bid specifications for work clothes for various …

67
Virginia E. Haines, Freeholder Director John P. Kelly, Freeholder Deputy Director Gerry P. Little, Freeholder Gary Quinn, Freeholder Joseph H. Vicari, Freeholder Michael J. Fiure, Director, Management & Budget Jennifer L. Bowens, Purchasing Agent COUNTY OF OCEAN ADMINISTRATION BUILDING 101 HOOPER AVENUE TOMS RIVER, NEW JERSEY 08753 BID SPECIFICATIONS FOR WORK CLOTHES FOR VARIOUS DEPARTMENTS 2019 Bid Category: Clothing, Textiles, Laundry Equipment, and Supplies - 06

Upload: others

Post on 16-Jan-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Virginia E. Haines, Freeholder Director

John P. Kelly, Freeholder Deputy Director

Gerry P. Little, Freeholder

Gary Quinn, Freeholder

Joseph H. Vicari, Freeholder

Michael J. Fiure, Director, Management & Budget

Jennifer L. Bowens, Purchasing Agent

COUNTY OF OCEAN

ADMINISTRATION BUILDING

101 HOOPER AVENUE

TOMS RIVER, NEW JERSEY 08753

BID

SPECIFICATIONS

FOR

WORK CLOTHES FOR VARIOUS DEPARTMENTS

2019

Bid Category: Clothing, Textiles, Laundry Equipment, and

Supplies - 06

NOTICE TO BIDDERS

NOTICE IS HEREBY GIVEN that sealed bids for the furnishing and delivery of WORK CLOTHES

FOR VARIOUS DEPARTMENTS for the County of Ocean, will be received by the Purchasing Agent of the

County of Ocean at the Administration Building, 101 Hooper Avenue, Toms River, New Jersey, on Wednesday,

JANUARY 22, 2020 at 11:00 A.M., prevailing time.

Specifications and form of proposal are on the WEBSITE or on file in the Department of Purchase, Room

#224, Administration Building, 101 Hooper Avenue, Toms River, New Jersey and may be obtained upon request.

Direct all inquiries to Jennifer L. Bowens, Purchasing Agent.

Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127

(N.J.A.C. 17:27-1 et seq.) regarding equal employment opportunities and with the requirements of P.L. 1977 C.33

regarding corporate and/or partnership ownership.

*Bid Portal Site – http://www.co.ocean.nj.us/ocbidportal.nsf

The right to reject any and all bids is reserved in accordance with applicable law.

By order of the Board of Chosen Freeholders of the County of Ocean.

Signed: VIRGINIA E. HAINES Freeholder Director

JENNIFER L. BOWENS Purchasing Agent

Page 1 of 65

INSTRUCTIONS TO BIDDERS 1. All Bids:

WILL BE OPENED PUBLICLY IN THE ADMINISTRATION BUILDING, ROOM 119, 101

HOOPER AVENUE, TOMS RIVER, NEW JERSEY, COMMENCING AT 11:00 A.M., PREVAILING

TIME ON THE DATE SPECIFIED IN THE NOTICE TO BIDDERS.

MUST BE ENCLOSED IN A SEALED ENVELOPE BEARING THE NAME AND ADDRESS OF

THE BIDDER, THE NAME OF THE BID AND THE DATE OF BID OPENING.

WHICH ARE TO BE HAND DELIVERED THE DAY OF THE OPENING MUST BE TAKEN AND

PRESENTED TO THE PURCHASING AGENT IN THE ADMINISTRATION BUILDING, ROOM

119, 101 HOOPER AVENUE, TOMS RIVER, NEW JERSEY, AT THE TIME THE BIDS ARE

CALLED FOR.

WHICH ARE TO BE MAILED, MUST BE RECEIVED PRIOR TO 10:30 A.M., PREVAILING TIME

ON THE DATE ON WHICH THEY ARE TO BE OPENED, AND SHALL BE MAILED TO THE:

CLERK OF THE BOARD OF FREEHOLDERS

101 HOOPER AVENUE - ROOM 328

P.O. BOX 2191

TOMS RIVER, NJ 08754-2191

THE COUNTY WILL NOT BE RESPONSIBLE FOR LATE MAIL DELIVERIES AND NO BIDS

WILL BE ACCEPTED IF RECEIVED AFTER THE TIME STIPULATED IN THE NOTICE TO

BIDDERS.

2. Bidders shall complete and sign all documents included with the bid package. Failure to do so may be cause

for rejection. Electronic/Stamp Signatures will not be accepted. Each bid MUST be signed in ink or

ballpoint pen by person authorized to do so; photocopies will not be accepted.

Documents may include, but are not limited to:

Non Collusion Affidavit

Affirmative Action Questionnaire

Signature Page

Statement of Ownership (N.J.S.A. 52:25-24.2) (Mandatory Document)

Disclosure of Investment Activities in Iran (Mandatory Document)

Acknowledgment of Receipt of Addenda or Revisions (If Issued, Mandatory Document)

Price Schedule (Mandatory Document)

Any other documents that may be required in the specifications

3. The County reserves the right to reject all bids in accordance with N.J.S.A. 40A:11-13.2, to waive any

informalities in the bid and to accept the lowest responsible bid in accordance with applicable law.

4. In case of default by the bidder or contractor, the County of Ocean may procure the articles or services from

other sources and hold the bidder or contractor responsible for any excess cost occasioned thereby.

Page 2 of 65

5. The bidder, if awarded a contract, agrees to protect, defend and save harmless the County against any damage

for payment for the use of any patented material process, article or device that may enter into the manufacture,

construction or form a part of the work covered by either order or contract, and he further agrees to indemnify

and save harmless the County from suits or actions of every nature and description brought against it, for, or

on account of injuries or damages received or sustained by any party or parties by, or from any of the negligent

acts of the contractor, his servants or agents.

6. The contractor shall maintain primary insurance to protect against all claims under Workmen's Compensation,

Comprehensive General Liability and Automobile. The coverage shall apply as primary coverage with respect

to any other insurance or self-insurance program afforded to the County. There shall be no endorsement or

modification of this coverage to make it excess over other available insurance/coverage; alternatively, if the

CGL and umbrella, excess of reinsurance states that it is pro rata, it shall be endorsed to be primary with

respect to the County. Primary coverage shall be subject to approval for adequacy of protection as per the

following limits:

Worker's Compensation

1. Limits according to Worker's compensation Laws of the State of New Jersey.

2. Contractor's Liability not less than $100,000.

Comprehensive General Liability

1. Bodily Injury - $500,000 per person; $1,000,000 per occurrence.

2. Property Damage - $1,000,000 per occurrence.

Comprehensive General Liability shall include the following:

1. Coverage for explosion, collapse or underground hazards.

2. Occurrence basis coverage.

3. Broad form property damage coverage.

4. Coverage for personal injury sustained by any person as a result of an

offense directly or indirectly related to the employment of such person

by the insured.

Comprehensive Automobile Liability shall include the following:

Business auto liability insurance or its equivalent with a minimum limit of

$1,000,000 per accident and including coverage for all of the following:

Liability arising out of the ownership, maintenance or use of any auto;

Auto non-ownership and hired car coverage.

Contractor's Worker's Compensation, Comprehensive General Liability and

Comprehensive Automobile Liability arising out of sub-contractor's

operations shall be identical as that listed above.

Copies of each insurance certificate shall be furnished to the County when requested.

Page 3 of 65

7. It is to be understood by the bidder that this bid is submitted on the basis of specifications prepared by the

County and the fact that any bidder is not familiar with these specifications or conditions will not be accepted

as an excuse.

8. NO BID SECURITY

9. NO PERFORMANCE BOND

10. Bidders must use the proposal form furnished by the County when submitting their bid.

11. A copy of bidder’s New Jersey Business Registration Certificate should be included with the bid. If it is not,

it will be required prior to award of the contract.

12. Insert prices for furnishing all of the material and/or labor described or required. Prices shall be net, including

any charges for packing, crating, containers, etc. and all transportation charges fully prepaid by the contractor

F.O.B. destination and placement at locations specified by the County. No additional charges will be allowed

for any transportation costs resulting from partial shipments made at the vendor's convenience when a single

shipment is ordered.

13. Payments will be made upon the approval of vouchers submitted by the successful bidders in accordance with

the requirements of the Board of Chosen Freeholders and subject to the Board of Freeholders customary

procedures. The County will not pay interest or late fees regardless of language provided.

14. Contract will be awarded on a line item basis, for Sections I-VI and on a lump sum basis for Sections VII-X.

The County reserves the right to award multiple contracts for Section XI only. BIDDER MUST QUOTE

ALL ITEMS IN ANY LUMP SUM SECTION (VII-X). Partial bids will not be considered. For all

sections, bidders must provide one unit price for all sizes specified. No extra charges will be allowed for sizes

shown in the specifications. Adding additional charges may be cause for rejection of bid. Show

manufacturer’s names and style numbers where indicated.

15. In the event that there is a discrepancy between the unit prices and the extended totals, the unit prices shall

prevail. In the event there is an error of the summation of the extended totals, the computation by the OWNER

of the extended totals shall govern.

16. Award will be made by Ocean County Board of Chosen Freeholders within sixty (60) days after receipt of

bids.

17. Prevailing Wage & Labor Laws. The New Jersey Prevailing Wage Act (P.L. 1963, Chapter 150) and

provisions of the State Labor Laws must be complied with by the successful bidder, if applicable. The current

Prevailing Wage Rates can be found online at http://lwd.dol.state.nj.us/labor/forms_pdfs/lsse/ocean.pdf.

18. Equal or Tie Bids. The County of Ocean reserves the right to award at their discretion to any one of the tie

bidders where it is most advantageous for the County to do so, pursuant to N.J.S.A. 40A:11-6.1.

19. The County of Ocean is exempt from any State sales tax or Federal excise tax.

20. For purpose of evaluation where an equivalent product is being furnished, bidder must indicate any variation

to our specifications no matter how slight. If no variations are indicated, it will be construed that the bid fully

complies with our specifications.

Page 4 of 65

21. Quantities shown are approximate and the County reserves the right to decrease or omit quantities. The

County also reserves the right to increase quantities to twenty (20) percent of the maximum quantities listed

at the unit price bid, in accordance with N.J.A.C. 5:30-11.3.

22. The contract shall be in effect for one (1) year from date of award or until delivery is complete unless otherwise

stated. The County reserves the right to extend the term of the contract pursuant to N.J.S.A. 40A:11-15.

23. Bids may be hand delivered or mailed per legal notice to bidders. In the case of mailed bids, the County

assumes no responsibility for bids received after the designated date and time and will return late bids to the

bidder unopened.

24. Delivery shall be made upon receipt of a Purchase Order issued by the Ocean County Department of Purchase,

upon which delivery locations and needed quantities shall be indicated.

25. All contractors must comply with the provisions of New Jersey Statute Title 40A:11-18, when applicable.

26. Public Works Contractor Registration Act, N.J.S.A. 34:11-56.48 et seq. The bidder must comply with the

provisions of "The Public Works Contractor Registration Act", if applicable.

All named contractors must be registered with the Department of Labor and Workforce Development

pursuant to the Public Works Contractor Registration Act at the time the proposal is received, or the

proposal will be determined to be non-responsive.

Any non-listed contractor must be registered with the Department of Labor and Workforce Development

prior to physically starting work. It is the responsibility of the General Contractor to insure that all non-

listed sub-contractors comply.

Contractors are encouraged to submit their and all named sub-contractors’ Public Works Contractor

Registration Certificates with the bid.

27. This agreement shall not be assigned without the written consent of the County of Ocean.

28. NJ ONE CALL. By presenting a bid, contractor declares that he is aware of and, if required, will comply

with the requirements of the "Underground Facility Protection Act (Public Law 1994, Chapter 118)" prior to

commencing any intended excavation. The telephone number to call is 1-800-272-1000.

The successful bidder will be required to show compliance with this requirement by submitting to the

appropriate project coordinator the confirmation number obtained from ONE-CALL before any excavation is

undertaken.

29. Special Surety Bid Requirements for Certain Construction Projects. The attention of the bidder is called to

the provisions of N.J.S.A. 2A:44-143 which requires that the County of Ocean shall only accept performance

and payment bonds from surety companies meeting the requirements of that statute. The bidder shall deliver

with its bid a Consent of Surety. The Bidder's Surety Company shall complete the "Certificate of Surety

Company" which bidder shall submit with its bid.

Page 5 of 65

30. New Jersey Business Registration Requirements.

Pursuant to N.J.S.A. 52:32-44, Ocean County (“Contracting Agency”) is prohibited from entering into a

contract with an entity unless the bidder/proposer/contractor, and each subcontractor that is required by law

to be named in a bid/proposal/contract has a valid Business Registration Certificate on file with the Division

of Revenue and Enterprise Services within the Department of the Treasury.

Prior to contract award or authorization, the contractor shall provide the Contracting Agency with its proof of

business registration and that of any named subcontractor(s).

Subcontractors named in a bid or other proposal shall provide proof of business registration to the bidder, who

in turn, shall provide it to the Contracting Agency prior to the time a contract, purchase order, or other

contracting document is awarded or authorized.

During the course of contract performance:

(1) the contractor shall not enter into a contract with a subcontractor unless the subcontractor first

provides the contractor with a valid proof of business registration.

(2) the contractor shall maintain and submit to the Contracting Agency a list of subcontractors and

their addresses that may be updated from time to time.

(3) the contractor and any subcontractor providing goods or performing services under the contract,

and each of their affiliates, shall collect and remit to the Director of the Division of Taxation in

the Department of the Treasury, the use tax due pursuant to the Sales and Use Tax Act, (N.J.S.A.

54:32B-1 et seq.) on all sales of tangible personal property delivered into the State. Any questions

in this regard can be directed to the Division of Taxation at (609)292-6400. Form NJ-REG can be

filed online at http://www.state.nj.us/treasury/revenue/busregcert.shtml.

Before final payment is made under the contract, the contractor shall submit to the Contracting Agency a

complete and accurate list of all subcontractors used and their addresses.

Pursuant to N.J.S.A. 54:49-4.1, a business organization that fails to provide a copy of a business registration as

required, or that provides false business registration information, shall be liable for a penalty of $25 for each day

of violation, not to exceed $50,000, for each proof of business registration not properly provided under a contract

with a contracting agency.

Please see samples of acceptable Business Registration Certificates on page 7 of specifications.

Page 6 of 65

31. The County has established a "COUNTY COOPERATIVE CONTRACT PURCHASING SYSTEM"

pursuant to N.J.S.A. 40a:11-1 et seq…

The IDENTIFIER for this system is:

CK-02-OC

This system allows local government contracting entities located within the geographical boundaries of the

County to purchase goods and services awarded as a result of this bid proposal if it is extended by the low

bidder.

Goods and services must be made available without substitution or deviation from specifications, size,

features, quality, price or availability as herein set forth. It is understood that orders, if any, will be placed

directly by contracting units, subject to the overall terms of the contract to be awarded by the County of Ocean.

The estimated quantities listed in this specification reflect only the needs of the agencies under the direct

control of the Ocean County Board of Chosen Freeholders. If the vendor chooses to extend the resulting

contract to all other contracting units, the quantities could be higher.

Please check (√ ) the YES or NO box in the Proposal Page to indicate whether or not you will extend contract

prices to all contracting units.

If neither box is checked, it will be understood that you will NOT extend prices.

32. Pay to Play Requirements. Starting in January 2007, all business entities are advised of their responsibility to

file an annual disclosure statement of political contributions with the New Jersey Election Law Enforcement

Commission (ELEC) pursuant to N.J.S.A. 19:44A-20.27 if they receive contracts in excess of $50,000 from

public entities in a calendar year. Business entities are responsible for determining if filing is necessary.

Additional information on this requirement is available from ELEC at 888-313-3532 or at

www.elec.state.nj.us.

33. Statement of Ownership. The provisions of N.J.S.A. 52:25-24.2 applies to all forms of corporations and

partnerships, including, but not limited to, limited partnerships, limited liability corporations, limited liability

partnerships, and Subchapter S corporations.

34. Certification of Non-Involvement in Prohibited Activities in Iran. Pursuant to N.J.S.A. 52:32-58, the bidder

must certify that neither the bidder, nor one of its parents, subsidiaries, and/or affiliates (as defined in N.J.S.A.

52:32-56(e)(3)), is listed on the Department of the Treasury's List of Persons or Entities Engaging in

Prohibited Investment Activities in Iran and that neither is involved in any of the investment activities set

forth in N.J.S.A. 52:32-56(f). If the bidder is unable to so certify, the bidder shall provide a detailed and

precise description of such activities.

35. For further information regarding the specifications contact: Evan Johnson, Senior Buyer, Purchasing

Department, (732) 929-2101.

Page 7 of 65

Page 8 of 65

NON - COLLUSION AFFIDAVIT

STATE OF NEW JERSEY:

: ss

COUNTY OF :

I, of

the City of In the County of __________________________

and the State of , of full age, being duly sworn

according to law on my oath depose and say that:

I am of the firm of

the bidder

making the Proposal for the above-named Project, and that I executed the said Proposal with

full authority so to do; that said bidder has not, directly or indirectly, entered into any agreement,

participated in any collusion, or otherwise taken any action in restraint of free, competitive

bidding in connection with the above-named Project; and that all statements contained in said

Proposal and in this affidavit are true and correct, and made with full knowledge that the

County of Ocean relies upon the truth of the statements contained in said Proposal and in the

statements contained in this affidavit in awarding the contract for the said Project.

I further warrant that no person or selling agency has been employed or retained to

solicit or secure such contract upon an agreement or understanding for a commission,

percentage, brokerage or contingent fee, except bona fide employees or bona fide established

commercial or selling agencies maintained by .

(N.J.S.A. 52:34-15). (Name of Contractor)

__________________________________________

(Also type or print name of affiant under signature)

Subscribed and sworn to

before me this ______________

day of _____________, 20 .

______________________________

Notary Public of

My commission expires

Page 9 of 65

(REVISED 4/10)

EXHIBIT A

MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE

N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127)

N.J.A.C. 17:27

GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS

During the performance of this contract, the contractor agrees as follows:

The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant

for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual

orientation, gender identity or expression, disability, nationality or sex. Except with respect to affectional or

sexual orientation and gender identity or expression, the contractor will ensure that equal employment opportunity

is afforded to such applicants in recruitment and employment, and that employees are treated during employment,

without regard to their age, race, creed, color, national origin, ancestry, marital status, affectional or sexual

orientation, gender identity or expression, disability, nationality or sex. Such equal employment opportunity shall

include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or

recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for

training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees

and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth

provisions of this nondiscrimination clause.

The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees

placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for

employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual

orientation, gender identity or expression, disability, nationality or sex.

The contractor or subcontractor will send to each labor union, with which it has a collective bargaining

agreement, a notice, to be provided by the agency contracting officer, advising the labor union of the contractor's

commitments under this chapter and shall post copies of the notice in conspicuous places available to employees

and applicants for employment.

The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by

the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the

Americans with Disabilities Act.

The contractor or subcontractor agrees to make good faith efforts to meet targeted county employment

goals established in accordance with N.J.A.C. l7:27-5.2.

The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including,

but not limited to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does

not discriminate on the basis of age, race, creed, color, national origin, ancestry, marital status, affectional or

sexual orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue the use

of any recruitment agency which engages in direct or indirect discriminatory practices.

Page 10 of 65

The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that

all personnel testing conforms with the principles of job-related testing, as established by the statutes and court

decisions of the State of New Jersey and as established by applicable Federal law and applicable Federal court

decisions.

In conforming with the targeted employment goals, the contractor or subcontractor agrees to review all

procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without

regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender

identity or expression, disability, nationality or sex, consistent with the statutes and court decisions of the State

of New Jersey, and applicable Federal law and applicable Federal court decisions.

The contractor shall submit to the public agency, after notification of award but prior to execution of a

goods and services contract, one of the following three documents:

Letter of Federal Affirmative Action Plan Approval

Certificate of Employee Information Report

Employee Information Report Form AA302 (electronically provided by the Division and distributed to

the public agency through the Division’s website at www.state.nj.us/treasury/contract_compliance)

The contractor and its subcontractors shall furnish such reports or other documents to the Division of

Purchase & Property, CCAU, EEO Monitoring Program as may be requested by the office from time to time in

order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be

requested by the Division of Purchase & Property, CCAU, EEO Monitoring Program for conducting a compliance

investigation pursuant to Subchapter 10 of the Administrative Code at N.J.A.C. 17:27.

Page 11 of 65

AFFIRMATIVE ACTION QUESTIONNAIRE

NOTICE TO ALL CONTRACTORS

AFFIRMATIVE ACTION REGULATIONS N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1 et seq.)

A. ACTIVITY OF YOUR COMPANY- Indicate below:

Procurement and/or Service Company

Professional Consultant

Other

All Contractors, except Government Agencies, are required to comply with the above law.

B. TO ALL CONTRACTORS:

1. Within seven (7) days after receipt of the notification of intent to award the contract or receipt of the

contract, whichever is sooner, a Contractor should present one of the following to the County of Ocean:

(a) An existing federally approved or sanctioned affirmative action program.

(b) A New Jersey Certificate of Employee Information Report Approval.

(c) If the Contractor cannot present "a" or "b", the Contractor is required to submit a completed

Employee Information Report (Form AA302). This form will be made available to the Contractor

by the County of Ocean.

C. QUESTIONS BELOW MUST BE ANSWERED BY ALL CONTRACTORS:

1. Do you have a Federally approved or sanctioned Affirmative Action Program?

Yes No

(a) If yes, please submit a photocopy of such approval.

2. Do you have a State of New Jersey "Certificate of Employee Information Report" approval?

Yes No

(a) If yes, please submit a photocopy of such certificate.

The undersigned Contractor certifies that he is aware of the commitment to comply with the requirements of N.J.S.A. 10:5-31

et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1 et seq.) and agrees to furnish the required documentation pursuant to the law.

COMPANY:

SIGNATURE:

TITLE:

Note: A contract must be rejected as non-responsive if a contractor fails to comply with the requirements of

N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1 et seq.).

Page 12 of 65

AMERICANS WITH DISABILITIES ACT Equal Opportunity for Individuals with Disabilities

The CONTRACTOR and the COUNTY do hereby agree that the provisions of title II of the Americans

with Disabilities Act of 1990 (the "Act") (42 U.S.C. 12101 et seq.), which prohibits discrimination on the basis

of disability by public entities in all services, programs and activities provided or made available by public

entities, and the rules and regulations promulgated pursuant thereunto, are made a part of this contract. In

providing any aid, benefit, or service on behalf of the COUNTY pursuant to this contract, the CONTRACTOR

agrees that the performance shall be in strict compliance with the Act. In the event that the CONTRACTOR, its

agents, servants, employees, or subcontractors violate or are alleged to have violated the Act during the

performance of this contract, the CONTRACTOR shall defend the COUNTY in any action or administrative

proceeding commenced pursuant to this Act. The CONTRACTOR shall indemnify, protect and save harmless

the COUNTY, its agents, servants and employees from and against any and all suits, claims, losses, demands, or

damages of whatever kind or nature arising out of or claimed to arise out of the alleged violation. The

CONTRACTOR shall, at its own expense, appear, defend and pay any and all charges for legal services and any

and all costs and other expenses arising from such action or administrative proceeding or incurred in connection

therewith. In any and all complaints brought pursuant to the COUNTY'S grievance procedure, the

CONTRACTOR agrees to abide by any decision of the COUNTY which is rendered pursuant to said grievance

procedure. If any action or administrative proceeding results in an award of damages against the COUNTY or if

the COUNTY incurs any expense to cure a violation of the ADA which has been brought pursuant to its grievance

procedure, the CONTRACTOR shall satisfy and discharge the same at its own expense.

The COUNTY shall, as soon as practicable after a claim has been made against it, give written notice

thereof to the CONTRACTOR along with full and complete particulars of the claim. If any action or

administrative proceeding is brought against the COUNTY or any of its agents, servants and employees, the

COUNTY shall expeditiously forward or have forwarded to the CONTRACTOR every demand, complaint,

notice, summons, pleading, or other process received by the COUNTY or its representatives.

It is expressly agreed and understood that any approval by the COUNTY of the services provided by the

CONTRACTOR pursuant to this contract will not relieve the CONTRACTOR of the obligation to comply with

the Act and to defend, indemnify, protect and save harmless the COUNTY pursuant to this paragraph.

It is further agreed and understood that the COUNTY assumes no obligation to indemnify or save harmless

the CONTRACTOR, its agents, servants, employees and subcontractors for any claim which may arise out of

their performance of this Agreement. Furthermore, the CONTRACTOR expressly understands and agrees that

the provision of this indemnification clause shall in no way limit the CONTRACTOR'S obligations assumed in

this Agreement, nor shall they be construed to relieve the CONTRACTOR from any liability, nor preclude the

COUNTY from taking any other actions available to it under any other provisions of this Agreement or otherwise

at law.

Page 13 of 65

SIGNATURE PAGE

The County of Ocean does not discriminate on the basis of handicapped status in the admission or access to, or

treatment, or employment in its programs or activities. The County of Ocean shall allow access to any books, documents, papers and records of the contractor, which are directly pertinent to that specific contract. Compliance is required with all applicable standards, orders, or requirements issued under 306 of the Clean Air Act, Section 508 of the Clean Water Act, Executive Order 11738 and Environmental Protection Agency Regulations (40 CRF, Part 15) which prohibits the use under non-exempt federal contracts, grants or loans of facilities included on the EPA list of violating facilities. "The County of Ocean considers it to be a substantial conflict of interest for any company desiring to do business with the County to be owned, operated or managed by any County employee, nor shall any County personnel be employed by the vendor in conjunction with any work to be performed for or on behalf of the County of Ocean". I HEREBY CERTIFY COMPLIANCE WITH THE FOREGOING.

Partnership The undersigned is a Corporation under the law of the State

Individual of , having principal offices at .

NAME OF COMPANY, CORPORATION OR INDIVIDUAL

- PLEASE PRINT -

SIGNED BY:

PRINT NAME AND OFFICIAL TITLE

ADDRESS:

INCLUDE ZIP CODE

TELEPHONE:

E-MAIL ADDRESS

FEDERAL IDENTIFICATION NO.

Page 14 of 65

STATEMENT OF OWNERSHIP DISCLOSURE N.J.S.A. 52:25-24.2 (P.L. 1977, c.33, as amended by P.L. 2016, c.43)

This statement shall be completed, certified to, and included with all bid and proposal submissions. Failure

to submit the required information is cause for automatic rejection of the bid or proposal.

Name of Organization:

Organization Address:

PART I - Check the box that represents the type of business organization:

Sole Proprietorship (skip Parts II and III, execute certification in Part IV)

Non-Profit Corporation (skip Parts II and III, execute certification in Part IV)

For-Profit Corporation (any type) Limited Liability Company (LLC)

Partnership Limited Partnership Limited Liability Partnership (LLP)

Other (be specific): ______________________________________________

PART II

The list below contains the names and addresses of all stockholders in the corporation who own 10 percent

or more of its stock, of any class, or of all individual partners in the partnership who own a 10 percent or

greater interest therein, or of all members in the limited liability company who own a 10 percent or greater

interest therein, as the case may be. (COMPLETE THE LIST BELOW IN THIS SECTION)

OR

No one stockholder in the corporation owns 10 percent or more of its stock, of any class, or no individual

partner in the partnership owns a 10 percent or greater interest therein, or no member in the limited liability

company owns a 10 percent or greater interest therein, as the case may be. (SKIP TO PART IV)

(Please attach additional sheets if more space is needed):

Name of Individual or Business Entity Address

Page 15 of 65

PART III - Disclosure of 10% or Greater Ownership in the Stockholders, Partners or LLC Members Listed

in PART II

If a bidder has a direct or indirect parent entity which is publicly traded, and any person holds a 10 percent

or greater beneficial interest in the publicly traded parent entity as of the last annual federal Security and

Exchange Commission (SEC) or foreign equivalent filing, ownership disclosure can be met by providing links

to the website(s) containing the last annual filing(s) with the federal Securities and Exchange Commission (or

foreign equivalent) that contain the name and address of each person holding a 10% or greater beneficial interest

in the publicly traded parent entity, along with the relevant page numbers of the filing(s) that contain the

information on each such person. Attach additional sheets if more space is needed.

Website (URL) containing the last annual SEC (or foreign equivalent) filing Page #’s

Please list the names and addresses of each stockholder, partner or member owning a 10 percent or greater interest

in any corresponding corporation, partnership and/or limited liability company (LLC) listed in Part II other than

for any publicly traded parent entities referenced above. The disclosure shall be continued until names and

addresses of every non-corporate stockholder, and individual partner, and member exceeding the 10 percent

ownership criteria established pursuant to N.J.S.A. 52:25-24.2 has been listed. Attach additional sheets if more

space is needed.

Stockholder/Partner/Member and

Corresponding Entity Listed in Part II Address

PART IV Certification

I, being duly sworn upon my oath, hereby represent that the foregoing information and any attachments thereto to

the best of my knowledge are true and complete. I acknowledge: that I am authorized to execute this certification

on behalf of the bidder/proposer; that the County of Ocean is relying on the information contained herein and that I

am under a continuing obligation from the date of this certification through the completion of any contracts with the

County of Ocean to notify the County of Ocean in writing of any changes to the information contained herein; that

I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification, and if I

do so, I am subject to criminal prosecution under the law and that it will constitute a material breach of my

agreement(s) with the, permitting the County of Ocean to declare any contract(s) resulting from this certification

void and unenforceable.

Full Name (Print): Title:

Signature: Date:

Page 16 of 65

DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN

PART 1: CERTIFICATION

BIDDERS MUST COMPLETE PART 1 BY CHECKING EITHER BOX

FAILURE TO CHECK ONE OF THE BOXES WILL RENDER THE BID NON-RESPONSIVE

Pursuant to Public Law 2012, c. 25, any person or entity that submits a bid or otherwise proposes to enter into or renew a contract must complete the

certification below to attest, under penalty of perjury, that neither the person or entity, nor any of its parents, subsidiaries, or affiliates, is identified on

the Department of Treasury's Chapter 25 list as a person or entity engaging in investment activities in Iran. The Chapter 25 list is found on the Division's

website at http://www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf. Bidders must review this list prior to completing the below certification.

Failure to complete the certification will render a bidder's proposal non-responsive. If the Director finds a person or entity to be in violation of

law, s/he shall take action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking

compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party.

PLEASE CHECK THE APPROPRIATE BOX: I certify, pursuant to Public Law 2012, c. 25, that neither the bidder listed below nor any of the bidder's parents, subsidiaries, or

affiliates is listed on the N.J. Department of the Treasury's list of entities determined to be engaged in prohibited activities in Iran pursuant

to P.L. 2012, c. 25 ("Chapter 25 List"). I further certify that I am the person listed below, or I am an officer or representative of the entity

listed below and am authorized to make this certification on its behalf. I will skip Part 2 and sign and complete the Certification below.

OR

I am unable to certify as above because the bidder and/or one or more of its parents, subsidiaries, or affiliates is listed on the

Department's Chapter 25 list. I will provide a detailed, accurate and precise description of the activities in Part 2 below and sign

and complete the certification below. Failure to provide such will result in the proposal being rendered as non-responsive and appropriate

penalties, fines and/or sanctions will be assessed as provided by law.

PART 2: PLEASE PROVIDE FURTHER INFORMATION RELATED TO INVESTMENT ACTIVITIES IN IRAN

You must provide a detailed, accurate and precise description of the activities of the bidding person/entity, or one of its parents,

subsidiaries or affiliates, engaging in the investment activities in Iran outlined above by completing the boxes below.

PLEASE PROVIDE THOROUGH ANSWERS TO EACH QUESTION. IF YOU NEED TO MAKE ADDITIONAL

ENTRIES, PLEASE ADD AN ADDITIONAL SHEET(S) OF PAPER.

Name ______________________________________________ Relationship to Bidder __________________________________

Description of Activities _____________________________________________________________________________________

_________________________________________________________________________________________________________

Duration of Engagement _________________________ Anticipated Cessation Date _____________________________________

Bidder Contact Name __________________________________________Contact Phone Number __________________________

Certification: I, being duly sworn upon my oath, hereby represent and state that the foregoing information and any attachments thereto to the best of

my knowledge are true and complete. I attest that I am authorized to execute this certification on behalf of the above-referenced person or entity. I

acknowledge that the County of Ocean is relying on the information contained herein and thereby acknowledge that I am under a continuing obligation

from the date of this certification through the completion of any contracts with the County to notify the County in writing of any changes to the answers

of information contained herein. I acknowledge that I am aware that it is a criminal offense to make a false statement or misrepresentation in this

certification, and if I do so, I recognize that I am subject to criminal prosecution under the law and that it will also constitute a material breach of my

agreement(s) with the County of Ocean and that the County at its option may declare any contract(s) resulting from this certification void and

unenforceable.

Name of Bidder:

Full Name (Print): Signature:

Title: Date:

Page 17 of 65

BID DOCUMENT CHECKLIST

Bid Title: WORK CLOTHES FOR VARIOUS DEPARTMENTS

Items Submitted

(Bidder's Initials)

A. FAILURE TO SUBMIT ANY OF THESE DOCUMENTS IS

MANDATORY CAUSE FOR REJECTION OF BID.

X Statement of Ownership (N.J.S.A. 52:25-24.2) ______

X Acknowledgment of receipt of addenda or revisions (if issued) ______

X Disclosure of Investment Activities in Iran ______

X Price Schedule ______

B. FAILURE TO SUBMIT ANY OF THESE DOCUMENTS MAY BE

CAUSE FOR REJECTION OF BID.

X Non-Collusion Affidavit ______

X Affirmative Action Questionnaire ______

X Signature Page ______

_____ Catalogs/Price Lists ______

_____ Certification of Available Equipment ______

_____ Compliance Responses ______

_____ Contractor’s Data Sheet ______

_____ Descriptive Literature and Technical Specifications ______

_____ Product Samples ______

_____ References ______

_____ Other: ______

C. DOCUMENTS REQUESTED TO BE INCLUDED WITH THE BID

X Copy of Bidder’s New Jersey Business Registration Certificate ______

_____ Copy of Bidder’s Public Works Contractor Registration Certificate ______

D. THE UNDERSIGNED BIDDER HEREWITH SUBMITS THE ABOVE

REQUIRED DOCUMENTS.

PRINT NAME OF BIDDER: ______________________________________

SIGNED BY: ______________________________________

PRINT NAME AND TITLE: _______________________________________

DATE: _______________________________________

THIS CHECKLIST SHOULD BE INITIALED AND SIGNED WHERE

INDICATED AND RETURNED WITH ALL DOCUMENTS.

Page 18 of 65

ADDENDUM ACKNOWLEDGMENT

COUNTY OF OCEAN

ADDENDUM NO:

ADDENDUM NO:

ADDENDUM NO:

ACKNOWLEDGMENT

PROJECT ENTITLED:

Acknowledgment is hereby made of the receipt of Addendum No. containing

information for the above referenced project.

BIDDER:

BY:

SIGNATURE:

TITLE:

DATE:

NOTE: WHEN AN ADDENDUM IS ISSUED, THIS ACKNOWLEDGMENT MUST BE ENCLOSED

WITH THE PROPOSAL AT THE TIME OF BIDDING. FAILURE TO DO SO WILL

RESULT IN BID REJECTION.

Page 19 of 65

WORK CLOTHES FOR VARIOUS DEPARTMENTS

INTENT

The purpose of these specifications is to provide the various departments and agencies of the County of

Ocean with Work Clothes and related accessories.

NO ASSIGNMENT

This agreement shall not be assigned without the written consent of the County of Ocean which consent

shall not be unreasonably withheld. Assignee shall promptly prepare and complete such documents as the County

shall require.

OWNERSHIP DISCLOSURE

All contractors shall comply with all laws governing the disclosure of all stockholders or partners, as

included in N.J.P.L. 1977, Chapter 33.

BID REVIEW

Bids may be reviewed once the bid meeting has concluded. Additionally, bid results are available in the

Ocean County Purchasing Department on the day following the openings for any interested party that may wish

to review them.

AVAILABILITY OF FUNDS

The County's obligation hereunder is contingent upon the availability of appropriated funds from which

payment for contract purposes can be made. No legal liability on the part of the County for payment of any

money shall arise unless, and until funds are made available each year to the Purchasing Agent for the County of

Ocean.

REQUIREMENTS

(1) All prices bid are FULLY DELIVERED PRICES.

TRANSITIONAL PERIOD

In the event services are terminated by contract expiration or by voluntary termination by either the

Contractor or The County of Ocean, the Contractor shall continue all terms and conditions of said contract for a

period not to exceed one (1) month at the County’s request.

MODIFICATIONS & WITHDRAWALS

Telegraphic or Electronic bids will not be considered. Bids may be withdrawn based on written request

received from the bidder prior to the time fixed for opening. No right for withdrawal exists after the bid has been

opened. Written request shall be signed by the bidder or proper corporate officers.

Page 20 of 65

MATERIALS

UNDER THE SPECIFICATIONS ONLY THE BEST COMMERCIAL PRACTICE IS TO PREVAIL

AND ONLY MATERIALS AND WORKMANSHIP OF FIRST QUALITY ARE TO BE USED.

SAMPLES

One (1) finished sample of each garment or equipment must be available for inspection within ten (10)

days of written request. Failure to furnish these samples on time may be cause for rejection of the bid.

ADJUSTMENTS AND ALTERATIONS

The contractor must provide local tailoring facilities for promptly making necessary alterations and

adjustments. All complaints will be made within thirty (30) days following delivery. In this regard, the County

may request and the vendor shall provide a list of similar contracts which he has performed within the general

Ocean County area. Failure to provide the requested information within ten (10) days of request from the County

may be cause for rejection of the bid.

DELIVERIES

The contractor shall make delivery in seven (7) working days after receipt of order (A.R.O.) on all in stock

items per this proposal, with the exception of custom made items, which will be delivered in thirty (30) days,

A.R.O. This is a requirement of the contract and the contractor warrants by his bid, that he is in a position to

supply and deliver all orders as issued by the County, during the contract period for the merchandise set forth

within the contract.

SHIPMENTS

Merchandise must be new and clean and clearly identified with the Purchase Order Number. When names

and sizes appear on the purchase order, the vendor must identify the garment with the name and size for efficient

sorting and checking. Non-compliance will cause refusal and return of shipment.

RETURNS

The successful vendor will be responsible for managing the prompt pick-up of samples and unacceptable

items. If pick-up is not effected within ten (10) working days of the pick-up request, the County of Ocean will

return said items by common carrier and the vendor will be responsible for the shipping and handling charges.

MEASUREMENTS

Individual measurements are to be taken by the contractor, as required. Perfect fit to be guaranteed. These

measurements are to be taken at a location and date satisfactory to the departments involved. Copies of all

measurements taken shall remain on file with the County. Clothing will be inspected as to material, fit and

workmanship by a duly authorized representative of the County of Ocean. Failure to comply with this provision

will be cause for rescission of the contract.

Page 21 of 65

ORDER QUANTITIES

The County reserves the right to order quantities less than specified.

EMBROIDERY/STITCH COUNT

Stitch counts provided are approximate. The embroidery should achieve a professional look similar to

current quality or better. Please contact the appropriate departments to review samples and/or requirements.

PATCHES

Patches will be supplied by the Departments, but are to be sewn on by the Contractor.

SECTIONS

The various sections listed herein are as follows:

I. Male Apparel

II. Safety Clothing

III. Kitchen and Penal Clothing

IV. Women’s Underwear

V. Athletic Uniforms

VI. Waders and Boots

VII. Buildings & Grounds Department and Road Department

VIII. Transportation Department

IX. Fire & First Aid Training Center, Vehicle Services and Road Department

X. Corrections Work Crew

XI. Discount Rate for Items not listed herein

Page 22 of 65

SECTION I - MALE APPAREL

ITEM 1 – SHIRT, LONG SLEEVE Manufacturer: Dickies, Equestrian Twill, 6 oz., or Equal

Color: Lincoln Green, Navy Blue, Light Blue, Khaki, White, Medium Grey, Brown

(COLORS MUST MATCH TROUSERS IN ITEM 3)

Fabric: 65% Polyester - 35% Cotton

Fabric Treatment: Permanent Press - Soil Resistant

Neck Size: 14 to 20 inclusive

Sleeve Size: 32 to 35 inclusive

ITEM 2 – SHIRT, SHORT SLEEVE Manufacturer: Dickies, Equestrian Twill, 6 oz., or Equal

Color: Lincoln Green, Navy Blue, Light Blue, Khaki, White, Medium Grey, Brown

(COLORS MUST MATCH TROUSERS IN ITEM 3)

Fabric: 65% Polyester - 35% Cotton

Fabric Treatment: Permanent Press - Soil Resistant

Size: S-3XL

ITEM 3 - TROUSERS Manufacturer: Dickies, Equestrian Twill, 8.75 oz., or Equal

Color: Lincoln Green, Navy Blue, Light Blue, Khaki, White, Medium Grey, Brown

(COLORS MUST MATCH SHIRTS IN ITEM 1 AND ITEM 2)

Fabric: 65% Polyester - 35% Cotton

Fabric Treatment: Permanent Press - Soil Resistant

Waist Size: 24" to 52" inclusive, Easy alter waistband

Length: 27" to 35" inclusive ITEM 4 – WORK PANTS

Manufacturer: Carhartt Style #B136, Men’s, or Equal

Color: Moss Green, Dark Brown, Brown, Black, Gravel Gray

Fabric: 12 oz. 100% cotton ring-spun washed duck

Features: multiple tool and utility pockets with left leg hammer loop, full seat and thigh double

front with cleanout openings that accommodate knee pads

Waist Size: 28” to 44” inclusive

Length: 30” to 36” inclusive

ITEM 5 - "T" SHIRT Manufacturer: Jerzees #363 long or short sleeve, or Equal

Color: Blaze Orange, Grey, Blue, Royal Blue

Fabric: 100% Cotton, 5.6oz. Pre-shrunk

Size: S-XXL, size and “long” or “short” to be specified on Purchase Order.

a) Bridges – 10

Buildings & Grounds – 70

Roads – 45

Solid Waste Management – 36

Vehicle Services – 24

b) Silkscreen: Ocean County Buildings & Grounds Lighthouse Logo in white on left chest

(See attached diagram); Buildings & Grounds – 5

c) Silkscreen: “Ocean County Buildings & Grounds” (first line) “Staff” (2nd line) in white on left chest

(See attached diagram); Buildings & Grounds – 5

Page 23 of 65

SECTION I - MALE APPAREL (CONT’D)

ITEM 6 – INSULATED COVERALLS, STANDARD Manufacturer: RedKap CT 30, Big Ben, Carhartt, or Equal

Color: Spruce Green

Fabric: 65% Dacron, 35% Cotton Twill, 7.50 oz.

Fabric Treatment: Permanent Press, Bi-swing action back, two (2) breast pockets, two (2) Hip Pockets, one (1)

rule pocket, two-way zipper front

Style: Zipper front, One (1) piece, Insulated

Size: S-XXL

ITEM 7 – SNOW OVERALLS

Manufacturer: Carhartt Extremes Biberalls #R33, or Equal

Color: Black

Fabric: 1000-denier Cordura nylon, heavyweight

Features: Arctic Quilt Lined, zip to waist, water repellent, zipper front and leg zippers to the hip, snap closure

wind flaps, double knees, zipper hand pockets.

Size: 32-52 Reg, 40-50 Tall

ITEM 8 – TACTICAL LONG SLEEVE SHIRT, MEN Manufacturer: Under Armour Cold Gear® #1244393, or Equal

Description: Infrared tactical fitted mock turtleneck

Size: S-5XL

Color: Blue, Black

ITEM 9 – TACTICAL LONG SLEEVE SHIRT, WOMEN Manufacturer: Under Armour Cold Gear® #1244396, or Equal

Description: Infrared tactical fitted mock turtleneck

Size: S-5XL

Color: Blue, Black

ITEM 10 - THERMAL ZIP UP SWEATSHIRT

Manufacturer: Carhartt 100632, or Equal

Color: Black, Brown, Blue, Green

Size: S-4XL, inclusive

Fabric: Cotton Blend, 100% Polyester Thermal Lining

Embroidery: Buildings & Grounds Logo - see attached diagram

ITEM 11 – HEAVYWEIGHT HOODED SWEATSHIRT

Manufacturer: Rain Defender® Paxton #100615, or Equal

Color: Navy, Tan, Black

Fabric: 13 oz., 75% Cotton/25% Polyester Blend

Features: Water Repellant Finish

Sizes: S-4XL, Inclusive

a.) Embroidered with Buildings & Grounds Logo - see attached diagram

b.) Embroidered with Road Department Logo - see attached diagram

Page 24 of 65

SECTION I - MALE APPAREL (CONT’D)

ITEM 12 – HOODED PULLOVER SWEATSHIRT

Description: Lightweight, no insulation, attached hood with drawstrings, front hand warmer pockets, no

zippers

Color: Black, Grey, Navy

Size: M-4XL, Inclusive

a.) Embroidery: Juvenile Services Raised Program logo with lettering (3/4” H) on front left breast (5 colors,

approximately 15,000 stitch count, 5 ½” H X 4 ¼” W – see attached diagram)

Contact: Richard Seitz, Juvenile Detention Services, (732) 288-7792

Juvenile Services – 5

b.) Embroidery: Buildings & Grounds Logo on left breast – see attached diagram

Contact: Susan Wilmot, Buildings & Grounds, (732) 929-2039

Buildings & Grounds – 5

ITEM 13 – HOODED SWEATSHIRT, ZIPPER-FRONT, MIDWEIGHT

Manufacturer: Carhartt-K122, or Equal

Color: To be determined at time of order

Size: S-4XL Regular, 2XL-5XL Tall

Fabric: 10.5 ounce 50% cotton/50% polyester

Style: Full-length brass front zipper, attached hood with adjustable drawstring, front hand-warmer pockets and

rib-knit cuffs and waistband

Color: Black

a) Embroidery: Juvenile Services Raise Program logo with lettering ( 43 " H) on front left breast (5 colors,

approximately 15,000 stitch count, 5 ½" H x 4 ¼" W – see attached diagram)

Juvenile Services – 5

b) Embroidery: Road Department logo on front left breast. (Color: Goldenrod or Blue, Approximate stitch

count: 11,619, Size: 3.35” H x 3.50” W – see attached diagram)

Roads – 35

ITEM 14 - KNEE BOOTS, RUBBER Manufacturer: Weatherite #5406, or Equal

Fabric: Black Rubber, 16" High

Features: Cushion insole, heavy cleated outsole, vinyl coated counter, heavy duty duck lining

ITEM 15 - SLUSH BOOTS Manufacturer: Wear-Guard, or Equal

Color: Yellow

Description: waterproof specially designed, 17", over-the-boot, full cut for foul weather protection

ITEM 16 – HEAVY DUTY ANTI-SKID KNEE BOOTS

Manufacturer: Servus ® by Honeywell, or Equal

Style: Anti-Skid PVC Knee Boots

Description: soft, pliable, non-cracking PVC, heavy-duty, anti-skid outsole, removable, washable insole,

molded shank (no metal) for extra support, height 14”, plain toe

Sizes: 7-15, Inclusive

Page 25 of 65

SECTION I - MALE APPAREL (CONT’D)

ITEM 17 - HIP BOOTS Manufacturer: LaCrosse #00152030, or Equal

Color: Black

Features: Long Wearing Heavy Duty Industrial Black Rubber Hip Boot, Steel shank with strap hook to belt,

Ozone resistant, Full cushioned insole, Flex cleat with full boot heel

ITEM 18 – HIP BOOTS

Manufacturer: LaCrosse #109050, or Equal

Color: Black

Features: Insulated storm hip boot, midsole, steel toe, rubber upper

ITEM 19 – HIP WADERS

Manufacturer: Proliner Model #3111, or Equal

Features: 100% water proof, one piece seamless construction or stretchable, lightweight and durable 3-ply nylon

jersey material, reinforced knee pads, belt loops, inside draw string, cleated outsole, ykk buckles, 200

grams of 3MTM thinsulate insulation

Size: All

ITEM 20 - GLOVES Manufacturer: Imperial #2634, Kunz #5600, or Equal

Color: Brown

Features: Long cuff, leather palm, Gunn cut with 7/8 leather back, full leather first finger and continuous leather

pull on cuff, elastic strap across back of wrist, no-rip thumb feature, provides protection along seam

between thumb and body of glove, rubberized, waterproof, 2 ½" safety cuff

Size: S-XL

ITEM 21 – WORK GLOVES

Manufacturer: Renegade #2200 (NO EXCEPTIONS)

Features: 2 ½" split safety cuff sewn with Kevlar

Size: XL

ITEM 22 – RAINWEAR

Manufacturer: Plastex Protective Products Stormgard Industrial Rainwear, Style No. 608-800S, or Equal

Color: Yellow

Fabric: PVC/Polyester .35mm – 100% Waterproof

Jacket Features: Storm Flap, 2 patch pockets, corduroy collar, cape ventilated back under-arm air vents

Bib Overall Features: Adjustable suspenders, snap fly front, take-up snaps at waist and ankles, reinforced crotch

Size: S – 4XL

ITEM 23 - RAINSUIT, TWO (2) PIECE Manufacturer: Frogg Toggs Ultra-Lite2, #UL12104-08 (NO EXCEPTIONS)

Color: Bright Yellow

Fabric: Ultra-lightweight, waterproof, breathable, nonwoven polypropylene with bi-laminated technology with

welded waterproof seams

Jacket Features: Hooded, drawstrings around face opening, elastic cuff, zipper with storm flap front

Pant Features: Elastic waist

Size: S-3XL

NOTE: THIS ITEM IS INTENDED FOR HEAVY USAGE AND MUST BE OF RUGGED

CONSTRUCTION, RESISTANT TO TEARS AND SNAGS.

Page 26 of 65

SECTION I - MALE APPAREL (CONT’D)

ITEM 24 – RAINWEAR

Manufacturer: Comfort Brite, or Equal

Features: ANSI/ISEA 107 Class 3 compliant Jacket Suit Class E compliant overall, yellow fluorescent

background with 2” silver reflective tape to reflect light for 360 degree nighttime conspicuity,

Therm-O Rad sealed seams for 100% waterproof protection, mildew resistant. Overall suspenders

with quick release buckles and cross over.

Color: Yellow

Size: M - 4XL

ITEM 25 – RAINSUIT, THREE (3) PIECE

Manufacturer: Abel Products, Style 6900, or Equal

Color: Yellow

Fabric: Heavy duty PVC/Polyester .35mm, 100% Waterproof

Jacket Features: Reinforced pockets and ventilated cape back

Pant Features: Bib overalls, elastic suspenders, flu front, and wide-cut legs and reinforced

Sizes: S – 8XL, Inclusive

Page 27 of 65

SECTION II - SAFETY CLOTHING

ITEM 26 - CLASS III MESH SURVEYOR'S SAFETY GARMENT

Manufacturer: Northern Safety #218789, or Equal

Description: Contrast trim, hi-vis material, zipper closure, 2” silver tape reflective material, 1 horizontal stripe,

meets ANSI/ISEA 107-2015 Standards

Fabric: 100% Polyester Solid Knit Front, 100% Polyester Mesh Back

Pocket Features: Upper Split Pad/Pencil, Upper Radio/Phone, 2 Each Lower Flap Covered, 2 Large Deep

Open Inside, 1 Inside

ITEM 27 – CLASS III WINTER JACKET

Manufacturer: Carhartt 100787, or Equal

Description: Polyester, Water Repellent Finish, Reflective Material, Meets ANSI / ISEA 107-2010

Color: Bright Lime

Sizes: M- 4XL, Inclusive

ITEM 28 – CLASS III FLEECE SWEATSHIRT

Manufacturer: Hi Vis GSS 7003/7004, or Equal

Description: 100% Polyester, 2” Silver Reflective Tape, Two Lower Pouches, Zip Front Closure, Lining is

7.25 oz. Polyester Fleece, Meets ANS/ISEA 107-2010

Color: Orange, Lime

Sizes: S-4XL, Inclusive

Embroidery: Buildings & Grounds Logo - see attached diagram

ITEM 29 – CLASS III WATERPROOF JACKET

Manufacturer: Carhartt 100499, or Equal

Description: Polyester, Waterproof Membrane, Reflective Material, Meets ANSI / ISEA 107-2010

Color: Bright Lime

Sizes: S-4XL, Inclusive

ITEM 30 – CLASS III RAIN PANTS

Manufacturer: Hi Vis A-2322WP, or Equal

Features: Oxford Polyester Hi-Viz Fabric with Polyurethane Coating, Two Pass through Pockets

Adjustable Ankles, Waterproof, Meets ANSI/ISEA 107-2015

Sizes: M-6X

ITEM 31 - CLASS III SHORT SLEEVE “T” SHIRT

Manufacturer: Plastex #8340, or Equal

Description: Short sleeve with left chest pocket, hydro-wicking fabric, sewn on reflective tape

Sizes: M – 5XL

Silkscreen: Road Department Logo Screen-print – see attached diagram

ITEM 32 - CLASS III LONG SLEEVE “T” SHIRT

Manufacturer: Plastex #8342, or Equal

Description: Long sleeve with left chest pocket, hydro-wicking fabric, sewn on reflective tape

Sizes: M – 5XL

Silkscreen: Road Department Logo Screen-print – see attached diagram

Page 28 of 65

SECTION II - SAFETY CLOTHING (CONT’D)

ITEM 33 – CLASS 3 MESH TRAFFIC SAFETY VEST Manufacturer: Northern Safety and Industrial #29786, or Equal

Features: Reflective Hi-Viz mesh, Class 3 Economy Reflective Hi-Viz ANSI Certified to comply with

ANSI/ISEA 107-2004 Class 3 Standards, 100% polyester mesh construction features 2” Silver

Reflective Tape: two (2) shoulder stripes and one (1) 360 degree horizontal stripe, zipper front closure

and two (2) pockets, meets FHWA regulations

Size: S-5XL Sizes must be individual sizes S, M, L, XL, XXL, etc. not combination sizing.

ITEM 34 – SAFETY VEST

Manufacturer: ML Kishigo 1201A (NO EXCEPTIONS)

Color: Lime

Fabric: 100% polyester Ultra-Cool™ mesh

Features: Meets the latest ANSI/ISEA Class 3 standards, six (6) pockets made of solid fabric, 4" velcro front

closure, 2" wide Avery Dennison Omni-Brite™ reflective tape stitched on the front and back.

Size: M - 5XL Sizes must be individual sizes S, M, L, XL, XXL, etc. not combination sizing.

ITEM 35 – DISPOSABLE COVERALLS

Manufacturer: Bob Barker #35902, or Equal

Color: Orange

Size: XL-3XL

Features: 1.5 oz. spun-bonded, non-woven polypropylene (breathable, soft and pliable), full-length zipper

closure, rot resistant, not flame retardant, 25 per case

ITEM 36 – DISPOSABLE SHOE COVERS

Manufacturer: Bob Barker Shoe Cover, #ZDSCVBPE, or Equal

Color: Blue

Description: Cast Polyethylene Shoe Cover with Textured Tread, 300 per case

Size: XL

ITEM 37 – HOODED PULLOVER SWEATSHIRT Manufacturer: Radians #SJ02-3, or Equal

Color: Hi-Viz Lime

Size: M – 5XL

Features: polyester fleece, 2” wide silver reflective material, two (2) pouch pockets, elastic knit wrist and

waistband.

a) Embroidered with Buildings & Grounds Logo - see attached diagram;

b) Embroidery: Road Department logo on front left breast. (Color: Goldenrod or Blue, Approximate stitch

count: 11,619, Size: 3.35” H x 3.50” W, see attached diagram);

ITEM 38 – HARD HAT

Manufacturer: Occunomix Vulcan V200 (NO EXCEPTIONS)

Compliance: ANSI Z89.1, Type I, Class E, G & C

Features: 6 Point Ratchet Suspension, 6 point woven nylon web – crown strap system, polyethylene outer shell,

rain trough and universal accessory slots.

Colors: Safety Orange, Blue, White

Page 29 of 65

SECTION II - SAFETY CLOTHING (CONT’D)

ITEM 39 - HARD HAT LINER Manufacturer: Occunomix #XX301, or Equal

Features: quilted nylon Shell, fleece lined winter liners

ITEM 40 – BROW PAD

Manufacturer: Bullard RBPCOTTON, or Equal

Description: Cotton

Color: Gray

ITEM 41 – HARD HAT LANYARD

Manufacturer: Ergodyne 3155, or Equal

Description: Elastic Hard Hat Lanyard with Clamp, 2 lb. capacity, clamp has double-lock buckle connector

ITEM 42 – FRONT BRIM HARD HAT

Manufacturer: MSA 477483, or Equal

Description: Front Brim Hard Hat, 4 pt. Ratchet Suspension

Color: Blue

Sizes: 7 to 8 ½p

ITEM 43 – MECHANIC STYLE GLOVES, STYLE #1 Manufacturer: MCR Safety Style #1300 (NO EXCEPTIONS)

Style: Select Shoulder Leather Palm Duck Cuff Glove

Features: Split cowhide leather palm cable construction, 2.5" plasticized safety cuff, cotton liner, gunn pattern

Size: XXL

ITEM 44 – MECHANIC STYLE GLOVES, STYLE #2

Manufacturer: Mechanix Original Gloves, or Equal

Color: Black

Features: Machine washable synthetic fabric construction, multi-panel fingertip pattern, stretch knit padded

spandex top

Size: S – XL

ITEM 45 – WORK GLOVES

Manufacturer: MCR 917, or Equal

Description: Synthetic leather palm reinforced with PVC material, gray 2-way stretch material on back,

includes a Kevlar® lining

Sizes: S-2XL, Inclusive

ITEM 46 – KNIT SUMMER WORK GLOVES

Manufacturer: Atlas ASUMG, or Equal

Description: Cotton/polyester knit gloves dipped in latex, textured grip

Sizes: S-XL, Inclusive

ITEM 47 – PREMIUM GOATSKIN LEATHER DRIVERS GLOVES

Manufacturer: Northern Safety & Industrial #2580, or Equal

Features: Strong, Leather Grade A+, pliable grain goat skin provides excellent abrasion resistance and superior

dexterity

Size: All

Page 30 of 65

SECTION II - SAFETY CLOTHING (CONT'D)

ITEM 48 - GLOVES, WATERPROOF

Manufacturer: Body Guard Winter Guard 320 Series Insulated Waterproof High-Dexterity Glove

(NO EXCEPTIONS)

Color: Black

Style: Cold Weather - Waterproof

Features: Waterproof lining 40 grams of Thinsulate™ Insulation, adjustable hook and loop neoprene wrist.

Size: L – XL

ITEM 49 – GLOVES, HEAVY DUTY

Manufacturer: Body Guard Winter Heavy Duty Glove 304 Series

(NO EXCEPTIONS)

Color: Black / Orange

Features: Heavy-duty, hi-dexterity with digital goatskin palm and fingertips; spandex back; adjustable Velcro

neoprene wrist

Size: S – XXL

ITEM 50 – WORK GLOVES, LEATHER PALM, SPLIT SIDE

Manufacturer: NS Hand Protection 3120, or Equal

Features: Premium side split leather covers the palm, knuckles, fingertips, and index finger, Kevlar® stitched,

gunn pattern, wing thumb, elasticized fabric back, and rubberized cuff.

Size: All

ITEM 51 – STRING KNIT GLOVES

Manufacturer: NSI Rufflex Light Coated #22398, As Specified or Equal

Style: Blue Rubber Coating

Sizes: M-XXL

ITEM 52– GRAIN PIGSKIN WORK GLOVES

Manufacturer: Snort’n Boar Style #1927, or Equal

Size: M - XL

Features: Gunn cut and elastic cotton back wing thumb, safety cuff, full leather index finger, fingertips and

knuckle strap

ITEM 53 – KNIT-DIPPED PALM GLOVE

Manufacturer: Shelby Style # 2517, or Equal

Features: Tough lightweight, durable glove. Snug-fitting knit glove with pre-curved design, super tacky latex

palm, Velcro brand tab wrist closure.

Size: L–XXL

ITEM 54 – FLEECE LINED JERSEY GLOVE

Manufacturer: Broner #11-2150, or Equal

Features: fleece lined, brown jersey glove for light heat protection or mild cold protection.

Size: All

ITEM 55 – JERSEY GLOVES

Manufacturer: Broner #11-3, or Equal

Description: Regular weight Brown Jersey Glove, knit wrist, fleecy inside

Size: All

Page 31 of 65

SECTION II - SAFETY CLOTHING (CONT'D)

ITEM 56 – SAFETY WORK GLOVES

Manufacturer: Ansel #11-130, or Equal

Description: Nitrile palm and finger coated, white nylon, knit wrist.

Size: All

ITEM 57 – NEOPRENE DECOY GLOVES

Manufacturer: Cabela’s IK-962549, or Equal

Description: 9” Long Gauntlet, 4mm thick, sealed seams.

Size: All

Page 32 of 65

SECTION III – KITCHEN AND PENAL CLOTHING

ITEM 58 - COOK’S APRON Color: White

Fabric: Cotton

Style: Bib style

Size: Full length

ITEM 59 – UNISEX KITCHEN WORK SHIRT

Manufacturer: Happychefuniforms, #501B Unisex Contrast Trim Kitchen Shirt, or Equal

Features: Lightweight poly/cotton, wrinkle and soil-resistant fabric, chest pocket button or snap front collar

shirt, short sleeve, red with black collar or black with red collar

Unisex sizes: S-4XL

Embroidered with “OCJDC Kitchen Expert” above pocket.

ITEM 60 - PANTS FOR TWO (2) PIECE INMATE SUIT a) Color: Blue, Grey, Orange, Red, Tan, Black and White Striped, Green, and Green and White Striped

Fabric: Strong, tough fabric, 7 ½ oz. Twill, 65% Polyester - 35% Combed Cotton, Industrial laundry

finish fabric

Fabric Treatment: Elastic, 30 gauge 1 ½” heat resistant, Lock stitched waist band, Seams tripled stitched,

No pockets, mock fly (NO ZIPPER)

Size: S - 10XL

b) Same specifications as #60a except:

Color: Tan, Green, White, Green and White Striped, Orange and White Striped, Black and White Striped

Screen Printed: Right Pant Leg O.C. JAIL in White on the Tan, Green, Green/White Striped,

Black/White Striped and Orange/White Striped Uniform Pants; Right Pant Leg in Black

on the White Uniform Pants

ITEM 61 - SHIRT FOR TWO (2) PIECE INMATE SUIT a) Color: Blue, Grey, Orange, Red, Tan, Black and White Striped, Green, and Green and White Stripe

Fabric: 7 ½ oz. Twill, 65% Polyester - 35% Combed Cotton, Industrial laundry finish fabric

Style: V Neck, V Neck has continuous piping to prevent tearing, Full cut, squared bottom

Size: S-10XL

b) Same specifications as 61a except:

Color: Tan, Green, Navy Blue, Gold, Green and White Striped, Orange and White Striped, Black and

White Striped

Screen Printed: Back of Shirt O.C. JAIL in White

ITEM 62 - INMATE JUMPSUIT

Features: Short Sleeve, Elastic Back, No Buttons, Velcro Closure

Color: Navy Blue

Fabric: Heavy duty cotton-polyester blend

Size: S-5XL

ITEM 63 – INMATE JUMPSUIT

Features: Short Sleeve, Elastic Waistband, Heavy Duty Cotton/Polyester blend, snap closure

Color: Black/White Stripe, Orange/White Stripe, Green/White Stripe

Size: L – 4 XL

Page 33 of 65

SECTION IV – WOMEN’S UNDERWEAR

ITEM 64 – WOMEN'S PANTIES

Color: White

Fabric: First Quality, Brief-Style Panties with Double Panel Crotch. Generously sized and good durability,

machine washable and dryable. Purchased by the dozen.

Size: 5, 6, 7, 8, 9, 10, 12, 14

ITEM 65 – TRADITIONAL STYLE BRA

Color: White

Features: Traditional Style Bras provide comfort, crisscross support and good durability, solid white, single ply

construction, unpadded Nylon two-section cups, Nylon Spandex side and back panels with 2 hook and

eye closures, adjustable stretch shoulder straps with plastic adjusters.

Sizes: 32 A or B, 34 A, B, C or D, 36 A, B, C or D, 38 B, C or D, 40 B, C or D, 42 B, C or D, 44 C or D, 46 C or

D, 48 C or D

Page 34 of 65

SECTION V - ATHLETIC UNIFORMS

ITEM 66 - COTTON BRIEF UNDERWEAR, MEN Manufacturer: Fruit of the Loom #7601, or Equal

Color: White

Fabric: 50% Cotton, 50% Polyester

Size: 30 – 52

ITEM 67 - “T” SHIRT, SHORT SLEEVE Manufacturer: Hanes - 5170, 5370, or Equal

Fabric: 50% Polyester - 50% Cotton, short sleeves

Weight: 5.4 oz.

Color: All

Size: Child: All; Adult: S – 3XL

Contact: Mary Jane Bavais, Parks & Recreation at (732) 506-9090.

a.) Logo will be on one side of the shirt – (Single color logo to be provided at time of purchase)

b.) Logos will be on both sides of the shirt – (Single color logo to be provided at time of purchase)

c.) Navy with white Parks and Recreation Golf Course Logo – (see attached diagram)

d.) Grey shirt with white Buildings & Grounds Logo – (see attached diagram)

ITEM 68 – “T” SHIRT, SHORT SLEEVE

Manufacturer: Jerzees 29MR, or Equal

Fabric: 50% Polyester, 50% Cotton

Weight: 5.6 oz.

Color: All

Size: S – 3XL

Logo: to be provided at time of purchase

Contact: Richard Seitz, Juvenile Detention Services at (732) 288-7792

ITEM 69 – “T” SHIRT, LONG SLEEVE

Manufacturer: Jerzees 29LSR, or Equal

Fabric: 50% Polyester, 50% Cotton

Weight: 5.6 oz.

Color: All

Size: S – 3XL

Logo: to be provided at time of purchase.

Contact: Contact: Richard Seitz, Juvenile Detention Services at (732) 288-7792

ITEM 70 -"T" SHIRT, LONG SLEEVE

Manufacturer: Hanes, #6319 Adult Beefy Tee, or Equal

Weight: 6.1 oz.

Size: S – 3XL

a.) Color: Navy

Logo: white Parks and Recreation Golf Course logo – (see attached diagram)

Contact: Mary Jane Bavais, Parks and Recreation at (732) 506-9090

b.) All colors with various Parks and Recreation logos to be provided at time of purchase.

c.) All colors with various Buildings & Grounds Logos to be provided at time of purchase.

Page 35 of 65

SECTION V- ATHLETIC UNIFORMS (CONT’D)

ITEM 71 – LADIES POLO SHIRT (MUST BE PIQUE)

Manufacturer: Port Authority #2510, or Equal

Style: Ladies short polo, 5.6oz., stain resistant, 60% Cotton, 40% Poly Pique

Size: S - 3XL

Color: Forest Green

Embroidery: White Parks and Recreation logo: (Staff: 1 color, approximately 15,000 stitch count,

approximately 2.8”W x 4”H – (see attached diagram) or (Volunteer: 1 color, approximately

14,000 stitch count, approximately 2.8”W x 4”H – (see attached diagram)

ITEM 72 – LADIES LONG SLEEVE SILK TOUCH POLO

Manufacturer: Port Authority L500LS, or Equal

Size: XS, S, M, L, XL, 2XL

Color: Assorted Colors

Embroidery: golf course logo no larger than 3”x3”

“Atlantis” or “Forge Pond” embroidered on left sleeve

ITEM 73 – GOLF SHIRT, SHORT SLEEVE (NO POCKET)

Manufacturer: Jerzees J300, or Equal

Color: Heather Gray

Fabric: 50/50 Cotton/Poly Blend, 5.6oz.

Size: S – 2XL

Logo: One color logo and lettering to be printed on chest to be provided at time of purchase.

Contact: Richard Seitz, Juvenile Detention Services at (732) 288-7792

ITEM 74 – GOLF SHIRT, SHORT SLEEVE (NO POCKET)

Manufacturer: Jerzees J300, or Equal

Size: S, M, L, XL, 2XL

Color: Navy

Embroidered with golf course logo no larger than 3”x3”

ITEM 75 – GOLF SHIRT WITH POCKET, SHORT SLEEVE

Manufacturer: Ultra Club, Style #8534, or Equal

Fabric: Cotton Pique

Size: S - 4XL

Color: All

Embroidery Logo, Size, and Color: to be provided at the time of purchase or (Staff: 1 color, approximately

15,000 stitch count, approximately 2.8”W x 4”H – see attached diagram) or

(Volunteer: 1 color, approximately 14,000 stitch count, approximately

2.8”W x 4”H – see attached diagram).

Contact: Mary Jane Bavais, Department of Parks & Recreation 732-506-9090

ITEM 76 – GOLF SHIRT, MEN’S

Manufacturer: Ultra Club 8210, or Equal

Size: S, M, L, XL, 2XL

Colors: Assorted

Embroidery: golf course logo no larger than 3”x3”

“Atlantis” or “Forge Pond” embroidered on left sleeve

Page 36 of 65

SECTION V- ATHLETIC UNIFORMS (CONT’D)

ITEM 77 – STAFF SHIRT, LONG SLEEVE

Manufacturer: Ultra Club #8532, or Equal

Fabric: Cotton Pique

Size: S – 3XL

Color: All

Embroidery Logo, Size, and Color: to be provided at the time of purchase or (Staff: 1 color, approximately

15,000 stitch count, approximately 2.8”W x 4”H – see attached

diagram) or (Volunteer: 1 color, approximately 14,000 stitch count,

approximately 2.8”W x 4”H – see attached diagram).

Contact: Mary Jane Bavais, Department of Parks & Recreation 732-506-9090

ITEM 78 – LONG SLEEVE CLASSIC PIQUE POLO, MEN’S

Manufacturer: Ultra Club # 8542, or Equal

Size: M, L, XL, 2XL

Colors: Assorted Colors

Embroidery: Golf logo no larger than 3”x3”

“Atlantis” or “Forge Pond” embroidered on left sleeve

ITEM 79 – CREW NECK SWEATSHIRT, MEN

Manufacturer: Jerzees 562M, or Equal

Fabric: 50% Polyester, 50% Cotton

Size: S – 4XL

Color: Navy

Embroidery: Ocean County Sailboat Logo & 'Buildings & Grounds Staff' (1 color, approximately 9,000

stitch count, approximately 3" x 2 ¼" – see attached diagram)

ITEM 80 – WINDSHIRT, MEN

Manufacturer: Ultra Club #8936, or Equal

Style: Micro-Poly Plain windshirt, 100% polyester, wind and water resistant

Size: M – 2XL

Embroidery: Parks and Recreation Golf course logo, no larger than 3”x3”

“Atlantis” or “Forge Pond” embroidered on left sleeve

ITEM 81 – SWEATPANTS Manufacturer: Jerzees #973, or Equal

Style: Double needle covered waistband and inside draw cord, elastic cuffs and seamless sides.

Color: Black with white logo

Contact: Mary Jane Bavais, Parks & Recreation at (732) 506-9090

Size: S – XXL

ITEM 82 - LIFEGUARD TANK TOP SHIRT Manufacturer: Gildan 2200, or Equal

Color: Red with white 8" Guard Logo

Fabric: 100% Cotton, Guard Tank Top, Extra Long cut

Size: XS - XL

Contact: Mary Jane Bavais, Parks & Recreation at (732) 506-9090

Page 37 of 65

SECTION V- ATHLETIC UNIFORMS (CONT’D)

ITEM 83 – “SUPER SWEATS” PULLOVER WITH HOOD

Manufacturer: Jerzees #4997, or Equal

Features: Double lined hood with draw cord, rib cuffs and waistband, muff pocket cover, stitch waistband.

Fabric: 50% Cotton, 50% Polyester, 9.3oz.

Color: All

Size: S – 3XL

Contact: Mary Jane Bavais, Parks and Recreation at (732) 506- 9090.

ITEM 84 - CADET COLLAR SWEATSHIRT

Manufacturer: Jerzees 995M, or Equal

Style: Quarter Zip

Color: Navy

Sizes: S-XXL

a.) Silkscreen: White “Ocean County Golf Course Staff” Logo; Shirt Color: Navy

b.) Silkscreen: White “Ocean County Parks and Recreation Staff” Logo; Shirt Color: Forest Green

Contact: Mary Jane Bavais, Assistant Director, Parks Department, at (732)506-9090 with questions.

ITEM 85 – JACKET Manufacturer: Ultra Club Collection Pack Away Jacket #8925, or Equal

Hooded Pullover with pouch, ½ zip front

Fabric: 10090 Nylon, Water Resistant

Size: S-4XL

Colors: All

Logo and color choice will be provided at the time of purchase

ITEM 86 – HOODED JACKET

Manufacturer: Grundens Shoreman Hooded Jacket 300, or Equal

Features: double-sided phthalate-free PVC polyester, odor resistance, easy cleaning Raglan cut sleeve,

metal snaps

Color: White

Size: M-XXL

ITEM 87 – BIB PANTS

Manufacturer: Grundens Shoreman Bib Pant 500, or Equal

Features: Doubled-sided phthalate-free PVC polyester, odor resistance, easy cleaning, features Grunden’s

durable stretch suspender straps

Color: White

Size: M-XXL

ITEM 88 – CAMOUFLAGE CAP

Manufacturer: KC caps #7180, or Equal

Fabric: mossy oak 6 panel, 55% cotton 45% polyester

Color: Duck Blind

Features: Self fabric Velcro closing, pre-curved bill embroidered with decoy show log

Page 38 of 65

SECTION V - ATHLETIC UNIFORMS (CONT'D)

ITEM 89 – CAMOUFLAGE HAT

Manufacturer: Dri Duck Mallard #3254, or Equal

Features: Realtree max-4 camo pattern, structured front, pre-curved visor Velcro back strap, detailed

embroidered wildlife mallard scene on the right side

Fabric: 60% cotton/40% polyester peached twill

Ocean County Parks Decoy Show logo embroidered on the front

ITEM 90 – BASEBALL CAP Manufacturer: Port & Co. #CP80, or Equal

Color: Black

Size: Adjustable

Fabric: Wool Look Acrylic with Adjustable Velcro back

Embroidery: Juvenile Detention logo (7 colors, approximately 15,000 stitch count, 4"H x 4 ¼"W –

see attached diagram)

ITEM 91 – HAT

Manufacturer: Hit Wear #1035, or Equal

Features: Medium profile, unconstructed crown and pre-curved visor adjustable self-material strap with

Velcro closure.

Logos, embroidery and color choices: to be provided at time of purchase.

a) Navy & Forest Green hats with Ocean County Parks Seal and White Logo

b) Tan hats with Ocean County Parks Seal and "Sports Champ" under Navy Logo

Contact: Mary Jane Bavais for Parks & Recreation at (732) 506-9090

ITEM 92 – SPORTS PERFORMANCE CAP

Manufacturer: Hitwear #1084, or Equal

Features: 100% Lightweight Polyester, 6 Panel Low Profile, Unstructured Crown & Pre-Curved Visor, No top

button, mesh vents for breathability, Sweatband is woven water repellent polyester, Reflective

Sandwich, adjustable self-material strap with hook and loop closure

Color: Assorted Colors

Embroidery: Golf Course logo on front; “Atlantis” or “Forge Pond” embroidered on back of hat

ITEM 93 – DRY MESH BACK VISOR

Manufacturer: Hitwear #1087, or Equal

Features: 60% cotton and 40% Polyester, Pre-Curved Visor, sweatband is woven water repellent polyester,

mesh sides, hook and loop closure with elastic pull tag for easy adjusting

Color: Assorted Colors

Embroidery: Golf Golf Course logo on front; “Atlantis” or “Forge Pond” embroidered on back of hat

Page 39 of 65

SECTION VI - WADERS AND BOOTS

ITEM 94 – WADERS, WOMEN’S

Manufacturer: Cabela’s Roaring Fork #IK832043, or Equal

Features: MUST BE 3.5mm Neoprene wader with Lug Soles

Color: Brown

Size: to be determined at time of purchase

ITEM 95 – WADERS, MEN’S

Manufacturer: Cabela’s Roaring Fork #IK832042, or Equal

Features: MUST BE 3.5mm Neoprene wader with Lug Soles

Color: Brown

Size: Various

ITEM 96 – CHEST WADERS

Manufacturer: Pro Line Proliner Chest Waders #3112, or Equal

Description: 100% waterproof, one piece seamless construction of stretchable, lightweight and durable 3-ply

stretch nylon jersey material, reinforced knee pads, belt loops, inside draw string, cleated outsole,

YKK buckles, 200 grams of 3MTM Thinsulate insulation

Size: All

ITEM 97 – FISHING WADERS

Manufacturer: Hodgman Mackenzie Bootfoot Cleated Fishing Waders, or Equal

Style: Style #CBC07 – CBC13, Inclusive, or Equal

Features: Heavy-denier waterproof, PVC-coated nylon shell, Lightweight PVC boots with cleated outsoles

grip. Adjustable suspenders with easy on/off buckles.

Men’s whole sizes: 7-13

Color: Brown

ITEM 98 – BOOTS, MEN, SHORT

Manufacturer: SeaGear Value Boots, or Equal

Size: 9-14

Color: White

ITEM 99 – WORK BOOTS

Manufacturer: Muck Boot Company, Chore Hi Boot, or Equal

Features: Stretch-fit topline, 100% waterproof, lightweight and flexible, height 16”

Size: 6 – 15

Page 40 of 65

SECTION VII – BUILDINGS & GROUNDS DEPARTMENT AND ROAD DEPARTMENT

ITEM 100 - SMOCK TOP Manufacturer: Imperial #535, or Equal

Color: Green, Light Blue, Pink, Blue, Yellow

Fabric: 76% Polyester, 24% Cotton, Mini-cord

Style: Full cut, Artist’s type smock top with two (2) large pockets, ¾ sleeves, Button down front

Size: XS – XL

Embroidery: Ocean County sailboat logo and 'Buildings & Grounds Staff' in white on right side chest (1 color,

approximately 9,000 stitch count, approximately 3" x 2 ¼" – see attached diagram)

ITEM 101 - SCRUB PANTS

Manufacturer: Dickies, or Equal

Color: Pewter, Blue

Size: Small to 2 XL

ITEM 102 - SCRUB TOP WITH FRONT POCKETS

Manufacturer: Dickies, #81910 or Equal

Color: Lite Gray, Blue

Size: Small to 3XL

Embroidery: Ocean County sailboat logo and 'Buildings & Grounds Staff' in white on right side chest (1 color,

approximately 9,000 stitch count, approximately 3" x 2 ¼" – see attached diagram)

ITEM 103 - WORK JEANS

Manufacturer: Dickies, or Equal

Color: Light Gray, Blue

Size: Small to 3XL

ITEM 104 – JACKET

Manufacturer: Carhartt, Active Jacket, Thermal Lined #J131, or Equal

Color: Sandstone

Fabric: 12 oz. heavyweight firm-hand, 100% polyester thermal lining

Features: Attached thermal lined hood, rib-knit cuff and waistband. Two (2) warmer pockets and two (2) inside

pockets, triple stitched main seams.

Size: S – 6XL

Color: Sandstone

Embroidery: Road Department logo on front left breast. (Color: Goldenrod or Blue, Approximate stitch count:

11,619, Size: 3.35” H x 3.50” W, see attached diagram)

ITEM 105 – LONG SLEEVE JERSEY SHIRT

Manufacturer: Jerzees, Dri-Power, 29LSR, or Equal

Fabric: 100% Double Pique Cotton, 6.6 oz.

Features: 5.4 oz., 50/50 pre-shrunk cotton/polyester, Oxford is 47/53 cotton/polyester, Advanced moisture-

management performance, Double-needle stitched bottom hem and front collar, Shoulder-to-shoulder

taping, Ribbed cuffs with concealed seams, Quarter turned, Tearaway label

Size: S - 3XL

Color: Navy

Embroidery: Ocean County sailboat logo and 'Buildings & Grounds Staff' in white on right side chest (1 color,

approximately 9,000 stitch count, approximately 3" x 2 ¼" – see attached diagram)

Page 41 of 65

SECTION VII – BUILDINGS & GROUNDS DEPARTMENT AND ROAD DEPARTMENT (CONT’D)

ITEM 106 – TROUSERS, WOMEN Manufacturer: Edwards’s #8670, or Equal Fabric: 65% Polyester, 35% Cotton twill Features: Pleated front casual chinos, relaxed fit Color: Navy Blue Size: All

Page 42 of 65

SECTION VIII – TRANSPORTATION DEPARTMENT

ITEM 107 – CARGO SHORTS, MEN’S

Manufacturer: RedKap Industrial Cargo Short #PT66, or Equal

Features: Touch-tex technology for superior color retention, soil release and wickability, heavy-duty brass

ratcheting zipper with button closure, two front pockets, 12-inch inseam, two back patch pockets with

spade pocket flaps and snap closure, two patch leg pockets with inverted center pleats, one-piece

pocket flaps with mitered corners and two snap closures.

Fabric: 8-ounce, 65/35 poly/cotton twill

Size: 30 - 48

Color: Navy Blue

ITEM 108 – JACKET

Manufacturer: SanMar Port Authority Jacket JP56, or Equal

Color: Navy Blue exterior and Light Oxford Grey lining

Features: 100% Teklon nylon shell, 1.5 ounce polyfil in sleeves, sweatshirt fabric body and hood lining, 100%

polyester sleeve lining, drawstring hood, locker loop, slash pockets, elastic cuffs with adjustable hook

and loop closure, open hem with drawcord and toggle, port pockets for easy embroidery access

Sizes: S - 5XL

Patch: Ocean Ride patch to be sewn on left chest

ITEM 109 – LONG SLEEVE SHIRT, MEN

Manufacturer: Edwards 1262, or Equal

Color: Light Blue

Fabric: 65% Polyester/35% Cotton

Style: Point collar with permanent stays, two flap pockets, fusible interfacing on collar, epaulets, pocket flaps

and placket

Size: S-3XL, Tall L-4XL

Patch: to be sewn on left sleeve.

ITEM 110 - LONG SLEEVE SHIRT, WOMEN

Manufacturer: Edwards 5262, or Equal

Color: Light Blue

Fabric: 65% Polyester/35% Cotton

Style: Fusible interfacing on functional epaulets, traditional collar – 3” collar points, straight back yoke seam

Size: S-3-XL

Patch: to be sewn on left sleeve

ITEM 111 - SHORT SLEEVE SHIRT, MEN

Manufacturer: Edwards 1212, or Equal

Color: Light Blue

Fabric: 65% Polyester/35% Cotton

Style: Point collar with permanent stays, two (2) flap pockets, fusible interfacing on collar, epaulets, pocket flaps

and placket

Size: S-3XL, Tall L-4XL

Patch: to be sewn on left sleeve.

Page 43 of 65

SECTION VIII – TRANSPORTATION DEPARTMENT (CONT’D)

ITEM 112 – SHORT SLEEVE SHIRT, WOMEN

Manufacturer: Edwards 5212, or Equal

Color: Light Blue

Fabric: 65% Polyester/35% Cotton

Style: Fusible interfacing on functional epaulets, traditional collar – 3” collar points, straight back yoke seam

Size: XS – 3XL

Patch: to be sewn on left sleeve.

ITEM 113 – SWEATSHIRT, MEN AND WOMEN Manufacturer: Jerzees #4999, or Equal

Style: Full-zip hooded

Color: Navy blue

Fabric: 50/50 polyester/cotton

Patch: to be sewn on left breast.

Size: XS – 2XL

ITEM 114 – GOLF SHIRT

Manufacturer: Gildan 82800, or Equal

Fabric: 100% Double Pique Cotton, 6.6 oz.

Features: 6.6 ounce 100% sombed ring spun cotton double pique knit, tearaway label, contoured welt collar

and welt cuffs, rolled forward topstitched shoulders, 3-button placket clean-finished placket with

reinforced bottom box, dyed to match buttons, side seamed with side vents, double needle bottom

hem.

Size: S - 3XL

Color: Grey or Sapphire

Embroidery: Ocean Ride Logo on Left Chest

ITEM 115 – TROUSERS, MEN Manufacturer: RedKap Industries PT20NV, or Equal Color: Navy Blue Fabric: 8 oz. Twill, 65% polyester, 35% Combed Cotton Features: Heavy duty brass ratcheting zipper, button closures, two slack style front pockets, two set-in hip pockets, left has button closure, darts over hip pockets for better fit. Size: Waist: 28” – 44”

Length: 28” – 34”

ITEM 116 – TROUSERS, WOMEN Manufacturer: RedKap Industries PT11NV, or Equal Color: Navy Blue Fabric: 8 oz. Twill 65% polyester, 35% Combed Cotton Features: Heavy duty brass ratcheting zipper, button closure, two slack style front pockets, two set-in hip pockets, left has button closure, darts over hip pockets for better fit. Size: Waist: Size 4” – 24”

Length: 28” – 34”

Page 44 of 65

SECTION IX – FIRE & FIRST AID TRAINING CENTER, VEHICLE SERVICES AND ROAD

DEPARTMENTS

ITEM 117 – "T" SHIRT, SHORT SLEEVE

Manufacturer: Hanes #5170 heavyweight (NO EXCEPTIONS)

Fabric: 50% polyester, 50% cotton

Weight: 5.4 oz.

Color: Red

Size: M – 3XL

Logo: Single color logo, white imprint. "RECRUIT" to be 11" on Back Only

Contact: Meredith Giaccio, Fire & EMS Training Center at (609) 242-8450.

ITEM 118 – "T" SHIRT, SHORT SLEEVE

Manufacturer: Hanes #5170 heavyweight (NO EXCEPTIONS)

Fabric: 50% polyester, 50% cotton

Weight: 5.4 oz.

Size: M – 3XL

Color: Navy Blue

Logo: Single color logo, white imprint on front left breast and back of shirt. Back of shirt imprint size to be 11"

Fire & First Aid Training Center

a) Pricing for quantities of 1 – 50

b) Pricing for quantities 51 – 100

Contact: Meredith Giaccio, Fire & EMS Training Center at (609) 242-8450

ITEM 119 – TITAN TWILL BUTTON DOWN SHIRT, MEN

Manufacturer: Devon & Jones #D500, (NO EXCEPTIONS)

Fabric: 100% Cotton, preshrunk

Color: All

Size: S – 3XL

Embroidery: Ocean County Training Center (single color, approximately 6,000 stitch count, 1 ⅛" x 3 ⅛" –

See attached diagram),

Logos, embroidery colors and shirt color choices: to be provided at time of purchase.

Contact: Meredith Giaccio, Fire & First Aid Training Center at (609) 242-8450.

ITEM 120 – POLO SHIRT, MEN

Manufacturer: Devon & Jones D100, (NO EXCEPTIONS)

Fabric: 100% Peruvian Cotton

Style: Pima Pique, Short-sleeve polo

Color: All

Size: S – 3XL

Logos, embroidery colors and shirt color choices: to be provided at time of purchase.

Embroidery: Ocean County Training Center (single color, approximately 6,000 stitch count, 1 ⅛" x 3 ⅛" –

See attached diagram)

Contact: Meredith Giaccio, Fire & First Aid Training Center at (609) 242-8450

Page 45 of 65

SECTION IX – FIRE & FIRST AID TRAINING CENTER, VEHICLE SERVICES AND ROAD

DEPARTMENTS (CONT’D)

ITEM 121 – SHORT SLEEVE POLO SHIRT, MENS

Manufacturer: Sport-Tek ST655, or Equal

Features: Side Blocked Micro-pique Sport-Wick Shirt, 100% polyester tricot, snag resistant, moisture-

wicking, double-needle stitching throughout, tag-free label, taped neck, 3-button placket with

dyed-to-match rubber buttons, contrast splice panels on sides, sleeves and back collar, set-in, open

hem sleeves, side vents

Sizes: S-6XL, Inclusive

Embroidery: Contrasting thread to read "Ocean County Training Center" or "Ocean County Fire Academy"

Design to be indicated at time of order

ITEM 122 – SHORT SLEEVE POLO SHIRT, WOMENS

Manufacturer: Sport-Tek LST655, or Equal

Features: Side Blocked Micro-pique Sport-Wick Shirt, 100% polyester tricot, snag resistant, moisture-wicking,

double-needle stitching throughout, tag-free label, taped neck, 3-button placket with dyed-to-match

rubber buttons, contrast splice panels on sides, sleeves and back collar, set-in, open hem sleeves, side

vents

Sizes: S-6XL, Inclusive

Embroidery: Contrasting thread to read "Ocean County Training Center" or "Ocean County Fire Academy"

Design to be indicated at time of order

ITEM 123 -– POLO SHIRT, SHORT SLEEVE

Manufacturer: Gildan #8800 Adult Ultra Blend, or Equal

Fabric: 50% polyester, 50% cotton

Weight: 5.6 oz.

Size: M – 3XL

Color: Navy Blue with white imprint in front left breast

Contact: Meredith Giaccio, Fire & First Aid Training Center at (609) 242-8450.

ITEM 124 – HOODED PULL-OVER SWEATSHIRT

Manufacturer: Jerzees 996 MR, or Equal

Fabric: 50% Polyester, 50% Cotton Blend

Color: to be determined at time of order

Size: S-3XL

Print to read: Ocean County Training Center – front left breast, TRAINING CENTER, FIRE ACADEMY or

EMS ACADEMY along sleeve. Ink Color to be determined at time of order.

Contact: Meredith Giaccio, Fire & First Aid Training Center at 609-242-8450

Page 46 of 65

SECTION X – CORRECTIONS WORK CREW

ITEM 125 - JEANS, MEN

Manufacturer: Dickies, or Equal

Description: 100% cotton rigid denim, five pocket, heavy duty brass zipper, rivets and button waist, straight

leg cut

Size: 28" – 52" waist

ITEM 126 - BELT Manufacturer: Bob Barker VBelt, or Equal

Description: One piece webbed belt with Velcro closure, 1 ¼” poly/cotton webbing, NO METAL

Color: MUST BE BLACK Size: S – XL

ITEM 127 - T SHIRT, MEN Description: Men's Quality T- Shirts, Crew Neck

Fabric: 100% cotton

Color: Orange

Size: L – 3XL

Logo: "OCDC" to be silkscreened on back in black, 4 ½" High x 4" Wide

ITEM 128 - HOODED SWEATSHIRT

Description: 1 ply material hood without drawstrings, cuffs and waistbands are covered-seamed and ribbed.

Fabric: 50% cotton, 50% polyester

Color: Gray

Size: L – 3XL

Logo: "OCDC" to be silkscreened on back in black, 4 ½" High x 4" Wide

ITEM 129 - SWEATSHIRT, CREW NECK

Description: 7.75 oz., ribbed neck & cuffs, band cover stitched

Fabric: 50% cotton, 50% polyester

Color: Heather Gray

Size: L – 3XL

Logo: "OCDC" to be silkscreened on back in black, 4 ½" High x 4" Wide

ITEM 130 - MESH BASEBALL CAP

Description: 100% polyester foam front, mesh back with adjustable plastic snap closure

Color: Orange

Size: One size fits all

Logo: "OCDC" to be silkscreened in black on front of cap

ITEM 131 - WATCH CAP

Description: High bulk, 100% acrylic, machine wash and dry

Size: One size fits all

Color: Orange

ITEM 132 - WORK GLOVES, LEATHER PALM

Description: Shirred elastic back and rubberized cuff with leather palms and fingers

Size: Regular

Page 47 of 65

SECTION X – CORRECTIONS WORK CREW (CONT’D)

ITEM 133 - WORK COAT, BLANKET LINED

Description: 100% polyester shrink resistant blanket lining, brass buttons, 4 pockets, banded corduroy collar,

machine washable

Color: Orange

Size: 15 ea. of sizes 46x48, 50x52, 54x56, 58x60 and 66x68

Logo: "OCDC" to be silkscreened on back in black, 4 ½" High x 4" Wide

ITEM 134 - TWIN GORE BOOTS

Manufacturer: Bob Barker #TG PD, (NO EXCEPTIONS)

Description: Leather upper, no eyelets or lace, no Velcro, 6" slip-on light weight one-piece construction, oil

resistant, slip resistant

Color: Black

Size: 8 – 14

ITEM 135 – THERMAL UNDERWEAR, BOTTOM

Description: Waffle weave, thermal knit, elastic waistband, cotton/poly blend.

Color: MUST BE ORANGE.

Size: M – 3XL

ITEM 136 – THERMAL UNDERWEAR, TOPS

Description: Waffle weave, thermal knit, long sleeve crewneck, cotton/poly blend

Color: MUST BE ORANGE.

Size: M – 3XL

ITEM 137 – RAIN PONCHO Manufacturer: Bob Barker VRP-Poncho, or Equal

Description: 10 gauge vinyl, welded seams, plastic snaps. MUST BE ORANGE

Size: One Size Fits All

ITEM 138 – CREW SOCKS

Manufacturer: Bob Barker WC–Socks, or Equal

Color: MUST BE ORANGE Fabric: Cotton/Poly blend

Size: One size fits most

Page 48 of 65

SECTION XI - DISCOUNT RATE FOR ITEMS NOT LISTED HEREIN

ITEM 139 – PERCENTAGE OF DISCOUNT OFF CATALOG PRICE

The County expects there may be a need for new Work Clothes Items that are similar in nature but not

already included in these specifications. For these unlisted items, the vendor shall offer a discount off of the then

current catalog price. This percentage discount shall also be applied to all embroidery/imprinting needs, as well

as patches, insignias, and name strips and shall be extended to all sizes (regular and long) and colors available

from the manufacturer of the requested item. Tie bars and nameplates shall also fall under this Section.

This section shall be awarded to the vendors awarded any of the other ten (10) sections. The County

reserves the right to award multiple contracts for this section only.

The department shall request quotes from various awarded vendors to determine the lowest price before

placing their order.

Page 49 of 65

5b

11a

12b

5c

10

28

37a

67

70

79

100

102

105

Page 50 of 65

FIRE AND FIRST AID TRAINING CENTER

12a

13a

90

117

118

119

120

123

124

Page 51 of 65

70

71

73

74

76

78

80

81

ITEMS: 70

71

75

70

71

75

Page 52 of 65

ITEM 88

TRANSPORTATION DEPARTMENT

ITEMS: 13b

37b

104

ROAD DEPARTMENT

ITEM 114

Page 53 of 65

Proposal for the furnishing and delivery of WORK CLOTHES FOR VARIOUS DEPARTMENTS for the County of Ocean.

VENDOR WILL EXTEND CONTRACT PRICES TO "COUNTY COOPERATIVE CONTRACT PURCHASING SYSTEM"

PARTICIPANTS.

( ) - YES ( ) - NO

PRICE SCHEDULE

Item # Description Manufacturer Style

Est.

Qty.

Unit of

Meas. Unit Price Total Price

SECTION I - MALE APPAREL

1 Shirt, Long Sleeve

As Specified, or Equal

138 EA $ $

2 Shirt, Short Sleeve

As Specified, or Equal

121 EA $ $

3 Trousers,

As Specified, or Equal

138 EA $ $

4 Work Pants,

As Specified, or Equal

32 EA $ $

5a "T" Shirt,

As Specified, or Equal

185 EA $ $

5b "T" Shirt,

As Specified, or Equal

5 EA $ $

5c "T" Shirt,

As Specified, or Equal

5 EA $ $

6 Insulated Coveralls,

As Specified, or Equal

10 EA $ $

7 Snow Overalls,

As Specified, or Equal

9 EA $ $

8 Tactical Long Sleeve Shirt,

Men, As Specified, or Equal

5 EA $ $

9 Tactical Long Sleeve Shirt,

Women, As Specified,

or Equal

5 EA $ $

Page 54 of 65

Item # Description Manufacturer Style

Est.

Qty.

Unit of

Meas. Unit Price Total Price

SECTION I - MALE APPAREL (CONT’D)

10 Thermal Zip Up Sweatshirt,

As Specified, or Equal

20 EA $ $

11a Heavyweight Hooded

Sweatshirt, As Specified,

or Equal

55 EA $ $

11b Heavyweight Hooded

Sweatshirt, As Specified,

or Equal

55 EA $ $

12a Hooded Pullover Sweatshirt,

As Specified, or Equal

5 EA $ $

12b Hooded Pullover Sweatshirt,

As Specified, or Equal

5 EA $ $

13a Hooded Sweatshirt, Zipper

Front, Midweight

As Specified, or Equal

5 EA $ $

13b Hooded Sweatshirt, Zipper

Front, Midweight

As Specified, or Equal

35 EA $ $

14 Knee Boots, Rubber

As Specified, or Equal

11 PR $ $

15 Slush Boots,

As Specified, or Equal

55 PR $ $

16 Heavy Duty Anti-Skid Knee

Boots, As Specified, or Equal

15 PR $ $

17 Hip Boots,

As Specified, or Equal

20 PR $ $

18 Hip Boots,

As Specified, or Equal

10 PR $ $

19 Hip Waders,

As Specified, or Equal

21 PR $ $

Page 55 of 65

Item # Description Manufacturer Style

Est.

Qty.

Unit of

Meas. Unit Price Total Price

SECTION I - MALE APPAREL (CONT’D)

20 Gloves, As Specified, or Equal

127 PR $ $

21 Work Gloves

(NO EXCEPTIONS)

425 PR $ $

22 Rainwear,

As Specified, or Equal

30 EA $ $

23 Rainsuit, Two (2) Piece,

(NO EXCEPTIONS)

171 EA $ $

24 Rain Wear, Comfort-Brite Suit,

As Specified, or Equal

38 EA $ $

25 Rainsuit, Three (3) Piece,

As Specified or equal

8 EA $ $

SECTION II - SAFETY CLOTHING

26 Class III Mesh Surveyor's

Safety Garment,

As Specified, or Equal

40 EA $ $

27 Class III Winter Jacket,

As Specified, or Equal

10 EA $ $

28 Class III Fleece Hooded Zip

Up Sweatshirt,

As Specified, or Equal

5 EA $ $

29 Class III Waterproof Jacket,

As Specified, or Equal

35 EA $ $

30 Class III Rain Pants,

As Specified, or Equal

5 EA $ $

31 Class III Short Sleeve T-Shirt,

As Specified, or Equal

55 EA $ $

32 Class III Long Sleeve T-Shirt,

As Specified, or Equal

55 EA $ $

Page 56 of 65

Item # Description Manufacturer Style

Est.

Qty.

Unit of

Meas. Unit Price Total Price

SECTION II - SAFETY CLOTHING (CONT’D)

33 Class III Mesh Traffic Safety

Vest, As Specified or Equal

325 EA $ $

34 Safety Vest

(NO EXCEPTIONS)

80 EA $ $

35 Disposable Coveralls,

As Specified, or Equal

6 CASE $ $

36 Disposable Shoe Covers,

As Specified, or Equal

6 CASE $ $

37a Hooded Pullover Sweatshirt,

As Specified, or Equal

10 EA $ $

37b Hooded Pullover Sweatshirt,

As Specified, or Equal

10 EA $ $

38 Hard Hat

(NO EXCEPTIONS)

82 EA $ $

39 Hard Hat Liner

As Specified, or Equal

64 EA $ $

40 Brow Pad,

As Specified, or Equal

15 EA $ $

41 Hard Hat Lanyard,

As Specified, or Equal

15 EA $ $

42 Front Brim Hard Hat,

As Specified, or Equal

15 EA $ $

43 Mechanic Style Work Gloves,

Style #1, As Specified, or Equal

25 PR $ $

44 Mechanic Style Work Gloves,

Style #2, As Specified, or Equal

50 PR $ $

45 Work Gloves,

As Specified or Equal

50 PR $ $

Page 57 of 65

Item # Description Manufacturer Style

Est.

Qty.

Unit of

Meas. Unit Price Total Price

SECTION II - SAFETY CLOTHING (CONT’D)

46 Knit Summer Work Gloves,

As Specified or Equal

124 PR $ $

47 Premium Goatskin Leather

Driver's Gloves,

As Specified, or Equal

10 PR $ $

48 Gloves, Waterproof

(NO EXCEPTIONS)

45 PR $ $

49 Gloves, Heavy Duty

(NO EXCEPTIONS)

48 PR $ $

50 Work Gloves, Leather Palm,

Split Side As Specified,

or Equal

152 PR $ $

51 String Knit Gloves,

As Specified or Equal

144 PR $ $

52 Grain Pigskin Work Gloves

As Specified, or Equal

115 PR $ $

53 Knit-Dipped Palm Glove,

As Specified, or Equal

30 PR $ $

54 Fleece Lined Jersey Gloves,

As Specified, or Equal

130 PR $ $

55 Jersey Gloves,

As Specified or Equal

10 PR $ $

56 Safety Work Gloves,

As Specified, or Equal

30 PR $ $

57 Neoprene Decoy Gloves

As Specified, or Equal

19 PR $ $

SECTION III - KITCHEN AND PENAL CLOTHING

58 Cook's Apron,

As Specified, or Equal

2 DOZ $ $

Page 58 of 65

Item # Description Manufacturer Style

Est.

Qty.

Unit of

Meas. Unit Price Total Price

SECTION III - KITCHEN AND PENAL CLOTHING (CONT’D) 59 Unisex Kitchen Work Shirt,

As Specified, or Equal

10 EA $ $

60a Pants for Two (2) Piece

Inmate Suit As Specified,

or Equal

48 EA $ $

60b Pants for Two (2) Piece

Inmate Suit, As Specified,

or Equal

2,000 EA $ $

61a Shirt for Two (2) Piece

Inmate Suit, As Specified,

or Equal

48 EA $ $

61b Shirt for Two (2) Piece

Inmate Suit, As Specified,

or Equal

2,000 EA $ $

62 Inmate Jumpsuit,

As Specified, or Equal

12 EA $ $

63 Inmate Jumpsuit,

As Specified, or Equal

10 EA $ $

SECTION IV - WOMEN’S UNDERWEAR

64 Women's Panties,

As Specified, or Equal

14 DOZ $ $

65 Traditional Style Bra,

As Specified, or Equal

60 EA $ $

SECTION V - ATHLETIC UNIFORMS 66 Cotton Brief Underwear,

Men As Specified, or Equal

180 EA $ $

67a "T" Shirt, Short Sleeve,

As Specified, or Equal

446 EA $ $

67b "T" Shirt, Short Sleeve,

As Specified, or Equal

110 EA $ $

Page 59 of 65

Item # Description Manufacturer Style

Est.

Qty.

Unit of

Meas. Unit Price Total Price

SECTION V - ATHLETIC UNIFORMS (CONT’D) 67c "T" Shirt, Short Sleeve,

As Specified, or Equal

85 EA $ $

67d "T" Shirt, Short Sleeve,

As Specified, or Equal

90 EA $ $

68 "T" Shirt, Short Sleeve

As Specified, or Equal

10 EA $ $

69 "T" Shirt, Long Sleeve

As Specified, or Equal

10 EA $ $

70a "T" Shirt, Long Sleeve,

As Specified, or Equal

140 EA $ $

70b "T" Shirt, Long Sleeve,

As Specified, or Equal

100 EA $ $

70c "T" Shirt, Long Sleeve,

As Specified, or Equal

10 EA $ $

71 Ladies Polo Shirt (Must be

Pique) As Specified or Equal

40 EA $ $

72 Ladies Long Sleeve Silk

Touch Polo,

As Specified or Equal

40 EA $ $

73 Golf Shirt, Short Sleeve

(No Pocket), As Specified,

or Equal

10 EA $ $

74 Golf Shirt, Short Sleeve

(No Pocket), As Specified

or Equal

25 EA $ $

75 Golf Shirt with Pocket, Short

Sleeve, As Specified, or Equal

60 EA $ $

76 Golf Shirt, Men’s,

As Specified, or Equal

110 EA $ $

Page 60 of 65

Item # Description Manufacturer Style

Est.

Qty.

Unit of

Meas. Unit Price Total Price

SECTION V - ATHLETIC UNIFORMS (CONT’D) 77 Staff Shirt, Long Sleeve,

As Specified, or Equal

10 EA $ $

78 Long Sleeve Classic Pique

Polo, Men’s, As Specified or

Equal

110 EA $ $

79 Crew Neck Sweatshirt,

Men’s,

As Specified, or Equal

60 EA $ $

80 Wind Shirt, Men’s,

As Specified or Equal

100 EA $ $

81 Sweatpants,

As Specified, or Equal

15 EA $ $

82 Lifeguard Tank Top Shirt

As Specified, or Equal

15 EA $ $

83 "Super Sweats",

As Specified, or Equal

95 EA $ $

84a Cadet Collar Sweatshirt,

Quarter Zip, As Specified,

or Equal

40 EA $ $

84b Cadet Collar Sweatshirt,

Quarter Zip, As Specified,

or Equal

20 EA $ $

85 Jacket, As Specified, or Equal

40 EA $ $

86 Hooded Jacket,

As Specified, or Equal

25 EA $ $

87 Bib Pant, As Specified,

Or Equal

25 EA $ $

88 Camouflage Cap,

As Specified, or Equal

100 EA $ $

89 Camouflage Hat,

As Specified, or Equal

100 EA $ $

Page 61 of 65

Item # Description Manufacturer Style

Est.

Qty.

Unit of

Meas. Unit Price Total Price

SECTION V - ATHLETIC UNIFORMS (CONT’D) 90 Baseball Cap

As Specified, or Equal

60 EA $ $

91a Hat, As Specified or Equal

150 EA $ $

91b Hat, As Specified, or Equal

50 EA $ $

92 Sports Performance Cap,

As Specified, or Equal

150 EA $ $

93 Dry Mesh Back Visor,

As Specified, or Equal

50 EA $ $

SECTION VI - WADERS AND BOOTS

94 Waders, Women,

As Specified, or Equal

1 PR $ $

95 Waders, Men’s

As Specified, or Equal

16 PR $ $

96 Chest Waders,

As Specified, or Equal

30 PR $ $

97 Fishing Waders, Men's,

As Specified, or Equal

12 PR $ $

98 Boots, Men’s, Short,

As Specified, or Equal

72 PR $ $

99 Work Boots, As Specified,

or Equal

50 PR $ $

SECTION VII - BUILDINGS & GROUNDS DEPARTMENT & ROAD DEPARTMENT 100 Smock Top,

As Specified or Equal

4 EA $ $

101 Scrub Pants,

As Specified, or Equal

20 EA $ $

102 Scrub Top with Front Pockets,

As Specified, or Equal

20 EA $ $

Page 62 of 65

Item # Description Manufacturer Style

Est.

Qty.

Unit

of

Meas. Unit Price Total Price

SECTION VII - BUILDINGS & GROUNDS DEPARTMENT & ROAD DEPARTMENT (CONT’D)

103 Work Jeans, As Specified,

or Equal

40 EA $ $

104 Jacket, As Specified, or Equal

10 EA $ $

105 Long Sleeve Jersey Shirt,

As Specified, or Equal

25 EA $ $

106 Trousers, Women,

As Specified, or Equal

5 EA $ $

TOTAL LUMP SUM SECTION VII (Add Item #’s 100- 106): $

SECTION VIII - TRANSPORTATION DEPARTMENT 107 Cargo Shorts, Men,

As Specified or Equal

15 EA $ $

108 Jacket, Men and Women

As Specified or Equal

10 EA $ $

109 Long Sleeve Shirt, Men,

As Specified, or Equal

20 EA $ $

110 Long Sleeve Shirt, Women,

As Specified, or Equal

5 EA $ $

111 Short Sleeve Shirt, Men, As

Specified, or Equal

42 EA $ $

112 Short Sleeve Shirt, Women,

As Specified, or Equal

45 EA $ $

113 Sweatshirt, Men and Women

As Specified, or Equal

30 EA $ $

114 Golf Shirt, As Specified

or Equal

15 EA $ $

115 Trousers, Men’s, As Specified,

or Equal

12 EA $ $

Page 63 of 65

Item # Description Manufacturer Style

Est.

Qty.

Unit

of

Meas. Unit Price Total Price

SECTION VIII - TRANSPORTATION DEPARTMENT (CONT’D) 116 Trousers, Women's,

As Specified, or Equal

15 EA $ $

TOTAL LUMP SUM SECTION VIII (Add Item #’s 107- 116): $

SECTION IX - FIRE & FIRST AID TRAINING CENTER, VEHICLE SERVICES AND ROADS 117 "T" Shirt, Short Sleeve

(NO EXCEPTIONS) Submit price on Qty.of 1 - 100

150 EA $ $

118a "T"-Shirt, Short Sleeve

(NO EXCEPTIONS) Submit price on Qty. of 1 - 50

50 EA $ $

118b "T"-Shirt, Short Sleeve

(NO EXCEPTIONS) Submit price on Qty. of 51-100

75 EA $ $

119 Titan Twill Button Down Shirt,

Men (NO EXCEPTIONS)

5 EA $ $

120 Polo Shirt, Men

(NO EXCEPTIONS)

20 EA $ $

121 Short Sleeve Polo Shirt, Men’s,

As Specified, or Equal

20 EA $ $

122 Short Sleeve Polo Shirt,

Women’s, As Specified,

or Equal

6 EA $ $

123 Polo Shirt short sleeve,

As Specified, or Equal

6 EA $ $

124 Hooded Pull-Over Sweatshirt,

As Specified, or Equal

20 EA $ $

TOTAL LUMP SUM SECTION IX (Add Item #’s 117- 124): $

Page 64 of 65

Item # Description Manufacturer Style

Est.

Qty.

Unit

of

Meas. Unit Price Total Price

SECTION X - CORRECTIONS WORK CREW 125 Jeans, Men, As Specified,

or Equal

360 EA $ $

126 Belt, As Specified, or Equal

60 EA $ $

127 T-Shirt, Men,

As Specified, or Equal

200 EA $ $

128 Hooded Sweatshirt,

As Specified, or Equal

120 EA $ $

129 Sweatshirt, Crew Neck,

As Specified, or Equal

120 EA $ $

130 Mesh Baseball Cap,

As Specified, or Equal

10 DOZ $ $

131 Watch Cap, As Specified,

or Equal

10 DOZ $ $

132 Work Gloves, Leather Palm,

As Specified, or Equal

10 DOZ $ $

133 Work Coat, Blanket Lined,

As Specified, or Equal

75 EA $ $

134 Twin Gore Boots,

(NO EXCEPTIONS)

215 PR $ $

135 Thermal Underwear

Bottoms, As Specified,

or Equal

120 EA $ $

136 Thermal Underwear, Tops,

As Specified, or Equal

120 EA $ $

137 Rain Poncho, As Specified,

or Equal

60 EA $ $

138 Crew Socks, As Specified,

or Equal

12 DOZ $ $

TOTAL LUMP SUM SECTION X (Add Item #'s 125-138): $

Page 65 of 65

Item # Description Manufacturer Style

Est.

Qty.

Unit

of

Meas. Unit Price Total Price

SECTION XI - DISCOUNT RATE FOR ITEMS NOT LISTED HEREIN 139 Discount Percentage (%) for

Work Clothes and Uniforms

(NOT LESS THAN) As Specified

%