STATE OF WASHINGTON



State of Washington

DEPARTMENT OF GENERAL ADMINISTRATION

Office of State Procurement

Rm. 201 General Administration Building, P.O. Box 41017 ( Olympia, Washington 98504-1017 ( (360) 902-7400



INVITATION FOR BID (IFB)

RAINWEAR, INDUSTRIAL TYPE

|Contract Number |Prebid Meeting Date & Time |Bid Opening Date & Time |

|05206 |July 17, 2006 – 10:00 AM |July 31, 2006- 2:00 PM. |

bids must be received& Stamped on or before the opening date & time at this location:

210 11th AVe SW, Rm. 201, General Administration Building Olympia WA 98504-1017

Salvatore C. Cheraso, CPPB

Contracts Specialist

Phone (360) 902-7428

Fax (360) 586-2426

E-mail scheras@ga.

Any questions concerning this IFB are to be directed to Contracts Specialist Salvatore Cheraso. Bidders shall mail or hand-deliver one signed original bid. Bidders will be responsible for actual delivery of the bid to the address shown above before the bid opening date and time. Any bids received after the bid opening date and time will be returned unopened.

For a site map to the Capitol Campus, click .

Driving directions and parking information

Table of Contents

1. ANNOUNCEMENT AND SPECIAL INFORMATION 3

1.1 PUBLIC DISCLOSURE 3

1.2 SCOPE 3

1.3 PRE-BID CONFERENCE 4

2. CHECK LIST 5

3. Bid Submittals 6

3.1 OFFER AND AWARD 6

3.2 BID INFORMATION 7

3.3 References: 9

3.4 CERTIFICATES OF COMPLIANCE and third party test results 10

3.5 Minimum SPECIFICATIONS 11

ATTACHMENT A 25

[pic] 25

ATTACHMENT B 25

CATEGORY F TEST REQUIREMENTS 25

Colorfastness to Crocking 25

Colorfastness to Perspiration 25

Colorfastness to Laundry 25

Test Method AATCC 96 IIIe-A 26

Determination of Color – ANSI 107-2004 27

3.6 PRICE SHEETS AND EVALUATION 28

3.7 CERTIFICATION OF INMATE WAGES 55

3.8 REQUEST FOR SAMPLES 55

3.9 EQUAL PRODUCTS 55

4. BID EVALUATION 56

4.1 EVALUATION / AWARD 56

4.2 EVALUATION CONFERENCE 56

5. CONTRACT REQUIREMENTS 56

5.1 RETENTION OF RECORDS 56

5.2 REPORTS 56

6. SPECIAL TERMS AND CONDITIONS 57

6.1. PACKAGING 57

6.2 DELIVERY 57

6.3. PRICING AND ADJUSTMENTS 57

6.4 CONTRACTOR PERFORMANCE 58

6.5 PURCHASING CARD ACCEPTANCE 58

6.6 Purchases by Nonprofit Corporations 58

ANNOUNCEMENT AND SPECIAL INFORMATION

Bidders are required to read and understand all information contained within this entire bid package. The Competitive Procurement Standards, which are referred to in this bid package are not automatically printed or sent out with this IFB. By responding to this IFB the bidder agrees to read and understand these documents. These documents are available on our website at .

In support of the State’s economic and environmental goals, we encourage you to consider the following elements in responding to our bids. These are not a factor of award (unless otherwise specified in this document):

• Using environmentally preferable products and products that exceed EPA guidelines

• Supporting a diverse supplier pool, including small, minority, and women-owned firms

• Featuring products made or grown in Washington

1.1 PUBLIC DISCLOSURE

Bid information, including price sheets, will not be available for public disclosure until after award of the contract. At the time of bid opening, only the name of the bidder and time of bid receipt will be read aloud.

1.2 SCOPE

The purpose of this IFB is to establish a mandatory contract for all State agencies for the as needed purchase of Industrial Type Rainwear. This contract will be Convenience Use to all other Political Subdivisions of Washington and Oregon State(s), Qualified Non-profit Corporations, Materials Management Center, Participating Institutions of Higher Education (College and Universities, Community and Technical Colleges).

A. Estimated Usage: We estimate that purchases over the two-year initial term of the contract may approximate $300,000.00. Estimates are based on past usage. The State does not guarantee any minimum purchase. Orders will be placed on an as needed basis.

B. Purchasing Cooperatives While use of the contract by members of the WSPC and DASCPP/ORCPP is optional, the state encourages them to use state contracts. Their use of the contracts may significantly increase the purchase volume. Their orders are subject to the same contract terms, conditions and pricing as state agencies. The state accepts no responsibility for payment by WSPC or DASCPP/ORCPP members.

Based upon contractor’s agreement, the contract will be made available to political subdivisions and non-profit organizations which are members of the State of Washington Purchasing Cooperative (WSPC) and/or State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP). A list of Washington members is available on the Internet . A list of Oregon members is available at Contractors shall not process state contract orders from unauthorized purchasers.

C. Term: From August 1, 2006 or date of award, whichever is later for a 24-month term, with the option to extend for additional terms or portions. Extensions will be subject to mutual agreement. The total contract term may not exceed six (6) years.

1.3 PRE-BID CONFERENCE

An optional conference to address contractual requirements will be held at the time and location indicated below. Prospective bidders are encouraged to be present. If changes are required as a result of the conference, written bid amendments will be issued.

Note: Assistance for disabled, blind or hearing-impaired persons who wish to attend is available with pre-arrangement with the Office of State Procurement (OSP), contact the Contracts Specialist identified on the face page of this document.

|Pre Bid Date/Time: |July 17, 2006 at 10:00 AM |

|Pre Bid Location: |Office of State Procurement |

| |210 11th Ave SW GA Building Room 201 |

| |Corner of 11th and Columbia |

| |Olympia Washington 98504-1017 |

CHECK LIST

This checklist is provided for bidder's convenience only and identifies the bid documents that are to be submitted with each package. Any bid packages received without these documents may be deemed non-responsive and may not be considered for award.

|Bid submittal entitled: Offer and Award | |

|Bid submittal entitled: Bid Information | |

|Bid submittal entitled: Specifications | |

|Bid submittal entitled: Price Sheets | |

|Certification of Inmate Wages as applicable | |

|ANSI/ISEA 107 – 2004, Certificates and proper testing documents as required in Section 3.4 of this bid | |

|Bid submittal entitled References | |

|Technical Documentation/Descriptive Literature (if bidding equal Products) | |

|ASTM E96 Certificate | |

| |

|The following documents need not be returned with bid submission. However, contractor will be required to submit such documents at a later date |

|as required by contract terms or as requested by the Contracts Specialist. |

|Certificate of Insurance, please reference the Standard Terms and Conditions: |

| |

|Sales/Service And Subcontractor Report: |

|Samples (Section 3.8) |

Bid Submittals

3.1 OFFER AND AWARD

Bidders are required to read and understand all information contained within this entire bid package. There are some standard documents, which are referred to in this bid package that are not automatically printed or sent out with this bid. For example, Competitive Procurement Standards (Standard Terms and Conditions, Instructions to Bidders, Definitions), Sales/Service & Subcontractor Report are binding terms of this contract. It is important that you read and understand these documents. These documents are available on our website at .

STANDARD DEFINITIONS revised 06/02/03

STANDARD INSTRUCTIONS FOR BIDDERS revised 06/02/03

STANDARD TERMS AND CONDITIONS revised 03/09/06

Bidder further offers to furnish materials, equipment or services in compliance with all terms, conditions, and specifications herein including all amendments. Submitting this document with an authorized signature constitutes complete understanding and compliance with the terms and conditions and certifies that all-necessary facilities or personnel are available and established at the time of bid submittal.

|(Company Name) | |(Typed or Printed Name) |

| | | |

|(Address) | |(Title) |

| | | |

|(City) (State) (Zip) | |(Phone No.) |

| | | |

|(Federal Tax Identification Number) | |(Bidder’s Signature) (Date) |

| | | |

|Email | | |

CONTRACT AWARD

(For State of Washington Use Only)

A contract is hereby awarded between the above company and the State of Washington, Office of State Procurement, Purchasing and Contract Administration, to be effective , Year . This is a Partial/Total award for .

Authorized Signatures

| | | | | | | |

|(Contracts Specialist) | |(Date) | |(Unit Manager) | |(Date) |

3 BID INFORMATION

Bidder shall complete the following:

1. Prompt Payment Discount____ % 30 days. Note: Prompt payment discount periods equal to (or greater than) 30 calendar days will receive consideration and bid pricing will be reduced (for evaluation purposes only) by the amount of that discount(s).

1. Purchasing (Credit) Cards accepted Yes ______________ No ______________

(Washington State Purchasing card is VISA)

If yes, please list major brands below:

| | | |

| | | |

| | | |

3. Purchasing and Cooperative Members:

A. Bidder agrees to sell the goods and services on this contract to political subdivisions which are members of the State of Washington Purchasing Cooperative (WSPC): Yes___ No_____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by political subdivisions).

B. Bidder agrees to sell the goods and services on this contract to self-certified nonprofit corporations which are members of the State of Washington Purchasing Cooperative (WSPC): Yes___ No____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by nonprofit organizations)

C. Bidder agrees to sell the goods and services on this contract to political subdivisions and nonprofit organizations which are members of the State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP ): Yes____ No____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by these members). If required, indicate percent increase to bid pricing for delivery to State of Oregon DASCPP/ORCPP Members: ____%

4. Authorized Representative:

|Primary Contact-Contract Administration |Alternate Contact – Contract Administration |

|Name: | |Name: | |

|Telephone: | |Telephone: | |

|Fax: | |Fax: | |

|Email: | |Email: | |

|Customer Service/Order Placement Sales Usage Reports |

|Name: | |Name: | |

|Telephone: | |Telephone: | |

|Fax: | |Fax: | |

|Email: | |Email: | |

5. Addresses:

|Orders to be sent to: |Billing will be from: |Payment to be sent to: |

| | | | | |

| | | | | |

| | | | | |

6. Federal Tax Identification Number:

7. Firms bidding from California only: Is your firm currently certified as a small business under California Code, Title 2, Section 1896.12? Yes No .

8. Subcontractors: Bidders shall complete the following required information. Where additional space is needed and/or where specifically requested, submit an attached letter.

Subcontractor(s)

Identify any subcontractors who will participate in the fulfillment of contract requirements and briefly describe the nature of product/services to be provided/performed. Identify the anticipated dollar value of subcontractor’s participation.

Address: _______________________________________________________________

Value of Participation: $_____________

Description of product/service: ______________________________________________

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

3.3 References:

Identify at least three (3) commercial or governmental references that your firm has supplied Industrial Type Rainwear product(s) similar to that being offered in response to this bid. Provide the name of the company/organization, their address and the name and telephone number of a contact person who may be contacted to verify level of satisfaction and quality of products provided by your firm during the past two years. To determine responsibility for bid evaluation purposes, references will be pass/fail. Any response deemed to be negative or have negative remarks regarding performance of a similar contract, or negative quality product issues, may be cause to reject bid as not meeting the responsibility requirements.

1. Company Name: _________________________________________

Address: _________________________________________

Contact Name: _________________________________________

Title: _________________________________________

Telephone: _________________________________________

Brief description of the products provided:

____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

2. Company Name: _________________________________________

Address: _________________________________________

Contact Name: _________________________________________

Title: _________________________________________

Telephone: _________________________________________

Brief description of the products provided:

____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

3. Company Name: _________________________________________

Address: _________________________________________

Contact Name: _________________________________________

Title: _________________________________________

Telephone: _________________________________________

Brief description of the products provided:

____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

5 CERTIFICATES OF COMPLIANCE and third party test results

The following Certificates and Test Documents for products bid are required with your bid. Receipt of all documents will be considered a pass/fail item. Any missing certification or test result document may be cause for bid to be rejected. The following is a mandatory requirement for all bids on Category A, D, E, and F only:

• Copies of third party ANSI/ISEA 107-2004 Certificates of Compliance for background and trim component and for ASTM E96 materials must be submitted with this bid. Originals shall be kept on file at the manufacturer. Category A, D, E, and F only

• Third –party test results on fabric and retro-reflective in 2004 format (required by ANSI Standard) Category A, D, E, and F only. Test results must confirm all certifications.

• An apparel compliance certificate for each style, signed by an officer of the company (required by ANSI Standard). Category A, D, E, and F only.

• Third party test results from an ANSI accredited lab on finished product dated prior to bid release date. Test results must confirm all certifications.

6 Minimum SPECIFICATIONS

|No. |Description |Check If As |Describe Fully If Not As Specified |

| | |Specified |See Standard Terms & Conditions III.26 |

| | | |Quality Standards |

|A |TYPE A RAINWEAR – Public Safety Professionals | | |

|A1 |Reversible Raincoat | | |

| |waterproof | | |

| |Windproof | | |

| |Breathable | | |

| |3 layer Gore-Tex CROSSTECH fabric | | |

| |Seams sealed with Gore-seam tape | | |

| |Waterproof on both hi-visibility and dark sides | | |

| |Double storm fly front with hook and loop fasteners | | |

| |Sport collar that zips to the top | | |

| |Go-through side openings with waterproof zippers | | |

| |Adjustable cuff closures | | |

| |Badge tabs on left breast of both sides | | |

| |47” long length | | |

| |2” 2” Scotchlite reflective trim on hi-visibility side around chest, back, | | |

| |cuffs, and sleeves | | |

| |Option upgrade to ANSI III with additional 2” reflective strip around hem | | |

| |of jacket | | |

| |Unisex sizes ranging from XS-3XL in short, regular and long; Dark Navy and | | |

| |Black color and high-visibility Yellow | | |

| |Blauer Model 9690 or Equal | | |

|A2 |Waterproof trousers | | |

| |Durable rip stop Taslan nylon shell fabric with a breathable printed back | | |

| |coating | | |

| |durable cordura patch fabric for high abrasion areas around knees, inside | | |

| |lower leg, seat and pocket area | | |

| |Waterproof | | |

| |Windproof | | |

| |Breathable fabric lining | | |

| |Seams sealed with thermal tape | | |

| |Pleated side cargo pockets on each thigh secured with flaps and Velcro or | | |

| |other suitable closure | | |

| |Water resistant leg zippers that go from ankle/trouser hem to waist | | |

| |Reinforced knee | | |

| |Boot patches and seat | | |

| |Waist with elastic back and Velcro side tab adjustment | | |

| |Adjustable belt drops | | |

| |D-ring attachments for suspender wear | | |

| |Zipper front fly | | |

| |Optional 11/2 inch “Scotchlite” stripe around cuffs and across pocket flap | | |

| |Unisex sizes ranging from XS-3XL in short, regular and long | | |

| |Blauer Model 9834 or Equal | | |

|A3 |All-weather Jacket | | |

| |CROSSTECH fabric | | |

| |OD Green, Dark Navy, and Black | | |

| |Jacket must be manufactured to ISO 9001 quality assurance standard. | | |

| |(AG1214) | | |

| |Jacket shall meet the Emergency Medical Garment requirements of the NFPA | | |

| |1999, STANDARD ON PROTECTIVE CLOTHING FOR EMERGENCY MEDICAL OPERATIONS, | | |

| |2003 Edition | | |

| |Jacket must be available in standard colors, including OD Green. | | |

| |Epaulets and badge tab is optional | | |

| |Length of jacket – 27 inches to 29 inches | | |

| |Shell Fabric - 70 Denier warp and 140 denier filling 100% Nylon Ripstop | | |

| |weave | | |

| |Honeycomb pattern printed urethane non-ravel back coating to insure | | |

| |breathability, prevent seam slippage, and to maintain shell fabric | | |

| |appearance | | |

| |(Color: see specified garment color) | | |

| |Crosstech waterproof-breathable membrane laminated to a 2.18 oz. per square| | |

| |yard, 100% textured polyester, 70 denier plain weave fabric (Color: | | |

| |charcoal) resulting in a dry cleanable and washable waterproof material | | |

| |with high moisture vapor transmission | | |

| |Blood-borne pathogen resistance, and common chemical resistance | | |

| |Removable insulated liner: 6 inch diamond pattern quilted insulation | | |

| |package. 6 oz per sq. yd. Polyester velour pile fleece face fabric for | | |

| |lower body. 70 denier nylon taffeta face fabric for sleeves and upper body | | |

| |Thermolite Plus or B.Warm BSCL-120 insulation for sleeves. 70 denier nylon | | |

| |taffeta backing fabric for body and sleeves | | |

| |Fiber migration resistant construction and treatment with no added layers | | |

| |of scrim | | |

| |Machine washable/dryable, dry cleanable, and can be pressed. Shrinkage less| | |

| |than 2% | | |

| |(Color: black) | | |

| |Blauer 9300Z or Equal. | | |

|A4 |Reversible Duty Jacket | | |

| |Hi Performance 100% nylon Tacte® Outershell reverses to Vizmax™ ANSI | | |

| |compliant high visibility yellow or orange | | |

| |Waterproof, windproof, and breathable with sealed seams | | |

| |Performance sleeve allows complete range of motion | | |

| |Three-piece waterproof, windproof, breathable drop in hood with drawcords | | |

| |Breathable drop in hood with drawcords | | |

| |Elastic, waterproof cuffs | | |

| |Shoulder epaulets on non-High Viz side | | |

| |Micro-tabs on High Viz side | | |

| |Zippered handwarmer pockets | | |

| |Badge tabs on left chest of both sides of the garment | | |

| |Waterproof front zippers | | |

| |Weathertech model 5315V or equal | | |

|A5 |Public Safety Parka | | |

| |ANSI Class 3 | | |

| |Waterproof, breathable, and windproof Vizmax™ outershell with sealed seams | | |

| |2” Silver high intensity retro-reflective material | | |

| |Three-piece waterproof drop-in hood | | |

| |Pit Zips under sleeves for ventilation | | |

| |Performance sleeve for complete range of motion | | |

| |Inside zippered security pocket | | |

| |Large inside storage pocket | | |

| |Badge tab on left chest | | |

| |Full zip-to-the-neck collar | | |

| |Shoulder tabs for clip-on mics, left and right | | |

| |Bottom lining zipper and hidden zipper in the inside storage pocket to | | |

| |allow access to shell | | |

| |Bottom lining zipper and hidden zipper in the inside storage pocket to | | |

| |allow access to shell | | |

| |Vizguard 5578V or equal | | |

|B |TYPE B RAINWEAR: | | |

| |Polyurethane/Nylon Coating To Be Polyurethane with DWR Finish, with A | | |

| |Substrate of 210 Denier Nylon, Type 66, Twill Weave or better. Weight: | | |

| |5.5 Ounces Per Square Yard. Seams must be needle stitched, ND taped and | | |

| |heat sealed. 100% waterproof, windproof and machine washable. Hydrostatic | | |

| |tested To 150 psi, must be National Flammable Fabric ASTM D6413 or better. | | |

| |Non-conductive And non-corrosive Delrin Hardware. Mandatory color: Yellow | | |

| |with other color options, to be supplied by bidders when submitting bids. | | |

|B1 |Jacket | | |

| | 30" Long | | |

| |Polyurethane/Nylon Per Type B Specifications | | |

| |Raglan sleeve construction | | |

| |Full cut | | |

| |Vents front and back, with mesh back and pit vents | | |

| |Adjustable wrists and storm flap | | |

| |Reinforced hood snaps (drawstring hood included). | | |

| |NASCO WorkTuff 600 Series or equal. | | |

|B2 |Overalls | | |

| |Polyurethane/Nylon per Type B Specifications | | |

| |Adjustable quick release suspenders | | |

| |Adjustable lower leg | | |

| |Fly access | | |

| |NASCO WorkTuff 600 Series or equal. | | |

|B3 |Pants | | |

| |Polyurethane/Nylon Per Type B Specifications | | |

| |Elastic waist with (optional) velcro side tab adjustment. Button fly | | |

| |front. | | |

| |NASCO WorkTuff 600 Series or equal. | | |

|B4 |Rainwear Ensemble 3-piece set, including Jacket, ¾ Bib, and Hood | | |

| |Jacket | | |

| |100% Waterproof, Windproof, and machine washable | | |

| |Heavy 210 denier Nylon | | |

| |Double-stitched, taped and heat-sealed seams | | |

| |Sandwich construction with laminated PVC | | |

| |Two front storage pockets | | |

| |Front storm flap with nylon snaps | | |

| |Mesh back for additional comfort | | |

| |Corduroy collar | | |

| |¾ Bib | | |

| |Same materials specification as Jacket | | |

| |Adjustable Lower Leg Closure | | |

| |Fly Access | | |

| |Adjustable quick-release elastic suspenders | | |

| |Hood: | | |

| |Detachable with draw string adjustment | | |

| |Can be utilized as zipped storage pouch for Jacket and pants | | |

| |VIKING model 2900 Open Road or equal | | |

|C |TYPE C RAINWEAR: | | |

| |Oxford Nylon, Polyurethane Coating, felled, double gang stitched and tape | | |

| |sealed seams, Polyurethane/Nylon 200 denier oxford nylon, , must be | | |

| |National Flammable Fabric ASTM D6413 or better, polyurethane coating 9 mil,| | |

| |4.5 oz. per square yard, stitched and taped seams, Available in Yellow, | | |

| |Forest Green, Electric Blue. | | |

|C1 | Jacket | | |

| |fuller cut | | |

| |Hood with storm bill, rolls into collar | | |

| |Felled | | |

| |Double gang stitched and tape sealed seams | | |

| |NASCO WorkTuff 600 Series or equal | | |

|C2 |Overalls | | |

| |3/4 Bib | | |

| |H/D suspenders | | |

| |Felled, double gang stitched and tape sealed seams | | |

| |NASCO WorkTuff 600 Series or equal. | | |

|C3 |Parka Coat | | |

| |Fuller cut | | |

| |Full length side pockets | | |

| |Fully vented cape back | | |

| |Felled | | |

| |Double gang stitched and tape sealed seams | | |

| |NASCO WorkTuff 600 Series or equal. | | |

|C4 |Jacket, 30” | | |

| |Fuller cut | | |

| |Hood with storm bill rolls into collar | | |

| |Nylon 200 denier oxford nylon | | |

| |Polyurethane coating 9 mil, 4.5 oz. per square yard | | |

| |Stitched and taped seams | | |

| |NASCO WorkTuff 600 Series or equal. | | |

|C5 |Overalls ¾ bib | | |

| |Heavy-duty suspender buckles | | |

| |Heavy-duty suspenders with crossovers | | |

| |Heavy-duty snaps | | |

| |Nylon 200 denier oxford nylon | | |

| |Polyurethane coating 9 mil, 4.5 oz. per square yard | | |

| |Stitched and taped seams | | |

| |NASCO WorkTuff 600 Series or equal. | | |

|D |High Visibility Rainwear Apparel | | |

|D1 |Jacket | | |

| |All background materials shall meet the performance standards of ANSI/ISEA | | |

| |107-2004. The background materials shall be fluorescent orange-red | | |

| |(Polyester preferred). | | |

| |The rainwear Jacket shall meet ANSI/ISEA 107-2004 performance for Class III| | |

| |apparel. | | |

| |Background material shall be a breathable/water-resistant material meeting | | |

| |the ASTM E96 standards for moisture vapor transmission rate and water | | |

| |resistance (see sections 7.5 and 7.6 of ANSI 107-2004 standard). | | |

| |All combined performance retro-reflective material installed on the Jacket | | |

| |shall be 3M Scotchlite 6187R, fluorescent yellow-green, high gloss, 2 inch | | |

| |wide. All sewn on retroreflective materials shall be applied (sewn on) | | |

| |according to 3M specifications. (See drawing/diagram in Attachment A) | | |

| |Jacket pockets shall NOT be installed where retro reflective material may | | |

| |intersect. | | |

| |All seams and/or openings shall be felled, stitched and tape sealed. | | |

| |All stitching shall be tape sealed. | | |

| |Jacket front shall be fly closure with concealed snaps or zipper. | | |

| |All snaps shall be ball-socket type corrosion resistant. All zippers shall| | |

| |be corrosion resistant. | | |

| |There shall be an opening in the back of the jacket ( center of back – | | |

| |shoulder area) for fall protection equipment access | | |

| |All outer jacket pockets or openings shall be equipped with a 1.0” to 2.0” | | |

| |flap to prevent water intrusion and the flaps shall be securable using | | |

| |corrosion resistant snaps or Velcro attachments | | |

| |Retro reflective banding encircling the arms shall line-up with | | |

| |retroreflective materials encircling the torso | | |

| |Jacket shall include instructions for care and cleaning. | | |

| |See attachment A for additional specifications and or clarifications | | |

| |A third (3rd) party certificate of compliance shall accompany the bid | | |

| |certifying the finished jacket and pant meet ANSI/ISEA 107-2004 standards, | | |

| |including but not limited to water resistance, breathability and other | | |

| |ergonomic factors. | | |

|D2 |Pant | | |

| |All background materials shall meet the performance standards of ANSI/ISEA | | |

| |107-2004. The background materials shall be fluorescent orange-red | | |

| |(Polyester preferred). | | |

| |The rainwear Pant shall meet ANSI/ISEA 107-2004 performance for Class E | | |

| |apparel | | |

| |Background material shall be a breathable/water-resistant material meeting | | |

| |the ASTM E96 standards for moisture vapor transmission rate and water | | |

| |resistance (see sections 7.5 and 7.6 of ANSI 107-2004 standard) | | |

| |All combined performance retro-reflective material installed on the Jacket | | |

| |and Pant shall be 3M Scotchlite 6187R, fluorescent yellow-green, high | | |

| |gloss, 2 inch wide. All sewn on retroreflective materials shall be applied| | |

| |(sewn on) according to 3M specifications. (See drawing/diagram in | | |

| |Attachment A) | | |

| |All seams and/or openings shall be felled, stitched and tape sealed | | |

| |All stitching shall be tape sealed | | |

| |The Pant shall be equipped with openings to access under-clothes pockets | | |

| |and shall have boot access openings at bottom of pant | | |

| |Pant shall be equipped with elastic waist band | | |

| |All snaps shall be ball-socket type corrosion resistant. All zippers shall| | |

| |be corrosion resistant | | |

| |Pant shall include instructions for care and cleaning | | |

| |See attachment A for additional specifications and or clarifications. | | |

| |A third (3rd) party certificate of compliance shall accompany the bid | | |

| |certifying the finished jacket and pant meet ANSI/ISEA 107-2004 standards, | | |

| |including but not limited to water resistance, breathability and other | | |

| |ergonomic factors. | | |

|D3 |Jacket | | |

| |All background materials shall meet the performance standards of ANSI/ISEA | | |

| |107-2004. The background materials shall be fluorescent orange-red | | |

| |(Polyester preferred). | | |

| |The rainwear Jacket shall meet ANSI/ISEA 107-2004 performance for Class III| | |

| |apparel. | | |

| |Background material shall be a breathable/water-resistant material meeting | | |

| |the ASTM E96 standards for moisture vapor transmission rate and water | | |

| |resistance (see sections 7.5 and 7.6 of ANSI 107-2004 standard) | | |

| |All retro-reflective material installed on the Jacket and pant shall be 3M | | |

| |Scotchlite 8710 or 8725, silver retroreflective. All 3M retroreflective | | |

| |trim materials shall be applied (e.g., heat applied) according to standard | | |

| |3M specifications. | | |

| |Jacket pockets shall NOT be installed where retro reflective material may | | |

| |intersect. | | |

| |All seams and/or openings shall be felled, stitched and tape sealed. | | |

| |All stitching shall be tape sealed. | | |

| |Jacket front shall be fly closure with concealed snaps or zipper. | | |

| |All snaps shall be ball-socket type corrosion resistant. All zippers shall| | |

| |be corrosion resistant. | | |

| |There shall be an opening in the back of the jacket (center of back – | | |

| |shoulder area) for fall protection equipment access. | | |

| |All outer jacket pockets or openings shall be equipped with a 1.0” to 2.0” | | |

| |flap to prevent water intrusion and the flaps shall be securable using | | |

| |corrosion resistant snaps or Velcro attachments. | | |

| |Retro reflective banding encircling the arms shall line-up with | | |

| |retroreflective materials encircling the torso. | | |

| |See attachment A for additional specifications and or clarifications. | | |

| |A third (3rd) party certificate of compliance shall accompany the bid | | |

| |certifying the finished jacket and pant meet ANSI/ISEA 107-2004 standards, | | |

| |including but not limited to water resistance, breathability and other | | |

| |ergonomic factors. | | |

|D4 |Pant | | |

| |All background materials shall meet the performance standards of ANSI/ISEA | | |

| |107-2004. The background materials shall be fluorescent orange-red | | |

| |(Polyester preferred). | | |

| |The rainwear Pant shall meet ANSI/ISEA 107-2004 performance for Class E | | |

| |apparel. | | |

| |Background material shall be a breathable/water-resistant material meeting | | |

| |the ASTM E96 standards for moisture vapor transmission rate and water | | |

| |resistance (see sections 7.5 and 7.6 of ANSI 107-2004 standard). | | |

| |All retro-reflective material installed on the Jacket and pant shall be 3M | | |

| |Scotchlite 8710 or 8725, silver retro reflective. All 3M retro reflective | | |

| |trim materials shall be applied (e.g., heat applied) according to standard | | |

| |3M specifications. | | |

| |All seams and/or openings shall be felled, stitched and tape sealed. | | |

| |All stitching shall be tape sealed. | | |

| |The Pant shall be equipped with openings to access under clothes pockets | | |

| |and shall have boot access openings at bottom of pant. Pant shall be | | |

| |equipped with elastic waist band. | | |

| |All snaps shall be ball-socket type corrosion resistant. All zippers shall| | |

| |be corrosion resistant. | | |

| |See attachment A for additional specifications and or clarifications. | | |

| |A third (3rd) party certificate of compliance shall accompany the bid | | |

| |certifying the finished jacket and pant meet ANSI/ISEA 107-2004 standards, | | |

| |including but not limited to water resistance, breathability and other | | |

| |ergonomic factors. | | |

|D5 |Overall/Bib | | |

| |All background materials shall meet the performance standards of ANSI/ISEA | | |

| |107-2004. The background materials shall be fluorescent orange-red | | |

| |(Polyester preferred). | | |

| |The rainwear overall/bib shall meet ANSI/ISEA 107-2004 performance for | | |

| |Class E apparel. | | |

| |Background material shall be a breathable/water-resistant material meeting | | |

| |the ASTM E96 standards for moisture vapor transmission rate and water | | |

| |resistance (see sections 7.5 and 7.6 of ANSI 107-2004 standard). | | |

| |All combined performance retro-reflective material installed on the | | |

| |overall/bib and pant shall be 3M Scotchlite 6187R, fluorescent | | |

| |yellow-green, high gloss, 2 inch wide. All sewn on retroreflective | | |

| |materials shall be applied (sewn on) according to 3M specifications. | | |

| |All seams and/or openings shall be felled, stitched and tape sealed. | | |

| |All stitching shall be tape sealed. | | |

| |Bib/overall shall be constructed as provided in categories A&B (above) and | | |

| |as shown in diagram A, except for the elastic waistband. | | |

| |Bib/overall (3/4 bib) shall have adjustable high density elastic suspenders| | |

| |and Spreader Bar with a chest pocket. | | |

| |A third (3rd) party certificate of compliance shall accompany the bid | | |

| |certifying the finished bib meet ANSI/ISEA 107-2004 standards, including | | |

| |but not limited to water resistance, breathability and other ergonomic | | |

| |factors. | | |

|D6 |Overall/Bib | | |

| |All background materials shall meet the performance standards of ANSI/ISEA | | |

| |107-2004. The background materials shall be fluorescent orange-red | | |

| |(Polyester preferred). | | |

| |The rainwear overall/bib shall meet ANSI/ISEA 107-2004 performance for | | |

| |Class E apparel. | | |

| |The rainwear overall/bib shall meet ANSI/ISEA 107-2004 performance for | | |

| |Class E apparel. | | |

| |All retro-reflective material installed on overall/bib shall be 3M | | |

| |Scotchlite 8710 or 8725, silver retroreflective. All 3M retroreflective | | |

| |trim materials shall be applied (e.g., heat applied) according to standard | | |

| |3M specifications. | | |

| |Background material shall be a breathable/water-resistant material meeting | | |

| |the ASTM E96 standards for moisture vapor transmission rate and water | | |

| |resistance (see sections 7.5 and 7.6 of ANSI 107-2004 standard). | | |

| |All seams and/or openings shall be felled, stitched and tape sealed. | | |

| |All stitching shall be tape sealed. | | |

| |Bib/overall shall be constructed as provided in categories A&B (above) and | | |

| |as shown in diagram A, except for the elastic waistband. | | |

| |Bib/overall (3/4 bib) shall have adjustable high density elastic suspenders| | |

| |and Spreader Bar with a chest pocket. | | |

| |A third (3rd) party certificate of compliance shall accompany the bid | | |

| |certifying the finished bib meet ANSI/ISEA 107-2004 standards, including | | |

| |but not limited to water resistance, breathability and other ergonomic | | |

| |factors. | | |

|D7 |Jacket | | |

| |All of the same provisions as provided in Category D1, except that there is| | |

| |no requirement for an opening in the back of the jacket (i.e., no opening | | |

| |in the back of the jacket for fall protection equipment access). | | |

|D8 |Jacket | | |

| |All of the same provisions as provided in Category D3, except that there is| | |

| |no requirement for an opening in the back of the jacket (i.e., no opening | | |

| |in the back of the jacket for fall protection equipment access). | | |

|E |Non-High Visibility Rainwear Apparel | | |

| |Oxford Nylon, Polyurethane Coating, Felled, Double Gang Stitched And Tape | | |

| |Sealed Seams, Flame Retardant, Various Colors. | | |

|E1 |Jacket/Parka | | |

| |Fuller Cut, Hood With Storm Bill, Rolls Into Collar, Storm | | |

| |Fly Front. | | |

|E2 |Bib/Overalls | | |

| |3/4 Bib | | |

| |Heavy duty Suspenders With Spreader Bar | | |

| |Pocket on chest. | | |

|E3 |Waist Pant | | |

| |Same Construction as Jacket and Bib | | |

| |Elastic Waist Band. | | |

|F |Specialty - High Visibility Rainwear Apparel: See ATTACHMENT B for special | | |

| |requirements | | |

|F1 |Parka/Jacket | | |

| |The Parka shall be a full zip and snap garment with waterproof taped seams.| | |

| |Shell Fabric - The VizMax™ High Visibility fabric (or equal) shall comply | | |

| |with ANSI 107-2004 and EN 471. Third party test results shall be provided | | |

| |with bid. | | |

| |The back shall be extended approximately 3 ½” inches from the front for | | |

| |additional protection and shall be well rounded and symmetrical on both | | |

| |sides. This extension shall incorporate a fully enclosed elastic shock | | |

| |cord with no loose ends that can be cinched using a tension-loaded barrel | | |

| |lock on either side. | | |

| |The sleeves shall be 2-piece coat style construction finished with an | | |

| |elasticized 2” cuff with a snap tab closure. There shall be 3 snaps for | | |

| |cuff adjustment. The under sleeves shall feature ventilating pit-zips with| | |

| |a zipper or snaps. The pit-zips shall be covered with a welt of shell | | |

| |material. | | |

| | The stand up collar shall measure approximately 4” in height and be well | | |

| |shaped and symmetrical. The hood shall measure approximately 11” in height | | |

| |by 8” in width. The hood shall be shaped to allow peripheral vision. The | | |

| |hood shall be finished with elastic shock cords with tension loaded barrel | | |

| |locks for proper adjustment. The hood shall be able to roll up into | | |

| |parka/jacket. | | |

| |The parka lining shall be 100% nylon taffeta. There shall be a left inside| | |

| |welt pocket that measures approximately 9” wide X 9” deep. The pocket | | |

| |shall close with a piece of hook and loop fastener that shall be centered | | |

| |on the top of the pocket welt. | | |

| |The fabric shall be windproof/waterproof and allow for moisture vapor | | |

| |transmission (breathability). | | |

| |Storm-fly front closure. The Parka shall have a 2-way zipper that shall | | |

| |extend to the edge of the collar. The Parka shall feature snow | | |

| |proof-covered pockets that shall be lined front and back with fleece or | | |

| |similar product. | | |

| |All seams and retro-reflective tape shall be sealed with hot air applied | | |

| |tape to ensure waterproof integrity | | |

| |. The minimum fabric requirements shall meet the performance levels for the| | |

| |VizMax™ fabric as listed below. (Minimum standards for ANSI 107-2004 given | | |

| |for reference) | | |

| |A third (3rd) party certificate of compliance shall accompany the bid | | |

| |certifying the finished bib meet ANSI/ISEA 107-2004 standards, including | | |

| |but not limited to water resistance, breathability and other ergonomic | | |

| |factors. | | |

|F2 |Pant | | |

| |The pant shall have the same material properties as provided in product | | |

| |F1(e.g., fluorescent orange and yellow/green). The pant shall meet ANSI | | |

| |Class E requirements. | | |

| |General Design - The pants shall feature an elastic waistband with a | | |

| |draw-cord, and a cut through pocket with two snaps on either side. The | | |

| |elastic shall be 2" wide sewn completely around. The outside bottom of | | |

| |each leg shall have a nylon coil zipper 16" long with an over-fly of | | |

| |self-goods to cover the zipper. The over-fly shall be closed with snaps. | | |

| |There shall be 2-inch wide 3M silver reflective or yellow/green high gloss | | |

| |tape sewn to the shell. The reflective properties of the reflective tape | | |

| |and configuration shall meet and exceed the EN-471 and ANSI 107 Class 3 | | |

| |minimum requirements. The placement configuration shall consist of two | | |

| |horizontal bands of reflective tape on the body and on the sleeves, and two| | |

| |vertical over the shoulder bands (harness style). | | |

| |A third (3rd) party certificate of compliance shall accompany the bid | | |

| |certifying the finished bib meet ANSI/ISEA 107-2004 standards, including | | |

| |but not limited to water resistance, breathability and other ergonomic | | |

| |factors. | | |

ATTACHMENT A

[pic]

ATTACHMENT B

CATEGORY F TEST REQUIREMENTS

Xenon Test

The color after exposure shall be within the areas defined by the coordinates provided in the Standard Table 3. The light fastness of the test sample shall be determined in accordance with ISO 105-B02: 1994 Method 1.

Results

Fluorescent Yellow 4.8

Fluorescent Orange 4.8

Colorfastness to Crocking

The color fastness to crocking both wet and dry shall be at least a 4.0 by the Gray scale for Staining in accordance with AATCC 8-1996.

Dry

Fluorescent Yellow 5.0

Fluorescent Orange 4.5

Wet

Fluorescent Yellow 4.5

Fluorescent Orange 4.5

Colorfastness to Perspiration

The color fastness to perspiration shall be at least a grade 4.0 for color change by the Gray Scale for color change in accordance with AATCC 15-1997.

Fluorescent Yellow 5.0

Fluorescent Orange 5.0

Colorfastness to Laundry

Machine Laundering Domestic Test Method AATCC 61(2A)

Fluorescent Yellow 5.0

Fluorescent Orange 5.0

Machine Laundering Domestic with Bleach Test Method AATCC 61(2A)

Fluorescent Yellow 4.5

Fluorescent Orange 4.5

Machine Laundering Commercial Test Method AATCC 61(3A)

Fluorescent Yellow 4.5

Fluorescent Orange 4.5

Machine Laundering Commercial with Bleach Test Method AATCC 61(4A)

Fluorescent Yellow 4.5

Fluorescent Orange 4.5

Heat: Hot Pressing Test Method AATCC 133

Dry Pressing @ 110o C

Fluorescent Yellow 5.0

Fluorescent Orange 5.0

Dry Pressing @ 150o C

Fluorescent Yellow 5.0

Fluorescent Orange 5.0

Dry Pressing @ 200 C

Fluorescent Yellow 4.5

Fluorescent Orange 4.5

Key to AATCC Gray Scale Rating (applies to all above)

Class 5 – Negligible or no color alteration

Class 4 – Slight color change

Class 3 – Noticeable color change

Class 2 – Considerable color change

Class 1 – Much color alteration

Dimensional Change of Background Material

The dimensional change of background material shall not exceed +/- 4% in length and +/- 2% in width.

Test Method AATCC 135-1995 (3) IIIA (iii)

Machine Wash @ 105o F Permanent Press Cycle / Tumble Dry Perm. Press Cycle

Fluorescent Yellow

Length 0.6% 4.0% max.

Width 0.6% 2.0% max

Fluorescent Orange

Length 1.0% 4.0% max

Width 0.4% 2.0% max

Test Method AATCC 96 IIIe-A

Commercial Laundering @ 145o F Tumble Dry

Fluorescent Yellow

Length 1.1% 4.0% max.

Width 0.7% 2.0% max

Fluorescent Orange

Length 1.1% 4.0% max

Width 0.7% 2.0% max

Determination of Color – ANSI 107-2004

The color shall be measured in accordance with the procedures defined in ASTM E1164-94 with polychromatic illumination D65 and 45/0 (0/45) geometry and 2o standard observer. The specimen shall have a black underlay with a reflectance of less than 0.04.

VizMax™ Performance Fabric

Composition: 36% Polyurethane/64% Polyester

Property Units Typical Value Method

Weight gsm 180 BS3424pt1

Width cms 148 BS3424pt1

Tensile Strength N/50mm Warp 1050 BSENISO1421

Weft 850

Tear Strength Newtons Warp 45 BS3424pt5

Tongue Weft 45

Hydrostatic Head Kpa as rec 30 BS3424pt26

After wash >30

After Flex 30

Breathability % 80 BS7209

Water Vapor Pa/W Rct7m2 DIN EN 31 092

3.6 PRICE SHEETS AND EVALUATION

Formula: Item unit price times order quantity weighted factor, times size weighted factor

equals evaluation price. All evaluation prices will be summed to determine a total evaluation price for the item. All prices are FOB destination, freight charges prepaid and included in the bid price.

CATEGORY A

A1. Reversible Raincoat - Reversible waterproof, windproof, breathable 3 layer Gore-Tex CROSSTECH fabric

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 50% x 80% = $______

9 to 16 $_____/each x 40% x 80% = $______

17 to 24+ $_____/each x 10% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 50% x 15% = $______

9 to 16 $_____/each x 40% x 15% = $______

17 to 24+ $_____/each x 10% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 50% x 5% = $______

9 to 16 $_____/each x 40% x 5% = $______

17 to 24+ $_____/each x 10% x 5% = $______

________________________________________________________________

Total Evaluation price for Item A1 $_______

A2. Waterproof trousers - Durable rip stop Taslan nylon shell fabric with a breathable printed back coating and durable cordura patch fabric

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 50% x 80% = $______

9 to 16 $_____/each x 40% x 80% = $______

17 to 24+ $_____/each x 10% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 50% x 15% = $______

9 to 16 $_____/each x 40% x 15% = $______

17 to 24+ $_____/each x 10% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 50% x 5% = $______

9 to 16 $_____/each x 40% x 5% = $______

17 to 24+ $_____/each x 10% x 5% = $______

________________________________________________________________

Total Evaluation price for Item A2 $_______

A3. All-weather Jacket with CROSSTECH fabric in OD Green, Dark Navy, and Black -

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 50% x 80% = $______

9 to 16 $_____/each x 40% x 80% = $______

17 to 24+ $_____/each x 10% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 50% x 15% = $______

9 to 16 $_____/each x 40% x 15% = $______

17 to 24+ $_____/each x 10% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 50% x 5% = $______

9 to 16 $_____/each x 40% x 5% = $______

17 to 24+ $_____/each x 10% x 5% = $______

________________________________________________________________

Total Evaluation price for Item A3 $_______

A4. Reversible Duty Jacket

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 50% x 80% = $______

9 to 16 $_____/each x 40% x 80% = $______

17 to 24+ $_____/each x 10% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 50% x 15% = $______

9 to 16 $_____/each x 40% x 15% = $______

17 to 24+ $_____/each x 10% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 50% x 5% = $______

9 to 16 $_____/each x 40% x 5% = $______

17 to 24+ $_____/each x 10% x 5% = $______

________________________________________________________________

Total Evaluation price for Item A4 $_______

A5. Public Safety Parka-

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 50% x 80% = $______

9 to 16 $_____/each x 40% x 80% = $______

17 to 24+ $_____/each x 10% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 50% x 15% = $______

9 to 16 $_____/each x 40% x 15% = $______

17 to 24+ $_____/each x 10% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 50% x 5% = $______

9 to 16 $_____/each x 40% x 5% = $______

17 to 24+ $_____/each x 10% x 5% = $______

________________________________________________________________

Total Evaluation price for Item A5 $_______

Total Evaluation price for Category A $_______

CATEGORY B

B1. Jacket, 30" Long, Polyurethane/Nylon Per Type B Specifications. Raglan Sleeve Construction, Full Cut. Vents Front and Back, With Mesh Back and Pit Vents

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 80% = $______

9 to 16 $_____/each x 15% x 80% = $______

17 to 24+ $_____/each x 10% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

________________________________________________________________

Total Evaluation price for Item B1 $_______

B2. Overalls, Polyurethane/Nylon per Type B Specifications. 3/4 Bib, adjustable quick release suspenders, fly access and adjustable lower leg

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 80% = $______

9 to 16 $_____/each x 15% x 80% = $______

17 to 24+ $_____/each x 10% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

________________________________________________________________

Total Evaluation price for Item B2 $_______

B3. Pants, Polyurethane/Nylon per Type B Specifications.

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 80% = $______

9 to 16 $_____/each x 15% x 80% = $______

17 to 24+ $_____/each x 10% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

________________________________________________________________

Total Evaluation price for Item B3 $_______

B4. Rainwear Ensemble.

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 80% = $______

9 to 16 $_____/each x 15% x 80% = $______

17 to 24+ $_____/each x 10% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

________________________________________________________________________

Total Evaluation price for Item B4 $_______

Total Evaluation price for Category B $_______

CATEGORY C

C1. Jacket, Fuller Cut, Hood With Storm Bill, Rolls Into Collar, Felled, Double Gang Stitched And Tape Sealed Seams, Flame Retardant

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 80% = $______

9 to 16 $_____/each x 15% x 80% = $______

17 to 24+ $_____/each x 10% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

________________________________________________________________________

Total Evaluation price for Item C1 $_______

C2. Overalls, 3/4 Bib, H/D Suspenders W Felled, Double Gang Stitched and Tape Sealed Seams, Flame Retardant

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 80% = $______

9 to 16 $_____/each x 15% x 80% = $______

17 to 24+ $_____/each x 10% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

________________________________________________________________

Total Evaluation price for Item C2 $_______

C3. Parka Coat, Fuller Cut, Full Length Side Pockets, Fully Vented Cape Back, Felled, Double Gang Stitched and Tape Sealed Seams, Flame Retardant

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 80% = $______

9 to 16 $_____/each x 15% x 80% = $______

17 to 24+ $_____/each x 10% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

________________________________________________________________

Total Evaluation price for Item C3 $_______

C4. Jacket, 30”, fuller cut, hood with storm bill rolls into collar, Nylon 200 denier oxford nylon, polyurethane coating 9 mil, 4.5 oz. per square yard, stitched and taped seams, flame retardant.

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 80% = $______

9 to 16 $_____/each x 15% x 80% = $______

17 to 24+ $_____/each x 10% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

_______________________________________________________________________

Total Evaluation price for Item C4 $_______

C5. Overalls, ¾ bib, heavy-duty suspender buckles, heavy-duty suspenders with crossovers, heavy-duty snaps, Nylon 200 denier oxford nylon, polyurethane coating 9 mil, 4.5 oz. per square yard, stitched and taped seams, flame retardant.

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 80% = $______

9 to 16 $_____/each x 15% x 80% = $______

17 to 24+ $_____/each x 10% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 10% = $______

9 to 16 $_____/each x 15% x 10% = $______

17 to 24+ $_____/each x 10% x 10% = $______

Total Evaluation price for Item C5 $_______

Total Evaluation price for Category C $_______

CATEGORY D

D1. Jacket

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 25% x 80% = $______

9 to 16 $_____/each x 70% x 80% = $______

17 to 24+ $_____/each x 5% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 15% = $______

9 to 16 $_____/each x 20% x 15% = $______

17 to 24+ $_____/each x 5% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 85% x 5% = $______

9 to 16 $_____/each x 10% x 5% = $______

17 to 24+ $_____/each x 5% x 5% = $______

Total Evaluation price for Item D1 $_______

D2. Pant

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 25% x 80% = $______

9 to 16 $_____/each x 70% x 80% = $______

17 to 24+ $_____/each x 5% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 15% = $______

9 to 16 $_____/each x 20% x 15% = $______

17 to 24+ $_____/each x 5% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 85% x 5% = $______

9 to 16 $_____/each x 10% x 5% = $______

17 to 24+ $_____/each x 5% x 5% = $______

Total Evaluation price for Item D2 $_______

D3. Jacket

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 25% x 80% = $______

9 to 16 $_____/each x 70% x 80% = $______

17 to 24+ $_____/each x 5% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 15% = $______

9 to 16 $_____/each x 20% x 15% = $______

17 to 24+ $_____/each x 5% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 85% x 5% = $______

9 to 16 $_____/each x 10% x 5% = $______

17 to 24+ $_____/each x 5% x 5% = $______

Total Evaluation price for Item D3 $_______

D4. Pant

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 25% x 80% = $______

9 to 16 $_____/each x 70% x 80% = $______

17 to 24+ $_____/each x 5% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 15% = $______

9 to 16 $_____/each x 20% x 15% = $______

17 to 24+ $_____/each x 5% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 85% x 5% = $______

9 to 16 $_____/each x 10% x 5% = $______

17 to 24+ $_____/each x 5% x 5% = $______

Total Evaluation price for Item D4 $_______

D5. Overall/Bib

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 25% x 80% = $______

9 to 16 $_____/each x 70% x 80% = $______

17 to 24+ $_____/each x 5% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 15% = $______

9 to 16 $_____/each x 20% x 15% = $______

17 to 24+ $_____/each x 5% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 85% x 5% = $______

9 to 16 $_____/each x 10% x 5% = $______

17 to 24+ $_____/each x 5% x 5% = $______

Total Evaluation price for Item D5 $_______

D6. Overall/Bib

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 25% x 80% = $______

9 to 16 $_____/each x 70% x 80% = $______

17 to 24+ $_____/each x 5% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 15% = $______

9 to 16 $_____/each x 20% x 15% = $______

17 to 24+ $_____/each x 5% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 85% x 5% = $______

9 to 16 $_____/each x 10% x 5% = $______

17 to 24+ $_____/each x 5% x 5% = $______

Total Evaluation price for Item D6 $_______

D7. Jacket

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 25% x 80% = $______

9 to 16 $_____/each x 70% x 80% = $______

17 to 24+ $_____/each x 5% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 15% = $______

9 to 16 $_____/each x 20% x 15% = $______

17 to 24+ $_____/each x 5% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 85% x 5% = $______

9 to 16 $_____/each x 10% x 5% = $______

17 to 24+ $_____/each x 5% x 5% = $______

Total Evaluation price for Item D7 $_______

D8. Jacket

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 25% x 80% = $______

9 to 16 $_____/each x 70% x 80% = $______

17 to 24+ $_____/each x 5% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 15% = $______

9 to 16 $_____/each x 20% x 15% = $______

17 to 24+ $_____/each x 5% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 85% x 5% = $______

9 to 16 $_____/each x 10% x 5% = $______

17 to 24+ $_____/each x 5% x 5% = $______

Total Evaluation price for Item D8 $_______

Total Evaluation price for Category D $_______

E1. Jacket/Parka

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 25% x 80% = $______

9 to 16 $_____/each x 70% x 80% = $______

17 to 24+ $_____/each x 5% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 15% = $______

9 to 16 $_____/each x 20% x 15% = $______

17 to 24+ $_____/each x 5% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 85% x 5% = $______

9 to 16 $_____/each x 10% x 5% = $______

17 to 24+ $_____/each x 5% x 5% = $______

Total Evaluation price for Item E1 $_______

E2. Bib/Overalls

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 25% x 80% = $______

9 to 16 $_____/each x 70% x 80% = $______

17 to 24+ $_____/each x 5% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 15% = $______

9 to 16 $_____/each x 20% x 15% = $______

17 to 24+ $_____/each x 5% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 85% x 5% = $______

9 to 16 $_____/each x 10% x 5% = $______

17 to 24+ $_____/each x 5% x 5% = $______

Total Evaluation price for Item E2 $_______

E3. Waist Pant

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 25% x 80% = $______

9 to 16 $_____/each x 70% x 80% = $______

17 to 24+ $_____/each x 5% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 15% = $______

9 to 16 $_____/each x 20% x 15% = $______

17 to 24+ $_____/each x 5% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 85% x 5% = $______

9 to 16 $_____/each x 10% x 5% = $______

17 to 24+ $_____/each x 5% x 5% = $______

Total Evaluation price for Item E3 $_______

Total Evaluation price for Category E $_______

F1. Parka/Jacket

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 25% x 80% = $______

9 to 16 $_____/each x 70% x 80% = $______

17 to 24+ $_____/each x 5% x 80% = $______

______________________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 15% = $______

9 to 16 $_____/each x 20% x 15% = $______

17 to 24+ $_____/each x 5% x 15% = $______

______________________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 85% x 5% = $______

9 to 16 $_____/each x 10% x 5% = $______

17 to 24+ $_____/each x 5% x 5% = $______

Total Evaluation price for Item F1 $_______

F2. Parka/Jacket

Manufacturer: ______________

Brand: ______________

Colors Available: ______________

Size and Factors XS-XL Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 25% x 80% = $______

9 to 16 $_____/each x 70% x 80% = $______

17 to 24+ $_____/each x 5% x 80% = $______

________________________________________________________________

Size and Factors 2X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 75% x 15% = $______

9 to 16 $_____/each x 20% x 15% = $______

17 to 24+ $_____/each x 5% x 15% = $______

________________________________________________________________

Size and Factors 3X Ordering Factor Size Factor Evaluation Price

Qty:

1 to 8 $_____/each x 85% x 5% = $______

9 to 16 $_____/each x 10% x 5% = $______

17 to 24+ $_____/each x 5% x 5% = $______

Total Evaluation price for Item F2 $_______

Total Evaluation price for Category F $_______

CUSTOM ORDERS TYPE PRICE

(Indicate if price is different for different type) (Not included in evaluation)

1. EXTRA LENGTH 4" In Jackets And Coats $

2. EXTRA LENGTH (36" LENGTH) Bib and Trousers $

3. POCKET, 7-1/2" SQUARE, Inside Jacket, $

4. POCKET, Outside Hip on Trouser $

5. OPTIONAL PRICING – 2 “ stripes on product A1 _______ $_________________

6. OPTIONAL PRICING – 1-1/2” stripes on product A2 _______ $_________________

SILK-SCREENING:

Set up fee* $

Price each: $ ______

*(PURCHASER WILL PROVIDE CAMERA READY ARTWORK)

3.7 CERTIFICATION OF INMATE WAGES

To receive consideration, eligible bidders requesting preference under RCW 43.19.535 must complete and submit a Certificate of Inmate Wages form with their bid. This form is available via our Internet site at or main page , or by calling (360) 902-7400.

3.8 REQUEST FOR SAMPLES

A product sample shall be requested from the apparent low bidder for each product category. Samples will be selected by the Evaluation Committee. An e-mail request from the Contracts Specialist will be sent to the bidder requesting selected samples. Samples will be inspected to verify compliance with bid specifications and quality requirements prior to contract award.

3.9 EQUAL PRODUCTS

Bidders who bid equal items shall also submit technical documents/descriptive literature with their bid. The literature/documents shall fully and clearly validate the equality of the product bid. Failure to provide this information with your bid or failure to clearly validate the equality may be grounds to reject your bid.

BID EVALUATION

4.1 EVALUATION / AWARD

The contract shall be awarded to the lowest responsive and responsible bidder(s) per category subject to the preferences provided by law, based upon lowest cost to Washington State by evaluated total. Award criteria shall include all factors identified in RCW 43.19 and the contractual requirements provided herein. All item unit prices will be assigned an order quantity weight factor and a size weight factor (as shown on the price sheets), based on Customers’ ordering history. All evaluation prices will be summed to determine a total evaluation price for the item. All item evaluation sums will again be totaled to determine one evaluation price for each product category. Bidders may bid on one or more categories, but must bid on all items within a category. The state reserves the right to aggregately award categories, as deemed in the best interest of the state.

4.2 EVALUATION CONFERENCE

To aid in the evaluation process, after bid opening, the state may require individual bidders to appear at a date, time and place determined by the state for the purpose of conducting discussions to determine whether both parties have a full and complete understanding of the nature and scope of contractual requirements. In no manner shall such action be construed as negotiations or an indication of the state’s intention to award.

CONTRACT REQUIREMENTS

5.1 RETENTION OF RECORDS

The contractor shall maintain, for at least three years after completion of this contract, all relevant records pertaining to this contract. This shall include, but not be limited to, all records pertaining to actual contract performance from the date of contract award. It shall also include information necessary to document the level of utilization of MWBE’s and other businesses as subcontractors and suppliers in this contract as well as any efforts the contractor makes to increase the participation of MWBE’s. The contractor shall also maintain, for at least three years after completion of this contract, a record of all quotes, bids, estimates, or proposals submitted to the Contractor by all businesses seeking to participate as subcontractors or suppliers in this contract. The State shall have the right to inspect and copy such records. If this contract involves federal funds, Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations, or statutes included or referenced in the contract documents.

5.2 REPORTS

The contractor(s) must provide the following report(s) to Office of State Procurement.

Sales and Subcontractor Report

A quarterly Sales and Subcontractor Report (attached) shall be submitted in the format provided by the Office of State Procurement. You can get the report electronically at . Total purchases for each State Agency, University, Community and Technical Colleges must be shown separately. Total purchases for all political subdivisions and non-profit organizations may be summarized as one customer. Additionally, all purchases by the State of Oregon or other purchasers must be reported as an aggregate total.

The report shall include sales information (Section A) and amounts paid to each subcontractor during the reporting period (Section B).

Reports should be rounded to nearest dollar. Contractors will be provided with all necessary sample forms, instructions, and lists. Reports are due thirty (30) days after the end of the calendar quarter, i.e., April 30th, July 31st, October 31st and January 31st.

SPECIAL TERMS AND CONDITIONS

1 PACKAGING

Labeling: Each order shall include a packing slip, showing the name of the ordering agency, order number, contract number, and contractor. Each piece shall be individually wrapped in plastic, with a label showing the state stock number and size.

6.2 DELIVERY

Delivery of all products shall be 30days ARO (after receipt of order) or sooner.

PRICING AND ADJUSTMENTS

Unless otherwise stipulated all bids must include unit prices and extensions where applicable and be otherwise in the format requested.

All bid pricing is to be FOB Destination, freight prepaid and included, for any destination within the State of Washington. If bidder agrees to extend contract pricing to State of Oregon ORCCP members, a percent increase to bid pricing to accommodate additional freight costs to Oregon locations may be indicated in Section 3.2, Bid Submittals.

All pricing shall include the costs of bid preparation, servicing of accounts, and all contractual requirements. During contract period pricing shall remain firm and fixed for at least 180 calendar days after effective date of contract. Thereafter, adjustments in pricing will be at the discretion of the State Procurement Officer and shall:

• be the result of increases at the manufacturer's level, incurred after contract commencement date, and verified by the Producers Price Index.

a not produce a higher profit margin than that on the original contract.

b clearly identify the items impacted by the increase.

c be filed with Contracts Specialist a minimum of 45 calendar days before the effective date of proposed increase.

d be accompanied by documentation acceptable to the Contracts Specialist sufficient to warrant the increase.

• Any approved price increases shall remain firm and fixed for at least 180 calendar

days after effective date of increase.

During the contract period, any price declines at the manufacturer’s level or cost reductions to Contractor shall be reflected in a reduction of the contract price retroactive to Contractor's effective date.

During the term of this contract, should the contractor enter into pricing agreements with other customers providing greater benefits or lower pricing, contractor shall immediately amend the state contract to provide similar pricing to the state if the contract with other customers offers similar usage quantities, and similar conditions impacting pricing. Contractor shall immediately notify the state of any such contracts entered into by contractor.

4 CONTRACTOR PERFORMANCE

General Requirements: The state, in conjunction with purchasers, monitors and maintains records of Contractor performance. Said performance shall be a factor in evaluation and award of this and all future contracts. Purchasers will be provided with product/service performance report forms to forward reports of superior or poor performance to the State Procurement Officer.

6.5 PURCHASING CARD ACCEPTANCE

In an effort to streamline the purchasing and payment process, the State is encouraging agencies to use the state contracted purchasing card to facilitate small dollar purchases. While at the present time, it is not mandatory that contractors accept credit card purchases, we encourage all state contractors to consider this alternate payment process. Please indicate in Bid Submittals which card(s) you presently accept and payment discount you may offer the state. The current card available for state agency use is a VISA product.

6.6 Purchases by Nonprofit Corporations

Legislation allows nonprofit corporations to participate in state contracts for purchases administered by OSP. By mutual agreement with OSP, the contractor may sell goods or services at contract pricing awarded under this contract to self certified nonprofit corporations. Such organizations purchasing under this contract shall do so only to the extent they retain eligibility and comply with other contract and statutory provisions. The contractor may make reasonable inquiry of credit worthiness prior to accepting orders or delivering goods or services on contract. The state accepts no responsibility for payments by nonprofit corporations. Their use of the contracts may significantly increase the purchase volume. Their orders are subject to the same contract terms, conditions and pricing as state agencies.

End of bid

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download