166
STATE OF NORTH DAKOTA NORTH DAKOTA HIGHWAY PATROL 601 CHANNEL DRIVE BISMARCK ND 58501 REQUEST FOR PROPOSAL (RFP) RFP Title: Military Style NDHP Uniform RFP Number: RFP-504-19-02 Issued: February 12, 2019 Purpose of RFP: The State of North Dakota, acting through the North Dakota Highway Patrol is soliciting proposals for the supplying of the North Dakota Highwyay Patrol military-style custom-made uniforms and climate-controlled uniform. Page 1 of 166

documents.governmentbids.comdocuments.governmentbids.com/.../00001622750.docx  · Web viewPURPOSE OF THE RFP. The State of North Dakota, acting through the North Dakota Highway Patrol

Embed Size (px)

Citation preview

STATE OF NORTH DAKOTANORTH DAKOTA HIGHWAY PATROL

601 CHANNEL DRIVEBISMARCK ND 58501

REQUEST FOR PROPOSAL (RFP)

RFP Title: Military Style NDHP Uniform

RFP Number: RFP-504-19-02

Issued: February 12, 2019

Purpose of RFP: The State of North Dakota, acting through the North Dakota Highway Patrol is soliciting proposals for the supplying of the North Dakota Highwyay Patrol military-style custom-made

uniforms and climate-controlled uniform.

Page 1 of 116

Table of ContentsSECTION ONE – INSTRUCTIONS...............................................................................................................................................5

1.1 PURPOSE OF THE RFP.............................................................................................................................................51.2 DEFINITIONS.............................................................................................................................................................. 51.3 PROCUREMENT OFFICER CONTACT INFORMATION...........................................................................................51.4 ASSISTANCE TO INDIVIDUALS WITH A DISABILITY...............................................................................................51.5 BIDDERS LIST AND SECRETARY OF STATE REGISTRATION REQUIREMENTS................................................51.6 STATE PROCUREMENT WEBSITE (SPO ONLINE)..................................................................................................61.7 AMENDMENTS TO THE RFP.....................................................................................................................................61.8 RFP SCHEDULE......................................................................................................................................................... 71.9 DEADLINE FOR QUESTIONS AND OBJECTIONS1.10 PREPROPOSAL CONFERENCE OR SITE INSPECTION.........................................................................................71.11 OFFER HELD FIRM.................................................................................................................................................... 71.12 OFFEROR RESPONSIBLE FOR COSTS...................................................................................................................71.13 PROPOSAL RECEIPT DEADLINE – LATE PROPOSALS REJECTED.....................................................................71.14 PROPOSAL OPENING................................................................................................................................................71.15 PROPOSALS SUBJECT TO NORTH DAKOTA OPEN RECORDS LAWS................................................................71.16 AMENDMENT AND WITHDRAWAL OF PROPOSALS..............................................................................................81.17 NEWS RELEASES...................................................................................................................................................... 81.18 CONFLICT OF INTEREST..........................................................................................................................................81.19 ATTEMPT TO INFLUENCE PROHIBITED..................................................................................................................81.20 COLLUSION PROHIBITED.........................................................................................................................................81.21 PROTEST AND APPEAL............................................................................................................................................8

SECTION TWO – BACKGROUND..............................................................................................................................................10

2.1 BACKGROUND INFORMATION...............................................................................................................................10

SECTION THREE – SCOPE OF WORK.....................................................................................................................................12

3.1 SCOPE OF WORK.................................................................................................................................................... 123.2 APPLICABLE DIRECTIVES......................................................................................................................................133.3 REQUIREMENTS...................................................................................................................................................... 12

SPECIFIC CRITERIA.................................................................................................................................................12LOCATION OF WORK/TRAVEL................................................................................................................................14STATE-FURNISHED PROPERTY/SERVICES..........................................................................................................14RISK MANAGEMENT................................................................................................................................................14PROJECT MANAGEMENT PLAN.............................................................................................................................14CONTRACT TERM, SCHEDULE AND DELIVERABLES..........................................................................................15

3.4 EXPERIENCE AND QUALIFICATIONS....................................................................................................................16A. Minimum Qualifications..............................................................................................................................................16B. Experience................................................................................................................................................................. 16C. CONTRACTOR Project Team Personnel..................................................................................................................17

3.5 CONTRACT PROVISIONS........................................................................................................................................17A. Contract Type.............................................................................................................................................................17B. Payment Procedures..................................................................................................................................................17C. Taxes.......................................................................................................................................................................... 17D. Inspection & Modification...........................................................................................................................................19E. Contract Changes – Unanticipated Amendments......................................................................................................19F. Purchasing Card........................................................................................................................................................19G. F.O.B. Point and Freight............................................................................................................................................19

SECTION FOUR – PROPOSAL INSTRUCTIONS......................................................................................................................20

4.1 PROPOSAL PREPARATION....................................................................................................................................204.2 DISCLOSURE OF PROPOSAL CONTENTS AND NORTH DAKOTA OPEN RECORDS LAWS............................204.3 PROPOSAL SUBMISSION INSTRUCTIONS............................................................................................................204.4 PROPOSAL FORMAT...............................................................................................................................................214.5 TECHNICAL PROPOSAL..........................................................................................................................................22

Page 2 of 116

4.6 COST PROPOSAL.................................................................................................................................................... 244.7 SAMPLES.................................................................................................................................................................. 24

SECTION FIVE – AWARD AND PROPOSAL EVALUATION.....................................................................................................25

5.1 AWARD...................................................................................................................................................................... 255.2 RESPONSIVENESS.................................................................................................................................................. 255.3 RESPONSIBILITY – SUPPLEMENTARY INVESTIGATION.....................................................................................255.4 EVALUATION CRITERIA..........................................................................................................................................265.5 COST PROPOSAL EVALUATION – RECIPROCAL PREFERENCE.......................................................................265.4 CLARIFICATIONS OF PROPOSALS – DISCUSSIONS...........................................................................................275.5 RIGHT OF REJECTION............................................................................................................................................275.6 BEST AND FINAL OFFERS......................................................................................................................................275.7 NEGOTIATIONS........................................................................................................................................................ 275.8 NOTICE OF INTENT TO AWARD.............................................................................................................................285.9 CONTRACT APPROVAL...........................................................................................................................................285.10 EVALUATION DEBRIEFING.....................................................................................................................................28

SECTION SIX – CONTRACT INFORMATION............................................................................................................................29

6.1 NORTH DAKOTA CONTRACTUAL REQUIREMENTS – BACKGROUND...............................................................296.2 STATE CONTRACT TERMS AND CONDITIONS – OFFEROR’S PROPOSED CHANGES....................................296.3 CONTRACTUAL TERMS AND CONDITIONS – NO MATERIAL CHANGES...........................................................296.4 SCOPE OF WORK.................................................................................................................................................... 316.5 CONTRACT TERM.................................................................................................................................................... 31

ATTACHMENTS

Attachment One: Specification Check List Custom-Made Uniforrm Climate-Control Uniform

Attachment Two: Photos of Uniforms

Attachment Three: Cost Proposal Custom-Made Uniform Climate-Control Uniform

Attachment Four: Technical & Cost Proposal Evaluation Custom-Made Uniform Climate-Control Uniform

Attachment Five: Sizing for Officers Wear Testing Custom-Made Uniform Climate-Control Uniform

Attachment Six: Wear test evaluation worksheet Custom-Made Uniform Climate-Control Uniform

Attachment Seven: Contract Custom-Made Uniform Climate-Control Uniform

Page 3 of 116

SECTION ONE – INSTRUCTIONS

1.1 PURPOSE OF THE RFPThe State of North Dakota, acting through the North Dakota Highway Patrol is soliciting proposals for the supplying of the North Dakota Highway Patrol military style uniforms. We are soliciting for two proposals: one proposal is for our department custom-made uniform and the other proposal is for our department climate control uniform. The custom-made uniform consists of custom-made long sleeve and short sleeve shirts with epaulettes, multiple weight and style trousers with piping, ties, dress blouse, and Honor Guard tunic; the other proposal is for the climate control uniform which consists of long and short sleeve shirts. Offerors can choose to submit only one proposal or two proposals.

1.2 DEFINITIONSFor the purposes of this RFP, the acronyms and defined terms are as follows:

Acronym or Term Name or DefinitionsCONTRACTOR Entity that has an approved contract with the State of North DakotaOfferor Vendor submitting a proposalBidder Vendor CT Central Time ZoneRFP Request for ProposalSolicitation Closing Deadline for receipt of proposals listed in the RFP ScheduleSPO Office of Management and Budget, State Procurement OfficeSTATE North Dakota Highway Patrol or NDHP

1.3 PROCUREMENT OFFICER CONTACT INFORMATIONThe procurement officer is the point of contact for this RFP. Offerors shall direct all communications regarding this RFP to the procurement officer. Please do not add the procurement officer to any marketing distribution lists.PROCUREMENT OFFICER: DeAnn StecklerEMAIL: [email protected]: 701-328-2457TTY Users call: 7-1-1

Engaging in unauthorized communication or seeking to obtain information about an open solicitation with any state employee or official other than the responsible procurement officer or designee is sufficient grounds for suspension or debarment. [N.D.A.C. § 4-12-05-04(7) ]

1.4 ASSISTANCE TO INDIVIDUALS WITH A DISABILITYContact the procurement officer, as soon as possible, if an individual with a disability needs assistance with the RFP, including any events in the RFP schedule, so reasonable accommodations can be made.

1.5 BIDDERS LIST AND SECRETARY OF STATE REGISTRATION REQUIREMENTSThe Office of Management and Budget (OMB) maintains a Bidders List of vendors who have registered with the Secretary of State and submitted a Bidders List Application. [ N.D.C.C. § 54-44.4-09 ]

Offerors must comply with the following registration requirements:

Proposals will be accepted from offerors that are not on the Bidders List. The successful offeror is required to complete the Bidders List application process within 60 calendar days from the date a notice

Page 4 of 116

of intent to award is issued. If the successful offeror does not register within this time, its proposal may be rejected.

Bidders List and Secretary of State Registration Process. Contact the OMB State Procurement Office for assistance at 701-328-2773 or email [email protected].

1. Visit the Bidders List Application forms and instructions are available online at: https://www.nd.gov/omb/vendor.

2. Check the Bidders List to determine if the person or firm is already registered: https://apps.nd.gov/csd/spo/services/bidder/main.htm

3. An offeror that needs to complete the registration process shall:a. Register with the Secretary of State (fees apply) and obtain a “System ID” number.b. Submit a Bidders List Application including selecting commodity codes. The commodity

codes used for this solicitation are: 200-88 commodity codes

1.6 STATE PROCUREMENT WEBSITE (SPO ONLINE)This RFP and any related amendment and notices will be posted on the North Dakota Office of Management and Budget website - State Procurement Online system. Offerors are responsible for checking this website to obtain all information and documents related to this RFP: https://www.nd.gov/omb/vendor/bidding-opportunities-spo-onlineSelect “SPO Online.” From the left menu click Bidder Resources, then click State Procurement Online. The Bidder Services Main Menu will appear, click on “Recent Solicitations” under the Solicitation section. Recent solicitations are listed by close date.

Notices related to this RFP will be sent to the Bidders List for the needed commodity or service and other known potential offerors.

Offerors not having completed the Bidders List registration may request to receive notices related to this RFP by contacting the procurement officer in writing with the following information: RFP title, business name, contact person, mailing address, telephone number, and email address.

1.7 AMENDMENTS TO THE RFPIf an amendment to this RFP is issued, it will be provided to all offerors on the Bidders List for the solicitation and to those prospective offerors who have contacted the procurement officer to receive notices related to the RFP. Any amendments to the RFP will be posted to SPO Online.

1.8 RFP SCHEDULEEVENT DATE

RFP issued February 12, 2019Deadline for Submission of Questions and Objections by February 25, 2019 5:00 P.M. CTSolicitation Amendment with Responses to Questions February 28, 2019 approximatelyDeadline for Bidders List & Secretary of State Reg. May 30, 2019 2:00 PM, C.T.Deadline for Receipt of Proposals and wear test uniform May 30, 2019 2:00 PM, C.T.Officer Wear Test Period May 31, 2019 – August 30, 2019Proposal Evaluation completed by approximately September 5, 2019Notice of Intent to Award issued approximately September 16, 2019Contract executed approximately October 1, 2019Department Wide Measurements October 2019 Dates TBDFirst Recruit Class Measurements January 2019 Date TBD

Page 5 of 116

1.9 DEADLINE FOR QUESTIONS AND OBJECTIONSOfferors should carefully review the RFP including all attachments. Offerors may ask questions to obtain clarification, request additional information, request additional time to make the uniform samples requested, or object to material in the RFP. Questions and objections must be submitted to the procurement officer in writing by the deadline identified in the RFP schedule. If no deadline is specified, questions or objections must be received at least seven days prior to the Proposal Receipt Deadline. The Procurement Officer may elect to respond to questions received after the deadline.

Questions and objections should include a reference to the applicable RFP section or subsection. Email is the preferred method of submission with the RFP number cited in the email subject line.

Responses to questions and requests for clarifications will be distributed as a solicitation amendment, unless the question can be answered by referring the offeror to a specific section of the RFP.

1.10 PREPROPOSAL CONFERENCE OR SITE INSPECTIONThe STATE will not hold a preproposal conference or site inspection for this RFP.

1.11 OFFER HELD FIRMOfferors must hold proposals firm for at least 6 months from the deadline for receipt of proposals. The STATE may send a written request to all offerors to hold their offer firm for a longer time-period.

1.12 OFFEROR RESPONSIBLE FOR COSTSOfferor is responsible for all costs associated with the preparation, submittal, presentation, and evaluation of any proposal.

1.13 PROPOSAL RECEIPT DEADLINE – LATE PROPOSALS REJECTEDAn offeror is responsible for ensuring its proposal is received by the STATE prior to the proposal receipt deadline identified in the RFP schedule. A solicitation amendment will be issued if this deadline is changed. An offeror may contact the procurement officer to inquire whether its proposal has been received. Offerors assume the risk of the method of dispatch chosen. The STATE assumes no responsibility for delays caused by any delivery service. Postmarking by the deadline shall not substitute for actual proposal receipt by the STATE. Proposals delivered late will be rejected pursuant to N.D.A.C. § 4-12-08-13.

1.14 PROPOSAL OPENING This is a formal sealed Request for Proposal process. Proposals will be secured and held unopened until the Proposal Receipt Deadline. A public opening will not be held. At the specified date and time, each proposal will be opened in a manner to avoid disclosure of the contents to the competing offerors.

1.15 PROPOSALS SUBJECT TO NORTH DAKOTA OPEN RECORDS LAWSAll proposals and other material submitted become the property of the STATE and may be returned only at the STATE's option. All proposals and related information, including detailed cost information, are exempt records and will be held in confidence until an award is made, in accordance with N.D.C.C. § 54-44.4-10(2).

Offerors may make a written request that trade secrets and other proprietary data contained in proposals be held confidential. Material considered confidential by the offeror must be clearly identified, and the offeror must include a brief statement that sets out the reasons for confidentiality.

Page 6 of 116

See the North Dakota Office of the Attorney General website for additional information. http://www.ag.nd.gov/OpenRecords/ORM.htm

After award, proposals will be subject to the North Dakota open records law. Records are closed or confidential only if specifically stated in law. If a request for public information is received, the procurement officer, in consultation with the Office of the Attorney General, will determine whether the information is an exception to the North Dakota open records law, and the information will be processed appropriately.

1.16 AMENDMENT AND WITHDRAWAL OF PROPOSALSOfferors may amend or withdraw proposals prior to the deadline for receipt of proposals. No amendments will be accepted after the deadline unless they are in response to the STATE’s request. After the deadline, offerors may make a written request to withdraw proposals and provide evidence that a substantial mistake has been made, and the STATE may permit withdrawal.

1.17 NEWS RELEASESOfferors shall not make any news releases related to this RFP without prior approval of the STATE.

1.18 CONFLICT OF INTERESTUnder state laws and rules, a state employee or official shall not participate directly or indirectly in a procurement when the state employee or officials knows of a conflict of interest. Potential conflicts of interest include state employees or their immediate family members employed by the firm, seeking employment with the firm, or with a financial interest in the firm. Potential conflicts of interest will be addressed in accordance with N.D.A.C. § 4-12-04-04. [, N.D.C.C. § 12.1-13-03].

Persons employed by the State of North Dakota, or within one year thereafter, may be prohibited from acquiring a pecuniary interest in a public contract or transaction.  Offerors should review N.D.C.C. § 12.1-13-02 to ensure compliance and avoid such conflict(s) of interest.

1.19 ATTEMPT TO INFLUENCE PROHIBITEDOfferors must not give or offer to give anything to a state employee or official anything that might influence, or appear to influence procurement decisions. Suspected attempt to influence will be handled in accordance with N.D.A.C. § 4-12-04-05.

1.20 COLLUSION PROHIBITEDOfferors must prepare proposals independently, without collusion. Suspected collusion will be handled in accordance with N.D.A.C § 4-12-04-06.

1.21 PROTEST AND APPEALAn interested party may protest a solicitation pursuant to N.D.C.C. § 54-44.4-12 and N.D.A.C. § 4-12-14-01. When a solicitation contains a deadline for submission of questions and objections, protests of the solicitation will not be allowed if these faults have not been brought to the attention of the procurement officer before the specified deadline.

An offeror that has submitted a response to a solicitation and is aggrieved may protest an award or notice of intent to award pursuant to N.D.C.C. § 54-44.4-12 and N.D.A.C. § 4-12-14-02. The protest

Page 7 of 116

must be submitted in writing to the Procurement Officer during the protest period, which is seven calendar days beginning the day after the notice of intent to award is issued.

The protestor may appeal the decision of the procurement officer to the Director of Office of Management and Budget (OMB) within seven calendar days after receiving notice of the decision pursuant to N.D.C.C. § 54-44.4-12 and N.D.A.C. § 4-12-14-03.

Page 8 of 116

SECTION TWO – BACKGROUND

2.1 BACKGROUND INFORMATIONThe North Dakota Highway Patrol (STATE) emphasizes the importance of the officers’ overall appearance and strongly believes in the importance of uniformity in our officers’ uniform. The type of fabric needs to be of the highest quality so the appearance of the garment withstands the test of time. The garment also needs to be cut to provide a professional appearance.

For over forty years, the North Dakota Highway Patrol has worn a custom-made and tailored-to-fit military-style uniform made from Burlington Raeford fabric. Our uniform colors consist of the Burlington Raeford #0983 brown for the shirt, dress blouse, tunic, and piping on the trouser; and Burlington Raeford #00437 pink tan for the trouser and the epaulettes on the shirt and dress blouse. This military style, custom-made uniform is considered our Class A Uniform and the recently added Class B trouser.

Since 2013 the North Dakota Highway Patrol has added a climate-controlled shirt to our uniform to be worn when the officer wears the body armor in an external carrier on the outside of the uniform. This shirt is considered part of our Class B Uniform.

The STATE is authorized for 161 sworn officers; which include approximately 13 staff officers and 17 Honor Guard officers. On average, the STATE hires new recruits once a year.The sworn officer uniforms are provided to them on an annual basis. Uniforms are ordered based upon the need of the officer, with 120 day delivery time allowed. The STATE hires a recruit class of 6 to 14 individuals approximately once a year. Each recruit is issued two sets each of Class A winter and summer uniforms and four sets each of Class B summer and winter uniforms, which need to be delivered within 90 days of the order.

1. Custom-Made Uniform: The Class A Uniform is worn when the body armor is worn under the uniform. This uniform is worn by staff officers and field officers for special duty. The Class A Uniforms consists of Burlington Raeford Dacron Polyester/Wool Worsted blend fabric and is dry clean only. The Class B trouser is worn when the officer wears the climate-controlled shirt and the body armor in a TAC carrier on the outside of their uniform. This trouser needs to be machine washable.

The shirts and dress blouse are made of a Burlington Raeford #0983 brown color fabric with Burlington Raeford #00437 pink tan color epaulettes on the shoulders. They have brass “P” buttons (provided by STATE) and four hole buttons that stand up to dry cleaning. The Burlington Raeford ordering numbers for the garments are as follows:

The Class A short sleeve shirt #01571-070-0983 and epaulette #01571-070-00437 and weighs approximately 8.5 oz per linear yard and is dry clean only.

The Class A long sleeve shirt #00073-070-0983 and epaulette #00073-070-00437 and weighs approximately 11.5 oz per linear yard and is dry clean only.

The trousers are made of a Burlington Raeford #00437 pink tan color with Burlington Raeford #0983 brown color piping on the outside of each pant leg.

The Class A winter trouser #01645-070-00437 and piping #01521-070-0983 weighs approximately 17 oz per linear yard and is dry clean only.

The Class A mid-weight trouser #00538-070-00437 and piping #01521-070-0983 weighs approximately 14.5 oz per linear yard and is dry clean only.

Page 9 of 116

The Class B mid-weight trouser #0638-070-0437 and piping #06038-070-0983 weighs approximately 6.99 oz per linear yard and is machine washable.(This trouser needs to be replaced with something heavier but still needs to be machine washable.)

The winter Class A uniform requires a tie made of the pink tan #00437 to match the epaulettes. The tie-style tie comes in 3” wide with two lengths, 57” long and 60” long. The clip-on tie comes in 3” wide with two lengths, 18” long and 20” long. The female tie comes adjustable in sizing.

The STATE has approximately 13 staff officers who wear the dress blouse for special duty. They are usually ordered only one dress blouse to last their career. The dress blouse is form fitting with hooks to wear the uniform duty belt on the outside. The dress blouse is in Burlington Raeford #0983 brown with Burlington Raeford #00437 pink tan epaulettes and stripe on the sleeves.

The Dress Blouse 000R8625/R692967; #646-0983 brown with epaulettes and stripe on sleeve in pink tan #01521-00437.

STATE has approximately 17 people in the Honor Guard division who wear a tunic style jacket which is form fitting and is ordered only once for the officer’s career. The tunic is in Burlington Raeford #0983 brown with gold piping.

Tight-fitting tunic jacket #01645-070-0983 in brown with a gold edge cord Trouser #01645-070-0043 pink tan with a gold piping down the outside of the leg.

2. Climate-Controlled Uniform: The climate-controlled uniform is part of our Class B Uniform; which is worn when the body armor is worn on the exterior of the uniform. This uniform is worn by officers on a day-to-day basis when performing their routine daily duties. This fabric is an 80/20 Poly/Rayon blend fabric combined with a breathable, moisture-wicking mesh fabric. It is designed to look like a uniform shirt when worn under the body armor. The Class B shirts are made by Blauer and the trouser is made from Burlington Raeford fabric.

The short sleeve shirt is the Blauer ArmorSkin 8971 and 8971W in a dark brown color 11oz Rayon Blend and is machine washable.

The long sleeve shirt is the Blauer ArmorSkin 8972 and 8972W in a dark brown color 11 oz Rayon Blend and is machine washable.

The STATE is seeking to establish a separate contract for each, the military-style custom-made uniform and the climate-controlled uniform. Each contract will be for twenty-four months with the possibility of renewing for up to three additional twenty-four month periods.

Page 10 of 116

SECTION THREE – SCOPE OF WORK

3.1 SCOPE OF WORKThe STATE is seeking a CONTRACTOR who will provide us with a military-style custom-made uniform that will not change our professional appearance. To ensure this, they must agree to provide us these uniforms according to our specifications; provide us with a uniform that is made from Burlington Raeford fabric or equivalent; and would provide us with a uniform that once received by the agency, would require minimal tailoring. Preference will be given to offeror(s) who use Burlington Raeford fabric; and although minimal tailoring is required, preference will be given to offeror(s) who can fully tailor the uniform to the officers’ measurements.

The STATE is seeking to a CONTRACTOR for our climate-controlled shirt in short and long sleeves in a brown color to match the external body armor carrier worn by our officers. These shirts are to be made from a climate-controlled moisture-wicking fabric with a professional appearance that allows breathability of the shirt under the external body armor carrier.

Offeror can choose to submit a proposal for either the Custom-Made Uniform or the Climate-Controlled Uniform or both.

1. Custom-Made Uniforms: STATE is seeking to establish a contract for our uniforms made out of Burlington Raeford fabric or equivalent; 55/45 Dacron Polyester/Worsted Wool blend or equivalent. This consists of the Class A Uniform and the Class B trouser. These uniforms are to be custom-made according to our specifications (See Attachment One) so as not to change the appearance of our uniform.

The Class A Uniform consists of both short and long sleeve shirts in dark brown with pink tan epaulettes, a trousers in a pink tan color with a dark brown(gold for Honor Guard) piping down the outside seam, a tie to match the epaulettes on the shirt, a dress blouse, an Honor Guard tunic, and a Class B trouser in a pink tan color with a dark brown piping down the outside seam.

The CONTRACTOR will be required to attach to the garment a label which lists the officer’s name and measurements and the garment order number.

The CONTRACTOR will be required to acquire the proper sizing of all our sworn officers and to ensure proper fit. T The CONTRACTOR will be required to minimally tailor the uniforms so they are ready to wear with minimal to no tailoring once they are delivered to the STATE.

The CONTRACTOR will be responsible for procuring the fabric and all materials to fill STATE uniform orders and not pass on fabric minimums to the STATE. CONTRACTOR agrees to sew on the STATE shoulder patches. The STATE will provide the successful CONTRACTOR with the patches to be sewn on the shirts, dress blouse, and tunic.

The CONTRACTOR will be responsible for packaging the garments with the officer’s name on the outside of the package and for all shipping and handling charges.

2. Climate Controlled Uniform: STATE is seeking to establish a contract for our Class B Uniform shirt in short and long sleeves in a brown color to match our external body armor carrier, which is made of a climate-controlled moisture-wicking type fabric that is machine washable.

Page 11 of 116

The CONTRACTOR will be responsible for obtaining the proper sizes of each officer, will provide one copy of the measurements to the STATE at the initial time of measurement, and then keep the STATE up-to-date with any measurement changes throughout the life of this contract.

The CONTRACTOR will be responsible for procuring the fabric and all materials to make the uniforms STATE orders; and to sew on the STATE shoulder patches. The CONTRACTOR will be responsible for sewing on the STATE shoulder patches. The STATE will provide the successful CONTRACTOR with the patches to be sewn on the shirts, dress blouse, and tunic.

The CONTRACTOR will be responsible for packaging the garments with the officer’s name on the outside of the package and for all shipping and handling charges.

3.2 APPLICABLE DIRECTIVESThe CONTRACTOR is responsible for identifying and complying with all STATE and federal requirements that apply to the contract.

3.3 REQUIREMENTS SPECIFIC CRITERIA1. Custom Made Uniforms. Successful CONTRACTOR will provide military-style custom-made uniforms made out of Burlington Raeford fabric or equivalent; 55/45 Dacron Polyester/Wool Worsted blend fabric or equivalent; and is dry clean only.

The shirts are to be made of a Burlington Raeford #0983 brown color fabric with Burlington Raeford #00437 pink tan color epaulettes on the shoulders or equivalent.

The Class A short sleeve shirt should weigh approximately 8.5 oz per linear yard and be Burlington Raeford #01571-070-0983 and #01571-070-00437 or equivalent.

The Class A long sleeve shirt should weigh approximately 11.5 oz per linear yard and be Burlington Raeford #00073-070-0983 and #00073-070-00437 or equivalent.

The trousers are to be made of a Burlington Raeford #00437 pink tan color fabric with Burlington Raeford #0983 brown color piping on the outside of each trouser leg or equivalent.

The Class A trouser should weigh approximately 16.5-17 oz per linear yard and be Burlington Raeford #01645-070-00437 and #01520-070-0983 or equivalent.

The Class B weight trouser should be approximately 12-15 oz per linear yard and be Burlington Raeford #00437 pink tan with the piping #0983 brown or equivalent.

The Honor Guard trouser should weigh approximately 9.8 oz per linear yard and be Burlington Raeford #01645-070-00437 or equivalent. The piping on this trouser is gold to match the gold edge cord in Milikan #1933-4518 on the tunic.

The tie made of the pink tan Burlington Raeford #00437 or equivalent to match the epaulettes. The tie-style tie comes in 3” wide with two lengths, 57” long and 60” long. The clip-on tie comes in 3” wide with two lengths, 18” long and 20” long. The female tie comes adjustable in sizing.

The dress blouse is to be made in Burlington Raeford brown #0983 with pink tan epaulettes #00437, and sleeve stripe #00437 or equivalent. It is a form fitting jacket with hooks on outside to wear the uniform duty belt on the outside of the jacket.

Page 12 of 116

The Honor Guard tunic is fitted and to be made in brown Burlington Raeford #01645-070-0983 or equivalent with a gold edge cord in Milikan #1933-4518 or equivalent.

Optional Class A uniform items are as follows:(a) A Class A long sleeve shirt weighing approximately 8.5 oz per linear yard and be Burlington

Raeford #0983 brown or equivalent and #00437 pink tan or equivalent.(b) A Class A trouser weighing 14-14.5 oz per linear yard in Burlington Raeford #00437 pink tan or

equivalent with Burlington Raeford #0983 brown piping, or equivalent.

Detailed specifications indicating color, fabric weight, style, and custom-made requirements and preferences are broken down by garment in Attachments One.

The CONTRACTOR will be responsible for accurate sizing of our officers, will provide one copy of the measurements to the STATE at the initial time of measurement, and then keep the STATE up-to-date with any measurement changes throughout the life of this contract. All uniforms for this contract are to be tailored, ready to wear with minimal to no tailoring needed once they are delivered to the STATE.

The CONTRACTOR will be required to attach to the garment a label which lists the officer’s name and measurements and the garment order number.

The CONTRACTOR will be responsible for any fabric minimums and storing the fabric and materials (unless listed under state-furnished property) needed to make the unifoms.

The CONTRACTOR will be responsible for packaging the garments with the officer’s name on the outside of the package and for all shipping and handling charges.

2. Climate-Controlled Uniform: Successful CONTRACTOR will provide Class B Uniform shirt in short and long sleeves in brown color; made of a climate-controlled, moisture-wicking fabric with Class A appearance and machine washable.

The Class B short sleeve shirt should be Blauer ArmorSkin 8972 and 8972W or equivalent, 11 oz 80/20 Poly/Rayon Blend with moisture-wicking mesh fabric; or equivalent.

The Class B long sleeve shirt should be a Blauer ArmorSkin 8971 and 8971W or equivalent, 11 oz 80/20 Poly/Rayon Blend with moisture-wicking mesh fabric; or equivalent.

Optional Class B items are as follows:(a) Class B long sleeved lined shirt in dark brown, Blauer ArmorSkin 8973 with fleece lining or

equivalent.(b) Class B hidden cargo pocket style machine washable trouser in Burlington Raeford #00437 pink

tan or equivalent with Burlington Raeford #0983 brown piping down the outside of the leg.Detailed specifications including color, fabric weight, and style are broken down by garment in Attachments One.

The CONTRACTOR will be responsible for accurate sizing of our officers, will provide one copy of the measurements to the STATE at the initial time of measurement, and then keep the STATE up-to-date with any measurement changes throughout the life of this contract.

The CONTRACTOR will be responsible for any minimums required.

Page 13 of 116

The CONTRACTOR will be responsible for packaging the garments with the officer’s name on the outside of the package and for all shipping and handling charges..

LOCATION OF WORK/TRAVEL1. Custom Made Uniforms The CONTRACTOR will be required to travel to a minimum of four cities (Bismarck, Fargo, Grand Forks, and Williston) at the beginning of the contract to acquire the proper sizing of all our sworn officers. This can be done by either bringing a uniform size run for the officers to try on or by them measuring each officer.

The CONTRACTOR will be required to travel to Bismarck during the first week of each recruit class to acquire the proper sizing for new hires. They may also be asked at this time to measure current officers who need adjustments. This may be done at Bismarck or at up to four cities within North Dakota, depending upon the quantity of officers needing size adjustments.

2. Climate-Controlled Uniform: The CONTRACTOR will be required to travel to a minimum of four cities (Bismarck, Fargo, Grand Forks, and Williston) at the beginning of the contract to acquire the proper sizing of all our sworn officers. This can be done by either bringing a uniform size run for the officers to try on or by measuring each officer.

The CONTRACTOR will be required to travel to Bismarck during the first week of each recruit class to acquire the proper sizing for new hires. They may also be asked at this time to measure current officers who need adjustments. This may be done in Bismarck or in up to four cities within North Dakota, depending upon the quantity of officers needing size adjustments.

STATE-FURNISHED PROPERTYThe STATE will provide a location for the successful offeror to measure the officers. The STATE will provide the patches for the CONTRACTOR.

RISK MANAGEMENTThe CONTRACTOR will take appropriate measures to ensure the safety of its employees, state employees, the public, and property. The CONTRACTOR must identify any potential risks, issues and problems associated with the project and identify ways to mitigate those potential risks.

PROJECT MANAGEMENT PLANThe CONTRACTOR will be expected to use appropriate project management to ensure the work is accomplished on time, at quoted price, and meets quantity and quality standards.

1. The CONTRACTOR will be required to collaborate with the STATE to agree upon the contract schedule, including a work breakdown, schedule of tasks and activities, and progress milestones.

2. The CONTRACTOR will be required to coordinate with the STATE to develop a Human Resources plan for the CONTRACTOR and the STATE staff assigned to the project.

3. The CONTRACTOR will be required to coordinate with the STATE to develop a communication plan. Any problems or unforeseen events must be communicated timely to the STATE project manager, and any changes must be agreed upon between the parties and set forth in a written amendment to the contract. If the STATE requires corrective action, the CONTRACTOR will be notified in writing.

Page 14 of 116

4. The CONTRACTOR will be required to provide the STATE with any extra patches, P buttons and all sizing of officer’s at the completion of the contract.

5. Collaborate in development a Project Closeout Report to include feedback regarding the project implementation and any lessons learned.

CONTRACT TERM, SCHEDULE AND DELIVERABLESTHE TERMThis contract will be for a twenty-four months period, with the option for a two-month extension period; and an option to renew the contract for three additional twenty-four month periods. See the Attachment Seven.

STATE will order uniforms once a year, based upon the need of the officer. The following items are not ordered on a yearly basis but only when needed: ties (in multiples of a gross), dress blouse, and Honor Guard tunic.

THE SCHEDULEThe final schedule shall be agreed upon between the STATE and the successful offeror and incorporated into the contract. The approximate schedule for this contract is as follows:1. Contract start: October 1, 2019.2. Measuring of all employed officers: October 2019, days to be determined.

a. Travel to: Bismarck, Fargo, Grand Forks, Williston3. Measuring of recruit class within first 7 days of the startup of the course.

a. Travel to Bismarck, NDb. First recruit class date tentatively set for January 2020, day to be determined.c. Future recruit class dates (potentially one a year) will be provided to CONTRACTOR no less

than two months prior to the start date. Travel to city(ies) to be determined.4. Uniforms for currently employed officers are to be delivered within 120 days of the order.5. Uniforms for new hire recruit classes are to be delivered within 90 days of the order.

THE DELIVERABLESThe STATE has identified the following deliverables which the CONTRACTOR will be required to provide. The CONTRACTOR shall develop a schedule for accomplishing the Scope of Work, including these specific deliverables.

1. Custom-Made Uniform Contract See Attachment One for Specifications Check List to include color, weight, fabric style, and construction.

(a) The Class A short sleeve shirt weighing approximately 8.5 oz per linear yard and a Burlington Raeford #01571-070-0983 and #01571-070-00437 or equivalent.

(b) The Class A long sleeve shirt weighing approximately 11.5 oz per linear yard and be Burlington Raeford #00073-070-0983 and #00073-070-00437 or equivalent.

(c) The Class A trouser weighing approximately 16.5-17 oz per linear yard and be Burlington Raeford #01645-070-00437 and #01520-070-0983 or equivalent.

(d) The Class B trouser weighing approximately 12-15 oz per linear yard and be Burlington Raeford #00437 pink tan with the piping #0983 brown or equivalent.

(e) Tie-Style Ties in pink tan, Burlington Raeford #00437 or equivalent; 3” wide and 57” and 60” long(f) Clip-On Ties in pink tan, Burlington Raeford #00437 or equivalent; 3” wide and 18” and 20” long(g) Female ties in pink tan, Burlington Raeford #00437 or equivalent.

Page 15 of 116

(h) Staff Officer, Custom-Made military style dress blouse in Burlington Raeford #0983 brown or equivalent with Burlington Raeford #00437 pink tan or equivalent epaulettes and sleeve stripe; #000R8625/R692967.

(i) Honor Guard, Custom-Made military style tunic in Burlington Raeford #0983 brown or equivalent with gold edge cord in Milikan #1933-4518 or equivalent.

(j) Honor Guard trouser weighing approximately 9.8 oz per linear yard and be Burlington Raeford #01645-070-00437 or equivalent. The piping on this trouser is gold to match the gold edge cord in Milikan #1933-4518 on the tunic.

Optional Class A uniform items are as follows:(a) A Class A long sleeve shirt weighing approximately 8.5 oz per linear yard and be Burlington

Raeford #0983 brown or equivalent and #00437 pink tan or equivalent.(b) A Class A trouser weighing 14-14.5 oz per linear yard in Burlington Raeford #00437 pink tan or

equivalent with Burlington Raeford #0983 brown piping, or equivalent.

2. Climate-Controlled Uniform Contract See Attachment One for Specification Check List to include color, weight, fabric style, and construction.

(a) Class B short sleeve shirt in brown, Blauer ArmorSkin, 8972 or equivlent.(b) Class B long sleeve shirt in brown, Blauer ArmorSkin 8971 or equivalent.

Optional Class B uniform items are as follows:(a) Class B long sleeved lined shirt in dark brown, Blauer ArmorSkin #8973 with fleece lining or

equivalent.(b) Class B hidden cargo pocket style machine washable trouser in Burlington Raeford #00437 pink

tan or equivalent with Burlington Raeford #0983 brown piping down the outside of the leg.

CONTRACT CLOSEOUT DEBRIEF When the contract(s) is completed, the STATE and CONTRACTOR will communicate regarding the contract closeout, including transition of any records. A contract closeout debrief may be performed at the discretion of the procurement officer or project manager designated by the STATE. The debriefing time and location will be negotiated between the STATE and CONTRACTOR.

3.4 EXPERIENCE AND QUALIFICATIONSMINIMUM QUALIFICATIONSAt the time specified by the Proposal Receipt Deadline, the offeror must have and keep current any professional licenses and permits required by federal, state, and local laws for performance of this contract. Offerors that does not possess required licenses at the time notice-of-intent is issued will be determined non-responsive and rejected.

EXPERIENCEThe offeror must meet the following experience requirements in order to be considered for contract award. A proposal from the offeror that does not meet minimum experience requirements will be rejected.

Offerors must have a minimum of three years’ experience of building custom-made uniforms with preference given to those who provide tailor made uniforms for law enforcement agencies.

Offeror must currently provide custom-made uniforms for at least one other State Patrol or Highway Patrol, with a minimum of providing semi-tailored uniforms.

Page 16 of 116

CONTRACTOR PROJECT TEAM PERSONNEL The CONTRACTOR must inform the STATE of any changes to the CONTRACTOR’s project team members named in the proposal, in advance and in writing. The personnel changes of key CONTRACTOR project team members that are not acceptable to STATE may be grounds for the STATE to terminate the contract.

3.5 CONTRACT PROVISIONSCONTRACT TYPEThis contract type will be Firm Fixed Price with Adjustment. The CONTRACTOR will be required to hold the price firm during the first twenty-four months of the contract except as otherwise provided in the contract. During this period, no price increases will be allowed, and the CONTRACTOR must notify the STATE immediately of any price decreases.

Three months prior to the beginning of each contract renewal period, the CONTRACTOR may make a written request to the STATE for a price increase. The request must include the basis for the cost increase, such as evidence that the price increase applies to all customers or increases for transportation. The STATE must approve, deny, or negotiate the requested price increase within 30 days. Any price changes will be set forth in a written amendment for the upcoming contract period.

PAYMENT PROCEDURESCompensation and payment terms will be set forth in the contract based upon the successful offeror’s proposal. The STATE will not make any advanced payments before performance by the CONTRACTOR under this contract. The STATE will make a single payment for each order when all of the deliverables are received. The STATE will not pay for minimum fabric orders.

TAXESThe STATE is not responsible for and will not pay itemized local, state, or federal taxes. Purchases of tangible personal property made by a state government agency is exempt from sales tax. The state sales tax exemption number is E-2001, and certificates will be furnished upon requested by the purchasing agency. The CONTRACTOR must provide a valid Vendor Tax Identification Number as a provision of the contract.

The purchasing agency will determine if services provided under this contract are 1099 reportable. The purchasing agency may require the CONTRACTOR to submit a W9. The state tax exemption number should not be used by CONTRACTORs in the performance of a contract.

A CONTRACTOR or service provider performing any contract, including service contracts, for the United States Government, State of North Dakota, counties, cities, school districts, park board or any other political subdivisions within North Dakota is not exempt from payment of sales or use tax on materials, tangible personal property, and supplies used or consumed in carrying out contracts. In these cases, the CONTRACTOR is required to file returns and pay sales and use tax just as required for contracts with private parties. Contact the North Dakota Tax Department at 701-328-1246 or visit its website at https://www.nd.gov/tax/tax-resources/ for more information.

A CONTRACTOR performing any contract, including a service contract, within North Dakota is also subject to the corporation income tax, individual income tax, and withholding tax reporting requirements, whether the contract is performed by a corporation, partnership, or other business entity,

Page 17 of 116

or as an employee of the CONTRACTOR. In the case of employees performing the services in the state, the CONTRACTOR is required to withhold state income tax from the employees' compensation and remit to the state as required by law. Contact the North Dakota Tax Department at 701-328-1248 or visit its website for more information.

INSPECTION & MODIFICATIONThe CONTRACTOR is responsible for the completion of all work set out in the contract. All work is subject to inspection, evaluation, and approval by the STATE. The STATE may employ all reasonable means to ensure that the work is progressing and being performed in compliance with the contract.

Should the STATE determine that corrections or modifications are necessary in order to accomplish its intent, the STATE may direct the CONTRACTOR to make changes. The CONTRACTOR will not unreasonably withhold changes.

Substantial failure of the CONTRACTOR to perform the contract may cause the STATE to terminate the contract. In this event, the STATE may require the CONTRACTOR to reimburse monies paid (based on the identified portion of unacceptable work received) and may seek associated damages.

CONTRACT CHANGES – UNANTICIPATED AMENDMENTSDuring the course of this contract, the CONTRACTOR may be required to perform additional work. That work will be within the general scope of the initial contract. When additional work is required, the project manager designated by the STATE will provide the CONTRACTOR a written description of the additional work and request the CONTRACTOR to submit a firm time schedule for accomplishing the additional work and a firm price for the additional work. Cost and pricing data must be provided to justify the cost of amendments.

The CONTRACTOR will not commence additional work until the project director has secured any required STATE approvals necessary for the amendment and issued a written contract amendment, approved by the STATE.

PURCHASING CARDSTATE may make payments under this contract using a state purchasing card. See the contract related to payments using the STATE purchasing card.

F.O.B. POINT AND FREIGHTAll commodities purchased through this contract will be Free on Board (“F.O.B.”) final destination, freight prepaid. Unless specifically stated otherwise, all prices offered must include the delivery cost.

Page 18 of 116

SECTION FOUR – PROPOSAL INSTRUCTIONS4.1 PROPOSAL PREPARATIONThe STATE discourages overly lengthy and costly proposals. A bidder must prepare its proposal using the prescribed proposal format and provide all the requested information; this will enable the proposal to be evaluated fairly and completely. If the bidder submits more than one proposal, each proposal must be prepared in accordance with these instructions.

The STATE will provide, at the bidders request and expense, a sample trouser and shirt to assist the bidder in preparation of their proposal. The sample package of trouser and shirt will need to be returned to the STATE, in the same condtion as sent, at the bidders expense no later than the closing date of the proposal, May 30, 2019.

4.2 DISCLOSURE OF PROPOSAL CONTENTS AND NORTH DAKOTA OPEN RECORDS LAWSAll proposals and other material submitted become the property of the STATE and may be returned only at the STATE's option. All proposals and related information, including detailed cost information, are exempt records and will be held in confidence until an award is made, in accordance with N.D.C.C. § 54-44.4-10(2).

Offerors may make a written request that trade secrets and other proprietary data contained in proposals be held confidential. Material considered confidential by the offeror must be clearly identified, and the offeror must include a brief statement that sets out the reasons for confidentiality. See the North Dakota Office of the Attorney General website for additional information. http://www.ag.nd.gov/OpenRecords/ORM.htm

After award, proposals will be subject to the North Dakota open records law. Records are closed or confidential only if specifically stated in law. If a request for public information is received, the procurement officer, in consultation with the Office of the Attorney General, will determine whether the information is an exception to the North Dakota open records law, and the information will be processed appropriately.

4.3 PROPOSAL SUBMISSION INSTRUCTIONSPROPOSAL FORMATOfferors submitting a proposal are not required to submit proposals for both contracts. Should the offeror choose to submit a proposal for each contract they must submit a separate technical proposal and a separate cost proposal for each contract prepared in accordance with these instructions.

Proposal for Custom-Made Uniforms will include a technical proposal document; sample short sleeve and long sleeve shirts, Class A trouser and a Class B trouser for four officers; and a cost proposal prepared in accordance with these instructions and submitted separately.

Proposal for Climate-Controlled Uniforms will include a technical proposal document; sample short sleeve and long sleeve shirts for four officers; and a cost proposal prepared in accordance with these instructions and submitted separately. *Should the offeror chose to provide optional long sleeve shirt or trouser under this proposal, they should provide 4 samples of each; one per officer.

Each technical proposals documents and sample uniforms must be submitted separately from the cost proposal document and from the othe proposal. Both submissions must be clearly labeled with the name of the Offeror and marked “Technical Proposal Custom-Made Uniform” or “Technical Proposal Climate-Controlled Uniform” and “Cost Proposal Custom-Made Uniform” and “Cost Porposal Climate- Controlled Uniform.” Costs must not be revealed in the technical proposal. Options may be discussed in the technical proposal, but all cost information must be in the cost proposal only.

Page 19 of 116

SUBMIT IN PERSON, BY MAIL OR DELIVERY SERVICESealed proposals are required; therefore, proposals cannot be submitted by email or fax to the procurement officer. Offerors may submit proposals in person, by mail, or delivery service. Clearly address all envelopes or packages as follows:RFP #: RFP-504-19-02 RFP TITLE: CUSTOM MADE UNIFORMATTN: DEANN STECKLERNORTH DAKOTA HIGHWAY PATROL601 CHANNEL DRIVEBISMARCK ND 58501

RFP #: RFP-504-19-02 RFP TITLE: CLIMATE CONTROLLED UNIFORMATTN: DEANN STECKLERNORTH DAKOTA HIGHWAY PATROL601 CHANNEL DRIVEBISMARCK ND 58501

COPIES OF TECHNICAL AND COST PROPOSAL Offeror shall submit five copies of its Technical Proposal(s).

Along with the Technical Proposal for Custom Made Uniforms, Offeror will also submit 4 sets of uniforms for wear testing to be done by four separate officers; two female and two male. Offeror will submit for each of the four officers: one long sleeve shirt, one short sleeve shirt, one Class A trouser, and one Class B trouser. These uniforms must be in the same colors (shirts brown with pink tan epaulette and trouser pink tan with brown piping) as our agency currently wears and as the offeror proposes to provide with his proposal should they become the successful CONTRACTOR. Samples are not required for the tie, dress blouse, tunic, Honor Guard Trouser, or the optional shirt or trouser.

Along with the Technical Proposal for Climate Controlled Uniforms, Offeror will also submit 4 short sleeve and four long sleeve shirts for wear testing to be done by four officers; two female and two male. Offeror will submit for each of the four officers: one short sleeve shirt and one long sleeve shirt. If the Offeror chooses to submit an optional pant or the lined long sleeve shirt, they should also be included for each of the four officers for the wear testing. These uniforms must be in the same colors (shirts brown and trouser pink tan with brown piping) as our agency currently wears and as the offeror proposes to provide with his proposal should they become the successful CONTRACTOR.

Offeror shall submit one copy of its Cost Proposal(s) in a separate, sealed envelope, clearly labeled “Cost Proposal Custom Made Uniform” and/or “Cost Proposal Climate Controlled Uniforms”.

Offeror shall submit its proposal(s) in an electronic version (examples: Microsoft Word or .pdf format) on a USB flash drive with the Technical Proposal and Cost Proposal saved as separate files.

4.4 PROPOSAL FORMATPrepare the technical proposal and cost proposal in accordance with these instructions.

Technical Proposal – Format the proposal with the following labeled sections:Section 1 – Cover LetterSection 2 – RFP AmendmentsSection 3 – Scope of Work Strategy to include Attachment One Specification Check List, and Required Deliverables and *Optional Deliverables if appliable, and sample package if applicableSection 4 – Experience and Qualifications

Page 20 of 116

Section 5 – Contract Provisions Attachment SevenSection 6 – Open Records and Confidentiality if applicable

Cost Proposal – The Cost Proposal must be a separate document – Attachment Three. Format the cost proposal using Attachment Three or by following the RFP instructions.

4.5 TECHNICAL PROPOSALSECTION 1 – COVER LETTERProposals shall include a cover letter signed by an individual with authority to bind the offeror that includes the following:1. The name of the offeror, name of the person to contact regarding the proposal, email address,

telephone number, and mailing address. 2. A statement that the offeror has read and agrees to comply with the requirements stated in this

Request for Proposal.3. A statement that the offeror’s proposal accurately describes the goods and services being offered to

the STATE.4. A statement disclosing any instances where the firm or its employees or subCONTRACTORs

working on the contract have an apparent or actual conflict of interest. (Offerors are instructed to review the “Conflict of Interest” provisions in RFP Section 1 “Instructions.”)

SECTION 2 – RFP AMENDMENTSProvide signed copies of all Solicitation Amendments issued by the STATE that were required to be acknowledged by offerors.

SECTION 3 –SCOPE OF WORK STRATEGYOfferor may submit technical proposals for either Custom-Made Uniforms or Climate-Controlled Uniform or both separately. They must review the requirements, preferences, deliverables and optional deliverables provided in RFP Section 3, Scope of Work for each proposal they wish to participate in.

1. Applicable Directives. The Offeror must identify any state and federal requirements that apply to the contract.

2. Strategy for Scope of Work Requirements- Specific Criteria. The Offeror must provide narrative statements to demonstrate their understanding of the scope of work requirements. Explain the proposed strategy to accomplish the scope of work and show they can provide the deliverables described in the scope of work within the STATE’s project schedule.

3. Specifications Specification Check Lists (Required and Preferred). The Offeror must complete Attachment One indicating they meet all requirements and explaining how they will be addressing the preferred specifications of their garment.

4. Location of Work/Travel. The proposal must respond to the STATE’s Location of Work/Travel instructions within the RFP Scope of Work. Describe where the work will be performed and all proposed travel.

5. State Furnished Property and Services. Provide a detailed breakdown of the Offeror’s expectations for STATE resources that will be needed for the project, including number of staff, qualifications, minimums if any, roles and responsibilities, and time requirements for the various phases of the project if applicable.

6. Risk Management. Offerors must describe measures to be taken to ensure the safety of its employees, state employees, the public and property. Offerors must also identify any pertinent

Page 21 of 116

issues and potential problems related to the project, and describe how those potential issues and problems could be mitigated.

7. Project Management Plan. The proposal must describe how the CONTRACTOR intends to manage the project to ensure the work is accomplished on time, within budget, and meet quantity and quality standards. Offerors may provide a narrative or organizational chart to illustrate the lines of authority and accountability.

8. Proposed Schedule and Deliverables. The proposal must provide a timeline for accomplishing the work and providing the deliverables; in consideration of the STATE’s Contract Schedule within the RFP Scope of Work.

SECTION 4 –EXPERIENCE AND QUALIFICATIONSMandatory Requirements. An offeror must provide information to demonstrate meeting the Offeror Experience and Qualifications Mandatory Requirement in RFP Section 3, Scope of Work, Experience and Qualifications for each proposal it chooses to participate in.

Experience and Qualifications of the FirmProvide a brief history and describe the organization of the firm. Describe the number of years the offeror has provided the type of work requested in this RFP. Describe specific experience of their firm in completing similar projects. Provide a description of the project, approximate time frame of the project, and contact information for the customer. Offerors are to provide two letters of reference from customers.

Experience and Qualifications of the Project TeamProvide a narrative or organizational chart that describes the organization of the proposed project team. Provide information for key project team members, including:

1. Description of anticipated work they will perform and approximate estimated hours;2. Resume or description of the relevant education, training, experience, skills and

qualifications;3. Subcontrators. If an offeror intends to use subcontrators, the offeror must identify in the

proposal the names of the subcontractors and the portions of the work the subcontractors will perform. Provide a statement that the offeror will ensure that the subcontractor has or will obtain any required licenses and registrations, including registration with the North Dakota Secretary of State; and

4. Joint Venture. If submitting a proposal as a joint venture, provide narrative statements that describe the roles and responsibilities of each party to the joint vendor. If available, submit a copy of the joint venture agreement that identifies the parties involved and its rights and responsibilities.

ReferencesProvide two references for similar projects the offeror has completed. Offerors must include the name of a contact person, address, email, and telephone number. Offerors are instructed to notify the reference that the STATE will be contacting them. Evaluation will be impacted if the STATE is unable to contact the reference or the reference does not timely provide the requested information. Offerors are invited to provide letters of reference from previous clients.

SECTION 5 – CONTRACT PROVISIONSOfferor shall review the STATE’s Contract – Attachment Seven.

The proposal must include and indicate whether or not the offeror accepts the terms and conditions in the STATE’s Contract.

Page 22 of 116

An offeror may state that they accept the STATE’s Contract as written.An offeror may state any objections or propose changes or additions to the STATE’s Contract. Describe the changes to the Contract being proposed or provide a red-line of the STATE’s Contract. Offerors are not to submit their own contract or standard terms and conditions with their proposals. Offeror should address the specific language in the attached contract and submit any proposed changes.

North Dakota procurement statutes, rules, and policies allow some negotiation of the terms and conditions. No changes to the terms and conditions will be permitted without prior written approval from the STATE.

SECTION 6 – OPEN RECORDS AND CONFIDENTIALITYThe State of North Dakota has broad open records laws. Proposals received are exempt from open record requirements until an award is made, in accordance with N.D.C.C. § 54-44.4-10(2). After award, proposals are subject to the North Dakota open records laws. Proposals or portions of proposals may be confidential only if specifically stated in law.Offerors are instructed not to mark their entire proposal as “confidential.”

Offeror must provide one of the following in their proposal: Provide a statement indicating that their proposal does not contain any confidential information;

or Make a written request to hold confidential any trade secrets and other proprietary data

contained in its proposal. Offeror must clearly identify the material considered confidential and explain why the material is confidential. See the North Dakota Office of the Attorney General website for additional information. https://www.ag.nd.gov/OpenRecords/ORM.htm

If the STATE receives a request for public information, the procurement officer, in consultation with the Office of the Attorney General, shall determine whether the information is an exception to the North Dakota open records laws, and the information shall be processed accordingly.

4.6 COST PROPOSALCost Proposal Format. Cost proposals must be prepared as a separate document from the technical proposal for each proposal you participate in separately; clearly labeled, “Cost Proposal Custom-Made Uniform” and/or “Cost Proposal Climate-Controlled Uniform”. Offeror must complete the Cost Proposal Format - Attachment Three or prepare a cost proposal following the same format.

Options. Offeror may include pricing for any options that are described in the offeror’s proposal as options, but not included in the total cost. Any options must be within the scope of work. (e.g. an option for a higher level of service, equipment accessories, extended warranty options, etc.)

All costs must be stated in U.S. currency. Any commodities being imported must be identified, and the price must include any applicable shipping and handling, customs, brokerage agency fees, and duties.

Offeror should describe any discount terms for prompt payment. Discounts for prompt payment will not be considered in evaluating costs.

4.7 WEAR TEST SAMPLESOfferor must provide a wear test sample for each of the four officers participating in the wear test. The uniforms required to be submitted as samples for the wear test are as follows:

Custom Made Uniform Proposal: one short sleeve shirt, one long sleeve shirt, one Class A trouser, one Class B trouser for each of the four officers in the fabric and colors being proposed. Samples not requested for ties, dress blouse, Honor Guard tunic and trouser or optional shirt or trouser.

Page 23 of 116

Climate Controlled Uniform Proposal: one short sleeve shirt and one long sleeve shirt for each of the four officers in the fabric and colors being proposed. If proposing the optional lined long sleeve shirt and/or a BDU trouser, one of each optional item being proposed must also be submitted for each officer in the wear test in the color and fabric being proposed.

The offeror is responsible for all costs associated with furnishing the sample, including transportation. All wear test samples must be labeled with the name of the offeror and the officer it was made for. The sample must be submitted by the proposal submission closing date in the RFP Schedule listed in Section 1 of the RFP.

Such samples will be subject to examination and wear testing by the STATE. Samples offered by the successful offeror may be retained for comparison to deliveries under contract. Samples will be made for two female officers and two male officers, see Attachment Five for sizes.

Upon request of the offeror, samples not destroyed by examination or testing will be returned at the expense of the offeror. If the offeror doesn’t request return of the sample within thirty days after the first delivery of product, the sample will become property of the STATE. (N.D.A.C. § 4-12-08-11).

SECTION FIVE – AWARD AND PROPOSAL EVALUATION5.1 AWARDThe STATE intends to award two (2) contracts: one contract to an offeror that can provide Custom- Made Uniform: Class A short sleeve and long sleeve shirts, Class A trouser, ties, dress blouse, Honor Guard tunic and Class B trouser; and another contract to an offeror that can provide Climate-Controlled Uniform: short sleeve and long sleeve shirt. It is possible for the same offeror to be awarded both contracts.

Proposals will be evaluated separately and awarded separately in the best interest of the STATE. Although the STATE will award each contract to only one offeror, the same offeror may be able to be awarded both contracts.

The STATE will make award for each contract to the highest scoring offerors whose proposals are determined to be responsive to the requirements of the solicitation and are determined to be most advantageous in consideration the RFP evaluation and wear testing criteria.

5.2 RESPONSIVENESS All proposals will be evaluated to determine if they are responsive to the requirements of the solicitation. The STATE reserves the right to waive minor informalities in accordance with N.D.A.C. chapter 4-12-10. Minor informalities are insignificant omissions or nonjudgmental mistakes that are matters of form rather than substance, evident from RFP document, with a negligible effect on price, quantity, quality, delivery, or contractual conditions that can be waived or corrected without prejudice to other offerors. Responsive proposals will be evaluated by the procurement officer or evaluation committee using the evaluation criteria stated in the RFP.

5.3 RESPONSIBILITY – SUPPLEMENTARY INVESTIGATIONThe STATE may, at any time, may make a supplementary investigation as to the responsibility of any offeror in accordance with N.D.A.C. § 4-12-11-04. This investigation may include, but is not limited to, financial responsibility, capacity to produce, sources of supply, performance record, or other matters related to the offeror’s probable ability to deliver if a contract is awarded to the offeror. The STATE reserves the right to contact references, other customers, including state and local government agencies, regarding past experience with the offeror. If it is determined that an offeror appears not to be sufficiently responsible, the proposal will be rejected.

Page 24 of 116

5.4 EVALUATION CRITERIAA separate proposal evaluation form will be completed by evaluators for Custom-Made Uniform and for Climate-Controlled Uniform.

Proposals will be evaluated using a 100 point scale. The evaluation committee will award points based on the responses to the Scope of Work Strategy; which includes but is not limited to the offeror’s narrative responses, Attachment One and Experience and Qualification responses. The technical proposal evaluation score, the Wear Test Evaluation, and cost proposal evaluation score will be added to determine the total evaluation score. After the initial evaluation, the evaluation committee may determine which proposals are reasonably susceptible for award and short-list the evaluation process to only those offerors. The final evaluation score will consider information received by the STATE, including but not limited to, discussions with offerors, demonstrations, presentations, site visits, reference checks, and best and final offers.

The evaluation criteria and relative weight for the Custom-Made Uniform Proposal is as follows:Technical Proposal Evaluation: 45 Points

A. Scope of Work – Strategy – 10 PointsB. Scope of Work –Specification– 18 PointsC. Scope of Work – Tailor Made – 7 PointsD. Experience and Qualifications –10 Points

The evaluation criteria and relative weight for the Climate-Controlled Uniform Proposal is as follows:Technical Proposal Evaluation: 45 Points

A. Scope of Work – Strategy – 10 PointsB. Scope of Work –Specification – 25 PointsC. Experience and Qualifications –10 Points

The Wear Testing and Cost Proposal scoring is the same for both proposals.

Wear Testing - 30 Points

Cost Proposal Evaluation: 25 Points

Minimum Technical Score: Technical proposals must receive at least 31.5 (70%) of the total points available for the Technical Score to be considered responsive to the RFP requirements.

The technical proposal evaluation score, wear testing score, and cost proposal evaluation score will be added together to determine the total evaluation score.

5.2 COST PROPOSAL EVALUATION – RECIPROCAL PREFERENCEThe STATE will calculate evaluation points awarded to cost proposals. Any prompt payment discount terms proposed by the offeror will not be considered in evaluating cost.

The cost amount used for evaluation may be affected by the application of North Dakota Preference laws in accordance with N.D.C.C. § 44-08-01. The preference given to a resident offeror will be equivalent to the preference given or required by the state of the nonresident offeror (i.e. reciprocal preference). For more information, refer to Guidelines to North Dakota Purchasing Preference Laws.The cost amount used for evaluation may also be affected by the application of other costs required to implement the proposed solution to determine the total cost of the solution (i.e. cost for ITD to host a STATE hosted solution).

Page 25 of 116

After applying any reciprocal preference, the lowest cost proposal will receive the maximum number of points allocated to cost. Cost proposals will be evaluated using the following formula.

Price of Lowest Cost Proposal Price of Proposal Being Rated X Total Points for Cost Available = Awarded Points

5.3 CLARIFICATIONS OF PROPOSALS – DISCUSSIONSIn order to determine if a proposal is reasonably susceptible for award, communications by the procurement officer or evaluation committee are permitted with an offeror to clarify uncertainties or eliminate confusion concerning the contents of a proposal and determine responsiveness to the RFP requirements. Discussions will be limited to the specific section of the RFP or proposal indicated by the STATE.

In conducting discussions, there may be no disclosure of any information derived from proposals submitted by competing offerors. Clarifications may not result in material or substantive change to the proposals.

Discussions are generally conducted by telephone or internet-based conference.

5.4 RIGHT OF REJECTIONThe STATE reserves the right to reject any proposals, in whole or in part. Proposals received from suspended or debarred bidders will be rejected. Proposals determined to be nonresponsive to the requirements of the RFP will be rejected. The STATE reserves the right to reject the proposal of an offeror determined to be not responsible. The STATE reserves the right to refrain from making an award if determined to be in its best interest.

5.5 BEST AND FINAL OFFERSThe STATE is not obligated to request best and final offers; therefore, offerors should submit their best terms (technical and cost) in response to this RFP.

If the STATE determines there is a need for any additional information, substantial clarification or changes to the RFP or proposals, the STATE may request for best and final offers from offerors that have submitted proposals determined to be reasonably susceptible for award. The best and final offer request will describe the additional information, clarification, or change being requested.

A date and time will be established for receipt of revised proposals. If an offeror does not submit a best and final offer, the STATE shall consider its original proposal as its best and final offer.

Best and final offers will be evaluated using the evaluation criteria stated in the RFP. The STATE may request more than one Best and Final Offer.

5.6 NEGOTIATIONSContract negotiations will be conducted in accordance with N.D.A.C. § 4-12-12. The STATE may enter into negotiations with one or more offeror whose proposals received the highest scores and are reasonably susceptible for award. During negotiations, the STATE and offeror may agree to alter or otherwise change the terms and conditions and price of the proposed contract. Negotiation, if held, will be within the scope of the RFP and limited to those items that would not have an effect on the ranking of proposals.

Each offeror will be responsible for all costs it incurs as a result of negotiations, including any travel and per diem expenses.

Page 26 of 116

Contract negotiations will be conducted primarily by email, conference calls, or internet-based conference. Any on-site negotiation, if needed, will be held in Bismarck, North Dakota.

The STATE may terminate negotiations, reject a proposal as nonresponsive, and continue or commence negotiations with other offerors reasonably susceptible for award, if the offeror:

• fails to provide necessary information for negotiation in a timely manner,• fails to negotiate in good faith,• is unable to successfully negotiate contract terms that are acceptable to the STATE, or• indicates that it cannot perform the contract within the budgeted funds.

5.7 NOTICE OF INTENT TO AWARDAfter proposals have been evaluated and the successful offeror selected, notice of intent to award will be promptly issued to all offerors that submitted proposals. Upon issuance of this notice, the procurement file becomes an open record.

The successful offeror named in the Notice of Intent to Award is advised not to begin work, purchase materials, or enter into subcontracts until the successful offeror and the STATE sign the contract.

5.8 CONTRACT APPROVALThis RFP does not, by itself, obligate the STATE. The STATE's obligation shall commence when the STATE signs the contract. Upon written notice to the CONTRACTOR, the STATE may set a different starting date for the contract. The STATE shall not be responsible for any work done by the CONTRACTOR, even work done in good faith, if it occurs prior to the contract start date set by the STATE.

5.9 EVALUATION DEBRIEFINGAfter the notice of intent to award is issued, offerors may contact the Procurement Officer to schedule an evaluation debrief. The debrief will provide information about the evaluation process and proposal scores.

Page 27 of 116

SECTION SIX – CONTRACT INFORMATION6.1 NORTH DAKOTA CONTRACTUAL REQUIREMENTS – BACKGROUNDAs a public institution and government entity of the State of North Dakota (the STATE), there are a number of statutes, rules, and policies (Requirements) that may restrict or prevent the STATE from entering into certain types of contracts or certain contractual terms and conditions, some of these Requirements are non-negotiable.

While these Requirements occasionally make the process of negotiating a contract with the STATE more challenging than negotiating with a private industry business, these are not unique to any one agency of the State of North Dakota. These Requirements apply to all public institutions and government entities of the State of North Dakota. Although some are unique to North Dakota, the majority of these Requirements are common to public institutions and government entities throughout the United States.

6.2 STATE CONTRACT TERMS AND CONDITIONS – OFFEROR’S PROPOSED CHANGESThe STATE intends to execute a contract substantially similar to the Service Contract – Attachment Seven. The offeror will be required to sign the Service Contract attached to this RFP and must comply with the terms and conditions. The STATE may deem any failure to object to a contract provision as the offeror’s acceptance of that provision.

North Dakota procurement statutes, rules, and policies allow some negotiation of the terms and conditions. No changes to the terms and conditions will be permitted without prior written approval from the STATE.Pursuant to N.D.A.C. § 4-12-11-06, proposals subject to conditions imposed by the offeror may be rejected as nonresponsive, as determined by the STATE.

Proposed terms and conditions that conflict with those contained in the attached contract or that diminish the STATE’s rights under the contract shall be considered null and void. The terms and conditions in the attached contract shall prevail in the event a conflict arises between a term or condition in the proposal and a term or condition in the attached contract.

Part or all of this RFP and offeror’s proposal may be incorporated into the attached contract.

The STATE may deem any failure to object to a contract provision as the offeror’s acceptance of that provision.

6.3 CONTRACTUAL TERMS AND CONDITIONS – NO MATERIAL CHANGESA. Indemnification and Insurance N.D.C.C. § 32-12.2-17 requires that the Office of Management and Budget establish guidelines for indemnification and insurance provisions in state contracts. The indemnification and insurance requirements contained in the attached contract are pursuant to those guidelines. The STATE shall not be deemed to have accepted any alteration of these provisions without prior written approval to offeror from the STATE acting in consultation with the North Dakota Risk Management Division.

B. Indemnification Indemnification is a contractual clause by which one party to a contract asks the other party to defend it against any claims of third parties who might be injured as a result of something that occurs while the parties are performing their duties and obligations under the contract. Without specific authority to do so, the STATE agencies cannot enter into agreements indemnifying CONTRACTORs, or any other entity, against third party claims.Any clause that has the intent of seeking indemnification from the STATE, whether or not the clause contains the words “indemnity” or “indemnify,” are not clauses to which the STATE may agree.

Page 28 of 116

The STATE will also not agree to clauses to indemnify a CONTRACTOR “to the extent permitted by law.” This is because the STATE knows that the extent to which the law permits it to indemnify CONTRACTORs is no extent whatsoever, and as a result would be disingenuous for the STATE to imply in a contract that there might be some set of circumstances under which the STATE would defend the CONTRACTOR against a third party claim(s). Simply put, the STATE is not going to agree to something it knows it cannot do. In this circumstance an “extent” clause is merely an invitation to litigate the matter in the event a third party claim(s) arises, and the STATE does not enter into agreements that invite litigation. Do not ask the STATE to indemnify you against third party claims because it is a contractual obligation to which the STATE cannot agree.

C. Insurance Upon receipt of the Notice of Intent to Award, the successful offeror must obtain the required insurance coverage and provide the procurement officer with proof of coverage prior to contract approval. The coverage must be satisfactory to the STATE, in consultation with the North Dakota Risk Management Division. The successful offeror’s failure to provide evidence of insurance coverage is a material breach and grounds for withdrawal of the award or termination of the contract.

D. Limitation of Liability N.D.C.C. § 32-12.2-15 establishes that the STATE is prohibited from limiting direct damages, including those resulting from property damage or personal injury. Any request by an offeror for the STATE to limit direct damages is a request to which the STATE cannot agree. The law provides the STATE some discretion to limit liability for indirect damages, but that discretion may only be exercised: a) in contracts for the purchase or lease of, or services related to, software, communication, or electronic equipment and economic forecasting; and b) after consultation with the Office of the Attorney General and Risk Management.

E. Waivers of Jurisdiction and Venue; Alternative Dispute Resolution The North Dakota Attorney General is the STATE’s attorney for all purposes, including management of litigation and claims against the state. The STATE may not usurp the Attorney General’s authority by agreeing in advance to control the way litigation may be managed in the event of a dispute. The STATE cannot, without specific authority, agree to the jurisdiction or the laws of another state or federal courts, nor can it contractually agree to participate in any form of alternative dispute resolution.Although the STATE cannot contractually agree to such terms, this does not mean that in the event of a dispute, the STATE would not agree to participate in alternative dispute resolution. It simply means that this is a decision that must be made by the Attorney General and is a decision that is made at the time a dispute arises.

F. Confidentiality All state agencies of North Dakota are subject to North Dakota public records laws. The STATE cannot agree to contractual terms that attempt to prevent it from having to disclose records that are declared public records under applicable statutes. Although some confidentiality and exemptions are allowed under the public records laws, the STATE may not agree to more restrictive obligations concerning its records. Under North Dakota public records laws, contracts are records that are open to the public and may be reviewed at the request of the public.

G. Unliquidated Expenses (i.e., attorney’s fees, add-ons, cost increases) Because the STATE may only obligate those funds that have been appropriated to it by the Legislative Assembly and may only obligate those funds for the purposes for which the funds were appropriated, the STATE may not agree to clauses which may obligate it to pay for claims that might exceed its current funding appropriation. Certainly, this is one of numerous reasons why the STATE cannot indemnify a CONTRACTOR against third party claims, but it may also be said for clauses that purport

Page 29 of 116

to obligate the STATE to pay a CONTRACTOR’s attorneys’ fees, unknown cost increases during the life of the contract, add-ons that were not contemplated or priced in the contract.6.4 SCOPE OF WORKThe Scope of Work agreed upon by the parties will be incorporated into the attached contract.

6.5 CONTRACT TERMThe contract term will be set forth in the contract, including any options for extension, renewal, and renegotiation.

6.6 RIGHT TO INSPECT PLACE OF BUSINESSAt reasonable times, the STATE may inspect those areas of the CONTRACTOR's place of business that are related to the performance of a contract. If the STATE makes an inspection, the CONTRACTOR must provide reasonable assistance.

Page 30 of 116

ATTACHMENT ONESPECIFICATION LIST

CUSTOM MADE UNIFORMClass A Custom-Made – Required Specifications

REQUIREMENTS Yes Comments: (If Equivalent Proposed Specifications)

NO

Material: Burlington Raeford Fabric or equivalent

If not Burlington Raeford Fabric list fabric:

Fabric Preshrunk and colorfast

Color shirt, dress blouse, tunic, piping on trouser: Burlington Raeford, brown #0983 or equivalentMaterial: Burlington Raeford Fabric or equivalent

If not Burlington Raeford list fabric:

Color trouser; tie; and epaulettes on shirt and dress blouse; and stripe on dress blouse sleeve: Burlington Raeford Fabric, pink tan #00437 or equivalentMilitary Style Provide detail in Scope of Work Strategy

Custom Made See Specification breakdown to follow) Provide detail in Scope of Work Strategy

55/45 Dacron Polyester/Wool Worsted or equivalent

If not 55/45 Dacron Polyester/Wool Worsted: List the fabric and percentage.

Contractor agrees to procure enough fabric to fill orders and will be responsible for all fabric and material minimums.Contractor to indicate if minimum quantity order by officer in shirt?

If so what quantity.

Contractor to indicate if minimum quantity order by officer in trouser?

If so what quantity.

Contractor agrees to attach a permanent label with permanent ink to the pocket of the trouserContractor agrees to make and attach a permanent label which lists: Officer name and sizes; fabric and style number; garment name and date manufactured; and cleaning instructions.

Page 31 of 116

REQUIREMENTS YES Comments: (If Equivalent Proposed Specifications)

NO

Contractor Agrees to be responsible for accurate sizing of our officers.

Briefly explain: (explain in detail on Scope of Work Summary)

Contractor agrees to provide State with a copy of each of the officer’s original sizes electronically or hard copy.Contractor agrees to provide State with up-dated sizes as they occur electronically or hard copy.Contractor will be responsible for minimal tailoring (Although not required, scoring preference for complete tailoring)

Explain what measurements are included in minimal tailoring. Explain if do more than minimal tailoring

Contractor will ensure proper fit at time of measurement.

Briefly explain: (explain in detail and/ on Scope of Work Summary amount of tailoring)

Contractor agrees to travel to four cities as specified by State in Scope of Work in the RFP within the first month of the contract to measure the officers or provide a size run to obtain accurate sizingContractor agrees to travel to Bismarck during the first week of each State recruit class to measure the officers or provide a size run to obtain accurate sizing as per the Scope of Work in the RFPContractor agrees to travel as needed for updated measurements when doing recruit class.Contractor will be responsible for shipping the uniforms to the agency within the Scope of the RFP.Contractor agrees to provide current employed officer annual orders within 120 days of order.Contractor agrees to provide new recruit orders within 90 days of order.Class A uniforms dry clean only: shirts, trousers, dress blouse, tunic, tie, REQUIREMENTS YES Comments: (If Equivalent Proposed NO

Page 32 of 116

Specifications)Contractor agrees to sew on two shoulder patches per shirt, dress blouse, and tunic.

Contractor will package garments with the officer’s name on the outside of the package.Contractor agrees to be responsible for shipping and handling.Contractor has a minimum of 3 years of experience manufacturing uniforms.Contractor currently provides custom-made uniforms for at a minimum ONE State Patrol or Highway Patrol

List agency(ies)

Contractor has up-to-date licensesContractor is or will be by notice of intent, registered with ND Secretary of State and State Procurement Office

CUSTOM MADE SPECIFICATIONS FOR TIES YES Comments: (If Equivalent Proposed Specifications)

NO

Ties 3” wideTie-Style Tie available in 57” long and 60” longClip-on Style Tie available in 18” and 20” longFemale Tie available

Page 33 of 116

ATTACHMENT ONESPECIFICATION LIST

CUSTOM MADE UNIFORMCustom Made Required Specifications for Class A short sleeve shirt

YES Comments: (If Equivalent OR Approximate explain)

NO

Color: brown and pink tan epaulettes as required above

Military Pressed Creases: Describe method, quantity in front and back

Class A short sleeved shirt weight 8.5 oz per linear yard or approximate

If not 8.5 oz per linear yard indicate ounces– and if per linear yard.

Thread matches fabric. Indicate if thread is polyester, cotton, blend and the # of the cord.

Garment is double stitched Explain where double stitched and if any is single stitched

Two NDHP shoulder patches, STATE provided, sewn on ½" from sleeve/shoulder seam.Sew/affix an identification name tag permanently secured to inside right front shirt tail.

Indicate material and how secured

Label to read: Officer name, size, garment description and date made, cleaning instructions.Collar Buttons: 4 hole, 21 ligne bone button to match shirtExtra Buttons, two each, 4 hole, 21 ligne bone buttons to match shirt, sewn on inside shirt tailCollar button holes to fit ligne bone buttonsFront shirt button holes to be cut for brass P buttonsBottom of shirt hemmed Describe method for the bottom of the

shirt: gusset, reinforcing, etc.

Page 34 of 116

Custom Made Required Specifications for Class A short sleeve shirt

YES Comments: (If Equivalent OR Approximate explain)

NO

Yoke Style. List measurement seam at center to yokeIndicate if single or double stitchedIndicate if yoke lined

Breast Pocket, one on each side Describe size for male and for female.

Lower corners of the pockets mitered

Pocket flap to be scalloped. Indicate if tops stitched crease? Describe if sewn or turned?

Pocket flaps double stitched on the edge.

Pocket flap contain 1 non-functional button hole centered for metal P buttonVelcro on the corners of pocket flaps

Left pocket and pocket flap to have a to stitched pen/pencil pocket opening of 1.5” on right side of pocket

Is it top stitched?

Pencil pocket 1” from the inside Is it double stitched?

Pencil pocket to have a corresponding opening in the pocket flapPencil pocket to have a separate inner pocket, not attached or sewn to the outside pocket materialDress collar with neckband. Explain how far below the juncture of the

front pleat and collar are the buttons.

Collar have 1 or more buttons fastening Describe collar

Collar/neckband to be lined Describe material

Collar stays sewn in so as not to show stitching on collar side.Neckband lined with taffeta or equivalent. Describe what lined with.

Page 35 of 116

Custom Made Required Specifications for Class A short sleeve shirt

YES Comments: (If Equivalent OR Approximate explain)

NO

Cloth badge tab with black eyelets, approximately 2” x 1”.

Describe what type? size? Distance between eyelets? How far above left pocket?

Sleeves to be double thickness of continuous cloth

Indicate sleeve length

Epaulette approximately 2” at sleeve head finishing approximately ½" of the collar.

Indicate size and distance.

Epaulette to be top stitched with a 2.5” cross stitch from the sleeve head.Epaulette to have one buttonhole set ½" from the point end to accommodate a metal P button.Epaulette button hole to be ¼" in the shirt to accommodate metal P button with metal button guard made of 1” blank tape set into collar seam and extending approximately ½" beyond buttonhole.Left front of shirt (right front for female) to be double stitched have a self-fabric center pleat 1.5” wide extending from collar band to bottom of shirtShirt to have two rows of double stitching with inside stitching 7/8” apart.Center pleat to be interlined. Indicate with what type of fabric

The right front (left on female) to have approximate 2” turn back to create a self-fly 7/8” wide which will serve as a metal button guard for metal buttons.

Indicate size of turn back

Right front (left on female) to have button holes in quantity to correspond with left (right on female) side. Size to be approximately ¼" and number of holes to correspond with length of shirt.

List how many.

All loose threads to be removed and shirt pressed properly prior to shipping.

Page 36 of 116

ATTACHMENT ONESPECIFICATION LIST

CUSTOM MADE UNIFORMCustom Made Required Specifications for Class A long sleeve shirt (and Class A OPTIONAL long sleeve shirt)

YES Comments: (If Equivalent OR Approximate explain)

No

Color: brown with pink tan epaulettes as detailed in requirements

Military pressed crease describe method, indicate quantity front, quantity back

Class A long sleeved shirt weight 11.5 oz per linear yard or approximate

If not 11.5 oz per linear yard explain.

IF BIDDING OPTIONAL Shirt: Class A long sleeved shirt weight 8.5 oz per linear yard or approximate

If not j8.5 oz per linear yard explain

Thread matches fabric. Indicate if thread is polyester, cotton, blend and the # of the cord.

Garment is double stitched Explain where double stitched and if any is single stitched

Two NDHP Patches, provided by State to be sewn with a single stitch ½" from sleeve /shoulder seamSew or affix label on inside front shirt tail. Describe if right or left shirt tail,

Label to have officer identification and size, garment identification and date made, cleaning instructions.

Describe what label is made of and if ink is permanent.

Collar button and front of shirt buttons to be 4 hole, 21 ligne bone, to match the shirtCollar and front of shirt button holes to fit ligne bone buttonsExtra Buttons, two each, 4 hole, 21 ligne bone buttons to match shirt, sewn on inside shirt tailBottom of shirt hemmed Describe hemming method for bottom of

shirt. Gusset, reinforcing, etc.

Custom Made Required Specifications for YES Comments: (If Equivalent OR Approximate NO

Page 37 of 116

Class A long sleeve shirt (and Class A OPTIONAL long sleeve shirt)

explain)

Yoke style. Indicate measurement from collar seam at center to yoke. Indicate if single or double stitched.

Breast Pockets, one on each side. Describe size for male and for female.

Lower corners of the pockets mitered

Pocket flap to be scalloped Indicate if tops stitched crease? Describe if sewn or turned?

Pocket flaps double stitched on the edge.

Pocket flap to have 1 non-functional button hole centered for metal P buttonPocket flap to have velcro on the corners

Left pocket and pocket flap to have a top stitched pen/pencil opening of 1.5” on right side of pocket

Is it top stitched?

pencil pocket 1” from the inside attached to bottom side of pocket and shirt

Is it double stitched?

Pencil pocket to have a corresponding opening in the pocket flapPencil pocket to have a separate inner pocket, not attached or sewn to the outside pocket material.Dress collar with neckband to have buttons approximately 2 ¾" below the juncture of the front pleat and collar. Depending on size of shirtCollar to have one button. Indicate length of point.

Collar neckband to be lined. Indicate with what material.

Collar stays sewn in so as not to show stitching on collar side.How large is collar opening? Needs to allow room for tie. Custom Made Required Specifications for Class A long sleeve shirt (and Class A

YES Comments: (If Equivalent OR Approximate explain)

NO

Page 38 of 116

OPTIONAL long sleeve shirt)How many inches do the collar points finish at?Cloth badge tab with black eyelets, approximately 2” x 1” indicate size.

Describe what type? length, width? Distance between eyelets?

Top eyelet of badge tab to be approximately 1.5” above pocket.

Indicate distance if different

Sleeves to be double thickness of continuous clothSleeve to have reinforced elbows by extending the placket

Indicate size of placket vents

Cuffs to be cut with square corners

Cuffs to be sewn with two rows of stitchingCuff to have one buttonhole for a removable metal P buttonEpaulette approximately 2” at the sleeve head finishing approximately ½” of the collar.

indicate if different.

Epaulette to be top stitched

Epaulette with approximately 2.5” cross stitch from the sleeve head.

indicate if different.

Epaulette to have one button hole set ½" from point end to accommodate a metal P buttonEpaulette button hole to be ¼" in the shirt to accommodate a metal P button with a metal button guard made 1” blank tape set into collar seam and extending approximately ½" beyond the buttonhole.Left front of shirt (right front for female) to be double stitched have a self-fabric center pleat 1.5” wide extending from collar band to bottom of shirtShirt to have two rows of double stitching with inside stitching 7/8” apart.

Custom Made Required Specifications for Class A long sleeve shirt (and Class A OPTIONAL long sleeve shirt)

YES Comments: (If Equivalent OR Approximate explain)

NO

Page 39 of 116

Left front of shirt (right for female) to be made as a placket with 100% polyester lining or equivalent. To have 4 hole, 21 ligne bone buttons to match shirt. If equivalent describeCenter pleat to be lined. Describe material

Right front (left on female) to have button holes in quantity to correspond with left (right on female) side. Size to be approximately ¼" and number of holes to correspond with length of shirt. All loose thread to be removed. shirt to be pressed.

Page 40 of 116

ATTACHMENT ONESPECIFICATION LIST

CUSTOM MADE UNIFORMCustom Made Required Specifications for Class A Trouser (and Class A OPTIONAL mid-weight trouser)

YES Comments: (If Equivalent OR Approximate explain)

NO

Color: pink tan with brown piping as required above

Class A trouser weight 16.5-17 oz per linear yard or approximate

If not 16.5-17 oz per linear yard explain

IF BIDDING OPTIONAL Mid Weight Trouser: Class A mid-weight 14-14.5 oz per linear yard or approximate

If not 14-14.5 oz per linear yard explain

Military pressed creases

Thread matches fabric. Describe thread weight

Side seam ¾” wide, set into the side seam and sewn to back panelPiping start at the bottom of the waistband.Piping extend down and along the back edge of the side pockets and continue down, gradually slanting back until centered over the out seams, to the bottom of the trouser.Seat seam double chain stitched. Explain if with tandem needle machine.

Side seam and inseam chain stitched

Plain bottom with approximate 2.5” hem Explain if not 2.5”

Waistband 2” wide

Waistband have 1 crush proof hook and eyeWaistband to be 1” ban roll or comfort action inner waistband

Explain type of waistband

Belt loops to be in proportion to waist size. Each belt loop 1” in width by 2” longOne belt loop placed at the rear seam with the side loops positioned two inches in front and two inches in back of side seam Belt loops sewn into the top of waistband and bottom of waistband.

Page 41 of 116

Custom Made Required Specifications for Class A Trouser (and Class A OPTIONAL mid-weight trouser)

YES Comments: (If Equivalent OR Approximate explain)

NO

Two side front and two hip pocketsPockets to be stitched, turned, and top stitchedTrouser material to be cut and sewn in to pocket approximately 2” Pocket to be inserted into the seam at the waistbandFront and back pockets bar-tacked at each cornerHip pockets to be approximately 3” below the waistbandHip pockets are to be a minimum of 5.5” wide and 6” deepHip pocket to be made with double piping. 6.6” long and 12mm wide.Left hip pocket to have a buttonhole and have extra material inside so the pocket fabric does not show when the pocket opening bends.Left pocket and the trouser fly need to have a button, 22 ligne, four ole, bone, melamine or phenolic plastic button to match material.Back pocket, button to be on the inside of the pocket and the buttonhole on the outsideHeavy weight brass zipper with brass bottom stop and fabric in a color to match the pantsHeavy duty thread double stitched to match fabric of pantBottom of the fly at the ‘j” bar tacked

Approximately 2” long fly tab, French fly support installed to button securely across the lower abdomen in a manner as to give a firm fastening with the fly unzippedRight fly and crotch lining to be same fabric and color as the waistbandAll loose threads removed and pressed properly

Page 42 of 116

ATTACHMENT ONESPECIFICATION LIST

CUSTOM MADE UNIFORMCustom Made Required Specifications for Class B Trouser

YES Comments: (If Equivalent OR Approximate explain)

NO

Color: pink tan with brown piping as required above

Class B mid-weight 12-15 oz per linear yard or approximate

Explain weight

Machine Washable fabric Explain if only in special temperature with special soap?

Military pressed creases

Thread matches fabric. Describe thread weight

Side seam ¾” wide, set into the side seam and sewn to back panelPiping start at the bottom of the waistband.Piping extend down and along the back edge of the side pockets and continue down, gradually slanting back until centered over the out seams, to the bottom of the trouser.Seat seam double chain stitched. Explain if with tandem needle machine.

Side seam and inseam chain stitched

Plain bottom with approximate 2.5” hem Explain if not 2.5”

Waistband 2” wide

Waistband have 1 crush proof hook and eyeWaistband to be 1” ban roll or comfort action inner waistband

Explain type of waistband

Belt loops to be in proportion to waist size. Each belt loop 1” in width by 2” long

Page 43 of 116

Custom Made Required Specifications for Class B Trouser

YES Comments: (If Equivalent OR Approximate explain)

NO

One belt loop placed at the rear seam with the side loops positioned two inches in front and two inches in back of side seamBelt loops sewn into the top of waistband and bottom of waistband.

Two side front and two hip pockets

Pockets to be stitched, turned, and top stitchedTrouser material to be cut and sewn in to pocket approximately 2”Pocket to be inserted into the seam at the waistbandFront and back pockets bar-tacked at each corner

Hip pockets to be approximately 3” below the waistband

Hip pockets are to be a minimum of 5.5” wide and 6” deep

Hip pocket to be made with double piping. 6.6” long and 12mm wide.

Left hip pocket to have a buttonhole and have extra material inside so the pocket fabric does not show when the pocket opening bends.Left pocket and the trouser fly need to have a button, 22 ligne, four hole, bone, melamine or phenolic plastic button to match material.Back pocket, button to be on the inside of the pocket and the buttonhole on the outsideHidden Cargo Pocket on outside of both right and left leg, approx. 12.5” down from bottom of waistband.Zipper on hidden cargo pocket to match trouser pink tan

Hidden Cargo Pocket opening to be approximately 6.5” long with single stitch on top of pant with pant material covering zipper

Page 44 of 116

Custom Made Required Specifications for Class B Trouser

YES Comments: (If Equivalent OR Approximate explain)

NO

Cargo hidden pocket to be made of same material as other pockets. 10.5” long with top seam on underside double-stitched.

Trouser Zipper: Heavy weight brass zipper with brass bottom stop and fabric in a color to match the pantsHeavy duty thread double stitched to match fabric of pantBottom of fly at the “J” bar tackedApproximately 2” long fly tab, French fly support installed to button securely across the lower abdomen in a manner as to give a firm fastening with the fly unzippedRight fly and crotch lining to be same fabric and color as the waistbandAll loose threads removed and pressed properly

Page 45 of 116

ATTACHMENT ONESPECIFICATION LIST

CUSTOM MADE UNIFORMCustom Made Required Specifications for Honor Guard Trouser

YES Comments: (If Equivalent OR Approximate explain)

NO

Color: pink tan

Honor Guard trouser weight 9.8 oz per linear yard or approximate.

If not 9.8 oz per linear yard indicate ounces – and if per linear yard.

Honor Guard trouser has gold piping Milikan #1933-4518 or equivalent

If not list manufacturer and color number

Military pressed creases

Thread matches fabric. Describe thread weight

Side seam ¾” wide, set into the side seam and sewn to back panelPiping start at the bottom of the waistband.Piping extend down and along the back edge of the side pockets and continue down, gradually slanting back until centered over the out seams, to the bottom of the trouser.Seat seam double chain stitched. Explain if with tandem needle machine.

Side seam and inseam chain stitched

Plain bottom with approximate 2.5” hem Explain if not 2.5”

Waistband 2” wideWaistband have 1 crush proof hook and eyeWaistband to be 1” ban roll or comfort action inner waistband

Explain type of waistband

Belt loops to be in proportion to waist size. Each belt loop 1” in width by 2” longOne belt loop placed at the rear seam with the side loops positioned two inches in front and two inches in back of side seam

Page 46 of 116

Custom Made Required Specifications for Honor Guard Trouser

YES Comments: (If Equivalent OR Approximate explain)

NO

Belt loops sewn into the top of waistband and bottom of waistband.Two side front and two hip pockets

Pockets to be stitched, turned, and top stitchedTrouser material to be cut and sewn in to pocket approximately 2” Pocket to be inserted into the seam at the waistbandFront and back pockets bar-tacked at each cornerHip pockets to be approximately 3” below the waistbandHip pockets are to be a minimum of 5.5” wide and 6” deepHip pocket to be made with double piping. 6.6” long and 12mm wide.Left hip pocket to have a buttonhole and have extra material inside so the pocket fabric does not show when the pocket opening bends.Left pocket and the trouser fly need to have a button, 22 ligne, four hole, bone, melamine or phenolic plastic button to match material.Back pocket, button to be on the inside of the pocket and the buttonhole on the outsideHeavy weight brass zipper with brass bottom stop and fabric in a color to match the pantsHeavy duty thread double stitched to match fabric of pantBottom of the fly at the ‘j” bar tacked

Approximately 2” long fly tab, French fly support installed to button securely across the lower abdomen in a manner as to give a firm fastening with the fly unzippedRight fly and crotch lining to be same fabric and color as the waistbandAll loose threads removed and pressed properly

Page 47 of 116

Page 48 of 116

ATTACHMENT ONESPECIFICATION LIST

CUSTOM MADE UNIFORMCustom Made Specifications for Dress Blouse

YES Comments: (If Equivalent OR Approximate explain)

NO

16-16.5 oz per linear yard or approximate Explain if approximate

Brown with pink tan epaulettes and sleeve stripeStyle for collar lapels notched with the frontsApproximately 10 stitch per inch. Single stitched thread to match,

Thread made of:

2” Pleat at shoulder strap tapered to waist 1” to 2”Duty belt clips equally spaced along the waistline on outside Duty belt clips sewn into the seam with only part of the clip showingVented Skirt, two each below should pleat Indicate what used to line

Vent fully lined

One right and one left inside reinforced breast pocket extending into the facing

Indicate length and size of overlap

Lapel length to the first button

Roll style collar with hand shaped under collar Under collar joined with a zig zag stitch to blouseMatching collar felt

36 ligne Gilt P in wreath on front buttons – 4 each24 ligne Gilt P in wreath for remaining buttons; 2 on shoulder epaulettes, 2 on each sleeve, 2 on breast pocketsFront buttons to be equally spaced.Top front buttton in line with top of pocket flaps2 breast pleated pockets

Bottom of breast pocket varies in accordance to size of dress blouseDimensions of the center pleat in the pocket approximately 1.5”

Indicate if not

Page 49 of 116

Custom Made Specifications for Dress Blouse

YES Comments: (If Equivalent OR Approximate explain)

NO

Pockets centered between armhole and front buttons

Flaps for breast pocket 3 pointed with 5/8” in size to button with 24 ligne P in wreath buttonLower pocket flaps on each sideBadge tab on left side made of shell material Badge tab 1” wide x 1 ¾" long approx.Badge tab ¾" above pocket flap and centeredTurn up of sleeves 2.5” approxSleeve stripe: 1 row of pink tan, ½" wide, 3” up from bottom cuffCuff canvas turned up at edge of cuff, 1 ¼" aboveEpaulette two-piece construction cut slightly pointed at edge, 2” wide, taped – depending on blouse sizeEpaulette finished and set into sleeve headEpaulette cross stitched 2.5” from sleeve headEpaulette to extend to the collar and button with one 24 ligne P in wreath metal buttonEach should sleeve shall have one NDHP shoulder patch 1.25” down from shoulder seamLinen label permanently mounted with permanent ink. Officer name, size, garment style, date made.Loose threads removed and pressed

Page 50 of 116

ATTACHMENT ONESPECIFICATION LIST

CUSTOM MADE UNIFORMCustom Made Honor Guard Tunic Comments: (If Equivalent OR Approximate

explain)BrownCollar to be piped in gold at both top and bottom of collarSingle stitched eyelet on each side of collar for insigniaFront to be piped in on leading edgePocket: two upper pleated pockets with scalloped flaps which are pipedTwo lower pocket flaps only pipedBi Swing backCenter ventedV-Cuff inverted piped and two metal P buttons36 ligne Gilt P in wreath buttons down front1 brown 4 hole 21 ligne bone button at bottom behind belt24 ligne Gilt P in wreath buttons, 1 on each shoulder epaulette, 1 on each pocket flap, 2 on each sleeveCollar has grommet on each side, 2 small snaps to keep it closedCollar has felt inside to protect neck from snapsBack pleated at shouldersBack has vent at bottom of tunic, centered`Epaulettes piped and pointed Epaulette attached at the sleeve with 2” left between cross stitch and sleeve seamGun belt hooks Badge tab, left side, 2 metal eyelets, 1.25”

Page 51 of 116

ATTACHMENT ONESPECIFICATION LIST

CUSTOM MADE UNIFORMClass A Custom-Made – Preference Specifications

Preferences Yes Comments: (If Equivalent Proposed Specifications)

NO

Tailoring Preference. Although proposal for custom-made uniforms is minimal tailoring; scoring preference will be given to Offerors with complete tailoring.

Please Explain your tailoring methods

Alterations once the uniforms have arrived, should they not fit accordingly due to measuring for manufacturing.

Preference is manufacturer take care of alterations locally and vendor submit bill to them or they pay s/h both ways to be returned to manufacturer for alterations.

Please explain

Page 52 of 116

ATTACHMENT ONESPECIFICATION LIST

CUSTOM MADE UNIFORMCustom Made Specifications Preferences for Class A short sleeve shirt

YES Comments: (If Equivalent OR Approximate explain)

NO

Burlington Raeford Style 571 Explain

2 Ply Tropical Weave Explain

Burlington Raeford Material to be Kaumographic stamped on the back face of the fabric with the mill trademarkWhat method is used for sewing sleeves and side seams? Felling Machine, etc.Does the pocket have an option of the button hole not sewn in?How far down is the pocket flap sewn down from shoulder seam?

Custom Made Specifications Preferences for Class A long sleeve shirt (and Class A OPTIONAL long sleeve shirt)

YES Comments: (If Equivalent OR Approximate explain)

No

Burlington Raeford Style 573 Explain

3 Ply Tropical Weave Explain

Burlington Raeford Material to be Kaumographic stamped on the back face of the fabric with the mill trademarkMethod used to sew sleeves and side seam?

Felling? If not describe.

Is yoke lined? If so with what?

Does the pocket have an option of the button hole not sewn in?What is distance pocket flap sewn down from shoulder seam?

Page 53 of 116

Custom Made Specifications Preferences for Class A Trouser

YES Comments: (If Equivalent OR Approximate explain)

NO

Burlington Raeford Style 645 Explain

Elastique Weave Pant and Gabardine Piping2-Ply Warp

Explain

Burlington Raeford Material to be Kaumographic stamped on the back face of the fabric with the mill trademark

Custom Made Specifications Preferences for Class A OPTIONAL mid-weight trouserBurlington Raeford Style 5212-Ply Gabardine WeaveBurlington Raeford Material to be Kaumographic stamped on the back face of the fabric with the mill trademark

Custom Made Specifications Preferences Class B Trouser

YES Comments: (If Equivalent OR Approximate explain)

NO

Burlington Raeford Style 538 Explain

Burlington Raeford Material to be Kaumographic stamped on the back face of the fabric with the mill trademark

Current Trouser is too light of material and stains very easily. Looking for something better.

Explain option:

Page 54 of 116

Custom Made Specifications Preferences for Honor Guard Trouser

YES Comments: (If Equivalent OR Approximate explain)

NO

Burlington Raeford Style 645 Explain

2-Ply WarpExplain

Burlington Raeford Material to be Kaumographic stamped on the back face of the fabric with the mill trademark

Custom Made Specifications Preferences for Dress Blouse

Comments: (If Equivalent OR Approximate explain)

Burlington Raeford Style 645 Explain

Elastique Weave Explain

Burlington Raeford Material to be Kaumographic stamped on the back face of the fabric with the mill trademark

Custom Made Honor Guard Tunic Specifications Preferences

Comments: (If Equivalent OR Approximate explain)

Elastique Weave Explain

Burlington Raeford Material to be Kaumographic stamped on the back face of the fabric with the mill trademark

Explain

Page 55 of 116

ATTACHMENT ONESPECIFICATION LIST

CLIMATE-CONTROLLED UNIFORMClass B Climate-Controlled – Required Specifications

REQUIREMENTS Yes Comments: (If Equivalent Proposed Specifications)

NO

Color Brown to match our external TAC carrier

Performance Uniform Shirt

Shirt worn as a base-layer under external body armor

Brown in color

Breathable fabric

Moisture wicking fabric

Light weight

Durable uniform shirting

Quick dry

Sizing must go from XS to 4XL

Two NDHP shoulder patches, STATE provided, sewn on ½" from sleeve/shoulder seam.Each shirt to be packages with officer name on outside of package

Page 56 of 116

ATTACHMENT ONESPECIFICATION LIST

CLIMATE-CONTROLLED UNIFORMClimate Controlled Preference Specifications for Class B short sleeve shirt

YES Comments: (If Equivalent OR Approximate explain)

NO

Color: brown

Blauer ArmorSkin Short Sleeve 8972 Men and 8972W Female or equivalent

If equivalent, please explain

Breathable moisture-wicking mesh fabric designed to cover torso area for quick dry comfort, body temperature regulation and advanced mobilityor equivalent

` If equivalent, please explain

11oz weight or equivalent If equivalent, please explain

80.20 Poly/Rayon blend fabric or equivalent

If equivalent, please explain

Convertible sport collar If equivalent, please explain

3 button center front plackets If equivalent, please explain

Double pen pocket on left chest If equivalent, please explain

Page 57 of 116

ATTACHMENT ONESPECIFICATION LIST

CLIMATE-CONTROLLED UNIFORMClimate Controlled Preference Specifications for Class B long sleeve shirt

YES Comments: (If Equivalent OR Approximate explain)

NO

Color: brown Blauer ArmorSkin long sleeve 8971 Men and 8971W Female or equivalent

If equivalent, please explain

Breathable moisture-wicking mesh fabric designed to cover torso area for quick dry comfort, body temperature regulation and advanced mobilityor equivalent

` If equivalent, please explain

11oz weight or equivalent If equivalent, please explain

80.20 Poly/Rayon fabric orequivalent

If equivalent, please explain

Banded dress collar If equivalent, please explain

3 button center front placket If equivalent, please explain

2 button adjustable cuffs If equivalent, please explain

Double pen pocket on left chest If equivalent, please explain

Page 58 of 116

ATTACHMENT ONESPECIFICATION LIST

CLIMATE-CONTROLLED UNIFORMClimate-Controlled Required Specifications for Class B OPTIONAL lined long sleeve shirt

YES Comments: (If Equivalent OR Approximate explain)

NO

Color: brown Blauer ArmorSkin Winter Base long sleeve Shirt 8973 Men or equivalent

If equivalent, please explain

Blauer B. Warm or equivalent If not explain

Lined with moisture wicking 215 gram micro fleece or equivalent

If equivalent, please explain

Fully fleece lined body and torsoBreathable moisture-wicking mesh fabric designed to cover torso area for quick dry comfort, body temperature regulation and advanced mobilityor equivalent

` If equivalent, please explain

11oz weight or equivalent If equivalent, please explain

80.20 Poly/Rayon fabric or equivalent

If equivalent, please explain

Banded dress collar If equivalent, please explain

3 button center front placket If equivalent, please explain

2 button adjustable cuffs If equivalent, please explain

Double pen pocket on left chest If equivalent, please explain

Page 59 of 116

ATTACHMENT ONESPECIFICATION LIST

CLIMATE-CONTROLLED UNIFORMClimate-Controlled Required Specifications for Class B OPTIONAL Trouser

YES Comments: (If Equivalent OR Approximate explain)

NO

Color: pink tan with brown piping as required aboveClass B mid-weight 12-15 oz per linear yard or approximate

Explain weight

Machine Washable fabric Explain if only in special temperature with special soap?

Military pressed creases

Thread matches fabric. Describe thread weight

Side seam ¾” wide, set into the side seam and sewn to back panelPiping start at the bottom of the waistband.Piping extend down and along the back edge of the side pockets and continue down, gradually slanting back until centered over the out seams, to the bottom of the trouser.Seat seam double chain stitched. Explain if with tandem needle machine.

Side seam and inseam chain stitched

Plain bottom with approximate 2.5” hem Explain if not 2.5”

Waistband 2” wideWaistband have 1 crush proof hook and eyeWaistband to be 1” ban roll or comfort action inner waistband

Explain type of waistband

Belt loops to be in proportion to waist size. Each belt loop 1” in width by 2” longOne belt loop placed at the rear seam with the side loops positioned two inches in front and two inches in back of side seamClimate-Controlled Required YES Comments: (If Equivalent OR Approximate NO

Page 60 of 116

Specifications for Class B OPTIONAL Trouser

explain)

Belt loops sewn into the top of waistband and bottom of waistband.

Two side front and two hip pockets

Pockets to be stitched, turned, and top stitchedTrouser material to be cut and sewn in to pocket approximately 2”Pocket to be inserted into the seam at the waistbandFront and back pockets bar-tacked at each cornerHip pockets to be approximately 3” below the waistbandHip pockets are to be a minimum of 5.5” wide and 6” deepHip pocket to be made with double piping. 6.6” long and 12mm wide.Left hip pocket to have a buttonhole and have extra material inside so the pocket fabric does not show when the pocket opening bends.Left pocket and the trouser fly need to have a button, 22 ligne, four hole, bone, melamine or phenolic plastic button to match material.Back pocket, button to be on the inside of the pocket and the buttonhole on the outsideHidden Cargo Pocket on outside of both right and left leg, approx. 12.5” down from bottom of waistband.Zipper on hidden cargo pocket to match trouser pink tanHidden Cargo Pocket opening to be approximately 6.5” long with single stitch on top of pant with pant material covering zipperCargo hidden pocket to be made of same material as other pockets. 10.5” long with top seam on underside double-stitched. Heavy duty thread double stitched to match fabric of pantClimate-Controlled Required Specifications for Class B OPTIONAL Trouser

YES Comments: (If Equivalent OR Approximate explain)

NO

Page 61 of 116

Trouser Zipper: Heavy weight brass zipper with brass bottom stop and fabric in a color to match the pants

Bottom of fly at the “J” bar tackedApproximately 2” long fly tab, French fly support installed to button securely across the lower abdomen in a manner as to give a firm fastening with the fly unzippedRight fly and crotch lining to be same fabric and color as the waistbandAll loose threads removed and pressed properly

Page 62 of 116

ATTACHMENT TWODUE TO SIZE OF DOCUMENTS

PDF PHOTOS IN SEPARATE DOCUMENTSUNDER RFP-50-19-02 UNIFORM

Page 63 of 116

ATTACHMENT THREECOST PROPOSAL FORMAT – CUSTOM-MADE UNIFORM

Costs listed below must be inclusive of all costs necessary to implement the proposed solution. The CONTRACTOR should include in its price proposal: measuring (to include itemized transportation, lodging, and per diem costs), patches sewn on, tailoring charges, delivery FOB to Bismarck. List any applicable Prompt Payment Discount Terms.

North Dakota Highway Patrol Custom-Made Uniforms

Cost Minimum Quantity per

officer

Minimum Quantity

One-Time Costs:The Class A short sleeve shirt Male and FemaleWeighing approximately 8.5 ozThe Class A long sleeve shirt Male and Female weighing approximately 11.5 oz

     

The Class A trouser weighing approximately 16.5-17 ozThe Class B trouser weighing between 12-15 oz.

Ties, Standard 57” and 60” long both 3” wide

Ties, Clip On 18” and 20” long both 3” wide

Ties, Female

Dress Blouse

Honor Guard Tunic

Honor Guard Trouser weighing approximately 9.8 ozDescription Agree QuotePercentage of order which should fit without alterations once delivered to STATE

Escalation Percentage Increase or Decrease on

October 1, 2021

Escalation Percentage Increase or Decrease on October 1, 2023

Escalation Percentage Increase or Decrease on October 1, 2025

If applicable: Measurement Charges

If applicable: Charges per alteration

If applicable: Charges per garment for alterations

If applicable: Alteration Charge Maximum Cost per garment

OPTIONAL GARMENTS: NOT SCORED COST Minimum Quantity per

Minimum Quantity

Page 64 of 116

officerA Class A long sleeve shirt weighing approximately 8.5 oz

A Class A trouser weighing 14-14.5 oz

Tailor:______________________________________________________________________ If applicable

Page 65 of 116

ATTACHMENT THREECOST PROPOSAL FORMAT CLIMATE-CONTROLLED UNIFORM

Costs listed below must be inclusive of all costs necessary to implement the proposed solution. The CONTRACTOR should include in its price proposal: measuring (to include itemized transportation, lodging, and per diem costs), patches sewn on, tailoring charges, delivery FOB to Bismarck. List any applicable Prompt Payment Discount Terms.

North Dakota Highway Patrol Uniforms Cost Minimum Quantity per

officer

Minimum Quantity

One-Time Costs:Class B short sleeve shirt Male and Female

Class B long sleeve shirt Male and Female      

Description Agree QuotePercentage of order which should fit without alterations once delivered to STATE

Escalation Percentage Increase or Decrease on

July 1, 2015

Escalation Percentage Increase or Decrease on July 1, 2017

Escalation Percentage Increase or Decrease on July 1, 2019

Escalation Percentage Increase or Decrease on July 1, 2021

If applicable: Measurement Charges

If applicable: Charges per alteration

If applicable: Charges per garment for alterations

If applicable: Alteration Charge Maximum Cost per garment

OPTIONAL GARMENTS – NOT SCORED

Class B long sleeved lined shirt Male (and Female if applicable)

Class B hidden cargo pocket style machine washable trouser Male and Female

Tailor if applicable ______________________________________________________

Page 66 of 116

ATTACHMENT FOURPROPOSAL EVALUATION FORM – CUSTOM MADE UNIFORM

EVALUATION CRITERIA AND SCORING IS 50 OUT OF THE 100THE TOTAL NUMBER OF POINTS USED TO SCORE THIS CONTRACT IS 100

The STATE will evaluate proposals against the questions set out below. Do not assign points to individual questions; instead, award a total score for each evaluation criterion. Proposal that are determined to be responsive to the requirements of the RFP will be evaluated by the Evaluation Committee using the evaluation criteria stated in the RFP. For assistance with RFP evaluations, contact the State Procurement Office at [email protected] or 701-328-2740. If individual scores are being compiled, each member of the Evaluation Committee will prepare an evaluation

worksheet with their comments and scores. Evaluation Committee members must read the Request for Proposal and have a clear understanding of the

requirements and evaluation criteria before attempting to evaluate proposals. Evaluators should read all proposals twice. First, read all proposals for a general understanding without

scoring. Next, read proposals with the intent to complete the evaluation worksheet which includes taking notes and documenting any questions/clarification needed.

Each evaluation criterion is assigned a specific number of points. The questions under each evaluation criterion help Evaluators measure the quality of the Offeror’s response. Do not assign points to individual questions, instead, award a total score for each evaluation criterion.

Evaluators will assign an initial score for each evaluation criterion and provide comments which explain their scores.

Evaluation documents become an open record upon award.

RATING SCALE FOR TECHNICAL PROPOSAL SCORINGThe rating scale provided is intended to help Evaluators perform evaluations. Evaluators are exercising independent judgement so variation in scoring is normal. However, the Procurement Officer may question scoring that appears to be unsupported. Evaluators may assign any value for a given evaluation area from 0 to the maximum number of points allowed per evaluation criterion. A zero value typically constitutes no response or an inability of the Offeror to meet the criteria. In contrast, the maximum value should constitute a high standard of meeting the criteria. For example: “Experience and Qualifications” is an evaluation area weighted at 25% of the total possible points on a 100 Point Scale, so any value between 0 and 25 points can be awarded. An example of the rating scale is below:

Experience and Qualifications Rating Scale (25 Point Maximum)

Point Value Explanation

0-5 Poor. Not addressed or response of no value

6-10 Fair. Limited applicability

11-15 Good. Some applicability

16-20 Very Good. Substantial applicability

21-25 Excellent. Total applicability

COST PROPOSALCost proposals are normally scored by the Procurement Officer or selected evaluators, and cost proposals are given to the Evaluation Committee after technical proposals have been evaluated. Remember to check if reciprocal preference applies to out of state offerors. Prompt payment discounts are not considered in evaluating cost.

ADJUSTMENT OF INITIAL EVALUATION SCORESAfter the initial scoring and the wear test, the Evaluation Committee will meet to discuss proposals and identify areas where clarification or more information is needed. Evaluation scores may be adjusted as a result of discussions with offerors, clarifications, demonstrations, presentations, reference check results, Best and Final Offers, and further due diligence within the evaluation process. The Evaluation Committee may elect to short list, and continue the evaluation process with the top scoring offerors.

CUSTOM-MADE UNIFORM

Page 67 of 116

TECHNICAL PROPOSAL EVALUATION WORKSHEET

Offeror Name ____________________________________________________________

RFP Title/Number ________________________________________________________

Evaluator Name __________________________________________________________

Evaluator Certification. I have reviewed the Request for Proposal Evaluators Guide, and I certify that neither I nor my immediate family members have a conflict of interest with regard to this offeror, in accordance with N.D.A.C. § 4-12-04-04.

Evaluator Signature____________________________________ Date________________

CUSTOM MADE SCOPE OF WORK STRATEGY RATING SCALE (10 Point Maximum)

Point Value Explanation

0 - 1 None. Not addressed or response of no value

1 - 2 Fair. Limited applicability

3 - 5 Good. Some applicability

5 - 7 Very Good. Substantial applicability

8 - 10 Excellent. Total applicability

Is the proposal submitted responsive to all material requirements in the RFP? EVALUATOR'S NOTES

How well has the Offeror followed the proposal preparation instructions? Does the proposal contain all the requested information? EVALUATOR NOTES

Has the Offeror identified any additional directives that apply to the contract?EVALUATOR NOTES

How well has the Offeror described their strategy for accomplishing the scope of work requirements? What are the strengths of the proposed strategy? EVALUATOR NOTES

Are there aspects of the proposed Scope of Work strategy of concern or that requires clarification or further information?

Page 68 of 116

EVALUATOR NOTES

How well does the proposed timeline demonstrate the offeror’s ability to meet the contract schedule and deliverables? EVALUATOR NOTES

How well does the proposal address where the work will be performed and any travel? EVALUATOR NOTES

How well has the offeror described any expectations for State resources? EVALUATOR NOTES

How well has the offeror addressed risk management? Did they identify any potential risks, issues or problems? EVALUATOR NOTES

Has the offeror described their project management to accomplish the work on time, and meet quantity and quality standards?EVALUATOR NOTES

Does the methodology have provisions for quality assurance?EVALUATOR'S NOTES

Evaluate the Offeror’s proposed account representation in support of this contract? EVALUATOR'S NOTES

Evaluate the Offeror’s response to the professional services requirements. Has the offeror proposed services that align with the requirements and demonstrate a good understanding of the scope required for this project? EVALUATOR'S NOTES

Page 69 of 116

Evaluate the Offeror’s response to the project management requirements. Has the offeror proposed project management services that align with the requirements and demonstrate a good understanding of the scope required for this project? EVALUATOR'S NOTES

Evaluate the Offeror’s response to the contract schedule / deliverables. Does the offeror’s response demonstrate a good understanding of the deliverables and schedule, and the capacity to achieve the deliverables based on a mutually agreed upon schedule? EVALUATOR'S NOTES

Has the offeror gone beyond the minimum tasks necessary to meet the objectives of the RFP? EVALUATOR'S NOTES

How well has the offeror identified pertinent issues and potential problems related to the project? EVALUATOR'S NOTES

Has the offeror demonstrated an understanding of the State's time schedule and can meet it? EVALUATOR'S NOTES

EVALUATOR'S POINT TOTAL FOR CUSTOM MADEWORK STRATEGYMax 10 Points

POINTS

COMMENTS:

Page 70 of 116

CUSTOM MADE SCOPE OF WORK- SPECIFICATIONS RATING SCALE (18 Point Maximum)

Point Value Explanation

0 - 1 None. Not addressed or response of no value

2 - 5 Fair. Limited applicability

6 - 9 Good. Some applicability

10 – 14 Very Good. Substantial applicability

15 - 18 Excellent. Total applicability

How well does the proposed product meet the specification requirements?EVALUATOR'S NOTES

Are there aspects of the proposed material specifications that are of concern or that requires clarification or further information? EVALUATOR NOTES

Is the fabric in the proposal Burlington Raeford?EVALUATOR'S NOTES

Is the fabric Dacron Polyester? Does the vendor specify the percentage? If so what percentage? How doe that compare to our current uniform?EVALUATOR'S NOTES

Is the fabric Wool? Is the fabric Worsted Wool? Does the vendor specify the percentage? If so what percentage? How does that compare to our current uniform?EVALUATOR'S NOTES

Is the proposal submitted responsive to all construction specifications in the RFP? EVALUATOR'S NOTES

How well does the proposed product and service meet the technical specifications?EVALUATOR'S NOTES

Page 71 of 116

Evaluate the Offeror’s response to the specifications. Has the offerors proposed responses demonstrate a good understanding of the scope required for this project? EVALUATOR'S NOTES

Has the offeror demonstrated an understanding of the deliverables the State expects it to provide? EVALUATOR'S NOTES

Are there aspects of the proposed specifications that are of concern or that requires clarification or further information? EVALUATOR NOTES

How well has the Offeror described or explained their specifications? What are the strengths of the proposed strategy? EVALUATOR NOTES

Has the Offeror explained the Dyeing Process? If so, how does it compare to our current uniform?EVALUATOR NOTES

Has the Offeror explained the Ply of the yarn? Is it Warp and Filling? Or Other?EVALUATOR NOTES

Has the Offeror explained the Strength of the Warp and Filling?EVALUATOR NOTES

Has the Offeror shared the chance of pilling?EVALUATOR NOTES

Has the Offeror shared the percentage of press shrinkage?EVALUATOR NOTES

Page 72 of 116

Has the Offeror shared the percentage of wash shrinkage?EVALUATOR NOTES

How does the brown match to our current brown?EVALUATOR NOTES

How does the pink tan match to our current pink tan?EVALUATOR NOTES

Is it dry cleanable or machine washable?EVALUATOR NOTES

Did the Offeror address the product and officer name label? Will they provide a label? EVALUATOR'S NOTE

How well does the proposed product and service meet the functional requirements?EVALUATOR'S NOTE

Has the Offeror offered any value-added functionality, products, services, or upgrades as part of the proposal that demonstrates added value?

EVALUATOR'S NOTES

Has the offeror demonstrated a thorough understanding of the purpose and scope of the project?EVALUATOR'S NOTES

Does the methodology depict a logical approach to fulfilling the requirements of the RFP?EVALUATOR'S NOTES

Does the methodology match and achieve the objectives set out in the proposal?EVALUATOR'S NOTES

EVALUATOR'S POINT TOTAL FOR CUSTOM MADE SCOPE OF WORK SPECIFICATIONS LIST Max 18 Points

POINTS

COMMENTS:

Page 73 of 116

CUSTOM MADE SCOPE OF WORK- TAILOR-MADE RATING SCALE (7 Point Maximum)

Point Value Explanation

0 Not addressed or response of no value

1 - 2 Addressed. Off the shelf with no tailoring

3 - 4 Addressed. Off the shelf with limited tailoring by distributor.

5 - 7 Addressed. Full Tailoring by manufacturer and/ or distributor.

How well has the Offeror identified its plan for handling tailor inquiries and response time to inquiries? EVALUATOR'S NOTES

Evaluation of the proposed sales support and tailor relationship services and strategies offered? EVALUATOR'S NOTES

Does the Offeror address if the garments are minimally tailored or fully tailored?EVALUATOR NOTES

If the Offeror address what measurements are tailored? What minimal measurements mean? EVALUATOR NOTES

Does the Offeror address what measurements they will tailor? Does the offeror address how the tailoring will be done?EVALUATOR NOTES

Does the Offeror address if the garment will be tailored? Does the Offeror address who will do the tailoring?EVALUATOR NOTES

Does the Offeror address if the tailoring is done prior to the required ship date or after the required ship date?EVALUATOR NOTES

Page 74 of 116

Does the Offeror address if there is enough excess fabric in the seams for alterations to be done by the State?EVALUATOR NOTES

EVALUATOR'S POINT TOTAL FOR CUSTOM MADE WORK STRATEGY – Tailor MadeMax 7Points

POINTS

COMMENTS:

Page 75 of 116

CUSTOM MADE Experience and Qualifications Rating Scale (10 POINT Maximum)

Point Value Explanation

0 None. Not addressed or response of no value

1 Fair. Limited applicability

2 - 4 Good. Some applicability

5 - 7 Very Good. Substantial applicability

8 - 10 Excellent. Total applicability

Questions regarding the personnel:Do the individuals assigned to the project have experience on similar projects?EVALUATOR'S NOTES

Are resumes complete and do they demonstrate backgrounds that would be desirable for individuals engaged in the work the RFP requires?EVALUATOR'S

How extensive is the applicable education and experience of the personnel designated to work on the project?EVALUATOR'S NOTES

Questions regarding the firm:Has the firm demonstrated experience in completing similar projects on time and within budget?EVALUATOR'S NOTES

How successful is the general history of the firm regarding timely and successful completion of projects?EVALUATOR'S NOTES

Did the references provide information to verify the satisfactory performance of the Offeror?EVALUATOR'S NOTES

Page 76 of 116

Has the Offeror provided letters of reference from previous clients?EVALUATOR'S NOTES

If a subcontractor will perform work on the project, how well does it measure up to the evaluation used for the Offeror?EVALUATOR'S NOTES

If a subcontractor will perform tailoring, has the Offeror addressed the process?

If a subcontractor will perform tailoring, did they provide references? If so, did the references provide information to verify the satisfactory performance of the subcontractor?EVALUATOR'S NOTES

If a subcontractor will perform tailoring, has the firm demonstrated experience in completing similar projects on time and within budget?EVALUATOR'S NOTES

If a subcontractor will perform tailoring, how successful is the general history of the firm regarding timely and successful completion of projects?EVALUATOR'S NOTES

If a subcontractor will perform tailoring,did the references provide information to verify the satisfactory performance of the subcontractor?EVALUATOR'S NOTES

EVALUATOR'S POINT TOTAL FOR CUSTOM MADE EXPERIENCE AND QUALIFICATIONSMax 10Points

POINTS

COMMENTS:

Page 77 of 116

Request for Proposal Evaluation Summary Custom-Made Uniform

Name of RFP: Military Style Uniform - Custom-Made Uniform Proposal

RFP Number RFP-504-19-02

Offeror Being Evaluated:

Evaluator Name:

Date:

Technical Evaluation

(Maximum 75 Points)

Maximum Points by Category

Score

1. Scope of Work - Strategy 10

2. Scope of Work –Specification Check List 18

3. Scope of Work – Tailor Made 7

4. Experience and Qualifications 10

5. Wear Testing 30

Cost Evaluation

(Maximum 25 Points)

1. Make adjustments for reciprocal preference, if necessary. See list of States Preference Laws:

http://www.nd.gov/spo/

1. Calculated points awarded for price.Price of Lowest Cost Proposal

Price of Proposal Being Rated X 25 points = Awarded Points

8. Cost 25

Total

Page 78 of 116

Request for Proposal Evaluation Totals Custom-Made Uniform

Name of RFP: Military Style Uniform – Custom-Made Uniform Proposal

Name of Offeror:

Date:

Technical Evaluation

Criteria

75 POINTS

Maximum

Evaluator Evaluator Evaluator Evaluator

1. Scope of Work – Strategy 10

2.Scope of Work –Specification Check List

18

3.Scope of Work – Tailor Made

7

4. Experience and Qualification

10

5. Wear Test 30

Evaluator Totals

Grand Total

Note: Sum of all individual scores.

Technical Proposal Score

Note: Total of individual points divided by the number of evaluators (75 POINT MAXIMUM).

Cost Propose Score

Note: (25 POINT MAXIMUM)

TOTAL

Page 79 of 116

Request for Proposal Summary of Evaluation Committee Totals

Custom-Made Uniform

Name of RFP: Military Style Uniform Custom-Made Uniform Proposal

Date:

Technical Evaluation

Criteria

75

POINTS

Maximum

Vendor 1 Vendor 2 Vendor 3 Vendor 4 Vendor 5

1. Scope of Work - Strategy

10

2. Scope of Work –Specification Check List

18

3.Scope of Work – Tailor Made

7

4. Experience and Qualifications

10

5. Wear Test 30

Technical Proposal Score

Max 75

Cost Proposals Score

Max 25

Grand Total

Page 80 of 116

Contract Cost - Custom-Made Uniform Weight 25 Percent: Maximum Point Value for this Section

100 Points x 25 Percent = 25 Points

Applying Preference LawsThe STATE will not consider any prompt payment discounts terms proposed by the Offeror when evaluating cost. The cost amount used for evaluation may be affected by the application of North Dakota preference laws (N.D.C.C. § 44-08-01). The preference given to a resident vendor will be equivalent to the preference given or required by the state of the nonresident vendor (i.e. reciprocal preference).

When evaluating cost proposals from nonresident (out-of-state) vendors, the STATE will determine whether the Offeror’s state of residence has a preference law for vendor’s resident in that state. The STATE will increase the cost proposal of the nonresident Offeror by the same percentage of preference given to Offerors resident in that state.

For example, if the state law of the nonresident Offeror requires a 5% preference for vendors resident in that state, the Procurement Coordinator will increase that Offeror’s cost proposal by 5% before evaluation.

See http://www.nd.gov/spo/legal/docs/preference-laws.pdf for a list of States Preference Laws or contact the North Dakota State Procurement Office at 701-328-2683.

Converting Cost to PointsAfter applying any reciprocal preference, the lowest cost proposal will receive the maximum number of points allocated to cost. The point allocations for cost on the other proposals will be determined as follows:

Price of Lowest Cost Proposal

Price of Proposal Being Rated X Total Points for Cost Available = Awarded Points

COST PROPOSAL EVALUATION

EVALUATOR'S POINT TOTAL FOR COST – CUSTOM MADE UNIFORM POINTS

COMMENTS:

Page 81 of 116

ATTACHMENT FOURPROPOSAL EVALUATION FORM – CLIMATE-CONTROLLED UNIFORM

EVALUATION CRITERIA AND SCORING IS 50 OUT OF THE 100THE TOTAL NUMBER OF POINTS USED TO SCORE THIS CONTRACT IS 100

The STATE will evaluate proposals against the questions set out below. Do not assign points to individual questions; instead, award a total score for each evaluation criterion. Proposal that are determined to be responsive to the requirements of the RFP will be evaluated by the Evaluation Committee using the evaluation criteria stated in the RFP. For assistance with RFP evaluations, contact the State Procurement Office at [email protected] or 701-328-2740. If individual scores are being compiled, each member of the Evaluation Committee will prepare an evaluation

worksheet with their comments and scores. Evaluation Committee members must read the Request for Proposal and have a clear understanding of the

requirements and evaluation criteria before attempting to evaluate proposals. Evaluators should read all proposals twice. First, read all proposals for a general understanding without

scoring. Next, read proposals with the intent to complete the evaluation worksheet which includes taking notes and documenting any questions/clarification needed.

Each evaluation criterion is assigned a specific number of points. The questions under each evaluation criterion help Evaluators measure the quality of the Offeror’s response. Do not assign points to individual questions, instead, award a total score for each evaluation criterion.

Evaluators will assign an initial score for each evaluation criterion and provide comments which explain their scores.

Evaluation documents become an open record upon award.

RATING SCALE FOR TECHNICAL PROPOSAL SCORINGThe rating scale provided is intended to help Evaluators perform evaluations. Evaluators are exercising independent judgement so variation in scoring is normal. However, the Procurement Officer may question scoring that appears to be unsupported. Evaluators may assign any value for a given evaluation area from 0 to the maximum number of points allowed per evaluation criterion. A zero value typically constitutes no response or an inability of the Offeror to meet the criteria. In contrast, the maximum value should constitute a high standard of meeting the criteria. For example: “Experience and Qualifications” is an evaluation area weighted at 25% of the total possible points on a 100 Point Scale, so any value between 0 and 25 points can be awarded. An example of the rating scale is below:

Experience and Qualifications Rating Scale (25 Point Maximum)

Point Value Explanation

0-5 Poor. Not addressed or response of no value

6-10 Fair. Limited applicability

11-15 Good. Some applicability

16-20 Very Good. Substantial applicability

21-25 Excellent. Total applicability

COST PROPOSALCost proposals are normally scored by the Procurement Officer or selected evaluators, and cost proposals are given to the Evaluation Committee after technical proposals have been evaluated. Remember to check if reciprocal preference applies to out of state offerors. Prompt payment discounts are not considered in evaluating cost.

ADJUSTMENT OF INITIAL EVALUATION SCORESAfter the initial scoring and the wear test, the Evaluation Committee will meet to discuss proposals and identify areas where clarification or more information is needed. Evaluation scores may be adjusted as a result of discussions with offerors, clarifications, demonstrations, presentations, reference check results, Best and Final Offers, and further due diligence within the evaluation process. The Evaluation Committee may elect to short list, and continue the evaluation process with the top scoring offerors.

Page 82 of 116

CLIMATE-CONTROLLED UNIFORMTECHNICAL PROPOSAL EVALUATION WORKSHEET

Offeror Name ____________________________________________________________

RFP Title/Number ________________________________________________________

Evaluator Name __________________________________________________________

Evaluator Certification. I have reviewed the Request for Proposal Evaluators Guide, and I certify that neither I nor my immediate family members have a conflict of interest with regard to this offeror, in accordance with N.D.A.C. § 4-12-04-04.

Evaluator Signature____________________________________ Date________________

CLIMATE-CONTROLLED UNIFORM SCOPE OF WORK STRATEGY RATING SCALE 10 Point Maximum)

Point Value Explanation

0 - 1 None. Not addressed or response of no value

2 - 3 Fair. Limited applicability

4 5 Good. Some applicability

6 - 7 Very Good. Substantial applicability

8 - 10 Excellent. Total applicability

Is the proposal submitted responsive to all material requirements in the RFP? EVALUATOR'S NOTES

How well has the Offeror followed the proposal preparation instructions? Does the proposal contain all the requested information? EVALUATOR NOTES

Has the Offeror identified any additional directives that apply to the contract?EVALUATOR NOTES

How well has the Offeror described their strategy for accomplishing the scope of work requirements? What are the strengths of the proposed strategy? EVALUATOR NOTES

Page 83 of 116

Are there aspects of the proposed Scope of Work strategy of concern or that requires clarification or further information? EVALUATOR NOTES

How well does the proposed timeline demonstrate the offeror’s ability to meet the contract schedule and deliverables? EVALUATOR NOTES

How well does the proposal address where the work will be performed and any travel? EVALUATOR NOTES

How well has the offeror described any expectations for State resources? EVALUATOR NOTES

How well has the offeror addressed risk management? Did they identify any potential risks, issues or problems? EVALUATOR NOTES

Has the offeror described their project management to accomplish the work on time, and meet quantity and quality standards?EVALUATOR NOTES

Does the methodology have provisions for quality assurance?EVALUATOR'S NOTES

Evaluate the Offeror’s proposed account representation in support of this contract? EVALUATOR'S NOTES

Evaluate the Offeror’s response to the professional services requirements. Has the offeror proposed services that align with the requirements and demonstrate a good understanding of the scope required for this project? EVALUATOR'S NOTES

Page 84 of 116

Evaluate the Offeror’s response to the project management requirements. Has the offeror proposed project management services that align with the requirements and demonstrate a good understanding of the scope required for this project? EVALUATOR'S NOTES

Evaluate the Offeror’s response to the contract schedule / deliverables. Does the offeror’s response demonstrate a good understanding of the deliverables and schedule, and the capacity to achieve the deliverables based on a mutually agreed upon schedule? EVALUATOR'S NOTES

Has the offeror gone beyond the minimum tasks necessary to meet the objectives of the RFP? EVALUATOR'S NOTES

How well has the offeror identified pertinent issues and potential problems related to the project? EVALUATOR'S NOTES

Has the offeror demonstrated an understanding of the State's time schedule and can meet it? EVALUATOR'S NOTES

EVALUATOR'S POINT TOTAL FOR CLIMATE-CONTROLLED UNIFORM WORK STRATEGYMax 10 Points

POINTS

COMMENTS:

Page 85 of 116

CLIMATE-CONTROLLED UNIFORM SCOPE OF WORK- SPECIFICATIONS RATING SCALE (25 Point Maximum)

Point Value Explanation

0 - 1 None. Not addressed or response of no value

2 - 7 Fair. Limited applicability

8 - 13 Good. Some applicability

14 - 19 Very Good. Substantial applicability

20 - 25 Excellent. Total applicability

How well does the proposed product meet the specification requirements?EVALUATOR'S NOTES

Are there aspects of the proposed material specifications that are of concern or that requires clarification or further information? EVALUATOR NOTES

Is the fabric in the proposal Burlington Raeford?EVALUATOR'S NOTES

Is the fabric Dacron Polyester? Does the vendor specify the percentage? If so what percentage? How doe that compare to our current uniform?EVALUATOR'S NOTES

Is the fabric Wool? Is the fabric Worsted Wool? Does the vendor specify the percentage? If so what percentage? How does that compare to our current uniform?EVALUATOR'S NOTES

Is the proposal submitted responsive to all construction specifications in the RFP? EVALUATOR'S NOTES

How well does the proposed product and service meet the technical specifications?EVALUATOR'S NOTES

Page 86 of 116

Evaluate the Offeror’s response to the specifications. Has the offerors proposed responses demonstrate a good understanding of the scope required for this project? EVALUATOR'S NOTES

Has the offeror demonstrated an understanding of the deliverables the State expects it to provide? EVALUATOR'S NOTES

Are there aspects of the proposed specifications that are of concern or that requires clarification or further information? EVALUATOR NOTES

How well has the Offeror described or explained their specifications? What are the strengths of the proposed strategy? EVALUATOR NOTES

Has the Offeror explained the Dyeing Process? If so, how does it compare to our current uniform?EVALUATOR NOTES

Has the Offeror explained the Ply of the yarn? Is it Warp and Filling? Or Other?EVALUATOR NOTES

Has the Offeror explained the Strength of the Warp and Filling?EVALUATOR NOTES

Has the Offeror shared the chance of pilling?EVALUATOR NOTES

Has the Offeror shared the percentage of press shrinkage?EVALUATOR NOTES

Page 87 of 116

Has the Offeror shared the percentage of wash shrinkage?EVALUATOR NOTES

How does the brown match to our current brown?EVALUATOR NOTES

How does the pink tan match to our current pink tan?EVALUATOR NOTES

Is it dry cleanable or machine washable?EVALUATOR NOTES

Did the Offeror address the product and officer name label? Will they provide a label? EVALUATOR'S NOTE

How well does the proposed product and service meet the functional requirements?EVALUATOR'S NOTE

Has the Offeror offered any value-added functionality, products, services, or upgrades as part of the proposal that demonstrates added value?

EVALUATOR'S NOTES

Has the offeror demonstrated a thorough understanding of the purpose and scope of the project?EVALUATOR'S NOTES

Does the methodology depict a logical approach to fulfilling the requirements of the RFP?EVALUATOR'S NOTES

Does the methodology match and achieve the objectives set out in the proposal?EVALUATOR'S NOTES

Page 88 of 116

Does the Offeror address if the garment will be tailored? Does the Offeror address who will do the tailoring?EVALUATOR NOTES

Does the Offeror address if the garments are minimally tailored or fully tailored?EVALUATOR NOTES

If the Offeror address what measurements are tailored? What minimal measurements mean? EVALUATOR NOTES

Does the Offeror address what measurements they will tailor? Does the offeror address how the tailoring will be done?EVLUATOR NOTES

EVALUATOR'S POINT TOTAL FOR CLIMATE-CONTROLLED UNIFORM SCOPE OF WORK SPECIFICATIONS LIST Max 25 Points

POINTS

COMMENTS:

Page 89 of 116

CLIMATE-CONTROLLED UNIFORM Experience and Qualifications Rating Scale (10 POINT Maximum)

Point Value Explanation

0 None. Not addressed or response of no value

1 Fair. Limited applicability

2-4 Good. Some applicability

5 - 7 Very Good. Substantial applicability

8 - 10 Excellent. Total applicability

Questions regarding the personnel:Do the individuals assigned to the project have experience on similar projects?EVALUATOR'S NOTES

Are resumes complete and do they demonstrate backgrounds that would be desirable for individuals engaged in the work the RFP requires?EVALUATOR'S

How extensive is the applicable education and experience of the personnel designated to work on the project?EVALUATOR'S NOTES

Questions regarding the firm:Has the firm demonstrated experience in completing similar projects on time and within budget?EVALUATOR'S NOTES

How successful is the general history of the firm regarding timely and successful completion of projects?EVALUATOR'S NOTES

Did the references provide information to verify the satisfactory performance of the Offeror?EVALUATOR'S NOTES

Has the Offeror provided letters of reference from previous clients?EVALUATOR'S NOTES

Page 90 of 116

If a subcontractor will perform work on the project, how well does it measure up to the evaluation used for the Offeror?EVALUATOR'S NOTES

If a subcontractor will perform tailoring, has the Offeror addressed the process?

If a subcontractor will perform tailoring, did they provide references? If so, did the references provide information to verify the satisfactory performance of the subcontractor?EVALUATOR'S NOTES

If a subcontractor will perform tailoring, has the firm demonstrated experience in completing similar projects on time and within budget?EVALUATOR'S NOTES

If a subcontractor will perform tailoring, how successful is the general history of the firm regarding timely and successful completion of projects?EVALUATOR'S NOTES

If a subcontractor will perform tailoring,did the references provide information to verify the satisfactory performance of the subcontractor?EVALUATOR'S NOTES

EVALUATOR'S POINT TOTAL FOR CLIMATE-CONTROLLED UNIFORM EXPERIENCE AND QUALIFICATIONSMax 10 Points

POINTS

COMMENTS:

Page 91 of 116

Request for Proposal Evaluation Summary Climate-Controlled Uniform

Name of RFP: Military Style Uniform - Climate-Controlled Uniform Proposal

RFP Number RFP-504-19-02

Offeror Being Evaluated:

Evaluator Name:

Date:

Technical Evaluation

(Maximum 75 Points)

Maximum Points by Category

Score

1. Scope of Work - Strategy 10

2. Scope of Work –Specification Check List 25

3. Experience and Qualifications Specification Check List 10

4. Wear Testing 30

Cost Evaluation

(Maximum 25 Points)

1. Make adjustments for reciprocal preference, if necessary. See list of States Preference Laws:

http://www.nd.gov/spo/

2. Calculated points awarded for price.Price of Lowest Cost Proposal

Price of Proposal Being Rated X 25 points = Awarded Points

8. Cost 25

Total

Page 92 of 116

Request for Proposal Evaluation Totals Climate-Controlled Uniform

Name of RFP: Military Style Uniform Climate-Controlled Uniform Proposal

Name of Offeror:

Date:

Technical Evaluation

Criteria

75 POINTS

Maximum

Evaluator Evaluator Evaluator Evaluator

1. Scope of Work – Strategy 10

2.Scope of Work –Specification Check List

25

3. Experience and Qualification

10

4. Wear Test 30

Evaluator Totals

Grand Total

Note: Sum of all individual scores.

Technical Proposal Score

Note: Total of individual points divided by the number of evaluators (75 POINT MAXIMUM).

Cost Propose Score

Note: (25 POINT MAXIMUM)

TOTAL

Page 93 of 116

Request for Proposal Summary of Evaluation Committee Totals

Climate-Controlled Uniform

Name of RFP: Military Style Uniform Climate-Controlled Uniform Proposal

Date:

Technical Evaluation

Criteria

75

POINTS

Maximum

Vendor 1 Vendor 2 Vendor 3 Vendor 4 Vendor 5

1. Scope of Work - Strategy 10

2. Scope of Work – Specification Check List

25

3. Experience and Qualifications 10

4. Wear Test 30

Technical Proposal Score

Max 75

Cost Proposals Score

Max 25

Grand Total

Page 94 of 116

Contract Cost - Climate-Controlled Uniform Weight 25 Percent: Maximum Point Value for this Section

100 Points x 25 Percent = 25 Points

Applying Preference LawsThe STATE will not consider any prompt payment discounts terms proposed by the Offeror when evaluating cost. The cost amount used for evaluation may be affected by the application of North Dakota preference laws (N.D.C.C. § 44-08-01). The preference given to a resident vendor will be equivalent to the preference given or required by the state of the nonresident vendor (i.e. reciprocal preference).

When evaluating cost proposals from nonresident (out-of-state) vendors, the STATE will determine whether the Offeror’s state of residence has a preference law for vendor’s resident in that state. The STATE will increase the cost proposal of the nonresident Offeror by the same percentage of preference given to Offerors resident in that state.

For example, if the state law of the nonresident Offeror requires a 5% preference for vendors resident in that state, the Procurement Coordinator will increase that Offeror’s cost proposal by 5% before evaluation.

See http://www.nd.gov/spo/legal/docs/preference-laws.pdf for a list of States Preference Laws or contact the North Dakota State Procurement Office at 701-328-2683.

Converting Cost to PointsAfter applying any reciprocal preference, the lowest cost proposal will receive the maximum number of points allocated to cost. The point allocations for cost on the other proposals will be determined as follows:

Price of Lowest Cost Proposal

Price of Proposal Being Rated X Total Points for Cost Available = Awarded Points

COST PROPOSAL EVALUATION

EVALUATOR'S POINT TOTAL FOR COST - CLIMATE-CONTROLLED UNIFORM

POINTS

COMMENTS:

Page 95 of 116

ATTACHMENT FIVEDUE TO SIZE OF DOCUMENTS

PDF SIZE SHEETS IN SEPARATE DOCUMENTSUNDER RFP-50-19-02 UNIFORM

Custom-Made Uniform Measurements

PDF Documents in separate document

Climate-Controlled Uniform Measurements

1 Small Regular2 Large Regular1 XLarge Regular

Page 96 of 116

ATTACHMENT SIXWEAR TESTING EVALUATION FORM CUTOM MADE UNIFORM

WEAR TEST RATING SCALE (30 Point Maximum)

Point Value Explanation

0 - 2 Poor. Not addressed or response of no value

3 - 9 Fair. Limited applicability

10 - 16 Good. Some applicability

17 - 23 Very Good. Substantial applicability

24 - 30 Excellent. Total applicability

How well does the proposed product and service meet the technical requirements?EVALUATOR'S NOTES

Evaluate the Offeror’s response to the professional services requirements. Has the offer proposed services that align with the requirements and demonstrate a good understanding of the scope required for this project?

EVALUATOR'S NOTES

Has the offeror demonstrated an understanding of the deliverables the State expects it to provide? EVALUATOR'S NOTES

Is the proposal submitted responsive to all material requirements in the RFP? EVALUATOR'S NOTES

What is the random tumble pillingEVALUATOR'S NOTE

Page 97 of 116

What is the press shrinkage?EVALUATOR'S NOTE

What is the wash shrinkage?EVALUATOR'S NOTE

How does the brown match to our current brown? Before cleaned? After cleaned?EVALUATOR'S NOTE

How does the pink tan match to our current pink tan? Before cleaned? After cleaned?Is it dry cleanable or machine washable?

EVALUATOR'S NOTE

Did they provide a lable? Is the label professionally created? Did the writing on the label stay legible?EVALUATOR'S NOTE

Has the Offeror offered any value-added functionality, products, services, or upgrades as part of the proposal that demonstrates added value?

EVALUATOR'S NOTES

Has the offeror demonstrated a thorough understanding of the purpose and scope of the project?EVALUATOR'S NOTES

How is the fit before cleaned? After cleaned?EVALUATOR'S NOTES

Page 98 of 116

Enough Material in seam for alterations?EVALUATOR'S NOTES

How is the fit?EVALUATOR'S NOTES

How is the comfort?EVALUATOR'S NOTES

How is it for wrinkling?EVALUATOR'S NOTES

How is it for showing water spots?EVALUATOR'S NOTES

EVALUATOR'S POINT TOTAL WEAR TEST CUSTOM MADE UNIFORM30 POINTS MAX

POINTS

COMMENTS:

Page 99 of 116

ATTACHMENT SIXWEAR TESTING EVALUATION FORM CLIMATE-CONTROLLED UNIFORM

WEAR TEST RATING SCALE (30 Point Maximum)

Point Value Explanation

0 - 2 Poor. Not addressed or response of no value

3 - 9 Fair. Limited applicability

10 - 16 Good. Some applicability

17 - 23 Very Good. Substantial applicability

24 - 30 Excellent. Total applicability

How well does the proposed product and service meet the technical requirements?EVALUATOR'S NOTES

Evaluate the Offeror’s response to the professional services requirements. Has the offer proposed services that align with the requirements and demonstrate a good understanding of the scope required for this project?

EVALUATOR'S NOTES

Has the offeror demonstrated an understanding of the deliverables the State expects it to provide? EVALUATOR'S NOTES

Is the proposal submitted responsive to all material requirements in the RFP? EVALUATOR'S NOTES

What is the random tumble pillingEVALUATOR'S NOTE

Page 100 of 116

What is the press shrinkage?EVALUATOR'S NOTE

What is the wash shrinkage?EVALUATOR'S NOTE

How does the brown match to our current brown? Before cleaned? After cleaned?EVALUATOR'S NOTE

How does the pink tan match to our current pink tan? Before cleaned? After cleaned?Is it dry cleanable or machine washable?

EVALUATOR'S NOTE

Did they provide a lable? Is the label professionally created? Did the writing on the label stay legible?EVALUATOR'S NOTE

Has the Offeror offered any value-added functionality, products, services, or upgrades as part of the proposal that demonstrates added value?

EVALUATOR'S NOTES

Has the offeror demonstrated a thorough understanding of the purpose and scope of the project?EVALUATOR'S NOTES

How is the fit before cleaned? After cleaned?EVALUATOR'S NOTES

Page 101 of 116

Enough Material in seam for alterations?EVALUATOR'S NOTES

How is the fit?EVALUATOR'S NOTES

How is the comfort?EVALUATOR'S NOTES

How is it for wrinkling?EVALUATOR'S NOTES

How is it for showing water spots?EVALUATOR'S NOTES

EVALUATOR'S POINT TOTAL WEAR TEST –CLIMATE CONTROLLED30 POINTS MAX

POINTS

COMMENTS:

Page 102 of 116

ATTACHMENT SEVEN

MILITARY-STYLE CUSTOM MADE UNIFORM CONTRACTNORTH DAKOTA HIGHWAY PATROL

The parties to this contract (Contract) are the state of North Dakota, acting through its North Dakota Highway Patrol (STATE), and _________________________________________having its principal place of business at __________________________________________________ (CONTRACTOR);

1. SCOPE OF WORKCONTRACTOR, in exchange for the compensation paid by STATE under this Contract, shall provide the following services:

Military-Style Custom-Made Uniforms to include Class A short sleeve and long sleeve shirts, Class A trouser(s), Class B trouser, Dress Blouse, Honor Guard Tunic, Honor Guard trouser and ties. These will be supplied according to the Scope of Work from proposal RFP-504-19-02, which will be attached to this contract.

2. COMPENSATIONa. Contractual Amount

STATE shall pay for the accepted services provided by CONTRACTOR under this Contract an amount not to exceed amounts on attach cost breakdown. (Contractual Amount).

The Contractual Amount is firm for the duration of the Contract and constitutes the entire compensation due CONTRACTOR for performance of its obligations under this Contract, unless amended, regardless of the difficulty, materials or equipment required, including fees, licenses, overhead, profit and all other direct and indirect costs incurred by CONTRACTOR, except as provided by an amendment to this Contract.

b. Payment 1) Payment made in accordance with this Compensation section shall constitute payment in

full for the services and work performed and the deliverables and work(s) provided under this Contract and CONTRACTOR shall not receive any additional compensation hereunder.

2) STATE shall make payment under this Contract within forty five (45) calendar days after receipt of a correct invoice.

3) Payment of an invoice by STATE will not prejudice STATE’s right to object to or question that or any other invoice or matter in relation thereto. CONTRACTOR's invoice will be subject to reduction for amounts included in any invoice or payment made which are determined by STATE, on the basis of audits conducted in accordance with the terms of this Contract, not to constitute allowable costs. At STATE’s sole discretion, all payments shall be subject to reduction for amounts equal to prior overpayments to CONTRACTOR.

4) For any amounts that are or will become due and payable to STATE by CONTRACTOR, STATE reserves the right to deduct the amount owed from payments that are or will become due and payable to CONTRACTOR under this Contract.

c. Travel CONTRACTOR acknowledges travel costs are covered by the Contractual Amount and shall not invoice STATE for travel costs.

Page 103 of 116

d. Prepayment STATE will not make any advance payments before performance by CONTRACTOR under this Contract.

e. Payment of Taxes by STATE STATE is not responsible for and will not pay local, state, or federal taxes. STATE sales tax exemption number is E 2001. STATE will furnish certificates of exemption upon request by the CONTRACTOR.

f. Taxpayer ID CONTRACTOR’S federal employer ID number is: ____________.

g. Purchasing Card STATE may make a payment using a government credit card. CONTRACTOR will accept a government credit card without passing the processing fees for the government credit card back to STATE.

3. TERM OF CONTRACTThis Contract begins on October 1, 2019 or its effective date, and ends on September 30, 2021.

a. No Automatic Renewal This Contract will not automatically renew.

b. Extension Option STATE reserves the right to extend the Contract for an additional period of time, not to exceed three months, beyond the current termination date of the Contract.

c. Renewal Option STATE may renew this Contract upon satisfactory completion of the initial Contract term. STATE reserves the right to execute up to three options to renew this Contract under the same terms and conditions for a period of twenty-four months each; with inflation increases according to those percentages included in proposal RFP-504-19-02.

d. Renegotiation Option In view of the fact that it is unknown how long the products and services will be employed by STATE and that STATE will require ongoing maintenance and support of the products for as long as the system is operational, therefore after completion of the initial term of the Contract including any extensions and renewals, STATE and CONTRACTOR may renegotiate the Contract upon mutual agreement of the parties.

4. TERMINATION a. Termination by Mutual Agreement

This Contract may be terminated by mutual consent of both parties executed in writing.

Page 104 of 116

b. Early Termination in the Public Interest STATE is entering into this Contract for the purpose of carrying out the public policy of the State of the North Dakota, as determined by its Governor, Legislative Assembly and Courts. If this Contract ceases to further the public policy of the State of North Dakota, STATE, in its sole discretion, by written notice to the CONTRACTOR, may terminate this Contract in whole or in part.

c. Termination for Lack of Funding or Authority STATE by written notice to CONTRACTOR, may terminate the whole or any part of this Contract under any of the following conditions:

1) If funding from federal, state, or other sources is not obtained and continued at levels sufficient to allow for purchase of the services or supplies in the indicated quantities or term.

2) If federal or state laws or rules are modified or interpreted in a way that the services are no longer allowable or appropriate for purchase under this Contract or are no longer eligible for the funding proposed for payments authorized by this Contract.

3) If any license, permit, or certificate required by law or rule, or by the terms of this Contract, is for any reason denied, revoked, suspended, or not renewed.

Termination of this Contract under this subsection is without prejudice to any obligations or liabilities of either party already accrued prior to termination.

d. Termination for Cause STATE may terminate this Contract effective upon delivery of written notice to CONTRACTOR, or any later date stated in the notice:

1) If CONTRACTOR fails to provide services required by this Contract within the time specified or any extension agreed to by STATE; or

2) If CONTRACTOR fails to perform any of the other provisions of this Contract, or so fails to pursue the work as to endanger performance of this Contract in accordance with its terms.

The rights and remedies of STATE provided in this subsection are not exclusive and are in addition to any other rights and remedies provided by law or under this Contract.

5. FORCE MAJEURENeither party shall be held responsible for delay or default caused by fire, riot, terrorism, acts of God or war if the event is beyond the party’s reasonable control and the affected party gives notice to the other party promptly upon occurrence of the event causing the delay or default or that is reasonably expected to cause a delay or default.

Page 105 of 116

6. INDEMNIFICATIONThe State and Contractor each agrees to assume its own liability for any and all claims of any nature including all costs, expenses and attorneys' fees which may in any manner result from or arise out of this agreement.

7. INSURANCEContractor shall secure and keep in force during the term of this agreement, from insurance companies, government self-insurance pools or government self-retention funds, authorized to do business in North Dakota, the following insurance coverages:

1) Commercial general liability, including premises or operations, contractual, and products or completed operations coverages (if applicable), with minimum liability limits of $1,000,000 per occurrence.

2) Professional errors and omissions with minimum limits of $1,000,000 per claim and in the aggregate, Contractor shall continuously maintain such coverage during the contact period and for three years thereafter. In the event of a change or cancellation of coverage, Contractor shall purchase an extended reporting period to meet the time periods required in this section.

3) Automobile liability, including Owned (if any), Hired, and Non-Owned automobiles, with minimum liability limits of $250,000 per person and $1,000,000 per occurrence.

4) Workers compensation coverage meeting all statutory requirements.

The insurance coverages listed above must meet the following additional requirements:

1) This insurance may be in policy or policies of insurance, primary and excess, including the so-called umbrella or catastrophe form and must be placed with insurers rated “A-” or better by A.M. Best Company, Inc., provided any excess policy follows form for coverage. Less than an “A-” rating must be approved by the State. The policies shall be in form and terms approved by the State.

2) The Contractor shall furnish a certificate of insurance to the undersigned State representative prior to commencement of this agreement.

3) Failure to provide insurance as required in this agreement is a material breach of contract entitling State to terminate this agreement immediately.

4) Contractor shall provide at least 30 day notice of any cancellation or material change to the policies or endorsements. An updated, current certificate of insurance shall be provided in the event of any change to a policy.

8. WORKS FOR HIRECONTRACTOR acknowledges that all work(s) under this Contract is "work(s) for hire" within the meaning of the United States Copyright Act (Title 17 United States Code) and hereby assigns to STATE all rights and interests CONTRACTOR may have in the work(s) it prepares under this Contract, including any right to derivative use of the work(s). All software and related materials developed by CONTRACTOR in performance of this Contract for STATE shall be the sole property of STATE, and CONTRACTOR hereby assigns and transfers all its right, title, and interest therein to STATE. CONTRACTOR shall execute all necessary documents to enable STATE to protect STATE’s intellectual property rights under this section.

Page 106 of 116

9. WORK PRODUCTAll work product, equipment or materials created for STATE or purchased by STATE under this Contract belong to STATE and must be immediately delivered to STATE at STATE'S request upon termination of this Contract.

10.NOTICEAll notices or other communications required under this Contract must be given by registered or certified mail and are complete on the date mailed when addressed to the parties at the following addresses:

STATE CONTRACTORDeAnn Steckler NameProcurement Coordinator Title601 Channel Drive AddressBismarck, ND 58501 City, State, Zip

Notice provided under this provision does not meet the notice requirements for monetary claims against the State found at N.D.C.C. § 32-12.2-04.

11.CONFIDENTIALITYCONTRACTOR shall not use or disclose any information it receives from STATE under this Contract that STATE has previously identified as confidential or exempt from mandatory public disclosure except as necessary to carry out the purposes of this Contract or as authorized in advance by STATE. STATE shall not disclose any information it receives from CONTRACTOR that CONTRACTOR has previously identified as confidential and that STATE determines in its sole discretion is protected from mandatory public disclosure under a specific exception to the North Dakota public records law, N.D.C.C. ch. 44-04. The duty of STATE and CONTRACTOR to maintain confidentiality of information under this section continues beyond the term of this Contract.

12.COMPLIANCE WITH PUBLIC RECORDS LAWSCONTRACTOR understands that, STATE must disclose to the public upon request any records it receives from CONTRACTOR. CONTRACTOR further understands that any records obtained or generated by CONTRACTOR under this Contract, except for records that are confidential under this Contract, may, under certain circumstances, be open to the public upon request under the North Dakota public records law. CONTRACTOR agrees to contact STATE promptly upon receiving a request for information under the public records law and to comply with STATE’s instructions on how to respond to the request.

13.INDEPENDENT ENTITYCONTRACTOR is an independent entity under this Contract and is not a STATE employee for any purpose, including the application of the Social Security Act, the Fair Labor Standards Act, the Federal Insurance Contribution Act, the North Dakota Unemployment Compensation Law and the North Dakota Workforce Safety and Insurance Act. CONTRACTOR retains sole and absolute discretion in the

Page 107 of 116

manner and means of carrying out CONTRACTOR’S activities and responsibilities under this Contract, except to the extent specified in this Contract.

14.ASSIGNMENT AND SUBCONTRACTSCONTRACTOR may not assign or otherwise transfer or delegate any right or duty without STATE’S express written consent. However, CONTRACTOR may enter into subcontracts provided that any subcontract acknowledges the binding nature of this Contract and incorporates this Contract, including any attachments. CONTRACTOR is solely responsible for the performance of any subcontractor with whom CONTRACTOR contracts. CONTRACTOR does not have authority to contract for or incur obligations on behalf of STATE.

15.SPOLIATION – PRESERVATION OF EVIDENCECONTRACTOR shall promptly notify STATE of all potential claims that arise or result from this Contract. CONTRACTOR shall also take all reasonable steps to preserve all physical evidence and information that may be relevant to the circumstances surrounding a potential claim, while maintaining public safety, and grants to STATE the opportunity to review and inspect the evidence, including the scene of an accident.

16.MERGER AND MODIFICATION, CONFLICT IN DOCUMENTSThis Contract, including the following documents, constitutes the entire agreement between the parties. There are no understandings, agreements, or representations, oral or written, not specified within this Contract. This Contract may not be modified, supplemented or amended, in any manner, except by written agreement signed by both parties.

Notwithstanding anything herein to the contrary, in the event of any inconsistency or conflict among the documents making up this Contract, the documents must control in this order of precedence:

a. The terms of this Contract as may be amended;b. STATE’s Solicitation Amendment #1 to Request for Proposal (“RFP”) number RFP-504-19-01

dated _______________________;c. STATE’s Request for Proposal (“RFP”) number RFP-504-19-02, dated February 12, 2019;d. CONTRACTOR’s proposal dated ____________ in response to RFP number RFP-504-19-02.e. All terms and conditions contained in any automated end-user agreements (e.g., click-throughs,

shrink wrap, or browse wrap) are specifically excluded and null and void, and shall not alter the terms of this Contract.

17.SEVERABILITYIf any term of this Contract is declared by a court having jurisdiction to be illegal or unenforceable, the validity of the remaining terms is unaffected and, if possible, the rights and obligations of the parties are to be construed and enforced as if the Contract did not contain that term.

18.APPLICABLE LAW AND VENUEThis Contract is governed by and construed in accordance with the laws of the State of North Dakota. Any action to enforce this Contract must be adjudicated exclusively in the state District Court of Burleigh County, North Dakota. Each party consents to the exclusive jurisdiction of such court and waives any claim of lack of jurisdiction or forum non conveniens.

Page 108 of 116

19.ALTERNATIVE DISPUTE RESOLUTION – JURY TRIALSTATE does not agree to any form of binding arbitration, mediation, or other forms of mandatory alternative dispute resolution. The parties have the right to enforce their rights and remedies in judicial proceedings. STATE does not waive any right to a jury trial.

20.ATTORNEY FEESIn the event a lawsuit is instituted by STATE to obtain performance due under this Contract, and STATE is the prevailing party, CONTRACTOR shall, except when prohibited by N.D.C.C. § 28-26-04, pay STATE’S reasonable attorney fees and costs in connection with the lawsuit.

21.NONDISCRIMINATION AND COMPLIANCE WITH LAWSCONTRACTOR agrees to comply with all laws, rules, and policies, including those relating to nondiscrimination, accessibility and civil rights. CONTRACTOR agrees to timely file all required reports, make required payroll deductions, and timely pay all taxes and premiums owed, including sales and use taxes, unemployment compensation and workers' compensation premiums. CONTRACTOR shall have and keep current at all times during the term of this Contract all licenses and permits required by law.

22.STATE AUDITAll records, regardless of physical form, and the accounting practices and procedures of CONTRACTOR relevant to this Contract are subject to examination by the North Dakota State Auditor, the Auditor’s designee, or Federal auditors, if required. CONTRACTOR shall maintain all of these records for at least three (3) years following completion of this Contract and be able to provide them at any reasonable time. STATE, State Auditor, or Auditor’s designee shall provide reasonable notice to CONTRACTOR prior to conducting examination.

23.EFFECTIVENESS OF CONTRACTThis Contract is not effective until fully executed by both parties. If no start date is specified in the Term of Contract, the most recent date of the signatures of the parties shall be deemed the Effective Date.

CONTRACTOR STATE OF NORTH DAKOTAActing through its North Dakota Highway Patrol

BY: BY:

Colonel Brandon SolbergSuperintendent

Date: Date:

Page 109 of 116

ATTACHMENT SEVENMILITARY-STYLE CLIMATE-CONTROLLED UNIFORM CONTRACT

NORTH DAKOTA HIGHWAY PATROL

The parties to this contract (Contract) are the state of North Dakota, acting through its North Dakota Highway Patrol (STATE), and _________________________________________having its principal place of business at __________________________________________________ (CONTRACTOR);

1. SCOPE OF WORKCONTRACTOR, in exchange for the compensation paid by STATE under this Contract, shall provide the following services:

Military-Style Climate-Controlled Uniforms to include long sleeve and short sleeve climate control and moisture wicking shirts. These will be supplied according to the Scope of Work from proposal RFP-504-19-02, which will be attached to this contract.

2. COMPENSATIONe. Contractual Amount

STATE shall pay for the accepted services provided by CONTRACTOR under this Contract an amount not to exceed amounts on attach cost breakdown. (Contractual Amount).

The Contractual Amount is firm for the duration of the Contract and constitutes the entire compensation due CONTRACTOR for performance of its obligations under this Contract, unless amended, regardless of the difficulty, materials or equipment required, including fees, licenses, overhead, profit and all other direct and indirect costs incurred by CONTRACTOR, except as provided by an amendment to this Contract.

f. Payment 1) Payment made in accordance with this Compensation section shall constitute payment in

full for the services and work performed and the deliverables and work(s) provided under this Contract and CONTRACTOR shall not receive any additional compensation hereunder.

2) STATE shall make payment under this Contract within forty five (45) calendar days after receipt of a correct invoice.

3) Payment of an invoice by STATE will not prejudice STATE’s right to object to or question that or any other invoice or matter in relation thereto. CONTRACTOR's invoice will be subject to reduction for amounts included in any invoice or payment made which are determined by STATE, on the basis of audits conducted in accordance with the terms of this Contract, not to constitute allowable costs. At STATE’s sole discretion, all payments shall be subject to reduction for amounts equal to prior overpayments to CONTRACTOR.

4) For any amounts that are or will become due and payable to STATE by CONTRACTOR, STATE reserves the right to deduct the amount owed from payments that are or will become due and payable to CONTRACTOR under this Contract.

g. Travel CONTRACTOR acknowledges travel costs are covered by the Contractual Amount and shall not invoice STATE for travel costs.

Page 110 of 116

h. Prepayment STATE will not make any advance payments before performance by CONTRACTOR under this Contract.

i. Payment of Taxes by STATE STATE is not responsible for and will not pay local, state, or federal taxes. STATE sales tax exemption number is E 2001. STATE will furnish certificates of exemption upon request by the CONTRACTOR.

j. Taxpayer ID CONTRACTOR’S federal employer ID number is: ____________.

k. Purchasing Card STATE may make a payment using a government credit card. CONTRACTOR will accept a government credit card without passing the processing fees for the government credit card back to STATE.

3. TERM OF CONTRACTThis Contract begins on October 1, 2019 or its effective date and ends on September 30, 2021.

l. No Automatic Renewal This Contract will not automatically renew.

m. Extension Option STATE reserves the right to extend the Contract for an additional period of time, not to exceed three months, beyond the current termination date of the Contract.

n. Renewal Option STATE may renew this Contract upon satisfactory completion of the initial Contract term. STATE reserves the right to execute up to three options to renew this Contract under the same terms and conditions for a period of twenty-four months each; with inflation increases according to those percentages included in proposal RFP-504-19-02.

o. Renegotiation Option In view of the fact that it is unknown how long the products and services will be employed by STATE and that STATE will require ongoing maintenance and support of the products for as long as the system is operational, therefore after completion of the initial term of the Contract including any extensions and renewals, STATE and CONTRACTOR may renegotiate the Contract upon mutual agreement of the parties.

4. TERMINATION e. Termination by Mutual Agreement

This Contract may be terminated by mutual consent of both parties executed in writing.

Page 111 of 116

f. Early Termination in the Public Interest STATE is entering into this Contract for the purpose of carrying out the public policy of the State of the North Dakota, as determined by its Governor, Legislative Assembly and Courts. If this Contract ceases to further the public policy of the State of North Dakota, STATE, in its sole discretion, by written notice to the CONTRACTOR, may terminate this Contract in whole or in part.

g. Termination for Lack of Funding or Authority STATE by written notice to CONTRACTOR, may terminate the whole or any part of this Contract under any of the following conditions:

4) If funding from federal, state, or other sources is not obtained and continued at levels sufficient to allow for purchase of the services or supplies in the indicated quantities or term.

5) If federal or state laws or rules are modified or interpreted in a way that the services are no longer allowable or appropriate for purchase under this Contract or are no longer eligible for the funding proposed for payments authorized by this Contract.

6) If any license, permit, or certificate required by law or rule, or by the terms of this Contract, is for any reason denied, revoked, suspended, or not renewed.

Termination of this Contract under this subsection is without prejudice to any obligations or liabilities of either party already accrued prior to termination.

h. Termination for Cause STATE may terminate this Contract effective upon delivery of written notice to CONTRACTOR, or any later date stated in the notice:

3) If CONTRACTOR fails to provide services required by this Contract within the time specified or any extension agreed to by STATE; or

4) If CONTRACTOR fails to perform any of the other provisions of this Contract, or so fails to pursue the work as to endanger performance of this Contract in accordance with its terms.

The rights and remedies of STATE provided in this subsection are not exclusive and are in addition to any other rights and remedies provided by law or under this Contract.

5. FORCE MAJEURENeither party shall be held responsible for delay or default caused by fire, riot, terrorism, acts of God or war if the event is beyond the party’s reasonable control and the affected party gives notice to the other party promptly upon occurrence of the event causing the delay or default or that is reasonably expected to cause a delay or default.

Page 112 of 116

6. INDEMNIFICATIONThe State and Contractor each agrees to assume its own liability for any and all claims of any nature including all costs, expenses and attorneys' fees which may in any manner result from or arise out of this agreement.

7. INSURANCEContractor shall secure and keep in force during the term of this agreement, from insurance companies, government self-insurance pools or government self-retention funds, authorized to do business in North Dakota, the following insurance coverages:

1) Commercial general liability, including premises or operations, contractual, and products or completed operations coverages (if applicable), with minimum liability limits of $1,000,000 per occurrence.

2) Professional errors and omissions with minimum limits of $1,000,000 per claim and in the aggregate, Contractor shall continuously maintain such coverage during the contact period and for three years thereafter. In the event of a change or cancellation of coverage, Contractor shall purchase an extended reporting period to meet the time periods required in this section.

3) Automobile liability, including Owned (if any), Hired, and Non-Owned automobiles, with minimum liability limits of $250,000 per person and $1,000,000 per occurrence.

4) Workers compensation coverage meeting all statutory requirements.

The insurance coverages listed above must meet the following additional requirements:

1) This insurance may be in policy or policies of insurance, primary and excess, including the so-called umbrella or catastrophe form and must be placed with insurers rated “A-” or better by A.M. Best Company, Inc., provided any excess policy follows form for coverage. Less than an “A-” rating must be approved by the State. The policies shall be in form and terms approved by the State.

2) The Contractor shall furnish a certificate of insurance to the undersigned State representative prior to commencement of this agreement.

3) Failure to provide insurance as required in this agreement is a material breach of contract entitling State to terminate this agreement immediately.

4) Contractor shall provide at least 30 day notice of any cancellation or material change to the policies or endorsements. An updated, current certificate of insurance shall be provided in the event of any change to a policy.

8. WORKS FOR HIRECONTRACTOR acknowledges that all work(s) under this Contract is "work(s) for hire" within the meaning of the United States Copyright Act (Title 17 United States Code) and hereby assigns to STATE all rights and interests CONTRACTOR may have in the work(s) it prepares under this Contract, including any right to derivative use of the work(s). All software and related materials developed by CONTRACTOR in performance of this Contract for STATE shall be the sole property of STATE, and CONTRACTOR hereby assigns and transfers all its right, title, and interest therein to STATE. CONTRACTOR shall execute all necessary documents to enable STATE to protect STATE’s intellectual property rights under this section.

Page 113 of 116

9. WORK PRODUCTAll work product, equipment or materials created for STATE or purchased by STATE under this Contract belong to STATE and must be immediately delivered to STATE at STATE'S request upon termination of this Contract.

10.NOTICEAll notices or other communications required under this Contract must be given by registered or certified mail and are complete on the date mailed when addressed to the parties at the following addresses:

STATE CONTRACTORDeAnn Steckler NameProcurement Coordinator Title601 Channel Drive AddressBismarck, ND 58501 City, State, Zip

Notice provided under this provision does not meet the notice requirements for monetary claims against the State found at N.D.C.C. § 32-12.2-04.

11.CONFIDENTIALITYCONTRACTOR shall not use or disclose any information it receives from STATE under this Contract that STATE has previously identified as confidential or exempt from mandatory public disclosure except as necessary to carry out the purposes of this Contract or as authorized in advance by STATE. STATE shall not disclose any information it receives from CONTRACTOR that CONTRACTOR has previously identified as confidential and that STATE determines in its sole discretion is protected from mandatory public disclosure under a specific exception to the North Dakota public records law, N.D.C.C. ch. 44-04. The duty of STATE and CONTRACTOR to maintain confidentiality of information under this section continues beyond the term of this Contract.

12.COMPLIANCE WITH PUBLIC RECORDS LAWSCONTRACTOR understands that, STATE must disclose to the public upon request any records it receives from CONTRACTOR. CONTRACTOR further understands that any records obtained or generated by CONTRACTOR under this Contract, except for records that are confidential under this Contract, may, under certain circumstances, be open to the public upon request under the North Dakota public records law. CONTRACTOR agrees to contact STATE promptly upon receiving a request for information under the public records law and to comply with STATE’s instructions on how to respond to the request.

13.INDEPENDENT ENTITYCONTRACTOR is an independent entity under this Contract and is not a STATE employee for any purpose, including the application of the Social Security Act, the Fair Labor Standards Act, the Federal Insurance Contribution Act, the North Dakota Unemployment Compensation Law and the North Dakota Workforce Safety and Insurance Act. CONTRACTOR retains sole and absolute discretion in the

Page 114 of 116

manner and means of carrying out CONTRACTOR’S activities and responsibilities under this Contract, except to the extent specified in this Contract.

14.ASSIGNMENT AND SUBCONTRACTSCONTRACTOR may not assign or otherwise transfer or delegate any right or duty without STATE’S express written consent. However, CONTRACTOR may enter into subcontracts provided that any subcontract acknowledges the binding nature of this Contract and incorporates this Contract, including any attachments. CONTRACTOR is solely responsible for the performance of any subcontractor with whom CONTRACTOR contracts. CONTRACTOR does not have authority to contract for or incur obligations on behalf of STATE.

15.SPOLIATION – PRESERVATION OF EVIDENCECONTRACTOR shall promptly notify STATE of all potential claims that arise or result from this Contract. CONTRACTOR shall also take all reasonable steps to preserve all physical evidence and information that may be relevant to the circumstances surrounding a potential claim, while maintaining public safety, and grants to STATE the opportunity to review and inspect the evidence, including the scene of an accident.

16.MERGER AND MODIFICATION, CONFLICT IN DOCUMENTSThis Contract, including the following documents, constitutes the entire agreement between the parties. There are no understandings, agreements, or representations, oral or written, not specified within this Contract. This Contract may not be modified, supplemented or amended, in any manner, except by written agreement signed by both parties.

Notwithstanding anything herein to the contrary, in the event of any inconsistency or conflict among the documents making up this Contract, the documents must control in this order of precedence:

a. The terms of this Contract as may be amended;b. STATE’s Solicitation Amendment #1 to Request for Proposal (“RFP”) number RFP-504-19-02

dated _________________;c. STATE’s Request for Proposal (“RFP”) number RFP-504-19-02, dated February 12, 2019;d. CONTRACTOR’s proposal dated ____________ in response to RFP number RFP-504-19-02.e. All terms and conditions contained in any automated end-user agreements (e.g., click-throughs,

shrink wrap, or browse wrap) are specifically excluded and null and void, and shall not alter the terms of this Contract.

17.SEVERABILITYIf any term of this Contract is declared by a court having jurisdiction to be illegal or unenforceable, the validity of the remaining terms is unaffected and, if possible, the rights and obligations of the parties are to be construed and enforced as if the Contract did not contain that term.

18.APPLICABLE LAW AND VENUEThis Contract is governed by and construed in accordance with the laws of the State of North Dakota. Any action to enforce this Contract must be adjudicated exclusively in the state District Court of Burleigh County, North Dakota. Each party consents to the exclusive jurisdiction of such court and waives any claim of lack of jurisdiction or forum non conveniens.

Page 115 of 116

19.ALTERNATIVE DISPUTE RESOLUTION – JURY TRIALSTATE does not agree to any form of binding arbitration, mediation, or other forms of mandatory alternative dispute resolution. The parties have the right to enforce their rights and remedies in judicial proceedings. STATE does not waive any right to a jury trial.

20.ATTORNEY FEESIn the event a lawsuit is instituted by STATE to obtain performance due under this Contract, and STATE is the prevailing party, CONTRACTOR shall, except when prohibited by N.D.C.C. § 28-26-04, pay STATE’S reasonable attorney fees and costs in connection with the lawsuit.

21.NONDISCRIMINATION AND COMPLIANCE WITH LAWSCONTRACTOR agrees to comply with all laws, rules, and policies, including those relating to nondiscrimination, accessibility and civil rights. CONTRACTOR agrees to timely file all required reports, make required payroll deductions, and timely pay all taxes and premiums owed, including sales and use taxes, unemployment compensation and workers' compensation premiums. CONTRACTOR shall have and keep current at all times during the term of this Contract all licenses and permits required by law.

22.STATE AUDITAll records, regardless of physical form, and the accounting practices and procedures of CONTRACTOR relevant to this Contract are subject to examination by the North Dakota State Auditor, the Auditor’s designee, or Federal auditors, if required. CONTRACTOR shall maintain all of these records for at least three (3) years following completion of this Contract and be able to provide them at any reasonable time. STATE, State Auditor, or Auditor’s designee shall provide reasonable notice to CONTRACTOR prior to conducting examination.

23.EFFECTIVENESS OF CONTRACTThis Contract is not effective until fully executed by both parties. If no start date is specified in the Term of Contract, the most recent date of the signatures of the parties shall be deemed the Effective Date.

CONTRACTOR STATE OF NORTH DAKOTAActing through its North Dakota Highway Patrol

BY: BY:

Colonel Brandon SolbergSuperintendent

Date: Date:

Page 116 of 116