Loading...
HomeMy WebLinkAboutArmor Express BID PROPOSAL SOFT BODY ARMOR CITY OF WATERLOO, IOWA POLICE DEPARTMENT The undersigned being a corporation under the laws of the State of Michigan ; a partnership consisting of the following partners: or an individual doing business as being 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, until 1 : 00 P.M. on the 6TH day of August, 2015. Any bid submitted after the specified time shall be rejected. SPECIFICATIONS The bidders proposes to deliver F.O.B. to the City of Waterloo Police Department, 715 Mulberry Street, Waterloo, Iowa, 50703, the below specified items 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/Auditor's signature. See attached specifications for Level II Soft Body Armor. List any deviations from the specifications included herein: 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 the 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 and or manufacturer must have $20, 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 equipment or specifications should be directed to Lieutenant Lisa Campbell at 319-291-4340 / CampbellUwaterloopolice.com GENERAL REQUIREMENTS FOR SUBMISSION OF BIDS All bids must be submitted to the City Clerk/Auditor' s Office in a sealed envelope clearly marked as follows: "BID PROPOSAL FOR BODY ARMOR" The name of the business submitting the bid must be clearly marked on the envelope. All bids must be 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 five years commencing from the deadline date for bids to be received by the City of Waterloo, Iowa. Standard procedures dictate 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 advantages to the City. The City will award the contract to the responsible bidder whose bids meets or exceeds minimum specifications . The City of Waterloo, Iowa, reserves the right to reject any and all bids, or any and 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/Auditor' s signature shall constitute acceptance of the bid and, therefore, be a 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 day of August, in the 1sT Floor Conference room in the Waterloo City Hall located at 715 Mulberry Street, Waterloo, Iowa, and 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 A Lump sum payment shall be made by the City of Waterloo, Police Department, 715 Mulberry Street, Waterloo, Iowa, 50703, within thirty days of receipt of billing from the vendor and acceptance of commodity by the City. This bidder, having read this document, hereby acknowledges that bid proposal corn L letely reflects the total bid as contained herein.1.By Kristin Landis _ , Title National Sales Administrator,Armor Express Date 8/4/15 ATTEST: , City Clerk/Auditor Date Proof Of Insurance Coverage Twin City Fire Ins co Company Name One Hartford Plaza, Hartford, CT 06155-0001 Address 860-547-5000 Telephone 33 CES OF6036 Policy Number *Attach Certified Copy if Insurance Coverage BID SHEET SOFT BODY ARMOR CITY OF WATERLOO, IOWA POLICE DEPARTMENT The bidder, Armor Express , proposes to meet or exceed the published specifications for the below quoted price. 1. Brand/Model# Halo II with Revolution Carrier&5x8 Ara Shock ICW 2 . Bid Price Per Unit: $ 1,386.00 (2 015 - 2 0 17) * Bid Price Per Unit: $ 1,427.00 (2 018) * Bid Price Per Unit: $ 1,470.00 (2019) * Bid Price Per Unit: $ 1,514.52 (202 0) * * Bids will be good from the date of acceptance by the Waterloo Police Department through the same date of the following year as indicated. 3. Brand/Model# Traverse MOLLE w/front ID tags and BASE Pouches: Pistol Covered Double Mag, Single Covered Handcuff,and Medium Flashlight Covered Pouch. 4. Bid Price Per Unit: $438.00 (2015-2017) $451.00 (2018) $464.00 (2019) $478.00 (2020) 5. Brand/Model# Traverse Slick w/front ID tags. 6. Bid Price Per Unit: $337.00 (2015-2017) $347.00 (2018) $358.00 (2019) $368.00 (2020) ACO® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD YYYY) io....-^'" 8/4/2015 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 CONTACT Jennifer Back The Hauser Group PHONE 8260 Northcreek Drive, Suite 200 (A/C No Fst)• 513-745-9200 aAiC.Nor.513-745-9219 Cincinnati OH 45236 E-MAIL ADDRESS:]back thehauser rou 9 p•com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:TWIN CITY FIRE INS CO CO 29459 INSURED ARMOR-2 INSURERa:HARTFORD INS CO OF THE MIDWEST 37478 Central Lake Armor Express, Inc. INSURER C:Admiral Insurance Company 24856 DBA Armor Express INSURER D:ALTERRA AMERICA INSURANCE COMPANY 21296 PO Box516 Central Lake MI 49622-0516 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER:2102511359 REVISION 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 POLICIUILIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE AUUL jrbPOLICY EFF POLICY EXP LTRINSD WVD POLICY NUMBER IMM/DDMIYY) (MM/DD/YYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY 33 CES OF6036 7/9/2015 7/9/2016 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $300,000 MED EXP(Any one person) $10,000 PERSONAL BADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY PRO- LOC PRODUCTS-COMP/OP AGG $2,000,000 PRO OTHER: B AUTOMOBILE LIABILITY 33 UEN ZB0921 '7/9/2015 7/9/2016 COMBINED SINGLE LIMB $ (Ea accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL WNED SCHEDULED AUT�S AUTOS BODILY INJURY(Per accident) $ HIRED AUTOS NON SWNED PROPERTY DAMAGE $ AUT (Per accident) $ C X UMBRELLA LIAB X OCCUR BEX0960166700 7/9/2015 7/9/2016 EACH OCCURRENCE $25,000,000 D _ MKLA20LE102487 7/9/2015 7/9/2016 EXCESS LIAB , CLAIMS-MADE AGGREGATE $25,000,000 DED X RETENTIONS NIL B WORKERS COMPENSATION 33 WE BZ2160 7/9/2015 7/9/2016 PER OTH• $ AND EMPLOYERS'LIABILITY Y/N X STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N/A E.L.EACH ACCIDENT $1,000,000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 1 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN For Information Only ACCORDANCE WITH THE POLICY PROVISIONS. A/UT}H.ORIZED REPRESENTATIVE LL.•�� ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD