Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Sunset Law Enforcement
vtn -sk` \ LANA/ E r1.2%n�" 303 sAkr ,,i 111,k C \f\j-i c;+y Cit rkisN kr' tvlbQ N)tii-erl,), (11111'111°111111.,►lifintlli?litfinliN11111111111 / Low 1311ROG EE3K13G14 G Dago 4GJGlS7 September 14, 2016 Hornady Manufacturing 3625 West Old Potash Hwy Grand Island, NE 68803 RE: Source of Supply To whom it may concern: Thank you for your interest in Hornady Law Enforcement/Military ammunition. This letter is to certify that Sunset Distributors is an authorized Law Enforcement Distributor of Hornady Manufacturing products to the State of Nebraska, Hornady Law Enforcement/Military ammunition is only sold to our authorized Law Enforcement Distributors and is unavailable on the commercial market. This ensures that ammunition lead times are kept to a minimum and provides the ability to have ammunition drop ship directly from the factory to Law Enforcement Agencies Statewide. Any questions regarding contracts, pricing, or bidding details therein can be directed to Mike Bright or another representative of Sunset Distributors. This letter also to certifies that the ammunition supplied by Hornady Manufacturing Co. is warrantied against defects in components and workmanship for a period of ten (10) years provided that it is maintained in a cool and dry environment free from any chemical exposure, whether it be liquids or air borne pollutants. Hornady Manufacturing would like to thank you for your business and we look forward to continuing our partnership with your agency, serving as your ammunition supplier for 2016 and beyond. Sincerely, ScottJavins / Law Enforcement Military Product Manager Hornady Manufacturing Company WINCHESTER AMMUNITION The Winchester Warranty As manufacturer of the products provided, we warrant that these products comply with Winchester's exact specifications. They are free from defects in both material and workmanship. In the event that, within one year of product delivery date, Winchester establishes through investigation and testing that the products are defective, either in workmanship or material, Winchester will at its option, repair or replace the defective product free of charge, F.O.B. Winchester's East Alton Facility. These are buyer's exclusive remedies for claims under this Warranty. WINCHESTER MAKES NO OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. If there are questions or should you need assistance, call our Product Service Department at (800) 356-2666 or (618) 258-2000. SUNSE-1 OP ID: ALD A�20. CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD YYY) 06/21/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Millhiser Smith Agency, Inc. 3100 Oakland Road NE PO Boz 3100 Cedar Rapids, IA 52406-3100 Timothy J Gassmann CONTACT NAME: PHONE FAX (NC No Exn: 319-365-8611 1 (AIC, No): 319-365-6919 AIL ADDRESS: certs@millhisersmith.com INSURER(S) AFFORDING COVERAGE NAICM INSURER A: Accident Fund Ins Company INSURER B: Addison Insurance Company COMMERCIAL GENERAL LIABILITY — 10166 10324 INSURED Sunset Distributors Ltd Sunset Law Enforcement 303 Sherman Ave Ackley, IA 50601-1107 INSURER C: INSURER D: INSURER E: $ 1,000,000 INSURER F : COVERAGES CERTIFICATE NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL (NSD SUDR WVD POLICY NUMBER POLICY EFF (MMIODIYYYY) POLICY EXP IMMIDO/YYYYI LIMITS B X _-_- COMMERCIAL GENERAL LIABILITY — EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE l X. J OCCUR 60394892 07/27/2016 07/27/2017 DAMAGE TO RENTED PREMISES(Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL &ACV INJURY $ 1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICYF 1 PRO- JECT LOC PRODUCTS - COMP/OP AGG 5 2,000,000 OTHER: $ AUTOMOBILE LIABILITY __— COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 B ANY AUTO 60394892 07/27/2016 07/27/2017 BODILY INJURY (Per person) $ ALLOWNED AUTOS X SCHEDULED AUTOS BODILY INJURY (Per accident) $ X _..._ HIRED AUTOS X _ NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAB _ OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ DED 1 RETENT ON$ $ WORKERS COMPENSATIONPER AND EMPLOYERS' LIABILITY 1OTH- X STATUTE ER A ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? YIN NIA WCV6067602 07/27/2016 07/27/2017 E.L. EACH ACCIDENT $ 500,000 (Mandatory in NH) If describe E.L. DISEASE - EA EMPLOYEE $ 500,000 yes, under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION CITYWI0 City of Waterloo Police Department 715 Mulberry St Waterloo, IA 50703 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BID PROPOSAL AMMUNITION CITY OF WATERLOO, IOWA POLICE DEPARTMENT PREAMBLE The undersigned being a corporation under the laws of the State of Tel*: 41/4 ; a partnership consisting of the following partners:---(�� , or an individual doing business as S'unsc\- C.nwl F=nfescC*, $',keg familiar with the specifications affecting the cost of this commodity, hereby offers to furnish said commodity to the City of Waterloo, Police Department, 715 Mulberry Street, Waterloo, Iowa, 50703. SUBMISSION OF BIDS Sealed bid proposals will be received by the City of Waterloo, City Clerk's Office, 715 Mulberry Street, Waterloo, Iowa, 50703, no later than 1:00 P.M. on the 6th of July 2017. Any bid submitted after the specified time shall be rejected. Bids should be clearly marked FY 18 Ammunition Bids. SPECIFICATIONS The bidder proposes to deliver to the City of Waterloo Police Department, 715 Mulberry Street, Waterloo, Iowa, 50703, the below specified items during fiscal year FYE 2018 beginning July 1, 2017 through June 30, 2018, after notification that he/she is the successful bidder by issuance of a purchase order mailed, telegraphed or delivered to the undersigned vendor, accompanied by a copy of this proposal bearing the City Clerk's signature. Factory New Service Ammunition 1. 8,000 rounds of .40 S&W, 180 grain, jacketed hollow point, Federal HST, (P4OHST1). 2. 75,000 rounds of Federal American Eagle .40 S&W, 180 grain, full metal jacket (AE4OR1). 3. 2,000 rounds of Federal 12 gauge 2'/ inch shot shell, 00 Buckshot, 9 pellet, low recoil (LEF132-00). 4. 2,000 rounds of Federal 12 gauge 2 ' inch shot shell 1 ounce low recoil slug. (LEF127-RS). 5. 8,000 rounds of Federal .223 caliber, 64 grain, Soft Point Tactical Rifle Urban. (T223L). 6. 20,000 rounds of Federal American Eagle .223 caliber, 55 grain FMJ (AE223). 7. 4,000 rounds of Spear Gold Dot Soft Point gold bonded .223 caliber, 75 grain (24475 8. 1,000 rounds of Hornady gmx tap heavy barrier .308 caliber , 165 grain 9. 1,000 rounds of Hornady amx tap .308 caliber, 168 grain. 10. 1,000 rounds of Homady Interbound Tap Barrier 308 caliber, 165 grain. List any deviations from the specifications included herein: (114, s WC ao io c) bn St,.k>,s i\, Is cr)- Fe 1 t „1 LP' n e' L. -5n ly ,b t.1 c i^r 1-, vli 1-S Fetrr&1 ,Pe\e v:6 , �br iHornAVC� }, Grea. in roe,wot o Ah))1 (7 Any and all warranty information or provisions shall be in writing and submitted with the bid proposal. Failure to submit warranty information may warrant rejection of bid. The bidder shall have, on a separate sheet, the terms of this warranty. By attachment, the Term of the Warranty becomes part of this bid. The seller must have $1,000,000.00 Product Liability Insurance for each occurrence of bodily injury and each occurrence of property damage. (Submit a certified copy of insurance coverage with bid.) Bidders shall provide the City of Waterloo, in writing, with any and all deviations from the attached specifications. The bidder shall specify any deviations that he/she proposes from the above specifications in the same sequence as stated in said specifications. By attachment, the listed deviations become part of this bid. Any questions regarding the specifications should be directed to Capt. Frank Krogh at 319-291-4400. GENERAL REQUIREMENTS FOR SUBMISSION OF BIDS All bids must be submitted to the City Clerk's Office in a sealed envelope clearly marked as follows: "BID PROPOSAL FYE 18 AMMUNITION" The name of the business submitting the bid must be clearly marked on the envelope. Faxed or electronic bids will not be accepted. All bids must meet or exceed minimum specifications as previously defined. Bids that do not meet or exceed the minimum specifications, as determined by the City, shall be rejected. The vendor bid prices shall include all shipping costs. The City is tax exempt from federal excise and state taxes. Taxes should be excluded from the bid cost. All bid prices, upon submission by the bidder, are recognized by the City and vendor to be irrevocable for one year commencing from the deadline date for bids to be received by the City of Waterloo, Iowa. Standard procedure dictates that the City of Waterloo will accept the lowest responsible bid. However, the bidder understands that the City reserves the right to reject any bid that is either considered not to be responsible or not most advantageous to the City. The City will award the contract to the responsible bidder whose bid meets or exceeds the minimum specifications. The City of Waterloo, Iowa, reserves the right to reject any and all bids, or any or all parts of a bid. Upon acceptance of the bid, a purchase order mailed, telegraphed or delivered to the undersigned vendor which is accompanied by a copy of this proposal bearing the City Clerk's signature shall constitute acceptance of the bid and, therefore, be legal and binding agreement. If applicable, the bidder guarantees that title conveyed shall be good and goods shall be delivered free from security interest or other lien or encumbrances of which the City at the time of purchase had no knowledge. OPENING AND ACCEPTANCE OF BIDS Sealed bid proposals will be opened and read at 1:00 P.M. on the 6th of July 2017, at the Waterloo City Hall, ls` floor conference room, 715 Mulberry Street, Waterloo, Iowa. All bidders understand that they may be in attendance at the bid opening. Bids will be acted upon at that time or at a later time, which shall then be established. CANCELLATION The successful bidder understands that the City of Waterloo shall cancel this agreement within thirty days notice, if the City has knowledge that all conditions as stated in this bid proposal have not been fulfilled. PAYMENT PROCEDURES The City of Waterloo Police Department, 715 Mulberry Street, Waterloo, Iowa, 50703, shall make a lump sum payment within thirty days of receipt of billing from the vendor and acceptance of commodity by the City. The bidder, having read this document, hereby acknowledges that bid proposal completely reflects the total bid as contained here. By �. �, Trry soh-rtiv„n Title Date Q /mot( O 1" (JpS (' Ailt3rf ATTEST: , City Clerk Date Proof of Insurance Coverage f is I j Company Name 3) nr, ca,K)' nod N E 1"3ii-3CoS"—'1)) Address Telephone *Attach Certified Copy of Insurance Coverage Policy Number BID PRICES Factory New Service Ammunition 1. 8,000 rounds of .40 S&W, 180 grain, jacketed hollow point, Federal HST, (P4OHST1). $1J es L per 1000 rounds 2. 75,000 rounds of Federal American Eagle .40 S&W, 180 grain, full metal jacket (AE4OR1). $ tc-`) n .C)(') per 1000 rounds 3. 2,000 rounds of Federal 12 gauge 2 3/ inch shot shell, 00 Buckshot, 9 pellet, low recoil (LEF132-00). per 250 rounds 4. 2,000 rounds of Federal 12 gauge 2 3/ inch shot shell 1 ounce low recoil slug. (LEF127-RS). $ ka per 250 rounds 5. 8,000 rounds of Federal .223 caliber, 64 grain, Soft point Tactical Rifle Urban. (T223L). per 500 rounds 6. 20,000 rounds of Federal American Eagle .223 caliber, 55 grain FMJ (AE223). $ 1 11 1 .; 5 per 500 rounds 7. 4,000 rounds of Spear Gold Dot Soft Point gold bonded .223 caliber, 75 grain (24475). $ N1 O per 500 rounds 8. 1,000 rounds of Hornady gmx tap heavy barrier .308 caliber , 165 grain $ '7 4 9 . <Co per 500 rounds 9. 1,000 rounds of Hornady . amx tap .308 caliber, 168 grain $ J/ R, 7c per 500 rounds 10. 1,000 rounds of Hornady Interbound Tap Barrier .308 Calber, 165 grain $ �a 4 S" per 500 rounds