HomeMy WebLinkAboutOn Time Embroidery DBA Unique Apparel Solutions ORIGINAL
City
Of
Oshkosh
CONTRACTOR AGREEMENT:
5.11 TACTICAL UNIFORMS FOR THE OSHKOSH FIRE DEPARTMENT
THIS AGREEMENT, made on the 24th day of APRIL, 2019, by and between the CITY OF
OSHKOSH, party of the first part, hereinafter referred to as CITY, and ON TIME EMBROIDERY, DBA
UNIQUE APPAREL SOLUTIONS, 2201 LIVELY BLVD, ELK GROVE, IL 60007, hereinafter referred to
as the CONTRACTOR,
WITNESSETH:
That the City and the Contractor,for the consideration hereinafter named,enter into the following
agreement. The Contractor's proposal is attached hereto and reflects the agreement of the parties except
where it conflicts with this agreement,in which case this agreement shall prevail.
ARTICLE I. COMPONENT PARTS OF THE CONTRACT
This contract consists of the following component parts, all of which are as fully a part of this contract
as if herein set out verbatim, or if not attached, as if hereto attached:
1. This Instrument
2. Proposal Solicitation
3. Contractor's Proposal
In the event that any provision in any of the above component parts of this contract conflicts with any
provision in any other of the component parts, the provision in the component part first enumerated
above shall govern over any other component part which follows it numerically except as may be
otherwise specifically stated.
ARTICLE II. PROJECT MANAGER
A. Assignment of Project Manager. The Contractor shall assign the following individual to
manage the project described in this contract
(Jim Clifton, CEO)
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.
City Hall,215 Church Avenue P.O.Box 1130 Oshkosh,WI 54903-1130 http://www.ci.oshkosh.wi.us
ARTICLE III. CITY REPRESENTATIVE
The City shall assign the following individual to manage the project described in this contract:
(MIKE RUTTER,BATTALION CHIEF, OSHKOSH FIRE DEPARTMENT)
ARTICLE IV. SCOPE OF WORK
•
The Contractor shall provide the services described in the City's INVITATION FOR BID for the
Project titled "5.11 TACTICAL SERIES UNIFORMS OSHKOSH FIRE DEPARTMENT" dated March 26,
2019, Addendums 1 & 2 (dated 3/27/19 and 4/3/19 respectively) and the contractor's bid form and
materials attached as Exhibit A. If anything in the Bid Form conflicts with the Bid Specifications, the
provisions in the Bid Specifications shall govern.
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 V. 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 VI. TIME OF COMPLETION
The work to be performed under this contract shall be completed by the terms listed within the
bid specifications. The term of this contract shall begin upon contract execution and shall conclude on
December 31,2019 with the option for two, one-year renewals.
ARTICLE VII. PAYMENT
A. The Contract Sum.
The City shall pay to the Contractor for the performance of the contract the sum of prices on Exhibit A
(attached) 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 shall 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 VIII. CON TRACTOR 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 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 ad-
judged 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 IX. INSURANCE
The Contractor shall provide insurance for this project that includes the City of Oshkosh as an additional
insured. The contractor's certificate of insurance for this project is attached as Exhibit B.
ARTICLE X. 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 • CON CTOR 1
t ii4-
(Seal of Contractor 41,/ pacify Title)
-
if a Corporation.) '67
By:
FFICIAL SEAL'
BISAEL RAMOS
Public State of Illinois (Specify Title)
LII
on Expires September 162020
J. I' V�/ry✓
CITY OF OSHKOSH
1 ", By: �_ .�
Mark A. R hloff, City Manager
Wi e s)
AaXtn
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.
Ci A orney
_ n._ d-c),Kbrr
City Comptroller
•
CITY OF OSHKOSH INVITATION FOR BID
5.11 TACTICAL SERIES UNIFORMS-OSHKOSH FIRE DEPARTMENT
BID PROPOSAL FORM
Page 1 of 2
From: On Time Embroidery, Inc. dbalUnique Apparel Solutions(bidder's company name)
BID PROPOSAL DEADLINE: APRIL 11,2019 G 10:00 a.m.
Addenda: Receipt of Addenda numbered 1,4r of . are hereby understood,
acknowledged and included in bidder's bid proposal rm. If no icf denda were issued for this
project please write"N/A" above.
In compliance with the advertising for Bids and having carefully examined the bid specifications
we, the undersigned, propose to furnish all labor and materials per the project specifications or
noted deviations for the following amount(s):
5.11 Tactical 2019 2019 2020 2020 2021 2021
Series #71182 SM-XXL 3X SM-XXL 3X SM-XXL 3X
short sleeve $ 39.75 ea. $ 44.75 ea. $ 41.00 ea. $ 46.00 ea. $ 42.50 ea. $ 47.50 ea.
polo(150+/-)
5.11 Tactical 2019 2019 2020 2020 2021 2021
Series #40050- SM-XXL 3X SM-XXL 3X SM-XXL 3X
720 short
sleeve tee shirt $ 15.75 ea. $ 18.75 ea. $ 16.75 ea. $ 19.75 ea. $ 17.75 ea. $ 20.75 ea.
(200+/-)
5.11 Tactical 2019 2019 2020 2020 2021 2021
Series#72314Y4 SM-XXL 3X SM-XXL 3X SM-XXL 3X
zip job shirt 57.00 63.00 59.00 65.00 61.00 67.00
(150+/-) $ ea. $ ea. $ ea. $ ea. $ ea. $ ea.
5.11 Tactical 2019 2019 2020 2020 2021 2021
Series #74398 <size 46 size 46+ <size 46 size 46+ <size 46 size 46+
pants(250+1-) 48.00 54.00 51.00 57.00 54.00 60.00
$ ea. $ ea. $ ea. $ ea. $ ea. $ ea.
5.11 Tactical 2019 2019 2020 2020 2021 2021
Series 3-in-1 SM-XXL 3X SM-XXL 3X SM-XXL 3X
Parka(6+1-) 221.00 246.00 228.00 253.00 235.00 260.00
$ ea. $ ea. $ ea. $ ea. $ ea. $ ea.
23
CITY OF OSHKOSH INVITATION FOR BID
5.11 TACTICAL SERIES UNIFORMS-OSHKOSH FIRE DEPARTMENT
BID PROPOSAL FORM
Page 2 of 2
Necessary submittals:
Please see:
[x] 5.11 Proof of Certification - Included www.ofduniforms.com
[X] Submittal of literature/demonstration of online website ordering system
[X] Three FD references currently utilizing online website ordering system -Included
Terms: NET 30
SIGNATURES
Date: April 1, 2019 Name of Company: On Time Embroidery, Inc. dba/ Unique Apparel Solutions
Submitted by: (name/title) Jim Clifton, CEO Email: JIM@LSUAS.COM
Address of Company: 2201 Lively Blvd, Elk Grove, IL 60007 Phone: 847-364-4371
Company Representative that will be named Project Manager for this project,if awarded the bid:
Jim Clifton CEO
Lauren O'Hearn Operations Manager
Name Title
That I have examined and carefully prepared this Proposal from the Plans and Specifications and
have checked the same in detail before submitting this Proposal; that I have full authority to
make such statem nts and sub this Proposal in(its)(their)behalf,and that said statements are
true and correct.
Signatur Title CEO
24
7+1 5. TACTICAL P5CENTER320111 UMO6iantCA95336USA 666 451 1726,209.527,4511
March 26th, 2019
Subject: Bid Authorization for On Time Embroidery
Dear Oshkosh Purchasing Division,
I certify that On Time Embroidery is a 5.11 dealer in good standing and is authorized to
bid 5.11 product on the bid for Oshkosh Fire Department dated March 26, 2019.
Si e - ;
,Riederer
.11 Territory Manager -Wisconsin, Illinois, Iowa
262.370.6365
jriederer(c511 tactical.com
•
REFERENCES FOR;
On Time Embroidery, Inc. dba/Unique Apparel Solutions
2201 Lively Blvd. - Elk Grove,IL 60007
CHIEF ALAN WAX
DES PLAINES FIRE DEPARTMENT -www.dpfduniforms.com
p -847-391-5333
e—awax@desplaines.org
BATTALION CHIEF DAN SMITH
ORLAND FIRE PROTECTION DISTRICT-www.ofpduniforms.com
p - 708-935-3510
e—d.smith@orlandfire.org
LISA PERRI- Chief's Admire
SCHAUMBURG FIRE DEPARTMENT-www.sfduniforras.com
p—847-923-6750
e—1perri@schaumburg.com
CHIEF KEITH KRESTAN
LISLE-WOODRIDGE FIRE PROTECTION DISTRICT-www.liwduniforms.com
p -630-964-2233
e—kkrestan@lwfd.org
LT.KEITH VONDERIIEIDE-Quartermaster
PALATINE FIRE DEPARTMENT-www.pfduniforms.com
p -847-609-9772
e—kvonderheide@palatine.il.us
LT. BRIAN BOS- Quartermaster
GLENVIEW FIRE DEPARTMENT-www.glenviewirniforms.com
p—847-833-5463
e—bboseglenview.il.us
LT. KRIS GRAY- Quartermaster
NORTHBROOK FIRE DEPARTMENT-www.nbfduniforms.com
p—847-509-5362
e—kristopher.gray@northbroolc.il.us