Loading...
HomeMy WebLinkAbout23915COUNTY OF FRESNO PROCUREMENT AGREEI\1ENT Agreement Number 240072E September 24,2003 Adamson Industries Costa Mesa 930 W.16th B1 Costa Mesa,CA 92627 The County of Fresno (County)hereby contracts with Adamson Industries Costa Mesa (Contractor)to purchase miscellaneous law enforcement and SERT supplies in accordance with Attachment "A"and Request for Quotation No.680-3871,attached and by this reference made a part hereof. TERM:This Agreement shall become effective December 1,2003 and shall remain in effect through November 30,2004. RENEWAL:Agreement shall automatically renew for an additional one (1)year period except when written notice is delivered by either party to the other expressing intent not to renew.Such notice must be delivered a minimum of sixty (60)days prior to the next expiration date of this Agreement.The maximum number of automatic one (1)year renewal periods under this Agreement is two (2). MINIMUM ORDERS:Unless stated otherwise there shall be no minimum order quantity (see Attachment "A").The County reserves the right to increase or decrease orders or quantities. ORDERS:Orders will be placed on an as-needed basis by various County departments under this contract. ADDITIONAL ITEMS:The County reserves the right to negotiate additional items to this Agreement as deemed necessary.Such additions shall be made in writing and signed by both parties. DELIVERY:The F.O.B.Point shall be the destination within the County of Fresno.All orders shall be delivered complete as specified.All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. DEFAULT:In case of default by Contractor,the County may procure the articles from another source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County.The prices paid by County shall be considered the prevailing market price at the time such purchase is made.Inspection of deliveries or offers for delivery,which do not meet specifications, will be at the expense of Contractor. INVOICING:An itemized invoice in duplicate shall be mailed to requesting County department in accordance with invoicing instructions included in each order referencing G:\CONTRACTS &EXTRACTS\E\240072E ADAMSON INDUSTRIES COSTA MESA.DOC PROCUREMENT AGREEMENT NUMBER:240072E Adamson Industries Costa Mesa September 24,2003 Page 2 this Agreement.The Agreement number must appear on all shipping documents and invoices.Invoice terms shall be Net 45 Days. TERMINATION:The County reserves the right to immediately terminate this Agreement upon written notice to the Contractor.In the event of such termination,the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. LAWS AND REGULATIONS:The Contractor shall comply with all laws,rules and regulations whether they be Federal,State or municipal,which may be applicable to Contractor's business,equipment and personnel engaged in service covered by this Agreement. AUDITS:Contractor shall,as required by law,ordinance,code or decree permit the County to audit and inspect all such records and data pertaining to this Agreement and at all reasonable times be open to inspection by authorized representatives of the County. LIABILITY:The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify,save and hold harmless,and at County's request defend the County,its officers,agents and employees from any and all claims for damage or other liability, including costs,expenses,causes of action,claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents,officers or employees under this Agreement. INSURANCE: Without limiting the County's right to obtain indemnification from Contractor or any third parties,Contractor,at its sole expense,shall maintain in full force and effect the following insurance policies throughout the term of this Agreement: A.Commercial General Liabilitv Commercial General Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00)per occurrence and an annual aggregate of Two Million Dollars ($2,000,000.00).This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations,product liability,contractual liability,Explosion-Collapse-Underground,fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B.Automobile Liabilitv ComprehensiveAutomobileLiabilityInsurancewith limitsfor bodilyinjuryof not less than Two Hundred Fifty Thousand Dollars ($250,000.00)per person,Five Hundred G:\CONTRACTS &EXTRAcrs\E\Z4007ZE ~INDUSTRIES COSTA MESA.DOC PROCUREMENT AGREEMENT NUMBER:240072E Adamson Industries Costa Mesa September 24,2003 Page 3 Thousand Dollars ($500,000.00)per accident and for property damages of not less than Fifty Thousand Dollars ($50,000.00),or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00).Coverage should include owned and non-owned vehicles used in connection with this Agreement. C.Professional Liabilitv If Contractor employs licensed professional staff,(e.g.,Ph.D.,R.N.,L.C.S.W., M.F.C.C.)in providing services,Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00)per occurrence,Three Million Dollars ($3,000,000.00)annual aggregate. D.Worker's Compensation A policy of Worker's Compensation insurance as may be required by the California Labor Code. Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno,its officers,agents,and employees,individually and collectively,as additional insured,but only insofar as the operations under this Agreement are concerned.Such coverage for additional insured shall apply as primary insurance and any other insurance,or self-insurance,maintained by County,its officers,agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein.This insurance shall not be cancelled or changed without a minimum of thirty (30)days advance written notice given to County. Within Thirty (30)days from the date Contractor executes this Agreement,Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies,as required herein,to the County of Fresno,stating that such insurance coverage have been obtained and are in full force;that the County of Fresno, its officers,agents and employees will not be responsible for any premiums on the policies;that such Commercial General Liability insurance names the County of Fresno, its officers,agents and employees,individually and collectively,as additional insured, but only insofar as the operations under this Agreement are concerned;that such coverage for additional insured shall apply as primary insurance and any other insurance,or self-insurance,maintained by County,its officers,agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein;and that this insurance shall not be cancelled or changed without a minimum of thirty (30)days advance,written notice given to County. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided,the County may,in addition to other remedies it may have,suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California.Insurance purchased shall be purchased from companies possessing a currentA.M.Best,Inc.rating of B+FSCVII or better. G:\aM"RACT'S &EXTRACTS\E\240072E .AD./!MSO'jI!\OOSTRIES COSTA MESA.DOC PROCUREMENT AGREEMENT NUMBER:240072E Adamson Industries Costa Mesa September 24,2003 Page 4 INDEPENDENT CONTRACTOR:In performance of the work,duties and obligations assumed by Contractor under this Agreement,it is mutually understood and agreed that Contractor,including any and all of Contractor's officers,agents,and employees will at all times be acting and performing as an independent contractor,and shall act in an independent capacity and not as an officer,agent,servant,employee,joint venturer, partner,or associate of the County.Furthermore,County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function.However,County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof.Contractor and County shall comply with all applicable provisions of law and the rules and regulations,if any,of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor,Contractor shall have absolutely no right to employment rights and benefits available to County employees.Contractor shall be solely liable and responsible for providing to,or on behalf of,its employees all legally-required employee benefits.In addition,Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees,including compliance with Social Security,withholding,and all other regulations governing such matters.It is acknowledged that during the term of this Agreement,Contractor may be providing services to others unrelated to the County or to this Agreement. NON-ASSIGNMENT:Neither party shall assign,transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. AMENDMENTS:This Agreement constitutes the entire Agreement between the Contractor and the County with respect to the subject matter hereof and supersedes all previous negotiations,proposals,commitments,writings,advertisements,publications, Request for Proposals,Bids and understandings of any nature whatsoever unless expressly included in this Agreement.This Agreement supersedes any and all terms set forth in Contractor's invoice.This Agreement may be amended only by written addendum signed by both parties. INCONSISTENCIES:In the event of any inconsistency in interpreting the documents which constitute this Agreement,the inconsistency shall be resolved by giving precedence in the following order of priority:(1)the text of this Agreement (excluding Attachment "A",County's Request for Quotation No.680-3871 and the Contractor's Quote in response thereto);(2)Attachment "A";(3)the County's Request for Quotation No.680-3871 and (4)the Contractor's quotation made in response to County's Request for Quotation No.680-3871. GOVERNING LAWS:This Agreement shall be construed,interpretedand enforced under the laws of the State of California.Venue for any action shall only be in County of Fresno. Please acknowledge your acceptance by returning all pages of the signed original of this Agreement to my office,retaining a copy for your files. G:\CCNTRACTS &EXTRACTS\E\240072E ADJ!MSONII'VUSTRIES COSTA MESA.DOC PROCUREMENT AGREEMENT NUMBER:240072E Adamson Industries Costa Mesa September 24,2003 A TTACHMENT '~" SUPPLIES DESCRIPTION ,................................................................................-................................................................................................................. GROUPI LAWENFORCEMENTSUPPLIES MFG Attachment Page 1 of 3 UNIT ...,..M9.P~h J~~!I 1 PRICE 11MK-3OC PepperSpray1.47oz.DefTec "'2fMK=6"OC"PepperSpray.'6S"'oz ,..................................................... DefTec ........................ 31MK-3I~ertTrainingCanister ............-......-................... DefTec .........."""""",',.......... 4IMK-30ClTubed/Fogger Def Tec SfMK=gOCISoxed)HVStream"'''' ...........-............ DefTec "".."""""""" 6IMK-90C/Boxed/Fogger DefTec #5039 #5069 #5139 #3035 ,.................................. #5099 #9010 """""",,',...,... EA $33.35 71DoubleCuff Case,Snap Safariland """",,"""""""--"'"".............-................... 81CuffCase,BlackBWw/BlackSnap Safariland """""""""""""""""""",........................................................... UncleMike's91CuffCase,Double,Nylon """"",,,,,,,,,,,,""'"""""'"''''''''''..'''''''''''''""""""""""",,,""'.............-.--.............. 10lCuff CasewNelcro Closure Bianchi ,,.........................-......-............-.... $13.85 """-,,,""""'.."""...'-""-""'-"'-"'-'''''''''' 111MKIII MaceCase Safariland ""..""""-""''''''''''''''''''''-''''--''--''''''''.................-.-.......-........................... 121BeltKeeper,Snap Safariland ..............-...........-.-....-..........-...-.........-...",,',....................................... 141Holsterfor Glock19 Handgun UncleMike's ,"""""-",,,,,,,,,,,,,,,,,,,,,,,,,,,',,.................................................................. $24.3715lHolster,Blackfor S &W CS45,Plain Aker #4260 ,....-................ 190 EA EA $12.15 $17.38 'SS5j=1"""''''''''''''TEA''''r''''$12''~65 7300 EA #4271-3BL lEA ................................-.........................................-.... #4200-2BL lEA ....-............ $8.79 $6.25 9621-1 ,,",,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,""".... $32.50 #132 EA EA 161 Holster:Siack"'for-S"'&W"'CS45--"'''''''""''''''''-''''''''---'''''''''TAker---'''-''''''-''''''-''-''''''''''"'1#166"'''''''''''''--''''IEA---'''r'''''''$3'1~8j 18lHolster,Nylonw/Loopfor Belt UncleMike's ,..,,,......-............................... $9.29 ............-........-............-.....-.-.........-...-.--.........--....-...........-.. '"'''''-'''''''''..",............-.........-...............-.........-......-...............-............ 19lHolster,Nylon,VelcroClosures Bianchi 8877-1 EA ,..-- $12.507307 2'1'TStun'GunHoister,'EjD~BiackSWwNeicrociosure""-"-""'TTex"'sf)oemaker"'''''#16640SP ",,,,,,,,,,,,,,.,,,,,,,"-""-.'-"''',"..'................. 2210ff DutyAmmoPouch,Black Aker ""23JSasketWeaveBejf;MTrag"e''''''-''''''''''''''''''''''''''''-''-""''''''''''''''''''''---''-'''--rUncie'''Mike's G:\CONTRAGS &EXTRACTS\E\240072E .ADA'4SONINDUSTRIES COSTA MESA.DOC 616-LCA EA EA ............... $24.35 ,"' $17.95EA " $41.079105EA EA I $9.25 EA I $9.20 EA I $7.44 EA I $10.15 EA I $34.50 PROCUREMENT AGREEMENT NUMBER:240072E Adamson Industries Costa Mesa September 24,2003 DESCRIPTION "25TDutySei(i3iackwNefcro'."".'."'_."'.''.'.. MFG .................................................... Bianchi ...iiIseli,pant;Mirage';..Nyion...webwiv'eicro.closure IUncieMike's Attachment Page 2 of 3 UNIT r2~~~.h'-..'1~1II...l..p$-~~:~0 8783 28fCompactFlashjig-ht-'Case(Fo'r'Stinger)"..'..."...'..-'UncieMikeis 'S818-3 29IUiiralnne.rReversibieDutyBeliwjvelcroiini'ng~Siz"e'smaii.IUncleMike's 30TUiirafnnerReversibieDutyBeiiwjvelcroiining=sizeMediu'mlUncl'e.Mikeis.. ..32IUniversaiRadioHolei"erwjswive'.."..' ,................................. Bianchi 8781 8782 7314S ............................... EA EA EA EA EA ...._... $12.20 .............................. $9.30 ..................................... $12.10 $12.10 ................................... $21.00 331Handcuffs,Hinged Peerless 341H'andcuHs.,..Link'.-"...' .....................................-...-..........................-.............................. Peerless 301 700 EA EA .35TLeg..irons...--................ ............... "'-"...'''.''Peerless '''.'..'io3 ''''EA .'3-6IFlexCuHs,Bulk.f60."... ............-.-.....,.....-........................... NIK CS100 $25.50 $17.95 ..........-.... $30.22 ...+....-.... $59.50 37 1BarrierTape "SHERIFFLINE-DONOT CROSS",1000'Roll .38IEmergency'S'lankefsiiver;.60iix90ii. ....-.....................-....... ."391cPRMicrokey-.''... ................................... MOl 401cPRMic.roshield.--""" ........... MOl RO #60X90 .............-....... EA ..,...................................... 70-190 ...................-.... EA $8.50 $6.95 $7.95 .,,.....-..................................................... $5.95EA 0 ,,.............-.....-........-........-.............. $39.95411FrictionLockBaton,DetectiveSeries,21"Monadnock 0 ''."-"""""""'.""""-..",,,.... EA421FrictionLockBaton,DetectiveSeries,26"Monadnock 2521 2526 EA ...............----... $43.40 431 Friction TockSatOil.H.oister;.-STackSii'Fwisjack-Snap.'..'IMonadnoC"i(".-.'.--'.-.'.."'.'"-".".',.-...- 44IFrictionLock.SatOn-Hoisier;siacksw'wjsfac-!<Sna'p.. 0....-..-.............--..................-........-...-.-.-..............--....,.......-............................-.... 451DutyHelmet PremierCrown ,~0 '.......................... $106.25 0 ..................... 461DutyHelmet,ForestGreenin Color PremierCrown $19.78 900 ,0.......-...................... $92.95 90633C EA EA "4iIF'ace'siiieidforPremiercrown"Helmeic=3#906-"..."".."lp"remiercrown...lFs4c-"._"."..'..TEA."'.T".'.$i5~00 ,................................... 51 1Flashlight,Mini Maglite,Black Maglite M2AO13 EA ...,0..................-- $12.95 G:\CONTRACTS &EXTRACTS\E\240072E t>D.AMSONINDUS1RIES COSTA MESA.COC 3730 lEA .................................-...................................-...-................... lEAMonadnock3732 PROCUREMENT AGREEMENT NUMBER:240072E Adamson Industries Costa Mesa September 24,2003 Attachment Page 3 of 3 UNIT 541~~~~n~~~Tl~e~~mm """1MFG-"IM09_~!I.~~~501 PR~~.~5 "."."..""-"'."m '.-.........--.---..----.------.. NOTE:Doesnot includeitems13,17,20,24,26,31,48,49,50,52,53fromRequestfor Quotation.GroupI .....................,,,,.,.,,,,............-.....--......................................................... GROUPI.MinimumOrder$100.00 110/CAerosolGrenade MaceSecurities 1620 EA $40.90 ">................---.....-......--....----...,,,,,,-,,,,---,,,,,,,,,,,,,,,,-,,,,-,-,,,,,->,,,--,,,,-,,,-.,-,,, 21PracticeGrenade DefTec 1720 EA $41.17 $8.52 ----.............-..-..---...---...."-'->--'--"'''''''-'-'--''-''''''''-''''''-'-'- 31Fuse201 MaceSecurities 11687DT EA >..................-................-......... MaceSecurities-"'.r9000MK~1"X""rE'A""".'.'.""'J""""'$40:1241PepperFortifiedMace,DefenseFogger ---"--"""-"-'''-'''''--''- 51#25DistractionDeviceMulti Portplusbody DefTec 7000 EA $49.95 61#25'Oistracti'on-Dev'ic"eMuitj"PorTpiu"srelo~id--.'"''".."'..""".."""""""JOeTTec.'."""""""""17001""-"""-"""'[EA'r"""$21.66 ---'''''''''''''''''-'''-''---'''-'-''''''''m "''''''-''''''''''''''''''''''''''''-''-.'..''''.'.'''''''-'''''-'''''''---'-'-....-........-................-..-.....-..-.....-..--......-... 71No.15RP "Stinger"RubberBall Grenade 81DistractionDevice,MaintenanceKit '''gJbistraction''Oe''vice:'''Fj'rin'g'Mech'anism'''''''''''''-''''-. 10lDistractionTrainingDevice ..-..-....-.....................,..........-...............-..-...---.-......-..-.....-.-..---.............."'''''-'''''''''''.'.''-' 11IExaxctImpactRounds,SpongeRound DefTec 6325 EA $20.21 ...--..---..-.---"'-'''''''''''''''''''.-''--''-''-'-''-''''''--.''''-''-''--'''--''------..-.......................----.--.---.-... 121ExaxctImpact24 Shot TrainingKit MinimumOrder :$100.00 DefTec 6525 EA $260.00 "''''''.'''.'''''''''...'''''''''''-''''''''''''''''''''''''''-''''''''''"",,,,...,,.,.,,,,.,,,,,,,.,,,,,,,,,,,,-,,,,,,,,,-,,,,,,,,,,,,,,,,,,,''"""" NOTE:Doesnot includeitems 13,14,15,16,17,18,19,20from Requestfor Quotation-GroupIV ""................-...... *Additionalltemspricedat variousmanufacturesdiscount.Departmentto contactvendorfor pricing. G:\CCM1W:TS &EXTRACrS\E\240072E AD.AMSQIIThOOSTRIES COSTA MESA.OOC ---1::::-1:-=r- $366.60 $43.50 ........................ $87.77 "--I8-X20- ..-.-..- DefTec 17019 $177.77 Quotation,No.680-3871 COUNTYOFFRESNOPURCHASING STANDARDINSTRUCTIONSANDCONDITIONSFOR REQUESTSFORPROPOSALS(RFP'S)ANDREQUESTSFORQUOTATIONS(RFQ'S) Note:thereferenceto "bids"in thefollowingparagraphsappliesto RFP'sandRFQ's GENERAL CONDITIONS 1. By submittinga bid the bidderagreesto the followingconditions.These conditionswill applyto all subsequentpurchasesbasedon this bid. 2. BID PREPARATION: A)All pricesandnotationsmustbe typedor writtenin ink.No erasures permitted.Errorsmaybecrossedout,initialedandcorrectionsprinted in inkby personsigningbid. B)BrandNames:Brandnamesandnumberswhengivenareforreference. Equalitemswill beconsidered,providedtheofferclearlydescribesthe articleand howit differsfromthat specified.In the absenceof such informationitshallbe understoodtheofferingis exactlyasspecified. C)Statebrandor makeof eachitem.If biddingon otherthanspecified, state make,model and brand being bid and attach supporting literature/specificationstothebid. D)Bidon eachitemseparately.Pricesshouldbestatedin unitsspecified herein.All applicablechargesmustbe quoted;chargeson invoicenot quotedhereinwillbedisallowed. Timeof deliveryis a partof the considerationandmustbe statedin definitetermsandmustbeadheredto.F.O.B.Pointshallbedestination or freightchargesmustbestated. E) F)All bids mustbe datedand signedwith the firm's nameand by an authorizedofficeroremployee. G)Unlessotherwisenoted,pricesshallbe firmfor 120daysafterclosing dateof bid. SUBMITTINGBIDS: A)Eachbidmustbesubmittedonformsprovidedin a sealedenvelopewith bid numberand closingdate and time on the outsideof the envelope/package. Interpretation:Shouldanydiscrepanciesoromissionsbefoundinthebid specificationsor doubtas to theirmeaning,thebiddershallnotifythe Buyerin writingat once.TheCountyshallnotbe heldresponsiblefor verbalinterpretations.Questionsregardingthebidmustbereceivedby Purchasingat least5 workingdaysbeforebidopening.All addenda issuedshallbe in writing,dulyissuedby Purchasingandincorporated intothecontract. B) C)ISSUINGAGENT/AUTHORIZEDCONTACT:ThisRFQhasbeenissued bytheCountyof Fresno'sPurchasingUnit.ThePurchasingUnitshallbe thevendor'ssolepointof contactwithregardto theRFQ,itscontent,and all issuesconcerningit. All communicationregardingthisRFQshallbedirectedto anauthorized representativeof the County'sPurchasingUnit.The specificbuyer ,-_.,.--.".'~'~-~,"M""~.,"..r:-""~n"'''..r:-".,.CIIOOI ICC n()1" managingthis RFQis identifiedon the coverpage,alongwithhis or her telephonenumber,andheor sheshouldbethe primarypointof contactfor discussionsor informationpertainingto the RFQ.Contactwith anyother Countyrepresentative,includingelected officials,for the purposeof discussingthisRFQ,it content,or anyotherissueconcemingit,is prohibited unlessauthorizedby Purchasing.Violationof this clause,by the vendor havingunauthorizedcontact(verballyor in writing)withsuchotherCounty representatives,mayconstitutegroundsfor rejectionby Purchasingof the vendor'squotation. TheabovestatedrestrictiononvendorcontactwithCountyrepresentatives shallapplyuntiltheCountyhasawardeda purchaseorderor contractto a vendoror vendors,exceptasfollows.First,intheeventthata vendorinitiates a formalprotestagainsttheRFQ,suchvendormaycontacttheappropriate individual,or individualswhoaremanagingthatprotestas outlinedin the County'sestablishedprotestprocedures.All such contactmust be in accordancewith the sequenceset forth underthe protestprocedures. Second,in the eventa publichearingis scheduledbeforethe Boardof Supervisorsto heartestimonypriorto its approvalof a purchaseorderor contract,anyvendormayaddresstheBoard. D) E) BidsreceivedaftertheclosingtimewillNOTbeconsidered. Biddersareto bidwhatis specifiedor requestedfirst.If unableto or willing to,bidder may bid altemativeor option,indicatingall advantages, disadvantagesandtheirassociatedcost. 3.FAILURETO BID: A)If notbidding,returnbidsheetandstatereasonfornobidoryournamemay beremovedfrommailinglist. 4.TAXES,CHARGESAND EXTRAS: A)Countyof Fresnois subjectto Californiasalesand/oruse tax (7.875%). Pleaseindicateasa separatelineitemif applicable. B)DONOTincludeFederalExciseTax.Countyis exemptunderRegistration No.94-73-03401-K. C)Countyis exemptfromFederalTransportationTax.Exemptioncertificateis notrequiredwhereshippingpapersshowconsigneeasCountyof Fresno. D)Chargesfor transportation,containers,packing,etc.willnotbepaidunless specifiedin bid. 5.AWARDS: A)Award(s)will be madeto the mostresponsiveresponsiblebidder.The evaluationwill includesuchthingsas life-cyclecost,availability,delivery 1A Ri=OI4Im\ Quotation No.680-3871 costsand whoseproductand/orserviceis deemedto be in the best interestoftheCounty.Thecountyshallbethesolejudgeinmakingsuch determination. B)Unlessbiddergives noticeof all-or-noneawardin bid,Countymay accept any item,groupof itemsor on the basis of total bid. C)The Countyreservesthe rightto rejectanyandall bidsandto waive informalitiesor irregularitiesin bids. D)Afteraward,all bidsshallbe opento publicinspection.TheCounty assumesnoresponsibilityfortheconfidentialityofinformationofferedin a bid. 6.PARTICIPATION: Biddermay agreeto extendthe termsof the resultingcontractto otherpolitical subdivision,municipalitiesand tax-supportedagencies. SuchparticipatingGovemmentalbodiesshallmakepurchasesin theirown name,makepaymentdirectlyto bidder,andbe liabledirectlyto the bidder, holdingtheCountyof Fresnoharmless. 7.PREFERENCEITIEBIDS: All otherfactorsbeingequal,thecontractshallbe awardedto the Fresno Countyvendoror,if neitheror bothareFresnoCountyvendors,it maybe awardedbytheflipof a coinin thepresenceofwitnessesor theentirebidmay be rejectedandre-bid. 8.PATENTINDEMNITY: ThevendorshallholdtheCounty,itsofficers,agentsandemployees,harmless from liabilityof any natureor kind,includingcosts and expenses,for infringementor useof anycopyrightedor uncopyrightedcomposition,secret process,patentedor unpatentedinvention,articleor appliancefurnishedor usedin connectionwiththisbid. 9.SAMPLES: Samples,whenrequired,mustbe furnishedanddeliveredfree and,if not destroyedbytests,willuponwrittenrequest(within30daysof bidclosingdate) be returnedat the bidder'sexpense.In theabsenceof suchnotification, Countyshallhavetherightto disposeof thesamplesin whatevermannerit deemsappropriate. 10.RIGHTSAND REMEDIESOF COUNTYFOR DEFAULT: A)In caseof defaultby vendor,the Countymayprocurethe articlesor servicefromanothersourceandmayrecoverthecostdifferenceand relatedexpensesoccasionedtherebyfromanyunpaidbalanceduethe vendoror byproceedingagainstperformancebondofthevendor,jf any, or by suitagainstthevendor.Thepricespaidby theCountyshallbe consideredthe prevailingmarketpriceat the timesuchpurchaseis made. B)Articlesor services,which upon deliveryinspectiondo not meet specifications,will be rejectedandthe vendorwill be consideredin default.VendorshallreimburseCountyforexpensesrelatedto delivery of non-specifiedgoodsor services. C)Regardlessof F.O.B.point,vendoragreesto bearall risksof loss,injury or destructiontogoodsandmaterialsorderedhereinwhichoccurpriorto deliveryandsuchloss,injuryordestructionshallnotreleasevendorfrom anyobligationhereunder. \\PURCHASE1\0440\RFQ\680-3871LAWENFORCEMENTSUPPLIES.DOC 11.DISCOUNTS: Termsof less than 15 daysfor cash paymentwill be consideredas net in evaluatingthisbid.A discountfor paymentwithinfifteen(15)daysor morewillbe consideredin determiningtheawardof bid.Discountperiodwillcommenceeither the laterof deliveryor receiptof invoicebythe County.StandardtermsareNet Forty-five(45)days. 12.SPECIAL CONDITIONSIN BID SCHEDULESUPERSEDEGENERAL CONDITIONS. The'GeneralConditions'of thisRFP/RFQshallbe supersededifin conflictwith anyothersectionof thisbid. 13.SPECIALREQUIREMENT: Withtheinvoiceorwithintwenty-five(25)daysofdelivery,thesellermustprovide to theCountya MaterialSafetyDataSheetfor eachproduct,whichcontainsany substanceon 'The Listof 800HazardousSubstances",publishedby the State Directorof IndustrialRelations.(SeeHazardousSubstancesInformationand TrainingAct.CaliforniaStateLaborCodeSections6360through6399.7.) 14.RECYCLEDPRODUCTS/MATERIALS: Vendorsareencouragedto provideandquote(withdocumentation)recycledor recyclableproducts/materialswhichmeetstatedspecifications. 15.YEAR COMPLIANCEWARRANTY VendorwarrantsthatanyproductfurnishedpursuanttothisAgreement/ordershall supporta four-digityearformatandbe ableto accuratelyprocessdateandtime datafrom,intoandbetweenthetwentiethandtwenty-firstcenturies,aswellasleap year calculations.'Product'shall include,withoutlimitation,any piece or componentof equipment,hardware,firmware,middleware,customorcommercial software,or internalcomponentsor subroutinestherein.Thiswarrantyshall surviveterminationor expirationofthisAgreement. In theeventof anydecreasein productfunctionalityor accuracyrelatedto time and/ordatedatarelatedcodesand/orinternalsubroutinesthatimpedetheproduct fromoperatingcorrectlyusingdatesbeyondDecember31,1999,vendorshall restoreorrepairtheproductto thesameleveloffunctionalityaswarrantedherein, so asto minimizeinterruptionto County'songoingbusinessprocess,timebeingof theessence.Intheeventthatsuchwarrantycompliancerequirestheacquisition of additionalprograms,the expensefor any such associatedor additional acquisitions,whichmayberequired,including,withoutlimitation,dataconversion tools,shallbe borneexclusivelyby vendor.Nothingin this warrantyshallbe construedto limitanyrightsorremediestheCountymayotherwisehaveunderthis Agreementwithrespectto defectsotherthanyearperformance. 18 RFQ (4/03) QUOTATION NO.680-3871 Page 2 BIDDING INSTRUCTIONS CONTRACT SUPPLIES The County of Fresno is soliciting bids to establish an agreement for the purchase of miscellaneous law enforcement supplies and SERT (Security Emergency Response Team) Supplies on an as needed basis as specified within this Request for Quotation. The items on the Quotation schedule are a sampling of items purchased by various County Departments within the last twelve (12)months and are being used for bidding purposes only. REPORTS:Contractor upon request will provide annual reports for all products purchased under any agreement resulting from this Request For Quotation. Report information to include usage (type and quantity of product purchased)by County Department (i.e.Sheriff,Probation,etc.),dates of each purchase and price charged.Reports must be delivered to County of Fresno Purchasing Unit,4525 E.Hamilton Avenue,Fresno, California 93702,Attention:Cc;lthiJ.Peters not later than thirty (30)days following the date of the request.The agreement number should be referenced on all reports. MULTIPLE DELIVERIES:This Request For Quotation reflects the needs of various County departments.Delivery will be required to each individual department. NON-EXCLUSIVE:This will be a non-exclusive Agreement.The County of Fresno reserves the right to requote any of the items depending on department usage,increase in quantities,etc AWARD:The County of Fresno reserves the right to make the award on the basis of the entire group or on a per line item basis.The award will be made in a manner determined to be to the best advantage of the County.The County will be the sole judge in making such determination.. FIRM QUOTATION:For purpose of award all quotations shall remain firm for one hundred twenty (120)days from the closing date of this RFQ. COPIES:Submit one (1)original and three (3)copies of your quotation no later than the RFQ closing date and time as stated on the front of this document,to the County of Fresno Purchasing Division.Each copy to be identical to the original,including all supporting documentation (i.e.literature,brochures etc.).The cover pageof each quotation is to be appropriately marked "Original"or "Copy". INTERPRETATION OF REQUEST FOR QUOTATION Vendors must make careful examination of the requirements,specifications and conditions expressed in the Request for Quotation and fully inform themselves as to the quality and character of the product required.If any person planning to submit a Quotation finds discrepancies in or omissions from the Request for Quotation or has any doubt as to the true meaning or interpretation,correction thereof may be requested in writing or by Fax (Fax No.(559)456-7831)from Purchasing.The deadline for submitting requests for clarification is August 18,2003.Any change in the Request for G:\RFQ\680-3871LAW ENFORCEMENTSUPPLIES.DOC QUOTATION NO.680-3871 Page 3 Quotation_will be made only by written addendum,duly issued by the County.The County will not be responsible for any other explanations or interpretations. ISSUING AGENT:This RFQ has been issued by the County of Fresno's Purchasing Unit.The Purchasing Unit shall be the vendor's sole point of contact with regard to the RFQ,its content, and all issues concerning it. AUTHORIZED CONTACT:All communication regarding this RFQ shall be directed to an authorized representative of the County's Purchasing Unit.The specific buyer managing this RFQ is identified on the cover page,along with his or her telephone number,and he or she should be the primary point of contact for discussions or information pertaining to the RFQ. Contact with any other County representative,including elected officials,for the purpose of discussing this RFQ,it content,or any other issue concerning it,is prohibited unless authorized by Purchasing.Violation of this clause,by the vendor having unauthorized contact (verbally or in writing)with such other County representatives,may constitute grounds for rejection by Purchasing of the vendor's quotation. The above stated restriction on vendor contact with County representatives shall apply until the County has awarded a purchase order or contract to a vendor or vendors,except as follows.First,in the event th~t a vendor initiates a formal protest against the RFQ,such vendor may contact the appropriate individual,or individuals who are managing that protest as outlined in the County's established protest procedures.All such contact must be in accordance with the sequence set forth under the protest procedures.Second,in the event a public hearing is scheduled before the Board of Supervisors to hear testimony prior to its approval of a purchase order or contract,any vendor may address the Board. RIGHT TO REJECT BIDS:The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. QUANTITIES:Quantities shown in the bid schedule are approximate and the County guarantees no minimum amount.The County reserves the right to increase or decrease quantities. SPECIFICATIONS AND EQUALS:Brand names,where used,are a means of establishing quality and style.Bidders are invited to quote their equals.Alternate offers are to be supported by literature which fully describes items that you are bidding. No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder in the designated places.If no exceptions or deviations are shown the bidder will be required to furnish items exactly as specified herein.The burden of proof of compliance with this specification is the responsibility of the bidder. LITERATURE:Bidders shall submit literature which fully describes items on which they are bidding,not later than the closing date of this bid.Any and all literature submitted must be stamped with bidders name and address. IIPURCHASE1\0440\RFQ\680-3871l.AWENFORCEMENTSUPPLIES.DOC QUOTATION NO.680-3871 Page 4 MERCHANDISE RETURNABLE FOR FULL CREDIT:Bidder agrees to accept for full credit any merchandise sold by him on contract or award resulting from this bid,if returned in good condition by the County. GUARANTEE AGAINST DEFECTS:All items are to carry a full guarantee against defects in materials and workmanship and guarantee against breakage and other malfunctions when performing work for which they are designed. ORDERING:Orders will be placed as required by the various County departments. INVOICING:All invoices are to be mailed in duplicate to the requesting County department in accordance with invoicing instructions included in each order.The Agreement/Purchase Order number must appear on all shipping documents and invoices.Invoice terms shall be net forty- five (45)days. SAMPLES:On request,samples of the products on which you are bidding shall be made available to the County.The County will designate where samples are to be delivered. All samples shall be furnished within five (5)working days from the date of request and furnished at no cost to the County (including shipping,handling etc.). Successful bidder's samples may be retained for checking against delivery,in which case allowance will be made to vendor.Samples may be used for testing product which the bidder has quoted and therefore may be destroyed by such test.Such samples destroyed by testing will be considered as furnished free to the County and no allowance will be made to the vendor. County will return unused samples to the bidder at the bidder's expense.Bidder must submit a written request for return of samples not later than thirty (30)days following award of bid.. Request to be delivered to County's Purchasing Manager. RENEWAL:Contract may be renewed for two (2)additional one (1)year by mutual consent. VENDOR ASSISTANCE:Successful bidder shall furnish,at no cost to the County,a representative to assist County departments in determining their product requirements. TERMINATION:This agreement may be terminated by the County at any time upon written notice. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties,CONTRACTOR,at its sole expense,shall maintain in full force and effect the following insurance policies throughout the term of the Agreement: A.Commercial General Liability Commercial General Liability Insurance with limits of not less than One Million Dollars ($1,000,000)per occurrence and an annual aggregate of Two Million Dollars ($2,000,000). This policy shall be issued on a per occurrence basis.COUNTY may require specific coverages including completed operations,products liability,contractual liability, IIPURCHASE1\0440IRFQ\680-3871LAWENFORCEMEt-{TSUPPLIES.DOC QUOTATION NO.680-3871 Page 5 Explosion-Collapse-Underground,fire legal liability or any other liability insurance deemed necessary because of the nature of this contract. B.Automobile Liabilitv Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than Two Hundred Fifty Thousand Dollars ($250,000.00)per person,Five Hundred Thousand Dollars ($500,000.00)per accident and for property damages of not less than Fifty Thousand Dollars ($50,000.00),or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00).Coverage should include owned and non- owned vehicles used in connection with this Agreement. C.Professional Liabilitv If CONTRACTOR employs licensed professional staff,(e.g.,Ph.D.,R.N.,L.C.S.W., M.F.C.C.)in providing services,Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00)per occurrence,Three Million Dollars ($3,000,000.00) annual aggregate. D.Worker's Compensation A policy of Worker's Compensation insurance as may be required by the California Labor Code. CONTRACTOR shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno,its officers,agents,and employees,individually and collectively, as additional insured,but only insqfar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance,or self-insurance,maintained by COUNTY,its officers,agents and employees shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein.This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to COUNTY. Within Thirty (30)days from the date CONTRACTOR executes this Agreement, CONTRACTOR shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies,as required herein,to the County of Fresno,stating that such insurance coverage have been obtained and are in full force;that the County of Fresno,its officers,agents and employees will not be responsible for any premiums on the policies;that such Commercial General Liability insurance names the County of Fresno,its officers,agents and employees,individually and collectively,as additional insured,but only insofar as the operations under this Agreement are concerned;-that such coverage for additional insured shall apply as primary insurance and any other insurance,or self-insurance,maintained by COUNTY,its officers,agents and employees,shall be excess only and not contributing with insurance provided under CONTRACTOR's policies herein;and that this insurance shall not be cancelled or changed without a minimum of thirty (30)days advance,written notice given to COUNTY. In the event CONTRACTOR fails to keep in effect at all times insurance coverage as herein provided,the COUNTY may,in addition to other remedies it may have,suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M.Best,Inc. ratingof 8+FSCVIII or better. \\PURCHASE1\0440IRFQ\680-3871LAW ENFORCEME~TSUPPLIES.DOC QUOTATION NO.680-3871 Page 6 HOLD HARMLESS CLAUSE:Contractor shall hold the County,its officers,agents and employees,harmless and indemnify and defend the County,its officers,agents and employees,against the payment of any and all costs and expenses,claims,suits,and liability resulting from or arising out of or in any way connected with any negligent or wrongful acts or omissions of contractor,its officers,agents and employees,or failing to perform any work, services,or functions provided for or referred to or in any way connected with any work, services or functions to be performed under this agreement. PRICES:All prices quoted shall be firm for the contract period.No price increase shall be permitted on quantities ordered from the contract prior to expiration date of the contract. Quotations are to be F.O.B.Destination. PRICE DECREASES:The vendor shall immediately notify the County of Fresno of all manufacturer's price decreases and the County of Fresno shall receive full benefit of all such decreases,effective on the date of the manufacturer's general public announcement. BIDDER TO COMPLETE THE FOLLOWING: GUARANTEED DELIVERY:Bidder will be considered in award of bid only if they can guarantee delivery.Enter guaranteed delivery on this line (i.e.number of days from receipt of order to delivery):. 3.:::::.Ofl't S By:~~ (Authorized Signature). Bidders a~Ongl~nCOUraged to bid related items/products that are not specifically addressed as line items in this Request for Quotation by offering discount pricing off their catalog,section of catalog or complete product line. Price list for additional items: A tV/tercent discount from manufacturer's enclosed current price list will be allowed on purchases of all additional items. State name of price list,indicate applicable price column and give effective date of price list here: ~~70~~I/N't'~~~~JMz-rv~J -/t/~W/o Uh N O,~~--r .L:J1..5~vr-T ~c-7U~S.Ta o~ /1-.50""6/'pO C ov~r- Prices on additional items will be based on successful bidder's firm discount prices from manufacturer's current published price list.Successful bidder will be required to file any new price list that may become effective during the life of the contract with the County of Fresno Purchasing Manager within thirty (30)days of its becoming effective. \\PURCHASE1\0440\RFQ\680-3871LAW ENFORCEMENTSUPPLIES.DOC QUOTATION NO.680-3871 Page 7 Enclose copy of current catalog with bid.Successful bidder may be required to provide extra catalogs for the user departments. State Purchase Order mailing address: 93~C-(.).I b/);f g / COS))q-dfE5/A CA ZL~/ Fax Orders to:q lfe;"..b )0 -0<.SLl7 L /6 L L ;:A£L )1-(fO<:::.-1{;;"''(oilL Phone Orders to:gO'\:),-i ~Y-01 ~L. E-Mail Address:MI!m5~NI/Vtl(/57Yl/LJLe.G/l-TLTHL./V./C.lLlbT MINIMUM ORDER:Bidder to state minimum order quantities and charges for less than minimum order quantity (if not stated it will be assumed there are none). -#/6()O3 \\PURCHASE1\0440IRFQ\680-3871LAW ENFORCEMENTSUPPLIES.DOC QUOTATION NO.680-3871 Page 8 BIDDER TO COMPLETE THE FOLLOWING: PARTICIPATION The County of Fresno is a member of the Central Valley Purchasing Group.This group consists of Fresno,Kern,Kings,and Tulare Counties and all governmental,tax supported agencies within these counties. Whenever possible,these agencies co-op (piggyback)on contracts put in place by one of the other agencies. Any agency choosing to avail itself of this opportunity,will make purchases in their own name, make payment directly to the contractor,be liable to the contractor and vice versa,per the terms of the original contract,all the while holding the County of Fresno harmless.If awarded this contract,please indicate whether you would extend the same terms and conditions to all tax supported agencies within this group as you are proposing to extend to Fresno County. ~s,we will extend contract terms and conditions to all qualified agencies within the t;;;J C~ntral Valley Purchasing Group. 0 No,we will not extend contract terms to any agency other than the County of Fresno. (Authorized Signature) rN.5:O~ Title \\PURCHASE1\044O\RFQ\680-3871LAWENFORCEMEN~SUPPLIES.DOC QUOTATION NO.680-3871 Page 9 VENDOR MUST COMPLETE AND RETURN WITH REQUEST FOR QUOTATION. Firm:.A-OI1-rn 5':::::'rV ~/Vo.../~/X /C J REFERENCE LIST The bidder shall submit a list of at least five (5)customer references.Such references shall be customers for whom the vendor has recently provided similar products. Reference Name:F;z!.s tV D Contact: c ~(...Jr1./77's:/ffiz;frt City: Phone No.: Date and Service Provided: ,_,,-,,_-~,,",,,...,,,,,,,,,'"''''~'m ',"""_"_m_"""h .,,'..0..0 Reference Name:~5,..J u Contact: C"/'7 It.It ~City: Phone No.: Date and Service Provided: .....,""""""""""'~""''''__'''_'''''''''''''''h'''''''''''':===..~.."== Reference Name:4l0/1l7)5:£d!(J ?O Contact:g/LVc.f 7'tJ-/~H-,: Date and Service Provided: City: Phone No.:3U 8.8/-12.7 Y ~.__._.I!'-~~'~.~..L.,., Reference Name:III Dd~G .&1-'t /~ Contact:&;-0/3/10 ~ Date and Service Provided: City: Phone No.:(]of -')?3 -?C)l...:? .....--..-~..~..h ..'''''-"",,,,,,,,,,..~.~...=~~~~~=m\!! Reference Name:0A-N Lvi'oS Ott.,)r'~~O Contact:-:)::=+J/IJ W-V£h:u.. City: Phone No.:3~-78 I -7 3 ~/ Date and Service Provided: FAILURE TO PROVIDE A LIST OF A T LEAST THREE (3)CUSTOMERS MA Y BE CAUSE FOR REJECTION OF THIS RFQ. \\PURCHASE1\0440IRFQ\680-3871LAW ENFORCEMENTSUPPLIES.DOC QUOTATION NO.680-3871 Page 10 ADDITONAL BIDDING INSTRUCTIONS Bidder may bid on one,some or all of the items The County of Fresno is responsible for sales tax in the amount of 7.875%regardless of the vendor's place of doing business. If quoting an alternate brand,indicate manufacture and part number in the space provided below each item.Alternate offers are to be supported by literature,which fully describes the items that you are bidding.Alternate offers are subject to approval based on specifications and evaluation. The County of Fresno reserves the right to make the award on the basis of the entire group,on a per line item basis,or on a group of items.The County reserves the right to make multiple awards. Delivery is required F.O.B.Destination,freight pre-paid within fifteen (15)days of receipt of order, to the delivery location within the County of Fresno.The contractor shall retain title and control of goods until they have been delivered and the contract terms have been completed.All claims for visible or concealed damage shall be filed by the contractor.The County will notify the contractor of any damaged goods. PRODUCT DISCONTINUANCE:In the event that a manufacture discontinues a product and/or model,the County of Fresno may allow the successful bidder to provide a substitute for the discontinued item or may cancel the contract.If the successful bidder requests permission to substitute a new product or model,the following information must be provided to the County: .Documentation from the manufacture that the product and/or model has been discontinued. .Documentation that names the replacement product or model. .Documentation that provides clear and convincing evidence that the replacement meets or exceeds all of the Specifications required by the original Request for Quotation. .Documentation that provides clear and convincing evidence that the replacement will be compatible with all the functions or uses of the discontinued product or model. .Documentation confirming that the price for the replacement is the same as or less than the discontinued product or model. Note:Product discontinuance applies only to those items specifically listed on any agreement resulting from this Request for Quotation.This will not apply to catalog items not specifically listed on the agreement. \\PURCHASE1\0440\RFQ\680-3871LAW ENFORCEMENTSUPPLIES.DOC QUOTATION NO.680-3871 Page 11 QUOTATION SCHEDULE .All Quotations must be submitted on the forms provided. .Bidders are to enter their firm name on all pages. Bidder must enter the brand name,manufacture and part number if quoting an alternate.If not indicated it will be assumed bidder is quoting as specified. . \\PURCHASE1\0440\RFQ\680.3871LAWENFORCEME~TSUPPLIES.DOC QUOTATIONNO.680-3871 QUOTATION SCHEDULE Page 12 VENDOR NAME:40 t#J1..J':::::'N :;:-PO. 680-3871 Quotation Schedule-Law Enforce Sup.xls I DESCRIPTION MFG MODEL QTY UNIT UNIT PRICE EXTENDED 1111:- 1 MK-3OC PepperSpray 1.47oz.DefTec #5039 800 EA $9 )"$71..(O\::; 2 MK-3OC PepperSpray .68 oz Def Tec #5069 75 EA $Cj o $b 6°:mK 3 MK-3 Inert Training Canister DefTec #5139 50 EA $74Y $1,7Z '" 4 MK-3 OCfTubed/Fogger Def T ec #3035 25 EA $10 /S-$S3?"..3oe::,S- 5 MK-9 OC/Boxed/HV Stream Def T ec #5099 50 EA $3 L))"0 $J) 6 MK-9 OC/Boxed/Fogger Def T ec #9010 40 EA $333$""$/3>3 Y 7 Double Cuff Case,Snap Safariland #4260 20 EA $I 1'[$c;{If 3>::: 8 Cuff Case,Black BW w/Black Snap Gould &Goodrich B140W 40 EA $$b,1\2 SAff1{t!o 1'1C)/7 36 9 Cuff Case,Double,Nylon Uncle Mike's 8857-1 115 EA $/2..0')-'"$/S'b:;/\ 10 Cuff Case wNelcro Closure Bianchi 7300 80 EA $13)$/1()6 11 MK III Mace Case Safariland #4271-3BL 30 EA $g?$b) 12 Belt Keeper,Snap Safariland #4200-2BL 40 EA $(;:2 -$o( 13 Key Strap,Black BW w/Black Snap Gould &Goodrich B122W 50 EA $No $jl..O 13,h ,/) 14 Holster for Glock 19 Handgun Uncle Mike's 9621-1 20 EA $.3;()"0 $b 50 6 15 Holster,Black for S &W CS45 Aker #132 100 EA $02 32 $;)l(370:- PLq-( 16 Holster,Black for S &W CS45 Aker #166 3 EA $6/8-2 $CJ )(..1- 17 Holster for S &W 4506 Gould &Goodrich B739-LCA 3 EA $,v:J $,AO f!>'I)6'1 18 Holster,Nylon w/Loop for Belt Uncle Mike's 8877-1 60 EA $1 2.$Lfu5'>7 - 19 Holster,Nylon,Velcro Closures Bianchi 7307 60 EA $la 5"0 $70°':'-- 20 Holster,Duty Gould &Goodrich B739-LCA 4506 40 EA $,w.$t\..O .sL PtS '7 a,1)b ", 21 Holster,EID,Black BW wNelcro Closure Tex Shoemaker #10040SP 50 EA $y $ /17STJrJGJtJwiv'l C\1\.:> 22 OffDutyAmmoPouch,Black.Aker 616-LCA 100 EA $1;9£$/7'j) QUOTATION NO.680-3871 QUOTATION SCHEDULE Page 13 VENDOR NAME:/h:J F-)yyJs;:,.rv :L A-tQ 680-3871 Quotation Schedule-Law Enforce Sup.xls DESCRIPTION I MFG MODEL QTY UNIT UNIT PRICE EXTENDED PRICE 23 Basket Weave Belt,Mirage Uncle Mike's 9105 40 EA $'-11 07 $/bLJ2(<:' 24 Duty Belt,Black w/velcro Dutyman 5021U 100 EA $JVO $,v::> 1>1"0 i3>'1) 25 Duty Belt,Black wNelcro Bianchi 7200 30 EA $19 $)b o.::=: 26 Belt,Pant,BlackBWwNelcro Bianchi PRO8800 100 EA $D --{£fl:-$-C 1- 27 Belt,Pant,Mirage,Nylon Web w/velcro Uncle Mike's 8783 100 EA $/$ IL2Dclosure 28 Compact Flashlight Case (For Stinger)Uncle Mike's 8818-3 20 EA $CJ3D $/gh () 29 Ultra Inner Reversible Duty Belt w/velcro Uncle Mike's 8781 15 EA $/2/0 $j-t)lining-Size Small - 30 Ultra Inner Reversible Duty Belt w/velcro Uncle Mike's 8782 15 EA $12-1 $ n)lining-Size Medium 31 Double Mag Pouch BW Black w/Hidden Gould &Goodrich B527 100 EA $No $ Snap for S &W 45 Caliber 862<1 !)no 13./'j 32 Universal Radio Holder w/Swivel Bianchi 7314S 12 EA $2../o $o?)2 (:)-;) 33 Handcuffs,Hinged Peerless 301 Nickel 60 EA $.:<)"f):::$/.rJ <::>.:: 34 Handcuffs,Link Peerless 500 100 EA $17'1:...$/77"/<:'0 35 Leg Irons Peerless 303 Nickel 50 EA $322.$/f"//<:I 7> 36 Flex Cuffs,Bulk 100 NIK 12 CS 100 $59 $I J '-Ic 37 BarrierTape"SHERIFFLINE-DONOT j;T -f<:::>l(-Pt:>Lt i:.f.60 RO $&s-o $)"IDe,::: CROSS",1000 'Roll - 38 Emergency Blanket,Silver,52"x 84"V S Llvkf>flb(:)'f..7 25 EA $07\$/737£ 39 CPR Microkey MOl 70-190 5 EA $rY1i-$37?!.. 40 CPR Microshield MOl 7o-f\C:>13 EA $)7)$773;--- 41 Friction Lock Baton,Detective Series,21"Monadnock 2521 25 EA $39o,l $9'7'6 7j. 42 Friction Lock Baton,Detective Series,26"Monadnock 2526 40 EA $/..f34 $113o.:; 43 Friction Lock BatonHolster,BlackBW Monadnock 3730 30 EA $17°$S-)Ob;;'w/Black Snap 44 Friction Lock Baton Holster,Black BW Monadnock 3732 50 EA $/q 7.!$1 o w/Black Snap 45 Duty Helmet Premier Crown 900 10 EA $?'2l $12.75.9- QUOTATION NO.680-3871 QUOTATION SCHEDULE Page 14 VENDeR NAME:Ar91jyyJ.::(\/J ~(J n- 680-3871 Quotation Schedule-Law Enforce Sup.xls DESCRIPTION MFG MODEL QTY UNIT UNIT PRICE EXTENDED PRICE 46 Duty Helmet,Forest Green in Color Premier Crown C-3 906 60 EA $/()b 2-"5 $;s7f 47 Face Shield for Premier Crown Helmet C-Premier Crown 60 EA $)$I50D3#906 48 Flashlight SureFire 8X311 30 EA $/1...-()$ /3;/./1),'7 49 Replacement Battery SureFire B90 30 EA $rt-<,:>$ j>./.?J1:/} 50 Replacement Bulbs SureFire X80 30 EA $/1A:)$,t...<.. I>,,.),4 51 Flashlight,Mini Maglite,Black Maglite M2A013 120 EA $)2 '7 )$/YTY .i!II;:I[[i\; ''C ,p'int.!!li1fjl!!i!'!jii!;!!!i'j!!i:ji:ii!!:!.i.;'!.'::i.;.i:i.i):;'!:;"f 'i,'ijff;;;:lfi "" IWIII'!!?f':!!: """."A:, i,jl");:!!))i),!,:;:E};'s:.'Ai, 52 Hoppe's NO.9 20 EA $2rh $Lj.J5 53 Oil,Pint Hoppe's 20 EA $2/'5l.-$7'31 (\ ----- 54 Cotton Patches,9mm '500 Pkg <:-' $b2 V'' J">J 0 -Pi7c'rt£f::'>-l.f£N .(t;/¥;'b> ,Of.'-'- <]3:<}.-.. GROUP I SUBTOTAL $49/c;07 'i I Sales Tax 7.875%$3,Cf 30,; GROUP I TOTAL I $S3,83'7 ' Q'UOT A TION NO.680-3871 QUOTATION SCHEDULE Page 15 VENDORNAME:tJ.ot<Jvv15':::'<V 7:..-vr'J - DESCRIPTION MFG MODEL QTY UNIT UNIT PRICE EXTENDED PRICE 1;:.;.'/'/<;,,'1/1";','.'./+;/.,.//;,~~>/j'!j.ie/'{/'/,;'I/t>;;/:~:;;',,:,:\::;./ I'///.\".?:":',.",,:'/?/,:M/,-::7[./I/'/,LL;''''''L:'/%//':/./'' 1 International Assoc.of law Enforcement IALEF-Q 2 CT $££er;:$1/L b ~InstructorsQ Target,23"x 35",CT200 C!- 2 Police Silhouette,Reduced Size,Blue B-21 E BL 1 CT $5'b o~$51 (;)" CT 200 --b -Cr 3 PoliceSilhouette,Reduced B-21 E OR 1 CT $5'j2-u $.>9'2.~Size,Orange,CT200 cr 4 Police Silhouette,Reduced B-21 E GR 1 CT $~7 2.0 $~5 2 <.:> Size,Green,CT 200 c.-I - 5 Police Silhouette,Florida,CT 200 B-21 E3T 35 CT $>'7 ~$;<Q /2-.~";> Gr 6 DEA-DOT Training Target,6 Bulls,CT DEA-DOT CB 1 CT $J CtL 0;:$(72--D:;: 200 c...I 7 NY Transit PoliceThugw/Handgun,CT B-60 NYT 1 CT $5'12_<':>$<)')2~200 C ,.- 8 Hostile/Friendly/Hostile,3 515 1 CT $i b 2 <:::>$l{62.:::.Silhoutte,Blue,CT 100 -- 9 Friendly/Hostile/Friendly,3 516 1 CT $'ifo2-<.:>$or 1.<:> Silhoutte,Blue,CT 100 --,'0 - 10 Hostile Running Man W/Handgun,CT 100 534 10 CT $'-/b 2...~$'1b 2-c~ 11 Drop Turn Target Stand DTT 1 EA $3 Lf2.c::$..s y 1.~ 12 OfficiaIIPSC/USPSA Combat IPSC-CB 10 CT $Lj b '-Ie:.$t.Jbyc~ Target,Corrugated Cardboard,CT 100 - 13 PoliceSilhoutte,Full Size,CT100 B27 20 CT $5 2 D~$/6 Y'():: 14 Repair Center,CT 500 B27C 1 CT $(,0 0~$'-6 o~ 15 Pepper Popper,IPSC,Reactive Steel PEP 2 EA $/3bC:>~$;(/2 ow Silhoutte Target - 16 VerticalSplit PepperPopper PEP-S 2 EA $/'Ii j<)$~77 C>~ 17 M.iniPepper Popper,same as PEP,1/2 PEP-2 2 EA $°;Z 3)$I b'{7":::S~~.- 18 Steel Plate,12"Round w/base SP-12 2 EA $-3 D o~$bOO;:' 19 Steel Plate,10"Round w/base SP-10 2 EA $y~$~O~ 20 Sample Pack,30 of each target SP-6500 2 CT $~3(j ~~$L1 C:.b °/w/650,CT 508 -, 21 Black Pasters,Round Pressure Sensitive,PAS-BL-R 4 CT $S~~$;)../()0 ~CT 1000 C7rJ GROUP II SUBTOTAL $6))3 ~ Sales Tax 7.875%$b 7CJ ~ GROUP II TOTAL $9/g~0- 680-3871 Quotation Schedule-Law Enforce Sup.xls QUOTATION NO.680-3871 QUOTATION SCHEDULE Page16 VENDOR NAME:/k)ttv>?>">.tV :t./'IO . DESCRIPTION MFG MODEL UNIT PRICE 1 138 FX Cartridges-Red Case (1000 5500152-C 7 CS $1$ Rnds) 2 138 FX Cartridges-Blue Case(1000 5500720-C 7 CS $1$ Rnds) 3 138 FX Cartridges-Red Box (100 Rnds)5500152-B 10 BX $1$ 4 138FX Cartridges-Blue Box (100 Rnds)5500720-B 10 BX $U$ 5 19mmFX Cartridges-Red Case(1000 5300432-C 3 CS $1$ Rnds) 6 19mm FX Cartridges -Blue Case(1 000 5303700-C 3 CS $1$ Rnds) 7 19mmFX Cartridges-Yellow Case(1000 5307010-C 3 CS $1$ Rnds) 8 19mm FX Cartridges -Orange Case(1000 5307110-C 3 CS $1$ Rnds) 9 19mm FX Cartridges-Green Case(1000 5307070-C 3 CS $1$ Rnds) 10 19mm FX Cartridges -Red Box (50 Rnds)I 5300432-B 10 BX $ 11 19mm FX Cartridges -Blue Box (50 Rnds)5303700-B 10 BX $ 12 19mm FX Cartridges -Yellow Box (50 5307010-B 10 BX $ Rnds) 13 19mm FX Cartridges -Orange Box (50 5307110-B 10 BX $ Rnds) 14 19mm FX Cartridges -Green Box (50 5307070-B 10 BX $ Rnds) PROTECTIVE EQUIPMENT 15 IFX 8000 Protective Mask 8970017 15 EA $$ 16 IFX 8000 Blue Protective Mask 8970025 15 EA $$ 17 IFX 8000 ProtectiveVest (Male)8971175 22 EA $\$ 18 IFX 8000 ProtectiveVest (Female)I I 8971185 1 22 1 EA 1$1$ 19 IFX 8000 Sleeves (Female)8971280 1$ I 1 I 22 I 1$20 IFX 8000 Sleeves (Male)8971285 EA 1$ 21 IFX 8000 Throat Protector I 1 8971195 1 30 I EA 1$1$ (Small/Medium) 22 I FX 8000 Throat Protector I I 8971196 I 20 I EA 1$1$ (Medium/Large), 680-3871 Quotation Schedule-Law Enforce Sup.xls QUOTATION NO.680-3871 QUOTATION SCHEDULE Page 17 VENDORNAME:t+OPr-.r.:,C::,.tV'TNO l 680-3871 Quotation Schedule-Law Enforce Sup.xls DESCRIPTION MFG MODEL QTY UNIT UNIT PRICE EXTENDED PRICE 23 FX 8000 Protective Pants (Small,30-34)8971210 5 EA $'"$ 24 FX 8000 Protective Pants (Medium,36-8971211 5 EA $\$ 38) 25 FX 8000 Protective Pants (Large,40-42)8971212 10 EA $\$ 26 FX 8000 Protective Pants (X-Large,44-8971213 5 EA $$ 46) CONVERSION KITS $I $ 27 Pistol-S&W Series 400X (40 CAL)5304720 3 EA $I $ 28 Shotgun-Universal 12 ga.Kit (2 %",3")5302910 4 EA $j $ (uses 38 FX) 29 Sub Machine Gun-H&K MP5 9mm SMG 5303330 5 EA $$ 30 Rifle-Colt AR-15 w/Carry Handle (16 y."5307465 5 EA $/$ bbl.) CONVERSIONKITS-SPAREPARTS / 31 Discriminator (2 %"-3")5304904SP 3 EA $I $ 32 12 ga.Shells (for .38 FX)5305610SP 30 EA $$ PROTECTIVE EQUIPMENT -SPARE $\$ PARTS 33 Replacement Coated Eye Piece -897101 OSP 10 EA $";$ Clear/Amber 34 Anti-fog Solution,C-View 8971013SP 25 EA $/ $;>\1) 35 FX 8000 Nose Cup Assembly 8971055SP 10 EA $$ \ 36 Mask FX 8000 Inside Form Foam 8971323SP 10 EA $\$ 37 Mask FX 8000 Adjustment Strap 8971110SP 10 EA $\$ 38 Mask FX 8000 Anti Soap Baffle 8971420SP 10 EA $\$ 39 Mask FX 8000 Head Protector Hood 8971120SP 10 EA $$ 40 Mask FX 8000 Retaining a-ring (10)8971160SP 5 EA $ )$ 41 Mask FX 8000 Cover Valve Outlet 8971020SP 5 EA $/$ 42 Mask FX 8000 Left &Right Lens Lock 8971081SP 10 EA $""-'$ 43 Mask FX 8000 Storage Pouch 8971310SP 10 EA $$ GROUP III SUBTOTAL $ Sales Tax 7.875% GROUP III TOTAL $ QUOTATION NO.680-3871 QUOTATION SCHEDULE Page 18 VENDOR NAME:Ao &Y1~'";::.N:ttv [J 680-3871 Quotation Schedule-Law Enforce Sup.xls I DESCRIPTION MFG MODEL QTY UNIT UNIT PRICE EXTENDED PRICE /1:':'j!:ii:I..GROU'i'iiiiiaiii:iii::j:;:ii!!'f1k:j!:i;:,;ii:!ji:l;i;!iJi!J;i!j!!::ii'iiiIJitiliji!i\;:J!iii1ii;:iii'!:i:i11iiil!:i!iijli,;!{iii;i!!,I;li:i;i!:iilij,li!1iiiJ'ii,i:J:i,iii!;:iii:iii':iii;!iij!!itJIr'l,rii:i!j>i!iil(!!;;iil,ij[i 1 OIC Aerosal Grenade Mace Securities InL 620 25 EA $40 $/(;;)(7....::: 2 Practice Grenade Mace Securities InL FF8 35 EA $ tjll7 $ /Vr.;6 '7 \-'p '1erf 3 Fuse 201A Mace Securities InL 1687DT 125 EA $g 53:-$IDb) 4 Pepper Fortified Mace,Defense Fogger Mace Securities Int 9000MK-1X 8 EA $ l-{(:)'::'$32.7(". 5 #25 Distraction Device Multi Port plus Def Tec 7000 29 EA $l./'1'1)$;c;V 2;$body 6 #25 Distraction Device Multi Port plus DefTec 7001 125 EA $2/CoG,.$767reload 7 NO.15 RP "Stinger"Rubber Ball Grenade Def Tec 1090 35 CS10 $3b6 b $/2...,8>1c.S 8 Distraction Device,Maintenance Kit DefTec 25C 2 Ea $'i:>r-°$i?7 9 Distraction Device,Firing Mechanisim DefTec 7018 2 Ea $8777 $I,)St/ 10 Distraction Training Device Def Tec 7019 3 BX 25 $1777]$S-33:s ,3'1 11 Exaxct Impact Rounds,Sponge Round Def Tec 6325 50 EA c2o /a/a St> 12 ExaxctImpact24 ShotTrainingKit Def Tec 6525 6 EA IAroo D:;;Jb6 13 Close Range Cartridge MK Ballistics 3606 2 BX50 $$ 14 Standard Range Cartridge Impulse MK Ballistics 3608 2 BX 50 $/$ 15 Reloadable Cartridge Case,37 mm,MK Ballistics 3810 25 BX4 $$ Steel 16 150 Gram Flexible Baton,Nylon MK Ballistics 3400 20 BX5 $ >- $ , 17 Gas Check MK Ballistics 3100 4 Pkg 25 $\'-"',$ 18 Closure Disk MK Ballistics 3300 2 Pkg 50 $$ 19 Propellant Charge MK Ballistics 25 Bx $1 $ 20 Foam Wads MK Ballistics 3200 4 Pkg 25 $/$ GROUP IV SUBTOTAL I $.;(.42..oz..gr'- Sales Tax 7.875%$ ,I 96) GROUP IV TOTAL $o(.b /\:)8 QUOTATION NO.68-0-3871 Page 19 Vendor Name If(J ~oS~~.:f:f"J .;). ADDITIONAL PRODUCTS Listed below are several manufactures the County of Fresno has purchased in the past.Provide the discount off the list price for the products your company can supply.Provide the date of the catalog being bid. NI1-¥-- BIANCHI DEF-TEC DUTYMAN GOULD &GOODRICH MACE SECURITIES INT. MK BALLISTICS PEERLESS ROCKWELUSPEEDWELL SAFARILAND SIMMUNITION UNCLE MIKE'S :;:::'{)"f:--KJ ~letvc.f:j (',..,)O)SC.~..J,JJJ h~e:..frcH-f?A~O~~ 1-(,y f:;...IT>c..-vbVL /J-S S f7 t...e ,:j7 c.£J "/7$z~~a=J "-..; ,;01.5 C"0 VNt S:'/Vf.-vfLlV~"VI 7"'j~P't ~~v c:r £..("~-/~-/,( A ~e;-I/C)/J t'"Q v~/~/J'L C -r L/",.- vv ~4-Yc/c -/'-'T ,T7 ~ 1'/1(C£Lr I/. \\PURCHASE1\0440IRFQ\680-3871LAW ENFORCEMENTSUPPLIES.DOC QUOTATION NO.680-3871 Vendor Name Page 20 Manufacture/Company Date of List/Catalog IIPURCHASE1104401RFQ1680-3871LAW ENFORCEMENt SUPPLIES.DOC %Discount --- 08/29/2003 08:16 9496502'ADAMSONIND PAGE 02/03 COUNTY OF FRESNO ADDENDUM NUMBER:ONE (1) RFQ NUMBER:680-3871 LAW ENFORCEMENT ISERT SUPPLIES AUGUST 22,2003 PURCIIAS1NGUSE IMPORTANT:SUBMIi QUOTATIONIN SEALED PACKAGEWITH QUOiATION NU MARKED CLEARLY ON THE OUTSIDE TO: COUNTYOF FRESNO.Purchasing 4525EASTHAMILTONAVENUE FRESNO,CA 93702-4599 !cLOSING DATE OF BID WILL BE AT 2:00 P.M.,ON SEPTEMBER3,2003~ QUOTES WILL BE CONSIDERED LATE WHEN THE OFFICIALPURCHASING TIME CLOCK READS 2:00 P.M. Quoteswmbe openedandpubliclyreadat thattime.All quotationinformationwillbe availablefor reviewaftercontractaward. Clarificationof specificationsare to be directedto:Cathi J.Peters,phone (559)456-7110,FAX (559)456-7831... NOTE THE FOl.LOWING AND A IT ACHED ADDITIONS,DELETIONS AND/OR CHANGES TO THE REQUIREMENTS OF REQUEST FOR QUOTATION NUMBER:680..3871 AND INCLUDE THEM IN YOUR RESPONSE.PLEASE SIGN AND RETURN THIS ADDENDUM WITH YOUR QUOTATION. ).Clarifications as per Attachment"A". COMPANY NAME:/JO rJynJ c:yJ J;v??- ~(P"NT]/ ;;/1.£';-.I,-, (PRINi) ~J4 SIGNATURE: NAME &TITLE: G~\RFQ\680-3871 AD0#1.COC ,, 08/29/2003 88:16 94965025Aq ADAMSON IND PAGE 83/03 ADDENDUM NO.ONE (1) REQUEST FOR QUOTATION NUMBER 680-3871 August 22,2003 Page 2 ATTACHMENT "A" Correct Product Descriptionon the following: 1.Page 12,Item 2:MK60CPepper Spray .680z. 2.Page 12,Item 15:Holster,Black for S &W CS45,PLAIN 3.Page 12,Items 17 and 20 are the same Item for a total quantity of 43. 4.Page 12,Item 21:Stun Gun Holster,Black BW wNelcro closure. 5.Page 13,Item26:Delete 6.Page 13.Item 31:Change model number to B629 G;\RFQ\68D-3871ADD#tDOC