key Ring Holder Silver169S-2B 1 Safariland Key Ring Holder Brass690-2 1 Safariland Model 690 Handcuff Strap Silver690-2B 1 Safariland Model 690 Handcuff Strap Brass 090-16 1 Safariland Single Open Top Handcuff Pouch190-2HS 1 Safariland Single Closed Top Handcuff Pouch290-2HS 1 Safariland Double Closed Top Handcuff Pouch295-83-61 or 62 1 Safariland Mid-Ride Level II Holster Right____ Left____2955-83-61 or 62 1 Safariland Low-Ride Level II Holster Right____ Left____6360-83-61 1 Safariland ALS/SLS Level III RetentionHolster Glock 17/22 Right_____ Left _____LP791 SPRH BK 83 1 Safariland ALS Retention Duty Holster Glock 17/22 Right_____ Left _____LP791 SPRH BK 832 1 Safariland ALS Retention Duty Holster Glock 17 With Light Right_____ Left _____LP791 SPRH BK 283 1 Safariland ALS Retention Duty Holster Glock 19/23 Right_____ Left _____LP791 SPRH BK 2832 1 Safariland ALS Retention Duty Holster Glock 19 With Light Right_____ Left _____6390RDS Safariland Holster Right_____ Left______518-83-61 or 62 1 Safariland Concealment Paddle Holster Right____ Left____518-283-61 or 62 1 Safariland Concealment Paddle Holster Glock 23 Right____ Left____33-2V 1 Safariland Surgical Glove Pouch38-4-2HS 1 Safariland Mace Holder – Small MK3 Size38-2HS 1 Safariland MKIV Mace Holder – Large MK4 Size6520-364-131 or 132 1 Safariland X-26P Taser Holster Right ____ Left ____44H015PL-R or L 1 Blackhawk Serpa X-26 Taser Holster Right____ Left ____LP841 SRH BK 83 1 ALS® Concealment Holster w/Belt Clip-on Pistol Model ________ Right ____ Left ____LP841 SRH BK 832 1 ALS® Concealment Holster w/With Light w/Belt Clip-on Pistol Model ________ Right ____ Left ____LP610 STX PRH 83 1 ALS® Concealment Holster Paddle and Belt Loop Combo Pistol Model ________ Right ____ Left ____LP610 STX PRH 383 1 ALS® Concealment Holster Paddle and Belt Loop Combo Pistol With Light Model Right ____ Left ____5456-1 1 Boston Leather 3/4" Belt Keeper76-83-2HS 1 Safariland Single Magazine Holder77-83-2HS 1 Safariland Double Magazine HolderLP665 STX BLK 83 1 Safariland Slimline Double magazine pouch STX Tactical, black snapsLP666 STX BLK 83 1 Safariland Slimline Triple magazine pouch STX Tactical, black snaps94-xx-2 1 Safariland Buckleless Belt w/ Velcro99-xx-2 1 Safariland Buckleless Revesible Underbelt1111 1 Dutyman River Duty Belt1511T 1 Dutyman 1 1/2" Garrison Belt 59493-019/108 1 5.11 arc Leather BeltCU9G 1 Fobus Handcuff Case/Mag Pouch ComboSLD-DS-1 1 Stallion Stinger DS LED HolderSTRLD-1 1 Stallion Strion LED HolderSSH-1 1 Stallion Ultra Stinger Holder56131 1 ASP Rigid Duty Handcuff Case56160 1 ASP Hinged Double Handcuff Case56138 1 ASP Hinged Federal Handcuff Case56134 1 ASP Investigator Handcuff CaseMR 8604-3BW 1 AW Enterprises APX6000 Motorola Radio Case

STYLE # QTY COPPS UNIT Nylon Duty Gear - For Officers On Approved List ONLY - Bike Patrol DISCOUNT PRICE

Page 37: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

ea Discount % Off Retail On Any Bianchi Patroltek Nylon Duty Gear (For Officers On Approved List ONLY)STYLE # QTY MISCELLANEOUS EQUIPMENT ITEMS PRICE PER ITEM

9120 1 Monadnock 21" Autolock Baton3030 1 Monadnock 21" Autolock Baton Holder9121 1 Monadnock 26" Autolock Baton3056 1 Monadnock 26" Autolock Baton Holder52221 1 ASP P12 Clip On Defense Baton52222 1 ASP P16 Clip On Defense Baton56101 1 ASP Chain Steel Handcuffs4710 1 Peerless Nickle Chain Handcuff4740 1 Peerless Nickle Leg Irons9000 1 Daystar Safety Noise Activated Ear Muff10061285 1 MSA Supreme Pro Ear Muff12205 1 Saunders CH4811 Ticket Forms Holder21017 1 Saunders Clipboard w/ Bottom Opening77500-2042 1 Strong Side Opening Badge Case Badge Shape 204271600-2042 1 Strong Badge ID Holder w/ Chain Badge Shape 204279540-2042 1 Strong Hidden Badge Wallet Badge Shape 204271200 1 Strong Clip on Oval Badge Holder10070918 1 MSA Easy-Flex Protective Eyewear Clear: 10070917 ___ Smoke: 10070918 ___17-1043 1 Bushnell Permafocus 10x42 Binoculars4010N 1 Hero's Pride Nickle Whistle4010G 1 Hero's Pride Gold Whistle4020N 1 Hero's Pride Nickle Whistle Chain4020G 1 Hero's Pride Gold Whistle Chain5244-1 1 Uncle Mike's Compact Duffel Bag52H2O06 1 Sabre Red .69 oz. Stream Mace w/ Clip52CFT10-G 1 Sabre Red 1.8 oz. Gel (Short) MK3 Size52CFT30-G 1 Sabre Red 3.3 oz. Gel (Tall) MK4 Size65TU00BK 1 Blackhawk Hydrastorm TurbineK-BB1515 1 Klench It Brass Back Klench Silicone Clutch Back (6 per box)CLUTCH BACK 10 1 Metal Clutch Back-Package of 10D2950 1 Progard Seat OrganizerTJ-GL101O 1 Trijicon HD Pistol Night SightsMFC100 1 W. Born Patrol Latent Print Kit9054B 1 Hero's Pride Shirt Garters9074B 1 Hero's Pride Rubber Waist LinerPBG-081KCPD1 1 Premier KCKPD Silver Equipment BagPBG-081KCPD2 1 Premier KCKPD Gold Equipment Bag56963-019 1 5.11 MOAB 6 58601-019 1 5.11 Rush24 Backpack56037-019 1 5.11 Push PackSN1000 1 Northwestern Traffic Institute Accident TemplateSN1001 1 Pocket-Sized Traffic TemplateZT50 1 Zak Tools Standard Small Cuff KeyZT25 1 Zak Tools Slotted Cuff KeyZT14P 1 Zak Tools Black Polymer Pen Style Cuff KeyBACK DEFENDER 1 Back Defense Systems Duty Belt Suspension System1401-TB-T 1 4” Sleeve Wrist/Ankle ___Tan: 1401-TB-T ___Brown: 410-TB-BR ___Black: 305-TB-B1408-JR-T 1 Jr. 8” Sleeve Wrist/Ankle ___Tan: 1408-JR-T ___Brown: 420-JR-BR ___Black: 308-JR-B1475-IMT 1 IKE Jacket 9” (Medium) ___Tan: 1475-IMT ___Brown: 408-IMBR ___Black: 375-IMB1415-ITL 1 IKE Jacket 9” (Large) ___Tan: 1415-ITL ___Brown: 415-ILBR ___Black: 320-ILB1468-FTM 1 Full Sleeve 17” (Medium) ___Tan: 1468-FTM ___Brown: 418-FBRM ___Black: 374-FBM1461-FTL 1 Full Sleeve 17” (Large) ___Tan: 1461-FTL ___Brown: 400-FBRL ___Black: 398-FBLSILENT JR 3.5 1 Code Red Silent Jr. Size 3.5 Ear PieceBD2000 1 Bull Dog Pistol VaultEM368 BLK   1 North American Rescue C-A-T Kydex Belt HolderFL958 1 SureFire 123A Lithium Batteries (6 Pack) SA162 1 Otis Deluxe Law Enforcement Gun Cleaning System

1 Jostens Department Rings (if approved)STYLE # QTY NECKWEAR PRICE PER ITEM

45015-00 1 Samuel Broome Ready Made Clip On Tie 18” (Regular)45045-00 1 Samuel Broome Ready Made Clip On Tie 20” (Long)45054-00 1 Samuel Broome Ready Made Clip On Tie 22” (X-Long)45095-00 1 Samuel Broome Ready Made Velcro Tie 18” (Regular)45115-00 1 Samuel Broome Ready Made Velcro Tie 20” (Long)

STYLE # QTY OUTERWEAR/DRESS JACKETS PRICE PER ITEM KCMTM 1 KCPD Eisenhower "Ike" Dress Jacket (Add Stripping Per Rank Position)SH3466-003/S318Z-003 1 Spiewak WeatherTech Systems Duty Jacket w/ Liner

S318Z-003 1 Spiewak WeatherTech Systems Inner Liner ONLY

Page 38: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Name Strip 1 Embroidered Name Strip For Field Jacket6045-53 1 Blauer Reversible Reflective Bomber Jacket8703-1005 1 Tour Master Motorcycle Officer Flex-LEG4461 1 Taylor Memphis Leather Jacket7800 1 Tri-Mountain Dakota 3-IN-1 System Jacket - All Colors4670-65 1 Blauer Royal/Navy Softshell Bicycle Jacket ___Silver ___ Gold Sew 01 1 Chest Badge ___ Silver ___ GoldS912-062 1 Spiewak VizGuard Traffic Duty Vest

STYLE # QTY DETECTIVE WEAR PRICE PER ITEM 1 Non - Contract Leather Duty Gear - Detectives Choice - Discounted % Off Retail

9500 Hamilton 1 Hardwick Hamilton Two-Button Suit Coat in Assorted Colors and Fabric Blends, Chest Sizes 36 - 509500 Hamilton 1 Hardwick Hamilton Two-Button Suit Coat in Assorted Colors and Fabric Blends, Chest Sizes 52 - 60

9500 Somerset/Bond 1Hardwick Somerset (Pleated) __ or Bond (Plain) __ Trouser, Assorted Colors & Fabric Blends. With __ or Without __ Cuff, Waist Sizes 28 - 42

9500 Somerset/Bond 1Hardwick Somerset (Pleated) __ or Bond (Plain) __ Trouser, Assorted Colors & Fabric Blends. With __ or Without __ Cuff, Waist Sizes 52 - 60

1965-000/1965-061 1 Edwards Pinpoint L/S Oxford Shirt in White_____French Blue_____1077 / 5077 1 Edwards Long Sleeve Oxford Shirt, Men's/Women's, Assorted Colors1027 / 5027 1 Edwards Short Sleeve Oxford Shirt, Men's/Women's, Assorted ColorsVTX4000 1 VERT-X Coldblack Action Polo Without Embroidered Department Logo, Any Color, All Sizes

1 VERT-X Coldblack Action Polo Without Embroidered Department Logo, AnyColor, All Sizes71049 1 5.11 Tac S/S Performance polo w/o Dept. Logo - Any Color - XS-2XL71049X 1 5.11 Tac S/S Performance polo w/o Dept. Logo - Any Color - 3XL71049TX 1 5.11 Tac S/S Performance polo w/o Dept. Logo - Any Color - 5XL Tall61165 1 5.11 Tac Wmns S/S Perform. polo w/o Dept. Logo - Any Color - S-XL72049 1 5.11 Tactical L/S Performance. Polo w/o Logo - Any Color - XS - 2XL72049T (Talls) 1 5.11 Tactical L/S Performance Polo w/o Logo - Any Color - L - 5XL RW131 1 Archor Uniform Trenchcoat, Black Or Navy

STYLE # QTY RAINWEAR PRICE PER ITEM 9691-53 1 Blauer Reversible Rainjacket9134-11 1 Blauer Gore-Tex Shell Rainpants9970V-50 1 Blauer Hi-Vis Supershell Jacket (Navy/Yellow)9972-04 1 Blauer Supershell Pants (Navy/Yellow)

STYLE # QTY SHIRTS PRICE PER ITEM 45W6625 1 Flying Cross Men's Poly/Rayon Long Sleeve Shirt45W6625X 1 Flying Cross Men's Poly/Rayon Long Sleeve Shirt - Oversize102W6625 1 Flying Cross Women's Poly/Rayon Long Sleeve Shirt102W6625X 1 Flying Cross Women's Poly/Rayon Long Sleeve Shirt - Oversize95R6625 1 Flying Cross Men's Poly/Rayon Short Sleeve Shirt95R6625X 1 Flying Cross Men's Poly/Rayon Short Sleeve Shirt - Oversize152R6625 1 Flying Cross Women's Poly/Rayon Short Sleeve Shirt152R6625X 1 Flying Cross Women's Poly/Rayon Short Sleeve Shirt - OversizeST315 1 Flying Cross Fleece Lined Commando Sweater/ Sew on name plate and badge tabs-DARK NAVYTaper 1 Taper Uniform ShirtsShirt Zip 1 Shirt Zipper8110-11 1 Blauer Mock Turtleneck8119-11 1 Blauer Dickie Mock TurtleneckG800D 1 Gildan Ultra Blend T-ShirtG800DX 1 Gildan Ultra Blend T-Shirt - Oversize1216007 1 Under Armor Heatgear Compression T-Shirt Navy or Black Only1005684 1 Under Armor Heatgear Loose Full T-Shirt Navy or Black Only1244393 1 Under Armor Coldgear Tactical Mock Turtleneck Green or Black Only1236768 1 Under Armor Sports Bra Black OnlyVTX4000 1 VERT-X Coldblack Action Polo w/ Department Logo, Any Color, All Sizes71049 1 5.11 Tac S/S Performance polo w Dept. Logo - Any Color - XS-2XL71049X 1 5.11 Tac S/S Performance polo w Dept. Logo - Any Color - 3XL71049T 1 5.11 Tac S/S Performance polo w Dept. Logo - Any Color - 5XL Tall61165 1 5.11 Tac S/S Womens Performance Polo w Dept. Logo - Any Color - S - XL72049 1 5.11 Tactical L/S Perf. Polo w Logo - Any Color - XS - 2XL72049T (Talls) 1 5.11 Tactical L/S Perf. Polo w Logo - Any Color - L - 5XL 8133-65 1 Blauer Colorblock Polo w/ Reflective Police Lettering & Embroidered Name Sew 01 1 Sew Chest Badge for Polo: ___ Silver ___ Gold

STYLE # QTY SQUAD SUITS PRICE PER ITEM

SS60-1110 1L/S Squad Suit T14 w/ Silver __ or Gold __ Shoulder Emblems, Embroidered K.C. & P.D. on Collar, Embroidered Name: ____________________________ (Sizes Small-XL)

SS60X-1110 1L/S Squad Suit T14 w/ Silver __ or Gold __ Shoulder Emblems, Embroidered K.C. & P.D. on Collar, Embroidered Name: ____________________________ (Sizes 2XL-4XL)

Sew 01 1 Sew Chest Badge for Polo: ___ Silver ___ GoldSTYLE # QTY TROUSERS PRICE PER ITEM

10322 1 Peter Jay Summer Motocycle Pant 28 - 42 w/ Stripe10322X 1 Peter Jay Summer Motocycle Pant 44 - 50

Page 39: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

10322XX 1 Peter Jay Summer Motocycle Pant 52 - 5410322XXX 1 Peter Jay Summer Motocycle Pant 56 - 6034236 1 Fechheimer Winter Motorcycle Pant w/ StripeTR407   1 5.11 Tactical Motorcycle Breeches w/ Stripe-DARK NAVY1244395 1 Under Armor Coldgear Tactical Legging Green or Black Only8822-04 1 Blauer Dark Navy 5 Pocket Bicycle Pant8842-04 1 Blauer Dark Navy Bicycle Short47287 1 Flying Cross Men's French Blue Poly/Wool Trouser (Cadet)HS2378 1 Horace Small Men's Poly/Wool Trouser w/ Stripe (Class A)HX2211B 1 Horace Small Women's Poly/Wool Trouser w/ Stripe (Class A)8567-04 1 Blauer 6-Pocket Hidden Cargo Men's Trouser w/ Stripe (Class B)8567W-04 1 Blauer 6-Pocket Hidden Cargo Women's Trouser w/ Stripe (Class B)74273 1 5.11 Tactical Taclite Pro Pant - All Colors74273X 1 5.11 Tactical Taclite Pro Pant - Oversizes - All Colors64360 1 5.11 Tactical Women's Taclite Pro Pant - All Colors 74332-055 1 5.11 Tactical Covert Khaki Trousers All Colors

STYLE # QTY PATROL ACCESSORIES PRICE PER ITEM 108362 1 Plano All Weather Hard Storage Case 36"108423 1 Plano All Weather Hard Storage Case 42"FH308 BLK  1 Streamlight TLR HL SA393 BLK 1 Magpul RVG Vertical GripTJ-2200006 1 Trijicon MRO Red Dot Sight, Lower 1/3 Mount

STYLE # QTY FIREARMS And ACCESSORIES PRICE PER ITEM 1 Glock 17 Pistol1 Glock 19 Pistol1 AR-15 Rifles1 Trijicon RMR Type 2 RMO6 Site1 Suppressor height sights

Page 40: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Attachment B

Unified Government Identification of Subcontractor Participation

I, (Name of Bidder)

do hereby propose that on this project, we will use the following firms as construction subcontractors, vendors, suppliers or providers of professional services.

Subcontractor Division of Dollar Amount Percentage of Ownership Company Information Work of Subcontract Total Status of Firm

(painting, Contract (MBE, WBE, LBE, landscaping, N/A, or unknown)

electrical, etc.) Name: Address:

Phone: Fax: Contact Person:

Name: Address:

Phone: Fax: Contact Person:

Name: Address:

Phone: Fax: Contact Person: Name: Address:

Phone: Fax: Contact Person:

(a) The total value of Local business contracting will be: $ .

(b) The total value of Minority business contracting will be: $ _.

(c) The total value of Woman business contracting will be: $ .

Additional forms may be copied as necessary. See Attachment A (1) for definitions of L/M/WBE. Contact the Contract Compliance Division for clarification on any portion of this document.Solicitations from qualified minority, and women owned businesses, firms and individuals are encouraged by the Unified Government of Wyandotte County/Kansas City, Kansas. This encouragement does not infer preference and all solicitations will be evaluated equally. Signature Date

Page 41: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Attachment C

Intent to Self Perform

Affidavit of (Name of Bidder)

I hereby certify that it is our intent to perform 100% of the work required for the

contract. (Name of Project)

In making this certification, the Bidder states that the Bidder does not customarily subcontract elements of this type project, and normally performs and has the capability to perform and will perform all elements of the work on this project with his/her own current work forces; and the Bidder agrees to provide any additional information or documentation requested by the Unified Government in support of the above statement.

The undersigned hereby certifies that he or she has read this certification and is authorized to bind the Bidder to the commitments herein contained.

Sign

Date

Page 42: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government of Wyandotte County/Kansas City, Kansas

Procurement and Contract Compliance, 701 N 7th Street, Room 649, Kansas City, Kansas 66101

Tel: (913)573-5440 Fax: (913) 573-5444 Email: [email protected]

DEPARTMENT OF PROCUREMENT & CONTRACT COMPLIANCE

SUPPLIER CERTIFICATION REGARDING DEBARMENT AND/OR SUSPENSION

This certification needs to be completed by all Unified Government Suppliers who are fulfilling a single procurement in excess of $20,000. Please complete, sign, and submit the form to the Unified Government Procurement Department (address at the bottom):

1. The undersigned certifies, to the best of his or her knowledge and belief, that:a. The Offeror and/or any of it Principals:

i. _____ Are _____ Are not Presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;

ii. _____ Have _____ Have not Within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state or local) contract or subcontract: violation of Federal or state antitrust statuettes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and

iii. _____ Are ______ Are not Presently indicted for, or otherwise criminally or civilly charged by a government entity with, commission of any of the offenses enumerated in section (1)(a)(ii) of this provision; and

iv. ______ Have ______ Have not Within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency.

2. “Principals,” for the purpose of this certification, means officer; directors; owners; partners; and, personshaving primary management or supervisory responsibilities within a business entity (e.g., general manger;plant manager; head of a subsidiary, division, or business segment, and similar positions). ThisCertification concerns a matter within the jurisdiction of an agency of the United States and the making ofa false, fictitious, or fraudulent certification may render the maker subject to prosecution.

3. The Offeror shall provide immediate written notice to the Procurement Department if , at any time prior tocontract award, the Offeror learns that its certification was erroneous when submitted or has becomeerroneous by reason of changed circumstances;

4. A certification that any of the items in this provision exits will not necessarily result in withholding of anaward under this solicitation. However, the certification will be considered in connection with adetermination of the Offeror’s responsibility. Failure of the Offeror to furnish a certification or provide suchadditional information as requested by the Unified Government Procurement Department may render theOfferor non-responsive;

Page 43: Department of Procurement And Contract Compliance · Prices bid shall remain fixed and firm based upon the original proposal for -four (24) month the first twenty period of the contract.

Unified Government of Wyandotte County/Kansas City, Kansas

Procurement and Contract Compliance, 701 N 7th Street, Room 649, Kansas City, Kansas 66101

Tel: (913)573-5440 Fax: (913) 573-5444 Email: [email protected]

5. Nothing contained in the foregoing shall be construed to require establishment of a system of records inorder to render, in good faith, the certification required by this provision. The knowledge and informationof an Offeror is not required to exceed that which is normally possessed by a prudent person in theordinary course of business dealings; and

6. The certification of this provision is a material representation of fact upon which reliance was placed whenmaking award. If it is later determined that the Offeror knowingly rendered an erroneous certification, inaddition to other remedies available to the Government, the Unified Government Procurement Departmentmay terminate the contract resulting from this solicitation for default.

Authorized Supplier Representative

Name (typed) Signature

Title Date

Company Project

For Office Use Only: Bid RFP P.O. #


Recommended