Loading...
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