HomeMy WebLinkAboutOshkosh Fire and Police/Tactical Uniforms ""1 eo lk l
CONTRACTOR AGREEMENT- 5. 11 TACT/CAL SERIES UNIFORMS
FOR THE CITY OF OSHKOSH FIRE DEPARTMENT
THIS AGREEMENT, made on the 11TH OF MARCH 2014, by and between the CITY OF
OSHKOSH, party of the first part, hereinafter referred to as CITY, and OSHKOSH FIRE
AND POLICE, 175 INDIAN POINT ROAD, OSHKOSH WI 54901 hereinafter referred to as
the CONTRACTOR,
WITNESSETH:
That the City and the Contractor, for the consideration hereinafter named, enter into
the following Agreement. The CITY'S Bid Specifications and Insurance requirements are
attached hereto and incorporated into this Agreement. The Contractor's proposal is also
attached hereto and reflects the agreement of the parties except where it conflicts with the
CITY'S terms within this agreement, in which case the CITY'S Bid Specifications,
Insurance requirements, and other terms of this agreement shall prevail.
ARTICLE I. PROJECT MANAGER
A. Assignment of Project Manager. The Contractor shall assign the following
individual to manage the project described in this contract:
(DARREN MOXON, OSHKOSH POLICE AND FIRE)
B. Changes in Project Manager. The City shall have the right to approve or
disapprove of any proposed change from the individual named above as Project
Manager. The City shall be provided with a resume or other information for any
proposed substitute and shall be given the opportunity to interview that person prior to
any proposed change.
ARTICLE II. CITY REPRESENTATIVE
The City shall assign the following individual to manage the project described in this
contract:
(JON FENRICH, BATTALION CHIEF OSHKOSH FIRE DEPARTMENT)
ARTICLE III. SCOPE OF WORK
The Contractor shall provide services described in the CITY'S Specifications dated
FEBRUARY 5, 2014, referred to as the "Invitation for Bid" for 5. 11 TACTICAL SERIES
UNIFORMS FOR THE CITY OF OSHKOSH FIRE DEPARTMENT (THIS ATTACHED
AS EXHIBIT A)
1
In the Presence of: CONTRACTOR /CONSULTANT
By: Ade
cAVe ,1 i f•Z‘.....1
(Seal of Contractor (Specify Title) /
if a Corporation.)
By:
(Specify Title)
CITY OF OSHKOSH
4/1//' BY: ` '�-. AWE s!�
0,t/( c 2 L_ Mark A. Rohloff, City Manager
(Witness) -- -
4it t _. a26/_,Z
And Ng 1_, k_ _IL_ -. 0
(Witness) Pamela R. Ubrig, City ' lerk
APPROVED: I hereby certify that the necessary
• provisions have been made to
�4 � ��-� ` pay the liability which will accrue
,ur,ir. . w under this contract.
City it - ney
City Com Ileri 4;SA: '
4
EXHIBIT A
5
Cxh`ihiL, A
City of Oshkosh, Wisconsin
Invitation for Bid
For
5.11 TACTICAL SERIES UNIFORMS
FOR THE CITY OF OSHKOSH FIRE DEPARTMENT
February 5, 2014
City of Oshkosh
P.O. Box 1130
Oshkosh, Wisconsin 54903-1130
www.ci.oshkosh.wi.us
CITY OF OSHKOSH PURCHASING DIVISION
NOTICE TO VENDORS
1. NOTICE IS HEREBY GIVEN that bids will be received in the City Clerk's office, Room 104,
City Hall, Oshkosh, Wisconsin, for: 5.11 TACTICAL SERIES UNIFORMS FOR THE
CITY OF OSHKOSH FIRE DEPARTMENT, 10:00 AM WEDNESDAY FEBRUARY
19,2014 at which time and place all bids will be publicly opened and read in Room 306 of City
Hall.
2. It is the bidder's sole responsibility to insure that the bid is timely and received by the
Purchasing Division prior to the deadline set forth in this notice. Receipt of bid by the mail
system or other City departments does not constitute receipt of a bid by the Purchasing
Division. •
3. All bids must be submitted in an envelope sealed by the bidder or designated representative.
All bids should be addressed to the City Manager, c/o City Clerk's Office, City Hall, 215
Church Avenue, P.O. Box 1130, Oshkosh WI 54903-1130. On the outside of the envelope, the
bidder should distinctly indicate the name and address of the bidder and in the lower left corner
should clearly indicate the envelope contains a sealed bid for: "5.11 TACTICAL SERIES
UNIFORMS." Bids not complying with these instructions will not be considered submitted to
the City, and shall be returned to the bidder unopened and unread.
4. Submission of bid documents by facsimile equipment or electronic mail (email) will not be
accepted.
5. This notice establishes a time by which bids must be received by the Purchasing Division. No
bids will be accepted after that deadline.
6. The City is not responsible for bids submitted in any other way except those submitted in strict
conformance with these instructions.
7. A written request for the withdrawal of a bid or any part thereof may be granted if the request
is received by the City prior to the specified bid deadline.
8. All bids shall be binding for thirty-five (35) calendar days following the bid deadline date,
unless the bidder(s),upon request of the General Services Manager, agrees to an extension.
9. If applicable, bidder must comply with all necessary insurance requirements, bid bond and/or
performance bond as required of the project and as noted in the City of Oshkosh Insurance
Requirements.
2
10. The City reserves the right to reject any and all bids and to waive any informality in the bids.
11. For specifications and further information concerning this invitation for bid contact Jon Urben,
General Services Manager, email: jurben @ci.oshkosh.wi.us or telephone (920)236-5100.
Mark A Rohloff, City Manager
3
CITY OF OSHKOSH
STANDARD TERMS AND CONDITIONS
(Request For Bids/Proposals)
1) SPECIFICATIONS: The specifications in this request are the minimum acceptable. When
specific manufacturer and model numbers are used, they are to establish a design, type of
construction, quality, functional capability and/or performance level desired. When alternates
are bid/proposed, they must be identified by manufacturer, stock number, and such other
information necessary to establish equivalency. The City of Oshkosh shall be the sole judge of
equivalency. Bidders/proposers are cautioned to avoid bidding alternates to the specifications
which may result in rejection of their bid/proposal.
2) DEVIATIONS AND EXCEPTIONS: The bid/proposal shall be accepted as in strict
compliance with all terms, conditions, and specifications and the bidders/proposers shall be held
liable. Specific product types or manufacturers identified in specifications shall be interpreted to
require bidding of those exact types and manufacturers. Specifications which allow for
bids/quotes with "equal" materials must be fully supported with technical data, test results, or
other pertinent information as evidence that the substitute offered is a sufficient alternate to the
specification requirement. Failure to provide product information will result in disqualification
of such requests.
3) QUANTITIES: The quantities shown on this request are based on estimated needs. The city
reserves the right to increase or decrease quantities to meet actual needs.
4) DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless
otherwise specified.
5) ACCEPTANCE-REJECTION: The City of Oshkosh reserves the right to accept or reject any
or all bids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any
part of a bid/proposal as deemed to be in the best interests of the city. Only proposals which are
made out on the bid/proposal form attached hereto will be considered. All bid/proposals forms
must be completed in full compliance as specified. Failure to complete bid/proposals forms may
result in disqualification and considered non-responsive.
6) ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the
contractor by an authorized agency. No other purchase orders are authorized.
7) GUARANTEED DELIVERY: The contractor shall strictly adhere to delivery schedules as
specified by the City and to promptly replace rejected or defective materials. The City retains
4
the right to procure materials on its own when the Contractor's materials are not delivered, or
replaced if necessary, according to the City's schedule. Contractor's failure to deliver, or replace
when applicable, materials as required shall result in the contractor's liability for all costs in
excess of the contract price when the City is required to procure materials necessary due to
Contractor's failure to act. The City's excess costs shall also include the administrative costs.
8) ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or
order awarded as a result of this request except where special requirements are stated elsewhere
in the request; in such cases, the special requirements shall apply. Further, the written contract
and/or order with referenced parts and attachments shall constitute the entire agreement and no
other terms and conditions in any document, acceptance, or acknowledgment shall be effective
or binding unless expressly agreed to in writing by the contracting authority.
9) APPLICABLE LAW: This Contract shall be governed under the laws of the State of
Wisconsin, and all disputes shall be resolved in the state or federal court jurisdiction within
which Oshkosh, Wisconsin is located. The contractor shall at all times comply with and observe
all federal and state laws, local laws, ordinances, and regulations which are in effect during the
period of this contract and which in any manner affect the work or its conduct. The City of
Oshkosh reserves the right to cancel any contract with a federally debarred contractor or a
contractor which is presently identified on the list of parties excluded from federal procurement
and non-procurement contracts.
10) SAFETY REQUIREMENTS: Contractor must follow all applicable federal, state and local
standards.
11) SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a
hazardous chemical, as defined under 29CFR 1910.1200, provide one (1) copy of a Material
Safety Data Sheet for each item with the shipped container(s).
12) PUBLIC RECORDS ACCESS: It is the intention of the City of Oshkosh to maintain an
open and public process in the solicitation, submission, review and approval of procurement
activities. Bid/proposal documents and openings are public records and therefore subject to
release unless excluded from release by Wisconsin Statutes. Those submitting information to the
City that believe that their information is not subject to release must identify the applicable
statute(s) and describe in detail how the information being submitted applies to the statute cited.
The City's lack of response to assertions related to public records does not indicate any
agreement with those assertions. Public records may not be available for public inspection prior
to the opening of bids/quotes and/or the issuance of the notice of intent to award or the award of
the contract.
13) PRICING: Unit prices shown on the bid/proposal or contract shall be the price per unit of
sale(e.g., gal., cs., doz., ea.) as stated on the request or contract. For any given item, the quantity
multiplied by the unit price shall establish the extended price; the unit price shall govern in the
bid/proposal evaluation and contract administration. If the bid/quote clearly involves the City's
desire to purchase a product or products, then all prices shall exclude any Federal Excise Tax or
State of Wisconsin Sales Tax as the City of Oshkosh is exempt from such taxes and will furnish
5
an exemption certificate, if requested by the successful bidder. If the bid/quote is for the purpose
of completing a project involving both labor and materials, then the Contractor/Consultant, and
not the City, will be purchasing the material directly and the bid/quote must include all material
costs, including without limitation,taxes.
14) WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment
purchased as a result of this request shall be warranted against defects by the bidder/proposer for
one (1) year from date of receipt, or the manufacturer's warranty, whichever is longer. The
equipment manufacturer's standard warranty shall apply as a minimum and must be honored by
the contractor.
3/13
•
6
PROPOSAL/SPECIFICAITONS
UNIFORMS - OSHKOSH FIRE DEPARTMENT
We, the undersign propose to furnish the following clothing, F.O.B. 101 Court Street, Oshkosh,
WI 54901.
1. All clothing: Shall be 5.11 Tactical Series — no substitutes. Vendor to be 5.11
certified and be able to provide support documentation with bid proposal. 5.11
Tactical has the City of Oshkosh's artwork for patches and silk screening. Vendor
must bid on each item listed on proposal.
2. Vendor to indicate prices for uniforms for female Fire Fighters, if different.
Vendor to indicate any price difference for any oversize clothing. Estimated sizes
run small to xxxlg.
3. The initial term of this agreement shall be for one (3) years anticipated to be
March 2014 to March 2016.
4. Upon mutual agreement, the City and the vendor may renew this agreement for
two (2) addition one (1) year time periods. If it is mutually decided to renew
beyond the initial period and the vendor requests a price increase, the vendor shall
provide sufficient written certification and documentation to substantiate the
request. Should the vendor request a price increase the City will be provided such
notice by December 1 of each year. The City of Oshkosh reserves the right to
accept or reject such price increases, to negotiate more favorable terms or to allow
the agreement to terminate without additional cost.
5. For the initial spring 2014 order, the vendor is
responsible to measure and size, onsite, each Oshkosh Fire Fighter for jackets,
pants, and shirts.
6. Vendor is responsible for alterations if special sizing is required.
7. Vendor to give a 60 day notice of price increase to the city. The City will reject
or accept the increase. If rejected the City will rebid items.
8. Insurance Requirements -Nonapplicable
9. Sample of Contractor Agreement
Attachment A is a sample contractor agreement that the successful bidder will be
expected to sign upon award of this project. Bidders do NOT need to submit this
agreement when submitting their bid form.
ITEMS
Shirts Polo — 5.11 Tactical Series #71182 short sleeve polo - 100% cotton. Color: 724-Dark
Navy. Estimated quantity 150 more or less.
Polo shirt is to have Oshkosh Fire Department embroidered patch on left chest and Oshkosh Fire
silkscreen on upper back.
Polo Shirt #71182
2014 150 more or less Each
2015 150 more or less Each
2016 150 more or less Each
Polo Shirt#71182 xxxlg and up
2014 150 more or less Each
•
2015 150 more or less Each
2016 150 more or less Each
Job Shirts — 5.11 Tactical Series #72314 82% cotton 18% polyester color 1/4 Zip Job Shirt.
Color: 720-Fire Navy. Estimated quantity 100 more or less. •
Job shirt is to have Oshkosh Fire Department embroidered patch on left chest and Oshkosh Fire
silkscreen on upper back.
Job Shirt#72314
2014 80 more or less Each
2015 80 more or less Each
2016 80 more or less Each
Job Shirt#72314 xxxlg and up
2014 80 more or less Each
2015 80 more or less Each
2016 80 more or less Each
8
Tee Shirts — 5.11 Tactical Series #40050-720 100% Cottons short sleeve Tee Shirts. Estimated
quantity 200 more or less..
The Tee shirts will have OSHKOSH FIRE silk screened on the back and the Oshkosh Fire Dept
Log silk screened on the left chest.
Job Shirt#40050-720
2014 200 more or less Each
2015 200 more or less Each
2016 200 more or less Each
Job Shirt#40050-720 xxxlg and up
2014 200 more or less Each
2015 200 more or less Each
2016 200 more or less Each
Pants — 5.11 Tactical Series #74398 pant 100% cotton canvas, color: 720-Fire Navy. Estimated
quantity 250 more or less
Pants#74398
2014 250 more or less Each
2015 250 more or less Each
2016 250 more or less Each
Pants#74398 46+
2014 250 more or less Each
2015 250 more or less Each
2016 250 more or less Each
9
Coats 5.11 Tactical Series 3-in-1 Parka. Color: Fire Navy. Estimated quantity 6 more or less.
Oshkosh Fire Department embroidered on left chest, outer shell, and inner fleece liner.
2014 6 more or less Each
2015 6 more or less Each
2016 6 more or less Each
Coats xxxlg and up
2014 6 more or less Each
2015 6 more or less Each
2016 6 more or less Each
10
DELIVERY: Shirts
Pants
Jackets
WARRANTY: Shirts
Pants
Jackets
TERMS:
5.11 Certificate or support document of 5.11 certified dealer(please attach with bid)
NAME OF COMPANY
SUBMITTED BY:
NAME OF INDIVIDUAL SUBMITTING BID
2014
DATE ADDRESS CITY STATE ZIP
( )
TELEPHONE NUMBER
EMAIL OF CONTACT PERSON
11
ATTACHMENT A
SAMPLE OF CONTRACTORS AGREEMENT
12
xx,,,72...4-',4-- ..-= e
't '�r a,,+. s ' �" � h 11``,�,P 2r f' fit, `'' ''.• e3,--,-,,:"=.,".f.....,---0*.. vz..<
,..4...„‘ 4 f r x n. 1 f m wit s a frF - SC
`s n - t s#'' ...,-"4-1-1?''a'` Y --,„-..1,,,,,;,.-.44-„,„}°Y' ,''&'tW. y ie's e+' "3 cf } "".� _
} �- �„Y� ri* "' �- ct !OSHKOSH
t1`4r � 4- �%i�f {. +,. s-r tis+1'4-;.'"*.,> 'fi t ti K • `L
e.,k.
'031-,.'-'-'_.°t'4^ � .: E �. 4 d M j f� 1:;:-."'/;;',4.-r: _ + f{F�.
-x,=,-. F ay. ..*.C-1-4„. "x 3 si''r., Ft,Y1,',-,.;' S n ' .i
yy`", €_ ��..'2'7:'''.1'7,.te • _ s y -'--.,-A,.,'� ' a _ l '�L"�` y .s' y.
a
Tee Shut(station wear short sleeve T#40050)
5.11 Tactical Series 100% cotton dark navy in color
Small-XXXLG
Silk screen on front and back(see photo.)
�. —
Y Nye r n
.q-^.' :'�.f' ,'�? r 3'r r-n a�.,tt q�'"` ��� 4f• t - -
p vx P 1 iL - t 4`.1 W. '
t, 1 ,. ,. -,1 , 29 { { ��' �^" {+--;;Li,
� � R • p KOSH'
.,,,---3.3,-.J.„,--� r",.',-,-A.x'i $-->---.-'-is,. i. IF. ,,, r- tit,. -..cflR
' p
o
f ;
(...-:'-''',..1,6
_
Polo Shirt 724 (mens ss tactical polo jersey#71182)
5,11 Tactical Series 100%cotton dark navy in color
Small-XXXLG
Embroidered patch on left chest silk screened on back(see photo)
Imo,_ _
ia. 34'- 'rs•--k..
,4.;;A+ k- . ',a � , �� * fir`
k.
T � 1t Vj' f n; F t.4x Y i-1, 5 + t Y'o +Ct YY+ ��a � �+ '''',4;4.U'. ]t P
1!1
,.5.4.,,...,.. F1-:.,1-,,,,,,,A,-,T., ...... --;--s..-,.;,,„....:...-+.,- -,, -Job Shirt with short collar 720 (1/4 zip job shirt#72314)
5.11 Tactical series in color
Sinai 82%l-XXXLG cotton dark navy
Embroidered patch on left chest silk screened on back (see photo)
..afr7-'n'Ff:;:7---:;',4.-2-.'-'.--':-.7-'77.---r:77:7'1'-7''''..-J::";;;"7---!''''''''-.4 A1:14.4;.-4=1:4?!.::...:3--
,, T,.. ,.
-�.fir.� "� r s-> - ;
.—W #; Cqs-,.,!:74-
mss , ..
Pants(company pant#74398)
5.11 Tactical series 100% cotton Dark navy 720
All sizes needed
i
f
r r
i#
�, �K'3 .r h :
s 4 -
l j
Parka 3 in 1 (3 in I parka#48001 navy)
Navy in color
All sizes needed
Embroidered patch needed on outer shell and inner liner
I
I
ATTACHMENT A
SAMPLE OF CONTRACTORS AGREEMENT
•
12
CONTRACTOR AGREEMENT- SAMPLE
THIS AGREEMENT, made on the th day of , 20_, by and between
the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and
Contractor Name., address hereinafter referred to as the CONTRACTOR,
WITNESSETH:
That the City and the Contractor,for the consideration hereinafter named, enter into
the following Agreement. The CITY'S Bid Specifications and Insurance requirements are
attached hereto and incorporated into this Agreement. The Contractor's proposal is also
attached hereto and reflects the agreement of the parties except where it conflicts with the
CITY'S terms within this agreement, in which case the CITY'S Bid Specifications,
Insurance requirements, and other terms of this agreement shall prevail.
ARTICLE I. PROJECT MANAGER
A.. Assignment of Project Manager. The Contractor shall assign the following
individual to manage the project described in this contract:
(Contractor Project Manager Name & Title)
B. Changes in Project Manager. The City shall have the right to approve or
disapprove of any proposed change from the individual named above as Project
Manager. The City shall be provided with a resume or other information for any
proposed substitute and shall be given the opportunity to interview that person prior to
any proposed change.
ARTICLE II. CITY REPRESENTATIVE
The City shall assign the following individual to manage the project described in this
contract:
(City Project Manager Name & Title)
ARTICLE Ill. SCOPE OF WORK
The Contractor shall provide services described in the CITY'S Bid Specifications
dated , attached hereto as Exhibit A, and the Contractor's"Project
Bid Proposal Form" dated , attached hereto as Exhibit B. Both
Exhibit A and B are incorporated into this Agreement. If anything in the Contractor's
proposal conflicts with the CITY'S Bid Specifications or with this agreement,the CITY'S Bid
Specifications and the provisions in this agreement shall govern.
1
The Contractor may provide additional products and/or services if such
products/services are requested in writing by the Authorized Representative of the
City.
ARTICLE IV. CITY RESPONSIBLITIES
The City shall furnish, at the Contractor's request,such information as is needed
by the Contractor to aid in the progress of the project, providing it is reasonably
obtainable from City records.
To prevent any unreasonable delay in the Contractor's work the City will
examine all reports and other documents and will make any authorizations necessary
to proceed with work within a reasonable time period.
ARTICLE V. TIME OF COMPLETION
The work to be performed under this contract shall be commenced and the work
completed by
•
ARTICLE VI. PAYMENT
A. The Contract Sum.
The City shall pay to the Contractor for the performance of the contract the sum of
$ adjusted by any changes hereafter mutually agreed upon in
writing by the parties hereto.
Fee schedules shall be firm for the duration of this Agreement.
B. Method of Payment. The Contractor shall submit itemized monthly
statements for services. The City shall pay the Contractor within 30 calendar days
after receipt of such statement. If any statement amount is disputed, the City may
withhold payment of such amount and shall provide to Contractor a statement as to
the reason(s) for withholding payment.
C. Additional Costs. Costs for additional services to be negotiated and set
forth in a written amendment to this agreement executed by both parties prior to
proceeding with the work covered under the subject amendment.
ARTICLE VII. CONTRACTOR TO HOLD CITY HARMLESS
The Contractor covenants and agrees to protect and hold the City of Oshkosh
harmless against all actions, claims and demands of any kind or character whatsoever
which may in any way be caused by or result from the intentional or negligent acts of
the Contractor, his agents or assigns, his employees or his subcontractors related
however remotely to the performance of this Contract or be caused or result from any
2
violation of any law or administrative regulation, and shall indemnify or refund to the
City all sums including court costs, attorney fees and punitive damages which the City
may be obliged or adjudged to pay on any such claims or demands within thirty (30)
days of the date of the City's written demand for indemnification or refund.
ARTICLE VIII. INSURANCE
The Contractor shall provide insurance for this project that includes the City of
. Oshkosh as an additional insured. The specific coverage required for this project is
identified in the CITY'S Bid Specifications dated , attached
hereto as Exhibit A and fully incorporated into this Agreement. The Contractor is
responsible for meeting all insurance requirements. The CITY does not waive this
requirement due to its inaction or delayed action in the event that the Contractor's actual
insurance coverage varies from the Insurance required.
ARTICLE IX. TERMINATION
A. For Cause.
If the Contractor shall fail to fulfill in timely and proper manner any of the obligations
under this Agreement, the City shall have the right to terminate this Agreement by
written notice to the Contractor. In this event, the Contractor shall be entitled to
compensation for any satisfactory, Usable work completed.
B. For Convenience.
The City may terminate this contract at any time by giving written notice to the
Contractor no later than '10 calendar days before the termination date. If the City
terminates under this paragraph, then the Contractor shall be entitled to compensation
for any satisfactory work performed to the date of termination.
This document and any specified attachments contain all terms and conditions
of the Agreement and any alteration thereto shall be invalid unless made in writing,
signed by both parties and incorporated as an amendment to this Agreement.
In the Presence of: CONTRACTOR /CONSULTANT
By:
(Seal of Contractor (Specify Title)
if a Corporation.)
By:
3
(Specify Title)
CITY OF OSHKOSH
By:
Mark A. Rohloff, City Manager
(Witness)
And:
(Witness) Pamela R. Ubrig, City Clerk
APPROVED: I hereby certify that the necess-
ary provisions have been made to
pay the liability which will accrue
under this contract.
City Attorney
City Comptroller
4
EXHIBIT B
6
ITEMS
Shirts Polo — 5.11 Tactical Series #71182 short sleeve polo - 100% cotton. Color: 724-Dark
Navy.Estimated quantity 150 more or less.
Polo shirt is to have Oshkosh Fire Department embroidered patch on left chest and Oshkosh Fire
silkscreen on upper back.
Polo Shirt #71182
2014 150 more or less 3 9 .5 0 Each
2015 150 more or less 3 9_ 5 0 Each
2016 150 more or less 3 9 .5 0 Each
Polo Shirt#71182 xxxlg and up
2014 150 more or less 4 4 . 5 0 Each
' 2015 150 more or less 4 4. 5 0 Each
2016 150 more or less 4 4. 5 0 Each
Job Shirts — 5.11 Tactical Series #72314 82% cotton 18% polyester color % Zip Job Shirt.
Color: 720-Fire Navy.Estimated quantity 100 more or less. • 0
Job shirt is to have Oshkosh Fire Department embroidered patch on left chest and Oshkosh Fire
silkscreen on upper back.
Job Shirt#72314 0 0
2014 80 more or less 5 2 5 0 Each
2015 80 more or less , 5 2.5 0 Each
2016 80 more or less . 5 2.5 0 Each
Job Shirt#72314 xxxlg and up
2014 80 more or less 5]. 5 0 . Each
2015 80 more or less 5 7.5 0 Each
2016 80 more or less 5 7. 5 0 Each
•
8
•
Tee Shirts — 5.11 Tactical Series #40050-720 100% Cottons short sleeve Tee Shirts. Estimated
quantity 200 more or less.,
The Tee shirts will have OSHKOSH FIRE silk screened on the back and the Oshkosh Fire Dept
Log silk screened on the left chest.
Job Shirt#40050-720
2014 200 more or less 18.00 Each
2015 200 more or less 18. 0 0 Each
2016 200 more or less 18. 00 Each
Job Shirt#40050-720 xxxlg and up
2014 200 more or less 25 .50 Each
2015 200 more or less 25. 50 Each
2016 200 more or less • • 25.50 Each
Pants— 5,11 Tactical Series #74398 pant 100% cotton canvas, color: 720-Fire Navy. Estimated
quantity 250 more or less
Pants#74398
2014 250 more or less 39.50 Each
2015 250 more or Iess 3q 5n Each
2016 250 more or less 39 .50 Each
Pants#74398 46+ •
2014 250 more or less 41 .50" Each
2015 250 more or less 41 5 n Each
2016 250 more or less 41 .50 Each
9
Coats 5.11 Tactical Series 3-in-1 Parka. Color: Fire Navy. Estimated quantity 6 more or less.
Oshkosh Fire Department embroidered on left chest, outer shell, and inner fleece liner.
2014 6 more or less 205.00 Each
2015 6 more or less 205 .00 Each
2016 6 more or less 205. 00 Each
Coatslg and up
2014 6 more or less 215. 00 Each
2015 6 more or less 21 5. 0 0 Each
2016 6 more or less 215 .00 Each
10
DELIVERY: Shirts 15/30 days
Pants 15/30 days
Jackets 19/30 day s
WARRANTY: Shirts 1 year
Pants 1 year
Jackets 1 year
TERMS: Net 15 days
5.11 Certificate or support document of 5.11 certified dealer(please attach with bid)
Oshkosh Fire & Police Equipment, Inc.
NAME OF COMPANY
SUBMITTED BY: Darren Moxon
NAME OF INDIVIDUAL SUBMITTING BID
Feb. 19, 2014 175 Indian Point Rd. Oshkosh, WI 54901
DATE ADDRESS CITY STATE . ZIP
( 920 )_ 235-3610
TELEPHONE NUMBER
darren @ofpe.com
EMAIL OF CONTACT PERSON
11