Loading...
HomeMy WebLinkAboutCity Council Committees - Operations and Public Safety Committee - 01/04/2022 (2) Unless otherwise noted, the Operations and Public Safety Committee meets at 4 p.m. on the first and third Tuesday of each month in Kent City Hall, Council Chambers East, 220 Fourth Avenue South, Kent, WA 98032. For additional information please contact Kim Komoto at 253-856-5728, or mail Kkomoto@kentwa.gov. Any person requiring a disability accommodation should contact the City Clerk’s Office at 253-856-5725 in advance. For TDD relay service call Washington Telecommunications Relay Service at 7-1-1. Operations and Public Safety Committee Tuesday, January 4, 2022 4:00 PM Chambers Masks are required regardless of vaccination status. To listen to this meeting, call 1-888-475-4499 or 1-877-853-5257 and enter Meeting ID 828 3234 3327 Chair Bill Boyce Councilmember Brenda Fincher Councilmember Satwinder Kaur Councilmember Marli Larimer Councilmember Zandria Michaud Councilmember Les Thomas Councilmember Toni Troutner ************************************************************** Item Description Action Speaker Time 1. Call to Order Chair 01 MIN. 2. Roll Call Chair 01 MIN. 3. Agenda Approval Chair 01 MIN. 4. Business A. Approval of Minutes YES Chair 01 MIN. 1. Approval of December 7, 2021 Minutes YES Chair 05 MIN. B. Payment of Bills - Authorize YES Paula Painter 01 MIN. C. Curtis Blue Line Law Enforcement Equipment Purchases - Authorize YES Chief Padilla 05 MIN. D. Safariland, LLC - Law Enforcement Equipment Purchases - Authorize YES Chief Padilla 05 MIN. 5. Adjournment Chair 01 MIN. Page 1 of 5 Pending Approval Operations and Public Safety Committee CC Ops and PS Regular Meeting Minutes December 7, 2021 Date: December 7, 2021 Time: 4:00 p.m. Place: Chambers Attending: Bill Boyce, Councilmember Brenda Fincher, Councilmember Satwinder Kaur, Councilmember Marli Larimer, Councilmember Zandria Michaud, Councilmember Les Thomas Councilmember Agenda: 1. Call to Order 4:00 p.m. Council President Troutner called the meeting to order. 2. Roll Call Attendee Name Title Status Arrived Bill Boyce Councilmember Present Brenda Fincher Councilmember Present Satwinder Kaur Councilmember Present Marli Larimer Councilmember Present Zandria Michaud Councilmember Present Les Thomas Councilmember Present Toni Troutner Chair Present 3. Agenda Approval 1. I move to approve the agenda as presented. RESULT: MOTION PASSES [UNANIMOUS] MOVER: Les Thomas, Councilmember SECONDER: Bill Boyce, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner 4. Approval of Minutes 1. Approval of Minutes dated November 16, 2021 MOTION: Move to approve the Minutes dated November 16, 2021 4.A.1 Packet Pg. 2 Minutes Acceptance: Minutes of Dec 7, 2021 4:00 PM (Approval of Minutes) Operations and Public Safety Committee CC Ops and PS Regular Meeting Minutes December 7, 2021 Kent, Washington Page 2 of 5 RESULT: APPROVED [UNANIMOUS] MOVER: Toni Troutner, Chair SECONDER: Bill Boyce, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner 5. Business A. Payment of Bills - Approve MOTION: I move to approve the payment of bills received through 11/15/21 and paid on 11/15/21 and approve the checks issued for payroll 11/1/21-11/15/21 and paid on 11/19/21, all audited by the Operations and Public Safety Committee on 11/16/21, and approve the payment of bills received through 11/30/21 and paid on 11/30/21 and approve the checks issued for payroll 11/6/21- 11/30/21, Audited by the Operations and Public Safety Committee on 12/7/21. RESULT: MOTION PASSES [UNANIMOUS] Next: 12/14/2021 7:00 PM MOVER: Les Thomas, Councilmember SECONDER: Bill Boyce, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner B. Non-Represented Salary Study - Authorize Human Resources Director Teri Smith advised that prior salary studies were conducted internally and that it is appropriate to have an outside vendor to ensure the City is following best practices. The goal of this Request for Proposal is to gather information from consultants that know the market, are familiar with the public sector and that have knowledge of what other cities are doing. Smith indicated the City tries to conduct a salary study every 3 years, but due to the pandemic and the Human Resources department being busy with the Workday implementation, the project was delayed. There is no budget impact on conducting this Request for Proposal, but the cost of the study could range from $40,000 - $100,000. Councilmember Boyce requested a list of non-represented employees. Smith advised that the Council will receive periodic updates as this project evolves. Deputy Human Resources Director Natalie Winecka will be the project manager for this project. Chief Administrative Officer Derek Matheson advised that the Council will need to approve an amendment to the 2022 budget to include the cost of the 4.A.1 Packet Pg. 3 Minutes Acceptance: Minutes of Dec 7, 2021 4:00 PM (Approval of Minutes) Operations and Public Safety Committee CC Ops and PS Regular Meeting Minutes December 7, 2021 Kent, Washington Page 3 of 5 study. If the cost of the study is under $100K, the Council will be informed of the cost, but will not need to authorize the contract. Once the study is complete, recommendations will be brought before the Council for an amendment to the 2023-24 biennial budget. MOTION: I move to authorize a comprehensive salary study of approximately 250 non-represented employees. RESULT: MOTION PASSES [UNANIMOUS] Next: 12/14/2021 7:00 PM MOVER: Les Thomas, Councilmember SECONDER: Bill Boyce, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner C. INFO ONLY: New Conversations - Training Police Chief Rafael Padilla reported back to Council on the “New Conversations” trainings conducted by Dwayne Bryant. On November 15, 2021 and November 16, 2021, two workshops were held and all uniformed police officers and detectives participated in the training. Chief Padilla provided a recap of the topics covered during the trainings. Chief Padilla indicated his department will continue to take steps to have positive interactions with the community that are not related to crisis. Chief Padilla advised that he suggested Mr. Bryant develop curriculum on communicating with youth, particularly youth of color. D. Consolidating Budget Adjustment Ordinance for Adjustments between October 1, 2021 and November 30, 2021 - Adopt Budget and Finance Manager, Michelle Ferguson provided an overview of the Fourth Quarter Budget Adjustment Ordinance and advised authorization is requested to approve the technical gross budget adjustment ordinance reflecting an overall budget increase of $31,099,990. Ferguson provided details on the adjustments totaling $24,780,850 have previously been approved by Council and $6,319,140 have not been previously approved by Council. MOTION: I move to adopt Ordinance No. 4421, approving the consolidating budget adjustments made between October 1, 2021 and November 30, 2021, reflecting an overall budget increase of $31,099,990. 4.A.1 Packet Pg. 4 Minutes Acceptance: Minutes of Dec 7, 2021 4:00 PM (Approval of Minutes) Operations and Public Safety Committee CC Ops and PS Regular Meeting Minutes December 7, 2021 Kent, Washington Page 4 of 5 RESULT: MOTION PASSES [UNANIMOUS] Next: 12/14/2021 7:00 PM MOVER: Les Thomas, Councilmember SECONDER: Bill Boyce, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner E. Ordinance Amending Chapter 5.01 of the Kent City Code Relating to Business Licensing - Adopt Finance Director Paula Painter provided an overview of Ordinance No. 4422, amending Chapter 5.01 of the Kent City Code to improve the business license application process pursuant to the City’s partnership with FileLocal, to modify the appeal process for business license denials and revocations, and to add additional grounds for which a business license may be denied or revoked. MOTION: I move to adopt Ordinance No. 4422, amending Chapter 5.01 of the Kent City Code to improve the business license application process pursuant to the City’s partnership with FileLocal, to modify the appeal process for business license denials and revocations, and to add additional grounds for which a business license may be denied or revoked. RESULT: MOTION PASSES [UNANIMOUS] Next: 12/14/2021 7:00 PM MOVER: Toni Troutner, Chair SECONDER: Bill Boyce, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner F. Tax Code Amendments - Ordinance - Adopt Finance Director Paula Painter provided an overview of Ordinance No. 4423, amending Chapters 3.18, 3.28 and 3.29 of the Kent City Code to update definitions related to telephone businesses and gross income, clarify code language related to business and occupation tax, and to codify current practices related to square footage tax. Painter indicated communications regarding these changes will be sent to taxpayers. City Attorney Pat Fitzpatrick advised that the City's Hearing Examiner is familiar with municipal issues, including local taxation and is more than capable of handling any appeals. MOTION: I move to adopt Ordinance No. 4423, amending Chapters 3.18, 3.28 and 3.29 of the Kent City Code to update definitions related to telephone businesses and gross income, clarify code language related to business and occupation tax, and to codify current practices related to square footage tax. 4.A.1 Packet Pg. 5 Minutes Acceptance: Minutes of Dec 7, 2021 4:00 PM (Approval of Minutes) Operations and Public Safety Committee CC Ops and PS Regular Meeting Minutes December 7, 2021 Kent, Washington Page 5 of 5 RESULT: MOTION PASSES [UNANIMOUS] Next: 12/14/2021 7:00 PM MOVER: Les Thomas, Councilmember SECONDER: Bill Boyce, Councilmember AYES: Boyce, Fincher, Kaur, Larimer, Michaud, Thomas, Troutner G. INFO ONLY: Third Quarter Investment Report Senior Financial Analyst, Joe Bartlemay presented the Third Quarter 2021 Investment Report. Bartlemay reviewed the investment portfolio ending September 30, 2021 that includes cash, Washington State LGIP and PFM managed portfolio. Bartlemay compared the cash and investments month ending balances for 2019-2021 and indicated in June of 2021, the City received one-time funds of $14.1M of ARPA grant funding. Additionally, the City received $3.6M of SST Mitigation for the period of July 1, 2020 - June 30, 2021. H. INFO ONLY: October Financial Report Financial Planning Manager, Michelle Ferguson presented the October Financial Report. Ferguson provided an overview of the general fund revenues and expenses, beginning and ending fund balance, general fund reserves and dollars restricted for annexation. Ferguson reviewed the general fund ending balance 10-year history. 6. Adjournment 5:00 p.m. Council President Trounter adjourned the meeting. Kimberley Komoto Committee Secretary 4.A.1 Packet Pg. 6 Minutes Acceptance: Minutes of Dec 7, 2021 4:00 PM (Approval of Minutes) FINANCE DEPARTMENT Paula Painter, CPA 220 Fourth Avenue South Kent, WA 98032 253-856-5264 DATE: January 4, 2022 TO: Operations and Public Safety Committee SUBJECT: Payment of Bills - Authorize MOTION: I move to authorize the payment of bills. SUMMARY: BUDGET IMPACT: 4.B Packet Pg. 7 POLICE DEPARTMENT Rafael Padilla, Police Chief 220 Fourth Avenue South Kent, WA 98032 253-852-2121 DATE: January 4, 2022 TO: Operations and Public Safety Committee SUBJECT: Curtis Blue Line Law Enforcement Equipment Purchases - Authorize MOTION: I move to authorize the Police Chief to purchase law enforcement equipment through a cooperative purchasing agreement the League of Oregon Cities has with Curtis Blue Line, if those purchases are within the City’s established budgets and made during the term of the cooperative contract. SUMMARY: The City is a member of the National Purchasing Partners (“NPPGov”). NPPGov is a national cooperative procurement organization based in Seattle that offers publicly solicited contracts to government entities nationwide. NPPGov serves a variety of government and nonprofit organizations. NPPGov contracts are created through a public solicitation conducted by a Lead Public Agency. In the current instance, the League of Oregon Cities acted as the Lead Public Agency in a Request for Proposal (RFP) for law enforcement equipment. That RFP resulted in a contract between the League of Oregon Cities and Curtis Blue Line, a current vendor with whom the City separately contracts. The NPPGov contract is currently in effect through May 25, 2023, but it allows for annual extensions thereafter through May 25, 2026. Any purchases the City makes from Curtis Blue Line under the purchasing cooperative’s contract are subject to the terms and conditions of that master contract. A copy of the master contract between the League of Oregon Cities and Curtis Blue Line is attached. Given the purchasing volume made possible through cooperative contracts, the pricing under the cooperative contract is better than that which the City has available through its own contract with Curtis Blue Line, and the City would like to take advantage of this pricing for the long-term. Purchases made through a cooperative contract satisfy the competitive bid requirements under KCC 3.70.110.F. and G. Except for the Participating Agency Endorsement and Authorization form, which affirms that the City has reviewed the mater cooperative purchasing agreement and agrees to its terms, no other contract document is required by the City for it to take advantage of the NPPGov cooperative contract. The Mayor has previously authorized the Kent Police Department to purchase through this cooperative contract up to her $100,000 purchasing authority. However, the Kent Police Department would like Council to authorize all future purchases made through this cooperative contract, so long as those purchases are made during the term of the cooperative contract and within budgets 4.C Packet Pg. 8 previously established and approved by Council. BUDGET IMPACT: Expenses will be paid out of the General and Criminal Justice funds. SUPPORTS STRATEGIC PLAN GOAL: Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. ATTACHMENTS: 1. Intergovernmental Coop Purchase Agr-League of Oregon Cities (PDF) 2. MPA 2010 LOC and Curtis Blue Line (PDF) 4.C Packet Pg. 9 League of Oregon Cities IGA V1.0 Intergovernmental Cooperative Purchasing Agreement This Intergovernmental Agreement (Agreement) is by and between the “Lead Contracting Agency” and participating government entities (“Participating Agencies”), that are members of National Purchasing Partners (“NPPGov”), including members of Public Safety GPO, First Responder GPO, Law Enforcement GPO, Education GPO and EMS GPO that agree to the terms and conditions of this Agreement. The Lead Contracting Agency and all Participating Agencies shall be considered as “parties” to this agreement. WHEREAS, upon completion of a formal competitive solicitation and selection process, the Lead Contracting Agency has entered into Master Price Agreements with one or more Vendors to provide goods and services, often based on national sales volume projections; WHEREAS, NPPGov provides group purchasing, marketing and administrative support for governmental entities. NPPGov’s marketing and administrative services are free to its membership, which includes participating public entities and nonprofit institutions throughout North America. WHEREAS, NPPGov has instituted a cooperative purchasing program under which member Participating Agencies may reciprocally utilize competitively solicited Master Price Agreements awarded by the Lead Contracting Agency; WHEREAS, the Master Price Agreements provide that all qualified government members of NPPGov may purchase goods and services on the same terms, conditions and pricing as the Lead Contracting Agency, subject to applicable local and state laws of the Participating Agencies; WHEREAS, the parties agree to comply with the requirements of the Intergovernmental Cooperation Act as may be applicable to the local and state laws of the Participating Agencies; WHEREAS, the parties desire to conserve and leverage resources, and to improve the efficiency and economy of the procurement process while reducing solicitation and procurement costs; WHEREAS, the parties are authorized and eligible to contract with governmental bodies and Vendors to perform governmental functions and services, including the purchase of goods and services; and WHEREAS, the parties desire to contract with Vendors under the terms of the Master Price Agreements;        4.C.a Packet Pg. 10 Attachment: Intergovernmental Coop Purchase Agr-League of Oregon Cities (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - League of Oregon Cities IGA V1.0 NOW, THEREFORE, the parties agree as follows: ARTICLE 1: LEGAL AUTHORITY Each party represents and warrants that it is eligible to participate in this Agreement because it is a local government created and operated to provide one or more governmental functions and possesses adequate legal authority to enter into this Agreement. ARTICLE 2: APPLICABLE LAWS The procurement of goods and services subject to this Agreement shall be conducted in accordance with and subject to the relevant statutes, ordinances, rules, and regulations that govern each party’s procurement policies. Competitive Solicitations are intended to meet the public contracting requirements of the Lead Contracting Agency and may not be appropriate under, or satisfy Participating Agencies’ procurement laws. It is the responsibility of each party to ensure it has met all applicable solicitation and procurement requirements. Participating Agencies are urged to seek independent review by their legal counsel to ensure compliance with all local and state solicitation requirements. ARTICLE 3: USE OF BID, PROPOSAL OR PRICE AGREEMENT a.A “procuring party” is defined as the Lead Contracting Agency or any Participating Agency that desires to purchase from the Master Price Agreements awarded by the Lead Contracting Agency. b.Each procuring party shall be solely responsible for their own purchase of goods and services under this Agreement. A non-procuring party shall not be liable in any fashion for any violation of law or contract by a procuring party, and the procuring party shall hold non-procuring parties and all unrelated procuring parties harmless from any liability that may arise from action or inaction of the procuring party. c.The procuring party shall not use this agreement as a method for obtaining additional concessions or reduced prices for similar goods and services outside the scope of the Master Price Agreement. d.The exercise of any rights or remedies by the procuring party shall be the exclusive obligation of such procuring party. e.The cooperative use of bids, proposals or price agreements obtained by a party to this Agreement shall be in accordance with the terms and conditions of the bid, proposal or price agreement, except as modified where otherwise allowed or required by applicable law, and does not relieve the party of its other solicitation requirements under state law or local policies.        4.C.a Packet Pg. 11 Attachment: Intergovernmental Coop Purchase Agr-League of Oregon Cities (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - League of Oregon Cities IGA V1.0 ARTICLE 4: PAYMENT OBLIGATIONS The procuring party will make timely payments to Vendors for goods and services received in accordance with the terms and conditions of the procurement. Payment for goods and services, inspections and acceptance of goods and services ordered by the procuring party shall be the exclusive obligation of such procuring party. Disputes between procuring party and Vendor shall be resolved in accordance with the law and venue rules of the state of the procuring party. ARTICLE 5: COMMENCEMENT DATE This Agreement shall take effect after execution of the “Lead Contracting Agency Endorsement and Authorization” or “Participating Agency Endorsement and Authorization,” as applicable. ARTICLE 6: TERMINATION OF AGREEMENT This Agreement shall remain in effect until terminated by a party giving 30 days written notice to “Lead Contracting Agency” ARTICLE 7: ENTIRE AGREEMENT This Agreement and any attachments, as provided herein, constitute the complete Agreement between the parties hereto, and supersede any and all oral and written agreements between the parties relating to matters herein. ARTICLE 8: CHANGES AND AMENDMENTS This Agreement may be amended only by a written amendment executed by all parties, except that any alterations, additions, or deletions of this Agreement which are required by changes in Federal and State law or regulations are automatically incorporated into this Agreement without written amendment hereto and shall become effective on the date designated by such law or regulation. ARTICLE 9: SEVERABILITY All parties agree that should any provision of this Agreement be determined to be invalid or unenforceable, such determination shall not affect any other term of this Agreement, which shall continue in full force and effect. THIS INSTRUMENT HAS BEEN EXECUTED IN TWO OR MORE ORIGINALS BY EXECUTION AND ATTACHMENT OF “THE LEAD CONTRACTING AGENCY ENDORSEMENT AND AUTHORIZATION” OR “PARTICIPATING AGENCY ENDORSEMENT AND AUTHORIZATION,” AS APPLICABLE. ONCE EXECUTED, IT IS THE RESPONSIBILITY OF EACH PARTY TO FILE THIS AGREEMENT WITH THE PROPER AGENCY IF REQUIRED BY LOCAL OR STATE LAW.        4.C.a Packet Pg. 12 Attachment: Intergovernmental Coop Purchase Agr-League of Oregon Cities (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - League of Oregon Cities IGA V1.0 LEAGUE OF OREGON CITIES ENDORSEMENT AND AUTHORIZATION The undersigned acknowledges, on behalf of the League of Oregon Cities (“Lead Contracting Agency”) that he/she has read and agrees to the general terms and conditions set forth in the enclosed Intergovernmental Cooperative Purchasing Agreement regulating use of the Master Price Agreements and purchase of goods and services that from time to time are made available by the League of Oregon Cities to Participating Agencies locally, regionally, and nationally through NPPGov. Copies of Master Price Agreements and any amendments thereto made available by the League of Oregon Cities will be provided to Participating Agencies and NPPGov to facilitate use by Participating Agencies. The undersigned understands that the purchase of goods and services under the provisions of the Intergovernmental Cooperative Purchasing Agreement is at the absolute discretion of the Participating Agencies. The undersigned affirms that he/she is an agent of the League of Oregon Cities and is duly authorized to sign this League of Oregon Cities Endorsement and Authorization. ________________________________________ Date:______________ BY: ITS: League of Oregon Cities Contact Information: Contact Person: Mike Culley Address: 1201 Court St NE #200, Salem, OR 97301 Telephone No.: 503-588-6550 Email: mculley@orcities.org         4.C.a Packet Pg. 13 Attachment: Intergovernmental Coop Purchase Agr-League of Oregon Cities (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - League of Oregon Cities IGA V1.0 PARTICIPATING AGENCY ENDORSEMENT AND AUTHORIZATION The undersigned acknowledges, on behalf of ______________ (“Participating Agency”) that he/she has read and agrees to the general terms and conditions set forth in the enclosed Intergovernmental Cooperative Purchasing Agreement regulating use of the Master Price Agreements and purchase of goods and services that from time to time are made available by the Lead Contracting Agency to Participating Agencies locally, regionally, and nationally through NPPGov. The undersigned further acknowledges that the purchase of goods and services under the provisions of the Intergovernmental Cooperative Purchasing Agreement is at the absolute discretion of the Participating Agency and that neither the Lead Contracting Agency nor NPPGov shall be held liable for any costs or damages incurred by or as a result of the actions of the Vendor or any other Participating Agency. Upon award of contract, the Vendor shall deal directly with the Participating Agency concerning the placement of orders, disputes, invoicing and payment. The undersigned affirms that he/she is an agent of __________________ and is duly authorized to sign this Participating Agency Endorsement and Authorization. ______________________________ Date:______________ BY: _________________________ ITS: _________________________ Participating Agency Contact Information: Contact Person: ________________________ Address: ______________________________ ______________________________________ ______________________________________ Telephone No.:__________________________ Email:_________________________________        City of Kent the City of Kent Dana Ralph Mayor City of Kent Derek Kammerzell, Asst Chief City of Kent Police Department 220 Fourth Avenue South Kent, WA 98032 253-856-5800 dkammerzell@kentwa.gov 4.C.a Packet Pg. 14 Attachment: Intergovernmental Coop Purchase Agr-League of Oregon Cities (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - LEAGUE OF OREGON CITIES MASTER PRICE AGREEMENT This Master Price Agreement is effective as of the date of the last signature below (the “Effective Date”) by and between the LEAGUE OF OREGON CITIES, an Oregon public corporation under ORS Chapter 190 (“LOC” or “Purchaser”) and CURTIS BLUE LINE (“Vendor”). RECITALS WHEREAS, the Vendor is in the business of selling certain LAW ENFORCEMENT EQUIPMENT, as further described herein; and WHEREAS, the Vendor desires to sell and the Purchaser desires to purchase certain products and related services all upon and subject to the terms and conditions set forth herein; and WHEREAS, through a solicitation for LAW ENFORCEMENT EQUIPMENT the Vendor was awarded the opportunity to complete a Master Price Agreement with the LEAGUE OF OREGON CITIES as a result of its response to Request for Proposal No. 2010 for LAW ENFORCEMENT EQUIPMENT; and WHEREAS, the LEAGUE OF OREGON CITIES asserts that the solicitation and Request for Proposal meet Oregon public contracting requirements (ORS 279, 279A, 279B and 279C et. seq.); and WHEREAS, Purchaser and Vendor desire to extend the terms of this Master Price Agreement to benefit other qualified government members of National Purchasing Partners, LLC dba Public Safety GPO, dba First Responder GPO, dba Law Enforcement GPO and dba NPPGov; NOW, THEREFORE, Vendor and Purchaser, intending to be legally bound, hereby agree as follows: ARTICLE 1 – CERTAIN DEFINITIONS 1.1 “Agreement” shall mean this Master Price Agreement, including the main body of this Agreement and Attachments A-F attached hereto and by this reference incorporated herein, including Purchaser’s Request for Proposal No. 2010 (herein “RFP”) and Vendor’s Proposal submitted in response to the RFP (herein “Vendor’s Proposal”) as referenced and incorporated herein as though fully set forth (sometimes referred to collectively as the “Contract Documents”). 1.2 “Applicable Law(s)” shall mean all applicable federal, state and local laws, statutes, ordinances, codes, rules, regulations, standards, orders and other governmental requirements of any kind. 1.3 “Employee Taxes” shall mean all taxes, assessments, charges and other amounts whatsoever payable in respect of, and measured by the wages of, the Vendor’s employees (or subcontractors), as required by the Federal Social Security Act and all amendments thereto and/or any other applicable federal, state or local law. 1.4 “Purchaser’s Destination” shall mean such delivery location(s) or destination(s) as Purchaser may prescribe from time to time.          4.C.b Packet Pg. 15 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 2 1.5 “Products and Services” shall mean the products and/or services to be sold by Vendor hereunder as identified and described on Attachment A hereto and incorporated herein, as may be updated from time to time by Vendor to reflect products and/or services offered by Vendor generally to its customers. 1.6 “Purchase Order” shall mean any authorized written order for Products and Services sent by Purchaser to Vendor via mail, courier, overnight delivery service, email, fax and/or other mode of transmission as Purchaser and Vendor may from time to time agree. 1.7 “Unemployment Insurance” shall mean the contribution required of Vendor, as an employer, in respect of, and measured by, the wages of its employees (or subcontractors) as required by any applicable federal, state or local unemployment insurance law or regulation. 1.8 “National Purchasing Partners” or “(NPP)” is a subsidiary of two nonprofit health care systems. The Government Division of NPP, hereinafter referred to as “NPPGov”, provides group purchasing marketing and administrative support for governmental entities within the membership. NPPGov’s membership includes participating public entities across North America. 1.9 “Lead Contracting Agency” shall mean the LEAGUE OF OREGON CITIES, which is the governmental entity that issued the Request for Proposal and awarded this resulting Master Price Agreement. 1.10 “Participating Agencies” shall mean members of National Purchasing Partners for which Vendor has agreed to extend the terms of this Master Price Agreement pursuant to Article 2.6 and Attachment C herein. For purposes of cooperative procurement, “Participating Agency” shall be considered “Purchaser” under the terms of this Agreement. 1.11 “Party” and “Parties” shall mean the Purchaser and Vendor individually and collectively as applicable. ARTICLE 2 – AGREEMENT TO SELL 2.1 Vendor hereby agrees to sell to Purchaser such Products and Services as Purchaser may order from time to time by Purchase Order, all in accordance with and subject to the terms, covenants and conditions of this Agreement. Purchaser agrees to purchase those Products and Services ordered by Purchaser by Purchase Order in accordance with and subject to the terms, covenants and conditions of this Agreement. 2.2 Vendor may add additional products and services to the contract provided that any additions reasonably fall within the intent of the original RFP specifications. Pricing on additions shall be equivalent to the percentage discount for other similar products. Vendor may provide a web-link with current product listings, which may be updated periodically, as allowed by the terms of the resulting Master Price Agreement. Vendor may replace or add product lines to an existing contract if the line is replacing or supplementing products on contract, is equal or superior to the original products offered, is discounted in a similar or to a greater degree, and if the products meet the requirements of the solicitation. No products may be added to avoid competitive procurement requirements. LOC may reject any additions without cause. 2.3 All Purchase Orders issued by Purchaser to Vendor for Products during the term (as hereinafter defined) of this Agreement are subject to the provisions of this Agreement as though fully set forth in such Purchase Order. The Vendor retains authority to negotiate above and beyond the terms of this Agreement to meet the Purchaser or Vendor contract requirements. In the event that the provisions of this Agreement conflict with any Purchase Order issued by Purchaser to Vendor, the provisions of this Agreement shall          4.C.b Packet Pg. 16 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 3 govern. No other terms and conditions, including, but not limited to, those contained in Vendor’s standard printed terms and conditions, on Vendor’s order acknowledgment, invoices or otherwise, shall have any application to or effect upon or be deemed to constitute an amendment to or to be incorporated into this Agreement, any Purchase Order, or any transactions occurring pursuant hereto or thereto, unless this Agreement shall be specifically amended to adopt such other terms and conditions in writing by the Parties. 2.4 Notwithstanding any other provision of this Agreement to the contrary, the Lead Contracting Agency shall have no obligation to order or purchase any Products and Services hereunder and the placement of any Purchase Order shall be in the sole discretion of the Participating Agencies. This Agreement is not exclusive. Vendor expressly acknowledges and agrees that Purchaser may purchase at its sole discretion, Products and Services that are identical or similar to the Products and Services described in this Agreement from any third party. 2.5 In case of any conflict or inconsistency between any of the Contract Documents, the documents shall prevail and apply in the following order of priority: (i) This Agreement; (ii) The RFP; (iii) Vendor’s Proposal; 2.6 Extension of contract terms to Participating Agencies: 2.6.1 Vendor agrees to extend the same terms, covenants and conditions available to Purchaser under this Agreement to Participating Agencies, that have executed an Intergovernmental Cooperative Purchasing Agreement (“IGA”) as may be required by each Participating Agency’s local laws and regulations, in accordance with Attachment C. Each Participating Agency will be exclusively responsible for and deal directly with Vendor on matters relating to ordering, delivery, inspection, acceptance, invoicing, and payment for Products and Services in accordance with the terms and conditions of this Agreement as if it were “Purchaser” hereunder. Any disputes between a Participating Agency and Vendor will be resolved directly between them under and in accordance with the laws of the State in which the Participating Agency exists. Pursuant to the IGA, the Lead Contracting Agency shall not incur any liability as a result of the access and utilization of this Agreement by other Participating Agencies. 2.6.2 This Solicitation meets the public contracting requirements of the Lead Contracting Agency and may not be appropriate under or meet Participating Agencies’ procurement laws. Participating Agencies are urged to seek independent review by their legal counsel to ensure compliance with all local and state solicitation requirements. 2.6.3 Vendor acknowledges execution of a Vendor Administration Fee Agreement with NPPGov, pursuant to the terms of the RFP. 2.7 Oregon Public Agencies are prohibited from use of Products and Services offered under this Agreement that are already provided by qualified nonprofit agencies for disabled individuals as listed on the Department of Administrative Service’s Procurement List (“Procurement List”) pursuant to ORS 279.835-.855. See www.OregonRehabilitation.org/qrf for more information. Vendor shall not sell products and services identified on the Procurement List (e.g., reconditioned toner cartridges) to Purchaser or Participating Agencies within the state of Oregon.          4.C.b Packet Pg. 17 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 4 ARTICLE 3 – TERM AND TERMINATION 3.1 The initial contract term shall be for three (3) calendar years from the Effective Date of this Agreement (“Initial Term”). Upon termination of the original three (3) year term, this Agreement shall automatically extend for up to three (3) successive one (1) year periods; (each a “Renewal Term”); provided, however, that the Lead Contracting Agency and/or the Vendor may opt to decline extension of the MPA by providing notification in writing at least thirty (30) calendar days prior to the annual automatic extension anniversary of the Initial Term. 3.2 Either Vendor or the Lead Contracting Agency may terminate this Agreement by written notice to the other party if the other Party breaches any of its obligations hereunder and fails to remedy the breach within thirty (30) days after receiving written notice of such breach from the non-breaching party. ARTICLE 4 – PRICING, INVOICES, PAYMENT AND DELIVERY 4.1 Purchaser shall pay Vendor for all Products and Services ordered and delivered in compliance with the terms and conditions of this Agreement at the pricing specified for each such Product and Service on Attachment A, including shipping. Unless Attachment A expressly provides otherwise, the pricing schedule set forth on Attachment A hereto shall remain fixed for the Initial Term of this Agreement; provided that manufacturer pricing is not guaranteed and may be adjusted based on the next manufacturer price increase. Pricing contained in Attachment A shall be extended to all NPPGov, Public Safety GPO, First Responder GPO and Law Enforcement GPO members upon execution of the IGA. 4.2 Vendor shall submit original invoices to Purchaser in form and substance and format reasonably acceptable to Purchaser. All invoices must reference the Purchaser’s Purchase Order number, contain an itemization of amounts for Products and Services purchased during the applicable invoice period and any other information reasonably requested by Purchaser, and must otherwise comply with the provisions of this Agreement. Invoices shall be addressed as directed by Purchaser. 4.3 Unless otherwise specified, Purchaser is responsible for any and all applicable sales taxes. Attachment A or Vendor’s Proposal (Attachment D) shall specify any and all other taxes and duties of any kind which Purchaser is required to pay with respect to the sale of Products and Services covered by this Agreement and all charges for packing, packaging and loading. 4.4 Except as specifically set forth on Attachments A and F, Purchaser shall not be responsible for any additional costs or expenses of any nature incurred by Vendor in connection with the Products and Services, including without limitation travel expenses, clerical or administrative personnel, long distance telephone charges, etc. (“Incidental Expenses”). 4.5 Price reductions or discount increases may be offered at any time during the contract term and shall become effective upon notice of acceptance from Purchaser. 4.6 Notwithstanding any other agreement of the Parties as to the payment of shipping/delivery costs, and subject to Attachments A, D, and F herein, Vendor shall offer delivery and/or shipping costs prepaid FOB Destination. If there are handling fees, these also shall be included in the pricing. 4.7 Unless otherwise directed by Purchaser for expedited orders, Vendor shall utilize such common carrier for the delivery of Products and Services as Vendor may select; provided, however, that for expedited orders Vendor shall obtain delivery services hereunder at rates and terms not less favorable than those paid by Vendor for its own account or for the account of any other similarly situated customer of Vendor.          4.C.b Packet Pg. 18 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 5 4.8 Vendor shall have the risk of loss of or damage to any Products until delivery to Purchaser. Purchaser shall have the risk of loss of or damage to the Products after delivery to Purchaser. Title to Products shall not transfer until the Products have been delivered to and accepted by Purchaser at Purchaser’s Destination. ARTICLE 5 – INSURANCE 5.1 During the term of this Agreement, Vendor shall maintain at its own cost and expense (and shall cause any subcontractor to maintain) insurance policies providing insurance of the kind and in the amounts generally carried by reasonably prudent manufacturers in the industry, with one or more reputable insurance companies licensed to do business in Oregon and any other state or jurisdiction where Products and Services are sold hereunder. Such certificates of insurance shall be made available to the Lead Contracting Agency upon 48 hours’ notice. BY SIGNING THE AGREEMENT PAGE THE VENDOR AGREES TO THIS REQUIREMENT AND FAILURE TO MEET THIS REQUIREMENT WILL RESULT IN CANCELLATION OF THIS MASTER PRICE AGREEMENT. 5.2 All insurance required herein shall be maintained in full force and effect until all work or service required to be performed under the terms of this Agreement is satisfactorily completed and formally accepted. Any failure to comply with the claim reporting provisions of the insurance policies or any breach of an insurance policy warranty shall not affect coverage afforded under the insurance policies to protect the Lead Contracting Agency. The insurance policies may provide coverage that contains deductibles or self-insured retentions. Such deductible and/or self-insured retentions shall not be applicable with respect to the coverage provided to the Lead Contracting Agency under such policies. Vendor shall be solely responsible for the deductible and/or self-insured retention and the Lead Contracting Agency, at its option, may require Vendor to secure payment of such deductibles or self-insured retentions by a surety bond or an irrevocable and unconditional letter of credit. 5.3 Vendor shall carry Workers’ Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction over Vendor’s employees engaged in the performance of the work or services, as well as Employer’s Liability insurance. Vendor waives all rights against the Lead Contracting Agency and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the Workers’ Compensation and Employer’s Liability or commercial umbrella liability insurance obtained by Vendor pursuant to this Agreement. 5.4 Insurance required herein shall not be permitted to expire, be canceled, or materially changed without thirty days (30 days) prior written notice to the Lead Contracting Agency. ARTICLE 6 – INDEMNIFICATION AND HOLD HARMLESS 6.1 Vendor agrees that it shall indemnify, defend and hold harmless Lead Contracting Agency, its respective officials, directors, employees, members and agents (collectively, the “Indemnitees”), from and against any and all damages, claims, losses, expenses, costs, obligations and liabilities (including, without limitation, reasonable attorney’s fees), suffered directly or indirectly by any of the Indemnitees to the extent of, or arising out of, (i) any breach of any covenant, representation or warranty made by Vendor in this Agreement, (ii) any failure by Vendor to perform or fulfill any of its obligations, covenants or agreements set forth in this Agreement, (iii) the negligence or intentional misconduct of Vendor, any subcontractor of Vendor, or any of their respective employees or agents, (iv) any failure of Vendor, its subcontractors, or their respective employees to comply with any Applicable Law, (v) any litigation, proceeding or claim by any third party relating in any way to the obligations of Vendor under this Agreement or Vendor’s performance under this Agreement, (vi) any Employee Taxes or Unemployment Insurance, or (vii) any claim alleging that the          4.C.b Packet Pg. 19 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 6 Products and Services or any part thereof infringe any third party’s U.S. patent, copyright, trademark, trade secret or other intellectual property interest. Such obligation to indemnify shall not apply where the damage, claim, loss, expense, cost, obligation or liability is due to the breach of this Agreement by, or negligence or willful misconduct of, Lead Contracting Agency or its officials, directors, employees, agents or contractors. The amount and type of insurance coverage requirements set forth herein will in no way be construed as limiting the scope of the indemnity in this paragraph. The indemnity obligations of Vendor under this Article shall survive the expiration or termination of this Agreement for two years. 6.2 LIMITATION OF LIABILITY: IN NO EVENT SHALL EITHER PARTY BE LIABLE FOR ANY SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL OR EXEMPLARY DAMAGES IN CONNECTION WITH OR ARISING OUT OF THIS AGREEMENT, INCLUDING, BUT NOT LIMITED TO, DAMAGES FOR INJURIES TO PERSONS OR TO PROPERTY OR LOSS OF PROFITS OR LOSS OF FUTURE BUSINESS OR REPUTATION, WHETHER BASED ON TORT OR BREACH OF CONTRACT OR OTHER BASIS, EVEN IF IT HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. 6.3 The same terms, conditions and pricing of this Agreement may be extended to government members of National Purchasing Partners, LLC. In the event the terms of this Agreement are extended to other government members, each government member (procuring party) shall be solely responsible for the ordering of Products and Services under this Agreement. A non-procuring party shall not be liable in any fashion for any violation by a procuring party, and the procuring party shall hold non- procuring parties or unrelated purchasing parties harmless from any liability that may arise from action or inaction of the procuring party. ARTICLE 7 – WARRANTIES Purchaser shall refer to Vendor’s Proposal for all Vendor and manufacturer express warranties, as well as those warranties provided under Attachment B herein. ARTICLE 8 - INSPECTION AND REJECTION 8.1 Purchaser shall have the right to inspect and test Products at any time prior to shipment, and within a reasonable time after delivery to the Purchaser’s Destination. Products not inspected within a reasonable time after delivery shall be deemed accepted by Purchaser. The payment for Products shall in no way impair the right of Purchaser to reject nonconforming Products, or to avail itself of any other remedies to which it may be entitled. 8.2 If any of the Products are found at any time to be defective in material or workmanship, damaged, or otherwise not in conformity with the requirements of this Agreement or any applicable Purchase Order, as its exclusive remedy, Purchaser may at its option and at Vendor’s sole cost and expense, elect either to (i) return any damaged, non-conforming or defective Products to Vendor for correction or replacement, or (ii) require Vendor to inspect the Products and remove or replace damaged, non-conforming or defective Products with conforming Products. If Purchaser elects option (ii) in the preceding sentence and Vendor fails promptly to make the necessary inspection, removal and replacement, Purchaser, at its option, may inspect the Products and Vendor shall bear the cost thereof. Payment by Purchaser of any invoice shall not constitute acceptance of the Products covered by such invoice, and acceptance by Purchaser shall not relieve Vendor of its warranties or other obligations under this Agreement. 8.3 The provisions of this Article shall survive the expiration or termination of this Agreement.          4.C.b Packet Pg. 20 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 7 ARTICLE 9 – SUBSTITUTIONS Except as otherwise permitted hereunder, Vendor may not make any substitutions of Products, or any portion thereof, of any kind without the prior written consent of Purchaser. ARTICLE 10 - COMPLIANCE WITH LAWS 10.1 Vendor agrees to comply with all Applicable Laws and at Vendor’s expense, secure and maintain in full force during the term of this Agreement, all licenses, permits, approvals, authorizations, registrations and certificates, if any, required by Applicable Laws in connection with the performance of its obligations hereunder. At Purchaser’s request, Vendor shall provide to Purchaser copies of any or all such licenses, permits, approvals, authorizations, registrations and certificates. 10.2 Purchaser has taken all required governmental action to authorize its execution of this Agreement and there is no governmental or legal impediment against Purchaser’s execution of this Agreement or performance of its obligations hereunder. ARTICLE 11 – PUBLICITY / CONFIDENTIALITY 11.1 No news releases, public announcements, advertising materials, or confirmation of same, concerning any part of this Agreement or any Purchase Order issued hereunder shall be issued or made without the prior written approval of the Parties. Neither Party shall in any advertising, sales materials or in any other way use any of the names or logos of the other Party without the prior written approval of the other Party. 11.2 Any knowledge or information which Vendor or any of its affiliates shall have disclosed or may hereafter disclose to Purchaser, and which in any way relates to the Products and Services covered by this Agreement shall not, unless otherwise designated by Vendor, be deemed to be confidential or proprietary information, and shall be acquired by Purchaser, free from any restrictions, as part of the consideration for this Agreement. ARTICLE 12 - RIGHT TO AUDIT Subject to Vendor’s reasonable security and confidentiality procedures, Purchaser, or any third party retained by Purchaser, may at any time upon prior reasonable notice to Vendor, during normal business hours, audit the books, records and accounts of Vendor to the extent that such books, records and accounts pertain to sale of any Products and Services hereunder or otherwise relate to the performance of this Agreement by Vendor. Vendor shall maintain all such books, records and accounts for a period of at least three (3) years after the date of expiration or termination of this Agreement. The Purchaser’s right to audit under this Article 12 and Purchaser’s rights hereunder shall survive the expiration or termination of this Agreement for a period of three (3) years after the date of such expiration or termination. ARTICLE 13 - REMEDIES Except as otherwise provided herein, any right or remedy of Vendor or Purchaser set forth in this Agreement shall not be exclusive, and, in addition thereto, Vendor and Purchaser shall have all rights and remedies under Applicable Law, including without limitation, equitable relief. The provisions of this Article shall survive the expiration or termination of this Agreement.          4.C.b Packet Pg. 21 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 8 ARTICLE 14 - RELATIONSHIP OF PARTIES Vendor is an independent contractor and is not an agent, servant, employee, legal representative, partner or joint venture of Purchaser. Nothing herein shall be deemed or construed as creating a joint venture or partnership between Vendor and Purchaser. Neither Party has the power or authority to bind or commit the other. ARTICLE 15 - NOTICES All notices required or permitted to be given or made in this Agreement shall be in writing. Such notice(s) shall be deemed to be duly given or made if delivered by hand, by certified or registered mail or by nationally recognized overnight courier to the address specified below: If to Lead Contracting Agency: LEAGUE OF OREGON CITIES 1201 Court St. NE Suite 200 Salem OR 97301 ATTN: Jamie Johnson-Davis Email: rfp@ORCities.org If to Vendor: CURTIS BLUE LINE 185 Lennon Lane Suite 110 Walnut Creek CA 94598 ATTN: Nick Lawrence Email: NLawrence@LNCurtis.com Either Party may change its notice address by giving the other Party written notice of such change in the manner specified above. ARTICLE 16 - FORCE MAJEURE Except for Purchaser’s obligation to pay for Products and Services delivered, delay in performance or non-performance of any obligation contained herein shall be excused to the extent such failure or non- performance is caused by force majeure. For purposes of this Agreement, “force majeure” shall mean any cause or agency preventing performance of an obligation which is beyond the reasonable control of either Party hereto, including without limitation, fire, flood, sabotage, shipwreck, embargo, strike, explosion, labor trouble, accident, riot, acts of governmental authority (including, without limitation, acts based on laws or regulations now in existence as well as those enacted in the future), acts of nature, and delays or failure in obtaining raw materials, supplies or transportation. A Party affected by force majeure shall promptly provide notice to the other, explaining the nature and expected duration thereof, and shall act diligently to remedy the interruption or delay if it is reasonably capable of being remedied. In the event of a force majeure situation, deliveries or acceptance of deliveries that have been suspended shall not be required to be made upon the resumption of performance.          4.C.b Packet Pg. 22 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 9 ARTICLE 17 - WAIVER No delay or failure by either Party to exercise any right, remedy or power herein shall impair such Party’s right to exercise such right, remedy or power or be construed to be a waiver of any default or an acquiescence therein; and any single or partial exercise of any such right, remedy or power shall not preclude any other or further exercise thereof or the exercise of any other right, remedy or power. No waiver hereunder shall be valid unless set forth in writing executed by the waiving Party and then only to the extent expressly set forth in such writing. ARTICLE 18 - PARTIES BOUND; ASSIGNMENT This Agreement shall inure to the benefit of and shall be binding upon the respective successors and assigns of the Parties hereto, but it may not be assigned in whole or in part by Vendor without prior written notice to Purchaser which shall not be unreasonably withheld or delayed. ARTICLE 19 - SEVERABILITY To the extent possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under Applicable Law. If any provision of this Agreement is declared invalid or unenforceable, by judicial determination or otherwise, such provision shall not invalidate or render unenforceable the entire Agreement, but rather the entire Agreement shall be construed as if not containing the particular invalid or unenforceable provision or provisions and the rights and obligations of the Parties shall be construed and enforced accordingly. ARTICLE 20 - INCORPORATION; ENTIRE AGREEMENT 20.1 All the provisions of the Attachments hereto are hereby incorporated herein and made a part of this Agreement. In the event of any apparent conflict between any provision set forth in the main body of this Agreement and any provision set forth in the Attachments, including the RFP and/or Vendor’s Proposal, the provisions shall be interpreted, to the extent possible, as if they do not conflict. If such an interpretation is not possible, the provisions set forth in the main body of this Agreement shall control. 20.2 This Agreement (including Attachments and Contract Documents hereto) constitutes the entire Agreement of the Parties relating to the subject matter hereof and supersedes any and all prior written and oral agreements or understandings relating to such subject matter. ARTICLE 21 - HEADINGS Headings used in this Agreement are for convenience of reference only and shall in no way be used to construe or limit the provisions set forth in this Agreement. ARTICLE 22 - MODIFICATIONS This Agreement may be modified or amended only in writing executed by Vendor and the Lead Contracting Agency. The Lead Contracting Agency and each Participating Agency contracting hereunder acknowledge and agree that any agreement entered into in connection with any Purchase Order hereunder shall constitute a modification of this Agreement as between the Vendor and the Participating Agency. Any modification of this Agreement as between Vendor and any Participating Agency shall not be deemed a modification of this Agreement for the benefit of the Lead Contracting Agency or any other Participating Agency.          4.C.b Packet Pg. 23 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 10 ARTICLE 23 - GOVERNING LAW This Agreement shall be governed by and interpreted in accordance with the laws of the State of Oregon or in the case of a Participating Agency’s use of this Agreement, the laws of the State in which the Participating Agency exists, without regard to its choice of law provisions. ARTICLE 24 - COUNTERPARTS This Agreement may be executed in counterparts all of which together shall constitute one and the same Agreement. IN WITNESS WHEREOF, the Parties have executed this Agreement as of the day and year last written below. PURCHASER: Signature: ____________________________________ Printed Name: Title: ____________________________________________ LEAGUE OF OREGON CITIES Dated: ____________________________ VENDOR: Signature: ______________________________ Printed Name: Title: _____________________________ CURTIS BLUE LINE Dated: ____________________________               " !   4.C.b Packet Pg. 24 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 11 ATTACHMENT A to Master Price Agreement by and between VENDOR and PURCHASER. PRODUCTS, SERVICES, SPECIFICATIONS AND PRICES CBL’s price schedule includes two separate pricing approaches: 1. Pricing for customers located in the forty-eight contiguous states and Alaska (FOB: Origin) 2. Pricing for the State of Hawaii (FOB: Destination that will be calculated using the following formula: list price less the brand discount plus an estimated freight charge)) Generally, CBL is offering prices that are equal to our Most Favored Customer prices for items that are included in our GSA contract to maintain compliance with the terms and conditions of our contractual agreement with the General Services Adminstration. For those products not included in our GSA contract, CBL’s proposed prices are generally better than the prices CBL typically offers to our most favored customer. CBL’s Pricing Schedule is based upon a fixed percentage (%) off marked prices defined within each of the individual suppliers’ catalog included in the “Current Catalog” section of Vendor’s proposal: Cur+B1:G60tis Blue Line Product Catalog League of Oregon Cities/NPPGov RFQ 2010 "Law Enforcement Equipment" Brand Product Description Discount (%) Category Number Galvion Body Armor 20 1A ProTech / Safariland Body Armor 20 1A Safariland Body Armor Body Armor 30 1A ESS Protective Gear 25 1B Hatch / Safariland Protective Gear 20 1B Invisio Protective Gear Net 1B Monadnock / Safariland Protective Headgear 15 1B TCI / Safariland Protective Gear 5 1B ASP Handcuffs and Restraints 20 1C Safariland Handcuffs and Restraints 20 1C ASP Less Lethal Equipment 20 1D DefenseTech Less Lethal Equipment Net 1D Hogue Less Lethal Equipment 5 1D Monadnock / Safariland Less Lethal Equipment Net 1D Leupold Surveillance Equipment Net 1E Night Vision Devices Surveillance Equipment Net 1E Steiner Surveillance Equipment Net 1E Zistos Surveillance Equipment Net 1E Forensics Source Investigations & Evidence Equipment Net 1G Broco Tactical Equipment 8 1H CMC Tactical Equipment 10 1H Paratech Tactical Equipment 2 1H Safariland Tactical Equipment 20 1H Streamlight Tactical Equipment 40 1H Invisio Communications, Radios, and GPS Net 1I          4.C.b Packet Pg. 25 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 12 TCI / Safariland Communications, Radios, and GPS 5 1I Blauer Traffic Safety and Control Equipment 30 1J Dicke Safety Products Traffic Safety and Control Equipment 5 1J Streamlight Traffic Safety and Control Equipment 40 1J ASP Training and Safety Equipment 20 1K Federal Signal Vehicle Equipment 20 1L Bates Duty Gear 5 2A Blackhawk Duty Gear 30 2A Danner Duty Gear 20 2A Edward Garments Duty Gear 5 2A First Tactical Duty Gear 20 2A Midway Caps Duty Gear 5 2A Safariland Duty Gear 30 2A Samuel Broome Duty Gear 5 2A Under Armor Duty Gear 25 2A Vertx Duty Gear 30 2A 5.11 Uniforms 20 2B Blauer Uniforms 30 2B Fechheimer Uniforms 30 2B Propper Uniforms 30 2B Spiewak Uniforms 30 2B Blackinton Badges and ID Cards 10 2C Hero's Pride Badges and ID Cards 10 2C 5.11 Concealment and plainclothes 20 2D Propper Concealment and plainclothes 30 2D Under Armor Concealment and plainclothes 25 2D Vertx Concealment and plainclothes 30 2D 5.11 Eyewear 20 2E ESS Eyewear 25 2E Revision Eyewear 20 2E Under Armor Eyewear 25 2E 5.11 Bags 20 2F Vertx Bags 30 2F SOG Firearms 25 3A EOTech Firearms Accessories 10 3B ESS Firearms Accessories 25 3B Sig Sauer Ammunition & Training ammunition Net 3C Surefire Shooting Range Gear 25 3D Benchmade Knives 25 3E Gerber Knives 30 3E TCI / Safariland Tools for Weapons and Ammunition 5 3F Paratech Specialty Tools 2 4A Pricing contained in this Attachment A shall be extended to all NPPGov members upon execution of the Intergovernmental Agreement. Participating Agencies may purchase from Vendor’s authorized dealers and distributors, as applicable, provided the pricing and terms of this Agreement are extended to Participating Agencies by such dealers and distributors. Vendor’s authorized dealers and distributors, as applicable, are identified in a [list, link found at http:], as may be updated from time to time. [ A current list may be obtained from Vendor.]          4.C.b Packet Pg. 26 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 13 ATTACHMENT B to Master Price Agreement by and between VENDOR and PURCHASER. ADDITIONAL SELLER WARRANTIES To the extent possible, Vendor will make available all warranties from third party manufacturers of Products not manufactured by Vendor, as well as any warranties identified in this Agreement and Vendor’s Proposal.          4.C.b Packet Pg. 27 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 14 ATTACHMENT C to Master Price Agreement by and between VENDOR and PURCHASER. PARTICIPATING AGENCIES The Lead Contracting Agency in cooperation with National Purchasing Partners (NPPGov) entered into this Agreement on behalf of other government agencies that desire to access this Agreement to purchase Products and Services. Vendor must work directly with any Participating Agency concerning the placement of orders, issuance of the purchase orders, contractual disputes, invoicing, and payment. The Lead Contracting Agency shall not be held liable for any costs, damages, etc., incurred by any Participating Agency. Any subsequent contract entered into between Vendor and any Participating Agency shall be construed to be in accordance with and governed by the laws of the State in which the Participating Agency exists. Each Participating Agency is directed to execute an Intergovernmental Cooperative Purchasing Agreement (“IGA”), as set forth on the NPPGov web site, www.nppgov.com. The IGA allows the Participating Agency to purchase Products and Services from the Vendor in accordance with each Participating Agency’s legal requirements as if it were the “Purchaser” hereunder.          4.C.b Packet Pg. 28 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 15 ATTACHMENT D to Master Price Agreement by and between VENDOR and PURCHASER. Vendor’s Proposal (The Vendor’s Proposal is not attached hereto.) (The Vendor’s Proposal is incorporated by reference herein.)          4.C.b Packet Pg. 29 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) (800) 443-3556 (toll free) ♦ (510) 839-5111 (direct) ♦ (510) 839-0219 (facsimile) L.N. Curtis & sons (“Curtis”)…a family of companies serving America’s First Responders LNCurtis.com ♦ CurtisBlueLine.com ♦ CurtisForceProtection.com ♦ ECMSinc.biz ♦ FireBooks.com March 1, 2020 LOC Public “Law Enforcement Equipment” #2010 League of Oregon Cities c/o Procurement Coordinator 1201 Court St. NE Suite 200 Salem, OR 97301 Reference: League of Oregon Cities RFP No. 2010 for “Law Enforcement Equipment” Subject: Curtis Blue Line’s Proposal Submission Dear Colleagues, Curtis Blue Line (CBL) is a company whose principal purpose is to be a distinguished leader in the field of supplying products and services to America’s Law Enforcement Agencies. We are pleased to submit this proposal to the League of Oregon Cities in response to the referenced solicitation. We would like to re-introduce CBL and state that should our Company be awarded a contract; it is our commitment that CBL’s performance will meet or exceed all requirements and expectations for Law Enforcement Equipment. CBL provides our customers with exceptional products, customer service, and product support covering an extremely broad-based product catalog. CBL has Customer Service Operations and Retail Stores located in Boise, ID, Kent, WA, Phoenix, AZ, Tigard, OR, Salt Lake City, UT, and West Sacramento, CA. Working with our manufacturing partners, CBL’s proposal to the LOC/NPPGov has been thoughtfully prepared to ensure full compliance to solicitation requirements while offering the lowest possible prices, consistent with the terms and conditions of our legacy contracts. CBL agrees to comply with all applicable terms, conditions, and provisions contained within the solicitation and understands that all terms and conditions contained within the solicitation will be part of any subsequent contract that may be executed between the LOC/NPPGov and CBL. CBL’s offer is valid for a period of 90 days after the referenced solicitation’s closing date of March 9, 2020. A brand new consolidated state-of-the-art warehousing facility, providing CBL customers with a complete suite of Integrated Logistics Services, is located in Salt Lake City, UT. Should CBL be awarded a contract, customer service and product support will be provided by personnel in CBL’s Salt Lake City Customer Service Operations Center: L.N. Curtis & sons Curtis Blue Line 1635 Gramercy Road Salt Lake City, UT 84104 Telephone: (801) 349-1150 A great source of corporate pride and import, CBL held the previous contract with the NPPGov Public Safety- GPO (Contract VH11589 for Law Enforcement Equipment). Since the launch of this contract, the Company has experienced significant increase in customer acceptance of this “piggy-back” contract mechanism. 4.C.b Packet Pg. 30 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Tools for Heroes since 1929 CBL’s Corporate Mission (why we do what we do): “CBL and the Company’s parent, L.N. Curtis & sons, provide critical products and services that enable our nation’s first responders to safely accomplish their missions and return home to family and friends” CBL’s proposal to the LOC/NPPGov has been prepared to ensure full compliance to solicitation requirements. We have assembled a team from our stable of manufacturers to form a robust compilation of product catalogs to support law enforcement-related operations. The purpose of our proposal is to provide an array of the most common products used by members of America’s various Law Enforcement Agencies. The following table summarizes the number of brands, by product category, that are included in CBL’s proposal: Curtis Blue Line Product Catalog League of Oregon Cities/NPPGov RFQ 2010 "Law Enforcement Equipment" Product Description Category Number # Brands Body Armor 1A 3 Protective Gear 1B 5 Handcuffs and Restraints 1C 2 Less Lethal Equipment 1D 4 Surveillance Equipment 1E 4 Investigations & Evidence Equipment 1G 1 Tactical Equipment 1H 5 Communications, Radios, and GPS 1I 2 Traffic Safety and Control Equipment 1J 3 Training and Safety Equipment 1K 1 Vehicle Equipment 1L 1 Duty Gear 2A 10 Uniforms 2B 5 Badges and ID Cards 2C 2 Concealment and plainclothes 2D 4 Eyewear 2E 4 Bags 2F 2 Firearms 3A 1 Firearms Accessories 3B 2 Ammunition & Training Ammunition 3C 1 Shooting Range Gear 3D 1 Knives 3E 2 Tools for Weapons and Ammunition 3F 1 Specialty Tools 4A 1 4.C.b Packet Pg. 31 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Tools for Heroes since 1929 Kevin Krause, CBL’s Director of Law Enforcement Sales, will manage all LOC/NPPGov-related sales and sales support activities. Mr. Krause will have the full support of our manufacturers during the contract’s period of performance. Mr. Krause can be reached at (209) 879-3110, or via email, KKrause@CurtisBlueLine.com. Aaron Clough, Manager of CBL’s Law Enforcement Section located at CBL’s Salt Lake City Customer Service Operations Center, will provide all LOC/NPPGov-related quotes, order entry and post-sales customer support to ensure effective, efficient and rapid response to customer inquiries, on-time delivery, and timely post-sales customer support. Mr. Clough can be reached at (800) 426-0509 (toll free), or via email, AClough@ CurtisBlueLine.com. The undersigned will be the point-of-contact for all issues related to this offer or for any contract related issues or discussions. Finally, L.N. Curtis & sons and CBL appreciate the opportunity to submit the attached proposal to the League of Oregon Cities/NPPGov and their membership. Sincerely, Nick Lawrence Director, Special Programs Curtis National Account Manager L.N. Curtis & sons 4.C.b Packet Pg. 32 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) (800) 443-3556 (toll free) ♦ (510) 839-5111 (direct) ♦ (510) 839-0219 (facsimile) L.N. Curtis & sons (“Curtis”)…a family of companies serving America’s First Responders LNCurtis.com ♦ CurtisBlueLine.com ♦ CurtisForceProtection.com ♦ ECMSinc.biz ♦ FireBooks.com T ABLE OF C ONTENTS TABLE OF CONTENTS ...................................................................................................1 INTRODUCTION & EXECUTIVE SUMMARY ...................................................................1 PROPOSED PRODUCTS & SERVICES .............................................................................3 QUALIFICATIONS ........................................................................................................5 EXCEPTIONS TO THE SOLICITATION, RFP #1920 ...........................................................6 PRICING SCHEDULE (ATTACHMENT “D”) .....................................................................7 PROPOSER PROFILE WORKBOOK (ATTACHMENT “B”) .................................................9 CURRENT CATALOGS ................................................................................................. 24 SCOPE OF WORK ....................................................................................................... 26 SIGNED ADDENDA .................................................................................................... 30 CERTIFICATIONS ........................................................................................................ 31 4.C.b Packet Pg. 33 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 1 of 34 (800) 443-3556 (toll free) ♦ (510) 839-5111 (direct) ♦ (510) 839-0219 (facsimile) L.N. Curtis & sons (“Curtis”)…a family of companies serving America’s First Responders LNCurtis.com ♦ CurtisBlueLine.com ♦ CurtisForceProtection.com ♦ ECMSinc.biz ♦ FireBooks.com I NTRODUCTION & E XECUTIVE S UMMARY Curtis Blue Line (CBL) is a company whose principal purpose is to be a distinguished leader in the field of supplying products and services to America’s Law Enforcement Agencies. CBL provides the Company’s customers with product support, customer service, and products covering an extremely broad-based product catalog. CBL’s Customer Service Operations Centers are located in Boise, ID, Kent, WA, Phoenix, AZ, Tigard, OR, Salt Lake City, UT, and West Sacramento, CA. CBL is fully qualified to provide consistently superior service to the League of Oregon Cities and to the participating members of the National Purchasing Partners (NPP). A great source of corporate pride and import, CBL holds the previous contract with the NPPGov Public Safety-GPO (Contract VH11589 for Law Enforcement Equipment). Since the launch of this contract, the Company has experienced significant increase in customer acceptance and utilitization of this “piggy-back” contract mechanism. Should CBL be awarded a contract, customer service and product support will be provided by personnel in CBL’s Salt Lake City’s Customer Service Operations Center. This facility consists of a retail store, product support and customer service personnel, and a brand new consolidated state-of-the-art warehousing facility, providing CBL customers with a complete suite of Integrated Logistics Services: Curtis Blue Line 1635 Gramercy Road Salt Lake City, UT 84104 Telephone: (801) 349-1150 Curtis Blue Line’s Corporate Mission (why we do what we do): “Curtis Blue Line provides critical products and services that enable our nation’s Law Enforcement Officers to safely accomplish their mission and return home to family and friends” 4.C.b Packet Pg. 34 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 2 of 34 Tools for Heroes since 1929 CBL’s offer includes the following brands: Brands included in Curtis Blue Line Product Catalog League of Oregon Cities/NPPGov RFQ 2010 "Law Enforcement Equipment" 5.11 ASP Bates Benchmade Blackhawk Blackinton Blauer Broco CMC Danner DefenseTech Dicke Safety Products Edward Garments EOTech ESS Fechheimer Federal Signal First Tactical Forensics Source Galvion Gerber Hatch / Safariland Hero's Pride Hogue Invisio Leupold Midway Caps Monadnock / Safariland Night Vision Devices Paratech Propper ProTech / Safariland Revision Safariland Safariland Body Armor Samuel Broome Sig Sauer SOG Spiewak Steiner Streamlight Surefire TCI / Safariland Under Armor Vertx Zistos All products included in CBL’s proposal are available to the League of Oregon Cities membership located in the thirteen Western States of Montana, Wyoming, Colorado, New Mexico, Arizona, Utah, Idaho, Washington, Oregon, Nevada, California, Alaska, Hawaii, and to all other states as may be acceptable to our manufacturing partners, without limitations. 4.C.b Packet Pg. 35 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 3 of 34 (800) 443-3556 (toll free) ♦ (510) 839-5111 (direct) ♦ (510) 839-0219 (facsimile) L.N. Curtis & sons (“Curtis”)…a family of companies serving America’s First Responders LNCurtis.com ♦ CurtisBlueLine.com ♦ CurtisForceProtection.com ♦ ECMSinc.biz ♦ FireBooks.com P ROPOSED P RODUCTS & S ERVICES CBL’s business is characterized by the diverse structure of the Company’s customer base. CBL’s ability to compete, thrive, and grow in such a diverse and demanding marketplace is a result of a corporate commitment to always do the right thing, right…an approach to life that is shared by each member of the CBL Team. Providing equipment and services for our nation’s law enforcement officers is CBL’s business…the company’s only business! To serve the League of Oregon Cities’ region-wide customer base, CBL has a comprehensive product line representing the very best that the law enforcement industry sector has to offer. Although our “line card,” as evidenced in the following listing is robust, if a police department or other related agency/member customer identifies a need requiring a product that CBL does not currently carry, using our industry-wide contacts, we will find it and provide it quickly! Contracts and agreements are in-place with many of the nation’s premier manufacturers of emergency response equipment, including the suppliers listed in the following table. Our arrangements with supplier-partners have been augmented with long-standing, strong, and mutually beneficial business relationships. Our relationships enable CBL to martial manufacturing resources in quick response to product demand spikes resulting from unforeseen disasters or to support contingency operations. Of course, CBL will provide only new and unused products representing the most current version of the manufacturer’s product lines. The following table introduces CBL’s team and their respective products that are included in CBL’s proposed program is organized by the solicitation’s four product categories: Curtis Blue Line Product Catalog League of Oregon Cities/NPPGov RFQ 2010 "Law Enforcement Equipment" Brand Product Description Category Number Product Category Galvion Body Armor 1A Equipment ProTech / Safariland Body Armor 1A Equipment Safariland Body Armor Body Armor 1A Equipment ESS Protective Gear 1B Equipment Hatch / Safariland Protective Gear 1B Equipment Invisio Protective Gear 1B Equipment Monadnock / Safariland Protective Headgear 1B Equipment TCI / Safariland Protective Gear 1B Equipment ASP Handcuffs and Restraints 1C Equipment Safariland Handcuffs and Restraints 1C Equipment ASP Less Lethal Equipment 1D Equipment DefenseTech Less Lethal Equipment 1D Equipment Hogue Less Lethal Equipment 1D Equipment Monadnock / Safariland Less Lethal Equipment 1D Equipment Leupold Surveillance Equipment 1E Equipment Night Vision Devices Surveillance Equipment 1E Equipment Steiner Surveillance Equipment 1E Equipment Zistos Surveillance Equipment 1E Equipment Forensics Source Investigations & Evidence Equipment 1G Equipment Broco Tactical Equipment 1H Equipment CMC Tactical Equipment 1H Equipment Paratech Tactical Equipment 1H Equipment Safariland Tactical Equipment 1H Equipment Streamlight Tactical Equipment 1H Equipment 4.C.b Packet Pg. 36 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 4 of 34 Tools for Heroes since 1929 Curtis Blue Line Product Catalog League of Oregon Cities/NPPGov RFQ 2010 "Law Enforcement Equipment" Brand Product Description Category Number Product Category Invisio Communications, Radios, and GPS 1I Equipment TCI / Safariland Communications, Radios, and GPS 1I Equipment Blauer Traffic Safety and Control Equipment 1J Equipment Dicke Safety Products Traffic Safety and Control Equipment 1J Equipment Streamlight Traffic Safety and Control Equipment 1J Equipment ASP Training and Safety Equipment 1K Equipment Federal Signal Vehicle Equipment 1L Equipment Bates Duty Gear 2A Uniforms and Accessories Blackhawk Duty Gear 2A Uniforms and Accessories Danner Duty Gear 2A Uniforms and Accessories Edward Garments Duty Gear 2A Uniforms and Accessories First Tactical Duty Gear 2A Uniforms and Accessories Midway Caps Duty Gear 2A Uniforms and Accessories Safariland Duty Gear 2A Uniforms and Accessories Samuel Broome Duty Gear 2A Uniforms and Accessories Under Armor Duty Gear 2A Uniforms and Accessories Vertx Duty Gear 2A Uniforms and Accessories 5.11 Uniforms 2B Uniforms and Accessories Blauer Uniforms 2B Uniforms and Accessories Fechheimer Uniforms 2B Uniforms and Accessories Propper Uniforms 2B Uniforms and Accessories Spiewak Uniforms 2B Uniforms and Accessories Blackinton Badges and ID Cards 2C Uniforms and Accessories Hero's Pride Badges and ID Cards 2C Uniforms and Accessories 5.11 Concealment and plainclothes 2D Uniforms and Accessories Propper Concealment and plainclothes 2D Uniforms and Accessories Under Armor Concealment and plainclothes 2D Uniforms and Accessories Vertx Concealment and plainclothes 2D Uniforms and Accessories 5.11 Eyewear 2E Uniforms and Accessories ESS Eyewear 2E Uniforms and Accessories Revision Eyewear 2E Uniforms and Accessories Under Armor Eyewear 2E Uniforms and Accessories 5.11 Bags 2F Uniforms and Accessories Vertx Bags 2F Uniforms and Accessories SOG Firearms 3A Weapons and Ammunition EOTech Firearms Accessories 3B Weapons and Ammunition ESS Firearms Accessories 3B Weapons and Ammunition Sig Sauer Ammunition & Training ammunition 3C Weapons and Ammunition Surefire Shooting Range Gear 3D Weapons and Ammunition Benchmade Knives 3E Weapons and Ammunition Gerber Knives 3E Weapons and Ammunition TCI / Safariland Tools for Weapons and Ammunition 3F Weapons and Ammunition Paratech Specialty Tools 4A Other 4.C.b Packet Pg. 37 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 5 of 34 (800) 443-3556 (toll free) ♦ (510) 839-5111 (direct) ♦ (510) 839-0219 (facsimile) L.N. Curtis & sons (“Curtis”)…a family of companies serving America’s First Responders LNCurtis.com ♦ CurtisBlueLine.com ♦ CurtisForceProtection.com ♦ ECMSinc.biz ♦ FireBooks.com Q UALIFICATIONS CBL is fully qualified to provide consistently superior service to the League of Oregon Cities and to the participating members of the National Purchasing Partners (NPP). In addition to our many large contracts with city and state agencies, CBL continues to perform on the previous contract with the NPPGov Public Safety-GPO (contract for law enforcement equipment). The Company has experienced significant increase in customer acceptance and utilization of this “piggy-back” contract mechanism. With an average of over twenty-five years of experience, the individuals who are supporting and participating in this program are each an expert in their respective fields. The following table summarizes the qualifications of CBL’s Team on the proposed program: Curtis Blue Line - Key Personnel Key Person Responsibilities Paul Curtis Curtis CEO; Support & Strategic Direction Kevin Krause CBL General Manager; Sales Manager Aaron Clough Customer Service & Retail Sales Nick Lawrence Director Special Programs (National Account Manager) Lane Crister Tactical Product Specialist Doug Hussey Technical Support CBL’s Management Team is supported by several dozen Salespeople, Customer Service Representatives, and Product Support Specialists and Technicians. CBL’s Sales and Customer Support Teams consist of highly trained and motivated men and women who are completely dedicated to provide superior support to our nation’s law enforcement officers. 4.C.b Packet Pg. 38 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 6 of 34 (800) 443-3556 (toll free) ♦ (510) 839-5111 (direct) ♦ (510) 839-0219 (facsimile) L.N. Curtis & sons (“Curtis”)…a family of companies serving America’s First Responders LNCurtis.com ♦ CurtisBlueLine.com ♦ CurtisForceProtection.com ♦ ECMSinc.biz ♦ FireBooks.com EXCEPTIONS TO THE SOLICITATION, RFP #2 0 10 CBL takes no exceptions to the requirements contained within League of Oregon Cities RFP Number 2010, other than the possibility of desiring to negotiate, on a case-by-case basis, a reduced Contract Administration Fee. 4.C.b Packet Pg. 39 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 7 of 34 (800) 443-3556 (toll free) ♦ (510) 839-5111 (direct) ♦ (510) 839-0219 (facsimile) L.N. Curtis & sons (“Curtis”)…a family of companies serving America’s First Responders LNCurtis.com ♦ CurtisBlueLine.com ♦ CurtisForceProtection.com ♦ ECMSinc.biz ♦ FireBooks.com PRICING SCHEDULE (ATTACHMENT “D ”) NOTE: “ATTACHMENT D: PRICING SCHEDULE” contains competition sensitive data. This data is not to be released to parties not associated with the LOC, the NPPGov, or other entities involved in proposal evaluation activities. CBL’s price schedule includes two separate pricing approaches: 1. Pricing for customers located in the forty-eight contiguous states and Alaska (FOB: Origin) 2. Pricing for the State of Hawaii (FOB: Destination) Generally, CBL is offering prices that are equal to our Most Favored Customer prices for items that are included in our GSA contract to maintain compliance with the terms and conditions of our contractual agreement with the General Services Adminstration. For those products not included in our GSA contract, CBL’s proposed prices are generally better than the prices CBL typically offers to our most favored customer. CBL’s Pricing Schedule is based upon a fixed percentage (%) off marked prices defined within each of the individual suppliers’ catalog included in the “Current Catalog” section, starting on page 24 of this proposal): Cur+B1:G60tis Blue Line Product Catalog League of Oregon Cities/NPPGov RFQ 2010 "Law Enforcement Equipment" Brand Product Description Discount (%) Category Number Galvion Body Armor 20 1A ProTech / Safariland Body Armor 20 1A Safariland Body Armor Body Armor 30 1A ESS Protective Gear 25 1B Hatch / Safariland Protective Gear 20 1B Invisio Protective Gear Net 1B Monadnock / Safariland Protective Headgear 15 1B TCI / Safariland Protective Gear 5 1B ASP Handcuffs and Restraints 20 1C Safariland Handcuffs and Restraints 20 1C ASP Less Lethal Equipment 20 1D DefenseTech Less Lethal Equipment Net 1D Hogue Less Lethal Equipment 5 1D Monadnock / Safariland Less Lethal Equipment Net 1D Leupold Surveillance Equipment Net 1E Night Vision Devices Surveillance Equipment Net 1E Steiner Surveillance Equipment Net 1E Zistos Surveillance Equipment Net 1E Forensics Source Investigations & Evidence Equipment Net 1G Broco Tactical Equipment 8 1H CMC Tactical Equipment 10 1H Paratech Tactical Equipment 2 1H Safariland Tactical Equipment 20 1H Streamlight Tactical Equipment 40 1H Invisio Communications, Radios, and GPS Net 1I 4.C.b Packet Pg. 40 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 8 of 34 Tools for Heroes since 1929 Cur+B1:G60tis Blue Line Product Catalog League of Oregon Cities/NPPGov RFQ 2010 "Law Enforcement Equipment" Brand Product Description Discount (%) Category Number TCI / Safariland Communications, Radios, and GPS 5 1I Blauer Traffic Safety and Control Equipment 30 1J Dicke Safety Products Traffic Safety and Control Equipment 5 1J Streamlight Traffic Safety and Control Equipment 40 1J ASP Training and Safety Equipment 20 1K Federal Signal Vehicle Equipment 20 1L Bates Duty Gear 5 2A Blackhawk Duty Gear 30 2A Danner Duty Gear 20 2A Edward Garments Duty Gear 5 2A First Tactical Duty Gear 20 2A Midway Caps Duty Gear 5 2A Safariland Duty Gear 30 2A Samuel Broome Duty Gear 5 2A Under Armor Duty Gear 25 2A Vertx Duty Gear 30 2A 5.11 Uniforms 20 2B Blauer Uniforms 30 2B Fechheimer Uniforms 30 2B Propper Uniforms 30 2B Spiewak Uniforms 30 2B Blackinton Badges and ID Cards 10 2C Hero's Pride Badges and ID Cards 10 2C 5.11 Concealment and plainclothes 20 2D Propper Concealment and plainclothes 30 2D Under Armor Concealment and plainclothes 25 2D Vertx Concealment and plainclothes 30 2D 5.11 Eyewear 20 2E ESS Eyewear 25 2E Revision Eyewear 20 2E Under Armor Eyewear 25 2E 5.11 Bags 20 2F Vertx Bags 30 2F SOG Firearms 25 3A EOTech Firearms Accessories 10 3B ESS Firearms Accessories 25 3B Sig Sauer Ammunition & Training ammunition Net 3C Surefire Shooting Range Gear 25 3D Benchmade Knives 25 3E Gerber Knives 30 3E TCI / Safariland Tools for Weapons and Ammunition 5 3F Paratech Specialty Tools 2 4A 4.C.b Packet Pg. 41 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 9 of 34 (800) 443-3556 (toll free) ♦ (510) 839-5111 (direct) ♦ (510) 839-0219 (facsimile) L.N. Curtis & sons (“Curtis”)…a family of companies serving America’s First Responders LNCurtis.com ♦ CurtisBlueLine.com ♦ CurtisForceProtection.com ♦ ECMSinc.biz ♦ FireBooks.com PROPOSER PROFILE WORKBOOK (ATTACHMENT “B”) 1.0 GENERAL QUESTIONS: Section 1.1 only to be completed by vendors with a national presence; i.e. vendors with a sales territory in 25 states or more. 1.1 The “Yes” or “No” questions below are to help evaluators familiarize themselves with national vendors. Indicate “Yes” or “No” as it applies to your company.  Do you have a national sales force adequate in size to meet the demands of multiple agencies and their unique needs for the products and services listed herein? Yes No  Do you have a national distribution network that will support sales resulting from this RFP? Yes No  Can you provide product availability to meet the requirements for materials and services listed herein for government and nonprofit agencies nationwide in a timely manner? Yes No  Does your company have the ability to provide toll-free telephone/fax access, and an online presence? Yes No  Can you provide a single point of contact (National Account Manager) to interact with the lead agency and NPPGov staff? Yes No  Are you a strong competitor in the industry with a minimum of three consecutive years of demonstrated success in all business practices and pursuits? Yes No 1.2 Provide at least three references of government agencies within the United States that have purchased products/services from Proposer similar to those specified in this solicitation within the last year. If proposed products/services are new to market, please use most similar business references available. Include: Agency name and address Contact name, phone and email Description of products/services sold and date. Agency name and address Defense Logistics Agency (DLA Troop Support) General Services Admin (GSA) Defense Logistics Agency (DLA Troop Support) Contact name, phone and email Carolyn Zdunkiewicz P: (215) 737-8329 carolyn.zdunkiewicz@dla.mil Ralph Hunter P: 817-850-8149 ralph.hunter@gsa.gov Ashley T. Nixon P: 215-737-4848 Ashley.Nixon@dla.mil Description of products/services sold Products include a wide array of firefighting equipment, tools, and PPE, aircraft/crash rescue, hazardous material response, emergency medical services, homeland security, and domestic preparedness. Re: SPM8EH-14-D-0006; Oct 2013-Sep 2018 Products include firefighting and rescue equipment, PPE, law enforcement and security equipment, special purpose clothing, and related equipment and services. Re: GS-07-F-0043L Oct 2020-present (2nd, 20- year contract) Products include a wide array of firefighting equipment, tools, and PPE used before, during, and after WILDLAND Fire fighting operations by the United States Fire Service. Re: SPE8EH-14-D-0006; May 2014-Sep 2018 4.C.b Packet Pg. 42 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 10 of 34 Tools for Heroes since 1929 LOC may use other information, however learned, in evaluation of the response. 1.3 OPTIONAL: If a Dun and Bradstreet Comprehensive Report (or similar) for your company is available, please submit it with your response. No response offered 1.4 OPTIONAL: Attach any case studies, white papers and/or testimonials supporting your company and products/services. No response offered 2.0 ABOUT PROPOSER: 2.1 State of incorporation: California 2.2 Federal Tax Identification Number: 94-1214350 2.3 If applicable to the product(s) and/or service(s), describe the Proposer’s ability to conduct E-commerce or online ordering. [Insert response in box below] During Curtis’ and CBL’s operating experience, the company has improved its distribution processes through continuous technological change and adaptation. Technical adaptations have focused primarily on information systems and processing—the introduction and implementation of innovative electronic order entry processing and management control techniques and technologies. CBL’s eCommerce Storefront and eCommerce Catalog allows customers to connect to CBL’s system in real time using the Internet to search CBL’s product catalog, place orders, check the status of orders, check product pricing and availability, and review account information. CBL’s electronic order entry system provides customers with 24-hour service, support, and sales. The company’s eCommerce storefront is a fully integrated, multi-channel sales and customer self-service portal solution that offers CBL’s trading partners and customers the ability to place orders. Some of the features of CBL’s eCommerce Storefront include: • Quick and secure customer access • Real-time order entry system • Email order confirmation CBL’s commercial catalog is included in our eCommerce Storefront, in a searchable online format with links to images, documents, and products. CBL’s eCommerce Catalog provides customers with the latest product information, pricing, and availability on a World Wide Web storefront. Additional features of CBL’s eCommerce Catalog include: • An attribute-based system, used to search for products • Additional fields of information for searching • Unlimited links from the catalog records to images, specification documents, and page references As the state of the art of the ITS for this contract evolves, CBL stands ready to adapt to any IT-related updates as may be required to accommodate the needs of the Loc/NPPGov membership. CBL’s electronic ordering system enables customers to efficiently conduct all procurement procedures online. The online platform provides customers, who prefer to conduct their buying process online, with the convenience (24/7/365 ordering); control (personalized search); and choice (selection and presentation of information) offered by the state-of-the-art ecommerce solutions platform. CBL’s internet commerce platform (www.CurtisBlueLine.com) is online and live and provides our customers with online access to our product and services catalogue. Customers are able to gather product information, submit product inquiries, and place orders. 4.C.b Packet Pg. 43 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 11 of 34 Tools for Heroes since 1929 2.4 Describe Proposer’s system for processing orders from point of customer contact through delivery and billing. [Insert response in box below] CBL Procedures for Processing Orders (other than “walk-in” business conducted at any of CBL’s retail stores) CBL has developed straight forward procedures for order processing. Our order handling procedures are consistently applied to process routine, urgent, and emergency orders, product returns, and discrepant orders. Order processing is fully integrated into our automated distribution software platform. This electronic system provides our sales, marketing, purchasing, accounting, and management with real time order status, while tracking inventory and shipping status. ORDERS Delivery order is considered issued upon receipt of order by mail, telephone, or facsimile, or email. ORDER PROCESSING The following flow charts illustrate how CBL’s processes orders from entry through fulfillment, invoicing and post- sales support After an order is received, CBL uses a simple and consistent series of procedures for processing customer orders. The sourcing determination, made by the Customer Service Manager during the customer purchase order review process, is the primary factor made to determine the specific path to be taken by our staff while processing each individual order: Order Scheduling & Delivery Order scheduling at CBL is based upon one of two customer requirements. CBL’s typical commercial customer requests product delivery per product availability as specified by the supplier. CBL accommodates both scheduling requirements efficiently and effectively using our distribution software and consistent status reviews of all active orders. Order Confirmation Customer orders are confirmed by CBL after the Customer Service Manager has reviewed the customer purchase order (customer information, product and quantity requirements, pricing and availability, and the existence of any special requirements from the customer) and entered the order into our distribution software tracking system. Not-In-Stock Conditions It is expected that not-in-stock conditions for core items will be extremely rare; however, it is prudent that CBL have procedures to handle these occurrences. CBL will handle not-in-stock product orders by determining lead times necessary to complete the order, contacting the ordering activity, and advising current lead time of product. Concurrently, CBL will offer alternative in-stock substitute products of equal or higher quality and at equal value for customer consideration. Partial Delivery / Back Order Procedures CBL will always strive to ship the entire order complete and on time. However, if CBL is in a low stock position on a particular product and the customer will accept a substitute item and accept a partial delivery, the order will be processed during CBL’s pre-order set-up to ensure that all items possible will be shipped either direct from our supplier or from one of the CBL warehouses in order to provide the level of service our customer requests. Back-orders are tracked via the Company’s ERP system and reports generated showing “non-fills” until the order is shipped complete. Partial deliveries and back orders status are provided to the customer on a regular basis until the order is filled. Order Review Order Entry & confirm flow down to supplier(s) Sourcing? Multi-Source Shipment Factory ships order CBL ships order Customer Service Rep (CSR) receives PO 4.C.b Packet Pg. 44 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 12 of 34 Tools for Heroes since 1929 Order Billing CBL will submit invoices only after receiving assurances that our customer’s requirements have been met. Once the order has been shipped complete and all required activities specified within the order have been accomplished, CBL will submit invoices as required by the order. Payment for Goods Received CBL extends payment terms of net thirty (30) days from date of invoice. 2.5 Describe Proposer’s ability to provide detailed electronic reporting of quarterly sales correlated with NPPGov Member ID numbers of Participating Agency purchases as set forth in Addendum A to Vendor Administration Agreement (VAA), a copy of which is available upon request from the LOC. [Insert response in box below] CBL will employ the same control processes that have been successfully employed by CBL to monitor and control every sale made on all of our previous and current COOP contracts. For example, GSA is very serious about GSA contractors selling products that are not on the contract to GSA’s customers under the GSA "banner"; selling to a customer not authorized to buy from the GSA contracts; and, selling GSA-authorized products to GSA customers at prices higher than authorized. Our control processes, in-place and thoroughly tested, have passed numerous performance audits performed by the GSA to ensure our performance is in full compliance to very stringent GSA contract requirements. These same processes, controls, and operational procedures have been and will continue to be implemented immediately upon contract award to ensure full compliance to sales tracking, reporting, and pricing requirements. Additionally, with our Enterprise Resource Planning System (Oracle-NetSuite), our ability to submit accurate and timely reports is exceptional. CBL will ALWAYS welcome a review or audit by NPPGov staff of sales orders to ensure trust is developed between the organizations and that the NPPGov maintains confidence in CBL’s Management Control Processes. 2.6 Describe the capacity of Proposer to meet Minority and Women Business Enterprises (MWBE) preferences, which may vary among Participating Agencies. [Insert response in box below] As a very competitive small business that successfully competes against larger companies, CBL is intimately aware that small businesses can often provide faster, more efficient and satisfactory customer-focused support than what is typical of large organizations. Therefore, it is CBL policy to develop and utilize to the greatest extent possible, suppliers of quality product and services provided by historically underutilized businesses. Small Business, Small Disadvantaged Business, Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, Minority-Owned Small Business, and HUBZone Businesses account for an increasing segment of CBL suppliers. CBL’s goal is to develop and more fully utilize these businesses as suppliers and business partners. CBL views the LOC/NPPGov contracts as a platform with which to provide new opportunities to underutilized businesses. However, given the critical life-support functions performed by a majority of CBL’s proposed product catalog, the ability to source THE BEST and MOST RELIABLE products must necessarily take precedence over any concerns about business entity-type. 2.7 Proposer acknowledges compliance with Davis Bacon wage requirements where labor is concerned by indicating “yes” or “no” below. Yes 2.8 By submitting a Proposal in response to this RFP, Proposer agrees, if applicable, to comply with all applicable provisions of Title 2, Subtitle A, Chapter II, PART 200—UNIFORM ADMINISTRATIVE REQUIREMENTS, COST PRINCIPLES, AND AUDIT REQUIREMENTS FOR FEDERAL AWARDS contained in Title 2 C.F.R. § 200 et seq. Indicate “yes” or “no” below. Yes 2.9 Complete Exhibit 1, located at the end of this workbook. Completed (refer to page 23 of this proposal) 4.C.b Packet Pg. 45 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 13 of 34 Tools for Heroes since 1929 3.0 DISTRIBUTION SYSTEM: 3.1 Describe distribution of products and/or services available in Proposer’s response through Proposer’s distribution system (including Alaska and Hawaii), including any limitations. [Insert response in box below] All products included in this CBL proposal are available to the LOC/NPPGov membership located in the thirteen Western States of Montana, Wyoming, Colorado, New Mexico, Arizona, Utah, Idaho, Washington, Oregon, Nevada, California, Alaska, Hawaii, and other states as may be acceptable to our manufacturing partners, without limitations. CBL may provide products outside the 13 states listed based on manufacturer approval. 3.1.A Is it your intent to offer the proposed products and/or services through a designated distribution/dealer network, indicate “yes” or “no” below? YES X NO 3.2 Provide Proposer’s shipping and delivery policy, including standard delivery time and any options and costs for expedited delivery and return policies. [Insert response in box below] SHIPPING POLICY: CBL’s transportation strategy is to streamline the global supply chain by out-sourcing all transportation activities to providers whose sole business is to provide logistics and shipping services. CBL outsources all transportation logistics to established logistics providers who employ state-of-the-art technologies focused on zero defect shipping performance. In addition to local regional carriers, CBL utilizes Federal Express, UPS, DHL, YRC, USPS, Roadway Express, USF Corporation, and other well-known, global carriers. This combination of well-established internal processes, highly trained technicians, and efficient carriers combine to establish CBL as a highly reliable distributor. Over 99% of CBL’s deliveries are made error free. CBL charges no handling fees and never adds profit onto shipping and transportation costs. DELIVERY TIME: Delivery times will vary, by manufacturer and brand from in-stock and shipment within 24 hours for certain pieces of equipment to 90 days for customized equipment. For URGENT or EMERGENCY requirements, CBL will work with our manufacturer(s) to expedite deliveries. Normally, our supplier partners do not charge for expedited shipments; however, CBL will advise the customer of all expedite fees whenever a manufacturer requires such fees be paid. RETURN POLICY: CBL strives to maintain the highest level of customer service. CBL will refund or exchange your purchase within the following guidelines: • Items must be returned in new, unused condition • Items that have been used, damaged, or not purchased through www.CurtisBlueLine.com or at a CBL Operation Center / retail outlet will not be refunded • All items must be returned within 30 days of receipt • Any item desired to be returned after that date is subject to review by CBL, and may be non-returnable Custom Order Items and Clearance Items are non-returnable. A 20% re-stocking fee may be charged for any non- stock or special-order items. Subject to acceptance by CBL and the manufacturer. Items purchased on www.CurtisBlueLine.com can be returned by bringing it into one of our locations, or can be returned by mail, by following these steps: • Contact our customer service department at 877-488-0469 or customerservice@CurtisBlueLine.com to request a return or exchange. • A Return Goods Authorization (RGA) will be given and is required for the return of all goods. • Return the merchandise by Prepaid Mail to the address specified on the RGA. Make sure you include a copy of the RGA with the merchandise being returned, along with the original packing slip (we also recommend that you keep a copy of the RGA for your records). CBL reserves the right to reject any and all returns. All returns are subject to review upon receipt of the merchandise and an inspection. Items received in condition other than originally shipped may be rejected. All refunds are issued via original payment. 4.C.b Packet Pg. 46 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 14 of 34 Tools for Heroes since 1929 3.3 Third party and/or subcontracting may be allowed. If applicable, detail the sub-contracting process (ordering, shipment, invoicing, billing) for those products not carried in Proposer’s distribution center. Alternatively, if proposer utilizes a third-party ordering, shipment, invoicing or billing partner, please describe in detail. [Insert response in box below] CBL will not enter into any subcontracting agreements in performance of the required statement of work. 3.4 What is Proposer’s backorder policy? Is your policy to classify as “immediate or cancel” (requiring the Participating Agency to reorder if item is backordered) or “good until cancelled”? [Insert response in box below] It is expected that not-in-stock conditions for the most popular items used by law enforcement will be extremely rare; however, it is prudent that CBL has procedures to handle these occurrences, should they occur. CBL will handle not-in-stock product orders by determining lead times necessary to complete the order, contacting the ordering activity, and advising current lead time of product. Concurrently, CBL will offer alternative in-stock substitute products of equal or higher quality that are included in the CBL proposed product catalog and at equal value for customer consideration. CBL’s customers are not required to reorder if an item is backordered. 3.5 Indicate whether the Proposer has any dealer or distributors that are authorized to fulfil purchases? Yes No 3.6 If answered yes to 3.5, include a copy of or link to authorized dealers or distributors. Not Applicable 4.0 MARKETING: 4.1 Outline Proposer’s plan for marketing the Products and Services to the Participating Agencies on a local and national basis. Include any marketing incentives such as committed dollars for advertising, conferences/travel and custom marketing materials. [May attach marketing plan or insert response in box below] As with our current PublicSafety and FireRescue-GPO-related contracts, CBL’s sales teams will continue to target the areas with greatest population densities because population densities typically correlate directly with the number of serving police officers. However, our outside sales and inside sales (customer service representatives) teams will also target potential agency participants in less congested areas as the agency’s near-term procurement plans are identified. Specifically, immediately after contract award, our marketing department will announce the award on our web- site and other on-line public forums in which we participate with our customers. Additionally, CBL’s marketing department will prepare NEW marketing collateral for distribution by our sales teams and through eblast notifications to targeted customers (customers with near-term, open requirements). This collateral will explain the cooperative purchasing opportunity that is available to our customers through the new contract, and how, using this new contract the public agency may purchase a wide variety of products and services while saving time, man-power, and money. We also renew a dedicated commitment to support the NPPGov in marketing campaigns and industry conferences to advertise the cooperative purchasing opportunities made available to the LoC/NPPGov membership and to potential new members via the new contract. 4.C.b Packet Pg. 47 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 15 of 34 Tools for Heroes since 1929 4.2 Explain how Proposer will educate its local and national sales force about the use of the Master Price Agreement. [Insert response in box below] As previously discussed in section 4.1, CBL' marketing department will prepare NEW marketing collateral for distribution by our sales teams and through eblast notifications to targeted customers. This collateral will explain the cooperative purchasing opportunity that is available to our customers through the new contract, and how, using this new contract the public agency may purchase a wide variety of products and services while saving time, man-power, and money. Marketing collateral will be provided to the CBL Sales Teams during a contract kick-off (K/O) meeting (kick-off meetings [virtual or physical presence] are standard operating procedures when CBL is awarded a major new contract). LOC and NPPGov Personnel are encouraged to attend these K/O meetings whenever possible to establish relationships with CBL personnel and to make sure all necessary information is exchanged. Subjects covered during CBL’s K/O meetings include program / contract introduction and overview; brands, prices and discounts offered; rules of engagement (contract terms and conditions); procedures for quotes, order entry and post-sales support; and, any other program-specific information that will help the sales force gain understanding of and motivation to exploit the opportunities afforded by the new contract. 4.3 Indicate the Proposer’s willingness to allow training to its local and national sales force about the use of the Master Price Agreement. [Insert response in box below] CBL welcomes the training and partnership to ensure successful contract execution. Should CBL be honored by receiving a contract in response to this proposal, CBL requests that a Kick-Off meeting be held with NPPGov personnel at the appropriate NPPGov facility for the purposes of discussing lessons learned on the current contract between the FR-GPO and CBL and to review CBL’s marketing plan. Members of CBL’s senior management, sales and operations staff would attend the proposed NPPGov-CBL Kick-Off Meeting. Further, CBL will schedule training to allow our sales force the use of the Master Price Agreement. 5.0 POINT OF CONTACT: Proposer POC who will administer, coordinate, and manage this program with NPPGov and the LEAGUE OF OREGON CITIES: Contact Person: Nick Lawrence Title: Director, Special Programs Mailing Address: 185 Lennon Lane, Suite 110 City: Walnut Creek State & Zip: CA 94598 Email Address: NLawrence@LNCurtis.com Phone #: (510) 499-4112 Fax #: (510) 839-0219 Attach current resume of National Account Manager that will be the POC managing this contract. 4.C.b Packet Pg. 48 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 16 of 34 Tools for Heroes since 1929 H.R. NICK LAWRENCE, MBA, MS Professional Experience L.N. CURTIS & SONS Director, Special Programs • Responsible to identify, target, plan, and pursue strategic new business opportunities • Responsible for the implementation of new programs/strategic contracts SPECTRASWITCH, INC. Founder, President/CEO • Started, built, and ran the high-technology start-up company; secured new government SBIR contracts and more than $30 million in venture funding to establish the business • Recruited, motivated, and trained more than 150 employees in the areas of finance, accounting, engineering, product development, sales, marketing, operations, and human resources • Developed complex business organizations with multiple departments and several product lines • Managed technology development and product commercialization of the first solid-state optical switch for telecom sector • Created and implemented marketing and sales programs, technology research, strategic planning, finance management, new business development, and business direction • Cultivated and established strategic relationships with key suppliers and offshore manufacturing facilities • Worked with Venture partners to establish offering that led to successful purchase of technology by a larger corporation DISPLAYS & TECHNOLOGIES, INC. General Manager • Turned around high-technology start-up company that was losing more than 20% on sales • Returned company to profitability within 12 months; reduced debt and brought accounts receivables current; repaid penalties that accounted for 10% of sales • Delivered results by reorganizing management team, implementing new training programs, establishing new company- wide operating program management procedures, and streamlining manufacturing and operations • Prepared and presented offering that led to successful purchase of company by a large corporation FMC Corporation – Program Management • Managed corporations advanced Research & Development United States Army– Unit Commander • Managed top-rated organizations with over $50 million of complex equipment and more than 100 soldiers during critical, high-pressure situations for the U.S. Army EDUCATION MARYMOUNT UNIVERSITY, Arlington, Virginia Master of Business Administration VIRGINIA TECH, Blacksburg, Virginia Master of Science in Engineering UNITED STATES MILITARY ACADEMY, West Point, New York Bachelor of Science in Engineering 4.C.b Packet Pg. 49 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 17 of 34 Tools for Heroes since 1929 6.0 CUSTOMER SUPPORT SERVICES: Explain Proposer’s policy regarding each of the following if applicable to product(s) and/or service(s): 6.1 Auditing for order completeness. [Insert response in box below] CBL takes great pride ensuring the highest quality standards are met in all facets of the business and that the right product will arrive, in the correct quantities, when needed. Senior management is tasked to ensure that all procedures are followed. CBL only promotes the highest quality products from its world class suppliers. Other assurances include: • Always double-checking orders prior to processing to ensure that products delivered comply with ALL order requirements • Ensuring that all products will meet applicable industry standards • Double-checking goods prior to being packed for shipment • Reviewing invoices before submitting • Maintaining an active job, product, and safety training program for all employees • Assisting customer inspectors during source inspections, as deemed necessary by the buyer 6.2 Replacement policy (i.e., damaged or defective goods). [Insert response in box below] If CBL or one of our manufacturing partners made a shipping or processing error, or the customer received damaged goods; our staff will ship replacement product immediately, if the item is in CBL stock, or we will work with the manufacturer to ensure the item is replaced expeditiously. (see section 6.14 for additional related information) 6.3 Minimum order requirement (e.g., Individual item vs. case lot). [Insert response in box below] CBL’s proposed product catalog includes manufacturers who do not require a minimum order (other than purchasing 1 unit of measure [e.g., each, pair, kit). 6.4 Customer service hours/days of operation [Insert response in boxes below] Monday: Tuesday: Wednesday: Thursday: Friday: Saturday: Sunday: 7am- 4:30pm 7am- 4:30pm 7am- 4:30pm 7am- 4:30pm 7am- 4:30pm Call “Hot Line” Call “Hot Line” *CBL receives emergency orders 24/7/365 via fax, email, electronic ordering, or, if preferred, customers can use our “after hours HOT LINE” (888.950.6677) to make contact with a senior CBL manager or contact their local salesperson for emergency response and assistance. 6.5 Special Orders. [Insert response in box below] CBL coordinates special orders with the customer (to ensure CBL develops a full and accurate understanding of customer requirements), and the manufacturer (to ensure the manufacturer develops a full and accurate understanding of customer requirements and is able to translate those requirements into a cost-effective product, as quickly as possible). Once a special order is received, CBL uses the same consistent series of procedures for processing “normal” orders. 6.6 Post sale services issues. [Insert response in box below] CBL Customer Service will support the LoC/NPPGov Program in several critical areas of post-sales activity, including: • Outside Sales—provides face-to-face, in person customer contact for sales and marketing activities; product (technical and sales) information; on-site service activities; and monitoring of customer satisfaction • Warehousing & Inventory—logistics management and inventory control specialists who ensure the right parts go to the right customer • Marketing Specialists—provides educational information and training on a wide array of Law Enforcement 4.C.b Packet Pg. 50 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 18 of 34 Tools for Heroes since 1929 industry topics; conducts training classes on products and product maintenance and repair procedures; and, offers seminars on specific products and product families and industry-specific standards, specifications and requirements. • Factory-certified Product Technicians—provides in-house and mobile repair and maintenance services; warranty repairs, and annual, or as requested preventative maintenance • Personal Protective Equipment and Ensemble Care & Maintenance—Another of Curtis’ wholly-owned subsidiaries, ECMS, Inc. a five-facility operation, provides inspection, cleaning, and repair services of personal protective equipment to all National Fire Protection Association (NFPA) standards • Manufacturer Field and Product Technician Teams-CBL has access to supplier specialists and technical teams for customer support and education • CurtisCare—CBL provides our customers with training and on-boarding support, inspection, repair and maintenance services. 6.7 Repair services, including repair warranty programs, if any. Proposer shall identify, where applicable, authorized factory repair facilities that will honor the warranty of items on contract. [Insert response in box below] CBL’s factory-certified Product Technicians provide in-house and mobile repair and maintenance services; warranty repairs, and annual, or as requested preventative maintenance on many of the brands the Company represents. For all other brands, CBL always provides the manufacturer’s warranty of supplies and extended warranties, for new product. 6.8 Technical support services Proposer provides. [Insert response in box below] Should CBL receive a contract in response to this offer, the participating members of the LOC/NPPGov will realize significant benefits in addition to aggressive pricing. Every CBL Customer Service & Operation Center house the company’s customer and product service organizations, which consist of the following teams: • Customer Service (Inside Sales)—responds to all customer inquiries; provides immediate quotations; enters orders; tracks order status; expedites orders as needed with internal and supplier organizations; proactively identifies and solves potential problems; manages all corrective action and status tracking for returns and discrepant orders • Outside Sales—provides “face-to-face” customer contact for sales and marketing activities; product (technical and sales) information; on-site service activities; and monitoring of customer satisfaction. CBL’s experienced sales team is available to all LOC/NPPGov members (within our thirteen-state western region of responsibility) for visits on a regular schedule for technical advice, product presentations, and marketing. We will arrange for support by the manufacturer or the local distributor when on-site support for customers outside of our thirteen states geographical region is required. • Warehousing & Inventory Staff—On-site inventory to enable rapid inventory replenishment for our customers. Plus, logistics management and inventory control specialists who ensure the right parts go to the right customer, as ordered • Product Specialists—provides educational information and training on a wide array of industry topics; conducts training classes on products and product maintenance and repair procedures; and, offers seminars on specific products and product families and industry-specific standards, specifications and requirements. • Factory-certified Product Technicians—provides in-house and mobile repair and maintenance services; warranty repairs, and annual, or as requested preventative maintenance • Personal Protective Equipment and Ensemble Care & Maintenance—CBL’s wholly-owned subsidiary, ECMS, Inc. provides inspection, cleaning, and repair services of personal protective equipment to National Fire Protection Association 1851 standards • Manufacturer Field and Product Technician Teams—CBL has access to over 100 supplier specialists and Technical teams for customer support and education 4.C.b Packet Pg. 51 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 19 of 34 Tools for Heroes since 1929 • CBL’s Customer Service Team—provides a fully integrated process as the company markets, sells, distributes, and supports the thousands of emergency equipment items that it represents. A significant way that CBL manages its business is the close and cooperative nature of the relationship CBL has with all suppliers. This mutual commitment helps to ensure full responsiveness to CBL customers, whether their needs are for product, training, or service. CBL’s approach to customer service, “CurtisCare,” includes customer service activity that precedes the order and extends well beyond order delivery to ensure complete customer satisfaction. 6.9 Product substitution policy. [Insert response in box below] Should CBL experience a significant lead time/delay in fulfilling an order, the customer will be presented with alternative product solutions, if available. The customer will be informed of the situation, the lead time expected to fulfill the order, alternative product availability including cost, delivery schedule and whether or not the alternate is included in the LoC/NPPGov contract. CBL will immediately honor the customer’s decision to accept the delay, replace the delayed item with an alternate solution, or cancel the order 6.10 Identify trade-in program criteria (if applicable). [Insert response in box below] CBL’s proposed program does not include any trade-in program elements. 6.11. After hours service (including weekends and holidays) [Insert response in boxes below] Monday: Tuesday: Wednesday: Thursday: Friday: Saturday: Sunday: As required Although customer and technical support is available between the hours of 7:00am and 4:00pm, local time, Monday through Friday at each of our Customer Service Operation Centers, CBL understands that “normal office hours” has lost all real meaning in the global marketplace. Serving a world-wide customer community spanning all time zones, CBL’s customers are able to contact a company representative in any of several ways, twenty-four hours a day, seven days a week, and three-hundred, sixty-five days a year (24/7/365) to discuss order placement, order tracking, problem resolution, and the myriad of other topics that will arise throughout the term of a business relationship. CBL’s customers contact company customer sales, service, and technical representatives via telephone, cell phone, email, or facsimile using the contact information listed on our web-site and also included in this section. It is a standard operating procedure that all outside sales representatives and management provide office, cell phone numbers, and email addresses to the company’s customers. This enables CBL’s customers to contact the company’s sales force directly for sales and service requests 24/7/365. Additionally, using toll-free numbers during “outside-of-normal” business hours or on national holidays, CBL representatives are contacted directly or via message service 24/7/365 in order to immediately respond to emergency or non-emergency situations. CBL’s representatives will respond to all customer inquiries within 4 hours between the hours of 7am-4pm (local) Monday through Friday or within 24 hours during non-duty hours or national holidays. Customers can use CBL’s “after hours HOT LINE” (888.950.6677). 6.12 Shipment tracking. [Insert response in box below] CBL expedites with our manufacturing suppliers and tracks shipments using each carrier’s online tracking and status reporting systems to ensure that timely deliveries are made. Tracking information and Proof-of-Delivery is required from all suppliers. 6.13 Back order tracking process. [Insert response in box below] Partial Delivery / Back Order Procedures 4.C.b Packet Pg. 52 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 20 of 34 Tools for Heroes since 1929 CBL will always strive to ship the entire order complete and on time. However, if the order requires drop shipment from multiple suppliers or if CBL is in a low stock position on a particular product and the customer will accept a partial delivery, the order will be processed during CBL’s pre-order set-up to ensure that all items possible will be shipped either direct from our supplier or from one of CBL’s warehouses. Back-orders are tracked via the Company’s ERP system and reports generated showing “non-fills” until the order is shipped complete. Partial deliveries and back orders status are provided to the customer on a regular basis until the order is filled. 6.14 Return Item process, including any/all associated fees (e.g., restocking, shipping, turnaround time on returns). [Insert response in box below] When an end user alerts CBL of a product return, CBL will coordinate all discrepant resolutions with the customer’s buyer. CBL will provide disposition instructions to the customer no later than 7 days after receiving notification of that the end user has received discrepant goods. CBL product return and discrepant shipment procedures are designed to negate any additional effort on the part of the customer other than communicating and assisting in the return of the item while ensuring accurate invoicing. CBL immediately processes the corrected order upon customer notification of a problem, so that the replacement items are received as quickly as possible without unnecessary delays due to paperwork or other procedural issues. CBL will accept returns and, if the authorized customer still requires the product(s), replace the product(s) under the following conditions: a) Incorrect products were shipped b) Products were damaged in shipment c) Products arrived with concealed shipping damages d) Products which are recalled, regardless of level of recall, except when the manufacturer’s policy states otherwise, in which case the manufacturer’s disposition instructions will be followed e) Other returns consistent with the Contractor’s normal return policy to include return of excess material ordered by the customer based on a project estimate. If an end user returns products that have no discrepancies, CBL will not charge a re-stocking fee for items shipped from CBL’s stock inventory. If a product must be returned to one of CBL’s vendors, CBL will, on behalf of the customer, work closely with the supplier to waive or minimize restocking fees. CBL does not charge a re-stocking fee for delinquent orders that are returned or if the customer chooses to cancel the order prior to delivery unless the order was for a custom product and our supplier charges a cancellation or re- stocking fee. If the ordering activity/customer does not need replacement of the returned products CBL will notify the buyer. The customer then will process a reimbursement action against the CBL for the prompt return of any expended dollars back to the customer. 6.15 Electronic billing. [Insert response in box below] CBL will submit invoices once the order has been shipped complete and all required activities specified within the order have been accomplished. After fulfillment, CBL will submit invoices in accordance to customer requirements. CBL extends payment terms of net thirty (30) days from date of invoice. Typically, invoices are transmitted via email or, in the case of our federal government customers, electronically via iRAPT (federal government’s Wide Area Work Flow, WAWF, invoicing system) 4.C.b Packet Pg. 53 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 21 of 34 Tools for Heroes since 1929 6.16 Explain how Proposer will resolve complaints, issues, or challenges. [Insert response in box below] CBL has developed a strong history of customer satisfaction because the company has developed a reputation for taking immediate action to resolve problems as they arise. CBL addresses problems using a standard but effective problem-solving technique: • Discuss the problem with customer to determine problem’s root cause • Develop a plan of action to resolve problem (if shipping or processing error, or receipt of damaged good; our staff will ship replacement product immediately) • Coordinate resolution with customer • Take action to resolve problem • Communicate with customer until a satisfactory outcome is achieved • Review internal procedures/policies/training to ensure problem does not recur • During the problem-solving process, CBL encourages customers to participate in the decision-making processes and action plan development The CBL Sales Team evaluates customer satisfaction with regular personal visits to each ordering activity and potential ordering activity. The primary responsibilities of CBL’s Sales include end-user activity visits, product training, product research, promotion, and training to ensure total customer satisfaction. Customer service is one of CBL’s core strengths. This strength is enabled because CBL maintains a high ratio of customer service representatives to outside sales representatives. Paired with one or more customer service representatives, each member of CBL’s Outside Sales Team is assured to be able to respond to customer requirements in a rapid and accurate manner. 6.17 Other services not already covered. [Insert response in box below] Stores/Warehousing…CBL & Curtis remain one of America’s largest stocking distributors of emergency response equipment. CBL & Curtis warehouse facilities total over 60,000 square feet of inventory space with firefighting, search & rescue, safety, HAZMAT, law enforcement, and emergency equipment on hand. 7.0 DELIVERY AND FREIGHT CHARGES: 7.1 Identify delivery and/or shipping costs or provide a shipping rate schedule based on weight, item, and/or destination for all items ordered within the continental U.S. (and Hawaii/Alaska). The Proposer shall identify all exceptions to this shipping rate schedule. [Insert response in box below] CBL price quotes for Hawaiian inquiries will be FOB: Destination that will be calculated using the following formula: list price less the brand discount plus an estimated freight charge. CBL will estimate freight by using the UPS freight calculator listed at UPS Freight Calculator (https://wwwapps.ups.com/fctc/timeandcost?loc=en_US&ActionOriginPair=SeamlessExperience_StartSession&F REIGHT_TYPE=LTL) or other calculators made publicly available by other shipping companies. CBL will always seek best value for our customers. CBL will provide a quote to all other states in the contiguous 48 plus Alaska requesting to “piggy-back” on any resulting contract between CBL and the member. CBL quoted prices for shipments to the continental USA plus Alaska will be FOB: Origin and will be calculated using the following formula: list price less the brand discount plus an estimated freight charge. The customer invoice will include actual freight charges as a separate line item. 7.2 Identify policy for transfer of product ownership (delivery) and damage/issue resolution. [Insert response in box below] 4.C.b Packet Pg. 54 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 22 of 34 Tools for Heroes since 1929 Transfer of ownership from CBL to customer occurs at time of delivery. CBL and/or our carriers will be responsible for damage from pick-up at CBL warehouse or manufacturer’s dock (if drop-shipped) though drop-off at customer’s warehouse/point of delivery. Customer acceptance is expected to be at time of delivery. Customers shall inspect product at time of delivery and notify CBL as soon as possible upon a determination that the product arrived damaged. 8.0 VENDOR TERMS AND CONDITIONS. 8.1 Does Proposer require that customers/Participating Agencies agree to standard terms and conditions related to their purchase? Yes No [Circle one] 8.2 If answered yes to 8.1, include a copy of or link to terms and conditions. Please refer to the attached link which includes standard sales and online purchasing. https://www.curtisblueline.com/help-terms-conditions 9.0 WARRANTY INFORMATION: 9.1 Identify warranty options, if applicable. [Insert response in box below] CBL provides manufacturer warranty of supplies and will offer any extended warranties if available at additional costs. The warranties provided under CBL’s proposed program will be the same as offered to the public (standard commercial practice). 4.C.b Packet Pg. 55 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 23 of 34 Tools for Heroes since 1929 Exhibit 1 LAW ENFORCEMENT EQUIPMENT COVERAGE RETAIL, DISTRIBUTION AND SERVICE/SUPPORT LOCATIONS Number of retail stores in each state? Number of distribution centers in each state? Number of support locations in each state? ARIZONA 1 1 2 CALIFORNIA 2 2 4 UTAH 2 2 4 WASHINGTON 1 1 2 NOTE: This data does not include other Curtis facilities which are focused in markets not related to the markets served by this program (e.g., fire, force protection, industrial, medical, and education). 4.C.b Packet Pg. 56 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 24 of 34 (800) 443-3556 (toll free) ♦ (510) 839-5111 (direct) ♦ (510) 839-0219 (facsimile) L.N. Curtis & sons (“Curtis”)…a family of companies serving America’s First Responders LNCurtis.com ♦ CurtisBlueLine.com ♦ CurtisForceProtection.com ♦ ECMSinc.biz ♦ FireBooks.com C URRENT C ATALOGS The following table identifies the catalogs forming the pricing basis of this proposal, at the time of submission. Manufacturers typically publish an updated version on a yearly basis. Pricing offered to membership will be based upon any changes in the Manufacturer’s Suggested Retail Price (MSRP), as shown in their most current product catalog(s). Curtis Blue Line Product Catalog League of Oregon Cities/NPPGov RFQ 2010 "Law Enforcement Equipment" Brand Product Description Discount (%) Catalog 5.11 Uniforms 20 511 Tac Spring 1/1/2020 5.11 Concealment and plainclothes 20 511 Tac Spring 1/1/2020 5.11 Eyewear 20 511 Tac Spring 1/1/2020 5.11 Bags 20 511 Tac Spring 1/1/2020 ASP Restraints 20 ASP 7/10/2019 ASP Less Lethal Equipment 20 ASP 7/10/2019 ASP Training and Safety Equipment 20 ASP 7/10/2019 Bates Duty Gear 5 Bates Master UPC 1 Feb 2020 Benchmade Knives 25 Benchmade 1/1/2020 Blackhawk Duty Gear 30 Vista Outdoor Blackhawk 1 Jan 2020 Blackinton Badges and ID Cards 10 Blackinton 1/1/2020 Blauer Traffic Safety & Control Equipment 30 Blauer 1/1/2020 Blauer Uniforms 30 Blauer 1/1/2020 Broco Tactical Equipment 8 Broco Forced Entry 1/1/2020 CMC Tactical Equipment 10 CMC 1/1/2020 Danner Duty Gear 20 Danner 1/1/2020 DefenseTech Less Lethal Equipment Net Defense Tech 3 Dec 2018 Dicke Safety Products Traffic Safety & Control Equipment 5 Dicke 2020 Edward Garments Duty Gear 5 Edward Garments 9/1/2019 EOTech Firearms Accessories 10 L3 Comm 1/1/2020 ESS Protective Gear 25 Eye Safety Sys 4/1/2019 ESS Eyewear 25 Eye Safety Sys 4/1/2019 ESS Firearms Accessories 25 Eye Safety Sys 4/1/2019 Fechheimer Uniforms 30 Fech Flying Cross 1/6/2020 Federal Signal Vehicle Equipment 20 Federal Amber Units 4/1/2018 First Tactical Duty Gear 20 not yet available Forensics Source Investigations & Evidence Equipment Net not yet available Galvion Body Armor 20 not yet available Gerber Knives 30 Gerber 7/1/2019 Hatch / Safariland Protective Gear 20 Safariland/Hatch 5/15/2019 Hero's Pride Badges and ID Cards 10 Hero's Pride Reg 5/1/2019 Hogue Less Lethal Equipment 5 Hogue 1/1/2020 Invisio Protective Gear Net Invisio Product Brosure 6/26/2018 Invisio Communications Equipment Net Invisio Product Brosure 6/26/2018 Leupold Surveillance Equipment Net Leupold & Stevens 1/1/2020 Midway Caps Duty Gear 5 Midway Cap 1/1/2020 4.C.b Packet Pg. 57 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 25 of 34 Tools for Heroes since 1929 Curtis Blue Line Product Catalog League of Oregon Cities/NPPGov RFQ 2010 "Law Enforcement Equipment" Brand Product Description Discount (%) Catalog Monadnock / Safariland Protective Headgear 15 Safariland/Monadnock 5/15/2019 Monadnock / Safariland Less Lethal Equipment Net Safariland/Monadnock 5/15/2019 Night Vision Devices Surveillance Equipment Net not yet available Paratech Tactical Equipment 2 Paratech Units Parts 1/1/2020 Paratech Specialty Tools 2 Paratech Units Parts 1/1/2020 Propper Uniforms 30 Propper Clothing 10/1/2019 Propper Concealment and plainclothes 30 Propper Clothing 10/1/2019 ProTech / Safariland Body Armor 20 Safariland/ProtechTactArmor 5/15/2019 Revision Eyewear 20 Revision Tac Eyewear 7/1/2018 Safariland Restraints 20 Safariland NASPO 4/25/2019 Safariland Tactical Equipment 20 Safariland NASPO 4/25/2019 Safariland Duty Gear 30 Safariland NASPO 4/25/2019 Safariland Body Armor Body Armor 30 Safariland Hard/Soft Armor 4/25/2019 Samuel Broome Duty Gear 5 Samuel Broome Co 1/1/2019 Sig Sauer Ammunition & Training ammunition Net Sig Sauer LE-MIL 22Jan2020 SOG Firearms 25 Spring Sog 1/17/2020 Spiewak Uniforms 30 Spiewak 2/1/2019 Steiner Surveillance Equipment Net Steiner Optics 1/1/2020 Streamlight Tactical Equipment 40 Streamlight 3/1/2019 Streamlight Traffic Safety & Control Equipment 40 Streamlight 3/1/2019 Surefire Shooting Range Gear 25 Surefire 1/1/2020 TCI / Safariland Protective Gear 5 Safariland/TCI 5/15/2019 TCI / Safariland Communications Equipment 5 Safariland/TCI 5/15/2019 TCI / Safariland Tools for Weapons and Ammunition 5 Safariland/TCI 5/15/2019 Under Armor Duty Gear 25 Under Armor 1/1/2019 Under Armor Concealment and plainclothes 25 Under Armor 1/1/2019 Under Armor Eyewear 25 Under Armor 1/1/2019 Vertx Duty Gear 30 Fech Vertx 1/6/2020 Vertx Concealment and plainclothes 30 Fech Vertx 1/6/2020 Vertx Bags 30 Fech Vertx 1/6/2020 Zistos Surveillance Equipment Net Zistos 9/12/2019 4.C.b Packet Pg. 58 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 26 of 34 (800) 443-3556 (toll free) ♦ (510) 839-5111 (direct) ♦ (510) 839-0219 (facsimile) L.N. Curtis & sons (“Curtis”)…a family of companies serving America’s First Responders LNCurtis.com ♦ CurtisBlueLine.com ♦ CurtisForceProtection.com ♦ ECMSinc.biz ♦ FireBooks.com SCOPE OF WORK 2.1 REQUIREMENTS OF PROPOSERS SUBMITTING A RESPONSE: Proposers must present clear and concise evidence indicating Proposer’s ability to comply with the requirements stated herein and to provide and deliver the specified products and services to Participating Agencies. RESPONSE: CBL’s response centered around providing two general areas of evidence to show the Company is properly qualified and prepared to deliver the specified products and services to the League of Oregon Cities members, successful history performing on closely related programs and the construct of a robust product catalog meeting the needs of today’s law enforcement and containing multiple brands and products for the product categories: * The “Qualifications” section provides a record of CBL’s historical and on-going success managing similarly large and complex programs requring the support to a geographically dispersed and numerically large number of customers requiring a wide array of diverse products. Additionally, the proposed program will be managed by CBL’s most experienced leaders representing general management, program management, sales and marketing, customer service and product support. * The “Executive Summary” and the “Proposed Products and Services” section describe the products and service offerings. All catalogs included in this CBL proposal are available to the League of Oregon Cities membership located in the thirteen Western States of Montana, Wyoming, Colorado, New Mexico, Arizona, Utah, Idaho, Washington, Oregon, Nevada, California, Alaska, Hawaii, and other states as may be acceptable to our manufacturing partners, without limitations. Many of the catalogs may be available outside the states listed as approved by the manufacturer. 2.1.1 PROPOSER COMMITMENTS Each Proposer is required to commit to low pricing, and accurate and timely reporting to NPPGov pursuant to the reporting requirements identified in the NPPGov Vendor Administration Agreement (available upon request). In addition, successful Proposer(s) with a national presence must commit to marketing of the Master Price Agreement nationwide and that the sales force will be trained, engaged and committed to offering NPPGov pricing to member government agencies nationwide, including the opportunity for NPPGov to train the Vendor sales staff. RESPONSE: CBL’s lead-in paragraph to the “Attachment D: Pricing Schedule” (page 7 in this proposal) describes that our proposed prices are generally better than the prices offered to our most favored customer. The exceptions are for those products contained within our proposal that are also included in our GSA contract. GSA contracts require the contract holder to offer products included on GSA contracts but not sold to GSA customers at prices no lower that the price received by the most favored customer. Exceptions may be made based on dissimilar scope of work. As described in paragraph 2.5 of “Attachment B: Proposer Profile Workbook” (page 12), CBL will employ the same control processes that have been successfully employed by CBL’s corporate parent for over twenty-years to monitor and control every sale made on our GSA contract and all other contracts with similar operational controls, and sales tracking and reporting requirements. 4.C.b Packet Pg. 59 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 27 of 34 Tools for Heroes since 1929 1.1.2 PROPOSERS MUST COMPLETE “ATTACHMENT B” – PROPOSER PROFILE WORKBOOK”. RESPONSE: CBL’s completed “Attachment B: Proposer Profile Workbook” beginning on page 9 of this proposal. 2.2 PRODUCTS AND SERVICES: 2.2.1 Provide a description of the LAW ENFORCEMENT EQUIPMENT offered as set forth in ATTACHMENT C. The primary objective is for the Proposer(s) to provide the Proposer(s)’s entire catalog of products and services (“catalog discount”) that are responsive to this RFP so that Participating Agencies may order a broad range of products and services as appropriate for their needs. Anticipated future models and related products/services that may be offered during the term of the resulting Master Price Agreement should also be in included in Vendor’s Proposal. RESPONSE: CBL’s Transmittal Letter and the “Proposed Products and Services” section (refer to page 3 of this proposal) describes the breadth of CBL’s proposed program by defining the number of brands, including their complete catalogs, being offered for each of the six product categories: CBL’s offer includes one or more brands for each product category and sub-category: • Category 1: Equipment o 1A: Body Armor o 1B: Protective Gear o 1C: Restraints o 1D: Less Lethal Equipment o 1E: Surveillance Equipment o 1G: Investigations & Evidence Equipment o 1H: Tactical Equipment o 1I: Communications Equipment o 1J: Traffic Safety & Control Equipment o 1L: Vehicle Equipment • Category 2: Uniforms & Accessories o 2A: Duty Gear o 2B: Uniforms o 2C: Badges and ID Cards o 2D: Concealment and plainclothes o 2E: Eyewear o 2F: Bags • Category 3: Weapons & Ammunition o 3A: Firearms o 3B: Firearms Accessories o 3C: Ammunition & Training ammunition o 3D: Shooting Range Gear o 3E: Knives o 3F: Tools for Weapons and Ammunition • Category 4: Other o 4A: Related Law Enforcement Equipment CBL anticipates requesting that additional products be added to any resulting contract reflecting future product enhancements made by industry. 4.C.b Packet Pg. 60 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 28 of 34 Tools for Heroes since 1929 2.2.2 All products offered must be new, unused and most current product lines, unless otherwise clearly identified as remanufactured goods. RESPONSE: All products offered and delivered will be new, unused and represent the most current models unless otherwise clearly identified or as may be required by the membership (e.g., inventory replenishment). 2.2.3 Describe any special programs that Proposer offers that shall improve the ability of the Participating Agencies to access the products, such as retail store availability, expedited delivery intervals, item sourcing, or other unique plans and services. RESPONSE: CBL’s Operation Centers located in Boise, ID., Kent, WA., Phoenix, AZ., Tigard, OR., Salt Lake City, and West Sacramento, CA include retail outlets, service centers, and product support spoecialists to assist membership. Additionally, Curtis’ centralized warehouse, located in Salt Lake City, provides a full suite of Integrated Logistics Support and Services to the Compay’s customers. CurtisCare is a program that offers the Company’s customers with robust training programs on all aspects of deployment; use; care and maintenance; and, repair procedures and support services for all products available from CBL. 2.2.4 Additional Benefits: Proposer shall identify any other added value it offers to the LEAGUE OF OREGON CITIES (“LOC”) and Participating Agencies (e.g. convenience cards, individual/member discounts, additional admin fee, etc.) RESPONSE: In addition to products being offered at best pricing, CBL offers the membership a supplier-partner offering a full suite of Integrated Logistics Support and Services; product specialists who are trained and certified by manufactrurers to provide deployment support in addition to product training in use; care, maintenance and repair; and safety. 2.3 PRICING: 2.3.1 Pricing for the products and services may be based on “ATTACHMENT D” – PRICING SCHEDULE as follows: A A fixed percentage (%) off marked price based on the Proposer’s catalog or retail store price for each CATEGORY specified in ATTACHMENT D – PRICING SCHEDULE. Proposer shall identify the catalog used. Option (A) is preferred. If option (A) is not feasible proposer may use option (B) provided Proposer includes a justification. B Alternatively, contract pricing may be based upon fixed prices (contingencies for economic price adjustments must be identified in the proposal), or a combination fixed percentage off and firm fixed prices. Proposer may offer additional discounts to the League of Oregon Cities and Participating Agencies based on volume. If proposers are responding with option “B”, proposers may request price increases based on manufacturer costs, cost of labor and/or materials that must be supported by appropriate documentation. If the League of Oregon Cities agrees to the price modification, the League of Oregon Cities may approve in writing, including electronic mail, without the need for a written amendment to the Master Price Agreement. RESPONSE: CBL’s proposed program is based upon offering, by brand, a fixed percentage (%) discount off marked price (Option A). The marked prices are defined within the current Price List/Product Catalog of each of the Company’s Manufacturer (Brand)-Partners identified within the “in Attachment D, Catalog Pricing” section (page 7). 4.C.b Packet Pg. 61 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 29 of 34 Tools for Heroes since 1929 All catalogs, representing the current version of new and unused products, are identified in the “Current Catalogs” section (refer to page 24 of this proposal). 2.3.2 Proposers may also add additional products and services provided that any additions reasonably fall within the intent of the original RFP specifications. Pricing on additions shall be equivalent to the percentage discount for other similar products. Proposer may provide a web-link with current product listings, which may be updated periodically, as allowed by the terms of the resulting Master Price Agreement. Proposer may replace or add product lines to an existing contract if the line is replacing or supplementing products on contract, is equal or superior to the original products offered, is discounted in a similar or to a greater degree, and if the products meet the requirements of the solicitation. No products may be added to avoid competitive procurement requirements. The League of Oregon Cities may reject any additions without cause. RESPONSE: CBL anticipates that future requests will be submitted to the LOC/NPPGov to add products reflecting future product enhancements made by industry or requests for products made by members. 2.3.3 Explain any additional pricing incentives that may be available such as large volume purchases, cash terms, or rebates to Participating Agencies. However, steeper discounts are preferred to rebates. RESPONSE: CBL’s proposed program includes prices to be considered ceiling prices. To be clear, ceiling prices are the highest prices that will be offered. CBL anticipates that the membership will be offered products contained in this offer at prices reflecting deeper discounts (lower prices) than those proposed within the pricing schedule (beginning on page 7 of this proposal). It is anticipated that market forces such as competition and the nature of specific sales actions (e.g., volume purchases, repeat customers) will lead to additional discounts being offered by CBL to the membership. 2.3.4 All pricing proposals shall clearly explain how freight and/or delivery costs are determined as described in ATTACHMENT D PRICING SCHEDULE herein. RESPONSE: CBL uses Federal Express Freight and UPS for most shipments. Our freight charges are based upon the pricing agreements the Company has with these and other less utilized shipping companies. CBL refers to the published rates or receives freight quotes from our transportation service providers for each order that CBL will collect freight costs. 2.4 TAX: Proposers shall strictly adhere to all federal, state and local tax requirements applicable to their operation, and to any contract or activity resulting from this Solicitation. RESPONSE: CBL strictly adheres to all regulations related to federal, state and local tax requirements. 4.C.b Packet Pg. 62 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 30 of 34 (800) 443-3556 (toll free) ♦ (510) 839-5111 (direct) ♦ (510) 839-0219 (facsimile) L.N. Curtis & sons (“Curtis”)…a family of companies serving America’s First Responders LNCurtis.com ♦ CurtisBlueLine.com ♦ CurtisForceProtection.com ♦ ECMSinc.biz ♦ FireBooks.com SIGNED ADDENDA none 4.C.b Packet Pg. 63 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 31 of 34 Tools for Heroes since 1929 CERTIFICATIONS 4.C.b Packet Pg. 64 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 32 of 34 Tools for Heroes since 1929 EXHIBIT 2—DECLARATION OF NON-COLLUSION The undersigned does hereby declare that there has been no collusion between the undersigned, the LEAGUE OF OREGON CITIES, and National Purchasing Partners, and in further support of said Declaration, states as follows: The person, firm, association, co-partnership or corporation herein named has not, either directly or indirectly, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding or solicitation in the preparation and submission of a proposal to the LEAGUE OF OREGON CITIES for consideration in the award of a contract or Master Price Agreement negotiated as a result of this Request for Proposal. DATED this 1st day of March, 2020. L.N. Curtis & sons (owner of Curtis Blue Line) By: Title: Director, Special Programs 4.C.b Packet Pg. 65 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 33 of 34 Tools for Heroes since 1929 WIPHE RESPONSE FORM (ATTACHMENT “G”) Vendor servicing Washington State AGREES to sell items included in this solicitation to WIPHE institutions at prices offered, unless otherwise noted below: _ DOES NOT agree to sell to WIPHE Institutions. X AGREES to sell to WIPHE Institutions at same prices and discounts, with the following exceptions: (attach additional pages as necessary) No exceptions taken Vendor must state geographic areas or specific institution(s) listed below within the State of Washington that are EXCLUDED from the contract(s) resulting from this solicitation: No geographical areas are excluded Washington Institutions of Public Higher Education (WIPHE). See list on following page. If Vendor agrees to sell to the WIPHE Institutions, a WIPHE Contract number will be assigned and the information will be reported to the Council of Presidents. The Council of Presidents notifies all the other schools when a WIPHE contract has been awarded and a master list will be maintained and the WIPHE website updated. WIPHE shall determine, at its absolute discretion, whether it shall accept and/or utilize the contract resulting from the Request for Proposal 4.C.b Packet Pg. 66 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Page 34 of 34 Tools for Heroes since 1929 PROPOSAL FINAL CERTIFICATION a) I hereby certify that the Proposal contained herein fully and exactly complies with the instruction for proposers and specifications as they appear in this Notice of Solicitation. b) I hereby further certify that I am authorized by the Board of Directors or Corporate Officers of the Corporation to sign the Requests for Proposals and proposals in the name of the corporation listed below: Proposer Name: L.N. Curtis & sons on behalf of Curtis Blue Line Signature: _________________________________________________ Name Typed: Nick Lawrence Title: Director, Special Programs Proposer is a resident bidder of the state of California Date: March 01, 2020 4.C.b Packet Pg. 67 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 16 ATTACHMENT E to Master Price Agreement by and between VENDOR and PURCHASER. Purchaser’s Request for Proposal (The Purchaser’s Request for Proposal is not attached hereto.) (The Purchaser’s Request for Proposal is incorporated by reference herein.)          4.C.b Packet Pg. 68 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) NOTICE OF SOLICITATION LEAGUE OF OREGON CITIES RFP NUMBER 2010 SOLICITATION FOR: LAW ENFORCEMENT EQUIPMENT Notice is hereby given that the LEAGUE OF OREGON CITIES will accept sealed proposals for LAW ENFORCEMENT EQUIPMENT at the address listed below, until 5:00 PM PST on March 9th, 2020. Those proposals will be for the LEAGUE OF OREGON CITIES and members of National Purchasing Partners Government Division (“NPPGov”) across the nation, including but not limited to governmental units incorporated by “ATTACHMENT H” of the Request for Proposal (RFP), WIPHE members identified in “ATTACHMENT G” of the RFP, as well as government units in all other states (collectively, “Participating Agencies”). Significant sales potential exists because the resulting Master Price Agreement for national proposers will include piggy backing language that permits use of the Master Price Agreement nationwide which may allow Participating Agencies to forego duplicating the formal solicitation process and expend staff resources and funds. All Proposals must be signed, sealed and addressed to: Mailing Address: LOC PUBLIC “LAW ENFORCEMENT EQUIPMENT RFP” #2010 LEAGUE OF OREGON CITIES c/o Procurement Specialist 1201 Court St. NE Suite 200 Salem, OR 97301 All Proposals must clearly state RFP #2010 and Proposing company’s full name on the OUTERMOST packaging. NOTE: THE LEAGUE OF OREGON CITIES WILL NOT ACCEPT PROPOSAL ENVELOPES WITH INSUFFICIENT POSTAGE. INQUIRIES: LOC “LAW ENFORCEMENT EQUIPMENT RFP” #2010 LEAGUE OF OREGON CITIES c/o Procurement Specialist 1201 Court St. NE Suite 200 Salem, OR 97301 rfp@orcities.org The solicitation documents may be reviewed at the office address listed above. NOTE: NOTICES OF SOLICITATION WILL BE PUBLISHED IN THE OREGON DAILY JOURNAL OF COMMERCE, USA TODAY 4.C.b Packet Pg. 69 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) IMPORTANT PLEASE READ BEFORE SUBMITTING YOUR PROPOSAL SOLICITATIONS FOR: LAW ENFORCEMENT EQUIPMENT 1.0 INTENT: 1.1 GENERAL INTENT The LEAGUE OF OREGON CITIES (“LOC”) serves as the “Lead Contracting Agency” for this solicitation on behalf of its members, and as authorized by the LOC Intergovernmental Agreement, which is an agreement for intergovernmental cooperation among select local Oregon governments and recognized under ORS Chapter 190. LOC, in association with the members of National Purchasing Partners, LLC dba NPPGov (hereinafter referred to as “NPPGov”), comprises a cooperative procurement group. NPPGov membership includes government entities, non-profit organizations across the nation, members of Public Safety GPO, First Responders GPO, and Law Enforcement GPO, Hawaii, and Oregon local government units (ATTACHMENT H), and WIPHE members (ATTACHMENT G), as well as all other government units in all other states, as authorized under the terms of the Intergovernmental Cooperative Purchasing Agreement executed by all Lead Contracting and Participating Agencies (the foregoing list of entities hereinafter referred to as “Participating Agencies”). This procurement group is soliciting proposals from qualified companies (hereinafter referred to as “Proposer”) to enter into a Master Price Agreement for LAW ENFORCEMENT EQUIPMENT. The intent of this Interstate Cooperative Procurement Solicitation (hereinafter referred to as “Solicitation” or “RFP”) is to invite Proposers to submit a competitive pricing proposal offering LAW ENFORCEMENT EQUIPMENT to LOC, which will then be made available to NPPGov members locally and nationwide; to reduce expenses by eliminating multiple requests for proposals and multiple responses by Vendors; and to obtain discounted pricing through volume purchasing. Significant sales potential exists because the Master Price Agreement will be used nationwide which may allow Participating Agencies to forego duplicating the formal solicitation process and expend staff resources. Preferably, the successful Proposer will provide its entire catalog of products and/or services in order that Participating Agencies who wish to access the Master Price Agreement may order a broad range of goods and services as needed. With the exception of successful local Proposer(s) capable of servicing LOC and Participating Agencies within the state of Oregon, successful Proposer(s) should have a strong national presence for LAW ENFORCEMENT EQUIPMENT for use by government agencies nationwide. This Solicitation meets Oregon public contracting requirements (ORS 279A et. seq.) and may not be appropriate under or meet Participating Agencies’ procurement laws. Participating Agencies are urged to seek independent review by their legal counsel to ensure compliance with all local and state solicitation requirements. 1.2 POTENTIAL MARKET The LOC is publishing this RFP to create publicly awarded contracts for use by its members, which may also benefit the thousands of fellow members of NPPGov, Public Safety GPO, First Responders GPO, and Law Enforcement GPO. These are nationwide programs representing member government agencies 4.C.b Packet Pg. 70 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) in all 50 states. We encourage each Proposer’s response to be a collaborative effort including manufacturer and distributor (when they are not the same company) to ensure nationwide contract utilization. Proposer’s response should also take into consideration the considerable market potential for this Solicitation. Because the successful proposal will be incorporated into a nationwide cooperative procurement program including tens of thousands of state, local government and non-profit participants from all 50 states, the LOC believes that contracts created from this Solicitation will provide vendors with a significant market advantage. Members of NPPGov, Public Safety GPO, First Responders GPO, and Law Enforcement GPO and current vendors who participate in the program indicate the ability to shorten the sale cycle by eliminating the need to complete individual RFP processes is a significant advantage to participation. The LOC believes that participation in the NPPGov purchasing program benefits both its Participating Agencies and successful Proposers. NPPGov engages with successful proposers who complete the Vendor Administration Agreement through a marketing and sales partnership. This partnership includes (but is not limited to) contract promotion to members, contract administration support to potential customers and live customer phone support. 1.3 REQUIREMENTS 1.3.1 The RFP and resulting Master Price Agreement are anticipated for use by the LOC’s government members, as well as other Participating Agencies across the nation. The LOC has entered into an Intergovernmental (interlocal) Cooperative Purchasing Agreement with other Participating Agencies for the purpose of obtaining Master Price Agreements with various vendors. Interlocal cooperative purchasing agreements allow Participating Agencies to make purchases at the LOC’s accepted proposal price, terms and conditions, provided that the Participating Agency has satisfied all of its local and state cooperative procurement requirements. By submitting a proposal, the Proposer(s) agrees to make the same proposal terms and price, exclusive of any possible rebates, incentives, freight and transportation fees, available to other Participating Agencies. The LOC and NPPGov will not incur any direct liability with respect to specifications, delivery, payment, or any other aspect of purchases by such Participating Agencies or nonprofit institutions. The Intergovernmental Cooperative Purchasing Agreement is incorporated by reference herein and is available upon request — See Attachment A. The successful Proposer must work directly with the Participating Agencies concerning the placement of orders, disputes, invoicing and payment. The LOC and NPPGov shall not be held liable for any costs or damages incurred by or as a result of the actions of the Vendor or any Participating Agency. Successful Proposers must comply with the state and local laws, rules and regulations in each state and locality where the product or service is provided. 1.3.2 Each Participating Agency shall execute a Participating Agency Endorsement and Authorization included in the Intergovernmental Cooperative Purchasing Agreement. While the terms of the Master Price Agreement shall govern the general pricing terms, each Participating Agency may request modification of the Master Price Agreement in accordance with each Participating Agency’s state and/or local purchasing laws, rules, regulations and procedures, provided said modifications are not material changes. Each Participating Agency may, at its discretion, and upon written agreement by the Participating Agency and Successful Proposer, request additional legal and procedural provisions not included herein that the successful Proposer must adhere to if it wishes to conduct business with said Participating Agency using the Master Price Agreement. 1.3.3 NPPGov, Public Safety GPO, First Responders GPO, and Law Enforcement GPO provide vendor exposure/marketing and contract utilization support for the successful Proposer’s products and services. Successful Proposers servicing the awarded contract to Participating Agencies shall pay a Contract Administration Fee representing 2% percent of actual net sales under the Master Price Agreement as established in the NPPGov Vendor Administration Agreement (available upon request). Administration fee may not be listed or charged as a 4.C.b Packet Pg. 71 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) separate line item to users of the contract. The value of trade-ins or rebates shall not affect the amount of the administration fee paid to NPPGov. 1.4 MULTIPLE AWARDS Multiple awards may be granted to meet the requirements of this Solicitation provided that such awards are differentiated by product make and model, service, and/or distribution regions and capabilities of the successful Proposers. Specifically, the LOC may award separate contracts to Proposers in order to cover all local and national geographical markets, electronic purchasing capabilities, and products and services identified in this Request for Proposal, as well as the diverse and large number of Participating Agencies. The award of multiple contracts is to be determined upon receipt and review of all proposals, and based upon the general criteria provided herein. The LOC may solicit proposals from local qualified companies with or without a national presence provided that the successful Proposer is able to provide the LOC with the products and services requested. Multiple awards will ensure fulfillment of current and future requirements of the diverse and large number of Participating Agencies. In the event a local Proposer with no national distribution capabilities best meets the proposal selection criteria, multiple local and nationwide responsive proposals may be awarded simultaneously in the best interests of local commerce, compliance with local laws, and the Participating Agencies nationwide. Proposers should be able to serve the needs of Participating Agencies on a national basis. However, this requirement shall not exclude local Proposers without a national presence that are capable of meeting the requirements of the LOC within the state of Oregon. 1.5 CONTRACT USAGE The actual utilization of any Master Price Agreement will be at the sole discretion of LOC and the other Participating Agencies. It is the intent of this Request for Proposal and resulting Master Price Agreement that Participating Agencies may buy directly from Successful Proposers without the need for further solicitation. However, Participating Agencies are urged to seek independent review by their legal counsel to ensure compliance with all local and state solicitation requirements as well as the need of further notice prior to utilizing the Master Price Agreement 1.6 BACKGROUND OF NPPGov NPPGov, owned by two non-profit healthcare organizations, provides group purchasing opportunities and purchasing administrative support for governmental entities and nonprofit institutions within its membership. NPPGov’s membership includes participating public and nonprofit entities across North America. 1.7 EQUAL OPPORTUNITY The LOC encourages Minority and Women-owned Small Business Proposers to submit proposals. 1.8 QUALIFIED REHABILITATION FACILITIES Oregon Public Agencies are prohibited from use of products and services offered under this contract that are already provided by qualified nonprofit agencies for disabled individuals as listed on the Department of Administrative Service’s Procurement List pursuant to ORS 279.835 ORS 279.855. Please see www.OregonRehabilitation.org/qrf for more information. 2.0 SCOPE OF WORK: 2.1 REQUIREMENTS OF PROPOSERS SUBMITTING A RESPONSE: Proposers must present clear and concise evidence indicating Proposer’s ability to comply with the requirements stated herein and to provide and deliver the specified products and services to Participating 4.C.b Packet Pg. 72 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Agencies. 2.1.1 PROPOSER COMMITMENTS Each Proposer is required to commit to low pricing, and accurate and timely reporting to NPPGov pursuant to the reporting requirements identified in the NPPGov Vendor Administration Agreement (available upon request). In addition, successful Proposer(s) with a national presence must commit to marketing of the Master Price Agreement nationwide and that the sales force will be trained, engaged and committed to offering NPPGov pricing to member government agencies nationwide, including the opportunity for NPPGov to train the Vendor sales staff. 2.1.2 PROPOSERS MUST COMPLETE “ATTACHMENT B” – PROPOSER PROFILE WORKBOOK”. 2.2 PRODUCTS AND SERVICES: 2.2.1 Provide a description of the LAW ENFORCEMENT EQUIPMENT offered as set forth in ATTACHMENT C. The primary objective is for the Proposer(s) to provide the Proposer(s)’s entire catalog of products and services (“catalog discount”) that are responsive to this RFP so that Participating Agencies may order a broad range of products and services as appropriate for their needs. Anticipated future models and related products/services that may be offered during the term of the resulting Master Price Agreement should also be in included in Vendor’s Proposal. 2.2.2 All products offered must be new, unused and the most current product lines, unless otherwise clearly identified as remanufactured goods. 2.2.3 Describe any special programs that Proposer offers that shall improve the ability of the Participating Agencies to access the products, such as retail store availability, expedited delivery intervals, item sourcing, or other unique plans and services. 2.2.4 Additional Benefits: Proposer shall identify any other added value it offers to the LEAGUE OF OREGON CITIES (“LOC”) and Participating Agencies (e.g. convenience cards, individual/member discounts, additional admin fee, etc.) 2.3 PRICING: 2.3.1 Pricing for the products and services may be based on “ATTACHMENT D” - PRICING SCHEDULE as follows: A A fixed percentage (%) off marked price based on the Proposer’s catalog or retail store price for each CATEGORY specified in ATTACHMENT D – PRICING SCHEDULE. Proposer shall identify the catalog used. Option (A) is preferred. If option (A) is not feasible proposer may use option (B) provided Proposer includes a justification. B Alternatively, contract pricing may be based upon fixed prices (contingencies for economic price adjustments must be identified in the proposal), or a combination fixed percentage off and firm fixed prices. Proposer may offer additional discounts to LOC and Participating Agencies based on volume. If proposers are responding with option “B”, proposers may request price increases based on manufacturer costs, cost of labor and/or materials that must be supported by appropriate documentation. If LOC agrees to the price modification, LOC may approve in writing, including electronic mail, without the need for a written amendment to the 4.C.b Packet Pg. 73 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Master Price Agreement. 2.3.2 Proposers may also add additional products and services provided that any additions reasonably fall within the intent of the original RFP specifications. Pricing on additions shall be equivalent to the percentage discount for other similar products. Proposer may provide a web-link with current product listings, which may be updated periodically, as allowed by the terms of the resulting Master Price Agreement. Proposer may replace or add product lines to an existing contract if the line is replacing or supplementing products on contract, is equal or superior to the original products offered, is discounted in a similar or to a greater degree, and if the products meet the requirements of the solicitation. No products may be added to avoid competitive procurement requirements. LOC may reject any additions without cause. 2.3.3 Explain any additional pricing incentives that may be available such as large volume purchases, cash terms, or rebates to Participating Agencies. However, steeper discounts are preferred to rebates. 2.3.4 All pricing proposals shall clearly explain how freight and/or delivery costs are determined as described in ATTACHMENT D PRICING SCHEDULE herein. 2.4 TAX: Proposers shall strictly adhere to all federal, state and local tax requirements applicable to their operation, and to any contract or activity resulting from this Solicitation. 3.0 SPECIAL TERMS & CONDITIONS: 3.1 MASTER PRICE AGREEMENT TERM: As a result of this Solicitation the successful Proposer(s) shall be awarded a Master Price Agreement for a three (3) year period. The Master Price Agreement may be extended up to a maximum of three (3) additional one (1) year periods. 3.2 MASTER PRICE AGREEMENT ACCESS PROVISIONS Utilization of the Master Price Agreement will be at the discretion of the LEAGUE OF OREGON CITIES (“LOC”) and Participating Agencies. The LOC shall be under no obligation to purchase off of the Master Price Agreement. Assuming all local competitive solicitation requirements have been met, Participating Agencies may purchase directly from the successful Proposer(s) without the need for further solicitation. 3.3 INDEMNIFICATIONS AND INSURANCE: Indemnification and insurance requirements will vary based on the nature of the RFP. Proposer is responsible for submitting appropriate indemnification and insurance coverage as applicable. 3.3.1 Indemnification The successful Proposer shall indemnify the LOC and NPPGov as specified in the Master Price Agreement. 3.3.2 Insurance Requirements. Proposer(s), at Proposer(s)’s own expense, shall purchase and maintain the herein stipulated minimum insurance from a reputable company or companies duly licensed by the State of Oregon. In lieu of State of Oregon licensing, the stipulated insurance may be purchased from a 4.C.b Packet Pg. 74 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) company or companies that are authorized to do business in the State of Oregon, provided that said insurance companies meet the approval of the LOC. Proposer(s)’s insurance shall be primary insurance with respect to the LOC, and any insurance or self-insurance maintained by the LOC shall not contribute to it. Award of this Solicitation is contingent upon the required insurance policies and/or endorsements identified herein. The LOC shall not be obligated to review such policies and/or endorsements or to advise Proposer(s) of any deficiencies in such policies and endorsements, and such receipt shall not relieve Proposer(s) from, or be deemed a waiver of the LOC’s right to insist on strict fulfillment of Proposer(s)’s obligations under this RFP. The insurance policies required by this RFP, except Workers’ Compensation, shall name the LOC, its agents, representatives, officers, directors, officials and employees as an Additional Insured. The policies required hereunder, except Workers’ Compensation, shall contain a waiver of transfer of rights of recovery (subrogation) against the LOC, its agents, representatives, officers, directors, officials and employees for any claims arising out of Proposer(s)’s work or service. 3.3.3 Commercial, automobile and workers’ compensation insurance. 3.3.3.1 Commercial General Liability. Proposer(s) shall maintain Commercial General Liability Insurance (CGL) and, if necessary, Commercial Umbrella Insurance. The policy shall include coverage for bodily injury, broad form property damage, personal injury, products and completed operations and blanket contractual coverage including, but not limited to, the liability assumed under the indemnification provisions of the Master Price Agreement. 3.3.3.2 Automobile Liability. Proposer(s) shall maintain Automobile Liability Insurance and, if necessary, Commercial Umbrella Insurance. If hazardous substances, materials, or wastes are to be transported, MCS 90 endorsement shall be included. 3.3.3.3 Workers’ Compensation and Employer’s Liability. Proposer(s) shall carry Workers’ Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction over Proposer(s)’s employees engaged in the performance of the work or services, as well as Employer’s Liability insurance. In case any work is subcontracted, Proposer(s) will require the SubProposer(s) to provide Workers’ Compensation and Employer’s Liability insurance to at least the same extent as required of Proposer(s). 4.0 SCHEDULE, RESPONSE PREPARATION AND SUBMISSION 4.1 SCHEDULE OF EVENTS 4.1.1 Publication of Request for Proposal Publication of this Solicitation conforms with ORS 279B, to include Public Notice by publication in a newspaper of general circulation in the area where the LEAGUE OF OREGON CITIES (“LOC”) is located no less than 30 days prior to the proposal due date, as well as posting of the Public Notice on the web site that typically posts Public Notices concerning the LOC. Solicitation Notice Publication : January 6th, 2020 4.C.b Packet Pg. 75 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 4.1.2 Question and Answer period The LOC will post questions and answers concerning this Solicitation no later than 10 days prior to the proposal due date. All questions shall be submitted in writing via email to 2010, Contract Manager, at rfp@orcities.org. The LOC reserves the right to accept and answer questions after the question and answer period has expired. All questions and answers will be posted on the LOC website at www.orcities.org. 4.1.3 Submission of Proposals There will be no mandatory pre-proposal meeting. All questions must be submitted via email as directed above. If necessary, questions can be submitted in writing to LEAGUE OF OREGON CITIES, c/o Mike Cully, 1201 Court St. NE, Suite 200, Salem, OR 97301 or rfp@orcities.org. Close date: Deadline for submission of proposals is 5:00 PM PST, on March 9th, 2020. The LOC must receive all proposals before 5:00 PM PST on the above closing date in the office of the LEAGUE OF OREGON CITIES, c/o Mike Cully, Executive Director, 1201 Court St. NE, Suite 200, Salem, OR 97301. Approximate opening date: 9:00 AM PST on March 10th, 2020 at the office of the LEAGUE OF OREGON CITIES, c/o Mike Cully, 1201 Court St. NE, Suite 200, Salem, OR 97301. Proposal selection: March 10th, 2020 to March 31st, 2020. Approximate award date: April 14th, 2020. All responses to this Solicitation become the property of the LOC. Proposers should mark those aspects of the proposal that they consider trade secrets and exempt from public disclosure. The LOC will not be held accountable if parties other than the LOC obtain material from proposal responses without the written consent of the Proposer(s). 4.1.4 Withdrawal of Proposal The Proposer(s) may withdraw its proposal at any time prior to the hour and date set for the receipt of proposals. Withdrawal will not preclude the submission of another proposal prior to the deadline. 4.2 REVIEW, INQUIRIES AND NOTICES: 4.2.1 The solicitation documents may be reviewed in person at the following address: LEAGUE OF OREGON CITIES 1201 Court St. NE Suite 200 Salem, OR 97301 All inquiries concerning information herein shall be addressed to: LEAGUE OF OREGON CITIES c/o Procurement Specialist 1201 Court St. NE Suite 200 Salem, OR 97301 Administrative telephone inquiries shall be addressed to: Procurement Specialist 4.C.b Packet Pg. 76 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Email inquiries shall be addressed to: rfp@orcities.org Inquiries are required to be submitted by email to the Administrative Contact listed above. No oral communication is binding on the LOC. 4.2.2 Proposal Interpretation of the RFP Documents and Issuance of Addenda If any Proposer(s) finds discrepancy in, or omissions from, or is in doubt to the true meaning of any part of the RFP document, he/she shall submit a written request for a clarification or interpretation thereof to: LEAGUE OF OREGON CITIES c/o Procurement Specialist 1201 Court St. NE Suite 200 Salem, OR 97301 Any request for clarification or interpretation must be received at least ten (10) calendar days prior to the RFP closing date. The LOC is not responsible for any explanation, clarification, interpretation, or approval made or given in any manner, except by addenda. Addenda, if necessary, will be issued not later than five (5) days prior to the RFP closing date by publication on the LOC’s web site and NPPGov website. Oral interpretations or statements cannot modify the provisions of this Request for Proposal. If inquiries or comments by Proposers raise issues that require clarification by the LOC, or the LOC decides to revise any part of this Request for Proposal, addenda will be published and provided to all persons who receive the Request for Proposal. Receipt of an addendum must be acknowledged by signing and returning it with the proposal. 4.3 INSTRUCTIONS FOR PREPARING AND SUBMITTING PROPOSALS: Proposers are to provide two (2) hard copies and two (2) electronic copies of the complete proposal. Each electronic copy is to be submitted on a USB flash drive with the core response in a file less than 10 MB, when possible. Electronic files may be used by the Evaluation Committee so they should be organized and named in an easy to understand manner. Proposers are to address proposals identified with return address, RFP number and title in the following manner:   LOC “LAW ENFORCEMENT EQUIPMENT RFP” #2010 LEAGUE OF OREGON CITIES c/o Procurement Specialist, Contract Manager 1201 Court St. NE Suite 200 Salem, OR 97301 All prices shall be held firm for a period of sixty (60) days after the Solicitation closing date. Any Proposer may withdraw its proposal if a Master Price Agreement has not been executed within sixty (60) days from the RFP closing date. 4.4 EXCEPTIONS AND DEVIATIONS TO THE RFP The Proposer shall identify and list all exceptions taken to all sections of this RFP and list these 4.C.b Packet Pg. 77 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) exceptions, referencing the section (paragraph) where the exception exists and stating the proposed revision. The Proposer shall list these exceptions under the heading, “Exception to the Solicitation, RFP Number 2010.” Exceptions not listed under the heading “Exception to the Solicitation, RFP Number 2010.” shall be considered invalid. The LOC reserves the right to reject exceptions, render the proposal non-responsive, enter into negotiation on any of the Proposer exceptions, or accept any or all exceptions. The Proposer shall detail any and all deviations from specifications, if any, contained in this Solicitation and Attachments, as requested. The LOC may accept or reject deviations, and all LOC decisions shall be final. 4.5 RESPONSE FORMAT AND CONTENT: To aid in the evaluation, it is desired that all proposals follow the same general format. The proposals are to be submitted in binders and have sections tabbed as follows: 4.5.1 Letter of Transmittal 4.5.2 Table of Contents 4.5.3 Short introduction and executive summary. This section shall contain an outline of the general approach utilized in the proposal. 4.5.4 The proposal should contain a statement of all of the programs and services proposed, including conclusions and generalized recommendations. Proposals should be all-inclusive, detailing the Proposer’s best offer. Additional related services should be incorporated into the proposal, if applicable. 4.5.5 Qualifications – This section shall describe the Proposer’s ability and experience related to the programs and services proposed. 4.5.6 Exceptions to the Solicitation, RFP Number 2010. 4.5.7 PRICING SCHEDULE (“ATTACHMENT D”). 4.5.8 PROPOSER PROFILE WORKBOOK (“ATTACHMENT B”). 4.5.9 Complete, Current Catalog Pricing shall be submitted on a USB flash drive. 4.5.10 Format Proposal to specifically address each individual sub-section and sub-set of the SCOPE OF WORK (Section 2.0). 4.5.11 Signed Addenda, if any. 4.5.12 Proposal Final Certification. 5.0 EVALUATION AND POST SUBMISSION 5.1 EVALUATION OF PROPOSAL – SELECTION FACTORS: LOC will evaluate each Proposal and prepare a scoring of each Proposal. Each Proposal received and reviewed shall be awarded points under each criterion solely on the judgment and determination of the Evaluation Committee and the LOC. There is a maximum score of 500 points and Proposer’s average total score must be at least 200 points for consideration of an award. Proposals will be evaluated on the following criteria and further defined in the Proposal Evaluation Form (ATTACHMENT E) utilizing the point system indicated on the form: 4.C.b Packet Pg. 78 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 1) Pricing 2) Product Line (within each category) 3) Marketing 4) Customer Service 5) Proven Experience & References 6) Coverage 7) Conformance At the LOC’s discretion, Proposers may be invited to make presentations to the Evaluation Committee. LOC reserves the right to make multiple awards to meet the national membership needs of this Solicitation. 5.1.1 Additional criteria/preferences that are not necessarily awarded points. 5.1.1.1 Pursuant to ORS 279A.128, Lead Contracting Agency shall give preference to goods fabricated or processed within state or services performed within state. 5.1.1.2 Pursuant to ORS 279A.125, Lead Contracting Agency shall give preference to the procurement of goods manufactured from recycled materials. 5.1.1.3 Pursuant to ORS 279A.120, Lead Contracting Agency shall give preference to goods and services that have been manufactured or produced within the State of Oregon if price, fitness, availability and quality are otherwise equal; and the Lead Contracting Agency shall add a percent increase to the proposal of a nonresident Proposer equal to the percent, if any, of the preference given to the Proposer in the state in which the Proposer resides. All Proposers shall identify the state to which it is a resident bidder. 5.1.1.4 Lead Contracting Agency shall consider proposals for printing, binding and stationary work in accordance with ORS 282.210, incorporated herein by this reference. 5.1.1.5 Proposer shall comply with all federal, state and local laws applicable to the work under the Master Price Agreement awarded as a result of this Solicitation, including, without limitation, the provisions of ORS 279A and ORS 279B, including those provisions set forth on “ATTACHMENT F”, attached hereto and incorporated herein by this reference. 5.1.1.6 Pursuant to Section 1.7, the Lead Contracting Agency encourages Minority and Women-owned Small Business Proposers to submit proposals. 5.2 RIGHT OF LEAGUE OF OREGON CITIES TO AWARD OR REJECT PROPOSALS 5.2.1 The Request for Proposal does not commit the LOC to award a Master Price Agreement for the products or services specified within the Request for Proposal document. The LOC may cancel the procurement or reject any or all proposals in accordance with ORS 279B.100. Under no circumstance will the LOC pay the costs incurred in the preparation of a response to this request. 5.2.2 The LOC reserves the right to: 5.2.2.1 Accept or reject any or all proposals and proposal terms and conditions received as a result of the Request for Proposals; 5.2.2.2 Accept a proposal and subsequent offers for a Master Price Agreement from proposer(s) other than the lowest cost proposer; 5.2.2.3 Waive or modify any irregularities in proposals received after prior notification to the Proposer(s). 5.2.3 The award, if there is one, will be made to that Proposer(s) who is determined to be the most qualified, responsible and responsive within a competitive price range based upon the evaluation of the information furnished under this RFP. 5.3 PROTEST PROCESS 4.C.b Packet Pg. 79 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) A prospective Proposer may protest the procurement process of the Solicitation for an Agreement solicited under ORS 279B. Before seeking judicial review, a prospective Proposer must file a written protest with the LOC and exhaust all administrative remedies. Written protests must be delivered to the LOC at 1201 Court St. NE, Suite 200, Salem, OR 97301 not less than ten (10) days prior to the date upon which all proposals are due. The written protest shall contain a statement of the desired changes to the procurement process or Solicitation document that the protester believes will remedy the conditions upon which the protest is based. The LOC shall consider the protest if it is timely filed and meets the conditions set forth in ORS 279B.405. The LOC shall respond pursuant to ORS 279B.405. If the LOC upholds the protest, in whole or in part, the LOC may in its sole discretion either issue an Addendum reflecting its disposition or cancel the procurement or solicitation. The LOC may extend the due date of proposals if it determines an extension is necessary to consider and respond to the protest. A Proposer may protest the Award of the Contract, or the intent to Award the Contract, if the conditions set forth in ORS 279B.410 are satisfied. Judicial review of the protest and the LOC’s decision shall be governed by ORS 279B.415. 5.4 NON-ASSIGNMENT If a Master Price Agreement is awarded, Proposer shall not assign the Agreement in part or in total. 5.5 POST AWARD MEETING: The successful Proposer(s) may be required to attend a post-award meeting with the LOC to discuss the terms and conditions of the Master Price Agreement. 5.6 PROPOSAL FINAL CERTIFICATION The Proposer must certify the following: a) I hereby certify that the Proposal contained herein fully and exactly complies with the instruction for proposers and specifications as they appear in this Notice of Solicitation. b) I hereby further certify that I am authorized by the Board of Directors or Corporate Officers of the Corporation to sign the Requests for Proposals and proposals in the name of the corporation listed below: Proposer Name: ____________________________________________ Signature: _________________________________________________ Name Typed: ______________________ Title: ___________________ Proposer is a resident bidder of the state of _______________________ Date: _____________________ 4.C.b Packet Pg. 80 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) ATTACHMENT A INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT (The Intergovernmental Cooperative Purchasing Agreement is not attached hereto, but the current version is available upon request from the Lead Public Agency) (The Intergovernmental Cooperative Purchasing Agreement is incorporated by reference herein) 4.C.b Packet Pg. 81 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) ATTACHMENT B Proposer Profile Workbook to be completed by all responders as directed herein (fillable form available upon request) 1.0 GENERAL QUESTIONS: Section 1.1 only to be completed by vendors with a national presence; i.e. vendors with a sales territory in 25 states or more. 1.1 The “Yes” or “No” questions below are to help evaluators familiarize themselves with national vendors. Indicate “Yes” or “No” as it applies to your company.  Do you have a national sales force adequate in size to meet the demands of multiple agencies and their unique needs for the products and services listed herein? Yes No  Do you have a national distribution network that will support sales resulting from this RFP? Yes No  Can you provide product availability to meet the requirements for materials and services listed herein for government and nonprofit agencies nationwide in a timely manner? Yes No  Does your company have the ability to provide toll-free telephone/fax access, and an online presence? Yes No  Can you provide a single point of contact (National Account Manager) to interact with the lead agency and NPPGov staff? Yes No  Are you a strong competitor in the industry with a minimum of three consecutive years of demonstrated success in all business practices and pursuits? Yes No 1.2 Provide at least three references of government agencies within the United States that have purchased products/services from Proposer similar to those specified in this solicitation within the last year. If proposed products/services are new to market, please use most similar business references available. Include: Agency name and address Contact name, phone and email Description of products/services sold and date. LOC may use other information, however learned, in evaluation of the response. 1.3 OPTIONAL: If a Dun and Bradstreet Comprehensive Report (or similar) for your company is available, please submit it with your response. 1.4 OPTIONAL: Attach any case studies, white papers and/or testimonials supporting your company and products/services. 4.C.b Packet Pg. 82 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 2.0 ABOUT PROPOSER: 2.1 State of incorporation: 2.2 Federal Tax Identification Number: 2.3 If applicable to the product(s) and/or service(s), describe the Proposer’s ability to conduct E- commerce or online ordering. [Insert response in box below] 2.4 Describe Proposer’s system for processing orders from point of customer contact through delivery and billing. [Insert response in box below] 2.5 Describe Proposer’s ability to provide detailed electronic reporting of quarterly sales correlated with NPPGov Member ID numbers of Participating Agency purchases as set forth in Addendum A to Vendor Administration Agreement (VAA), a copy of which is available upon request from the LOC. [Insert response in box below] 2.6 Describe the capacity of Proposer to meet Minority and Women Business Enterprises (MWBE) preferences, which may vary among Participating Agencies. [Insert response in box below] 2.7 Proposer acknowledges compliance with Davis Bacon wage requirements where labor is concerned by indicating “yes” or “no” below. 2.8 By submitting a Proposal in response to this RFP, Proposer agrees, if applicable, to comply with all applicable provisions of Title 2, Subtitle A, Chapter II, PART 200—UNIFORM ADMINISTRATIVE REQUIREMENTS, COST PRINCIPLES, AND AUDIT REQUIREMENTS FOR FEDERAL AWARDS contained in Title 2 C.F.R. § 200 et seq. Indicate “yes” or “no” below. 2.9 Complete Exhibit 1, located at the end of this workbook. 3.0 DISTRIBUTION SYSTEM: 3.1 Describe distribution of products and/or services available in Proposer’s response through Proposer’s distribution system (including Alaska and Hawaii), including any limitations. [Insert response in box below] 3.1.A Is it your intent to offer the proposed products and/or services through a designated distribution/dealer network, indicate “yes” or “no” below? 4.C.b Packet Pg. 83 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) YES NO 3.2 Provide Proposer’s shipping and delivery policy, including standard delivery time and any options and costs for expedited delivery and return policies. [Insert response in box below] 3.3 Third party and/or subcontracting may be allowed. If applicable, detail the sub-contracting process (ordering, shipment, invoicing, billing) for those products not carried in Proposer’s distribution center. Alternatively, if proposer utilizes a third-party ordering, shipment, invoicing or billing partner, please describe in detail. [Insert response in box below] 3.4 What is Proposer’s backorder policy? Is your policy to classify as “immediate or cancel” (requiring the Participating Agency to reorder if item is backordered) or “good until cancelled”? [Insert response in box below] 3.5 Indicate whether the Proposer has any dealer or distributors that are authorized to fulfil purchases? Yes No [Circle one] 3.6 If answered yes to 3.5, include a copy of or link to authorized dealers or distributors. 4.0 MARKETING: 4.1 Outline Proposer’s plan for marketing the Products and Services to the Participating Agencies on a local and national basis. Include any marketing incentives such as committed dollars for advertising, conferences/travel and custom marketing materials. [May attach marketing plan or insert response in box below] 4.2 Explain how Proposer will educate its local and national sales force about the use of the Master Price Agreement. [Insert response in box below] 4.3 Indicate the Proposer’s willingness to allow training to its local and national sales force about the 4.C.b Packet Pg. 84 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) use of the Master Price Agreement. [Insert response in box below] 5.0 POINT OF CONTACT: Proposer POC who will administer, coordinate, and manage this program with NPPGov and the LEAGUE OF OREGON CITIES: Contact Person: Title: Mailing Address: City: State & Zip: Email Address: Phone #: Fax #: Attach current resume of National Account Manager that will be the POC managing this contract. 6.0 CUSTOMER SUPPORT SERVICES: Explain Proposer’s policy regarding each of the following if applicable to product(s) and/or service(s): 6.1 Auditing for order completeness. [Insert response in box below] 6.2 Replacement policy (i.e., damaged or defective goods). [Insert response in box below] 6.3 Minimum order requirement (e.g., Individual item vs. case lot). [Insert response in box below] 6.4 Customer service hours/days of operation [Insert response in boxes below] Monday: Tuesday: Wednesday: Thursday: Friday: Saturday: Sunday: 6.5 Special Orders. [Insert response in box below] 6.6 Post sale services issues. [Insert response in box below] 6.7 Repair services, including repair warranty programs, if any. Proposer shall identify, where applicable, authorized factory repair facilities that will honor the warranty of items on contract. [Insert response in box below] 6.8 Technical support services Proposer provides. [Insert response in box below] 4.C.b Packet Pg. 85 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 6.9 Product substitution policy. [Insert response in box below] 6.10 Identify trade-in program criteria (if applicable). [Insert response in box below] 6.11. After hours service (including weekends and holidays) [Insert response in boxes below] Monday: Tuesday: Wednesday: Thursday: Friday: Saturday: Sunday: 6.12 Shipment tracking. [Insert response in box below] 6.13 Back order tracking process. [Insert response in box below] 6.14 Return Item process, including any/all associated fees (e.g., restocking, shipping, turnaround time on returns). [Insert response in box below] 6.15 Electronic billing. [Insert response in box below] 6.16 Explain how Proposer will resolve complaints, issues, or challenges. [Insert response in box below] 6.17 Other services not already covered. [Insert response in box below] 4.C.b Packet Pg. 86 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 7.0 DELIVERY AND FREIGHT CHARGES: 7.1 Identify delivery and/or shipping costs or provide a shipping rate schedule based on weight, item, and/or destination for all items ordered within the continental U.S. (and Hawaii/Alaska). The Proposer shall identify all exceptions to this shipping rate schedule. [Insert response in box below] 7.2 Identify policy for transfer of product ownership (delivery) and damage/issue resolution. [Insert response in box below] 8.0 VENDOR TERMS AND CONDITIONS. 8.1 Does Proposer require that customers/Participating Agencies agree to standard terms and conditions related to their purchase? Yes No [Circle one] 8.2 If answered yes to 8.1, include a copy of or link to terms and conditions. 9.0 WARRANTY INFOMATION: 9.1 Identify warranty options, if applicable. [Insert response in box below] 4.C.b Packet Pg. 87 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Exhibit 1 LAW ENFORCEMENT EQUIPMENT Coverage RETAIL, DISTRIBUTION AND SERVICE/SUPPORT LOCATIONS Number of retail stores in each state? (leave blank for none) Number of distribution centers in each state? (leave blank for none) Number of support locations in each state? (leave blank for none) ALABAMA ALASKA ARIZONA ARKANSAS CALIFORNIA COLORADO CONNECTICUT DELAWARE FLORIDA GEORGIA HAWAII IDAHO ILLINOIS INDIANA IOWA KANSAS KENTUCKY LOUISIANA MAINE MARYLAND MASSACHUSETTS MICHIGAN MINNESOTA MISSISSIPPI MISSOURI MONTANA NEBRASKA NEVADA NEW HAMPSHIRE NEW JERSEY NEW MEXICO NEW YORK NORTH CAROLINA NORTH DAKOTA OHIO OKLAHOMA OREGON PENNSYLVANIA 4.C.b Packet Pg. 88 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) RHODE ISLAND SOUTH CAROLINA SOUTH DAKOTA TENNESSEE TEXAS UTAH VERMONT VIRGINIA WASHINGTON WEST VIRGINIA WISCONSIN WYOMING 4.C.b Packet Pg. 89 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) THE FORM LISTED BELOW MUST BE SIGNED AND RETURNED WITH SOLICITATION RESPONSE 4.C.b Packet Pg. 90 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Exhibit 2 Declaration of Non-Collusion The undersigned does hereby declare that there has been no collusion between the undersigned, the LEAGUE OF OREGON CITIES, and National Purchasing Partners, and in further support of said Declaration, states as follows: The person, firm, association, co-partnership or corporation herein named has not, either directly or indirectly, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding or solicitation in the preparation and submission of a proposal to the LEAGUE OF OREGON CITIES for consideration in the award of a contract or Master Price Agreement negotiated as a result of this Request for Proposal. DATED this ______ day of _____________, _______. (Name of Firm) By: (Authorized Signature) Title: 4.C.b Packet Pg. 91 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) ATTACHMENT C SPECIFICATIONS LAW ENFORCEMENT EQUIPMENT These specifications are intended to cover the complete range of LAW ENFORCEMENT EQUIPMENT. Several categories are included below but are in no means intended to limit the Proposer to responding to just these categories if there are other related products and services that Proposer would like to be considered for the award. Proposers should respond with pricing for all products and services they wish to be considered in the evaluation for a possible award and master price agreement. The following categories are provided to indicate the intended extent of the RFP but do not necessarily represent the format of the Proposer’s response. Proposers may combine any and all categories and elements in a format that is most appropriate to represent their business in their response. NOTE: Proposers are not required to respond to all categories. Proposals will only be evaluated based on the categories to which they respond. Law Enforcement Equipment including but not limited to: 1) Equipment a) Body Armor i) Wearable body armor and body armor systems (including ballistic helmets) designed to meet U.S. National Institute of Justice (NIJ) Ballistic Resistance of Body Armor standard 0101.06 Types IIA, II, IIIA, III and IV. b) Protective Gear i) Gloves, eye protection, hearing protection, riot gear, shields, body pads, related accessories, etc. c) Restraints i) Straps, handcuffs, leg irons, related accessories, etc. d) Less Lethal Equipment i) Defense sprays, munitions, batons, stun guns, tasers, related accessories, etc. e) Surveillance Equipment i) Surveillance cameras, binoculars, night vision, thermal imagers, tactical (pole, under the door, through the wall), scopes, tripods, mounts, related accessories, etc. f) Bike Patrol Equipment i) Patrol bikes, bags, parts, covers, headwear, saddles, cases, racks, mounts, helmets, lights, related accessories, etc. g) Investigations and Evidence Equipment i) Drug and alcohol tests, forensic equipment, evidence collection and storage, police tape, scene lighting, breathalyzers, related accessories, etc. h) Tactical Equipment i) Entry tools, ballistic shields/ballistic blankets, flashlights, rope, rigging, rappelling/ climbing gear, related accessories, etc. i) Communications Equipment i) Radios, GPS devices, megaphones, earpieces, headphones, microphones, headsets, related 4.C.b Packet Pg. 92 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) accessories, etc. j) Traffic Safety and Control i) Cones, hi-viz equipment, flares, barrier tape, traffic vests, gloves, traffic flashlights, measuring wheels, beacons, spike strips, wheel immobilizers, related accessories, etc. k) Training and Safety Equipment i) Weapon replicas, training weapons, training handcuffs, training bags, field guides, related accessories, etc. l) Vehicle Equipment i) Speakers, sirens, flashers, mounts, lights, bumpers, handheld radar, locks, gun racks, partitions, trays, video systems, related accessories, etc. 2) Uniforms and Accessories a) Duty gear i) Duty belts, pouches, holsters, boots, shoes, related accessories, etc. b) Uniforms c) Badges and Identification i) Emblems, insignias, name strips, badge holders, nametags, wallets, buttons, pins, ID holders, related accessories, etc. d) Concealment and plainclothes gear e) Eyewear f) Bags 3) Weapons and Ammunition a) Firearms b) Firearm accessories i) Racks, safes, related accessories, etc. c) Ammunition and Training Ammunition d) Shooting Range Gear i) Hearing protectors, shooting glasses, targets, earplugs, magazine loaders, related accessories, etc. e) Knives f) Tools i) Wedges, entry tools, saws, bolt cutters, related accessories, etc. 4) Other a) Other law enforcement equipment, related equipment and accessories not included in other categories. 4.C.b Packet Pg. 93 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) ATTACHMENT D PRICING SCHEDULE The intent is for each Proposer to submit their complete product line so that Participating Agencies may order a wide array of products and services as appropriate for their needs. Proposer is encouraged but is not required to respond to all categories. Proposer may suggest additional categories and sub-categories as applicable. Proposer may subcontract items Proposer does not supply. The Proposer should not necessarily limit the proposal to the performance of the services in accordance with this document but should outline any additional services and their costs if the Proposer deems them necessary to accomplish the program. Pricing and resulting relative discount to LOC and NPPGov membership shall be clearly delineated on each proposal. Contract admin fee (established in the “Requirements” Section of the RFP) may not be listed or charged as a separate line item to users of the contract. Contract pricing shall be based upon: 1) Fixed discount(s) off published price list(s) or catalog(s) 2) Firm fixed price with economic adjustment (contingencies for economic price adjustments must be identified in the proposal) 3) A combination of the above. EXAMPLE LAW ENFORCEMENT EQUIPMENT Product Category Percentage (%) off List Price* (OR fixed price if % off pricing is not available) 1) Equipment a) Body Armor b) Protective Gear c) Restraints d) Less Lethal Equipment e) Surveillance Equipment f) Bike Patrol Equipment g) Investigations and Evidence Equipment h) Tactical Equipment i) Communications Equipment j) Traffic Safety and Control k) Training and Safety Equipment l) Vehicle Equipment 2) Uniforms and Accessories a) Duty gear b) Uniforms c) Badges and Identification d) Concealment and plainclothes gear e) Eyewear f) Bags 3) Weapons and Ammunition a) Firearms b) Firearm accessories c) Ammunition and Training Ammunition d) Shooting Range Gear e) Knives f) Tools 4) Other 4.C.b Packet Pg. 94 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Options Proposers shall provide pricing on all options, modifications, and accessories in a format that best represents their product line and pricing structure. This may include specific pricing for some options and may also include general pricing/discounts for categories of options. Proposer may also indicate availability and pricing of all other non-specified options. The intent is to provide Proposers the opportunity to present as much product as possible in the format that fits within their individual formatting needs so that the resulting award allows LOC and NPPGov members the greatest number of procurement options. Miscellaneous Proposers should include any applicable pricing information related to Section 2.3 of the RFP including but not limited to: large volume purchases, cash terms, rebates, freight/delivery costs and individual discounts. 4.C.b Packet Pg. 95 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) ATTACHMENT E PROPOSAL EVALUATION FORM Proposals will be evaluated using a two-step process. The first step evaluates the responsiveness of the proposer and determines 1) if the proposer is deemed fully responsive enabling the proposal to move to the second step and 2) if the proposal will be evaluated as a local response (within the State of Oregon), regional response (covering multiple States, but not the entire US) or a national response (covering the entire US, or at least the continental US). The second step of the evaluation process will only occur with proposals deemed fully responsive from the first step. The second step fully evaluates the proposer’s response based on the criteria found in the proposal evaluation form. STEP 1 Proposal Responsiveness Component YES NO Submitted on time Company name and RFP number on outermost packaging Completed Proposer Profile Workbook (PPW) Included pricing structure Included references Proposal signed Deemed Fully Responsive YES NO Categorized as Local, Regional or National Local Regional National 4.C.b Packet Pg. 96 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Proposal Evaluation Form STEP 2 Full Evaluation of Proposal Point Value Definitions (5) Exceeded Requirements - Compelling Detail, Showed Ability to Complete (4) Met Requirements - Thorough, Provided Supportive Material/Examples (3) Satisfied Requirements - Sufficient (2) Unclear if Requirements Met - Poor or Confusing (1) Did Not Comply with Requirements - Substandard or Blank Component Evaluated Weight Possible Points (1-5) Total Points (Weight x PP) Evaluator’s Comments Pricing: Product price and discounts proposed included favorable pricing for cooperative purchasing. Shipping conditions. PPW Section 7.0 and Pricing structure. 25 Comments: Product Line (Score only categories proposed): Breadth, variety, quality of product line and innovation of products. Warranty availability. PPW Section 9.0. 15 Comments: Marketing: Marketing plan to promote the resulting contractual agreement and ability to incorporate use of agreement in their sales system throughout indicated coverage region. Willingness to allow training of salesforce. PPW Section 4.0. 15 Comments Customer Service: Support dedicated to Participating Agencies. Ability to meet promised delivery timelines. Additional services offered. Conduct e-commerce. PPW Sub-Sections 2.3 & 2.4 and Section 6.0. 15 Comments: 4.C.b Packet Pg. 97 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Proven Experience: Success in providing products and services in a timely manner. Years in business, references and reputation. Experience with cooperative purchasing. PPW Sub-Section 1.2. 15 Comments: Coverage: Ability to provide products and services for indicated coverage region including distribution, retail & service facilities, coordination of manufacturer and distribution, and staff availability. Clearly states distribution model and provides dealer list if applicable. PPW Section 3.0 and Exhibit 1. 10 Comments: Conformance: Completeness of proposal and the degree to which the Proposer responded to the terms and all requirements and specifications of the RFP. Followed the response format and content, was clear and easily understood. Provided Term’s and Condition’s, if applicable. PPW Section 8.0 and 4.5 of RFP. 5 Comments: TOTAL 100 General Comments: Name of Evaluator _________________________ Signature _________________________________ Date _________________ 4.C.b Packet Pg. 98 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) ATTACHMENT F OREGON REVISED STATUTES (AS MAY BE AMENDED) REQUIREMENTS Successful Proposer (Contractor) shall comply with the requirements of this ATTACHMENT F to the extent required by any applicable federal or state law. (1) Contractor shall pay promptly, as due, all persons supplying labor or materials for the performance of the work provided for in the contract and shall be responsible for such payment of all persons supplying such labor or material to any Subcontractor. (2) Contractor shall promptly pay all contributions or amounts due the Industrial Accident Fund from such Contractor or Subcontractor incurred in the performance of the contract. (3) Contractor shall not permit any lien or claim to be filed or prosecuted against the LOC or any Participating Agency on account of any labor or material furnished and agrees to assume responsibility for satisfaction of any such lien so filed or prosecuted. (4) Contractor and any Subcontractor shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167 (5) If Contractor fails, neglects or refuses to make prompt payment of any claim for labor or materials furnished to the Contractor or a Subcontractor by any person in connection with the contract as such claim becomes due, the LOC or any Participating Agency may pay such claim to the persons furnishing the labor or material and charge the amount of payment against funds due or to become due Contractor by reason of the contract. The payment of a claim in the manner authorized hereby shall not relieve the Contractor or Contract surety from Contractor or its obligation with respect to any unpaid claim. If the LOC or any Participating Agency is unable to determine the validity of any claim for labor or material furnished, the District may withhold from any current payment due Contractor an amount equal to said claim until its validity is determined and the claim, if valid, is paid. (6) Contractor shall promptly, as due, make payment to any person, co-partnership, association, or corporation, furnishing medical, surgical and hospital care services or other needed care and attention, incident to sickness or injury, to employees of such Contractor, of all sums which the Contractor agrees to pay for such services and all monies and sums which the Contractor collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. (7) In a contract for personal services, contractor shall pay employees at least time and half for all overtime worked in excess of 40 hours in any one week under the contract in accordance with ORS 653.010 to 653.261 and the Fair Labor Standards Act of 1938 (29 USC 201, et seq.). In contracts for services, contractors shall pay employees at least time and a half pay for work performed on the legal holidays specified in a collective bargaining agreement or in ORS 279B.020(1)(b)(A) to (G) and for all time worked in excess of 10 hours in any one day or in excess of 40 hours in any one week, whichever is greater. (8) The Contractor must give notice in writing to employees who work on this contract, either at the time of hire or before commencement of work on the contract, or by posting a notice in a location frequented by employees, of the number of hours per day and the days per week that the employees may be required to work. (9) All subject employers working under the contract are either employers that will comply with ORS 656.017, or employers that are exempt under ORS 656.126. (10) All sums due the State Unemployment Compensation Trust Fund from the Contractor or any Subcontractor in connection with the performance of the contract shall be promptly so paid. (11) The contract may be canceled at the election of LOC for any willful failure on the part of Contractor to faithfully perform the contract according to its terms. 4.C.b Packet Pg. 99 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) (12) Contractor certifies compliance with all applicable Oregon tax laws, in accordance with ORS 305.385. (13) Contractor certifies that it has not discriminated against minorities, women, emerging small business enterprises certified under ORS 200.055, or business enterprises owned or controlled by or that employ a disabled veteran in obtaining any required subcontractors. 4.C.b Packet Pg. 100 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) ATTACHMENT G WIPHE RESPONSE FORM THIS FORM MUST BE RETURNED WITH SOLICITATION RESPONSE Vendor servicing Washington State AGREES to sell items included in this solicitation to WIPHE institutions at prices offered, unless otherwise noted below: ________ DOES NOT agree to sell to WIPHE Institutions. ________ AGREES to sell to WIPHE Institutions at same prices and discounts, with the following exceptions: (attach additional pages as necessary) Vendor must state geographic areas or specific institution(s) listed below within the State of Washington that are EXCLUDED from the contract(s) resulting from this solicitation: Washington Institutions of Public Higher Education (WIPHE). See list on following page. If Vendor agrees to sell to the WIPHE Institutions, a WIPHE Contract number will be assigned and the information will be reported to the Council of Presidents. The Council of Presidents notifies all the other schools when a WIPHE contract has been awarded and a master list will be maintained and the WIPHE website updated. WIPHE shall determine, at its absolute discretion, whether it shall accept and/or utilize the contract resulting from the Request for Proposal 4.C.b Packet Pg. 101 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Washington Institutions of Public Higher Education (WIPHE) FOUR-YEAR UNIVERSITIES CENTRAL WASHINGTON UNIVERSITY EASTERN WASHINGTON UNIVERSITY THE EVERGREEN STATE COLLEGE UNIVERSITY OF WASHINGTON WASHINGTON STATE UNIVERSITY WESTERN WASHINGTON UNIVERSITY COMMUNITY AND TECHNICAL COLLEGES: BATES TECHNICAL COLLEGE BELLEVUE COMMUNITY COLLEGE BELLINGHAM TECHNICAL COLLEGE BIG BEND COMMUNITY COLLEGE CASCADE COMMUNITY COLLEGE CASCADIA COLLEGE CENTRALIA COLLEGE CLARK COLLEGE CLOVER PARK TECHNICAL COLLEGE COLUMBIA BASIN COLLEGE EDMONDS COMMUNITY COLLEGE EVERETT COMMUNITY COLLEGE GRAYS HARBOR COLLEGE GREEN RIVER COMMUNITY COLLEGE HIGHLINE COMMUNITY COLLEGE LAKE WASHINGTON TECHNICAL COLLEGE LOWER COLUMBIA COLLEGE OLYMPIC COLLEGE PENINSULA COLLEGE PIERCE COLLEGE RENTON TECHNICAL COLLEGE SEATTLE CENTRAL COMMUNITY COLLEGES SHORELINE COMMUNITY COLLEGE SKAGIT VALLEY COLLEGE SOUTH PUGET SOUND COMMUNITY COLLEGE SPOKANE COMMUNITY COLLEGES STATE BOARD FOR TECHNICAL & COMMUNITY COLLEGES WENATCHEE VALLEY COLLEGE YAKIMA VALLEY COMMUNITY COLLEGE WHATCOM COMMUNITY COLLEGE 4.C.b Packet Pg. 102 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Miscellaneous local agencies within Washington State* ADAMS COUNTY PUYALLUP SCHOOL DIST 3 KITSAP COUNTY FIFE SCHOOL DIST 417 RIVERVIEW SCHOOL DIST 407 GONZAGA UNIVERSITY PLANNED PARENTHOOD OF WESTERN WASHINGTON SNOHOMISH COUNTY MASON COUNTY FEDERAL WAY SCHOOL DIST SPOKANE COUNTY ISSAQUAH SCHOOL DIST 411 ADAMS COUNTY FIRE DISTRICT ADAMS COUNTY HEALTH DISTRICT AFFILIATED HEALTH SERVICES ALDERWOOD WATER DISTRICT ANACORTES PORT OF ANACORTES SCHOOL DISTRICT 103 ANNAPOLIS WATER DISTRICT ASOTIN COUNTY AUBURN SCHOOL DISTRICT 408 BAINBRIDGE IS SCHOOL DISTRICT 303 BAINBRIDGE ISLAND FIRE DEPARTMENT BAINBRIDGE ISLAND PARKS BATTLE GROUND SCHOOL DISTRICT 119 BELLEVUE SCHOOL DISTRICT 405 BELLINGHAM PORT OF BELLINGHAM SCHOOL DISTRICT 501 BENTON COUNTY BENTON COUNTY FIRE DISTRICT BENTON COUNTY PUD BENTON FRANKLIN COUNTY BENTON FRANKLIN PRIVTE INDUST CNCL BENTON PORT OF BETHEL SCHOOL DISTRICT 403 BIG BROTHERS BIG SISTERS OF KING CO BIRCH BAY WATER & SEWER DISTRICT BLANCHET SCHOOL DISTRICT BREMERTON KITSAP CO HEALTH DISTRICT BREMERTON PORT OF BREMERTON SCHOOL DISTRICT 100 BURLINGTON EDISON SCHOOL DIST 100 CANCER RESEARCH AND BOISTATISTICS CASCADE BLUE MT FD SHR CASCADE IRRIGATION DISTRICT CASHMERE SCHOOL DISTRICT 222 CATHOLIC COMM SVCS OF KING CO CENTRAL KITSAP SCHOOL DISTRICT 401 CENTRAL WAS COMP MENTAL HEALTH CENTRALIA SCHOOL DISTRICT 40 CHEHALIS SCHOOL DISTRICT 302 CHELAN COUNTY CHELAN COUNTY COMMUNITY HOSPITAL CHELAN COUNTY FIRE DISTRICT CHELAN COUNTY PUD 1 CHELAN DOUGLAS COUNTY HEALTH DIST CHENEY CARE CENTER CHILD CARE RESOURCE & REFERRAL CHILDRENS THERAPY CENTER CHIMACUM SCHOOL DISTRICT 49 CLALLAM COUNTY CLALLAM COUNTY FIRE DISTRICT CLALLAM COUNTY HOSPITAL DISTRICT CLALLAM COUNTY PUD CLARK COUNTY CLARK COUNTY FIRE DISTRICT CLARK COUNTY PUD CLE ELUM-ROSLYN SCHOOL DISTRICT 404 CLOVER PARK SCHOOL DISTRICT 400 CNTRL WHIDBEY FIRE & RESCUE COAL CREEK UTILITY DISTRICT COALITION AGAINST DOMESTIC VIOLENCE COLUMBIA COUNTY COLUMBIA IRRIGATION DISTRICT COLUMBIA MOSQUITO CONTROL DISTRICT COMMUNITY CHRISTIAN ACADEMY COMMUNITY PSYCHIATRIC CLINIC COMMUNITY TRANSIT CONFEDERATED TRIBES OF CHEHALIS CONSOLIDATED DIKING IMPROVEMENT DIST CONSOLIDATED IRRIGATION COWLITZ COUNTY COWLITZ COUNTY FIRE DISTRICT COWLITZ COUNTY PUD CROSS VALLEY WATER DISTRICT DAYTON SCHOOL DISTRICT 2 DOUGLAS COUNTY DOUGLAS COUNTY FIRE DISTRICT DOUGLAS COUNTY PUD DRUG ABUSE PREVENTION CENTER E COLUMBIA BASIN IRRIGATION DIST EAST WENATCHEE WATER EATONVILLE SCHOOL DIST 404 EDMONDS SCHOOL DISTRICT 15 EDUCATIONAL SERVICE DIST 114 EDUCATIONAL SERVICE DISTRICT 113 ELLENSBURG SCHOOL DIST 401 ENUMCLAW SCHOOL DIST EVERETT PORT OF EVERETT PUBLICE FACILITIES DIST EVERGREEN MANOR INC EVERGREEN SCHOOL DIST 114 FEDERAL WAY FD FERRY COUNTY FERRY COUNTY PUBLIC HOSPITAL FERRY OKAHOGAN FPD FOSS WATERWAY DEVELOPMENT AUTHORITY FRANKLIN COUNTY FRANKLIN COUNTY PUD 4.C.b Packet Pg. 103 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) FRANKLIN PIERCE SCHOOL DIST 402 FRIDAY HARBOR PORT OF GARDENA FARMS IRRIGATION DIST 13 GARFIELD COUNTY GRAND COULEE PROJECT GRANDVIEW SCHOOL DIST 116/200 GRANITE FALLS SCHOOL DIST 332 GRANT COUNTY GRANT COUNTY HEALTH DIST GRANT COUNTY PUD GRAYS HARBOR COUNTY GRAYS HARBOR COUNTY FIRE DIST GRAYS HARBOR COUNTY PUD # 1 GRAYS HARBOR PORT OF GRAYS HARBOR PUB DEV AUTH GRAYS HARBOR TRANSIT GRIFFIN SCHOOL DIST 324 HARBORVIEW MEDICAL CENTER HAZEL DELL SEWER DIST HEALTHY MOTHERS HEALTHY BABIES COAL HIGHLINE SCHOOL DIST 401 HIGHLINE WATER DIST HOMESIGHT HOPELINK HOQUIAM SCHOOL DIST 28 HOUSING AUTHORITY OF PORTLAND ILWACO PORT OF INCHELIUM SCHOOL DIST 70 ISLAND COUNTY ISLAND COUNTY FIRE DIST JEFFERSON COUNTY JEFFERSON COUNTY FIRE DIST JEFFERSON COUNTY LIBRARY JEFFERSON COUNTY PUD JEFFERSON GENERAL HOSPITAL KARCHER CREEK SEWER DIST KELSO SCHOOL DIST 458 KENNEWICK GENERAL HOSPITAL KENNEWICK SCHOOL DISTRICT 17 KENT SCHOOL DIST 415 KETTLE FALLS SCHOOL DIST 212 KING COUNTY KING COUNTY FIRE DIST KING COUNTY HOUSING AUTHORITY KING COUNTY LIBRARY KING COUNTY WATER SEWER KINGSTON PORT OF KITSAP COUNTY FIRE & RESCUE KITSAP COUNTY LIBRARY KITSAP COUNTY PUD 1 KITTITAS COUNTY KITTITAS COUNTY PUD KITTITAS COUNTY RECLAMATION DIST KLICKITAT COUNTY KLICKITAT COUNTY PUD LAKE CHELAN RECLAMATION DIST LAKE STEVENS SCHOOL DIST 4 LAKE WASHINGTON SCHOOL DIST 414 LAKEHAVEN UTILITY DIST LAKEWOOD SCHOOL DIST 306 LEWIS CO PUD 1 LEWIS COUNTY LEWIS COUNTY FIRE DIST LEWIS PUBLIC TRANSPORTATION LIBERTY LAKE SEWER & WATER DIST LINCOLN COUNTY LINCOLN COUNTY FIRE DIST LONGVIEW PORT OF LONGVIEW SCHOOL DIST 122 LOTT WASTEWATER ALLIANCE LUMMI INDIAN NATION MANCHESTER WATER DIST MARYSVILLE SCHOOL DIST 25 MASON COUNTY FIRE DIST MASON COUNTY PUD MEAD SCHOOL DIST 354 METRO PARK DISTRICT OF TACOMA MID COLUMBIA LIBRARY MIDWAY SEWER DISTRICT MONROE SCHOOL DIST 103 MORTON SCHOOL DIST 214 MOSES LAKE PORT OF MOUNT BAKER SCHOOL DIST MT VERNON SCHOOL DISTRICT 320 MUKILTEO SCHOOL DIST 6 MUKILTEO WATER DIST NAVAL STATION EVERETT NE TRI COUNTY HEALTH DIST NORTH CENTRAL REGIONAL LIBRARY DIST NORTH KITSAP SCHOOL DIST 400 NORTH SHORE UTILITY DISTRICT NORTH THURSTON SCHOOL DISTRICT NORTHSHORE SCHOOL DIST 417 NORTHWEST KIDNEY CTR NORTHWEST WORK FORCE DEVELOPMENT CO NW REGIONAL COUNCIL OAK HARBOR SCHOOL DIST 201 OAKVILLE SCHOOL DIST 400 OCOSTA SCHOOL DIST 172 OKANOGAN COUNTY OKANOGAN COUNTY FIRE DIST OKANOGAN COUNTY PUD OKANOGAN SCHOOL DISTRICT OLYMPIA PORT OF OLYMPIA SCHOOL DISTRICT 111 OLYMPIA THURSTON CHAMBER FOUNDATION OLYMPIC AREA AGENCY ON AGING OLYMPIC MEMORIAL HOSPITAL DIST OLYMPIC REGION CLEAN AIR AGENCY OLYMPIC VIEW WATER & SEWER DIST OLYMPUS TERRACE SEWER DIST PACIFIC COUNTY PACIFIC COUNTY FIRE PARATRANSIT SERVICES 4.C.b Packet Pg. 104 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) PASCO SCHOOL DIST PEND OREILLE COUNTY CONSERV DIST PEND OREILLE COUNTY PUB HOSP DIST PEND OREILLE COUNTY PUD PENINSULA SCHOOL DISTRICT 401 PERRY TECHNICAL INSTITUTE PIERCE COUNTY PIERCE COUNTY FIRE DIST PORT ANGELES PORT OF PORT ANGELES SCHOOL DISTRICT 121 PRESCOTT SCHOOL DIST PUGET SOUND CLEAN AIR AGENCY PUGET SOUND SCHOOL DIST QUINCY COLUMBIA BASIN IRRIG DIST RICHLAND SCHOOL DIST 400 S KITSAP SCHOOL DISTRICT 402 S SNOHOMISH CO PUBLIC FAC DIST SAFEPLACE SAMISH WATER DIST SAMMAMISH WATER AND SEWER DIST SAN JUAN COUNTY SAN JUAN COUNTY FIRE DIST SEA MAR COMM HEALTH CTR SEATTLE JEWISH PRIMARY SCHOOL SEATTLE PORT OF SEATTLE SCHOOL DIST 1 SEATTLE UNIVERSITY SECOND AMENDMENT FOUNDATION SECOND CHANCE INC SENIOR OPPORTUNITY SERVICES SHELTON SCHOOL DISTRICT 309 SILVERDALE WATER SKAGIT COUNTY SKAGIT COUNTY CONSERVATION DIST SKAGIT COUNTY FIRE DIST SKAGIT COUNTY ISLAND HOSPITAL SKAGIT COUNTY PORT OF SKAGIT COUNTY PUD 1 SKAGIT TRANSIT SKAMANIA COUNTY SKOOKUM INC SNOHOMISH COUNTY LIBRARY SNOHOMISH COUNTY PUD SNOHOMISH HEALTH DISTRICT SNOHOMISH SCHOOL DISTRICT 201 SOAP LAKE SCHOOL DISTRICT 156 SOOS CREEK WATER AND SEWER DIST SOUND TRANSIT SOUTH COLUMBIA BASIN IRRIG DIST SOUTH EAST EFFECTIVE DEVELOPMENT SOUTH SOUND MENTAL HEALTH SERVICES SOUTHWEST YOUTH & FAMILY SERVICES SPECIAL MOBILITY SERVICES INC SPOKANE CO AIR POLLUTION CNTRL AUTHORITY SPOKANE COUNTY FIRE DIST SPOKANE COUNTY LIBRARY SPOKANE SCHOOL DISTRICT 81 ST JOSEPH/MARQUETTE SCHOOL STANWOOD SCHOOL DIST 410 STEVENS COUNTY STEVENS COUNTY PUD STILLAGUAMISH TRIBE OF INDIANS SUMNER SCHOOL DISTRICT 320 SUNNYSIDE PORT OF SUNNYSIDE SCHOOL DISTRICT 201 SUQUAMISH TRIBE SW CLEAN AIR AGENCY SWINOMISH TRIBE TACOMA DAY CHILD CARE AND PRESCHOOL TACOMA MUSICAL PLAYHOUSE TACOMA PORT OF TACOMA SCHOOL DISTRICT 10 TACOMA-PIERCE CO TAHOMA SCHOOL DISTRICT 409 TERRACE HEIGHTS SEWER DISTRICT THURSTON COMMUNITY TELEVISION THURSTON COUNTY THURSTON COUNTY CONSERVATION DIST THURSTON COUNTY FIRE DISTRICT TOPPENISH SCHOOL DISTRICT 202 TOUCHET SD 300 TRIUMPH TREATMENT SERVICES TUKWILA SCHOOL DIST 406 TUMWATER SCHOOL DISTRICT 33 U S DEPARTMENT OF TRANSPORTATION UNITED WAY OF KING COUNTY UNIVERSITY PLACE SCHOOL DIST UPPER SKAGIT INDIAN TRIBE VAL VUE SEWER DISTRICT VALLEY TRANSIT VALLEY WATER DISTRICT VANCOUVER PORT OF VANCOUVER SCHOOL DISTRICT 37 VASHON ISLAND SCHOOL DISTRICT 402 VERA IRRIGATION VETERANS ADMINISTRATION VOLUNTEERS OF AMERICA WA ASSOC OF SCHOOL ADMINISTRATORS WA ASSOC SHERIFFS & POLICE CHIEFS WA GOVERNMENTAL ENTITY POOL WA LABOR COUNCIL AFL-CIO WA PUBLIC PORTS ASSOCIATION WA RESEARCH COUNCIL WA ST ASSOCIATION OF COUNTIES WA STATE PUBLIC STADIUM AUTHORITY WAHKIAKUM COUNTY WALLA WALLA COLLEGE WALLA WALLA COUNTY WALLA WALLA COUNTY FIRE DISTRICT WALLA WALLA PORT OF WALLA WALLA SD 140 WASHINGTON ASSOCIATION WASHINGTON COUNTIES RISK POOL WASHINGTON FIRE COMMISSIONERS ASSOC 4.C.b Packet Pg. 105 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) WASHINGTON HEALTH CARE ASSOCIATION WASHINGTON PUBLIC AFFAIRS NETWORK WASHINGTON STATE MIGRANT COUNCIL WEST VALLEY SCHOOL DISTRICT 208 WEST VALLEY SCHOOL DISTRICT 363 WESTERN FOUNDATION THE WHATCOM CONSERVATION DIST WHATCOM COUNTY WHATCOM COUNTY FIRE DISTRICT WHATCOM COUNTY RURAL LIBRARY DIST WHIDBEY GENERAL HOSPITAL WHITMAN COUNTY WHITWORTH WATER WILLAPA COUNSELING CENTER WILLAPA VALLEY SCHOOL DISTRICT 160 WILLAPA VALLEY WATER DISTRICT WINLOCK SCHOOL DISTRICT 232 WOODINVILLE FIRE & LIFE SAFETY DIST WOODLAND PORT OF YAKIMA COUNTY YAKIMA COUNTY FIRE DISTRICT YAKIMA COUNTY REGIONAL LIBRARY YAKIMA SCHOOL DISTRICT 7 YAKIMA VALLEY FARMWORKERS CLINIC YAKIMA-TIETON IRRIGATION DISTRICT YELM COMMUNITY SCHOOL DISTRICT YMCA - TACOMA PIERCE COUNTY YMCA OF GREATER SEATTLE *Washington State cities and other unnamed Washington State local and municipal agencies may also utilize the resulting Master Price Agreement; provided they enter into the Intergovernmental Cooperative Purchasing Agreement. 4.C.b Packet Pg. 106 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) ATTACHMENT H LOCAL GOVERNMENT UNITS BY STATE Oregon’s Incorporated Cities ADAIR VILLAGE ADAMS ADRIAN ALBANY AMITY ANTELOPE ARLINGTON ASHLAND ASTORIA ATHENA AUMSVILLE AURORA BAKER CITY BANDON BANKS BARLOW BAY CITY BEAVERTON BEND BOARDMAN BONANZA BROOKINGS BROWNSVILLE BURNS BUTTE FALLS CANBY CANNON BEACH CANYON CITY CANYONVILLE CARLTON CASCADE LOCKS CAVE JUNCTION CENTRAL POINT CHILOQUIN CLATSKANIE COBURG COLUMBIA CITY CONDON COOSBAY COQUILLE CORNELIUS CORVALLIS COTTAGE GROVE COVE CRESWELL CULVER DALLAS DAMASCAS DAYTON DAYVILLE DEPOE BAY DETROIT DONALD DRAIN DUFUR DUNDEE DUNES CITY DURHAM EAGLE POINT ECHO ELGIN ELKTON ENTERPRISE ESTACADA EUGENE FAIRVIEW FALLS CITY FLORENCE FOREST GROVE FOSSIL GARBALDI GASTON GATES GEARHART GERVAIS GLADSTONE GLENDALE GOLD BEACH GOLD HILL GRANITE GRANTS PASS GRASS VALLEY GREENHORN GRESHAM HAINES HALFWAY HALSEY HAPPY VALLEY HARRISBURG HELIX HEPPNER HERMISTON HILLSBORO HINES HOOD RIVER HUBBARD HUNTINGTON IDANHA IMBLER INDEPENDENCE IONE IRRIGON ISLAND CITY JACKSONVILLE JEFFERSON JOHN DAY JOHNSON CITY JORDAN VALLEY JOSEPH JUNCTION CITY KEIZER KING CITY KLAMATH FALLS LA GRANDE LAPINE LAFAYETTE LAKE OSWEGO LAKESIDE LAKEVIEW LEBANON LEXINGTON LINCOLN CITY LONEROCK LONG CREEK LOSTINE LOWELL LYONS MADRAS MALIN MANZANITA MAUPIN MAYWOOD PARK MCMINNVILLE MEDFORD MERRILL METOLIUS MILLCITY MILLERSBURG MILTON- FREEWATER MILWAUKIE MITCHELL MOLALLA MONMOUTH MONROE MONUMENT MORO MOSIER MT ANGEL MT VERNON MYRTLE CREEK MYRTLE POINT NEHALEM NEWBERG NEWPORT NORTH BEND NORTH PLAINS NORTH POWDER NYSSA OAKLAND OAKRIDGE ONTARIO OREGON CITY PAISLEY PENDLETON PHILOMATH PHOENIX PILOT ROCK PORT ORFORD PORTLAND POWERS PRAIRIE CITY PRESCOTT PRINEVILLE RAINIER REDMOND REEDSPORT RICHLAND RIDDLE RIVERGROVE ROCKAWAY BEACH ROGUE RIVER ROSEBURG RUFUS SALEM SANDY SCAPPOUSE SCIO SCOTT MILLS SEASIDE SENECA SHADY COVE SHANIKO SHERIDAN SHERWOOD SILETZ SILVERTON SISTERS SODAVILLE SPRAY SPRINGFIELD ST HELENS ST PAUL STANFIELD STAYTON SUBLIMITY SUMMERVILLE SUMPTER SUTHERLIN SWEET HOME TALENT TANGENT THE DALLES TIGARD TILLAMOOK TOLEDO TROUTDALE TUALATIN TURNER UKIAH UMATILLA UNION UNITY VALE VENETA VERNONIA WALDPORT WALLOWA WARRENTON WASCO WATERLOO WESTLINN WESTFIR WESTON WHEELER WILLAMINA WILSONVILLE WINSTON WOOD VILLAGE WOODBURN YACHATS YAMHILL YONCALLA This may not be a complete list of all Oregon cities, but all other Oregon cities shall be incorporated by this reference. 4.C.b Packet Pg. 107 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) Hawaii’s Counties Hawaii Honolulu Kalawao Kaua’i Maui 4.C.b Packet Pg. 108 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) 17 ATTACHMENT F to Master Price Agreement by and between VENDOR and PURCHASER. ADDITIONAL VENDOR TERMS OF PURCHASE, IF ANY.          4.C.b Packet Pg. 109 Attachment: MPA 2010 LOC and Curtis Blue Line (2967 : Curtis Blue Line Law Enforcement Equipment Purchases - Authorize) POLICE DEPARTMENT Rafael Padilla, Police Chief 220 Fourth Avenue South Kent, WA 98032 253-852-2121 DATE: January 4, 2022 TO: Operations and Public Safety Committee SUBJECT: Safariland, LLC - Law Enforcement Equipment Purchases - Authorize MOTION: I move to authorize the Police Chief to purchase law enforcement equipment through a cooperative purchasing agreement the state Department of Enterprise Services has with Safariland, LLC, if those purchases are within the City’s established budgets and made during the term of the cooperative contract. SUMMARY: The City has entered into an agreement with the state Department of Enterprise Services (“DES”), which allows the City to purchase through contracts the state publicly bids and enters into with various vendors. The state has, in turn, entered into an agreement with a national purchasing cooperative, the NASPO Cooperative Purchasing Organization, LLC, which is a non-profit subsidiary of the National Association of State Procurement Officials (“NASPO”). NASPO provides states, local governments, public educational entities and other agencies with purchasing power that allows them to leverage their spending through a single solicitation that obtains best value pricing and superior contract terms than the agencies could do on their own. Purchases made through a cooperative contract satisfy the competitive bid requirements under KCC 3.70.110.F. and G. One contract that NASPO has entered into, and which the state DES has elected to participate in, is a contract with Safariland, LLC (“Safariland”), to supply body armor and ballistic resistant products for law enforcement. This contract is currently in effect through November 10, 2022. Should the City purchase from Safariland under the purchasing cooperative’s contract, the terms and conditions of that master contract will apply. A copy of the state’s participating addendum and the master contract are attached. The City Attorney’s Office has reviewed the cooperative contract and determined that no other contract document is required by the City for it to take advantage of the NASPO cooperative contract. The Mayor has previously authorized the Kent Police Department to purchase through this cooperative contract up to her $100,000 purchasing authority. However, the Kent Police Department would like Council to authorize all future purchases made through this cooperative contract, so long as those purchases are made during the term of the cooperative contract and within budgets previously established and approved by Council. 4.D Packet Pg. 110 BUDGET IMPACT: None. SUPPORTS STRATEGIC PLAN GOAL: Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. ATTACHMENTS: 1. Safariland, LLC (PDF) 4.D Packet Pg. 111 PARTICIPATING ADDENDUM – NO. 03720: BODY ARMOR AND BALLISTIC RESISTANT PRODUCTS Page 1 (Rev. 2019-12-01) PARTICIPATING ADDENDUM NASPO VALUEPOINT BODY ARMOR AND BALLISTIC RESISTANT PRODUCTS Administered by the State of Colorado (hereinafter “Lead State”) MASTER AGREEMENT Master Agreement No: 164720 Safariland, LLC (hereinafter “Contractor”) and State of Washington (hereinafter “Participating State”) WASHINGTON MASTER CONTRACT NO.: 03720 This Participating Addendum for the above referenced Master Agreement (“Participating Addendum”) is made and entered into by and between the State of Washington acting by and through the Department of Enterprise Services, a Washington State governmental agency (“Enterprise Services”) and Safariland, LLC., a Delaware Limited Liability Company (“Contractor”) and is dated and effective as of March 16, 2021. R E C I T A L S A. Pursuant to Legislative authorization codified in RCW 39.26.060, Enterprise Services, on behalf of the State of Washington, is authorized to participate in cooperative purchasing agreements to develop master agreements to procure goods and/or services and to make such competitively solicited and awarded contracts available to Washington state agencies and designated eligible purchasers consistent with terms and conditions set forth by Enterprise Services. B. Enterprise Services timely provided public notice of the competitive solicitation process conducted by the above-referenced lead state through Washington’s Electronic Business Solutions (WEBS) system. C. The above-referenced Lead State, as part of its competitive solicitation process, evaluated all responses to its procurement and identified Contractor as an apparent successful bidder and awarded a Master Agreement to Contractor. D. Enterprise Services has determined that participating in this Master Agreement is in the best interest of the State of Washington. E. The purpose of this Participating Addendum is to enable eligible purchasers, as defined herein, to utilize the Master Agreement as conditioned by this Participating Addendum. 4.D.a Packet Pg. 112 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) PARTICIPATING ADDENDUM – NO. 03720: BODY ARMOR AND BALLISTIC RESISTANT PRODUCTS Page 2 (Rev. 2019-12-01) A G R E E M E N T NOW THEREFORE, in consideration of the mutual promises, covenants, and conditions set forth herein, the parties hereto hereby agree as follows: 1. SCOPE: This Participating Addendum covers the competitive procurement for Body Armor and Ballistics Resistant Products led by the State of Colorado for use by state agencies and other entities located in the Participating State authorized by that state’s statutes to utilize state contracts with the prior approval of the State’s chief procurement official. 2. PARTICIPATION: Use of specific NASPO ValuePoint cooperative contracts by agencies, political subdivisions and other entities (including cooperatives) authorized by an individual state’s statutes to use state contracts are subject to the prior approval of the respective State chief procurement official. Issues of interpretation and eligibility for participation are solely within the authority of the State chief procurement official. Pursuant to this Participating Addendum, the Master Agreement may be utilized by the following (“Purchasing Entities” or “Purchasers”): (a) WASHINGTON STATE AGENCIES. All Washington state agencies, departments, offices, divisions, boards, and commissions. (b) WASHINGTON STATE INSTITUTIONS OF HIGHER EDUCATION (COLLEGES). Any the following specific institutions of higher education in Washington:  State universities – i.e., University of Washington & Washington State University;  Regional universities – i.e., Central Washington University, Eastern Washington University, & Western Washington University  The Evergreen State College;  Community colleges; and  Technical colleges. (c) MCUA PARTIES. The Master Agreement also may be utilized by any of the following types of entities that have executed a Master Contract Usage Agreement (MCUA) with Enterprise Services:  Political subdivisions (e.g., counties, cities, school districts, public utility districts, ports) in the State of Washington;  Federal governmental agencies or entities;  Public-benefit nonprofit corporations (i.e., § 501(c)(3) nonprofit corporations that receive federal, state, or local funding); and  Federally-recognized Indian Tribes located in the State of Washington. By placing an order under this Participating Addendum, each Purchasing Entity agrees to be bound by the terms and conditions of this Participating Addendum, including the Master Agreement. Each Purchasing Entity shall be responsible for its compliance with such terms and conditions. 3. PARTICIPATING STATE MODIFICATIONS OR ADDITIONS TO MASTER AGREEMENT: 3.1. WASHINGTON’S ELECTRONIC BUSINESS SOLUTIONS (WEBS) SYSTEM: Within seven (7) days of execution of this Participating Addendum, Contractor shall register in the Washington State Department of Enterprise Services’ Electronic Business Solutions (WEBS) System at WEBS. 4.D.a Packet Pg. 113 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) PARTICIPATING ADDENDUM – NO. 03720: BODY ARMOR AND BALLISTIC RESISTANT PRODUCTS Page 3 (Rev. 2019-12-01) Contractor shall ensure that all of its information therein is current and accurate and that, throughout the term of the Master Agreement, Contractor shall maintain an accurate profile in WEBS. 3.2. WASHINGTON’S STATEWIDE PAYEE DESK: To be paid for contract sales, Contractors must register with Washington’s Statewide Payee Desk. Washington state agencies cannot make payments to a contractor until it is registered. Registration materials are available here: Receiving Payment from the State. 3.3. CONTRACT SALES REPORTING: Contractor shall report total contract sales quarterly to Enterprise Services, as set forth below. (a) REPORTING. Contractor shall report quarterly Contract sales in Enterprise Services’ Contract Sales Reporting System. Enterprise Services will provide Contractor with a login password and a vendor number. (b) DATA. Each sales report must identify every authorized Purchasing Entity by name as it is known to Enterprise Services and its total combined sales amount invoiced during the reporting period (i.e., sales of an entire agency or political subdivision, not its individual subsections). The “Miscellaneous” option may be used only with prior approval by Enterprise Services. Upon request, Contractor shall provide contact information for all authorized Purchasing Entities specified herein during the term of this Participating Addendum. Refer sales reporting questions to the Primary Contact set forth below. If there are no contract sales during the reporting period, Contractor must report zero sales. (c) DUE DATES FOR CONTRACT SALES REPORTING. Quarterly Contract Sales Reports must be submitted electronically by the following deadlines for all sales invoiced during the applicable calendar quarter: For Calendar Quarter Ending Contract Sales Report Due March 31 April 30 June 30 July 31 September 30 October 31 December 31 January 31 3.4. VENDOR MANAGEMENT FEE: Contractor shall pay to Enterprise Services a vendor management fee (“VMF”) of 1.5 percent on the purchase price for all contract sales (the purchase price is the total invoice price less applicable sales tax) authorized by this Participating Addendum. (a) The sum owed by Contractor to Enterprise Services as a result of the VMF is calculated as follows: Amount owed to Enterprise Services = Total contract sales invoiced (not including sales tax) x .0150. (b) The VMF must be rolled into Contractor’s current pricing. The VMF must not be shown as a separate line item on any invoice unless specifically requested and approved by Enterprise Services. (c) Enterprise Services will invoice Contractor quarterly based on contract sales reported by Contractor. Contractor shall not remit payment until it receives an invoice from Enterprise Services. Contractor’s VMF payment to Enterprise Services must reference 4.D.a Packet Pg. 114 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) PARTICIPATING ADDENDUM – NO. 03720: BODY ARMOR AND BALLISTIC RESISTANT PRODUCTS Page 4 (Rev. 2019-12-01) the following:  This Washington Master Contract No.: 03720  The NASPO Master Agreement No.: 164720  The year and quarter for which the VMF is being remitted, and  Contractor’s name as set forth in this Contract, if not already included on the face of the check. (d) Contractor’s failure accurately and timely to report total net sales, to submit usage reports, or remit payment of the VMF to Enterprise Services, may be cause for suspension or termination of this Participating Addendum or the exercise of any other remedies as provided by law. (e) Enterprise Services reserves the right, upon thirty (30) days advance written notice, to increase, reduce, or eliminate the VMF for subsequent purchases. (f) For purposes of the VMF, the parties agree that the initial management fee is included in the pricing. Therefore, any increase or reduction of the management fee must be reflected in contract pricing commensurate with the adjustment. 3.5. CONTRACTOR REPRESENTATIONS AND WARRANTIES: Contractor makes each of the following representations and warranties as of the effective date of this Participating Addendum and at the time any order is placed pursuant to the Master Contract. If, at the time of any such order, Contractor cannot make such representations and warranties, Contractor shall not process any orders and shall, within three (3) business days notify Enterprise Services, in writing, of such breach. (a) WAGE VIOLATIONS. Contractor represents and warrants that, during the term of this Master Contract and the three (3) year period immediately preceding the award of the Master Contract, it is not determined, by a final and binding citation and notice of assessment issued by the Washington Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction, to be in willful violation of any provision of Washington state wage laws set forth in RCW chapters 49.46, 49.48, or 49.52. (b) PAY EQUALITY. Contractor represents and warrants that, among its workers, similarly employed individuals are compensated as equals. For purposes of this provision, employees are similarly employed if the individuals work for the same employer, the performance of the job requires comparable skill, effort, and responsibility, and the jobs are performed under similar working conditions. Job titles alone are not determinative of whether employees are similarly employed. Contractor may allow differentials in compensation for its workers based in good faith on any of the following: a seniority system; a merit system; a system that measures earnings by quantity or quality of production; a bona fide job-related factor or factors; or a bona fide regional difference in compensation levels. A bona fide job-related factor or factors may include, but not be limited to, education, training, or experience that is: consistent with business necessity; not based on or derived from a gender-based differential; and accounts for the entire differential. A bona fide regional difference in compensation level must be consistent with business necessity; not based on or derived from a gender-based differential; and account for the entire differential. Notwithstanding any provision to the contrary, upon breach of warranty and Contractor’s failure to provide satisfactory evidence of compliance within thirty (30) 4.D.a Packet Pg. 115 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) PARTICIPATING ADDENDUM – NO. 03720: BODY ARMOR AND BALLISTIC RESISTANT PRODUCTS Page 5 (Rev. 2019-12-01) days, Enterprise Services may suspend or terminate this Participating Addendum and Master Contract and any Purchaser hereunder similarly may suspend or terminate its use of the Master Contract and/or any agreement entered into pursuant to this Participating Addendum. (c) EXECUTIVE ORDER 18-03 – WORKERS’ RIGHTS (MANDATORY INDIVIDUAL ARBITRATION). Contractor represents and warrants, that Contractor does NOT require its employees, as a condition of employment, to sign or agree to mandatory individual arbitration clauses or class or collective action waivers. Contractor further represents and warrants that, during the term of this Master Contract, Contractor shall not, as a condition of employment, require its employees to sign or agree to mandatory individual arbitration clauses or class or collective action waivers. (d) GREEN/SUSTAINABLE. Contractor represents and warrants that Contractor shall endeavor to supply and delivery goods in alignment with the State of Washington’s green/sustainability strategy which, at a minimum is designed to minimize the use of unnecessary product packaging, reduce the use of toxic chemicals, and offer Purchasers, where practicable, ‘green products’ that provide equivalent performance. 3.6. COMPLIANCE WITH LAW; TAXES, LICENSES, & REGISTRATION: Contractor shall comply with all applicable law. Prior to making any sales hereunder, if Contractor is not already registered, Contractor shall register to conduct business in the State of Washington and promptly acquire and maintain all necessary licenses and registrations and pay all applicable taxes and fees. In addition, for all sales to Purchasers in the State of Washington, if Contractor does not currently do so, Contractor shall calculate, collect, and remit, as appropriate, the applicable state and local sales tax on all invoices. 3.7. CONTRACTOR’S SALES AUTHORITY; PURCHASE ORDERS; & INVOICES: (a) CONTRACTOR’S SALES AUTHORITY. Pursuant to this Participating Addendum, Contractor is authorized to provide only those Products set forth in the Master Agreement as conditioned by this Participating Addendum. Contractor shall not represent to any Purchasing Entity hereunder that it has any authority to sell any other materials, supplies, services and/or equipment. (b) PURCHASE ORDERS. All purchase orders issued by purchasing entities pursuant to this Participating Addendum shall include both the Participating State contract number 164720 and the Lead State Master Agreement Number 03720. (c) INVOICES. Contractor must provide a properly completed invoice to Purchasing Entity. All invoices are to be delivered to the address indicated in the purchase order. Each invoice must include the:  Washington Master Contract Number 03720;  Lead State Master Agreement Number 164720;  Contractor’s statewide vendor registration number assigned by the Washington State Office of Financial Management (OFM);  Applicable Purchasing Entity’s order number; Invoices must be prominently annotated by the Contractor with all applicable volume discount(s). 4.D.a Packet Pg. 116 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) PARTICIPATING ADDENDUM – NO. 03720: BODY ARMOR AND BALLISTIC RESISTANT PRODUCTS Page 6 (Rev. 2019-12-01) 4. PRIMARY CONTACTS: The primary contact individuals for this Participating Addendum are as follows (or their named successors): Contractor Participating State Safariland, LLC. 13386 International Parkway Jacksonville, FL 32218 State of Washington Department of Enterprise Services Contracts & Procurement Division P.O. Box 41411 Olympia, WA 98504-1411 Attn: Jaime Marini Tel: (904) 807-1928 Email: Jaime.marini@safariland.com Attn: Breann Aggers Tel: (360) 407-9416 Email: breann.aggers@des.wa.gov 5. AGENTS AND DISTRIBUTORS: Except for subcontracts with Contractor’s designated Agents and Distributors, Contractor shall not subcontract, assign, or otherwise transfer its obligations under the Master Agreement and this Participating Addendum without Enterprise Services’ prior written consent. Violation of this condition shall constitute a material breach establishing grounds for termination of this Participating Addendum.  AGENTS AND DISTRIBUTORS. Contractor is authorized, without additional Participating State consent, to utilize its Agents and Distributors to provide sales and service support to Purchasers hereunder; provided, however, that such participation shall be in accordance with the terms and conditions set forth in the Master Agreement and this Participating Addendum. Contractor shall maintain a list of such Agents and Distributors utilized for this Participating Addendum, and, upon request, promptly provide Enterprise Services with such list and any updates.  CONTRACTOR RESPONSIBILITY FOR AGENTS AND DISTRIBUTORS. Contractor shall be responsible to ensure that all requirements of the Master Agreement (including, but not limited to, insurance requirements, indemnification, Washington state business registration, etc.) flow down to any and all Agents and Distributors. In no event shall the existence of a subcontract between Contractor and its Agents and Distributors operate to release or reduce Contractor’s liability to the Participating State or any Purchaser for any breach of the Master Agreement or this Participating Addendum. As to Participating State and Purchasers hereunder, Contractor shall have full and complete responsibility and liability for any act or omission by Contractor’s Agents and Distributors.  PURCHASER PAYMENT REGARDING CONTRACTOR’S AGENTS AND DISTRIBUTORS. Notwithstanding any provision to the contrary, the parties understand and agree that for any contract sales or service provided pursuant to the Master Agreement and this Participating Addendum, Purchaser payment shall be made directly to Contractor as the awarded vendor pursuant to the competitive procurement; provided, however, that, in the event any such sales or services are performed by a Agents and Distributors for Contractor, Contractor may instruct such Purchaser to make payment for such sales or services to Contractor’s identified Agents and Distributors. Regardless of whether Contractor instructs a Purchaser to make such payment to Contractor’s Agents and Distributors, Contractor shall remain responsible for performance. 4.D.a Packet Pg. 117 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) PARTICIPATING ADDENDUM – NO. 03720: BODY ARMOR AND BALLISTIC RESISTANT PRODUCTS Page 7 (Rev. 2019-12-01)  CONTRACT SALES REPORTING. Notwithstanding any provision to the contrary, Contractor shall report to Enterprise Services total contract sales, delineated by purchaser, made by each individual Agents and Distributors and also report total contract sales, delineated by purchaser, on a consolidated Contractor ‘roll-up’ basis. Contractor shall maintain records supporting such reports in accordance with the Master Agreement’s records retention requirements. 6. ORDERS: Unless the parties to the Order agree in writing that another contract or agreement applies to such order, any Order placed by a Participating Entity or Purchasing Entity for a Product and/or Service available from this Master Agreement shall be deemed to be a sale under (and governed by the prices and other terms and conditions of) the Master Agreement as conditioned by this Participating Addendum. 7. GENERAL: (a) INTEGRATED AGREEMENT; MODIFICATION. This Participating Addendum and Master Agreement, together with its exhibits, set forth the entire agreement and understanding of the Parties with respect to the subject matter and supersedes all prior negotiations and representations. This Participating Addendum may not be modified except in writing signed by the Parties. (b) AUTHORITY. Each party to this Participating Addendum, and each individual signing on behalf of each party, hereby represents and warrants to the other that it has full power and authority to enter into this Participating Addendum and that its execution, delivery, and performance of this Participating Addendum has been fully authorized and approved, and that no further approvals or consents are required to bind such party. (c) ELECTRONIC SIGNATURES. A signed copy of this Participating Addendum or any other ancillary agreement transmitted by facsimile, email, or other means of electronic transmission shall be deemed to have the same legal effect as delivery of an original executed copy of this Participating Addendum or such other ancillary agreement for all purposes. (d) COUNTERPARTS. This Participating Addendum may be executed in one or more counterparts, each of which shall be deemed an original, and all of which counterparts together shall constitute the same instrument which may be sufficiently evidenced by one counterpart. Execution of this Participating Addendum at different times and places by the parties shall not affect the validity thereof so long as all the parties hereto execute a counterpart of this Participating Addendum. EXECUTED as of the date and year first above written. STATE OF WASHINGTON DEPARTMENT OF ENTERPRISE SERVICES SAFARILAND, LLC., A DELAWARE LIMITED LIABILITY COMPANY By: _______________________________ By: _______________________________ Elena McGrew James Duncan Its: Acting Enterprise Procurement Manager Its: General Manager, VP-Armor 4.D.a Packet Pg. 118 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 1 Body Armor and Ballistic Resistant Products Master Agreement NASPO ValuePoint Master Agreement Terms and Conditions For Body Armor and Ballistic Resistant Products A Contract for the NASPO ValuePoint Cooperative Purchasing Program Acting by and through the State of Colorado (Lead State) Department of Personnel & Administration State Purchasing & Contracts Office 1525 Sherman Street, 3rd Floor Denver, Co 80203 And Safariland, LLC 13386 International Parkway Jacksonville, FL 49622 Master Agreement Number 164720 DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 119 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 2 Body Armor and Ballistic Resistant Products Master Agreement TABLE OF CONTENTS 1. NASPO VALUEPOINT MASTER AGREEMENT OVERVIEW ...................................... 4 1.1. Parties .................................................................................................................... 4 1.2. Effective Date ......................................................................................................... 4 1.3. Master Agreement Order of Precedence ..................................................................... 4 1.4. Term of this Master Agreement ................................................................................. 4 2. DEFINITIONS ............................................................................................................. 5 3. NASPO VALUEPOINT PROGRAM PROVISIONS ....................................................... 8 3.1. Price and Rate Guarantee Period ............................................................................... 8 3.2. Participants and Scope ............................................................................................. 9 3.3. Administrative Fees ............................................................................................... 10 3.4. NASPO ValuePoint Summary and Detailed Usage Reports ....................................... 10 3.5. NASPO ValuePoint Cooperative Program Marketing and Performance Review ........... 12 3.6. NASPO ValuePoint eMarket Center ........................................................................ 13 3.7. Right to Publish ..................................................................................................... 15 3.8. Individual Customers ............................................................................................. 15 4. STATEMENT OF WORK ........................................................................................... 15 4.1. Overview .............................................................................................................. 15 4.2. Product Standards .................................................................................................. 16 4.3. Product Category ................................................................................................... 16 4.4. Current Awarded Categories ................................................................................... 17 4.5. Product Specifications ............................................................................................ 18 4.6. Product Recycling ................................................................................................. 19 5. ADMINISTRATION OF ORDERS .............................................................................. 19 5.1. Ordering and Invoicing Specifications ..................................................................... 19 5.2. Payment ............................................................................................................... 20 6. GENERAL PROVISIONS ........................................................................................... 21 6.1. Insurance .............................................................................................................. 21 6.2. Records Administration and Audit........................................................................... 22 6.3. Confidentiality, Non-Disclosure, and Injunctive Relief .............................................. 22 6.4. License of Pre-Existing Intellectual Property ............................................................ 24 6.5. Public Information ................................................................................................. 24 6.6. Assignment/Subcontracts ....................................................................................... 24 6.7. Changes in Contractor Representation ..................................................................... 24 6.8. Independent Contractor .......................................................................................... 24 6.9. Force Majeure ....................................................................................................... 24 DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 120 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 3 Body Armor and Ballistic Resistant Products Master Agreement 6.10. Defaults and Remedies ..................................................................................... 25 6.11. Waiver of Breach ............................................................................................. 25 6.12. Debarment ...................................................................................................... 26 6.13. Indemnification ............................................................................................... 26 6.14. No Waiver of Sovereign Immunity .................................................................... 27 6.15. Governing Law and Venue ............................................................................... 27 6.16. Assignment of Antitrust Rights ......................................................................... 27 6.17. Contract Provisions for Orders Utilizing Federal Funds ....................................... 27 EXHIBIT A, PRODUCT AND PRICE LISTS .................................................................... 29 EXHIBIT B, AGENTS AND DISTRIBUTORS BY STATE ................................................ 29 EXHIBIT C, WARRANTY AND RECYCLING PLAN ...................................................... 29 EXHIBIT D, NASPO VALUEPOINT DETAILED SALES REPORTING TEMPLATE ......... 29 EXHIBIT E, CONTRACTOR ATTESTATION .................................................................. 30 DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 121 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 4 Body Armor and Ballistic Resistant Products Master Agreement 1. NASPO VALUEPOINT MASTER AGREEMENT OVERVIEW 1.1. Parties This Master Agreement is entered into by and between the State of Colorado, acting by and through the Department of Personnel & Administration, State Purchasing & Contracts Office (hereinafter called the “Lead State”), and Safariland, LLC (hereinafter called “Contractor”), for the procurement of Body Armor and Ballistic Resistant Products for the benefit of Participating States, Entity’s, and Purchasing Entities. The Contractor and the Lead State herby agree to the following terms and conditions. 1.2. Effective Date This Master Agreement shall not be effective or enforceable until the date on which it is approved and signed (hereinafter called the “Effective Date”) by the Colorado State Controller or designee. 1.3. Master Agreement Order of Precedence 1.3.1. Any Order placed under this Master Agreement shall consist of the following documents: a) A Participating Entity’s Participating Addendum (“PA”); b) NASPO ValuePoint Master Agreement Terms & Conditions, including all Exhibits. c) An Order issued against this Master Agreement; d) The Solicitation, RFP-AR-21-001 Body Armor and Ballistic Resistant Products; and e) Contractor’s response to the Solicitation, as revised (if permitted) and accepted by the Lead State. 1.3.2. Any conflict among these documents shall be resolved by giving priority to these documents in the order listed above. Contractor terms and conditions that apply to this Master Agreement are only those that are expressly accepted by the Lead State and shall be incorporated into this Master Agreement. 1.4. Term of this Master Agreement 1.4.1. Initial Term-Work Commencement. The Parties’ respective performances under this Master Agreement shall commence on the Effective Date. This Master Agreement shall terminate on November 10, 2022 unless terminated sooner, as specified in §6.10 (Defaults and Remedies), or extended further as specified in §1.4.2 below. 1.4.2. Extension of Agreement. This Master Agreement may be extended beyond the original Contract period for up to three (3) consecutive one (1) year additional terms, upon the mutual agreement of the Lead State and Contractor, by written Amendment. The total duration of this Master Agreement, including any extensions, shall not exceed five (5) years. 1.4.3. Amendments. The terms of this Master Agreement shall not be waived, altered, modified, supplemented or amended in any manner whatsoever without prior written Amendment of the Lead State and Contractor. 1.4.4. Cancellation. This Master Agreement may be canceled by either party upon sixty (60) days written notice prior to the effective date of the cancellation. Further, any Participating Entity may cancel its participation upon thirty (30) days written notice, unless otherwise limited or stated in the Participating Addendum. Cancellation may be in whole or in part. Any cancellation under this provision shall not affect the rights and obligations attending Orders outstanding at the time of cancellation, including any right of and Purchasing Entity to indemnification by the Contractor, rights of payment for Products delivered and accepted, and rights attending any warranty or default in performance in association with any Order. Cancellation of this Master Agreement due to Contractor default may be immediate. DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 122 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 5 Body Armor and Ballistic Resistant Products Master Agreement 2. DEFINITIONS The following terms shall be construed and interpreted as follows: Term Description Acceptance A written notice from a Purchasing Entity to Contractor advising Contractor that the Product has passed its Acceptance Testing. Acceptance of a Product for which Acceptance Testing is not required shall occur following the completion of delivery, installation, if required, and a reasonable time for inspection of the Product, unless the Purchasing Entity provides a written notice of rejection to Contractor. Ballistic panel A type of armor panel intended to provide ballistic resistance. (ASTM Terminology E3005) Body Armor An item of personal protective equipment intended to protect the wearer from threats that may include ballistic threats, stabbing, fragmentation, or blunt impact. Law enforcement and corrections officers typically refer to body armor as a vest. (ASTM Terminology E3005) Business Day Any day other than Saturday, Sunday or a legal holiday. Carrier A garment whose primary purpose is to retain the armor panel(s) or plate(s) and provide a means of supporting and securing the armor panel(s) or plate(s) to the wearer. (ASTM Terminology E3005) Combination Vest A type of body armor intended to protect the wearer from both ballistic threats and stabbing. Combination armor is sometimes called dual-threat armor or multiple-threat armor. (ASTM Terminology E3005) Concealable Vest A vest designed to be worn under the shirt (uniform or undercover) or in a carrier that looks like a uniform shirt so that it is not easily seen. (ASTM Terminology E3005) CPL Certified Product List. Ceiling Pricing Pricing that is established as a “not-to-exceed” amount; the maximum price Contractor may charge for Products, Services, and Supplies. Chief Procurement Officer The individual who has the authority to supervise and approve the procurement of all Products and Services needed by the Lead State or a Participating State. Contractor The person or entity delivering Products or performing Services under the terms and conditions set forth in this Master Agreement. Distributor Means an entity that purchases Products and Resells the Product to end-users and has the ability to do on-site measurements. Free on Board (FOB) Destination Contractor is responsible for transportation and handling charges and the sale does not occur until the Products arrive at the Purchasing Entity’s specified location. Goods Any movable material acquired, produced, or delivered by Contractor, and shall include any movable material acquired, produced, or delivered by Contractor in connection with the Services. In Conjunction With Armor Soft or hard armor that is designed to provide a specific level of ballistic protection only when layered with a specified model(s) of body armor. (ASTM Terminology E3005) DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 123 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 6 Body Armor and Ballistic Resistant Products Master Agreement Independent Contractor A natural person, business, or corporation that provides Products or Services to another entity under the terms specified in a contract. An employer- employee relationship does not exist. Insert A removable unit of protective material (soft armor or hard armor) intended to be placed into a special pocket on a carrier to enhance protection in a localized area. (ASTM Terminology E3005) Intellectual Property Any and all patents, copyrights, service marks, trademarks, trade secrets, trade names, patentable inventions, or other similar proprietary rights, in tangible or intangible form, and all rights, title, and interest therein. Lead State The state that is centrally administering this Master Agreement. Manufacturer A company that, as its primary business function, designs, assembles, and owns the trademark/patent and markets a Product. Also referred to as Contractor. Manufacturer’s Suggested Retail Price (MSRP) The list price or recommended retail price of a Product in which the Manufacturer recommends that the retailer sell the Product. Master Agreement Also referred to as “Contract”; the underlying agreement executed by and between the Lead State, acting on behalf of the NASPO ValuePoint program, and the Contractor, as now or hereafter amended. Multi-function Device (MFD) A Device which incorporates the functionality of multiple Devices into one, such as print, fax, copy and scan. Each feature can work independently of the other. NASPO ValuePoint The NASPO Cooperative Purchasing Organization LLC, doing business as NASPO ValuePoint, is a 501(c)(3) limited liability company that is a subsidiary organization of the National Association of State Procurement Officials (NASPO). NASPO ValuePoint is identified in this Master Agreement as the recipient of reports and may perform Contract administration functions relating to collecting and receiving reports as well as other Contract administration functions as assigned by the Lead State. NIJ The National Institute of Justice. NIJ Compliant Products List (NIJ CPL) The list of models certified by NIJ to be compliant with an applicable standard. NIJ Compliance Testing Program (NIJ CTP) The NIJ program that certifies body armor models that meet the requirements of the most current version of the relevant NIJ standard. NIJ Mark The NIJ certification mark, registered with the U.S. Patent and Trademark Office, that is used to communicate a product’s compliance status with the NIJ CTP. Normal Business Hours 8:00 a.m. to 5:00 p.m., Monday through Friday (state holidays excluded), regardless of time zone. OEM Original Equipment Manufacturer. Order Any type of encumbrance document or commitment voucher, including, but not limited to, a purchase order, contract, or other document used by a Purchasing Entity to order the Products. DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 124 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 7 Body Armor and Ballistic Resistant Products Master Agreement Participating Addendum A bilateral agreement executed by a Contractor and a Participating State or Entity incorporating this Master Agreement and any other additional Participating State or Entity specific language or other requirements (e.g. ordering procedures, other terms and conditions). Participating Entity A government entity within a state that is properly authorized to enter into a Participating Addendum. Participating State A state, which encompasses all government entities within that state, or the District of Columbia, or one of the territories of the United States, that enters into a Participating Addendum. Product Any good, service, or other deliverable supplied or created by the vendor pursuant to the Master Agreement. The term products, supplies and services, and products and services are used interchangeably in the terms and conditions. Product Category This consists of: Ballistic-Resistant Vest, Stab-Resistant Vest, Combination Vest, In Conjunction With Armor, K-9 Ballistic-resistant Vest, K-9 Stab- resistant Vest, K-9 Combination Vest, Ballistic-resistant Helmets, Ballistic- resistant Shields, Carriers, and Ballistic-resistant and Non-ballistic-resistant accessories. Product Category Ballistic-resistant accessories This includes: Inserts (soft armor or hard armor), trauma packs, trauma plates, and protectors (groin, bicep, collar and throat) Product Category Non- ballistic-resistant Accessories This includes: pouches; replacement vest straps; ID patches; Carry bags for vests, shields, and helmets; Helmet non-ballistic face shield, equipment rails, pads, and retention/suspension system; Shield lights, shoulder straps, and logos. Public Record All books and Public Records of a governmental entity, the contents of which are not otherwise declared by law to be confidential must be open to inspection by any person and may be fully copied or an abstract or memorandum may be prepared from those public books and Public Records. Purchasing Entity A state, city, county, district, institution of higher education, and some non- profits who issue an Order against this Master Agreement via their Participating State or Entity’s Participating Addendum. Services The labor required to be performed by Contractor pursuant to this Master Agreement or an Order. Soft Armor An item of personal protective equipment constructed of pliable/flexible materials intended to protect the wearer from threats that may include ballistic threats, stabbing, fragmentation, or blunt impact (ASTM Terminology E3005) Solicitation A written offer or attempt to purchase Products and/or Services through an official Proposal, Evaluation, and Award process. Stab Panel A type of armor panel intended to provide stab resistance. (ASTM Terminology E3005) Subcontractor An individual or a business that signs a contract with the Contractor to perform part of Contractor’s obligations under the Master Agreement. DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 125 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 8 Body Armor and Ballistic Resistant Products Master Agreement Tactical Vest A vest designed to be worn over the uniform shirt in a load bearing carrier that accepts various equipment. Equipment may include holsters, magazines, radios, or accessories. (ASTM Terminology E3005) Third Party Someone who may be indirectly involved but is not a principal party to an arrangement, contract, deal, lawsuit or transaction. Threat Level The rated level of protection, according to the relevant standard for the body armor or ballistic-resistant product. Trauma Pack A soft insert intended to reduce backface deformation due to a ballistic impact. (ASTM Terminology E3005) Vest Type of body armor intended to protect the wearer’s torso. (ASTM Terminology E3005) 3. NASPO VALUEPOINT PROGRAM PROVISIONS 3.1. Price and Rate Guarantee Period 3.1.1. The Product and Price List(s) identifies a complete listing of all Products and Services the Contractor can provide under this Master Agreement. 3.1.2. MSRP/List Price discount percentages must be guaranteed throughout the term of this Master Agreement, including any renewal terms; however, Contractor may increase its discount percentage at any time. The Lead State must be notified of any such discount percentage increase, and provided with a copy of the new Product and Price List(s). 3.1.3. MSRP/List Price shall remain firm during the first twelve (12) months of the Master Agreement. After this period, Awarded Vendors may update their MSRP/List Price on an annual basis, according to the following guidelines: a) All requested price increases must include documentation from Direct Material suppliers detailing cost escalations, and Awarded Vendors must describe how those escalations impact current Product offerings. b) With the exception of Direct Material cost increases, no price increase requests will be allowed. c) Updated Product and Price Lists must be submitted to the Lead State by the 1st day of the month at least one year after prior price increase updates. d) Pricing will not go into effect unless, or until, it is approved by the Lead State. 3.1.4. The Master Agreement pricing IS Ceiling Pricing. Contractor may offer lower pricing on a per Order basis to Purchasing Entity’s; likewise, Purchasing Entity’s may request lower pricing on a per Order basis from Contractor. 3.1.5. Contractor may offer state-wide temporary promotional discounts, customer location temporary specific discounts, bulk discounts, or spot discounts. Contractor must notify the Participating State or Entity Contract Administrator and Lead State of special state-wide temporary promotional discounts. 3.1.6. Any revisions to Product offerings (new NIJ approved items, etc.) must be pre-approved by the Lead State, and will be allowed once per quarter. DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 126 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 9 Body Armor and Ballistic Resistant Products Master Agreement 3.1.7. Product updates are required by the 1st of the month of a calendar quarter and shall go into effect upon approval by the Lead State. 3.1.8. Price Lists received after the 1st of the month of a calendar quarter may not be approved for up to one hundred twenty days (120) days following submission. In addition, errors in the Contractor’s Price Lists may delay the approval process further. 3.1.9. All approved Price Lists will be submitted by the Lead State to NASPO ValuePoint. Contractor shall then update all applicable websites with the new Price Lists after the NASPO ValuePoint website has been updated. 3.1.10. Contractor is only authorized to provide Products and Services that are awarded under this Master Agreement, as referenced in Exhibit A. 3.1.11. Pricing must include all shipping, delivery, and fitting costs associated with the Products. 3.2. Participants and Scope 3.2.1. Contractor may not deliver Products or perform Services under this Master Agreement until a Participating Addendum acceptable to the Participating State or Entity and Contractor is executed. The NASPO ValuePoint Master Agreement Terms and Conditions are applicable to any Order by a Participating State or Entity (and other Purchasing Entities covered by their Participating Addendum), except to the extent altered, modified, supplemented or amended by a Participating Addendum. By way of illustration and not limitation, this authority may apply to unique delivery and invoicing requirements, confidentiality requirements, defaults on Orders, governing law and venue relating to Orders by a Participating State or Entity, indemnification, and insurance requirements. Statutory or constitutional requirements relating to availability of funds may require specific language in some Participating Addenda in order to comply with applicable law. The expectation is that these alterations, modifications, supplements, or amendments will be addressed in the Participating Addendum or, with the consent of the Purchasing Entity and Contractor, may be included in the ordering document (e.g. Order) used by the Purchasing Entity to place the Order. 3.2.2. Use of specific NASPO ValuePoint cooperative Master Agreements by state agencies, political subdivisions and other Participating States or Entities authorized by individual state’s statutes to use state contracts are subject to the approval of the respective State Chief Procurement Officer. Issues of interpretation and eligibility for participation are solely within the authority of the respective State Chief Procurement Officer. 3.2.3. Obligations under this Master Agreement are limited to those Participating States and Entities who have signed a Participating Addendum and Purchasing Entities within the scope of those Participating Addenda. Financial obligations of Participating States and Entities are limited to the Orders placed by the departments or other state agencies and institutions having available funds. Participating States incur no financial obligations on behalf of political subdivisions. Contractor shall email a fully executed PDF copy of each Participating Addendum to PA@naspovaluepoint.org to support documentation of participation and posting in appropriate data bases. 3.2.4. Participating States and Entities may, through a Participating Addendum, limit: a) Available financial vehicles; b) Any additional items as deemed necessary by the Participating State or Entity. 3.2.5. A Participating State or Entity must sign a new Participating Addendum with Contractor, regardless of whether Contractor has signed Participating Addenda under a prior Master Agreement(s). DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 127 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 10 Body Armor and Ballistic Resistant Products Master Agreement 3.2.6. NASPO Cooperative Purchasing Organization LLC, doing business as NASPO ValuePoint, is not a party to this Master Agreement. It is a nonprofit cooperative purchasing organization assisting states in administering the NASPO ValuePoint cooperative purchasing program for state government departments, institutions, agencies and political subdivisions (e.g., colleges, school districts, counties, cities, etc.) for all 50 states, the District of Columbia and the territories of the United States. 3.2.7. Participating Addenda shall not be construed to amend the following provisions in this Master Agreement between the Lead State and Contractor, and any such language shall be void and of no effect: a) Term of this Master Agreement; b) Amendments; c) Participants and Scope; d) Administrative Fee; e) NASPO ValuePoint Summary and Detailed Usage Reports; f) NASPO ValuePoint Cooperative Program Marketing and Performance Review; g) NASPO ValuePoint eMarket Center; h) Right to Publish; i) Price and Rate Guarantee Period; and j) Individual Customers. 3.2.8. Participating Entities who are not states may under some circumstances sign their own Participating Addendum, subject to the approval of participation by the Chief Procurement Officer of the state where the Participating Entity is located. Any permission to participate through execution of a Participating Addendum is not a determination that procurement authority exists in the Participating Entity; they must ensure that they have the requisite procurement authority to execute a Participating Addendum. 3.3. Administrative Fees 3.3.1. The Contractor shall pay to NASPO ValuePoint, or its assignee, a NASPO ValuePoint Administrative Fee of one-quarter of one percent (0.25% or 0.0025) no later than sixty (60) days following the end of each calendar quarter. 3.3.2. The NASPO ValuePoint Administrative Fee is not negotiable. 3.3.3. The Contractor shall report on all actual Body Armor and ballistic-resistant protective product sales. 3.3.4. Some Participating States may require a fee be paid directly to the Participating State on sales made by Purchasing Entities within that state. For all such requests, the fee level, payment method, and schedule for such reports and payments will be incorporated into the Participating Addendum. The Contractor may adjust this Master Agreement pricing accordingly for this Participating Addendum only for sales made by Purchasing Entities within the jurisdiction of the Participating State requesting the additional fee. 3.4. NASPO ValuePoint Summary and Detailed Usage Reports The Contractor shall provide the following NASPO ValuePoint reports: DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 128 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 11 Body Armor and Ballistic Resistant Products Master Agreement 3.4.1. Summary Sales Data. The Contractor shall submit quarterly sales reports directly to NASPO ValuePoint using the NASPO ValuePoint Quarterly Sales/Administrative Fee Reporting Tool found at http://calculator.naspovaluepoint.org. Any/all sales made under the Contract shall be reported as cumulative totals by state, which are inclusive of all line items identified in the Detailed Sales Report. Even if Contractor experiences zero sales during a calendar quarter, a report is still required. Reports shall be due no later than thirty (30) days following the end of the calendar quarter (as specified in the reporting tool). 3.4.2. Detailed Sales Report. Contractor shall also report detailed sales data by: a) State; b) Customer Type (e.g. local government, higher education, K-12, non-profit); c) Customer bill-to name and address; d) Contractor or authorized agents and Distributors Order number; e) Customer purchase order number; f) Customer number; g) Order type (e.g. sales Order, credit, return, upgrade); h) Purchase order date; i) Ship date; j) Invoice date and number; k) Product number and description l) List Price/MSRP; m) Contract Price; n) Quantity; o) Total Price; p) NASPO ValuePoint Admin Fee amount; and q) Distributor. 3.4.3. Reports are due on a quarterly basis and must be received by the Lead State and NASPO ValuePoint Cooperative Development Team no later than thirty (30) days after the end of the reporting period. Reports shall be delivered to the Lead State and to the NASPO ValuePoint Cooperative Development Team electronically through a designated portal, email, CD-Rom or flash drive. Detailed sales reports shall include sales information for all sales under Participating Addenda executed under this Master Agreement. The format for the detailed sales data report is shown in Exhibit D (NASPO ValuePoint Detailed Sales Reporting Template). 3.4.4. Reportable sales for the summary sales data report and detailed sales data report includes sales to employees for personal use where authorized by the Participating Addendum. Report data for employees should be limited to ONLY the state and entity they are participating under the authority of (state and agency, city, county, school district, etc.) and the amount of sales. No personal identification numbers, e.g. names, addresses, social security numbers or any other numerical identifier, may be submitted with any report. 3.4.5. Contractor shall provide the NASPO ValuePoint Cooperative Development Coordinator with an executive summary each quarter that includes, at a minimum, a list of states with an active Participating Addendum, states that Contractor is in negotiations with, and any PA roll out or implementation activities and issues. NASPO ValuePoint Cooperative Development Coordinator and Contractor will determine the format and content of the executive summary. The executive summary is due thirty (30) days after the conclusion of each calendar quarter. DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 129 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 12 Body Armor and Ballistic Resistant Products Master Agreement 3.4.6. Timely submission of these reports is a material requirement of this Master Agreement. The recipient of the reports shall have exclusive ownership of the media containing the reports. The Lead State and NASPO ValuePoint shall have a perpetual, irrevocable, non-exclusive, royalty free, transferable right to display, modify, copy, and otherwise use reports, data and information provided under this section. 3.5. NASPO ValuePoint Cooperative Program Marketing and Performance Review 3.5.1. Contractor agrees to work cooperatively with NASPO ValuePoint personnel to ensure that Contractor’s personnel will be educated regarding the provisions of this Master Agreement, as well as the competitive nature of NASPO ValuePoint procurements, the Participating Addendum process, and the manner in which Participating Entities can utilize this Master Agreement. 3.5.2. Contractor agrees, as Participating Addenda are executed, and if requested by NASPO ValuePoint personnel, to provide plans to launch this Master Agreement program within the Participating State. Plans will include timeframes to implement this Master Agreement and Participating Addendum, as well as confirmation that the Contractor’s website has been updated to properly reflect the contract offer as available in the Participating State. 3.5.3. Contractor agrees, absent anything to the contrary outlined in a Participating Addendum, to consider customer proposed terms and conditions, as deemed important to the customer, for possible inclusion into the Participating Addendum. Contractor shall ensure that their sales force is aware of this contracting option. 3.5.4. Contractor agrees to fairly, actively, and equally promote and advertise their NASPO ValuePoint Master Agreement at all trade shows and Distributor meetings whereby Contractor displays or makes reference to their government contract award offerings. 3.5.5. Contractor agrees, within 30 days of this Master Agreement effective date, to notify the Lead State and NASPO ValuePoint of any contractual most-favored customer provisions in third-party contracts or agreements that may affect the promotion of this Master Agreement, or whose terms provide for adjustments to future rates or pricing based on rates, pricing in, or Orders from this Master Agreement. Upon request of the Lead State or NASPO ValuePoint, Contractor shall provide a copy of any such provisions. 3.5.6. Contractor agrees to participate in person at an annual performance review, which may include a discussion of marketing action plans, target strategies, marketing materials, reporting, and timeliness of administration fee payments. The location of the performance review shall be determined by the Lead State and NASPO ValuePoint. 3.5.7. Contractor agrees that the NASPO ValuePoint logos may not be used by Contractor in sales and marketing materials until a logo-use agreement is executed with NASPO ValuePoint. 3.5.8. The Lead State shall evaluate the utilization of this Master Agreement at the annual performance review. The Lead State may, in its discretion, cancel this Master Agreement pursuant to §1.4, or not exercise an option to renew, when Contractor utilization does not warrant further administration of this Master Agreement. The Lead State may exercise its right to not renew this Master Agreement if Contractor fails to record or report revenue for three consecutive quarters, upon a 60-calendar day written notice to the Contractor. Cancellation based on nonuse or under- utilization will not occur sooner than two (2) years after execution of this Master Agreement. This subsection does not limit the discretionary right of either the Lead State or Contractor to cancel this Master Agreement pursuant to §1.4.4 or to terminate for default pursuant to §6.10. DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 130 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 13 Body Armor and Ballistic Resistant Products Master Agreement 3.6. NASPO ValuePoint eMarket Center 3.6.1. In July 2011, NASPO ValuePoint entered into a multi-year agreement with SciQuest, Inc. (doing business as JAGGAER) whereby JAGGAER will provide certain electronic catalog hosting and management services to enable eligible NASPO ValuePoint customers to access a central online website to view and/or shop the Products and Services available from existing NASPO ValuePoint Cooperative Contracts. The central online website is referred to as the NASPO ValuePoint eMarket Center. 3.6.2. The Contractor shall have visibility in the eMarket Center through one of the following no-cost options: a) Ordering Instructions i. The Contractor shall provide a link to their website, their Price list, their Distributor list, and any additional information they would like the customer to have in regards to placing Orders. ii. Upon receipt of written request from the eMarket Center Site Administrator, the Contractor shall have thirty (30) days to provide NASPO ValuePoint with the Ordering Instructions. b) Hosted Catalog i. The Contractor shall provide a list of its awarded Products and Services pricing via an electronic data file, in a format acceptable to JAGGAER. ii. In order to maintain the most up-to-date version of its Product offerings as approved with the Master Agreement, the Contractor must submit electronic data to the eMarket Center no more than four (4) times per calendar year. iii. Upon receipt of written request from the eMarket Center Site Administrator, the Contractor shall have fifteen (15) days to set up an enablement schedule with NASPO ValuePoint and JAGGAER. The schedule shall include future calls and milestone timeframes related to testing and go-live dates. iv. The Contractor shall have ninety (90) days from the receipt of written request, to provide the Hosted Catalog to NASPO ValuePoint. v. The Hosted Catalog must be strictly limited to the awarded Products and Services, and must contain the most current approved pricing, including applicable quantity discounts. vi. The catalog must include a Lead State Contract identification number and detailed Product line item descriptions. vii. The catalog must include any additional NASPO ValuePoint and Participating Addendum requirements. Although Suppliers in the SQSN normally submit one (1) catalog, it is possible to have multiple catalogs applicable to different NASPO ValuePoint Participating State or Entities if for example, the Participating State or Entity has incorporated an Administrative Fee into the Contract pricing, or a Participating State or Entity has determined that they will not allow all awarded Products and Services under their Participating Addendum. SciQuest will deliver the appropriate contract files to the user viewing the catalog. c) Punch-Out Catalog i. The Contractor shall provide its own online catalog, which must be capable of being integrated with the eMarket Center via Commerce eXtensible Markup Language (cXML). DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 131 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 14 Body Armor and Ballistic Resistant Products Master Agreement ii. The Contractor shall validate that its online catalog is current by providing a written update to the Lead State every four (4) months, verifying that they have audited the offered Products and Services pricing. iii. The Contractor shall have ninety (90) days from the receipt of the written request, to deliver the Punch-Out Catalog to NASPO ValuePoint. iv. The Punch-Out Catalog must be strictly limited to the awarded Products and Services, and must contain the most current approved pricing, including applicable quantity discounts. v. The catalog must include a Lead State Contract identification number and detailed Product line item descriptions. vi. The site must also return detailed UNSPSC codes for each line item. vii. Contractor shall provide e-Quote functionality to facilitate volume discounts. viii. The catalog must include any additional NASPO ValuePoint and Participating Addendum requirements. It is possible to have multiple catalogs applicable to different NASPO ValuePoint Participating State or Entities if for example, the Participating State or Entity has incorporated an Administrative Fee into the Contract pricing, or a Participating State or Entity has determined that they will not allow all awarded Products and Services under their Participating Addendum. JAGGAER will deliver the appropriate contract files to the user viewing the catalog. 3.6.3. Revising Pricing and Products a) Any revisions to Product offerings (new NIJ approvals, etc.) must be pre-approved by the Lead State, and will be allowed once per quarter. b) Updated Product files are required by the 1st of the month of the quarter and shall go into effect upon approval by the Lead State. i. Files received after the 1st of the month may not be approved for up to one hundred twenty (120) days following submission. ii. Errors in the Contractor’s submitted files may delay the approval process. 3.6.4. Supplier Network Requirements for Hosted and Punch-Out Catalogs a) Contractor shall join the JAGGAER Supplier Network (SQSN) and shall use the JAGGAER’s Supplier Portal to import the Contractor’s catalog and pricing files into the JAGGAER system. b) Contractor can receive Orders through electronic delivery (cXML) or through low-tech options such as fax. c) More information about the SQSN can be found at www.sciquest.com, or by contacting the JAGGAER Supplier Network Services team at 800-233-1121. 3.6.5. Order Acceptance Requirements for Hosted and Punch-Out Catalogs a) Contractor must be able to accept Orders via fax or cXML. b) The Contractor shall provide confirmation via phone or email within 24 hours of Order receipt. c) If the Order is received after 3pm (EST) on the day prior to a weekend or holiday, the Contractor must provide confirmation via phone or email on the next business day. DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 132 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 15 Body Armor and Ballistic Resistant Products Master Agreement 3.6.6. UNSPSC Requirements a) Contractor shall support use of the United National Standard Product and Services Code (UNSPSC). UNSPSC versions that Contractors must adhere to are provided by JAGGAER and upgraded each year. b) NASPO ValuePoint reserves the right to migrate to future versions of the UNSPSC, and Contractor shall be required to support the migration effort. c) All line items for Products and Services provided under this Master Agreement must be associated to a UNSPSC code. d) All line items must be identified at the most detailed UNSPSC level, indicated by segment, family, class, and commodity. 3.6.7. Applicability. Contractor agrees that NASPO ValuePoint controls which contracts appear in the eMarket Center, and that NASPO ValuePoint may elect at any time to remove any Contractor offerings from the eMarket Center. 3.6.8. Several NASPO ValuePoint Participating States and Entities currently maintain separate JAGGAER eMarket Place accounts. In the event that one of these Participating States or Entities elects to use this NASPO ValuePoint Master Agreement (available through the eMarket Center), but publish the information to their own eMarket Place, the Contractor agrees to work in good faith with the entity and NASPO ValuePoint, and agrees to take commercially reasonable efforts to implement such separate JAGGAER catalogs. 3.7. Right to Publish Throughout the duration of this Master Agreement, Contractor must secure from the Lead State, prior approval for the release of any information, including any written correspondence, which pertains to the potential work or activities covered by this Master Agreement. The Contractor shall not make any representations of NASPO ValuePoint’s opinion or position as to the quality or effectiveness of the Products and Services that are the subject of this Master Agreement without prior written consent. Failure to adhere to this requirement may result in termination of this Master Agreement for cause. 3.8. Individual Customers Except to the extent modified by a Participating Addendum, each Purchasing Entity shall follow the terms and conditions of this Master Agreement and applicable Participating Addendum and will have the same rights and responsibilities for their purchases as the Lead State has in this Master Agreement, including but not limited to, any indemnity or right to recover any costs as such right is defined in this Master Agreement and applicable Participating Addendum. Each Purchasing Entity will be responsible for its own charges, fees, and liabilities. The Contractor will apply the charges and invoice each Purchasing Entity individually. 4. STATEMENT OF WORK 4.1. Overview 4.1.1. Contractor shall maintain compliance with all requirements of the Master Agreement and shall maintain compliance with all requirements throughout the duration of the Master Agreement. 4.1.2. Contractor, distributors and/or agents, must provide trained personnel to take on-site measurements, for products intended to be worn by end users, at Purchasing Entity’s designated location. Measurements for body armor must be taken in accordance with ASTM E3003 (most recent version), and measurement procedures include using a tape measure and using sizing vests provided by the vendor. DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 133 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 16 Body Armor and Ballistic Resistant Products Master Agreement 4.1.3. Contractor shall notify the Lead State, Participating Entities and all Purchasing Entities of any recall notices, legal actions, warranty replacements, or any applicable notice regarding the products being sold. Notice must be received in writing (via postal mail or email) within thirty (30) calendar days of vendor learning of such issues. For issues that impact or are likely to impact the health or safety of individuals or entities using Products delivered under a subsequent agreement, vendor shall immediately notify the Purchasing Entity. 4.1.4. Contractor shall send notice to the Lead State, utilizing Exhibit B (Agents and Distributors by State) within fourteen (14) calendar days of engaging an agent and/or distributor. The Lead State reserves the right to deny any Agent and/or distributor and will provide notification to the vendor with justification as to why the decision was reached. In addition, it will be at the discretion of each Participating Entity as to whether they will utilize the agents and/or distributors as authorized by the Lead State. 4.2. Product Standards Body Armor and Ballistic-resistant products must meet the NIJ standard listed below for the applicable products, until new standards are published and transition dates specified for those new standards occur. 4.2.1. Ballistic Resistance of Body Armor, NIJ Standard-0101.06 (2008) 4.2.2. Stab Resistance of Personal Body Armor, NIJ Standard-0115.00 (2000) 4.2.3. NIJ Standard for Ballistic Helmets, NIJ Standard-0106.01 (1981) 4.2.4. NIJ Standard for Ballistic Resistant Protective Materials, NIJ Standard-0108.01 (1985) 4.2.5. NIJ Ballistic Resistance of Body Armor, NIJ Standard-0101-07 (TBD) The new standard is not published as of the start date of this Master Agreement. It will be required during the contract cycle. 4.2.6. Stab Resistance of Personal Body Armor, NIJ Standard-0115.01 (TBD). The new standard is not published as of the start date of this Master Agreement. It will be required during the contract cycle. 4.3. Product Category 4.3.1. List of product categories from RFP-AR-21-001 see section 4.4 and Exhibit A for Contractor awarded categories. 4.3.2. Ballistic-resistant Vest: NIJ Standard-0101.06 Protection Levels IIA, II, IIA, III and IV Vest models shall be listed on the NIJ Ballistic Armor CPL. The ballistic panel shall have the NIJ mark on the label. 4.3.3. Stab-Resistant Vest: NIJ Standard-0115.00 Spike or Edged Blade Protection Levels 1, 2, and 3. Vest models shall be listed on the NIJ Stab Armor CPL. When available from NIJ, the stab panel shall have the NIJ mark on the label. 4.3.4. Combination Vest: Ballistic and Spike and/or Edged Blade: All vests offered as combination vests shall be listed on both the NIJ Ballistic Armor CPL and Stab Armor CPL. The ballistic panel shall have the NIJ mark on the label. When available from NIJ, the stab panel shall have the NIJ mark on the label. 4.3.5. In Conjunction With Armor: NIJ Standard-0101.06 Protection Levels IIA, II, IIIA, III and IV. In conjunction with armor is designed to provide a specific level of ballistic protection only when DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 134 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 17 Body Armor and Ballistic Resistant Products Master Agreement layered with a specific model(s) of body armor listed on the NIJ Ballistic Armor CPL. The ballistic panels shall have the NIJ mark on the label. 4.3.6. K-9 Ballistic-resistant Vest: There is no NIJ standard or Compliance Testing Program for K-9 body armor. 4.3.7. K-9 Stab-resistant Vest: There is no NIJ standard or Compliance Testing Program for K-9 body armor. 4.3.8. K-9 Combination Vest: There is no NIJ standard or Compliance Testing Program for K-9 body armor. 4.3.9. Ballistic-resistant Helmets: There is no NIJ Compliance Testing Program for ballistic-resistant helmets. The standard used for ballistic-resistant helmets (not including face shields) is NIJ Standard-0106.01, and the standard used for ballistic-resistant face shields is NIJ Standard-0108.01 (standard for ballistic-resistant materials). 4.3.10. Ballistic-resistant Shields: There is no NIJ Compliance Testing Program for ballistic- resistant shields. The standard historically used for ballistic shields is NIJ Standrd-0108.01 (for ballistic-resistant materials). 4.3.11. Carriers: Carriers are an integral part of a vest (providing no ballistic protection), and some types of carriers are: concealable, uniform, short and tactical. 4.3.12. Accessories: a) Ballistic-resistant: NIJ does not certify ballistic-resistant accessories. 1. Trauma pack and trauma plate 2. Insert (soft armor or hard armor) 3. Groin, yoke, bicep, collar and throat protectors b) Non-ballistic-resistant 1. Pouches 2. Replacement carrier straps 3. ID patches 4. Carry bags for concealable vest, tactical vest, shield, and helmet 5. Helmet equipment rails, pads, and retention/suspension system 6. Shield lights, shoulder straps, logos 4.4. Current Awarded Categories 4.4.1. As new products are made available; Contractor may submit these products for consideration by the Lead State. Only products that are new models (i.e., having different materials and/or construction) will be considered. Contractor may submit new products once per quarter by the 1st day of the quarter, and final approval of new products is at the discretion of the Lead State. New approved products will be listed on the website in a timely manner. For new products submitted after the first of the quarter or having errors in the submission, approval may be delayed. 4.4.2. Contractor has only approved products and approved product categories as listed in Exhibit A. New products if approved will be listed in Exhibit A. Helmet and shield products are attested in Exhibit E. DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 135 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 18 Body Armor and Ballistic Resistant Products Master Agreement 4.4.3. Contractor shall notify the Lead State when products previously approved are suspended or removed from the NIJ CPL (e.g., NIJ Safety Notice or NIJ Advisory Notice issued). 4.5. Product Specifications 4.5.1. Body Armor and Ballistic-Resistant Products must be ordered new and unused, and shall not contain re-used/remanufactured or re-purposed components. 4.5.2. Body Armor and Ballistic-Resistant Products that are listed on an NIJ CPL shall be constructed identically to the original model tested and certified to comply with the NIJ standards referenced in this solicitation. For body armor and ballistic-resistant products not certified by NIJ, the vendor shall specify the standard(s) and threats against which the product was tested, shall provide attestation of compliance with the standard(s), and shall provide (upon request of the Lead State or purchaser) the test report. 4.5.3. All materials and construction shall be the same as reported to NIJ in the “Build Sheet”, which lists the materials and construction for the model. 4.5.4. Workmanship shall be first quality, with no defects that might affect performance, wear-ability, or durability of the vest. 4.5.5. Products intended to be worn by end users shall not be “bulk ordered” inventory, nor substantially tailored or modified “off the shelf” items to fit personnel as needed, since altering products could potentially change the performance aspects originally tested under NIJ Compliance Testing Program. 4.5.6. Each product intended to be worn by end users shall be made to professionally conducted measurements intended to fit a specific individual. Under no circumstances shall measurements result in a product that does not properly fit and/or provide adequate protective coverage for that individual. 4.5.7. All vest measurements must be made according to vendor procedures and take into account all clearances of panels and duty belts as described in the most recent version of ASTM E3003, Standard Practice for Measurement of Body Armor Wearers and Fitting of Armor. 4.5.8. Available sizes for soft armor vests (handgun protection) shall be consistent with the NIJ Compliance Testing Program requirements for the size range listed on the NIJ CPL. 4.5.9. All Body Armor Products that include the option of additional trauma packs, trauma plates, or inserts shall have the pocket/holder securely attached to keep the inserts in position while worn. 4.5.10. All fasteners, including hook and pile (Velcro), non-directional snaps, webbing, side release buckles, fastex buckles, and zippers, shall be the same or similar color, as approved by the Purchasing Entity, as the carrier. 4.5.11. The label shall withstand normal wear and cleaning and shall remain legible and attached throughout the entire warranted life of the product. All Body Armor shall be labeled with strict adherence to any applicable laws and regulations, and follow the labeling requirements according to NIJ Standards, as updated or amended. This shall include the following: a) Name of Contractor. b) Location of Contractor. DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 136 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 19 Body Armor and Ballistic Resistant Products Master Agreement c) Model designation from the relevant NIJ CPL (The model designation number shall match the submitted price list and letter of certification.) d) Level of protection e) The identifier for the relevant NIJ Standard, such as NIJ Standard- 0101.06, NIJ Standard- 0101.07 or NIJ Standard-0115.00 or NIJ Standard- 0115.01 (Combination armor shall indicate both). f) Completed manufacturing date g) Lot number. h) Unique serial number. i) Brand name and catalog number. j) A “Property of” space so Purchasing Entity can enter an agency or officer name. k) Basic care and maintenance instructions. l) Size of product. 4.5.12. Contractor, agent, and/or distributor must have the serial numbers stored in a readily accessible database. 4.5.13. Ballistic-resistant components must have at least a 5-year Awarded Contractor’s warranty. 4.5.14. All carriers must have at least an 18-month Contractor’s warranty. Reference Exhibit C for warranty detail. 4.5.15. Warranty periods specified shall begin when Body Armor Products are delivered and accepted following inspection by Purchasing Entity. 4.5.16. All fastener’s, including hook and pile (Velcro®), ®), non-directional snaps, webbing, side release buckles, fastex buckles, and zippers, shall be the same or similar color, as approved by the Purchasing Entity, as the carrier. 4.6. Product Recycling 4.6.1. For Ballistic panel and other product recycling details for Contractor see Exhibit C. 5. ADMINISTRATION OF ORDERS 5.1. Ordering and Invoicing Specifications 5.1.1. All items subject to NIJ compliance testing must be listed on the NIJ CPL with a model status of “active” on the date the Order is placed. Items not subject to NIJ compliance testing shall have evidence of compliance with an appropriate standard. (See section 4.4.2) 5.1.2. All sizing, measurements, and final fitting shall be done at no expense to, and shall be scheduled at the convenience of, the Purchasing Entity. 5.1.3. All orders regardless of quantity shall be delivered to Purchasing Entities within sixty (60) calendar days after Contractor receipt of Order. Any variance to delivery timeframe on an individual Order requires acceptance from Purchasing Entity. 5.1.4. Body Armor improperly fitted to an individual shall be adjusted or replaced and delivered to the individual within thirty (30) calendar days by the Contractor at no expense to the Purchasing Entity. 5.1.5. Product invoice shall contain at a minimum: DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 137 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 20 Body Armor and Ballistic Resistant Products Master Agreement 5.1.5.1. Name of Purchasing Entity 5.1.5.2. Master Agreement Number 5.1.5.3. Name, phone number and address of Purchasing Entity 5.1.5.4. Order date 5.1.5.5. Description of product ordered 5.1.5.6. NIJ CPL model designation and threat level. 5.1.5.7. Serial number 5.1.5.8. Price 5.1.5.9. Any additional information required by the Purchasing Entity. 5.1.6. Master Agreement Order and purchase order numbers shall be clearly shown on all acknowledgments, shipping labels, packing slips, invoices, and on all correspondence. 5.1.7. Contractor shall accept procurement credit cards as a form of payment from Purchasing Entity, with no additional charge or fee assessed. 5.1.8. Contractor shall provide a centralized billing option, upon request, and at the discretion of a Participating State or Entity. 5.1.9. Distributor may invoice the Purchasing Entity directly, unless otherwise specified in a Participating Addendum. 5.1.10. Each Purchasing Entity will identify and utilize its own appropriate purchasing procedure and documentation. Contractor is expected to become familiar with the Purchasing Entities’ rules, policies, and procedures regarding the ordering of Products, and/or Services contemplated by this Master Agreement. 5.1.11. Contractor shall not begin work without a valid purchase order or other appropriate commitment document compliant with the law of the Purchasing Entity. 5.1.12. Orders must be placed consistent with the terms of this Master Agreement, and only during the term of this Master Agreement. 5.1.13. All communications concerning administration of Orders placed shall be furnished solely to the authorized individual within the Purchasing Entity’s location, or to such other individual identified in writing in the Order. 5.1.14. Orders must be placed pursuant to this Master Agreement prior to the termination date thereof, but may have a delivery date or performance period up to 240 days past the then-current termination date of this Master Agreement. Contractor is reminded that financial obligations of Purchasing Entities payable after the current applicable fiscal year are contingent upon agency funds for that purpose being appropriated, budgeted, and otherwise made available. 5.1.15. All deliveries must be FOB Destination; freight prepaid by the Contractor to the Purchasing Entity’s specified location. Responsibility and liability for loss or damage for all orders will remain with the Contractor until final inspection and acceptance, when responsibility will pass to the Purchasing Entity, except the responsibility for latent defects, fraud, and the warranty obligations. 5.1.16. The delivery days and delivery hours shall be established by each individual Purchasing Entity. 5.2. Payment Payment for completion of a Contract Order is normally made within thirty (30) days following the date the entire Order is delivered or the date a correct invoice is received, whichever is later. After forty-five (45) DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 138 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 21 Body Armor and Ballistic Resistant Products Master Agreement days, the Contractor may assess overdue account charges up to a maximum rate of one (1) percent per month on the outstanding balance. 6. GENERAL PROVISIONS 6.1. Insurance 6.1.1. Unless otherwise agreed in a Participating Addendum, Contractor shall, during the term of this Master Agreement, maintain in full force and effect, the insurance described in this section. Contractor shall acquire such insurance from an insurance carrier or carriers licensed to conduct business in each Participating Entity’s state and having a rating of A-, Class VII or better, in the most recently published edition of Best’s Reports. Failure to buy and maintain the required insurance may result in this Master Agreement’s termination or, at a Participating Entity’s option; result in termination of its Participating Addendum. 6.1.2. Coverage shall be written on an occurrence basis. The minimum acceptable limits shall be as indicated below, with no deductible for each of the following categories: a) Commercial General Liability covering premises operations, Independent Contractors, Products and completed operations, blanket contractual liability, personal injury (including death), advertising liability, and property damage, with a limit of not less than $1 million per occurrence, $2 million general aggregate, $2 million Products and completed operations aggregate and $50,000 and any one fire. If any aggregate limit is reduced below $2,000,000 because of claims made or paid, the Contractor shall immediately obtain additional insurance to restore the full aggregate limit and furnish to the Participating Entity, a certificate or other document satisfactory to the Participating Entity, showing compliance with this provision. b) Contractor must comply with any applicable State Workers Compensation or Employers Liability Insurance requirements. c) Automobile Liability covering any auto (including owned, hired and non-owned), with a minimum limit of $1,000,000 each accident combined single limit. d) Protected Information Liability covering all loss of State Confidential Information, such as PII, PCI, PHI, Tax Information, and CJI, and claims based on alleged violations of privacy rights through improper use or disclosure of protected information with limits of $1,000,000 each occurrence and $2,000,000 general aggregate. e) Crime insurance including employee dishonesty coverage with minimum limits of $1,000,000 each occurrence and $1,000,000 general aggregate. 6.1.3. Contractor shall pay premiums on all insurance policies. Such policies shall also reference this Master Agreement and shall have a condition that they not be revoked by the insurer until thirty (30) calendar days after notice of intended revocation thereof shall have been given to Purchasing Entity and Participating Entity by the Contractor. 6.1.4. Prior to commencement of performance, Contractor shall provide to the Lead State a written endorsement to the Contractor’s general liability insurance policy or other documentary evidence acceptable to the Lead State that: a) Names the Participating States identified in the Request for Proposal as additional insured’s, and; b) Provides that the Contractor’s liability insurance policy shall be primary, with any liability insurance of any Participating State as secondary and noncontributory. Unless otherwise agreed in any Participating Addendum, the Participating Entity’s rights and Contractor’s obligations are the same as those specified in the first sentence of this subsection. Before performance of any Purchase Order issued after execution of a Participating Addendum authorizing it, the Contractor shall provide to a Purchasing Entity or Participating Entity who requests it the same information described in this subsection. DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 139 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 22 Body Armor and Ballistic Resistant Products Master Agreement 6.1.5. Contractor shall furnish to the Lead State, Participating Entity, and, on request, the Purchasing Entity copies of certificates of all required insurance within seven (7) calendar days of the execution of this Master Agreement, the execution of a Participating Addendum, or the Purchase Order’s effective date and prior to performing any work. The insurance certificate shall provide the following information: the name and address of the insured; name, address, telephone number and signature of the authorized agent; name of the insurance company (authorized to operate in all states); a description of coverage in detailed standard terminology (including policy period, policy number, limits of liability, exclusions and endorsements); and an acknowledgment of the requirement for notice of cancellation. Copies of renewal certificates of all required insurance shall be furnished within fifteen (15) days after any renewal date. These certificates of insurance must expressly indicate compliance with each and every insurance requirement specified in this section. Failure to provide evidence of coverage may, at sole option of the Lead State, or any Participating Entity, result in this Master Agreement’s termination or the termination of any Participating Addendum. 6.1.6. Coverage and limits shall not limit Contractor’s liability and obligations under this Master Agreement, any Participating Addendum, or any Order. 6.2. Records Administration and Audit 6.2.1. The Contractor shall maintain books, records, documents, and other evidence pertaining to this Master Agreement and Orders placed by Purchasing Entities under it to the extent and in such detail as shall adequately reflect performance and administration of payments and fees. Contractor shall permit the Lead State, a Participating Entity, a Purchasing Entity, the federal government (including its grant awarding entities and the U.S. Comptroller General), and any other duly authorized agent of a governmental agency, to audit, inspect, examine, copy and/or transcribe Contractor's books, documents, papers and records directly pertinent to this Master Agreement or Orders placed by a Purchasing Entity under it for the purpose of making audits, examinations, excerpts, and transcriptions. This right shall survive for a period of five (5) years following termination of this Agreement or final payment for any Order placed by a Purchasing Entity against this Agreement, whichever is later, to assure compliance with the terms hereof or to evaluate performance hereunder. 6.2.2. Without limiting any other remedy available to any governmental entity, the Contractor shall reimburse the applicable Lead State, Participating Entity, or Purchasing Entity for any overpayments inconsistent with the terms of this Master Agreement or Orders, or underpayment of fees found as a result of the examination of the Contractor’s records. 6.2.3. The rights and obligations herein right exist in addition to any quality assurance obligation in this Master Agreement requiring the Contractor to self-audit Contract obligations and that permits the Lead State to review compliance with those obligations. 6.3. Confidentiality, Non-Disclosure, and Injunctive Relief 6.3.1. Confidentiality. Contractor acknowledges that it and its employees or Authorized Dealers may, in the course of providing a Product under this Master Agreement, be exposed to or acquire information that is confidential to Purchasing Entity’s or Purchasing Entity’s clients. Any and all information of any form that is marked as confidential or would by its nature be deemed confidential obtained by Contractor or its employees or Authorized Dealers in the performance of this Master Agreement, including, but not necessarily limited to: a) Any Purchasing Entity’s records; b) Personnel records; c) Information concerning individuals is Confidential Information of Purchasing Entity. Any reports or other documents or items (including software) that result from the use of the DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 140 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 23 Body Armor and Ballistic Resistant Products Master Agreement Confidential Information by Contractor shall be treated in the same manner as the Confidential Information. Confidential Information does not include information that: i) Is or becomes (other than by disclosure by Contractor) publicly known; ii) Is furnished by Purchasing Entity to others without restrictions similar to those imposed by this Master Agreement; iii) Is rightfully in Contractor’s possession without the obligation of nondisclosure prior to the time of its disclosure under this Master Agreement; iv) Is obtained from a source other than Purchasing Entity without the obligation of confidentiality; v) Is disclosed with the written consent of Purchasing Entity; or vi) Is independently developed by employees, Dealers or Subcontractors of Contractor who can be shown to have had no access to the Confidential Information. 6.3.2. Non-Disclosure. Contractor shall hold Confidential Information in confidence, using at least the industry standard of confidentiality, and shall not copy, reproduce, sell, assign, license, market, transfer or otherwise dispose of, give, or disclose Confidential Information to third parties or use Confidential Information for any purposes whatsoever other than what is necessary to the performance of Orders placed under this Master Agreement. Contractor shall advise each of its employees and Distributors of their obligations to keep Confidential Information confidential. Contractor shall use commercially reasonable efforts to assist Purchasing Entity in identifying and preventing any unauthorized use or disclosure of any Confidential Information. Without limiting the generality of the foregoing, Contractor shall advise Purchasing Entity, applicable Participating Entity, and the Lead State immediately if Contractor learns or has reason to believe that any person who has had access to Confidential Information has violated or intends to violate the terms of this Master Agreement, and Contractor shall at its expense cooperate with Purchasing Entity in seeking injunctive or other equitable relief in the name of Purchasing Entity or Contractor against any such person. Except as directed by Purchasing Entity, Contractor will not at any time during or after the term of this Master Agreement disclose, directly or indirectly, any Confidential Information to any person, except in accordance with this Master Agreement, and that upon termination of this Master Agreement or at Purchasing Entity’s request, Contractor shall turn over to Purchasing Entity all documents, papers, and other matter in Contractor's possession that embody Confidential Information. Notwithstanding the foregoing, Contractor may keep one copy of such Confidential Information necessary for quality assurance, audits and evidence of the performance of this Master Agreement. 6.3.3. Injunctive Relief. Contractor acknowledges that breach of this section, including disclosure of any Confidential Information, will cause irreparable injury to Purchasing Entity that is inadeq uately compensable in damages. Accordingly, Purchasing Entity may seek and obtain injunctive relief against the breach or threatened breach of the foregoing undertakings, in addition to any other legal remedies that may be available. Contractor acknowledges and agrees that the covenants contained herein are necessary for the protection of the legitimate business interests of Purchasing Entity and are reasonable in scope and content. 6.3.4. Purchasing Entity Law. These provisions shall be applicable only to extent they are not in conflict with the applicable public disclosure laws of any Purchasing Entity. 6.3.5. The rights granted to Purchasing Entities, and the Contractor obligations under this section shall also extend to the cooperative’s Confidential Information, defined to include Participating Addenda, as well as Orders or transaction data relating to Orders under this Master Agreement that identify the entity/customer, Order dates, line item descriptions and volumes, and prices/rates. This provision does not apply to disclosure to the Lead State, a Participating State, or any governmental entity exercising an audit, inspection, or examination pursuant to §6.2 (Records Administration DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 141 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 24 Body Armor and Ballistic Resistant Products Master Agreement and Audit). To the extent permitted by law, Contractor shall notify the Lead State of any entity seeking access to the Confidential Information described in this subsection. 6.4. License of Pre-Existing Intellectual Property Contractor grants to the Purchasing Entity a non-exclusive, perpetual, irrevocable, unlimited license to use, modify, or dispose of the Intellectual Property and its derivatives, used or delivered under this Master Agreement, but not created under it (“Pre-existing Intellectual Property”). The license shall be subject to any third party rights in the Pre-existing Intellectual Property. Contractor shall obtain, at its own expense, on behalf of the Purchasing Entity, written consent of the owner for the licensed Pre-existing Intellectual Property. 6.5. Public Information This Master Agreement and all related documents are subject to disclosure pursuant to the Purchasing Entity’s public information laws. 6.6. Assignment/Subcontracts 6.6.1. Contractor shall not assign, sell, transfer, subcontract or sublet rights, or delegate responsibilities under this Master Agreement, in whole or in part, without the prior written approval of the Lead State. 6.6.2. The Lead State reserves the right to assign any rights or duties, including written assignment of Contract administration duties to NASPO Cooperative Purchasing Organization LLC, doing business as NASPO ValuePoint. 6.7. Changes in Contractor Representation The Contractor must notify the Lead State of changes in the Contractor’s Key Personnel, in writing within ten (10) calendar days of the change. The Lead State reserves the right to approve changes in key personnel, as identified in the Contractor’s proposal. The Contractor agrees to propose replacement key personnel having substantially equal or better education, training, and experience as was possessed by the key person proposed in the Contractor’s proposal. 6.8. Independent Contractor 6.8.1. Contractor shall perform duties as an Independent Contractor, and not as an employee. Neither the Contractor nor any employee or Authorized Dealer of the Contractor, shall be or deemed to be an employee of the Lead State, NASPO ValuePoint, and/or any Participating State or Entity. 6.8.2. Contractor acknowledges that its employees are not entitled to unemployment insurance benefits unless the Contractor or a Third Party provides such coverage, and that the Lead State, NASPO ValuePoint and any Participating State or Entity does not pay for or otherwise provide such coverage. 6.8.3. Contractor shall have no authority to bind the Lead State, NASPO ValuePoint and any Participating State or Entity to any agreements, liability, or understanding except as may be expressly set forth in this Master Agreement, Participating Addendum or an Order. 6.9. Force Majeure Neither party to this Master Agreement shall be held responsible for delay or default caused by fire, riot, acts of God and/or war which is beyond that party’s reasonable control. The Lead State may terminate this Master Agreement after determining such delay or default will reasonably prevent successful performance of this Master Agreement. DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 142 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 25 Body Armor and Ballistic Resistant Products Master Agreement 6.10. Defaults and Remedies 6.10.1. The occurrence of any of the following events shall be an event of default under this Master Agreement: a) Nonperformance of contractual requirements; or b) A material breach of any term or condition of this Master Agreement; or c) Any certification, representation or warranty by Contractor in this Master Agreement that proves to be untrue or materially misleading; or d) Institution of proceedings under any bankruptcy, insolvency, reorganization or similar law, by or against Contractor, or the appointment of a receiver or similar officer for Contractor or any of its property, which is not vacated or fully stayed within thirty (30) calendar days after the institution or occurrence thereof; or e) Any default specified in another section of this Master Agreement. 6.10.2. Upon the occurrence of an event of default, Lead State shall issue a written notice of default, identifying the nature of the default, and providing a period of thirty (30) calendar days in which Contractor shall have an opportunity to cure the default. The Lead State shall not be required to provide advance written notice or a cure period and may immediately terminate this Master Agreement in whole or in part, if the Lead State, in its sole discretion, determines that it is reasonably necessary to preserve public safety or prevent immediate public crisis. 6.10.3. If Contractor is afforded an opportunity to cure and fails to cure the default within the period specified in the written notice of default, Contractor shall be in breach of its obligations under this Master Agreement and Lead State shall have the right to exercise any or all of the following remedies: a) Exercise any remedy provided by law; b) Terminate this Master Agreement and any related Contracts or portions thereof; c) Impose liquidated damages as provided in this Master Agreement; d) Suspend Contractor from being able to respond to future Solicitations; e) Suspend Contractor’s performance; and f) Withhold payment until the default is remedied. 6.10.4. Unless otherwise specified in the Participating Addendum, in the event of a default under a Participating Addendum, a Participating Entity shall provide a written notice of default as described in this section and have all of the rights and remedies under this paragraph regarding its participation in this Master Agreement, in addition to those set forth in its Participating Addendum. 6.10.5. Unless otherwise specified in an Order, a Purchasing Entity shall provide written notice of default as described in this section and have all of the rights and remedies under this paragraph and any applicable Participating Addendum with respect to an Order placed by the Purchasing Entity. Nothing in these Master Agreement Terms and Conditions shall be construed to limit the rights and remedies available to a Purchasing Entity under the applicable commercial code. 6.11. Waiver of Breach Failure of the Lead State, Participating Entity, or Purchasing Entity to declare a default or enforce any rights and remedies shall not operate as a waiver under this Master Agreement or Participating Addendum. Any waiver by the Lead State, Participating Entity, or Purchasing Entity must be in writing. Waiver by the Lead State or Participating Entity of any default, right or remedy under this Master Agreement or Participating Addendum, or by Purchasing Entity with respect to any Order, or breach of any terms or requirements of this Master Agreement, a Participating Addendum, or Order shall not be construed or DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 143 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 26 Body Armor and Ballistic Resistant Products Master Agreement operate as a waiver of any subsequent default or breach of such term or requirement, or of any other term or requirement under this Master Agreement, Participating Addendum, or an Order. 6.12. Debarment The Contractor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction (Contract) by any governmental department or agency. This certification represents a recurring certification made at the time any Order is placed under this Master Agreement. If the Contractor cannot certify this statement, attach a written explanation for review by the Lead State. 6.13. Indemnification 6.13.1. The Contractor shall defend, indemnify and hold harmless NASPO, NASPO Cooperative Purchasing Organization LLC (doing business as NASPO ValuePoint), the Lead State, Participating Entities, and Purchasing Entities, along with their officers, agents, and employees as well as any person or entity for which they may be liable, from and against claims, damages or causes of action including reasonable attorneys’ fees and related costs for any death, injury, or damage to property arising from act(s), error(s), or omission(s) of the Contractor, its employees or Subcontractors or volunteers, at any tier, relating to the performance under this Master Agreement. 6.13.2. Indemnification – Intellectual Property. The Contractor shall defend, indemnify and hold harmless NASPO, NASPO Cooperative Purchasing Organization LLC (doing business as NASPO ValuePoint), the Lead State, Participating Entities, Purchasing Entities, along with their officers, agents, and employees as well as any person or entity for which they may be liable ("Indemnified Party"), from and against claims, damages or causes of action including reasonable attorneys’ fees and related costs arising out of the claim that the Product or its use, infringes Intellectual Property rights ("Intellectual Property Claim"). 6.13.3. The Contractor’s obligations under this section shall not extend to any combination of the Product with any other Product, system or method, unless the Product, system or method is: a) Provided by the Contractor or the Contractor’s subsidiaries or affiliates; b) Specified by the Contractor to work with the Product; c) Reasonably required, in order to use the Product in its intended manner, and the infringement could not have been avoided by substituting another reasonably available Product, system or method capable of performing the same function; or d) It would be reasonably expected to use the Product in combination with such Product, system or method. 6.13.4. The Indemnified Party shall notify the Contractor within a reasonable time after receiving notice of an Intellectual Property Claim. Even if the Indemnified Party fails to provide reasonable notice, the Contractor shall not be relieved from its obligations unless the Contractor can demonstrate that it was prejudiced in defending the Intellectual Property Claim resulting in increased expenses or loss to the Contractor. If the Contractor promptly and reasonably investigates and defends any Intellectual Property Claim, it shall have control over the defense and settlement of it. However, the Indemnified Party must consent in writing for any money damages or obligations for which it may be responsible. The Indemnified Party shall furnish, at the Contractor’s reasonable request and expense, information and assistance necessary for such defense. If the Contractor fails to vigorously pursue the defense or settlement of the Intellectual Property Claim, the Indemnified Party may assume the defense or settlement of it and the Contractor shall be liable for all costs and expenses, including reasonable attorneys’ fees and related costs, incurred by the Indemnified Party in the pursuit of the Intellectual Property Claim. Unless otherwise agreed in writing, this section is not subject to any limitations of liability in this Master Agreement or in any other document executed in conjunction with this Master Agreement. DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 144 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 27 Body Armor and Ballistic Resistant Products Master Agreement 6.14. No Waiver of Sovereign Immunity 6.14.1. In no event shall this Master Agreement, any Participating Addendum or any Contract or any Purchase Order issued thereunder, or any act of a Lead State, a Participating Entity, or a Purchasing Entity be a waiver of any form of defense or immunity, whether sovereign immunity, governmental immunity, immunity based on the Eleventh Amendment to the Constitution of the United States or otherwise, from any claim or from the jurisdiction of any court. 6.14.2. This section applies to a claim brought against the Participating State only to the extent Congress has appropriately abrogated the Participating State’s sovereign immunity and is not consent by the Participating State to be sued in federal court. This section is also not a waiver by the Participating State of any form of immunity, including but not limited to sovereign immunity and immunity based on the Eleventh Amendment to the Constitution of the United States. 6.15. Governing Law and Venue 6.15.1. The construction and effect of this Master Agreement shall be governed by the laws of the Lead State. Venue for any administrative or judicial action relating to this Master Agreement shall be in the City and County of Denver, Colorado. 6.15.2. The construction and effect of any Participating Addendum or Order against this Master Agreement shall be governed by and construed in accordance with the laws of the Participating Entity’s or Purchasing Entity’s State. 6.15.3. If a claim is brought in a federal forum, then it must be brought and adjudicated solely and exclusively within the United States District Court for (in decreasing order of priority): The Lead State for claims relating to the procurement, evaluation, award, or Contract performance or administration if the Lead State is a party; the Participating State if a named party; the Participating Entity state if a named party; or the Purchasing Entity state if a named party. 6.16. Assignment of Antitrust Rights Contractor irrevocably assigns to a Participating Entity any claim for relief or cause of action which the Contractor now has or which may accrue to the Contractor in the future by reason of any violation of state or federal antitrust laws (15 U.S.C. § 1-15 or a Participating Entity’s state antitrust provisions), as now in effect and as may be amended from time to time, in connection with any Goods or Services provided to the Contractor for the purpose of carrying out the Contractor's obligations under this Master Agreement or Participating Addendum, including, at a Participating Entity's option, the right to control any such litigation on such claim for relief or cause of action. 6.17. Contract Provisions for Orders Utilizing Federal Funds Pursuant to Appendix II to 2 Code of Federal Regulations (CFR) Part 200, Contract Provisions for Non- Federal Entity Contracts Under Federal Awards, Orders funded with federal funds may have additional contractual requirements or certifications that must be satisfied at the time the Order is placed or upon delivery. These federal requirements may be proposed by Participating Entities in Participating Addenda and Purchasing Entities for incorporation in Orders placed under this Master Agreement. DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 145 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 28 Body Armor and Ballistic Resistant Products Master Agreement THE PARTIES HERETO HAVE EXECUTED THIS MASTER AGREEMENT * Individual signing for Contractor hereby swears and affirms that they are authorized to act on Contractor’s behalf and acknowledge that the Lead State is relying on their representations to that effect. CONTRACTOR Safariland, LLC By: Brad Williams Title: President By:______________________________________________ *Signature Date: _________________________ STATE OF COLORADO Jared Polis, Governor Department of Personnel & Administration State Purchasing & Contracts Office Kara Veitch, Executive Director By:______________________________________________ John Chapman, State Purchasing Manager Date: _________________________ ALL CONTRACTS REQUIRE APPROVAL BY THE STATE CONTROLLER CRS §24-30-202 requires the State Controller to approve all State Contracts. This Master Agreement is not valid until signed and dated below by the State Controller or delegate. Contractor is not authorized to begin performance until such time. If Contractor begins performing prior thereto, the State of Colorado is not obligated to pay Contractor for such performance or for any Goods and/or Services provided hereunder. STATE CONTROLLER Robert Jaros, CPA, MBA, JD By: ___________________________________ Date:_____________________ DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 11/19/2020 11/19/2020 11/19/2020 4.D.a Packet Pg. 146 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 29 Body Armor and Ballistic Resistant Products Master Agreement EXHIBIT A, PRODUCT AND PRICE LISTS Separate attachment EXHIBIT B, AGENTS AND DISTRIBUTORS BY STATE Separate attachment EXHIBIT C, WARRANTY AND RECYCLING PLAN Separate attachment EXHIBIT D, NASPO VALUEPOINT DETAILED SALES REPORTING TEMPLATE Separate attachment DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 4.D.a Packet Pg. 147 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) ProductTypeManufacturer (Brand and Series)Manufacturer Catalog #NIJ ‐ CPL Model DesignationGender(M=Male, N=Neutral, F=Female)NIJ Standard(s) Threat Level MSRP BID Price % DiscountBallistic‐resistant Vest (including carrier)Handgun ProtectionHARDWIRE® 51 Level II, A7, M Series Concealable Carrier, Male/Neutral1350429‐M, 1348925 HW‐2019‐05‐SB M or N 0101.06II1,665.00$      999.00$          40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionHARDWIRE® 68 Level IIIA, A7, M Series Concealable Carrier, Male/Neutral1350430‐M, 1348925 HW‐2019‐01‐SB M or N 0101.06IIIA2,065.00$      1,239.00$       40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland SX Level II, M Series Concealable Carrier, Male1219784‐M, 1348925BA‐2000S‐SX02M or N0101.06II1,465.00$     879.00$         40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland SX Level II, M Series Concealable Carrier, Female1219784‐F, 1348925BA‐2000S‐SX02FF0101.06II1,465.00$     879.00$         40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland SX Level IIIA, M Series Concealable Carrier, Male1219793‐M, 1348925BA‐3A00S‐SX02M or N0101.06IIIA1,915.00$     1,149.00$      40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland SX Level IIIA, M Series Concealable Carrier, Female1219794‐F, 1348925BA‐3A00S‐SX02FF0101.06IIIA1,915.00$     1,149.00$      40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland Summit Level II, M Series Concealable Carrier, Male1219782‐M, 1348925BA‐2000S‐SM02M or N0101.06II1,465.00$     879.00$         40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland Summit Level II, M Series Concealable Carrier, Female1219783‐F, 1348925BA‐2000S‐SM02FF0101.06II1,465.00$     879.00$         40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland Summit Level IIIA, M Series Concealable Carrier, Male1219791‐M,  1348925BA‐3A00S‐SM02M or N0101.06IIIA1,915.00$     1,149.00$      40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland Summit Level IIIA, M Series Concealable Carrier, Female1219792‐F, 1348925BA‐3A00S‐SM02FF0101.06IIIA1,915.00$     1,149.00$      40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland Xtreme Level II, M Series Concealable Carrier, Male1219786‐M, 1348925BA‐2000S‐XT03M or N0101.06II1,315.00$     789.00$         40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland Xtreme Level II, M Series Concealable Carrier, Female1219787‐F, 1348925BA‐2000S‐XT03FF0101.06II1,315.00$     789.00$         40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland Xtreme Level IIIA, M Series Concealable Carrier, Male1219795‐M, 1348925BA‐3A00S‐XT03M or N0101.06IIIA1,515.00$     909.00$         40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland Xtreme Level IIIA, M Series Concealable Carrier, Female1219796‐F, 1348925BA‐3A00S‐XT03FF0101.06IIIA1,515.00$     909.00$         40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland Matrix Level II, M Series Concealable Carrier, Male1221918‐M, 1348925BA‐2000S‐MR02M or N 0101.06II1,090.00$     654.00$         40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland Matrix Level II, M Series Concealable Carrier, Female Structured1221919‐F, 1348925 BA‐2000S‐MR02FF 0101.06II1,090.00$      654.00$          40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland Matrix Level IIIA, M Series Concealable Carrier, Male1219686‐M, 1348925BA‐3A00S‐MR02M or N 0101.06IIIA1,190.00$     714.00$         40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland Matrix Level IIIA, M Series Concealable Carrier, Female Structured1221920‐F, 1348925 BA‐3A00S‐MR02FF0101.06IIIA1,190.00$      714.00$          40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland PX Level II, M Series Concealable Carrier, Male1219781‐M, 1348925BA‐2000S‐PX01M or N 0101.06II1,515.00$     909.00$         40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland BV Level II, M Series Concealable Carrier, Male1219778‐M, 1348925BA‐2000S‐BV02M or N 0101.06II890.00$        534.00$         40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland BV Level IIIA, M Series Concealable Carrier, Male1221352‐M, 1348925BA‐3A00S‐BV02M or N 0101.06IIIA940.00$        564.00$         40.00%Ballistic‐resistant Vest (including carrier)Handgun ProtectionSafariland BV Level IIIA, M Series Concealable Carrier, Male1345711‐M, 1348925BA‐3A00S‐BV03M or N 0101.06IIIA940.00$        564.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT306P Type III 8.75X11.75 Multi Curve SAPI Small1314912DT306PM or N 0101.06III995.00$        597.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT306P Type III 9.5X12.5 Multi Curve SAPI Medium1314913DT306PM or N 0101.06III1,025.00$     615.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT306P Type III 10.25X13.25 Multi Curve SAPI Large1314914DT306PM or N 0101.06III1,050.00$     630.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT306P Type III 11X14 Multi Curve SAPI Xlarge1314915DT306PM or N 0101.06III1,285.00$     771.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT306P Type III 10X12 Multi Curve Shooters Cut1314910DT306PM or N 0101.06III1,025.00$     615.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT306P Type III 10X12 Multi Curve Rectangle1345796DT306PM or N 0101.06III1,025.00$     615.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT306P Type III 8X10 Multi Curve Shooters Cut1347631DT306PM or N 0101.06III735.00$        441.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT306P Type III 8X10 Multi Curve Rectangle 1314911DT306PM or N 0101.06III735.00$        441.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT206C Type III 8.75X11.75 Multi Curve SAPI Small1314834DT206CM or N 0101.06III525.00$        315.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT206C Type III 9.5X12.5 Multi Curve SAPI Medium1314835DT206CM or N 0101.06III550.00$        330.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT206C Type III 10.25X13.25 Multi Curve SAPI Large1314836DT206CM or N 0101.06III600.00$        360.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT206C Type III 11X14 Multi Curve SAPI Xlarge1314837DT206CM or N 0101.06III710.00$        426.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT206C Type III 10X12 Multi Curve Shooters Cut1314832DT206CM or N 0101.06III550.00$        330.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT206C Type III 10X12 Multi Curve Rectangle1315008DT206CM or N 0101.06III550.00$        330.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT206C Type III 8X10 Multi Curve Shooters Cut1315010DT206CM or N 0101.06III420.00$        252.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT206C Type III 8X10 Multi Curve Rectangle1314833DT206CM or N 0101.06III420.00$        252.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT106E Type III 8.75X11.75 Multi Curve SAPI Small1314828DT106EM or N 0101.06III500.00$        300.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT106E Type III 9.5X12.5 Multi Curve SAPI Medium1314829DT106EM or N 0101.06III550.00$        330.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT106E Type III 10.25X13.25 Multi Curve SAPI Large1314830DT106EM or N 0101.06III600.00$        360.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT106E Type III 11X14 Multi Curve SAPI Xlarge1314831DT106EM or N 0101.06III660.00$        396.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT106E Type III 10X12 Multi Curve Shooters Cut1314826DT106EM or N 0101.06III550.00$        330.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT106E Type III 10X12 Multi Curve Rectangle1315004DT106EM or N 0101.06III550.00$        330.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT106E Type III 8X10 Multi Curve Shooters Cut1314827DT106EM or N 0101.06III400.00$        240.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionDT106E Type III 8X10 Multi Curve Rectangle1315005DT106EM or N 0101.06III400.00$        240.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle Protection2120‐5 Type III 10X12 Multi Curve Shooters Cut10114182120‐5M or N 0101.06III715.00$        429.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle Protection2120‐5 Type III 8X10 Multi Curve Rectangle10113732120‐5M or N 0101.06III685.00$        411.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionHardwire 8000 Type III 8.75X11.75 Multi Curve SAPI Small1350910HW‐RF1SA‐2020M or N 0101.06III1,070.00$     642.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionHardwire 8000 Type III 9.5X12.5 Multi Curve SAPI Medium1350911 HW‐RF1SA‐2020M or N 0101.06III1,180.00$     708.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionHardwire 8000 Type III 10.25X13.25 Multi Curve SAPI Large1350912 HW‐RF1SA‐2020M or N 0101.06III1,375.00$     825.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionHardwire 8000 Type III 11X14 Multi Curve SAPI Xlarge1350913 HW‐RF1SA‐2020M or N 0101.06III1,565.00$     939.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionHardwire 8000 Type III 10X12 Multi Curve Shooters Cut1350914HW‐RF1SA‐2020M or N 0101.06III1,300.00$     780.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionHardwire 8000 Type III 10X12 Multi Curve Rectangle1350915 HW‐RF1SA‐2020M or N 0101.06III1,300.00$     780.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionHardwire 8000 Type III 8X10 Multi Curve Shooters Cut1350916HW‐RF1SA‐2020M or N 0101.06III970.00$        582.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionHardwire 8000 Type III 8X10 Multi Curve Rectangle1350917HW‐RF1SA‐2020M or N 0101.06III970.00$        582.00$         40.00%Ballistic‐resistant Stand‐alone PlateRifle ProtectionHardwire 9000 Type III 8.75X11.75 Multi Curve SAPI Small1350919 HW‐RF2SA‐2020M or N 0101.06III995.00$        597.00$         40.00% MARKET BASKET ITEMSRFP-NK-15-001EXHIBIT A4.D.aPacket Pg. 148Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Ballistic‐resistant Stand‐alone Plate Rifle ProtectionHardwire 9000 Type III 9.5x12.5 Multi Curve SAPI Medium1350920HW‐RF2SA‐2020M or N 0101.06III 1,085.00$      651.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle ProtectionHardwire 9000 Type III 10.25X13.25 Multi Curve SAPI Large1350921 HW‐RF2SA‐2020M or N 0101.06III 1,200.00$      720.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle ProtectionHardwire 9000 Type III 11X14 Multi Curve SAPI Xlarge1350922 HW‐RF2SA‐2020M or N 0101.06III 1,325.00$      795.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle ProtectionHardwire 9000 Type III 10X12 Multi Curve Shooters Cut1350923 HW‐RF2SA‐2020M or N 0101.06III 1,010.00$      606.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle ProtectionHardwire 3000 Type III 8.75X11.75 Multi Curve SAPI Small1302175 007‐015‐3000M or N 0101.06III 590.00$         354.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle ProtectionHardwire 3000 Type III 9.5x12.5 Multi Curve SAPI Medium1302176007‐015‐3000M or N 0101.06III 650.00$         390.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle ProtectionHardwire 3000 Type III 10.25X13.25 Multi Curve SAPI Large1302177007‐015‐3000M or N 0101.06III 740.00$         444.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle ProtectionHardwire 3000 Type III 11X14 Multi Curve SAPI Xlarge1302178007‐015‐3000M or N 0101.06III 800.00$         480.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle ProtectionHardwire 3000 Type III 10X12 Multi Curve Shooters Cut1193120007‐015‐3000M or N 0101.06III 620.00$         372.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle ProtectionHardwire 3000 Type III 10X12 Multi Curve Rectangle1193811 007‐015‐3000M or N 0101.06III 620.00$         372.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle ProtectionHardwire 3000 Type III 8X10 Multi Curve Shooters Cut1193812 007‐015‐3000M or N 0101.06III 500.00$         300.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle ProtectionHardwire 3000 Type III 8X10 Multi Curve Rectangle1193813 007‐015‐3000M or N 0101.06III 500.00$         300.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle Protection2014MC Type IV 10X12 Multi Curve Shooters Cut11936162014MCM or N 0101.06IV 415.00$         249.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle Protection2014MC Type IV 10x12 Multi Curve Rectangle 12223842014MCM or N 0101.06IV 415.00$         249.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle Protection2014MC Type IV 8x10 Multi Curve Shooters Cut1349432 2014MCM or N 0101.06IV 375.00$         225.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle Protection2014MC Type IV 8x10 Multi Curve Rectangle1222385 2014MCM or N 0101.06IV 375.00$         225.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle Protection2014G Type IV 10X12 Single Curve Shooters Cut11799462014GM or N 0101.06IV 375.00$         225.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle Protection2014G Type IV 10X12 Single Curve Rectangle1179945 2014GM or N 0101.06IV 375.00$         225.00$          40.00%Ballistic‐resistant Stand‐alone Plate Rifle Protection2014G Type IV 8X10 Single Curve Rectangle11799472014GM or N 0101.06IV 315.00$         189.00$          40.00%In Conjunction With (ICW) Armor (soft armor and ICW plate)Rifle Protection X‐CAL DTP1 Type III ICW 8.75X11.75 Multi Curve SAPI Small 1346548, 1221712X‐CAL DTP1 ICW BA‐3A00S‐SM02M or N 0101.06 III 1,765.00$       1,059.00$        40.00%In Conjunction With (ICW) Armor (soft armor and ICW plate)Rifle Protection X‐CAL DTP1 Type III ICW 9.5X12.5 Multi Curve SAPI Medium 1346549, 1221712X‐CAL DTP1 ICW BA‐3A00S‐SM02M or N 0101.06 III 1,765.00$       1,059.00$        40.00%In Conjunction With (ICW) Armor (soft armor and ICW plate)Rifle Protection X‐CAL DTP1 Type III ICW 10.25X13.25 Multi Curve SAPI Large 1346550, 1221712X‐CAL DTP1 ICW BA‐3A00S‐SM02M or N 0101.06 III 1,850.00$       1,110.00$        40.00%In Conjunction With (ICW) Armor (soft armor and ICW plate)Rifle Protection X‐CAL DTP1 Type III ICW 11X14 Multi Curve SAPI Xlarge 1346551, 1221712X‐CAL DTP1 ICW BA‐3A00S‐SM02M or N 0101.06 III 2,075.00$       1,245.00$        40.00%In Conjunction With (ICW) Armor (soft armor and ICW plate)Rifle ProtectionX‐CAL DTP1 Type III ICW 10X12 Multi Curve Shooters Cut, BA‐3A00S0‐SM021346545, 1221712X‐CAL DTP1 ICW BA‐3A00S‐SM02M or N 0101.06 III 1,765.00$       1,059.00$        40.00%In Conjunction With (ICW) Armor (soft armor and ICW plate)Rifle Protection X‐CAL DTP1 Type III ICW 10X12 Multi Curve Rectangle 1348277, 1221712X‐CAL DTP1 ICW BA‐3A00S‐SM02M or N 0101.06 III 1,765.00$       1,059.00$        40.00%In Conjunction With (ICW) Armor (soft armor and ICW plate)Rifle Protection X‐CAL DTP1 Type III ICW 8X10 Multi Curve Shooters Cut 1347633, 1221712X‐CAL DTP1 ICW BA‐3A00S‐SM02M or N 0101.06 III 1,545.00$       927.00$           40.00%In Conjunction With (ICW) Armor (soft armor and ICW plate)Rifle Protection X‐CAL DTP1 Type III ICW 8X10 Multi Curve Rectangle 1346546, 1221712X‐CAL DTP1 ICW BA‐3A00S‐SM02M or N 0101.06 III 1,545.00$       927.00$           40.00%In Conjunction With (ICW) Armor (soft armor and ICW plate)Rifle Protection X‐CAL DTP1 Type III ICW 7X9 Single Curve Rectangle 1347869, 1221712X‐CAL DTP1 ICW BA‐3A00S‐SM02M or N 0101.06 III 1,390.00$       834.00$           40.00%In Conjunction With (ICW) Armor (soft armor and ICW plate)Rifle Protection X‐CAL DTP1 Type III ICW 5X8 Single Curve Rectangle 1347871, 1221712X‐CAL DTP1 ICW BA‐3A00S‐SM02M or N 0101.06 III 1,240.00$       744.00$           40.00%Stab‐resistant Vest (including carrier) Spike ProtectionPRISM Spike 1, M Series Concealable Carrier, Male1219804‐M, 1348925PS‐1.0M or N 0115.001/Spike 715.00$         429.00$          40.00%Stab‐resistant Vest (including carrier) Spike ProtectionPRISM Spike 2, M Series Concealable Carrier, Male1219805‐M, 1348925PS‐2.2M or N 0115.002/Spike 815.00$         489.00$          40.00%Stab‐resistant Vest (including carrier) Spike ProtectionPRISM Spike 3, M Series Concealable Carrier, Male1219806‐M, 1348925PS‐3.0M or N 0115.003/Spike 1,015.00$      609.00$          40.00%Stab‐resistant Vest (including carrier) Spike ProtectionPRISM Spike 3, M Series Concealable Carrier, Male1345427‐M, 1348925PS‐3.1M or N 0115.003/Spike 1,015.00$      609.00$          40.00%Combination Vest (including carrier) Handgun‐SpikePRISM MT Level II Spike 2, M Series Concealable Carrier, Male1301972‐M, 1348925NS02‐2020S‐MEM or N 0101.06‐0115.00II‐2/Spike 1,715.00$      1,029.00$       40.00%Combination Vest (including carrier) Handgun‐SpikePRISM MT MT22.2 Level II/Spike 2, M Series Concealable Carrier, Male1302326‐M, 1348925 MS‐2020S‐MT22.2M or N 0101.06‐0115.00 II‐2/Spike 1,715.00$       1,029.00$        40.00%Combination Vest (including carrier) Handgun‐SpikeM or N 0101.06‐0115.00IIIA‐2/Spike #DIV/0!Combination Vest (including carrier) Handgun‐SpikePRISM MT Level IIA Spike 3, M Series Concealable Carrier1219802‐M, 1348925MS‐2A30S‐MT21M or N 0101.06‐0115.00IIA‐3/Spike 1,465.00$      879.00$          40.00%Combination Vest (including carrier) Handgun‐SpikeM or N 0101.06‐0115.00II‐3/Spike #DIV/0!Combination Vest (including carrier) Handgun‐SpikePRISM MT Level IIIA Spike 3, M Series Concealable Carrier, Male1219803‐M, 1348925MS‐3A30S‐MT01M or N 0101.06‐0115.00IIIA‐3/Spike 1,765.00$      1,059.00$       40.00%Combination Vest (including carrier) Handgun‐Spike‐Edged BladeM or N 0101.06‐0115.00II‐2/Spike‐2/Edged Blade#DIV/0!Combination Vest (including carrier) Handgun‐Spike‐Edged BladeM or N 0101.06‐0115.00IIIA‐2/Spike‐2/Edged Blade#DIV/0!K‐9 Vest Ballistic, Stab, or Comb.Bark‐9 Xtreme Level II, Bark‐9™ Canine Platform, VELCRO® Brand Closure1220824, 1346114 N/A N/A  0101.06 II 1,510.00$       906.00$           40.00%K‐9 Vest Ballistic, Stab, or Comb.Bark‐9 Xtreme Level IIIA, Bark‐9™ Canine Platform, VELCRO® Brand Closure1220825, 1346114 N/A N/A  0101.06 IIIA 1,685.00$       1,011.00$        40.00%K‐9 Vest Ballistic, Stab, or Comb.Bark‐9 Matrix Level II, Bark‐9™ Canine Platform, VELCRO® Brand Closure1223996, 1346114 N/A N/A  0101.06 II 1,260.00$       756.00$           40.00%K‐9 Vest Ballistic, Stab, or Comb.Bark‐9 Matrix Level IIIA, Bark‐9™ Canine Platform, VELCRO® Brand Closure1223995, 1346114 N/A N/A  0101.06 IIIA 1,360.00$       816.00$           40.00%Ballistic ShieldsHandgun or Rifle ProtectionIntruder™ G2™ 20X34  LED Lights Hoizontal Handle1152944N/AN/A 0108.01IIIA4,200.00$      2,520.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionIntruder™ G2™ 20X34 LED Lights 3‐Position Handle1157457N/AN/A 0108.01IIIA4,200.00$      2,520.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionIntruder™ G2™ 20X34 No Lights Horizontal Handle1157458N/AN/A 0108.01IIIA2,362.50$      1,417.50$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionIntruder™ G2™  20X34 No Lights 3‐Position Handle1173879 N/AN/A 0108.01IIIA2,362.50$      1,417.50$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionEntry I FR X 24X36 Horizontal Handle1301038N/AN/A 0108.01IIIA2,600.00$      1,560.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionEntry I FR X 24X36 3‐Position Handle1301037N/AN/A 0108.01IIIA2,600.00$      1,560.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionEntry I FR X 24X36 Foxfury B70 Integrated Light  Horizontal Handle1348218N/AN/A 0108.01IIIA4,100.00$      2,460.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionEntry I FR X 24X36 Foxfury B70 Integrated Light 3‐Position Handle1348222 N/AN/A 0108.01IIIA4,100.00$      2,460.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionEntry I X 24X36 Horizontal Handle1301036N/AN/A 0108.01IIIA2,500.00$      1,500.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionEntry I X 24X36 3‐Position Handle1223503 N/AN/A 0108.01IIIA2,500.00$      1,500.00$      40.00%RFP-NK-15-0014.D.aPacket Pg. 149Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Ballistic ShieldsHandgun or Rifle ProtectionEntry I X 24X36 FoxFury B70 Integrated Light Horizontal Handle1348217N/AN/A 0108.01IIIA4,000.00$      2,400.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionEntry I X 24X36 FoxFury B70 Integrated Light 3‐Position Handle1348221 N/AN/A 0108.01IIIA4,000.00$      2,400.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionEntry I FR 24X36 FBI 3 Position Handle 1192597N/AN/A 0108.01IIIA3,100.00$      1,860.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionEntry II X 24X48 Horizontal Handle1301044N/AN/A 0108.01IIIA3,100.00$      1,860.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionEntry II X 24X48 3‐Position Handle1301043 N/AN/A 0108.01IIIA3,100.00$      1,860.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionEntry II X 24X48 Foxfury B70 Integrated  Light Horizontal Handle1348219 N/AN/A 0108.01IIIA4,600.00$      2,760.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionEntry II X 24X48 Foxfury B70 Integrated Light 3‐Position Handle1348223 N/AN/A 0108.01IIIA4,600.00$      2,760.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionDefender X 20X34 Horizontal Handle1301042 N/AN/A 0108.01IIIA2,350.00$      1,410.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionDefender X 20X34 3‐Position Handle1301041 N/AN/A 0108.01IIIA2,350.00$      1,410.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionDefender X 20X34 Foxfury B70 Integrated Light Horizontal Handle1345986N/AN/A 0108.01IIIA3,850.00$      2,310.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionDefender X 20X34 Fox fury B70 Integrated Light 3‐Position Handle1348225 N/AN/A 0108.01IIIA3,850.00$      2,310.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionMighty Mite X 18X30 Horizontal Handle1301039 N/AN/A 0108.01IIIA2,200.00$      1,320.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionMighty Mite X 18X30 3‐Position Handle1301040N/AN/A 0108.01IIIA2,200.00$      1,320.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionMighty Mite X 18X30 Foxfury B70 Integrated Light Horizontal Handle 1348220 N/AN/A 0108.01 IIIA3,700.00$       2,220.00$       40.00%Ballistic ShieldsHandgun or Rifle ProtectionMighty Mite X 18X30 Fox fury B70 Integrated Light  3‐Position Handle 1348224 N/AN/A 0108.01 IIIA3,700.00$       2,220.00$       40.00%Ballistic ShieldsHandgun or Rifle ProtectionPatroller™ 18X24 Horizontal Handle1002697N/AN/A 0108.01IIIA1,550.00$      930.00$         40.00%Ballistic ShieldsHandgun or Rifle ProtectionPatroller™ FR 22X31 Horizontal Handle1002687N/AN/A 0108.01IIIA1,850.00$      1,110.00$      40.00%Ballistic ShieldsHandgun or Rifle ProtectionTSI 1 20X34 Horizontal Handle1163976N/AN/A 0108.01IIIA1,375.00$      825.00$         40.00%Ballistic ShieldsHandgun or Rifle ProtectionTSI 1 Level IIIA Shield 20X34 3‐Position Handle1171174N/AN/A 0108.01IIIA1,375.00$      825.00$         40.00%Ballistic ShieldsHandgun or Rifle ProtectionTSI 2 24X36 Horizontal Handle1002700N/AN/A 0108.01IIIA1,550.00$      930.00$         40.00%Ballistic ShieldsHandgun or Rifle ProtectionTSI 2 24x36 3‐Position Handle1175465 N/AN/A 0108.01IIIA1,550.00$      930.00$         40.00%Ballistic ShieldsHandgun or Rifle ProtectionTSI 3 20X48 Horizontal Handle1164024N/AN/A 0108.01IIIA1,650.00$      990.00$         40.00%Ballistic ShieldsHandgun or Rifle ProtectionHI‐VIZ 12X24 Clear Horizontal Handle1345191 N/AN/A 0108.01IIIA1,150.00$      690.00$         40.00%Ballistic ShieldsHandgun or Rifle ProtectionHI‐VIZ 12X24 Clear T‐Shape Horizontal Handle1345192 N/AN/A 0108.01IIIA1,150.00$      690.00$         40.00%Ballistic ShieldsHandgun or Rifle ProtectionHI‐VIZ 9.5X24 Clear Horizontal Handle1345193 N/AN/A 0108.01IIIA990.00$         594.00$         40.00%Ballistic ShieldsHandgun or Rifle ProtectionStrike Shield IIIA Soft Roll‐Up Shield 20X28 Horizontal Handle1345164N/AN/A 0108.01IIIA1,450.00$      870.00$         40.00%Ballistic ShieldsHandgun or Rifle ProtectionStrike Shield IIIA Soft Roll‐Up Shield 20X32 Horizontal Handle1345165 N/AN/A 0108.01IIIA1,600.00$      960.00$         40.00%Ballistic ShieldsHandgun or Rifle ProtectionStrike Shield SX IIIA Soft Roll‐Up Shield 20X28 Horizontal Handle1314109 N/AN/A 0108.01IIIA2,300.00$      1,380.00$      40.00%Ballistic HelmetHandgun ProtectionDelta 5 4‐Bolt Full‐Cut Mesh Suspension 4‐Point Harness1345392‐FCPTA‐HS‐4PHSN/AN/A 0106.01 IIIA1,785.00$       1,071.00$       40.00%Ballistic HelmetHandgun ProtectionDelta 5 4‐Bolt Mid‐Cut Mesh Suspension 4‐Point Harness1345392‐MCPTA‐HS‐4PHSN/AN/A 0106.01 IIIA1,785.00$       1,071.00$       40.00%Ballistic HelmetHandgun ProtectionDelta 5 4‐Bolt High‐Cut Mesh Suspension 4‐Point Harness1345392‐HCPTA‐HS‐4PHSN/AN/A 0106.01 IIIA1,785.00$       1,071.00$       40.00%Ballistic HelmetHandgun ProtectionDelta 4 4‐Bolt Full‐Cut Mesh Suspension 4‐Point Harness1220976‐FCPTA‐HS‐4PHSN/AN/A 0106.01 IIIA685.00$          411.00$          40.00%Ballistic HelmetHandgun ProtectionDelta 4 4‐Bolt Mid‐Cut Mesh Suspension 4‐Point Harness1220976‐MCPTA‐HS‐4PHSN/AN/A 0106.01 IIIA685.00$          411.00$          40.00%Ballistic HelmetHandgun ProtectionDelta 4 4‐Bolt High‐Cut Mesh Suspension 4‐Point Harness1220976‐HCPTA‐HS‐4PHSN/AN/A 0106.01 IIIA685.00$          411.00$          40.00%Ballistic HelmetHandgun ProtectionPASGT 4‐Bolt High‐Cut Mesh Suspension 4‐Point Harness1313992PTA‐HS‐4PHSN/AN/A 0106.01 IIIA635.00$          381.00$          40.00%Trauma PackAll N/A N/A40.00%Trauma PlateAll N/A N/A40.00%InsertAll N/A N/A40.00%Protector (groin, shoulder, throat, etc.)All N/A All40.00%All M, F, N N/A40.00%PouchesAll N/A N/A40.00%Replacement Vest StrapsAll N/A N/A40.00%ID PatchesAll N/A N/A40.00%All N/A N/A40.00%Face ShieldsAll N/A N/A40.00%Helmet AccessoriesN/AN/A N/A40.00%All N/A N/A40.00%N/A N/A N/A40.00%N/A N/A N/A40.00%AllAllSoft or HardSoftHardSoft or HardCarry BagsVest, Shield, HelmetAllAllAllShield LED LightsShield AccessoriesOther AccessoriesAllAllAllCarriersUniform, Concealable, TacticalNON‐MARKET BASKET ITEMSSizeGender(M=Male, N=Neutral, F=Female)Threat LevelMinimum % Discount from MSRP (per each)ProductTypeRFP-NK-15-0014.D.aPacket Pg. 150Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) States Agents/Distributors  (put an "x" if yes) Number of  Agents/Distributors Alabama Alaska x1 Arizona x2 Arkansas x2 California Colorado x3 Connecticut x3 Delaware x1 Florida x3 Georgia Hawaii x3 Idaho x2 Illinois Indiana Iowa x1 Kansas x3 Kentucky Louisiana x2 Maine Maryland Massachusetts Michigan Minnesota x1 Mississippi Missouri Montana x3 Nebraska Nevada x5 New Hampshire New Jersey New Mexico x1 New York North Carolina x1 North Dakota x2 Ohio Oklahoma x3 Oregon x3 Pennsylvania Puerto Rico Rhode Island x1 South Carolina South Dakota x2 Tennessee Texas Utah x2 Vermont x1 Virginia Washington x5 Washington DC West Virginia Wisconsin x1 Wyoming x3 Total 27 60 VENDOR NAME: SAFARILAND, LLC                                      EXHIBIT B ‐ AGENTS AND DISTRIBUTORS BY STATE RFP‐AR‐21‐001 4.D.a Packet Pg. 151 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Jacksonville FL Joe Reynolds 904‐434‐9620 joe.reynolds2@safariland.com www.safariland.com Manufacturer Identifying Information 59‐2044869 Distributor/Agent (ALABAMA) Identify Distributor/Agents for measuring/fitting and order placement Safariland LLC 13386 International Pkwy. Areas Covered: Manufacturer Name:  Page 2 4.D.a Packet Pg. 152 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 4147 Old Seward Highway Suite 100 City: State: Zip: 99503 Primary Contact:  Daniel Rush Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Anchorage AK 13386 International Pkwy. Jacksonville FL Tim Boyle 425‐750‐7478 tim.boyle@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (Alaska) Identify Distributor/Agents for measuring/fitting and order placement Northern Security Supply (907) 561‐5602 nssupply@acsalaska.net www.northernsecuritysupplyak.com 92‐0081957 Areas Covered: AK Manufacturer Name:  Page 3 4.D.a Packet Pg. 153 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 5035 South 33rd St City: State: 85040 Primary Contact:  Mason Goold Phone: Email: Website: FEIN:  Company Name: Address: City: State: 86301 Primary Contact:  Dan Rooney Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Phoenix AZ 13386 International Pkwy. Jacksonville FL Chris Parra 909‐618‐6783 chris.parra@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (Arizona) Identify Distributor/Agents for measuring/fitting and order placement Curtis Blue Line 602‐529‐3800 phoenix@curtisblueline.com www.curtisblueline.com  94‐1214350 Areas Covered: AZ,CO,HI, ID,MT,NV,OR,UT,WA,WY  Distributor/Agent (Arizona) Identify Distributor/Agents for measuring/fitting and order placement Proforce Law Enforcement Prescott AZ 800‐367‐5855 sales@proforceonline.com  www.proforceonline.com 86‐1022874 Areas Covered: AZ, CO, ID, MT, NV, OR, UT, WA, WY  2625 Stearman Road, Suite A Manufacturer Name:  Page 4 4.D.a Packet Pg. 154 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: 72209 Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: 40505 Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  www.safariland.com 13386 International Pkwy. Jacksonville FL Ted Drysdale 816‐419‐7624 ted.drysdale@safariland.com Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 59‐2044869 Distributor/Agent (Arkansas) Identify Distributor/Agents for measuring/fitting and order placement Special Ops Uniforms of Arkansas, Inc 6320 Scott Hamilton Drive 507‐812‐3260 uniformsofarkansas@gmail.com Nicole Comstock Little Rock AR 84‐2384776 Areas Covered: AR Distributor/Agent (Arkansas) Identify Distributor/Agents for measuring/fitting and order placement Galls Lexington KY 850‐443‐4924 cook‐wayne@galls.com www.galls.com 20‐3545989 Areas Covered: AR Distributor/Agent (Arkansas) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: 1340 Russel Cave Road Wayne Cook Manufacturer Name:  Page 5 4.D.a Packet Pg. 155 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Distributor/Agent (Arkansas) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Distributor/Agent (Arkansas) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Distributor/Agent (Arkansas) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Areas Covered: Distributor/Agent (Arkansas) Identify Distributor/Agents for measuring/fitting and order placement Manufacturer Name:  Page 6 4.D.a Packet Pg. 156 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Mary Bateman 916‐371‐8884 mary.bateman@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (California) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Distributor/Agent (California) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Distributor/Agent (California) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 7 4.D.a Packet Pg. 157 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Company Name: Address: City: State: Primary Contact:  Phone: Email: Website: FEIN:  Distributor/Agent (California) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 8 4.D.a Packet Pg. 158 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 3763 Imperial St #A City: State: Zip: 80516 Primary Contact:  Del Boyer Phone: Email: Website: FEIN:  Company Name: Address: City: State: 86301 Primary Contact:  Dan Rooney Phone: Email: Website: FEIN:  Company Name: Address: 5035 South 33rd St City: State: 85040 Primary Contact:  Mason Goold Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Fredrick CO 13386 International Pkwy. Jacksonville FL Chris Parra 909‐618‐6783 chris.parra@safariland.com  www.safariland.com 59‐2044869 Distributor/Agent (Colorado) Identify Distributor/Agents for measuring/fitting and order placement Adamson Police Products 303‐833‐4661 dboyer@policeproducts.com  www.policeproducts.com 94‐2696822 Areas Covered: CO, NV, WY Curtis Blue Line Distributor/Agent (Colorado) Identify Distributor/Agents for measuring/fitting and order placement Proforce Law Enforcement Prescott AZ 800‐367‐5855 sales@proforceonline.com  proforceonline.com/ 86‐1022874 Areas Covered: AZ, CO, ID, MT, NV, OR, UT, WA, WY  Distributor/Agent (Colorado) Identify Distributor/Agents for measuring/fitting and order placement 2625 Stearman Road, Suite A 94‐1214350 Areas Covered: AZ,CO,HI, ID,MT,NV,OR,UT,WA,WY  Phoenix AZ 602‐529‐3800 phoenix@curtisblueline.com www.curtisblueline.com  Manufacturer Name:  Page 9 4.D.a Packet Pg. 159 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 105 Fenn Road City: State: Zip: 06111 Primary Contact:  Edward O'Neill Phone: Email: Website: FEIN:  Company Name: Address: 375 Morgan Lane City: State: Zip: 06516 Primary Contact:  Robert Horwitz Phone: Email: Website: FEIN:  Company Name: Address: 356 Main Street City: State: Zip: 06810 Primary Contact:  Edward McGee Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Newington CT 13386 International Pkwy. Jacksonville FL Dominick Provisiero 631‐520‐1060 Dominick.Provisiero@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (Connecticut) Identify Distributor/Agents for measuring/fitting and order placement Connecticut Police Supply 860‐667‐4211 ed@ctpolicesupply.com www.ctpolicesupply.com 13‐4205959 Areas Covered: CT New England Uniform LLC  Distributor/Agent (Connecticut) Identify Distributor/Agents for measuring/fitting and order placement Horwitz Career Apparel & Uniforms, Inc  West Haven CT 203‐931‐9700 rhorwitz@horwitzuniforms.com www.horwitzuniforms.com 06‐1277699 Areas Covered: CT Distributor/Agent (Connecticut) Identify Distributor/Agents for measuring/fitting and order placement Danbury CT 203‐792‐5256 e.mcgee@newenglanduniform.net www.newenglanduniform.net 06‐1567984 Areas Covered: CT Manufacturer Name:  Page 10 4.D.a Packet Pg. 160 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Company Name: Address: City: State: Zip: 06606 Primary Contact:  Phone: Email: Website: FEIN:  Distributor/Agent (Connecticut) Identify Distributor/Agents for measuring/fitting and order placement New England Uniform LLC  2490 Main Street Bridgeport CT 203‐333‐0890 jmcgee@newenglanduniform.net  rmcgee@newenglanduniform.net  www.newenglanduniform.net  06‐1567984 Areas Covered: CT JR McGee or Ryan McGee Manufacturer Name:  Page 11 4.D.a Packet Pg. 161 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 763 Corporate Circle City: State: Zip: 17070 Primary Contact:  Tom Caruso Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information New Cumberland PA 13386 International Pkwy. Jacksonville FL Merribeth Morisi 904‐451‐4907 merribeth.morisi@safariland.com  www.safariland.com  59‐2044869 Distributor/Agent (Delaware) Identify Distributor/Agents for measuring/fitting and order placement Atlantic Tactical Inc. 717‐774‐3339 tom.caruso@atlantictactical.com www.atlantictactical.com 23‐2082171 Areas Covered: DE, RI, VT Manufacturer Name:  Page 12 4.D.a Packet Pg. 162 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 2285 Kingsley Ave Ste A2  City: State: Zip: 32073 Primary Contact:  Sandi White Phone: Email: Website: FEIN:  Company Name: Address: 7815 West 4th Avenue City: State: Zip: 33014 Primary Contact:  Lou Garcia Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: 32703 Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Orange Park FL 13386 International Pkwy. Jacksonville FL Shawn Welch 813‐951‐1469 Shawn Welch@safariland.com   www.safariland.com 59‐2044869 Distributor/Agent (Florida) Identify Distributor/Agents for measuring/fitting and order placement GT Distributors 800‐775‐5996 sandi.white@gtdist.com www.gtdist.com 20‐5104876 Areas Covered: FL, KS, OK Shoot Straight/SSD International Distributor/Agent (Florida) Identify Distributor/Agents for measuring/fitting and order placement Lou's Police & Security Equipment Inc  Hialeah FL 305‐416‐0000 sales@louspolice.com www.louspolice.com 26‐0472002 Areas Covered: South FL  Distributor/Agent (Florida) Identify Distributor/Agents for measuring/fitting and order placement 90‐0758259 Areas Covered: FL 1349 S. Orange Blossom Trail Scott Patrick  Apopka  FL 407‐410‐6914 scott@ssdinternationalinc.com  www.shoot‐straight.com  Manufacturer Name:  Page 13 4.D.a Packet Pg. 163 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Joe Reynolds 904‐434‐9620 joe.reynolds2@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (Georgia) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 14 4.D.a Packet Pg. 164 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 1322 Young Street City: State: Zip: 96814 Primary Contact:  Audrey Wee Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: 97303 Primary Contact:  Richard Cummings Phone: Email: Website: FEIN:  Company Name: Address: 855 Riverside Parkway, Suite 50 City: State: 95605 Primary Contact:  Eric Ramm Phone: Email: Distributor/Agent (Colorado) Identify Distributor/Agents for measuring/fitting and order placement Curtis Blue Line West Sacramento CA 530‐204‐1310 westsac@curtisblueline.com Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Mary Bateman 916‐371‐8884 mary.bateman@safariland.com www.safariland.com 59‐2044869 911 Supply, Inc Distributor/Agent (Hawaii) Identify Distributor/Agents for measuring/fitting and order placement Security Equipment Corp Honolulu HI 808‐589‐0911 audreysec@hawaii.rr.com www.sechawaii.com  99‐2031855 Areas Covered: HI  Distributor/Agent (Hawaii) Identify Distributor/Agents for measuring/fitting and order placement www.911supply.com  47‐2676543 Areas Covered: HI, OR, WA 4484 River Road N. Keizer OR 503.393.4911 sales@911supply.com  Manufacturer Name:  Page 15 4.D.a Packet Pg. 165 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Website: FEIN:  www.curtisblueline.com  94‐1214350 Areas Covered: AZ,CO,HI, ID,MT,NV,OR,UT,WA,WY  Manufacturer Name:  Page 16 4.D.a Packet Pg. 166 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 9364 West Franklin Rd City: State: Zip: 83709 Primary Contact:  Tom Burtch Phone: Email: Website: FEIN:  Company Name: Address: City: State: 86301 Primary Contact:  Dan Rooney Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Boise ID 13386 International Pkwy. Jacksonville FL Tim Boyle 425‐750‐7478 tim.boyle@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (Idaho) Identify Distributor/Agents for measuring/fitting and order placement Curtis Blue Line Proforce Law Enforcement Distributor/Agent (Idaho) Identify Distributor/Agents for measuring/fitting and order placement 208‐377‐5418 boise@curtisblueline.com  www.curtisblueline.com  94‐1214350 Areas Covered: AZ,CO,HI, ID,MT,NV,OR,UT,WA,WY  86‐1022874 Areas Covered: AZ, CO, ID, MT, NV, OR, UT, WA, WY  2625 Stearman Road, Suite A Prescott AZ 800‐367‐5855 sales@proforceonline.com  www.proforceonline.com Manufacturer Name:  Page 17 4.D.a Packet Pg. 167 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Darryl Kim 260‐316‐7343 darryl.kim@safariland.com  www.safariland.com 59‐2044869 Distributor/Agent (Illinois) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 18 4.D.a Packet Pg. 168 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001   Manufacturer Name:  Page 19 4.D.a Packet Pg. 169 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Darryl Kim 260‐316‐7343 darryl.kim@safariland.com  www.safariland.com 59‐2044869 Distributor/Agent (Indiana) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Areas Covered: Distributor/Agent (Indiana) Identify Distributor/Agents for measuring/fitting and order placement Manufacturer Name:  Page 20 4.D.a Packet Pg. 170 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 10911 West Highway 55 City: State: Zip: 55441 Primary Contact:  Rick Seitz Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Minneapolis MN 13386 International Pkwy. Jacksonville FL Kevin Degel 320‐266‐3828 kevin.degel@safariland.com  www.safariland.com  59‐2044869 Distributor/Agent (Iowa) Identify Distributor/Agents for measuring/fitting and order placement Streicher's 800‐367‐3763 ricks@policehq.com  www.streichers.com  41‐1458127 Areas Covered: IA, MN, ND, SD, WI Manufacturer Name:  Page 21 4.D.a Packet Pg. 171 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 430 East Central Street City: State: Zip: 67202 Primary Contact:  Brian Carduff Phone: Email: Website: FEIN:  Company Name: Address: 2710 Locust Street City: State: Zip: 63103 Primary Contact:  Duane Wall Phone: Email: Website: FEIN:  Company Name: Address: 10567 Metcalf Avenue City: State: Zip: 66212 Primary Contact:  Bill Smith Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Wichita KS 13386 International Pkwy. Jacksonville FL Ted Drysdale 816‐419‐7624 ted.drysdale@safariland.com  www.safariland.com 59‐2044869 Distributor/Agent (Kansas) Identify Distributor/Agents for measuring/fitting and order placement Baysinger Police Supply  316‐262‐5663 brian@baysingers.com www.baysingers.com 48‐0872998 Areas Covered: KS & OK GT Distributors, Inc (TX) Distributor/Agent (Kansas) Identify Distributor/Agents for measuring/fitting and order placement Ed Roehr Safety Products Saint Louis MO 314‐533‐9344 kristina@edroehrsafety.com www.edroehrsafety.com 43‐0624955 Areas Covered: KS Distributor/Agent (Kansas) Identify Distributor/Agents for measuring/fitting and order placement 74‐2339528 Areas Covered: FL, KS, OK Overland Park KS 402‐405‐4456 william.smith@gtdist.com  www.gtdist.com  Manufacturer Name:  Page 22 4.D.a Packet Pg. 172 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Darryl Kim 260‐316‐7343 darryl.kim@safariland.com  www.safariland.com 59‐2044869 Distributor/Agent (Kentucky) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 23 4.D.a Packet Pg. 173 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 218 Four Park Rd City: State: Zip: 70507 Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: 9530 Cortana Place City: State: Zip: 70815 Primary Contact:  Donald Hogan Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Lafayette LA 13386 International Pkwy. Jacksonville FL Dustin Dinnat 904‐366‐7363 dustin.dinnat@safariland.com   www.safariland.com 59‐2044869 Distributor/Agent (Louisiana) Identify Distributor/Agents for measuring/fitting and order placement Barney's Police Supplies  www.batonrougepolicesupplies.com 72‐1237049 Areas Covered: LA 337‐896‐3667 sales@mycopshop.com  www.barneyspolicesupplies.com  72‐1491003 Areas Covered: LA Distributor/Agent (Louisiana) Identify Distributor/Agents for measuring/fitting and order placement Baton Rouge Police Supplies Baton Rouge LA 225‐924‐4948 brpolicesupplies@gmail.com Manufacturer Name:  Page 24 4.D.a Packet Pg. 174 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Jim Berry 603‐361‐1932 Jim.Berry@safariland.com  www.safariland.com 59‐2044869 Distributor/Agent (Maine) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 25 4.D.a Packet Pg. 175 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Name: 13386 International Pkwy. Jacksonville FL Merribeth Morisi 904‐451‐4907 merribeth.morisi@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (Maryland) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 26 4.D.a Packet Pg. 176 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State:Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Areas Covered: Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Jim Berry 603‐361‐1932 Jim.Berry@safariland.com  www.safariland.com 59‐2044869 Distributor/Agent (Massachusetts) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Distributor/Agent (Massachusetts) Identify Distributor/Agents for measuring/fitting and order placement Distributor/Agent (Massachusetts) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 27 4.D.a Packet Pg. 177 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Darin Fulks 614‐209‐9324 darin.fulks@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (Michigan) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Areas Covered: Distributor/Agent (Michigan) Identify Distributor/Agents for measuring/fitting and order placement Manufacturer Name:  Page 28 4.D.a Packet Pg. 178 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 10911 West Highway 55 City: State: Zip: 55441 Primary Contact:  Rick Seitz Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Minneapolis MN 13386 International Pkwy. Jacksonville FL Kevin Degel 320‐266‐3828 kevin.degel@safariland.com  www.safariland.com  59‐2044869 Distributor/Agent (Minnesota) Identify Distributor/Agents for measuring/fitting and order placement Streicher's 800‐367‐3763 ricks@policehq.com  www.streichers.com  41‐1458127 Areas Covered: IA, MN, ND, SD, WI Manufacturer Name:  Page 29 4.D.a Packet Pg. 179 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Dustin Dinnat 904‐366‐7363 dustin.dinnat@safariland.com   www.safariland.com 59‐2044869 Distributor/Agent (Mississippi) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Areas Covered: Distributor/Agent (Mississippi) Identify Distributor/Agents for measuring/fitting and order placement Manufacturer Name:  Page 30 4.D.a Packet Pg. 180 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Ted Drysdale 816‐419‐7624 ted.drysdale@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (Missouri) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 31 4.D.a Packet Pg. 181 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 200 North Star Lane City: State: Zip: 59718 Primary Contact:  Jake Liudahl Phone: Email: Website: FEIN:  Company Name: Address: 1635 Gramercy Road City: State: Zip: 84101 Primary Contact:  Chealsey Breazeal Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Tim Boyle 425‐750‐7478 tim.boyle@safariland.com  www.safariland.com 59‐2044869 Curtis Blue Line Distributor/Agent (Montana) Identify Distributor/Agents for measuring/fitting and order placement Balco Uniform Company Inc  Bozeman MT 406‐624‐0010 sales@balcouniform.com www.balcouniform.com 45‐0417295 Areas Covered: MT, ND, SD Distributor/Agent (Montana) Identify Distributor/Agents for measuring/fitting and order placement Salt Lake City UT 801‐349‐1150 saltlake@curtisblueline.com www.curtisblueline.com 94‐1214350 Areas Covered: AZ,CO,HI, ID,MT,NV,OR,UT,WA,WY  Manufacturer Name:  Page 32 4.D.a Packet Pg. 182 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Company Name: Address: 3009 North Highway 89 City: State: 86301 Primary Contact:  Dan Rooney Phone: Email: Website: FEIN:  Distributor/Agent (Montana) Identify Distributor/Agents for measuring/fitting and order placement Proforce Law Enforcement 86‐1022874 Areas Covered: AZ, CO, ID, MT, NV, OR, UT, WA, WY  Prescott AZ 800‐367‐5855 sales@proforceonline.com  www.proforceonline.com Manufacturer Name:  Page 33 4.D.a Packet Pg. 183 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Sean McIntosh 913‐304‐4918 sean.mcintosh@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (Nebraska) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Areas Covered: Distributor/Agent (Nebraska) Identify Distributor/Agents for measuring/fitting and order placement Manufacturer Name:  Page 34 4.D.a Packet Pg. 184 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 10764 Noel Street City: State: Zip: 90720 Primary Contact:  Phone: Email: Website: FEIN:  www.safariland.com 13386 International Pkwy. Jacksonville FL Mary Bateman 916‐371‐8884 mary.bateman@safariland.com Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 59‐2044869 Distributor/Agent (Nevada) Identify Distributor/Agents for measuring/fitting and order placement Adamson Police Products  800‐824‐0162 jnielsen@policeproducts.com  Josh Nielson Los Alamitos CA www.policeproducts.com 94‐2696822 Areas Covered: CO, NV, WY Manufacturer Name:  Page 35 4.D.a Packet Pg. 185 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Company Name: Address: 6248 Lauren Ashton Ave City: State: Zip: 89131 Primary Contact:  Paul DaPra Phone: Email: Website: FEIN:  Company Name: Address: 185 Lennon Lane, Suite 110 City: State: Zip: 94598 Primary Contact:  Kevin Krause Phone: Email: Website: FEIN:  Company Name: Address: 950 Glendale Avenue City: State: Zip: 89431 Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: 2625 Stearman Road, Suite A City: State: 86301 Primary Contact:  Dan Rooney Phone: Email: Website: FEIN:  Proforce Law Enforcement Distributor/Agent (Nevada) Identify Distributor/Agents for measuring/fitting and order placement Curtis Blue Line Walnut Creek CA 209‐879‐3110 kkrause@curtisblueline.com www.curtisblueline.com 94‐1214350 Areas Covered: AZ,CO,HI, ID,MT,NV,OR,UT,WA,WY  Distributor/Agent (Nevada) Identify Distributor/Agents for measuring/fitting and order placement Prescott AZ 800‐367‐5855 Sales@proforceonline.com www.proforceonline.com 86‐1022874 Areas Covered: AZ, CO, ID, MT, NV, OR, UT, WA, WY  Distributor/Agent (Nevada) Identify Distributor/Agents for measuring/fitting and order placement BC Tactical Solutions Sparks NV Las Vegas NV 702‐769‐8372 bctacticalsolutions@cox.net  47‐4198109 Areas Covered: NV Distributor/Agent (Nevada) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: NV Jose & Associates DBA Miller's Jackets & Uniforms 775‐331‐8252 millersjackets@sbcglobal.net  www.millersjackets.com  88‐0241606 Pat Lang Manufacturer Name:  Page 36 4.D.a Packet Pg. 186 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Jim Berry 603‐361‐1932 Jim.Berry@safariland.com  www.safariland.com 59‐2044869 Distributor/Agent (New Hampshire) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 37 4.D.a Packet Pg. 187 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Dominick Provisiero 631‐520‐1060 Dominick.Provisiero@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (New Jersey) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Areas Covered: Distributor/Agent (New Jersey) Identify Distributor/Agents for measuring/fitting and order placement Manufacturer Name:  Page 38 4.D.a Packet Pg. 188 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 1660 Eubank NE City: State: Zip: 87112 Primary Contact:  Nathan Korn Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Albuquerque NM 13386 International Pkwy. Jacksonville FL Chris Parra 909‐618‐6783 Chris.Parra@safariland.com  www.safariland.com  59‐2044869 Distributor/Agent (New Mexico) Identify Distributor/Agents for measuring/fitting and order placement Kaufmans West 505‐293‐2300 nkorn@kaufmanswest.com www.kaufmanswest.com 85‐0284482 Areas Covered: NM Manufacturer Name:  Page 39 4.D.a Packet Pg. 189 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Philip Baker 540‐383‐8365 philip.baker@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (New York) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Distributor/Agent (New York) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Distributor/Agent (New York) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 40 4.D.a Packet Pg. 190 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 3319 Anvil Place City: State: Zip: 27603 Primary Contact:  Ashley Pomerville Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Raleigh NC 13386 International Pkwy. Jacksonville FL Travis Cronk 904‐923‐2872 travis.cronk@safariland.com  www.safariland.com  59‐2044869 Distributor/Agent (North Carolina) Identify Distributor/Agents for measuring/fitting and order placement Lawmen's Safety Supply, Inc  919‐779‐6141 ashley.pomerville@lawmens.com  www.lawmens.com  47‐5281115 Areas Covered: NC Manufacturer Name:  Page 41 4.D.a Packet Pg. 191 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 200 North Star Lane City: State: Zip: 59718 Primary Contact:  Jake Liudahl Phone: Email: Website: FEIN:  Company Name: Address: 10911 West Highway 55 City: State: Zip: 55441 Primary Contact:  Rick Seitz Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Bozeman MT 13386 International Pkwy. Jacksonville FL Kevin Degel 320‐266‐3828 kevin.degel@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (North Dakota) Identify Distributor/Agents for measuring/fitting and order placement Balco Uniform Company Inc  406‐624‐0010 sales@balcouniform.com www.balcouniform.com 45‐0417295 Areas Covered: MT,ND www.streichers.com  41‐1458127 Areas Covered: IA, MN, ND, SD, WI Distributor/Agent (North Dakota) Identify Distributor/Agents for measuring/fitting and order placement Streicher's Minneapolis MN 800‐367‐3763 ricks@policehq.com  Manufacturer Name:  Page 42 4.D.a Packet Pg. 192 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Darin Fulks 614‐209‐9324 darin.fulks@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (Ohio) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Distributor/Agent (Ohio) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Distributor/Agent (Ohio) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 43 4.D.a Packet Pg. 193 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Distributor/Agent (Ohio) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Distributor/Agent (Ohio) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 44 4.D.a Packet Pg. 194 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 505 N Portland Ave City: State: Zip: 73107 Primary Contact:  Jim McDonald Phone: Email: Website: FEIN:  Company Name: Address: PO Box 16080 City: State: Zip: 78761 Primary Contact:  Robert Arbuckle Phone: Email: Website: FEIN:  Company Name: Address: 430 East Central Street City: State: Zip: 67202 Primary Contact:  Brian Carduff Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Oklahoma City OK 13386 International Pkwy. Jacksonville FL Ted Drysdale 816‐419‐7624 ted.drysdale@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (Oklahoma) Identify Distributor/Agents for measuring/fitting and order placement Special Ops Uniforms, Inc  405‐946‐3504 macatl@citcom.net 04‐3759341 Areas Covered: OK Baysinger Police Supply Distributor/Agent (Oklahoma) Identify Distributor/Agents for measuring/fitting and order placement GT Distributors, Inc (TX) Austin TX 318‐470‐1130 robert.arbuckle@gtdist.com  www.gtdist.com  74‐2339528 Areas Covered: FL, OK Distributor/Agent (Oklahoma) Identify Distributor/Agents for measuring/fitting and order placement 48‐0872998 Areas Covered: KS, OK Wichita KS 316‐262‐5663 brian@baysingers.com   www.baysingers.com  Manufacturer Name:  Page 45 4.D.a Packet Pg. 195 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 4484 River Road N City: State: Zip: 97303 Primary Contact:  Richard Cummings Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: 97223 Primary Contact:  Riki McLenithan Phone: Email: Website: FEIN:  Company Name: Address: 3009 North Highway 89 City: State: 86301 Primary Contact:  Dan Rooney Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Keizer OR 13386 International Pkwy. Jacksonville FL Tim Boyle 425‐750‐7478 tim.boyle@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (Oregon) Identify Distributor/Agents for measuring/fitting and order placement 911 Supply Inc.  (503) 393‐4911 sales@911supply.com  www.911supply.com  47‐2676543 Areas Covered: HI, OR & WA Proforce Law Enforcement Distributor/Agent (Oregon) Identify Distributor/Agents for measuring/fitting and order placement Curtis Blue Line Tigard OR 503‐656‐0353 tigard@curtisblueline.com  www.curtisblueline.com  94‐1214350 Areas Covered: AZ,CO,HI, ID,MT,NV,OR,UT,WA,WY  Distributor/Agent (Oregon) Identify Distributor/Agents for measuring/fitting and order placement 11570 SW Tiedeman Avenue 86‐1022874 Areas Covered: AZ, CO, ID, MT, NV, OR, UT, WA, WY  Prescott AZ 800‐367‐5855 sales@proforceonline.com  www.proforceonline.com   Manufacturer Name:  Page 46 4.D.a Packet Pg. 196 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Philip Baker 540‐383‐8365 philip.baker@safariland.com  www.safariland.com 59‐2044869 Distributor/Agent (Pennsylvania) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Distributor/Agent (Pennsylvania) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Distributor/Agent (Pennsylvania) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 47 4.D.a Packet Pg. 197 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Distributor/Agent (Pennsylvania) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Distributor/Agent (Pennsylvania) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 48 4.D.a Packet Pg. 198 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Shawn Welch 813‐951‐1469 shawn.welch@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (Puerto Rico) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 49 4.D.a Packet Pg. 199 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 772 Corporate Circle City: State: Zip: 17070 Primary Contact:  Tom Caruso Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Jim Berry 603‐361‐1932 Jim.Berry@safariland.com   www.safariland.com  59‐2044869 DE, RI, VT www.atlantictactical.com 23‐2082171 Areas Covered: Distributor/Agent (Rhode Island) Identify Distributor/Agents for measuring/fitting and order placement Atlantic Tactical  New Cumberland PA 978‐505‐4714 customerservice@atlantictactical.com Manufacturer Name:  Page 50 4.D.a Packet Pg. 200 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  www.safariland.com 13386 International Pkwy. Jacksonville FL Travis Cronk 904‐923‐2872 travis.cronk@safariland.com Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Areas Covered: 59‐2044869 Distributor/Agent (South Carolina) Identify Distributor/Agents for measuring/fitting and order placement Manufacturer Name:  Page 51 4.D.a Packet Pg. 201 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 10911 West Highway 55 City: State: Zip: 55441 Primary Contact:  Rick Seitz Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Minneapolis MN 13386 International Pkwy. Jacksonville FL Kevin Degel 320‐266‐3828 Kevin.Degel@safariland.com  www.safariland.com 59‐2044869 Distributor/Agent (South Dakota) Identify Distributor/Agents for measuring/fitting and order placement Streicher's 800‐367‐3763 ricks@policehq.com  www.streichers.com  41‐1924626 Areas Covered: IA, MN, ND, SD, WI Manufacturer Name:  Page 52 4.D.a Packet Pg. 202 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Joe Reynolds 904‐434‐9620 joe.reynolds2@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (Tennessee) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Areas Covered: Distributor/Agent (Tennessee) Identify Distributor/Agents for measuring/fitting and order placement Manufacturer Name:  Page 53 4.D.a Packet Pg. 203 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Brandon Chaffins 904‐304‐8784 Brandon.Chaffins@safariland.com  www.safariland.com 59‐2044869 Distributor/Agent (Texas) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Areas Covered: Distributor/Agent (Texas) Identify Distributor/Agents for measuring/fitting and order placement Manufacturer Name:  Page 54 4.D.a Packet Pg. 204 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 1635 Gramercy Road City: State: Zip: 84104 Primary Contact:  Chealsey Breazeal Phone: Email: Website: FEIN:  Company Name: Address: 3009 North Highway 89 City: State: 86301 Primary Contact:  Dan Rooney Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Salt Lake City UT 13386 International Pkwy. Jacksonville FL Tim Boyle 425‐750‐7478 Tim.Boyle@safariland.com  www.safariland.com 59‐2044869 Distributor/Agent (Utah) Identify Distributor/Agents for measuring/fitting and order placement Curtis Blue Line 801‐349‐1150 saltlake@curtisblueline.com www.curtisblueline.com 94‐1214350 Areas Covered: AZ,CO,HI, ID,MT,NV,OR,UT,WA,WY  proforceonline.com 86‐1022874 Areas Covered: AZ, CO, ID, MT, NV, OR, UT, WA, WY  Distributor/Agent (Utah) Identify Distributor/Agents for measuring/fitting and order placement Proforce Law Enforcement Prescott AZ 800‐367‐5855 sales@proforceonline.com  Manufacturer Name:  Page 55 4.D.a Packet Pg. 205 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: 17070 Primary Contact:  Tom Caruso Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information New Cumberland PA 13386 International Pkwy. Jacksonville FL Jim Berry 603‐361‐1932 Jim.Berry@safariland.com  www.safariland.com 59‐2044869 Distributor/Agent (Vermont) Identify Distributor/Agents for measuring/fitting and order placement Atlantic Tactical Inc. 772 Corporate Circle 717‐774‐3339 customerservice@atlantictactical.com www.atlantictactical.com 23‐2082171 Areas Covered: DE, RI, VT Manufacturer Name:  Page 56 4.D.a Packet Pg. 206 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Merribeth Morisi 904‐451‐4907 merribeth.morisi@safariland.com  www.safariland.com  59‐2044869 Distributor/Agent (Virginia) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Distributor/Agent (Virginia) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 57 4.D.a Packet Pg. 207 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 6507 S 208th Street City: State: Zip: 98032 Primary Contact:  Richard Amble Phone: Email: Website: FEIN:  Company Name: Address: 2922 6th Ave South City: State: Zip: 98134 Primary Contact:  Chris Copeland Phone: Email: Website: FEIN:  Company Name: Address: 3009 North Highway 89 City: State: 86301 Primary Contact:  Dan Rooney Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Kent WA 13386 International Pkwy. Jacksonville FL Tim Boyle 425‐750‐7478 tim.boyle@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (Washington) Identify Distributor/Agents for measuring/fitting and order placement Curtis Blue Line 253‐566‐2686 kent@curtisblueline.com www.curtisblueline.com 94‐1214350 Areas Covered: AZ,CO,HI, ID,MT,NV,OR,UT,WA,WY  Proforce Law Enforcement Distributor/Agent (Washington) Identify Distributor/Agents for measuring/fitting and order placement Kroesen's Uniforms Company  Seattle WA 206‐622‐3853 sales@kroesens.com www.kroesens.com 45‐2586144 Areas Covered: WA Distributor/Agent (Washington) Identify Distributor/Agents for measuring/fitting and order placement Prescott AZ 800‐367‐5855 sales@proforceonline.com  proforceonline.com 86‐1022874 Areas Covered: AZ, CO, ID, MT, NV, OR, UT, WA, WY  Manufacturer Name:  Page 58 4.D.a Packet Pg. 208 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Company Name: Address: 136 SW 152nd St City: State: Zip: 98166 Primary Contact:  Richard Cummings Phone: Email: Website: FEIN:  47‐2676543 Areas Covered: HI, OR & WA Distributor/Agent (Washington) Identify Distributor/Agents for measuring/fitting and order placement 911 Supply  Burien WA 206‐402‐5912 richard@911supply.com  www.911supplyllc.com  Manufacturer Name:  Page 59 4.D.a Packet Pg. 209 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Philip Baker 540‐383‐8365 philip.baker@safariland.com  www.safariland.com 59‐2044869 Distributor/Agent (Washington DC) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 60 4.D.a Packet Pg. 210 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Company Name: Address: City: State: Zip: Primary Contact:  Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information 13386 International Pkwy. Jacksonville FL Philip Baker 540‐383‐8365 philip.baker@safariland.com  www.safariland.com 59‐2044869 Distributor/Agent (West Virginia) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Distributor/Agent (West Virginia) Identify Distributor/Agents for measuring/fitting and order placement Areas Covered: Manufacturer Name:  Page 61 4.D.a Packet Pg. 211 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 4777 N. 124th Street City: State: Zip: 53007 Primary Contact:  Rick Seitz Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Butler WI 13386 International Pkwy. Jacksonville FL Kevin Degel 320‐266‐3828 kevin.degel@safariland.com www.safariland.com 59‐2044869 Distributor/Agent (Wisconsin) Identify Distributor/Agents for measuring/fitting and order placement Streicher's 800‐541‐4164 ricks@policehq.com  www.streichers.com  41‐1458127 Areas Covered: IA, MN, ND, SD, WI Manufacturer Name:  Page 62 4.D.a Packet Pg. 212 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit B Distributors for Body Armor  State by State RFP‐AR‐21‐001 Manufacturer Name: Address: City: State: Zip: 32218 Primary Contact: Phone: Email: Website: FEIN:  Company Name: Address: 3763 Imperial St #A City: State: Zip: 80516 Primary Contact:  John Rogers Phone: Email: Website: FEIN:  Company Name: Address: 1635 Gramercy Road City: State: Zip: 84104 Primary Contact:  Chealsey Breazeal Phone: Email: Website: FEIN:  Company Name: Address: 3009 North Highway 89 City: State: 86301 Primary Contact:  Dan Rooney Phone: Email: Website: FEIN:  Safariland LLC Offeror must provide a list of all Agents/Distributors  located in each state they are submitting a bid for. Offeror must identify the areas covered by each Distributor by city or county.  Offeror may modify the document to add additional distributors if needed.  Offeror must identify each page with their company name.  Manufacturer Identifying Information Fredrick CO 13386 International Pkwy. Jacksonville FL Tim Boyle 425‐750‐7478 tim.boyle@safariland.com  www.safariland.com 59‐2044869 Distributor/Agent (Wyoming) Identify Distributor/Agents for measuring/fitting and order placement Adamson Police Products 877‐833‐4699 jrogers@policeproducts.com www.policeproducts.com 94‐2696822 Areas Covered: CO, NV,WY Proforce Law Enforcement Distributor/Agent (Wyoming) Identify Distributor/Agents for measuring/fitting and order placement Curtis Blue Line Salt Lake City UT 801‐349‐1150 saltlake@curtisblueline.com www.curtisblueline.com 94‐1214350 Areas Covered: AZ,CO,HI, ID,MT,NV,OR,UT,WA,WY  Distributor/Agent (Wyoming) Identify Distributor/Agents for measuring/fitting and order placement 86‐1022874 Areas Covered: AZ, CO, ID, MT, NV, OR, UT, WA, WY  Prescott AZ 800‐367‐5855 sales@proforceonline.com  www.proforceonline.com Manufacturer Name:  Page 63 4.D.a Packet Pg. 213 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit C Warranty and Recycling  Recycling    116 Wooten Street • Statesville NC 28677 • Ph 704‐978‐1099  Davy Textiles LLC. dba. Davy Textiles Inc. works together with The Safariland Group to assist you with  the safe and secure disposal of your body armor. We strive to obtain the maximum recycle rate on  material received; however, there are some items that are deemed unusable after the destruction  process. These materials are disposed of according to state and federal regulations. No item will leave  our facility in a shape or form where it may be used for its original purpose.    Davy Textiles provides this service to you free of charge.  It is responsibility of the agency using our services to deliver these materials securely to our facility. We  suggest that panels are boxed and palletized when necessary, with no external markings or paperwork  identifying the contents. Pallets should be numbered appropriately. (1 of 4, 2 of 4, etc.) Boxes weighing  less than 150 lbs. can be shipped FedEx ground. Pictures should be taken to ensure there is no damage  or tampering while in transport.    Our facilities address and contact information follows. Our business hours are M‐F 8:00‐5:00 EST. Davy  Textiles Inc., 116 Wooten Street, Statesville NC 28677  O: 704.978.1099 or 704.799.1584  C: 704.651.8684  support@davytextiles.com    All armor received for destruction will follow a strict chain of custody in our secure video monitored  warehouse facility. It is important that you provide us with an accurate vest panel count to ensure a  correct Certificate of Destruction is issued. For example, most concealable vests will have 2 panels or  inserts, a front and back panel. Please note any exceptions in your count and report the total number  of panels shipped. Email your panel count and supporting documentation (a copy of the bill of lading,  packing list, disposal request form) to support@davytextiles.com. Make sure you include the agency  name as you want it shown on the Certificate of Destruction. We will notify you upon arrival of your  used or expired vests and again after completed destruction.  For  agencies  with  limited  shipping  options  you  may  choose  to  contact  Travis  Weedon  at  FreightQuote.com. Davy Textiles Inc. has no affiliation with FreightQuote.com other than our use of  their services which we find helpful. Freightquote.com is a freight brokerage system that achieves low  rates based on their volume of shipments.  Travis.Weedon@freightquote.com  Office: (816) 949‐6203  4.D.a Packet Pg. 214 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Exhibit C Warranty and Recycling  Warranty  Safariland offers a five (5) year warranty from the date of del ivery and acceptance of its ballistic panel(s)  portion of the body armor system(s). Safariland warrants that its ballistic panels shall be free from  defects and faulty workmanship and will perform in accordance with used vest testing protocols.  Additionally,  Safariland  will  provide  immediate  notification  to  the  NASPO/  ValuePoint  Contract  Administrator of any recall notices, warranty replacements, or safety notices.    Additionally,  Safariland  offers  an  eighteen  (18)  month  warranty  from  the  date  of  delivery  and  acceptance of its outer shell carrier portion(s) of the body armor system(s). Safariland warrants that its  outer carrier shell shall be free from defects and faulty workmanship.    Any specific product information (certification letters, product warranties, ISO certs, etc.) can be  provided upon request.        4.D.a Packet Pg. 215 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize) Page 30 Body Armor and Ballistic Resistant Products Master Agreement EXHIBIT E, CONTRACTOR ATTESTATION Individual signing for Contractor hereby swears and affirms that they are authorized to act on Contractor’s behalf and acknowledge that the Lead State is relying on their representations to that effect. Contractor By:______________________________________________ *Signature Date: _________________________ For each helmet and shield listed in Exhibit A. Safariland, LLC attests that the TSI 1 Level IIIA ballistic-resistant shield (listed in Exhibit A Product and Price Lists) is in compliance with NIJ Standard 0108.01 when tested with the NIJ ballistic test threats from NIJ Standard 0108.01, Type III-A, and that the products being sold under this contract are the same ballistic material and design as the test samples evaluated in the provided test report: Record No. SAF12005 Tested 12/13/2017 Safariland, LLC attests that the Delta 4 ballistic-resistant helmet (listed in Exhibit A Product and Price Lists) is in compliance with NIJ Standard 0106.01 when tested with the NIJ ballistic test threats from NIJ Standard 0101.06, Level IIIA, and that the products being sold under this contract are the same ballistic material and design as the test samples evaluated in the provided test report: Record No: SAF19005-1 Tested 03/07/2019 DocuSign Envelope ID: 3413EFBE-BF36-4176-9377-E66574F8FDF0 11/19/2020 4.D.a Packet Pg. 216 Attachment: Safariland, LLC (2968 : Safariland, LLC - Law Enforcement Equipment Purchases - Authorize)