Bid No. 2223-44 – Sheriff Department Uniforms (Sheriff)

expired opportunity(Expired)
From: Daviess(County)
Bid No. 2223-44

Basic Details

started - 15 Jan, 2023 (15 months ago)

Start Date

15 Jan, 2023 (15 months ago)
due - 07 Feb, 2023 (14 months ago)

Due Date

07 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
Bid No. 2223-44

Identifier

Bid No. 2223-44
Daviess County

Customer / Agency

Daviess County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

DAVIESS COUNTY SHERIFF'S OFFICE ISSUED: 01-30-2023 212 St. Ann Street Owensboro, KY 42303 (270)-685-8434 www.daviessky.org County Government > Current Bid Documents Invitation for Bid: 2223-44: SHERIFF DEPARTMENT UNIFORMS (SHERIFF) BIDS SHALL BE ACCEPTED UNTIL: TUESDAY, FEBRUARY 7, 2023, @ 2:00 P.M. LOCAL TIME, AT WHICH POINT THEY WILL BE OPENED AND PUBLICLY READ AT THE DAVIESS COUNTY COURTHOUSE. SPECIFICATION CONTACT CONTRACT CONTACT MAIL ONE (1) COMPLETE COPY WITH VENDOR AND BID INFORMATION AS SHOWN IN SAMPLE CONTRACT TERM AGREEMENT: Upon Approval of The Daviess County Sheriff's Office Kelly Wathen Daviess County Fiscal Court 270-685-8424 kwathen@daviessky.org Jordan Johnson Daviess County Fiscal Court 270-685-8424 jjohnson@daviessky.org [SAMPLE ENVELOPE] Vendor Name Vendor Address Contact
Number Attn: Purchasing Department Daviess County Fiscal Court 212 St. Ann Street, Room 202 Owensboro, KY 42303 SEALED BID: (Bid Name) The undersigned certifies that he/she has the authority to bind this company in an agreement/ contract to supply the commodity or service in accordance with all terms, conditions, and pricing specified. By signing and submitting this bid, the Vendor acknowledges that they have read, understand and agree to all aspects of the specifications and bid requirements as presented without reservation or alteration. This Bid, if accepted, will constitute an Agreement and Contract with Daviess County, Kentucky, upon approval by The Daviess County Sheriff's Office. Prices are firm during this agreement term, unless agreed upon in writing by the County. ___________________________________ ___________________________________ Company Name Authorized Agent (Print) ___________________________________ ___________________________________ Signature Title ___________________________________ ___________________________________ Address City/State/Zip Code ___________________________________ ___________________________________ E-Mail Address Phone Number _____/______/_________ ___________________________________ Date Fax Number http://www.daviessky.org/ mailto:kwathen@daviessky.org mailto:jjohnson@daviessky.org 2.0 BID FORM: 2223-44: SHERIFF DEPARTMENT UNIFORMS (SHERIFF) CONTRACT PERIOD: Date of Award - December 31, 2023 Bidders will submit the Bid No. 2223-44 Excel Pricing Sheet as their Scheduled Pricing for this bid submission in addition to the requirements detailed in Section 3.01. Clarifications can be obtained by contacting the Specification Contact detailed on Page 1 of this document. Any Exceptions to the Bid?*  Yes  No *IF YES, INCLUDE DOCUMENTATION FOR ANY AND ALL EXCEPTIONS AND WHAT SECTIONS THEY PERTAIN TO. FAILURE TO PROPERLY RECORD EXCEPTIONS COULD RESULT IN IMMEDIATE REJECTION OF THE BID. 2.1 BID SPECIFICATIONS I. SCOPE: The Daviess County Sheriff's Office is seeking a qualified supplier for the provision of uniforms per the bid specifications. II. EMBLEMS & PATCHES: Whenever required by the Sheriff's Department, emblems, patches, and the like must be affixed by the successful bidder to the respective garment. If there is an additional charge for this service, the bidder shall disclose that price/range in the bid submission. III. ADDITION OF NEW ITEMS: Any new item added to the existing list of uniforms must be authorized by the Sheriff in writing. Pricing is subject to negotiation and approval by the Sheriff. The Sheriff's Office reserves the option to buy new items or items unavailable from the successful bidder from alternate suppliers (per Section 3.24). IV. LABEL: There shall be sewn in all garments a permanent press label giving cleaning instructions, size, and fiber content. V. BID FORM: The information required for the bid form will include the item brand, size range (1), unit bid price for that size range, size range (2), unit bid price for that size range, and the embroidery price per item. Size range examples would be S-XL, 2XL+, Waist 30-50, Waist 52+, etc. The additional unit bid price column is to accommodate items that increase in price passed a certain size threshold. Clarification can be obtained by contacting the Specifications Contact detailed on Page 1 of this document. VI. EQUIVALENCY CLAUSE: The bid specifications in Section 2.1; VI are specific to certain manufacturers and brands. This is merely to convey the target performance/quality desired by the Sheriff’s Department. It is not the intention of the specifications within this document to eliminate any bidder; however, quoted items must equal or exceed stated specifications. Sufficient documentation is required to verify equivalent or superior performance/quality. VII. BID ITEMS: The following are the specifications and descriptions of items presented on the bid schedule. Any exceptions should be denoted thoroughly: i. Item 1: CS410-TAN Cornerstone Snag Proof Tactical Polo SS ii. Item 2: CS410LS TAN Cornerstone Snag Proof Tactical Polo LS iii. Item 3: 4605 Blauer Softshell Fleece Pullover iv. Item 4: 8666 Blauer RS Flex Tactical Pant v. Item 5: 8450T Blauer Poly Wool Class A Shirt Silver Tan vi. Item 6: 8446 Blauer Poly Wool Class A Shirt Silver Tan SS vii. Item 7: 8560T Blauer Poly Wool Class A Pant Od Green viii. Item 8: Gator Hawk Armor Radio Molle Pouch OD Green ix. Item 9: Gator Hawk Armor Level II Vest Soft Armor with Covert Carrier x. Item 10: Gator Hawk Armor Single Handcuff Molle Pouch OD Green xi. Item 11: Gator Hawk Armor Magazine Pouch Glock Molle OD Green xii. Item 12: Gator Hawk Armor (APB.M) APB Carrier Molle Ranger Green w/ ID Panels xiii. Item 13: 8671 Blauer FLEXRS LS SuperShirt Silver Tan xiv. Item 14: 8676 Blauer FLEXRS SS SuperShirt Silver Tan xv. Item 15: 8666 Blauer FLEXRS Covert Tactical Pant OD Green xvi. Item 16: MODEL 87V SKU 1101815 PART 87V-40-8 Basket Weave Duty Belt with Brass Buckle xvii. Item 17: Basket Weave Under Belt w/ Brass Buckle xviii. Item 18: MODEL79, SKU1137677, PART79-83-4 Safariland Handcuff Case Hidden Snap BW xix. Item 19: MODEL57 SKU1100389 PART573-83-131 Safariland Model 573 Open Top Magazine and Handcuff Pouch xx. Item 20: MODEL 190 SKU1122298 PART190-2-4HS Safariland 190 - Handcuff Case xxi. Item 21: MODEL 62HS SKU 1114831 PART 62-4-4HSSafariland 62HS - Hidden Snap Belt Keeper, 1" (25mm) xxii. Item 22: MODEL 7390 SKU 1323165 PART 7390-28327-481Safariland 7390 7TSTM ALS® Mid Ride Duty Holster xxiii. Item 23: MODEL 7378 SKU 1316312 PART 7378-28327-411Safariland 7378 7TSTM ALS® Concealment Paddle and Belt Loop Combo Holster xxiv. Item 24: 53395 5.11 Rapid PL 1AA Flashlight xxv. Item 25: 12449 5.11 Tactical Men's EVO 6" Boot with Sidezip VIII. RENEWAL: During the 60-day period prior to the expiration of the Contract Term, the successful bidder may submit a written request that the Sheriff's Office adjust the prices in an amount for no more than the twelve- month change in the Consumer Price Index for All Urban Consumers (CPI-U), US City Average, All Items, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics. If accepted, the new prices shall be firm for the additional one-year term. This renewal clause may be executed once per Contract term. 3.00 BID REQUIREMENTS: This and all other pages/sections are inclusive in the bid specifications and are agreed upon in the Contract Term Agreement as Contractual Provisions. 3.01 REQUIRED DOCUMENTS: Bidders must submit the Contract Term Agreement (Page 1) and the Bid Form (Page 2) from this document. This document is agreed to in full by completion of these two pages. All required bonds, licenses, or certificates of insurance must accompany the participant's bid on submission in addition to any and all documentation requested in the bid specifications. Failure to do so risks immediate rejection of the bid. 3.02 DEFINITIONS: I. The term “County” means Owner and Daviess County, Kentucky and its designated representatives. II. The term “Vendor” means Supplier, Contractor, Bidder, Participant and Seller and includes designated representatives. III. The term “Agreement/Contract” means Binding Agreement, Contract, Request for Purchase, Order. 3.03 KENTUCKY OPEN RECORDS LAW: At the time a bid or proposal is submitted to the County, the Vendor shall identify any information that is submitted as a part of the bid that is proprietary or confidential in nature and not subject to release for public inspection. The County will protect any proprietary or confidential information to the extent allowable under the Kentucky Open Records Act. 3.04 NEW GOODS, FRESH STOCK: Unless otherwise specified, all contractors shall provide new commodities, fresh stock, latest model, design or package. 3.05 METHOD OF AWARD: This bid will be evaluated on the evaluation criteria established in the bid specification and awarded based on the best evaluated bid. The County reserves the right to reject any and all bids or parts thereof, and to waive any irregularities in said bids. The right is reserved to award bids based on the best interest and/or what is most advantageous to the County. The County also reserves the right to consider as a part of the bid evaluation the stated warranty, stated delivery schedule and payment terms. Award will be made, according to the opinion of the Daviess County Sheriff's Office, to the best evaluated bid. 3.06 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION I. The Prices in the bid shall be independently determined, without consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to price with any Bidder or other person. II. Unless otherwise required by law, the prices shall not have been knowingly disclosed by the Bidder prior to opening. III. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid. 3.07 LANGUAGE: Bids and all related documents will only be accepted in the English Language. 3.08 PRICE: All prices shall be quoted exclusive of any taxes. The Daviess County Sheriff's Office is exempt from Federal Excise Tax and/or Kentucky Sales Tax. Any items supplied directly to the Daviess County Sheriff's Office from a supplier/manufacturer are exempt from sales tax. Any items purchased by a contractor that will be used in the fulfillment of a contract are not exempt from sales and use tax. Note 1: In case of a discrepancy in the extension of a unit price, the unit price shall govern the total price. Note 2: Bidders must provide manufacturer's product literature (if available) and appropriate with the bid submission. Note 3: Prices quoted shall remain firm and open to acceptance by the County for a minimum period of sixty (60) days after bid opening. 3.09 SHIPPING CHARGES: All items quoted shall be "F.O.B. Destination". No additional freight charges will be allowed. 3.10 BID SUBMISSION INFORMATION: Separate sealed bids shall be received by the Daviess County Fiscal Court. Bids shall be delivered to Daviess County Fiscal Court, 212 St. Ann Street, Room 202, Owensboro, KY, 42303 or mailed to Daviess County Fiscal Court, P.O. Box 1716, Owensboro, KY 42302-1716. SAMPLE ENVELOPE Vendor Name Vendor Address Contact Number Attn: Purchasing Department Daviess County Fiscal Court PO Box 1716 Owensboro, KY 42302-1716 SEALED BID: (Bid Name) Bids must be received by the date and time specified on page 1 of this document. Any bids received after that date and time will not be accepted. Specifications are on file at the Daviess County Judge Executive’s Office at 212 St. Ann Street, Room 202, Owensboro, KY 42303, or by calling 270-685-8424. 3.11 BID OPENINGS: Bids will be publicly opened and read aloud at the time indicated on Page 1. The Bidders and the public are invited but not required to attend the formal opening of the bids. No decisions relating to the award of a contract or agreement will be made at the opening. 3.12 DELIVERY: Deliveries shall be made in strict accordance with any delivery schedule contained in the bid specification or contract and in the exact quantity ordered. Failure to adhere to delivery schedule is reason for termination in accordance with the “termination” clause. Deliveries are to be made at locations specified by the County at time of Order. 3.13 INSPECTION, ACCEPTANCE AND APPROVALS: Goods at all times and places, including the period of manufacture, are subject to inspection and test by the County. The County will accept or give notice of rejection of goods delivered within a reasonable time after receipt. Acceptance shall not waive any warranty. All goods supplied are subject to final inspection and acceptance by County notwithstanding payment, prior inspections or approvals. County may require prompt replacement or correction of rejected goods at Supplier’s expense, including a reduction in price for rejected goods. Supplier shall not resubmit rejected goods to County without prior written approval and instructions from the County. In addition, Supplier shall identify resubmitted goods as previously rejected. Supplier shall provide and maintain a quality assurance and control system acceptable to the County. 3.14 WARRANTY: Unless otherwise agreed to in writing by the parties, the Supplier warrants that items ordered to specifications will conform thereto and to any drawings, samples or other descriptions furnished or adopted by the County. If the items were not ordered to specifications, the Supplier warrants they will be fit and sufficient for the purpose intended, and that all items will be new, merchantable, of good material and workmanship, and free from defect. Such warranties, together with Supplier’s service warranties and guarantees, if any, shall survive inspection, test, acceptance of, and payment for the items and shall run to the County and its assigns. Except for latent defects, the County shall give notice of any nonconformity to the Supplier within one (1) year after acceptance. The County may return for credit or require prompt correction or replacement of the defective or non- conforming goods or have the defective good corrected or replaced at the Supplier’s expense. Return to the Supplier of any defective or non-conforming goods and delivery to the County of any corrected or replaced goods shall be at the Supplier’s expense. Defective or non-conforming items shall not be corrected or replaced without written authorization by the County. Goods required to be corrected or replaced shall be subject to the provisions of this clause and the clause hereof entitled “Inspection, Acceptance, and Approvals” in the same manner and to the same extent as goods originally delivered under this contract. 3.15 CHANGE ORDER: The County may make changes within the general scope of this contract. If any such changes cause an increase or decrease in the cost of or the time required for the performance of any part of the work, whether changed or not changed by any such order, an equitable adjustment shall be made in the price or delivery schedule or both, and any change order shall be in writing. Any claim by a Supplier for adjustment under this clause shall be asserted within fifteen (15) days from the date of receipt of this written order directing the change, provided, however, the County, if it decides that the facts justify such action, may receive and act upon such claim asserted at any time prior to final payment. 3.16 PAYMENT: Payment will be made to the Supplier within 30 days or less after delivery of goods or services and submission of certified invoices. Price is tax-exempt. Unless further detailed in the bid specifications, or unless the Contract is for multiple purchases over a given period, a single payment will be issued in the amount of the Total Bid Price. 3.17 SELLER’S INVOICES: Invoices shall contain the following information: Bid Number, Purchase Order Number (if supplied), Contract description of goods or services, sizes, quantities, unit prices and extended totals. 3.18 COMPLIANCE WITH APPLICABLE LAWS: Supplier warrants it has complied with all applicable laws, rules and ordinances of the United States, Kentucky or any other Governmental authority or agency in the manufacture or sale of the goods or services. 3.19 CHOICE OF LAW: This bid and Contract shall be governed and interpreted according to the laws of the State of Kentucky. Venue for any court action shall be in Daviess County, Kentucky. 3.20 BID DEPOSITS / BONDS: Bid deposits / bonds are not required unless specified in the bid specifications section of this document. If required, bid deposits / bonds must be in the exact amount as stipulated. 3.21 PERMITS AND CODES: Unless otherwise set out in the specifications or required by the agencies involved, the Contractor shall make application for, obtain and pay for all licenses and permits necessary for the prosecution of the Work and shall pay for all fees and charges in connection therewith. The Contractor shall be required to comply with all state or municipal ordinances, laws, and/or codes in so far as the same are binding on the Owner. 3.22 CONTRACT TERMINATION: I. General: Performance of work may be terminated by the County in whole, or from time to time in part, whenever the County shall determine that such termination is in the best interest of the County with a thirty (30) day written notice. The Vendor may only terminate the Contract with consent of the County in writing, and must give the County a sixty (60) day written notice to request termination of the Contract. In the event of any termination of the Agreement/Contract by the Vendor, the County may purchase such supplies and/or services similar to those terminated and for the duration of the Agreement/Contract period the Vendor will be liable for all costs in excess of the established contract pricing. II. Bankruptcy or Insolvency: In the event bankruptcy proceedings are commenced by or against Supplier or under any provisions of the United States Bankruptcy Act or for the appointment of a receiver or trustee or a general assignment for the benefit of creditors of either party, the County shall be entitled to terminate without further cost or liability. The County may cancel the Agreement/Contract or affirm the Contract and hold the Vendor responsible for damages. III. Default: The County may terminate the whole Contract or any part in either of the following circumstances: A. If Supplier fails to deliver the items required by the contract within the time specified; or B. If Supplier fails to perform any of the other provisions of the Contract, or so fails to make progress as to endanger performance of the contract in accordance with its terms. In the event of termination under subparagraph B, the County shall have the right to procure, on such terms and in such manner as it may deem appropriate, items similar to those terminated, and to recover from Supplier the excess cost for such similar items provided, however, Supplier shall not be liable for such excess costs where the failure upon which the termination is based has arisen out of causes beyond the control of Supplier and without the fault or negligence of Supplier. Such causes shall be deemed to include fires, floods, earthquakes, strikes, and acts of the public enemy. The rights of the County provided in subparagraph B shall be in addition to any other rights provided by law or the Contract. C. In the event of the Supplier’s non-compliance with the provisions as set forth, this Contract may be cancelled, terminated or suspended in whole or in part and the Supplier may be declared ineligible for further County contracts. The rights and remedies of the County provided in this paragraph shall not be exclusive but are in addition to any remedies provided in this Contract or as provided for by law. 3.23 RENEWAL OPTION: The County reserves the right to extend the awarded contract for one (1) additional one- year term with the written consent of the awarded Vendor for up to a maximum of four (4) consecutive extensions. 3.24 NON-EXCLUSIVE AGREEMENT: The Contractor shall understand and agree that the Contract shall not be construed as an exclusive agreement and further agrees that the County may secure identical and/or similar services or projects from other sources at any time in conjunction with or in replacement of the Contractor’s services. 3.25 BUSINESS LICENSE: Where applicable, the Contractor must have a valid City of Owensboro or Daviess County Fiscal Court business license for the prosecution of work. The Contractor must provide proof of this license to the County either by attachment to bid submission or post award (for applicable Contracts). The Contractor must pay any Occupational Tax / Net Profit Tax resulting from business activity within Daviess County. 3.26 INSURANCE REQUIREMENTS: Where applicable, the Vendor/Contractor shall purchase and maintain insurance with an insurance company licensed to do business in the State of Kentucky or in the state where the Vendor is incorporated or otherwise licensed to do business and which shall remain, at all times during the term of any contract with the County, in full force and effect. Preference will be given to a Vendor/Contractor who provides insurance with an insurance company licensed to do business in the State of Kentucky, but in any event said Vendor/Contractor shall provide said insurance at its own expense. Such insurance shall be provided and will protect the Vendor/Contractor from claims which may arise out of or result from the Vendor/Contractor’s execution of the work, whether such execution be by himself, his employees, agents, or by anyone for whose acts any of them may be liable. If any such work covered by the Contractor is to be performed on County owned or leased premises, the Vendor agrees to carry liability and workman’s compensation insurance, satisfactory to the County, and to indemnify the County against all liability, loss, and damage arising out of any injuries to persons and property caused by the Vendor, his sub-contractors, employees or agents. The insurance coverage shall be such as to fully protect the County and the general public from any and all claims for injury and damage resulting by any actions on the part of the Vendor/Contractor or its forces as enumerated above. All policies must name the County as an additional insured. Any disputes regarding a breach, insurance amounts, liability, coverage, lapse or otherwise shall be litigated in the Circuit Court of Daviess County, Kentucky and the same shall be incorporated into any Contract agreed to by the parties. WHERE APPLICABLE, THE COUNTY REQUIRES A CURRENT AND VALID CERTIFICATE OF INSURANCE OR BINDER SHOWING REQUIRED INSURANCE COVERAGE BE PROVIDED WITH EACH BID. DAVIESS COUNTY MUST BE ADDED AS AN ADDITIONAL INSURED AFTER AWARD OF THE BID. ANY LAPSE IN INSURANCE COVERAGE OR CANCELLATION THEREOF BY THE CONTRACTOR OR SUB- CONTRACTORS DURING THE TERMS OF THE CONTRACT SHALL IMMEDIATELY BE DEEMED A MATERIAL BREACH UNDER THE TERMS OF ANY CONTRACT. I. Comprehensive General Liability Insurance The Vendor/Contractor shall maintain and keep in full force and effect during the terms of this Contract such comprehensive general liability insurance as shall protect them from claims which may arise from operations under this Contract, whether such operations be by themselves or by anyone directly or indirectly employed by them. The amounts of this insurance shall not be less than: • $1,000,000 Each Occurrence Limit • $1,000,000 Personal & Advertising Injury Limit • $1,000,000 Products – Completed Operations Aggregate Limit • $1,000,000 General Aggregate Limit (Other than Products-Completed Operations) II. Workers Compensation Insurance The Vendor/Contractor or his sub-contractor or contractors shall maintain and keep in force of this Contract such Workers Compensation insurance limits as required by the statutes of the State of Kentucky and Employer’s Liability with limits no less than the Kentucky Workers Compensation statutory limits. III. Professional Liability Insurance Where applicable, the Vendor/Contractor shall provide the County with proof of Professional Liability Insurance, which shall protect the County against any and all claims which might arise as a result of the operation of the Vendor/Contractor in fulfilling the terms of this Contract during the life of the Contract. The minimum amounts of such insurance will be $1,000,000. Should any work be subcontracted, these limits will also apply. 3.27 ALTERNATE & EQUIVALENT BIDS: It is not the intention of the specifications within this document to eliminate any bidder; however, quoted items must equal or exceed stated specifications. Sufficient documentation is required to verify equivalent or superior performance.

212 St. Ann Street, Room 202, Owensboro, KY 42303Location

Address: 212 St. Ann Street, Room 202, Owensboro, KY 42303

Country : United StatesState : Kentucky

You may also like

Uniforms for Orlando Police Department

Due: 09 Jun, 2024 (in 1 month)Agency: City of Orlando

SUPPLY OF UNIFORM ITEMS

Due: 01 May, 2024 (in 8 days)Agency: U.S. IMMIGRATION AND CUSTOMS ENFORCEMENT

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.