Loading...
HomeMy WebLinkAbout86-15 RESOLUTIONRESOLUTION NO. 86-15 A RESOLUTION TO AUTHORIZE A CONTRACT WITH CASCO INDUSTRIES, INC. FOR THE PURCHASE OF VARIABLE AMOUNTS OF REPLACEMENT BUNKER GEAR FOR THE FAYETTEVILLE FIRE DEPARTMENT FOR THE UNIT PRICES OF $1,165.00 FOR STRUCTURAL FIREFIGHTING PERSONAL PROTECTIVE COATS AND $815.00 FOR STRUCTURAL FIREFIGHTING PERSONAL PROTECTIVE PANTS ON AN AS NEEDED BASIS THROUGH MARCH 9, 2018, PURSUANT TO A COOPERATIVE BID PROCESS THROUGH THE CITY OF SPRINGDALE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby authorizes a contract with Casco Industries, Inc. for the purchase of variable amounts of replacement bunker gear for the Fayetteville Fire Department for the unit prices of $1,165.00 for structural firefighting personal protective coats and $815.00 for structural firefighting personal protective pants on an as needed basis through March 9, 2018, pursuant to a cooperative bid process through the City of Springdale. PASSED and APPROVED this 21" day of April, 2015. nnn.-.1 TU,-,. ATTEST: By: A-4� �f' At'ik SONDRA E. SMITH, City Clerk Treasurer 01111 IF fill" TR G ev��e \T Y 0�, FAYE77EVILLE -ti, V ZZ To City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 t Text File File Number: 2015-0173 Agenda Date: 4/21/2015 Version: 1 Status: Agenda Ready In Control: City Council File Type: Resolution Agenda Number: A. 6 CASCO INDUSTRIES, INC. A RESOLUTION TO AUTHORIZE A CONTRACT WITH CASCO INDUSTRIES, INC. FOR THE PURCHASE OF VARIABLE AMOUNTS OF REPLACEMENT BUNKER GEAR FOR THE FAYETTEVILLE FIRE DEPARTMENT FOR THE UNIT PRICES OF $1,165.00 FOR STRUCTURAL FIREFIGHTING PERSONAL PROTECTIVE COATS AND $815.00 FOR STRUCTURAL FIREFIGHTING PERSONAL PROTECTIVE PANTS ON AN AS NEEDED BASIS THROUGH MARCH 9, 2018, PURSUANT TO A COOPERATIVE BID PROCESS THROUGH THE CITY OF SPRINGDALE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby authorizes a contract with Casco Industries, Inc. for the purchase of variable amounts of replacement bunker gear for the Fayetteville Fire Department for the unit prices of $1,165.00 for structural firefighting personal protective coats and $815.00 for structural firefighting personal protective pants on an as needed basis through March 9, 2018, pursuant to a cooperative bid process through the City of Springdale. City of Fayetteville, Arkansas Page 1 Printed on 411412015 City of Fayetteville Staff Review Form 2015-0173 Legistar File ID 4/21/2015 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item David Dayringer 3/26/2015 Fire / Fire Department Submitted By Submitted Date Division / Department Action Recommendation: .............. A resolution to approve the contract with Casco Industries, Inc. through the cooperative bid process with the Springdale Fire Department to allow for the purchase of replacement bunker gear for the Fayetteville Fire Department, on an as needed basis throughout the life of the proposed contract which expires on March 9, 2018. 1010.3020.5302.01 Account Number Project Number Budgeted Item? Yes Does item have a cost? No Budget Adjustment Attached? No Budget Impact: Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget General Fund Project Title $ 27,283.00 $ 2,650.59 $ 24,632.41 w_. $ 24,632.41 V20140610 Previous Ordinance or Resolution # Original Contract Number: Approval Date: Comments: The bid prices for the bunker gear from Casco Industries, Inc. are $1,165.00 for the Structural Firefighting Personal Protective Coat and $815.00 for the Structural Firefighting Personal Protective Pants plus additional sales tax costs to be purchased as needed. The Springdale Fire Department submitted the bid proposal through a cooperative bid process with multiple fire departments. CITY OF lFay �M I CITY COUNCIL AGENDA MEMO 11 ARKANSAS MEETING OF APRIL 21, 2015 TO: Mayor and City Council �. FROM: David Dayringer, Fire Chief DATE: March 26, 2015 SUBJECT: A resolution to approve the contract with Casco Industries, Inc. through the cooperative bid process with the Springdale Fire Department to allow for the purchase of replacement bunker gear for the Fayetteville Fire Department, on an as needed basis throughout the life of the proposed contract which expires on March 9, 2018. RECOMMENDATION: Staff recommends a resolution to approve the contract with Casco Industries, Inc. through the cooperative bid process with the Springdale Fire Department to allow for the purchase of replacement bunker gear for the Fayetteville Fire Department, on an as needed basis throughout the life of the proposed contract which expires on March 9, 2018. BACKGROUND: Bunker gear consists of the protective clothing worn by firefighters to shield them from heat and abrasive debris during fire suppression and emergency response activities. As this protective gear ages and becomes worn, replacement bunker gear is necessary for the safety of the firefighters. DISCUSSION: The gear is durable and custom fitted to the individual firefighter. The gear from Casco Industries will provide excellent thermal protection, thus reducing the number and severity of burns sustained by fire personnel. The products offered by Casco Industries meet specifications and allow bunker gear replacements to remain consistent with the existing bunker gear utilized throughout the department. BUDGET/STAFF IMPACT: The bid prices for the bunker gear from Casco Industries, Inc. are $1,165.00 for the Structural Firefighting Personal Protective Coat and $815.00 for the Structural Firefighting Personal Protective Pants plus additional sales tax costs to be purchased as needed. Bunker Gear funds for the purchase of firefighter bunker gear replacements have been budgeted in the department's Annual Budget and Work Program. ATTACHMENTS: Bid Documents Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Casco / Globe Nafeco 1 Lion Ricochet Fayetteville Coat $1,165.00 $1,320.79 $1,239.34 Fayetteville Pant $815.00 $860.26 $922.03 Springdale Coat $1,180.00 $1,335.59 $1,260.49 Springdale Pant $815.00 $860.26 $922.03 Lowell Coat $1,180.00 $1,333.48 Lowell Pant $815.00 $860.00 Rogers Coat $1,180.00 $1,333.48 Rogers Pant $815.00 $923.18 Bentonville Coat $1,170.00 $1,320.79 $1,239.34 Bentonville Pant $815.00 $860.79 $922.03 INDUSTRIES, INC. VT SALES & SERVICE 21941 1-30, SUITE 6 BRYANT, AR 72002 Phone: 800-648-5808 Phone: 501.653.2970 Fax: 501-653-2935 February 27, 2015 To: Fayetteville, Springdale, Lowell, Rogers, Bentonville & Surrounding Department Purchasing Agencies Re: Structural Firefighting Clothing Bid Casco is pleased to present our quote for Globe GXTreme coats and GXCel pants, as specified in your bid. You will have your option of the PBl Max or the Kombat Flex outer shells for the same price, your choice. We are also giving each department the choice of suspender attachments on the pants. For those wishing to use their leather suspenders, we will put suspender buttons In place of loops. Also, Globe has advised that the maximum price Increase per year will not exceed 3%. We thank you for your time and consideration and look forward to seeing you on March 9. Sincerely, �L Robin Tittle Casco Industries Globe Manufacturing Company, LLC February 27, 2015 Captain Dean Bitner Springdale Fire Department 201 Spring Street Springdale, Arkansas RE: Invitation for Competitive Sealed Bids; Manufacturer Authorized Repair Center Captain Bitner, Please accept this letter as compliance to the bid specification requirement for documentation of a factory approved repair center and guaranty of working days required for repair/refurbishment of gear. Globe Manufacturing Company has long seen the need to provide support to our customers and our products by providing in-house Cleaning, inspection, and Repair services through our CARES Department located in the same building as our main production facility in Pittsfield, New Hampshire. CARES is able to perform all aspects of NFPA:1S51 and also provide, if necessary, training to departments through classes held at Globe, in the field, or online. Globe/CARES is able to provide the services requested in the bid within 15 working days of a request. Keep in mind that a third of that time is required for standard shipping to and from the department. Please feel free to contact me if you have any further questions regarding our CARES services and turnaround time. Sincerely, Matt Wood Regional Sales Manager Globe Manufacturing Company 37 Loudon Road, Pittsfield, NH 03263 TEL: 800-232-8323 603-435-8323 FAX: 800-442-6388 603-435-6388 www.globeturnoutgear.com Globe Firefighter Suits o Globe Cairns @ Globe Lifeline e Globe Footwear ® Globe CARES Globe CARESTrainin Globe CARES (Cleaning And Repair Evaluation Services) has a number of services availa a to our customers, We offer: Advanced Cleaning and Advanced Inspection as an added benefit to our customers and dealers. We will also provide in-house, field training and online courses for customers who want to learn more about inspecting and maintaining their gear. These new services are offered to aid our customers In complying with the 2014 edition of NFPA 1851 Standard on Selection, Care and Maintenance of Protective Ensembles for Structural Fire Fighting and Proximity Fire Fighting. Cares Individual Services Available: • Advanced Cleaning of Globe coats, pants, and boots. • Advanced Inspection with documentation. • Repairs of Globe coats and pants. • Upon request, documentation can be updated using PPEtracker.com PLEASE NOTE: ALL PPE MUST BE CLEANED PRIOR TO EVALUATION AND REPAIR. TRAINING CLASSES OFFERED: Level 1 Training - FREE service conducted at Globe or in the field by either a Globe Regional Sales Manager or a factory representative. • Overview of NFPA 1851, 2014 edition. • Detailed demonstrations on Advanced Inspections. • Discussion on Advanced Cleaning and Advanced Repairs. • Customers encouraged to bring their own gear to follow along with the presentation. • Certificate of participation to meet the NFPA 1851 required "manufacturer training" needed to preform Advanced Cleaning and Advanced Inspections for your department. • Globe highly recommends the customer purchase a copy of NFPA 1851, 2014 edition of the standard and review it before training class. Level 2 Training - FREE service consisting of 1-2 day training class conducted in Pittsfield, NH. This course is intended for Fire Department personnel responsible for the care and maintenance of the department's turnout clothing and boots, as well s for those who wish to pursue becoming a verified ISP (Independent Service Provider) • In-depth overview of NFPA 1851, 2014 edition. • Detailed demonstrations on Advanced Inspections which included Complete Liner Inspection, Light Test, Leakage Evaluation Test, Water Penetration Test. • Detailed demonstrations of Advanced Cleaning and Advanced Repairs. • Hands-on experience with Advanced Repairs. • Customers encouraged to bring their own gear to follow along with the presentations. • Information on "How to become a verified ISP". • Information on writing your Quality System Manual • Recommendations for cleaning the repair equipment. • Certificate of participation to meet the NFPA 1851 required "manufacturer training" needed to perform Advanced Cleaning and Advanced Inspections for your department. + Globe highly recommends the customer purchase a copy of the NFPA 1851, 2014 edition of the standard and review it before class. For Level 2 training, each participant is responsible for travel, lodging, meals and expenses. Lunch will be provided during class. PLEASE CONTACT GLOBE TO SCHEDULE YOUR TRAINING TODAY! r;1nhP Mani facturina Comnanv. LLC • 37 Loudon Road s Pittsfield, NH 03263 • 800-232-8323 a 800-442-6388(fax) INVITATION FOR COMPETITIVE SEALED BIDS SCOPE; The scope of this invitation to Bid is to provide firm contract pricing for Structural Firefighting Blood Borne Resistant Personal Protective Clothing (Coats and Pants) to be purchased by the agencies listed below and to provide for a clear annual cost increase program of the stated items ordered for a contract period of three (3) years beginning on March 10, 2015 and ending on March 9, 2018. BID ITEMS: Structural Firefighting Personal Protective Clothing (Coats and Pants) as further specified later in this document. Bid pricing must include individual fire department personnel sizing for custom fit of the stated coats and pants to be performed in house at the local fire stations of the purchasing agencies by factory trained dealer representatives. NO EXCEPTIONS. Item Description Structural Firefighting Personal Protective Coat with Springdale Options Structural Firefighting Personal Protective Pants with Springdale Options Structural Firefighting Personal Protective Coat with Fayetteville Options Structural Firefighting Personal Protective Pants with Fayetteville Options Structural Firefighting Personal Protective Coat with Bentonville Options Structural Firefighting Personal Protective Pants with Bentonville Options Unit Price $1180.00 $ 815.00 $1165.00 $ 815.00 $ 1170.00 $ 815.00 City patch and USA flag on left and right sleeve of coat. One patch shall be attached to each side as determined by city. Patches shall be of NFPA compliant construction. Pricing shall include one patch for each sleeve of one (1) coat. $ included The bid unit price must cover all of the materials and operations necessary for the production of items as specified including delivery (FOB Destination, freight paid). Sales tax is not to be included in the bid unit price. Applicable Arkansas sales tax laws (state and local) will apply to this bid, but will not be considered in award of the bid. 1. The entire cost of preparing and providing responses to this bid invitation shall be borne by the bidder. 2. All bidders must be authorized dealers to sell and service the products specified. PURCHASING AGENCIES: Fayetteville, Arkansas Fire Department; Springdale, Arkansas Fire Department; Lowell, Arkansas Fire Department; Rogers, Arkansas Fire Department Bentonville, Arkansas Fire Department; Other fire departments within Benton, Carroll, Madison, and Washington Counties, Arkansas CONTACT PERSON and TELEPHONE: Springdale Fire Captain Dean Bitner, Cell: 479-283-7297, Office: 479-751-4510 BID OPENING LOCATION: City of Springdale Administration Building located at 201 Spring Street, Springdale, Arkansas in room 236. BID OPENING DATE AND TIME: Monday, March 9, 2015 at 2:00 pm Central Daylight Time BID SUBMISSION: Bids may be mailed, shipped via common carrier, or hand delivered to City of Springdale, City Clerk's Office located at 201 Spring Street, Springdale, Arkansas 72764 until 2:00 p.m. Monday, March 9 , 2015. Bids must be submitted on this form, with attachments as appropriate, on or before the date and time specified for bid opening. If this form is not used, the bid may be rejected. The bid must be typed or printed in ink and signed in ink. Unsigned bids will be disqualified. The person signing the bid should show title or authority to bind his/her firm in this contract. Bid prices must remain firm for consideration and acceptance for thirty days from the bid opening date. BIDS MAY NOT BE FAXED. SEALED BIDS WILL BE ACCEPTED FOR THE ABOVE STATED PURCHASING AGENCIES ONLY UNTIL THE DATE AND TIME SPECIFIED ABOVE AT THE SPECIFIED LOCATION. THE BID ENVELOPE MUST BE SEALED AND SHOULD BE PROPERLY MARKED WITH "PROTECTIVE CLOTHING BID" AND THE BIDDER'S NAME AND RETURN ADDRESS. BID/CONTRACT RULES and PERIOD: Bid prices are firm for the life of the contract with the following price escalation rules. The contract is for a three (3) year term beginning on March 10, 2015 and ending on March 9, 2018. Bid contract is for firm pricing on a calendar year (January to December) basis. The initial bid price will be fixed for the period from March 10, 2015 until December 31, 2015. Price increases will be allowed based on the Consumer Price Index for each preceding calendar year for purchases ordered in 2016, 2017, and 2018 (prior to contract expiration on March 9, 2018. A contract award will be issued to the successful bidder. The contract results in a binding obligation without further action by either party. This award does not authorize shipment. Shipment is only authorized after the authorized purchasing agency provides confirmation to the successful bidder in accordance with each purchasing agencies purchasing procedures. 2 ESTIMATED QUANTITIES: The purchasing agencies anticipate combined purchase quantities of fifty (50) units each (Coats and Pants) per calendar year during the contract period. Actual order quantities may be more or less than the estimated quantity. Quantities stated are estimates only, and are not guaranteed. ANTICIPATION TO AWARD BiDICONTRACT: This invitation for Bid will be awarded to the lowest responsive, responsible bidder that meets all specifications and requirements stated herein for the life of the contract. The purchasing agencies anticipate award of the contract within thirty (30) days following bid opening. STANDARD TERMS AND CONDITIONS: ACCEPTANCE AND REJECTION: The purchasing agencies reserve the right to accept or reject all or any part of a bid or any and all bids, to waive minor technicalities, and to award the bid to best serve the interest of the agencies. BRAND NAME REFERENCES: Bids on brands of like nature and quality will be considered. Bids must show the manufacturer, brand or trade name, and other descriptions, and should include the manufacturer's illustrations and complete descriptions of the product offered. The purchasing agencies reserve the right to determine whether offered brands are equivalent and meet the standards of the items specified, and the purchasing agencies may require the bidder to supply additional descriptive material. DEFAULT: All products furnished will be subject to inspection and acceptance of the purchasing agency after delivery. Back orders, default in promised delivery, or failure to meet specifications authorize the purchasing agency to cancel the contract. INVOICING: An itemized invoice addressed to the purchasing agency reflecting the agency's individual purchase confirtiation, item description, quantity, unit price, and total price including applicable sales tax is required. Payment to the vendor by the purchasing agency will be made within 30 days following delivery, acceptance and invoicing in accordance with these specifications. DELIVERY (FOB DESTINATION, FREIGHT PAID): Delivery is required within forty-five (45) calendar days after receipt of order, "Calendar days" shall be defined as. Monday through Sunday of each week inclusive of all official Federal holidays. All transportation expenses for delivery of the finished product will be the responsibility of the contractor. Extended (Alternate) delivery days may be considered when in the best interest of the purchasing agencies. 3 If delivery guaranty of forty-five (45) days cannot be met by the bidder, the bidder must state the number of days required to place the product in the ordering agencies designated location. Failure to state the delivery days obligates the bidder to complete delivery within forty-five (46) calendar days after receipt of order. If the bidder desires to submit an alternate delivery period, the bidder shall insert the number of working days required by the bidder for the delivery of stated product in the blank below. ALTERNATE DELIVERY: working days after receipt of order for delivery to designated location. DELIVERY LOCATIONS: Fayetteville, Arkansas Fire Department; Springdale, Arkansas Fire Department; Lowell, Arkansas Fire Department; Rogers, Arkansas Fire Department Bentonville, Arkansas Fire Department; Other fire departments within Benton, Carroll, Madison, and Washington Counties, Arkansas LIQUIDATED DAMAGES OR PENALTY: All products furnished will be subject to inspection and acceptance after delivery. Failure to meet specifications constitutes breach of contract and liquidated damages may be imposed by the purchasing agencies. Liquidated damages imposed by a purchasing agency against the bidder for failure to meet the agreed upon delivery schedule will be one percent (1 %) of the invoice amount of the applicable order for each working day beyond the specified delivery time. The bidder shall be relieved of delays due to causes beyond their control such as acts of God, national emergency, strikes, or fire. The bidder must notify in writing, on a timely basis, the purchasing agency of such developments stating reason, justification and extent of delay. MANUFACTURER AUTHORIZED REPAIR CENTER: Bidders must provide valid proof of the availability of a factory approved repair/refurbishment center for the timely repair and refurbishment of damaged and or worn products purchased pursuant to this contract. Bidder must provide written guaranty of working days required (barring severe or otherwise unusual circumstances) to complete repair or refurbishment of product. REPAIR/REFURBISHMENT TIME: Bidder guaranties they will repair or refurbish products purchased under this contract in 15 working days after receipt of order including return delivery to the purchasing agency. DETAILED ITEM SPECIFICATIONS: The minimum requirements of this specification are as defined by NFPA 1971, Standard on Protective Ensemble for Structural Fire Fighting, 2013 Edition (hereinafter referred to lu as NFPA 1971, except in the absence of comment on a particular point, industry standard practice shall be presumed to prevail. Workmanship and material shall be first quality throughout. All exceptions to specifications must be clearly identified within the bid. In the absence of comment to a specific point, the bidder Is required to furnish a wholly compliant garment. Blanket exception(s) are not allowed. Does your bid comply with all aspects of this section? Yes X No The bidder must certify that the products proposed in this bid meet or exceed all requirements of NFPA 1971. The manufacturer must also list and label this product with Underwriters Laboratories Inc. (UL) or Safety Equipment Institute (SEI), as third party certification as prescribed in NFPA 1971. All certification testing and test preconditioning must have been performed by an ISO 17025 -certified laboratory. UL, SEI or a UL Authorized Client Test Data Program laboratory may fulfill this requirement. Labels shall be permanently and integrally printed onto materials that meet the requirements for labels of NFPA 1971. The product shall be clearly labeled to fully identify the material content of all three layers: outer shell, moisture barrier and thermal liner. Each separable layer shall be labeled with the FEMSA-style DANGER label in an obvious location. Does your bid comply with all aspects of this section? Yes X No Pattern tailoring to custom -fit individual department members is mandatory. Individual personnel sizing shall be performed for each and every item ordered. Sizing must be performed by a factory trained measurement specialist taking actual measurements of the firefighter. Sizing measurements shall be taken at the local purchasing agency's location under a schedule mutually agreed upon between the successful bidder and the purchasing agency. No generic sizing such as Small -Medium -Large -Extra Large will be allowed. Does your bid comply with all aspects of this section? Yes X No A comparative and full range of women's sizing, on women's patterns, must also be available. Does your bid comply with all aspects of this section? Yes X No All linings, including thermal linings and moisture barriers, shall be tailor -graded to fit within the overall garment composite of all layers without causing bunching or binding when the garment is worn. Does your bid comply with all aspects of this section? Yes X No All thread used in seams shall be Nomex® of minimum Tex size T-70. Light colored garments and trim areas shall feature yellow thread. Black and dark garments shall feature black thread. Tan or bronze colored garments shall feature tan thread. 5 Does your bid comply with all aspects of this section? Yes X No All moisture barrier seams shall be tape -sealed to meet all requirements of the NFPA 1971 Liquid Penetration Resistance Test. Does your bid comply with all aspects of this section? Yes X No All pockets and flaps shall be reinforced at the top corners with bar tack stitching. All pockets shall be reinforced with an extra layer of NFPA-certified outer shell, moisture barrier, or other NFPA-certified reinforcement material. The exact location of the reinforcements shall be identified at the time of order by the purchasing agency. All pockets shall have a means to drain water and shall have means of closure. All pocket closures shall be made either with hook and loop fastener tape a minimum of 1.5 inches wide, with a flap, or with snaps. The specific placement of the closure system shall be declared at the time of order. 3 -Dimensional pocketing shall feature the same construction details as the coats and pants. Does your bid comply with all aspects of this section? Yes X No All garment stress points shall be reinforced with sturdy bar tacks, rivets are not acceptable. Does your bid comply with all aspects of this section? Yes X No Reinforcements shall be provided at cuffs and pockets and shall meet the requirements of NFPA 1971. All thermal liner or thermal enhancing materials used in the garments shall meet the following criteria after a 500° Fahrenheit oven test: 1) Material shall remain intact and flexible 2) No portion of the material shall crack, crumble or flake Does your bid comply with all aspects of this section? Yes X No The following standards in their active versions on the date of invitation for bid shall form a part of this specification to the extent specified herein. ASTM D 6193-97 Standard Practice for Stitches and Seams NFPA 1500, 2013 Edition Standard on Fire Department Occupational Safety and Health Program NFPA 1851, 2014 Edition Standard on Selection, Care, and Maintenance of Structural Fire Fighting Protective Ensembles NFPA 1971, 2013 Edition Standard on Protective Ensemble for Structural Fire Fighting Does your bid comply with all aspects of this section? Yes X No 6 The coat composite (all three layers) shall not gap when the firefighter is bending, crawling or climbing. Gapping shall be determined as defined by NFPA 1500 with both arms fully overhead and wearer bending to rear, sides and front. The actual length of coats (shorter or longer) will be determined by each individual's torso length. Coat must interface properly with standard height pants. Does your bid comply with all aspects of this section? Yes X No Coats shall feature a tailored three-piece body, one-piece back construction throughout the outer shell, moisture barrier and thermal liner layers. To facilitate individual tailoring needs, the major A & B seams joining the one-piece back to the right and the left front body panels (outer shell and all interior layers) shall be located at the most lateral position when the coat is laid flat for inspection. Does your bid comply with all aspects of this section? Yes )L_ No Coats shall supply an NFPA required and certified Drag Rescue Device. The device shall be designed to fit each individual's chest size. Each strap will be properly labeled with DANGER labels that include what chest size the Rescue Strap is designed to fit along with instructions for care and installation/removal of the Rescue Strap. The grab handle shall be positioned at the rear of the upper torso where it will be covered by an outer shell tunnel. Does your bid comply with all aspects of this sectioh? Yes X No The sleeves shall be of a two piece construction with an upper and a lower sleeve and contoured to follow the natural shape of the arm at rest. Both the under and upper sleeves shall be graded in proportion to the chest size. Does your bid comply with all aspects of this section? Yes X No Coats shall be equipped with Nomex® knit wristlets with thumb loop not less than 4 inches in length and of double thickness. Nomex® knit is constructed of 96% Nomex® and 4% Spandex for shape retention. The color of the wristlets shall be grey. The wristlets shall be sewn to the end of the liner sleeves. Flame resistant neoprene coated cotton/polyester impermeable barrier material shall be sewn to the inside of the sleeve shell approximately 5 inches from the sleeve end and extending toward the cuff forming the sleeve well. The neoprene sleeve well shall form an elasticized cuff end with an FR Velcro® tab providing a snug fit at the wrist and covering the knit wristlet. This sleeve well configuration serves to prevent water and other hazardous elements from entering the sleeves when the arms are raised. The neoprene barrier material shall also line the inside of the sleeve shell from the cuff to a point approximately 5 inches back, where it joins the sleeve well and is double stitched to the shell. Four Ara -shield® snap tabs will be sewn into the juncture of the sleeve well and wristlet. The tabs will be spaced equidistant from each other and shall be fitted with female snap fasteners to accommodate corresponding male snaps in the liner sleeves. One of the Ara- shield® snap tabs shall be a different color in the liner to correspond with color coded snap tabs for ease of matching the liner system to the outer shell after inspection or cleaning is 7 completed. This configuration will ensure there is no interruption in protection between the sleeve liner and wristlet. Does your bid comply with all aspects of this section? Yes X No Coats shall incorporate separate facings to ensure there is no interruption in thermal or moisture protection in the front closure area. The facings shall measure approximately 3 inches wide, extend from collar to hem, and be double stitched to the underside of the outer shell at the leading edges of the front body panels. A breathable moisture barrier material shall be sewn to the jacket facings and configured such that it is sandwiched between the jacket facing and the inside of the respective body panel. The breathable film side shall face inward to protect it. There shall be wicking ba►;rier constructed of Crosstech 2F moisture barrier material installed on the front closure system on the left and right side directly below the front facings to ensure continuous protection and overlap. The wicking barrier shall extend no more than a maximum of 3l" beyond the inner facing and false facing shall be unacceptable. The thermal liner and moisture barrier assembly shall be attached to the jacket facings by means of snap. fasteners. Does your bid comply with all aspects of this section? Yes X No Coats outer shell materials shall be of 7.5 oz. Safety Components "PBI Max" fabric or TenCate "Kombat Flex" fabric. Coats thermal lining materials shall be of 7.4 oz. calendared 100% spun IsoDri Glide 2L AraFlow K6 or equivalent. Coats moisture barriers shall be of 5.0 oz; Crosstech Black material. Does your bid comply with all aspects of this section? Yes X No The thermal liner and moisture barrier shall be completely removable from the jacket. shell. Two strips of 5l inch wide FR Velcro® fastener tape shall secure the thermal liner/moisture barrier to the outer shell along the length of the neckline under the collar. This opening shall run the full length of the collar for the purpose of Inspecting the inner surfaces of the jacket liner system. The remainder of the thermal liner/moisture barrier shall be secured with a minimum of four snap fasteners appropriately spaced on each jacket facing and four Ara„Shield®snap fasteners at each sleeve end, The outside perimeter of the moisture barrier and thermal liner layers shall be bound together along the side and bottom edges with a bias -cut neoprene coated cotton/polyester binding for a finished appearance that prevents fraying and wicking of contaminants. Stitching used to secure the thermal liner and moisture barrier in place of the neoprene shall not be considered, since stitching is not able to provide the same level of abrasion resistance. Does your bid comply with all aspects of this section? Yes X No Coats shall be provided with additional optional specifications listed below: Free hanging throat tab Yes X No 8 Liner Inspection Port Yes X No Detachable Liner Yes jL No Liner Label Pocket Yes X No Nomex-Tabbed long wristlets Yes X Na Scotchlite Trim, Lime 2 -Tone, "Project Fires" Yes_X No Back Patch with 311 sewn letters -lime Scotchlite (Department Specification Vary — See Department Options Page) Yes X No Hanging Letter Patch with - Avg.7 Letters - 3" sewn letters -lime Scotchlite; 2" Letters to may be used if necessary to fit (Removable Name Plate —1st initial with "period", Last Name. Panel shall be drop down tall with snap and Velcro attachment.) 2" Velcro/Zipper Coat Closure Yes_X No Yes X No Thermal Enhancements (Over Shoulders, Across Back, Wrist to Elbow) YesX No Coat sleeve cuffs —"Dragon Hide" or equivalent Yes X No Shoulder top outer reinforcement - "Dragon Hide" or equivalent. Yes_XNo Sleeve reinforcement at elbow — "Dragon Hide" or equivalent. Yes X No Full Bellows Pockets - PBI Max or equivalent - Bronze - 2" X 8" X8" Pocket closures shall be of lay flat flaps with hook and loop Velcro fabric. Yes X No One tool pouch constructed of Kevlar in one coat pocket. Side to be determined by agency Yes X No Does your bid comply with all aspects of this section? Yes X No — 9 PANTS The pants shall be ladder belt capable to include sufficient belt loops to support rescue operations. Belts will be purchased individually and are not to be included in this bid. However, all pants shall be manufactured to allow for use of rescue belt. Does your bid comply with all aspects of this section? Yes __-,X. No Pants fly closures shall consist of zipper, outer flap with Velcro, and Nomex belt wl evenly spaced outer shell belt loops. Does your bid comply with all aspects of this section? Yes _X.___ No The pants shall be of a traditional waist -high -only design to facilitate full torso ventilation of front, rear and sides of trunk. Does your bid comply with all aspects of this section? Yes X No The body of the shell shall be constructed of four separate body panels consisting of two front panels and two back panels. The body panels shall be shaped so as to provide a tailored fit, thereby enhancing body movement, and shall be joined together by double stitching with Nomexx thread. The body panels and seam lengths shall be graded to size to assure accurate fit in a broad range of sizes. Does your bid comply with all aspects of this section? Yes X No The rise of the rear pant center back seam, from the top back of the waistband to where it intersects the inside leg seams at the crotch, shall exceed the rise at the front of the pant by 8 inches. The longer rear center back seam provides added fullness to the seat area for extreme mobility without restriction when stepping up or crouching and will be graded to size. This feature in combination with other design elements will maintain alignment of the knee directly over the knee pads when kneeling and crawling. Does your bid comply with all aspects of this section? Yes X No On the inside waistband shall be attachments for the standard "H" style or "V" style "Padded Rip Cord" suspenders, There will be four attachments total — 2 front, 2 back. The suspender attachments shall be constructed of a double layer of black aramid measuring approximately 1/2 inch wide by 3 -inches long. They shall be sewn in a horizontal position on the ends only to form a loop. The appearance will be much like a horizontal belt loop to capture the suspender ends. Manufacturing style may vary so long as intended result is met. Does your bid comply with all aspects of this section? Yes X No The outer shell of the pant shall wrap over thermal lining and moisture barrier at the waist, in order to minimize unsnapping of liner during donning process. OR The waist 10 area of the pants shall be reinforced on the inside with a separate piece of black aramid outer shell material not less than two inches in width. Neoprene coated cotton/polyester shall be sewn to the back of the waistband as a reinforcement. The aramid/Neoprene waistband shall be cut on the bias to allow the waistband to stretch for unrestricted movement and increased comfort. The top edge of the waistband reinforcement shall be double stitched to the outer shell at the top of the pants. The lower edge of the waistband shall be serged and unattached to the shell to accept the thermal liner and moisture barrier. The top of the thermal liner and moisture barrier shall be secured to the underside of the waistband reinforcement so as to be sandwiched between the waistband reinforcement and outer shell to reduce the possibility of liner detachment while donning and to avoid pass through of snaps from the outer shell to the inner liner. The liner system of the pant shall incorporate a full length opening along the entire waistline for ease in inspecting the inner layers as well as performing the complete Liner Inspection. The thermal liner and moisture barrier shall be individually bound with a neoprene coated bias cut tape, and joined together with a snap at the center back. There shall be a minimum of 4 snap tabs sewn to the underside of the waistband, with corresponding snaps in the moisture barrier layer 10 secure the barrier to the shell The pant thermal layer shall snap directly to the waistband by means of nine snap fasteners. There shall be no hook and loop used to close the liner access opening. Does your bid comply with all aspects of this section? Yes X No Pant outer shell materials shall be of 7.5 oz. Safety Components "PBI Max" fabric or TenCate "Kombat Flex" fabric. Pant thermal lining materials shall be of 7.4 oz. calendared 100% spun IsoDri Glide 2L AraFlow K6 or equivalent. Pant moisture barriers shall be of 5.0 oz; Crosstech Black material. Does your bid comply with all aspects of this section? Yes X No Pants shall be provided with additional optional specifications listed below: Narrow 1.5" Velcro Fly Yes No _X Liner Inspection Port Yes X No Detachable Liner Yes X No 3" Cuff trim -Lime 2 -Tone Scotchlite Yes X No Angled Cuffs - Pants Cuffs trim — "Dragon Hide" or equivalent Yes .X No Pant leg and knees — Integral knee pads built into liners. Padding to include dual layer closed cell foam and single layer silicone pad sewn into liners. Knee exterior pant surface shall be protected by "Dragon Hide" or equivalent. 11 Yes X No Large Bellows Pockets -Pants - PBI Max or equivalent - 10" x 10" x 2" lined with Kevlar. Yes X No One tool pouch constructed of Kevlar in one pant pocket. Side to be determined by agency Yes ,X_ No Snap Style Suspender Attachment Yes X No Suspenders with Snap Attach and Quick Adjust Installed Yes X No The following Department Specific Options must be incorporated into the bidder's price entered on Page One of this Bid Invitation: Springdale Fire Department Option Package: Pant and coat shall be of "G -Extreme" (coat)/"G-Xcel" (pant) cut for Globe products or "V -Force" for Lion products. Back Patch of PBI Max or equivalent, Bronze in color, with "SPRINGDALE FIRE" in 3" sewn letters of lime Scotchlite. Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x2" located on left chest, with notches on each side of top flap to allow for antenna protrusion. Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches below neck flap. Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate "Survivor" 90° flashlight located on right chest. Does your bid comply with all aspects of this section? Yes X No Bentonville Fire Department Option Package: Pant and coat shall be of "G -Extreme" (coat)/"G XceI" (pant) cut for Globe products or "V -Force" for Lion products. 12 Back Patch of PBI Max or equivalent, Bronze in color, with "B.F.D." in 3" sewn letters of time Scotchlite and 3 sewn "Periods" Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x3" located on left chest, with notches on each side of top flap to allow for antenna protrusion. Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches below neck flap. Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate "Big Ed" 90° style flashlight and located on right chest. Does your bid comply with all aspects of this section? Yes X No Fayetteville Fire Department Option Package: Pant and coat shall be of "G -Extreme" (coat)!"G-Xcel" (pant) cut for Globe products or "V -Force" for Lion products. Back Patch of PBI Max or equivalent, Bronze in color, with "F.F.D." In 3" sewn letters of lime Scotchlite and 3 sewn "Periods" Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x3" located on left chest, with notches on each side of top flap to allow for antenna protrusion. Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches below neck flap. Flashlight Clip wNelcro on Strap of PBI Max or equivalent, Bronze in color to accommodate "Survivor" 90° flashlight located on right chest. Does your bid comply with all aspects of this section? Yes Lowell Fire Department Option Package: Pant and coat shall be of "G -Extreme" (coat)/"G-Xcel" (pant) cut for Globe products or "V -Force" for Lion products. Back Patch of PBI Max or equivalent, Bronze in color, with "LOWELL FIRE" in 3" sewn letters of lime Scotchlite. Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x2" located on left chest, with notches on each side of top flap to allow for antenna protrusion. 13 Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches below neck flap. Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate "Survivor " 90° flashlight located on right chest. Does your bid comply with all aspects of this section? Yes Rogers Fire Department Option Package: Pant and coat shall be of "G -Extreme" (coat)P'G-Xcel" (pant) cut for Globe products or "V- Force" for Lion products. Back Patch of PBI Max or equivalent, Bronze in color, with "ROGERS FIRE" in 3" sewn letters of lime Scotchlite. Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x3" located on left chest, with notches on each side of top flap to allow for antenna protrusion. Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches below neck flap. Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate "Survivor " 90° flashlight located on right chest. Does your bid comply with all aspects of this section? Yes x No - SUBSTITUTION OF BRAND: No substitutions of brand under this contract after award. Any delivery of unauthorized substitutions will be considered contract default. GUARANTY: All items delivered shall be newly manufactured and in first class condition. The bidder hereby guarantees that items furnished hereunder will be free from defects in design, workmanship and material. The bidder also guarantees that all applicable laws will be complied with relating to construction, packaging, labeling and registration. The bidder's obligations under this paragraph shall survive for a period of one year from the date of delivery, unless otherwise specified herein. ASSIGNMENT: 14 The contract entered into pursuant to this invitation for bid is not assignable, nor the duties herein delegable by either party without the written consent of the other party of the contract. DISCRIMINATION: In order to comply with the provision of Act 954 of 1977, relating to unfair employment practices, the bidder agrees that the bidder will not discriminate against any employee or applicant for employment because of race, sex, color, age, religion, handicap, or national origin. BIDDER'S CONTACT INFORMATION COMPANY NAME STREET ADDRESS CITY STATE and ZIP CODE PHONE NUMBER eJO J' fhalt ('/t �l 2J1L// I3 /-4 . 9 7� AUTHORIZED AGENT OF BIDDER SIGNATURE AND TITLE JL Signature Title 15 1. t F CO" 1615 West Moulton Street lf Decatur, Alabama 35601 INVITATION FOR COMPETITIVE SEALED BIDS Fn8c 6 a SS4852 TM Www.nafeco.com SCOPE: The scope of this Invitation to Bid is to provide firm contract pricing for Structural Firefighting Blood Borne Resistant Personal Protective Clothing (Coats and Pants) to be purchased by the agencies listed below and to provide for a clear annual cost increase program of the stated items ordered for contract period of three (3) years beginning on March 10, 2015 and ending on March 9, 2018. BID ITEMS: Structural Firefighting Personal Protective Clothing (Coats and Pants) as further specified later in this document. Bid pricing must Include individual fire department personnel sizing for custom fit of the stated coats and pants to be performed in house at the local fire stations of the purchasing agencies by factory trained dealer representatives. NO EXCEPTIONS. Item Description Structural Firefighting Personal Protective Coat with Springdale Options Structural Firefighting Personal Protective Pants with Springdale Options Structural Firefighting Personal Protective Coat with Fayetteville Options Structural Firefighting Personal Protective Pants with Fayetteville Options Structural Firefighting Personal Protective Coat with Bentonville Options Unit Price $ 1,335.59 LICK V Fbxce $ 860.26 LTCN V-Fcrce $ 1,320.79 LTCN V -Force $ 860.26 LTCN V -Foy $ 1,320.79 L7lCN V Force Structural Firefighting Personal Protective Pants with Bentonville Options $ 860.79 LICN V --Farce 0PiI : ]Ntra T)amal F nforces nt across back yoke & sled please AD $ 55.74 e City patch and USA flag on left and right sleeve of coat. One patch shall be attached to each side as determined by city. Patches shall be of NFPA compliant construction, Pricing shall include one patch for each sleeve of one (1) coat. $ .11.(3(} 11 1 rlaa�I NCPA Cbxt Ci_ecl WM-:%'.Gity Patti will. neaI to be reviev d & priced accordir to colors & stitch caxit, to deter uJ.' p± ±. The bid unit price must cover all of the materials and operations necessary for the production of items as specified including delivery (FOB Destination, freight paid). Sales tax is not to be included in the bid unit price. Applicable Arkansas sales tax laws (state and local) will apply to this bid, but will not be considered in award of the bid. 1. The entire cost of preparing and providing responses to this bid invitation shall be borne by the bidder. 2. All bidders must be authorized dealers to sell and service the products specified. PURCHASING AGENCIES: Fayetteville, Arkansas Fire Department; Springdale, Arkansas Fire Department; Lowell, Arkansas Fire Department; Rogers, Arkansas Fire Department Bentonville, Arkansas Fire Department; Other fire departments within Benton, Carroll, Madison, and Washington Counties, Arkansas & Please sea the next pie for additiona1 pricing bear, offered for the other cagities Listed. %Mc.Bid prices are effective itil 3/8/16. Option to raaw for (2) a±li.tional x:year terns: imreases will be Lased upon CPI. STRUCTURAL FIREFIGHTING BLOOD BORNE RESISTANT PERSONAL PROTECTIVE CLOTHING (COATS a PANTS) ADDITIONAL PRICING Structural Firefighting Personal Protective Coat with LOWELL Options $ 1,333.48 Structural Firefighting Personal Protective Pant with LOWELL Options 860.00 Structural Firefighting Personal Protective Coat with ROGERS Options $1,333.48 Structural Firefighting Personal Protective Pant with ROGERS Options 923.18 to as NFPA 1971, except in the absence of comment on a particular point, industry standard practice shall be presumed to prevail. Workmanship and material shall be first quality throughout. All exceptions to specifications must be clearly Identified within the bid. In the absence of comment to a specific point, the bidder is required to furnish a wholly compliant garment. Blanket exception(s) are not allowed. Does your bid comply with all aspects of this section? Yes No The bidder must certify that the products proposed in this bid meet or exceed all requirements of NFPA 1971. The manufacturer must also list and label this product with Underwriters Laboratories Inc. (UL) or Safety Equipment Institute (SEI), as third party certification as prescribed in NFPA 1971. All certification testing and test preconditioning must have been performed by an ISO 17025 -certified laboratory. UL, SEI or a UL Authorized Client Test Data Program laboratory may fulfill this requirement. Labels shall be permanently and integrally printed onto materials that meet the requirements for labels of NFPA 1971. The product shall be clearly labeled to fully identify the material content -of all three layers: outer shell, moisture barrier and thermal liner. Each separable layer shall be labeled with the FEMSA-style DANGER label in an obvious location. Does your bid comply with all aspects of this section? Yes / No Pattern tailoring to custom -fit individual department members is mandatory. Individual personnel sizing shall be performed for each and every item ordered. Sizing must be performed by a factory trained measurement specialist taking actual measurements of the firefighter. Sizing measurements shall be taken at the local purchasing agency's location under a schedule mutually agreed upon between the successful bidder and the purchasing agency. No generic sizing such as Small -Medium -Large -Extra Large will be allowed. Does your bid comply with all aspects of this section? Yes No A comparative and full range of women's sizing, on women's patterns, must also be available. Does your bid comply with all aspects of this section? Yes V1 No All linings, including thermal linings and moisture barriers, shall be tailor -graded to fit within the overall garment composite of all layers without causing bunching or binding when the garment is worn. Does your bid comply with all aspects of this section? Yes No All thread used in seams shall be Nomex® of minimum Tex size T-70. Light colored garments and trim areas shall feature yellow thread. Black and dark garments shall feature black thread. Tan or bronze colored garments shall feature tan thread. Does your bid comply with all aspects of this section? Yes No All moisture barrier seams shall be tape -sealed to meet all requirements of the NFPA 1971 Liquid Penetration Resistance Test. Does your bid comply with all aspects of this section? Yes - No All pockets and flaps shall be reinforced at the top corners with bar tack stitching. All pockets shall be reinforced with an extra layer of NFPA-certified outer shell, moisture barrier, or other NFPA-certified reinforcement material. The exact location of the reinforcements shall be identified at the time of order by the purchasing agency. All pockets shall have a means to drain water and shall have means of closure. All pocket closures shall be made either with hook and loop fastener tape a minimum of 1.5 inches wide, with a flap, or with snaps. The specific placement of the closure system shall be declared at the time of order. 3 -Dimensional pocketing shall feature the same construction details as the coats and pants. Does your bid comply with all aspects of this section? Yes No All garment stress points shall be reinforced with sturdy bar tacks, rivets are not acceptable. Does your bid comply with all aspects of this section? Yes No Reinforcements shall be provided at cuffs and pockets and shall meet the requirements of NFPA 1971. All thermal liner or thermal enhancing materials used in the garments shall meet the following criteria after a 500° Fahrenheit oven test: 1) Material shall remain intact and flexible 2) No portion of the material shall crack, crumble or flake Does your bid comply with all aspects of this section? Yes No The following standards in their active versions on the date of invitation for bid shall form a part of this specification to the extent specified herein. ASTM D 6193-97 Standard Practice for Stitches and Seams NFPA 1500, 2013 Edition Standard on Fire Department Occupational Safety and Health Program NFPA 1851, 2014 Edition Standard on Selection, Care, and Maintenance of Structural Fire Fighting Protective Ensembles NFPA 1971, 2013 Edition Standard on Protective Ensemble for Structural Fire Fighting Does your bid comply with all aspects of this section? Yes No The coat composite (all three layers) shall not gap when the firefighter is bending, crawling or climbing. Gapping shall be determined as defined by NFPA 1500 with both arms fully overhead and wearer bending to rear, sides and front. The actual length of coats (shorter or longer) will be determined by each individual's torso length. Coat must interface properly with standard height pants. Does your bid comply with all aspects of this section? Yes ' _ No _____ Coats shall feature a tailored three-piece body, one-piece back construction throughout the outer shelf, moisture barrier and thermal liner layers. To facilitate individual tailoring needs, the major A & B seams joining the one-piece back to the right and the left front body panels (outer shell and all interior layers) shall, be located at the most lateral position when the coat is laid flat for inspection. Does your bid comply with all aspects of this section? Yes - No Coats shall supply an NFPA required and certified Drag Rescue Device. The device shall be designed to fit each individual's chest size. Each strap will be properly labeled with DANGER labels that include what chest size the Rescue Strap is designed to fit along with instructions for care and installation/removal of the Rescue Strap. The grab handle shall be positioned at the rear of the upper torso where it will be covered by an outer shell tunnel. Does your bid comply with all aspects of this section? Yes No The sleeves shall be of a two piece construction with an upper and a lower sleeve and contoured to follow the natural shape of the arm at rest. Both the under and upper sleeves shall be graded in proportion to the chest size. Does your bid comply with all aspects of this section? Yes No Coats shall be equipped with Nomex® knit wristlets with thumb loop not less than 4 inches in length and of double thickness. Nomex® knit is constructed of 96% Nomex® and 4% Spandex for shape retention. The color of the wristlets shall be grey. The wristlets shall be sewn to the end o₹ the liner sleeves. Flame resistant neoprene coated cotton/polyester impermeable barrier material shall be sewn to the inside of the sleeve shell approximately 5 Inches from the sleeve end and extending toward the cuff forming the sleeve well. The neoprene sleeve well shall form an elasticized cuff end with an FR Velcro® tab providing a snug fit at the wrist and covering the knit wristlet. This sleeve well configuration serves to prevent water and other hazardous elements from entering the sleeves when the arms are raised. The neoprene barrier material shall also line the inside of the sleeve shell from the cuff to a point approximately 5 inches back, where it joins the sleeve well and is double stitched to the shell. Four Ara -shield® snap tabs will be sewn into the juncture of the sleeve well and wristlet. The tabs will be spaced equidistant from each other and shall be fitted with female snap fasteners to accommodate corresponding male snaps in the liner sleeves. One of the Ara- shield® snap tabs shall be a different color in the liner to correspond with color coded snap tabs for ease of matching the liner system to the outer shell after inspection or cleaning is completed. This configuration will ensure there ino interruption in protection between the sleeve liner and wristlet. Does your bid comply with all aspects of this section? Yes No Coats shall incorporate separate facings to ensure there is no interruption in thermal or moisture protection in the front closure area. The facings shall measure approximately 3 inches wide, extend from collar to hem, and be double stitched to the underside of the outer shell at the leading edges of the front body panels. A breathable moisture barrier material shall be sewn to the jacket facings and configured such that it is sandwiched between the jacket facing and the inside of the respective body panel. The breathable film side shall face inward to protect it. There shall be wicking barrier constructed of Crosstech 2F moisture barrier material installed on the front closure system on the left and right side directly below the front facings to ensure continuous protection and overlap. The wicking barrier shall extend no more -than a maximum of 3 " beyond the inner facing and false facing shall be unacceptable. The thermal liner and moisture barrier assembly shall be attached to the jacket facings by means of snap fasteners. Does your bid comply with all aspects of this section? Yes � Na Coats outer shell materials shall be of 7.5 oz. Safety Components "PBI Max" fabric or TenCate "Kombat Flex" fabric. Coats thermal lining materials shall be of 7.4 oz. calendared 100% spun IsoDri Glide 2L AraFlow K6 or equivalent. Coats moisture barriers shall be of 5.0 oz; Crosstech Black material. Does your bid comply with all aspects of this section? Yes No The thermal liner and moisture barrier shall be completely removable from the jacket shell. Two strips of % inch wide FR Velcro® fastener tape shall secure the thermal liner/ moisture barrier to the outer shell along the length of the neckline under the collar. This opening shall run the full length of the collar for the purpose of inspecting the inner surfaces of the jacket liner system. The remainder of the thermal liner/moisture barrier shall be secured with a minimum of four snap fasteners appropriately spaced on each jacket facing and four Ara -Shield® snap fasteners at each sleeve end. The outside perimeter of the moisture barrier and thermal liner layers shall be bound together along the side and bottom edges with a bias -cut neoprene coated cotton/polyester binding for a finished appearance that prevents fraying and wicking of contaminants. Stitching Used to secure the thermal liner and moisture barrier in place of the neoprene shall not be considered, since stitching is not able to provide the same level of abrasion resistance. Does your bid comply with all aspects of this section? Yes 4 No Coats shall be provided with additional optional specifications listed below: Free hanging throat tab Yes No Liner Inspection Port Detachable Liner Liner Label Pocket Nomex-Tabbed long wristlets Scotchlite Trim, Lime 2 -Tone, "Project Fires" Yes No Yes/ No Yes .1 No Yes No Yes / No Back Patch with 3" sewn letters -lime Scotchlite (Department Specification Vary— See Department Options Page) Yes No Hanging Letter Patch with - Avg.7 Letters - 3" sewn letters -lime Scotchlite; 2" Letters to may be used if necessary to fit (Removable Name Plate —1st Initial with "period", Last Name. Panel shall be drop down tall with snap and Velcro attachment.) Yes _ _ No 2" Velcro/Zipper Coat Closure Yes / No Thermal Enhancements (Over Shoulders, Across Back, Wrist toE_l�b�vv) OP Coat sleeve cuffs —"Dragon Hide" or equivalent Yes ✓ No Shoulder top outer reinforcement - "Dragon Hide" or equivalent. Yes No. Sleeve reinforcement at elbow — "Dragon Hide" or equivalent. Yes No, Full Bellows Pockets - PBl Max or equivalent - Bronze - 2" X 8" X8" Pocket closures shall be of lay flat flaps with hook and loop Velcro fabri Yes No One tool pouch constructed of Kevlar in one coat pocket. Side to be determined by agency Yes No Does your bid comply with all aspects of this section? Yes _ No PANTS The pants shall be ladder belt capable to include sufficient belt loops to support rescue operations. Belts will be purchased individually and are not to be included in this bid. However, all pants shall be manufactured to allow for use of rescue belt. Does your bid comply with all aspects of this section? Yes /No Pants fly closures shall consist of zipper, outer flap with Velcro, and Nomex belt w/ evenly spaced outer shell belt loops. Does your bid comply with all aspects of this section? Yes No The pants shall be of a traditional waist -high -only design to facilitate full torso ventilation of front, rear and sides of trunk. Does your bid comply with all aspects of this section? Yes No The body of the shell shall be constructed of four separate body panels consisting of two front panels and two back panels. The body panels shall be shaped so as to provide a tailored fit, thereby enhancing body movement, and shall be joined together by double stitching with Nomexe thread. The body panels and seam lengths shall be graded to size to assure accurate fit in a broad range of sizes. Does your bid comply with all aspects of this section? Yes No The rise of the rear pant center back seam, from the top back of the waistband to where it intersects the inside leg seams at the crotch, shall exceed the rise at the front of the pant by 8 inches. The longer rear center back seam provides added fullness to the seat area for extreme mobility without restriction when stepping up or crouching and will be graded to size. This feature in combination with other design elements will maintain alignment of the knee directly over the knee pads when kneeling and crawling. Does your bid comply with all aspects of this section? Yes ® No On the inside waistband shall be attachments for the standard "H" style or "V" style "Padded Rip -Cord" suspenders. There will be four attachments total —2 front, 2 back. The suspender attachments shall be constructed of a double layer of black aramid measuring approximately 1/2 inch wide by 3 -inches long. They shall be sewn in a horizontal position on the ends only to form a loop. The appearance will be much like a horizontal belt loop to capture the suspender ends. Manufacturing style may vary so long as intended result is met. Does your bid comply with all aspects of this section? Yes No The outer shell of the pant shall wrap over thermal lining and moisture barrier at the waist, in order to minimize unsnapping of liner during donning process. OR The waist area of the pants shall be reinforced on the inside with a separate piece of black aramid outer shell material not less than two inches in width. Neoprene coated cotton/polyester shall be sewn to the back of the waistband as a reinforcement. The aramid/Neoprene waistband shall be cut on the bias to allow the waistband to stretch for unrestricted movement and increased comfort. The top edge of the waistband reinforcement shall be double stitched to the outer shell at the top of the pants. The lower edge of the waistband shall be serged and unattached to the shell to accept the thermal liner and moisture barrier. The top of the thermal liner and moisture barrier shall be secured to the underside of the waistband reinforcement so as to be sandwiched between the waistband reinforcement and outer shell to reduce the possibility of liner detachment while donning and to avoid pass through of snaps from the outer shell to the inner liner. The liner system of the pant shall incorporate a full length opening along the entire waistline for ease in inspecting the inner layers as well as performing the complete Liner Inspection. The thermal liner and moisture barrier shall be individually bound with a neoprene coated bias cut tape, and joined together with a snap at the center back. There shall be a minimum of 4 snap tabs sewn to the underside of the waistband, with corresponding snaps in the moisture barrier layer to secure the barrier to the shell The pant thermal layer shall snap directly to the waistband by means of nine snap fasteners. There shall be no hook and loop used to close the liner access opening. Does your bid comply with all aspects of this section? Yes * No Pant outer shell materials shall be of 7.5 oz. Safety Components "PBI Max" fabric or TenCate "Kombat Flex" fabric. Pant thermal lining materials shall be of 7.4 oz. calendared 100% spun IsoDri Glide 2L Ara Flow K6 or equivalent. Pant moisture barriers shall be of 5.0 oz; Crosstech Black material. Does your bid comply with all aspects of this section? Yes - No ______ Pants shall be provided with additional optional specifications listed below: Narrow 1.5" Velcro Fly Yes I/ No Liner Inspection Port Yes ______ No Detachable Liner Yes No 3" Cuff trim -Lime 2 -Tone Scotchlite Yes No Angled Cuffs - Pants Cuffs trim -- "Dragon Hide" or equivalent Yes No Pant leg and knees — Integral knee pads built into liners. Padding to include dual layer closed cell foam and single layer silicone pad sewn into liners. Knee exterior pant surface shall be protected by "Dragon Hide" or equivalent. Yes No Large Bellows Pockets -Pants - PBI Max or equivalent - 10" x 10" x2'ined with Keviar. Yes No One tool pouch constructed of Kevlar in one pant pocket. Side to be determined by agency Yes No Snap Style Suspender Attachment Yes No Suspenders with Snap Attach and Quick Adjust installed Yes _____No The following Department Specific Options must be incorporated into the bidder's price entered on Page One of this Bid Invitation: Springdale Fire Department Option Package: Pant and coat shalt be of "G -Extreme" (coat)I"G-Xcel" (pant) cut for Globe products or "V -Force" for Lion products. Back Patch of PBI Max or equivalent, Bronze in color, with "SPRINGDALE FIRE" in 3" sewn letters of lime Scotchlite. Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x2" located on left chest, with notches on each side of top flap to allow for antenna protrusion. Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches below neck flap. Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate "Survivor " 90' flashlight located on right chest. Does your bid comply with all aspects of this section? Yes No Bentonville Fire Department Option Package: Pant and coat shall be of "G -Extreme" (coat)I"G-Xcel" (pant) cut for Globe products or "V -Force" for Lion products. Back Patch of PBI Max or equivalent, Bronze in color, with "B.F.D." in 3" sewn letters of lime Scotchlite and 3 sewn "Periods" Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x3" located on left chest, with notches on each side of top flap to allow for antenna protrusion. Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above the radio pocket, and additional tab on coat front flap closure mourited vertically 6 inches below neck flap. Lanyard Flashlight Clip of PBl Max or equivalent, Bronze in color to accommodate "Big Ed" 90° style flashlight and located on right chest. Does your bid comply with all aspects of this section? Yes No Fayetteville Fire Department Option Package: Pant and coat shall be of "G -Extreme" (coat)/"G-Xcel" (pant) cut for Globe products or "V -Force" for Lion products. Back Patch of PBI Max or equivalent, Bronze in color, with "F.F.D." in 3" sewn letters of lime Scotchllte and 3 sewn "Periods" Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x3" located on left chest, with notches on each side of top flap to allow for antenna protrusion. Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches below neck flap. Flashlight Clip wNelcro on Strap of PBI Max or equivalent, Bronze in color to accommodate "Survivor" 90° flashlight located on right chest. Lowell Fire Department Option Package: Pant and coat shall be of "G -Extreme" (coat)!"G-Xcel" (pant) cut for Globe products or "V -Force" for Lion products. Back Patch of PBI Max or equivalent, Bronze in color, with "LOWELL FIRE" in 3" sewn letters of lime Scotchllte. Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x2" located on left chest, with notches on each side of top flap to allow for antenna protrusion. Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches below neck flap. Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate "Survivor " 90° flashlight located on right chest. Rogers Fire Department Option Package; Pant and coat shall be of "G -Extreme" (coat)/"G-Xcel" (pant) cut for Globe products or "V -Force" for Lion products. Back Patch of PBI Max or equivalent, Bronze in color, with "ROGERS FIRE" in 3" sewn letters of lime Scotchlite. Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x3" located on left chest, with notches on each side of top flap to allow for antenna protrusion. Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches below neck flap. Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate "Survivor " 90' flashlight located on right chest. Does your bid comply with all aspects of this section? Yes * No ____ SUBSTITUTION OF BRAND: No substitutions of brand under this contract after award. Any delivery of unauthorized substitutions will be considered contract default. GUARANTY: All items delivered shall be newly manufactured and in first-class condition. The bidder hereby guarantees that items furnished hereunder will be free from defects in design, workmanship and material. The bidder also guarantees that all applicable laws will be complied with relating to construction, packaging, labeling and registration. The bidder's obligations under this paragraph shall survive for a period of one year from the date of delivery, unless otherwise specified herein. ASSIGNMENT: The contract entered into pursuant to this invitation for bid is not assignable, nor the duties herein delegable by either party without the written consent of the other party of the contract. DISCRIMINATION: In order to comply with the provision of Act 954 of 1977, relating to unfair employment practices, the bidder agrees that the bidder will not discriminate against any employee or applicant for employment because of race, sex, color, age, religion, handicap, or national origin. BIDDER'S CONTACT INFORMATION COMPANY NAME 1J41 L'1 C) STREET ADDRESS i6'5 ✓�(1 G�(7 c' t 6 CITY /)6C*7u✓_, ,4Z, STATE and ZIP CODE 3S" PHONE NUMBER /. g C)^ (p''d "6,Z63 AUTHORIZED AGENT OF BIDDER SIGNATURE AND TITLE Signature Title . au ! b �ugJtiltni 6V e tsdl�(aectgltil(Jd soft s ua�� jj w� Jv*4F. [j�f15(1�t15MlS (( WQ Jeap.lot(�ab(J3ualutstu ,• :(Itffr, ZOf f /Of8 ((a 7 fl/;,,vs.vllst� txb "w__@l:8kL7•�6?:t7teat(c{ INVITATION FOR COMPETITIVE SEALED BIDS SCOPE: The scope of this Invitation to Bid is to provide firm contract pricing for Structural Firefighting Blood Borne Resistant Personal Protective Clothing (Coats and Pants) to be purchased by the agencies listed below and to provide for a clear annual cost increase program of the stated items ordered for a contract period of three (3) years beginning on March 10, 2015 and ending on March 9, 2018. BID ITEMS: Structural Firefighting Personal Protective Clothing (Coats and Pants) as further specified later in this document. Bid pricing must include individual fire department personnel sizing for custom fit of the stated coats and pants to be performed in house at the local fire stations of the purchasing agencies by factory trained dealer representatives. NO EXCEPTIONS. Item Description Unit Price Structural Firefighting Personal Protective Coat with Springdale Options $ Structural Firefighting Personal Protective Pants with Springdale Options $ Structural Firefighting Personal Protective Coat with Fayetteville Options $ Structural Firefighting Personal Protective Pants with Fayetteville Options $ ,--� Structural Firefighting Personal Protective Coat with Bentonville Options $ /'� Structural Firefighting Personal Protective Pants with Bentonville Options $ City patch and USA flag on left and right sleeve of coat. One patch shall be attached to each side as determined by city. Patches shall be of NFPA compliant construction. , Pricing shall include one patch for each sleeve of one (1) coat. $ The bid unit price must cover all of the materials and operations necessary for the production of items as specified including delivery (FOB Destination, freight paid). Sales tax is not to be included in the bid unit price. Applicable Arkansas sales tax laws (state and local) will apply to this bid, but will not be considered in award of the bid. 1. The entire cost of preparing and providing responses to this bid invitation shall be borne by the bidder. 2. All bidders must be authorized dealers to sell and service the products specified. PURCHASING AGENCIES: Fayetteville, Arkansas Fire Department; Springdale, Arkansas Fire Department; Lowell, Arkansas Fire Department; Rogers, Arkansas Fire Department Bentonville, Arkansas Fire Department; Other fire departments within Benton, Carroll, Madison, and Washington Counties, Arkansas CONTACT PERSON and TELEPHONE: Springdale Fire Captain Dean Bitner, Cell: 479-283-7297, Office: 479-751-4510 BID OPENING LOCATION: City of Springdale Administration Building located at 201 Spring Street, Springdale, Arkansas in room 236. BID OPENING DATE AND TIME: Monday, March 9, 2015 at 2:00 pm Central Daylight Time BID SUBMISSION: Bids may be mailed, shipped via common carrier, or hand delivered to City of Springdale, City Clerk's Office located at 201 Spring Street, Springdale, Arkansas 72764 until 2:00 p.m. Monday, March 9, 2015. Bids must be submitted on this form, with attachments as appropriate, on or before the date and time specified for bid opening. If this form is not used, the bid may be rejected. The bid must be typed or printed in ink and signed in ink. Unsigned bids will be disqualified. The person signing the bid should show title or authority to bind his/her firm in this contract. Bid prices must remain firm for consideration and acceptance for thirty days from the bid opening date. BIDS MAY NOT BE FAXED. SEALED BIDS WILL BE ACCEPTED FOR THE ABOVE STATED PURCHASING AGENCIES ONLY UNTIL THE DATE AND TIME SPECIFIED ABOVE AT THE SPECIFIED LOCATION. THE BID ENVELOPE MUST BE SEALED AND SHOULD BE PROPERLY MARKED WITH "PROTECTIVE CLOTHING BID" AND THE BIDDER'S NAME AND RETURN ADDRESS. BIDICONTRACT RULES and PERIOD: Bid prices are firm for the life of the contract with the following price escalation rules. The contract is for a three (3) year term beginning on March 10, 2015 and ending on March 9, 2018. Bid contract is for firm pricing on a calendar year (January to December) basis. The initial bid price will be fixed for the period from March 10, 2015 until December 31, 2015. Price increases will be allowed based on the Consumer Price Index for each preceding calendar year for purchases ordered in 2016, 2017, and 2018 (prior to contract expiration on March 9, 2018. —f7< <4; ,&.j .-f3J",> Pt2c�Utt�cc4 A contract award will be issued to the successful bidder. The contract results in a binding obligation without further action by either party. This award does not authorize shipment. Shipment is only authorized after the authorized purchasing agency provides confirmation to the successful bidder in accordance with each purchasing agencies purchasing procedures. 2 ESTIMATED QUANTITIES: The purchasing agencies anticipate combined purchase quantities of fifty (50) units each (Coats and Pants) per calendar year during the contract period. Actual order quantities may be more or less than the estimated quantity. Quantities stated are estimates only, and are not guaranteed. ANTICIPATION TO AWARD BIDICONTRACT: This Invitation for Bid will be awarded to the lowest responsive, responsible bidder that meets all specifications and requirements stated herein for the life of the contract. The purchasing agencies anticipate award of the contract within thirty (30) days following bid opening. STANDARD TERMS AND CONDITIONS: ACCEPTANCE AND REJECTION: The purchasing agencies reserve the right to accept or reject all or any part of a bid or any and all bids, to waive minor technicalities, and to award the bid to best serve the interest of the agencies. BRAND NAME REFERENCES: Bids on brands of like nature and quality will be considered. Bids must show the manufacturer, brand or trade name, and other descriptions, and should include the manufacturer's illustrations and complete descriptions of the product offered. The purchasing agencies reserve the right to determine whether offered brands are equivalent and meet the standards of the items specified, and the purchasing agencies may require the bidder to supply additional descriptive material. DEFAULT: All products furnished will be subject to inspection and acceptance of the purchasing agency after delivery. Back orders, default in promised delivery, or failure to meet specifications authorize the purchasing agency to cancel the contract. INVOICING: An itemized invoice addressed to the purchasing agency reflecting the agency's individual purchase confirmation, item description, quantity, unit price, and total price including applicable sales tax is required. Payment to the vendor by the purchasing agency will be made within 30 days following delivery, acceptance and invoicing in accordance with these specifications. DELIVERY (FOB DESTINATION, FREIGHT PAID): Delivery is required within forty-five (45) calendar days after receipt of order. "Calendar days" shall be defined as Monday through Sunday of each week inclusive of all official Federal holidays. All transportation expenses for delivery of the finished product will be the responsibility of the contractor. Extended (Alternate) delivery days may be considered when in the best interest of the purchasing agencies. 3 If delivery guaranty of forty-five (45) days cannot be met by the bidder, the bidder must state the number of days required to place the product in the ordering agencies designated location. Failure to state the delivery days obligates the bidder to complete delivery within forty-five (45) calendar days after receipt of order. If the bidder desires to submit an alternate delivery period, the bidder shall insert the number of working days required by the bidder for the delivery of stated product in the blank below. ALTERNATE DELIVERY: i0working days after receipt of order for delivery to designated location. DELIVERY LOCATIONS: Fayetteville, Arkansas Fire Department; Springdale, Arkansas Fire Department; Lowell, Arkansas Fire Department; Rogers, Arkansas Fire Department Bentonville, Arkansas Fire Department; Other fire departments within Benton, Carroll, Madison, and Washington Counties, Arkansas LIQUIDATED DAMAGES OR PENALTY: All products furnished will be subject to inspection and acceptance after delivery. Failure to meet specifications constitutes breach of contract and liquidated damages may be imposed by the purchasing agencies. Liquidated damages imposed by a purchasing agency against the bidder for failure to meet the agreed upon delivery schedule will be one percent (1%) of the invoice amount of the applicable order for each working day beyond the specified delivery time. The bidder shall be relieved of delays due to causes beyond their control such as acts of God, national emergency, strikes, or fire. The bidder must notify in writing, on a timely basis, the purchasing agency of such developments stating reason, justification and extent of delay. MANUFACTURER AUTHORIZED REPAIR CENTER: Bidders must provide valid proof of the availability of a factory approved repair/refurbishment center for the timely repair and refurbishment of damaged and or worn products purchased pursuant to this contract. Bidder must provide written guaranty of working days required (barring severe or otherwise unusual circumstances) to complete repair or refurbishment of product. REPAIR/REFURBISHMENT TIME: Bidder g� aranties they will repair or refurbish products purchased under this contract in LV working days after receipt of order including return delivery to the purchasing agency. DETAILED ITEM SPECIFICATIONS: The minimum requirements of this specification are as defined by NFPA 1971, Standard on Protective Ensemble for Structural Fire Fighting, 2013 Edition (hereinafter referred to 4 as NFPA 1971, except in the absence of comment on a particular point, industry standard practice shall be presumed to prevail. Workmanship and material shall be first quality throughout. All exceptions to specifications must be clearly Identified within the bid. In the absence of comment to a specific point, the bidder is required to furnish a wholly compliant garment. Blanket exception(s) are not allowed. Does your bid comply with all aspects of this section? Yes l� No The bidder must certify that the products proposed in this bid meet or exceed all requirements of NFPA 1971. The manufacturer must also list and label this product with Underwriters Laboratories Inc. (UL) or Safety Equipment Institute (SEI), as third party certification as prescribed in NFPA 1971. All certification testing and test preconditioning must have been performed by an ISO 17025 -certified laboratory. UL, SEI or a UL Authorized Client Test Data Program laboratory may fulfill this requirement. Labels shall be permanently and integrally printed onto materials that meet the requirements for labels of NFPA 1971. The product shall be clearly labeled to fully identify the material content of all three layers: outer shell, moisture barrier and thermal liner. Each separable layer shall be labeled with the FEMSA-style DANGER label in an obvious location. Does your bid comply with all aspects of this section? Yes 7 No Pattern tailoring to custom -fit individual department members is mandatory. Individual personnel sizing shall be performed for each and every item ordered. Sizing must be performed by a factory trained measurement specialist taking actual measurements of the firefighter. Sizing measurements shall be taken at the local purchasing agency's location under a schedule mutually agreed upon between the successful bidder and the purchasing agency. No generic sizing such as Small -Medium -Large -Extra Large will be allowed. Does your bid comply with all aspects of this section? Yes V No A comparative and full range of women's sizing, on women's patterns, must also be available. Does your bid comply with all aspects of this section? Yes s/ No All linings, including thermal linings and moisture barriers, shall be tailor -graded to fit within the overall garment composite of all layers without causing bunching or binding when the garment is worn. Does your bid comply with all aspects of this section? YesK No All thread used in seams shall be Nomex® of minimum Tex size T-70. Light colored garments and trim areas shall feature yellow thread. Black and dark garments shall feature black thread. Tan or bronze colored garments shall feature tan thread. Does your bid comply with all aspects of this section? Yes ' No All moisture barrier seams shall be tape -sealed to meet all requirements of the NFPA 1971 Liquid Penetration Resistance Test. Does your bid comply with all aspects of this section? Yes t/ No All pockets and flaps shall be reinforced at the top corners with bar tack stitching. All pockets shall be reinforced with an extra layer of NFPA-certified outer shell, moisture barrier, or other NFPA-certified reinforcement material. The exact location of the reinforcements shall be identified at the time of order by the purchasing agency. All pockets shall have a means to drain water and shall have means of closure. All pocket closures shall be made either with hook and loop fastener tape a minimum of 1.5 inches wide, with a flap, or with snaps. The specific placement of the closure system shall be declared at the time of order. 3 -Dimensional pocketing shall feature the same construction details as the coats and pants. Does your bid comply with all aspects of this section? Yes V No All garment stress points shall be reinforced with sturdy bar tacks, rivets are not acceptable. Does your bid comply with all aspects of this section? Yes No Reinforcements shall be provided at cuffs and pockets and shall meet the requirements of NFPA 1971. All thermal liner or thermal enhancing materials used in the garments shall meet the following criteria after a 500° Fahrenheit oven test: 1) Material shall remain intact and flexible 2) No portion of the material shall crack, crumble or flake Does your bid comply with all aspects of this section? Yes / No The following standards in their active versions on the date of invitation for bid shall form a part of this specification to the extent specified herein. ASTM D 6193-97 Standard Practice for Stitches and Seams NFPA 1500, 2013 Edition Standard on Fire Department Occupational Safety and Health Program NFPA 1851, 2014 Edition Standard on Selection, Care, and Maintenance of Structural Fire Fighting Protective Ensembles NFPA 1971, 2013 Edition Standard on Protective Ensemble for Structural Fire Fighting Does your bid comply with all aspects of this section? Yes I No on The coat composite (all three layers) shall not gap when the firefighter is bending, crawling or climbing. Gapping shall be determined as defined by NFPA 1500 with both arms fully overhead and wearer bending to rear, sides and front. The actual length of coats (shorter or longer) will be determined by each individual's torso length. Coat must interface properly with standard height pants. Does your bid comply with all aspects of this section? Yes ✓ No Coats shall feature a tailored three-piece body, one-piece back construction throughout the outer shell, moisture barrier and thermal liner layers. To facilitate individual tailoring needs, the major A & B seams joining the one-piece back to the right and the left front body panels (outer shell and all interior layers) shall be located at the most lateral position when the coat is laid flat for inspection. Does your bid comply with all aspects of this section? Yes / No Coats shall supply an NFPA required and certified Drag Rescue Device. The device shall be designed to fit each individual's chest size. Each strap will be properly labeled with DANGER labels that include what chest size the Rescue Strap is designed to fit along with instructions for care and installation/removal of the Rescue Strap. The grab handle shall be positioned at the rear of the upper torso where it will be covered by an outer shell tunnel. Does your bid comply with all aspects of this section? Yes _/'_ No The sleeves shall be of a two piece construction with an upper and a lower sleeve and contoured to follow the natural shape of the arm at rest. Both the under and upper sleeves shall be graded in proportion to the chest size. Does your bid comply with all aspects of this section? Yes V No Coats shall be equipped with Nomex® knit wristlets with thumb loop not less than 4 inches in length and of double thickness. Nomex® knit is constructed of 96% Nomex® and 4% Spandex for shape retention. The color of the wristlets shall be grey. The wristlets shall be sewn to the end of the liner sleeves. Flame resistant neoprene coated cotton/polyester impermeable barrier material shall be sewn to the inside of the sleeve shell approximately 5 inches from the sleeve end and extending toward the cuff forming the sleeve well. The neoprene sleeve well shall form an elasticized cuff end with an FR Velcro® tab providing a snug fit at the wrist and covering the knit wristlet. This sleeve well configuration serves to prevent water and other hazardous elements from entering the sleeves when the arms are raised. The neoprene barrier material shall also line the inside of the sleeve shell from the cuff to a point approximately 5 inches back, where it joins the sleeve well and is double stitched to the shell. Four Ara -shield® snap tabs will be sewn into the juncture of the sleeve well and wristlet. The tabs will be spaced equidistant from each other and shall be fitted with female snap fasteners to accommodate corresponding male snaps in the liner sleeves. One of the Ara- shield® snap tabs shall be a different color in the liner to correspond with color coded snap tabs for ease of matching the liner system to the outer shell after inspection or cleaning is N completed. This configuration will ensure there is no interruption in protection between the sleeve liner and wristlet. Does your bid comply with all aspects of this section? Yes No Coats shall incorporate separate facings to ensure there is no interruption in thermal or moisture protection in the front closure area. The facings shall measure approximately 3 inches wide, extend from collar to hem, and be double stitched to the underside of the outer shell at the leading edges of the front body panels. A breathable moisture barrier material shall be sewn to the jacket facings and configured such that it is sandwiched between the jacket facing and the inside of the respective body panel. The breathable film side shall face inward to protect it. There shall be wicking barrier constructed of Crosstech 2F moisture barrier material installed on the front closure system on the left and right side directly below the front facings to ensure continuous protection and overlap. The wicking barrier shall extend no more than a maximum of 3/a" beyond the inner facing and false facing shall be unacceptable. The thermal liner and moisture barrier assembly shall be attached to the jacket facings by means of snap fasteners. Does your bid comply with all aspects of this section? Yes / No Coats outer shell materials shall be of 7.5 oz. Safety Components "PBI Max" fabric or TenCate "Kombat Flex" fabric. Coats thermal lining materials shall be of 7.4 oz. calendared 100% spun lsoDri Glide 2L AraFlow K6 or equivalent. Coats moisture barriers shall be of 5.0 oz; Crosstech Black material. Does your bid comply with all aspects of this section? Yes / No The thermal liner and moisture barrier shall be completely removable from the jacket shell. Two strips of % inch wide FR Velcro® fastener tape shall secure the thermal liner/moisture barrier to the outer shell along the length of the neckline under the collar. This opening shall run the full length of the collar for the purpose of inspecting the inner surfaces of the jacket liner system. The remainder of the thermal' liner/moisture barrier shall be secured with a minimum of four snap fasteners appropriately spaced on each jacket facing and four Ara -Shield' snap fasteners at each sleeve end. The outside perimeter of the moisture barrier and thermal liner layers shall be bound together along the side and bottom edges with a bias -cut neoprene coated cotton/polyester binding for a finished appearance that prevents fraying and wicking of contaminants. Stitching used to secure the thermal liner and moisture barrier in place of the neoprene shall not be considered, since stitching is not able to provide the same level of abrasion resistance. Does your bid comply with all aspects of this section? Yes / No Coats shall be provided with additional optional specifications listed below: Free hanging throat tab Yes 7 No Liner Inspection Port Detachable Liner Liner Label Pocket Nomex-Tabbed long wristlets Scotchlite Trim, Lime 2 -Tone, "Project Fires" Yes V No Yes No Yes / No Yes tl No Yes V No Back Patch with 3" sewn letters -lime Scotchlite (Department Specification Vary -- See Department Options Page) Yes_/No No Hanging Letter Patch with - Avg.7 Letters - 3" sewn letters -lime Scotchlite; 2" Letters to may be used if necessary to fit (Removable Name Plate — 1st initial with "period", Last Name. Panel shall be drop down tail with snap and Velcro attachment.) 2" Velcro/Zipper Coat Closure Yes / No Yes _/ No Thermal Enhancements (Over Shoulders, Across Back, Wrist to Elbow) Yes / No Coat sleeve cuffs —"Dragon Hide" or equivalent Yes ./ No Shoulder top outer reinforcement - "Dragon Hide" or equivalent. Yes No Sleeve reinforcement at elbow -- "Dragon Hide" or equivalent. Yes i' No Full Bellows Pockets - PBI Max or equivalent - Bronze - 2" X 8" X8" Pocket closures shall be of lay flat flaps with hook and loop Velcro fabri . Yes No One tool pouch constructed of Kevlar in one coat pocket_ Side to be determined by agency Yes V No Does your bid comply with all aspects of this section? Yes No 9 PANTS The pants shall be ladder belt capable to include sufficient belt loops to support rescue operations. Belts will be purchased individually and are not to be included in this bid. However, all pants shall be manufactured to allow for use of rescue belt. Does your bid comply with all aspects of this section? Yes No Pants fly closures shall consist of zipper, outer flap with Velcro, and Nomex belt wl evenly spaced outer shell belt loops. Does your bid comply with all aspects of this section? Yes ✓ No The pants shall be of a traditional waist -high -only design to facilitate full torso ventilation of front, rear and sides of trunk. - Does your bid comply with all aspects of this section? Yes ✓ No The body of the shell shall be constructed of four separate body panels consisting of two front panels and two back panels. The body panels shall be shaped so as to provide a tailored fit, thereby enhancing body movement, and shall be joined together by double stitching with Nomexe thread. The body panels and seam lengths shall be graded to size to assure accurate fit in a broad range of sizes. Does your bid comply with all aspects of this section? Yes V No The rise of the rear pant center back seam, from the top back of the waistband to where it intersects the inside leg seams at the crotch, shall exceed the rise at the front of the pant by 8 inches. The longer rear center back seam provides added fullness to the seat area for extreme mobility without restriction when stepping up or crouching and will be graded to size. This feature in combination with other design elements will maintain alignment of the knee directly over the knee pads when kneeling and crawling. Does your bid comply with all aspects of this section? Yes `' No On the inside waistband shall be attachments for the standard "H" style or "V" style "Padded Rip -Cord" suspenders. There will be four attachments total —2 front, 2 back. The suspender attachments shall be constructed of a double layer of black aramid measuring approximately % inch wide by 3 -inches long. They shall be sewn in a horizontal position on the ends only to form a loop. The appearance will be much like a horizontal belt loop to capture the suspender ends. Manufacturing style may vary so long as intended result is met. Does your bid comply with all aspects of this section? Yes ✓ No The outer shell of the pant shall wrap over thermal lining and moisture barrier at the waist, in order to minimize unsnapping of liner during donning process. OR The waist 10 area of the pants shall be reinforced on the inside with a separate piece of black aramid outer shell material not less than two inches in width. Neoprene coated cotton/polyester shall be sewn to the back of the waistband as a reinforcement. The aramid/Neoprene waistband shall be cut on the bias to allow the waistband to stretch for unrestricted movement and increased comfort. The top edge of the waistband reinforcement shall be double stitched to the outer shell at the top of the pants. The lower edge of the waistband shall be serged and unattached to the shell to accept the thermal liner and moisture barrier. The top of the thermal liner and moisture barrier shall be secured to the underside of the waistband reinforcement so as to be sandwiched between the waistband reinforcement and outer shell to reduce the possibility of liner detachment while donning and to avoid pass through of snaps from the outer shell to the inner liner. The liner system of the pant shall incorporate a full length opening along the entire waistline for ease in inspecting the inner layers as well as performing the complete Liner Inspection. The thermal liner and moisture barrier shall be individually bound with a neoprene coated bias cut tape, and joined together with a snap at the center back. There shall be a minimum of 4 snap tabs sewn to the underside of the waistband, with corresponding snaps in the moisture barrier layer to secure the barrier to the shell The pant thermal layer shall snap directly to the waistband by means of nine snap fasteners. There shall be no hook and loop used to close the liner access opening. Does your bid comply with all aspects of this section? Yes I/ No Pant outer shell materials shall be of 7.5 oz. Safety Components "PBI Max" fabric or TenCate "Kombat Flex" fabric. Pant thermal lining materials shall be of 7.4 oz. calendared 100% spun IsoDri Glide 2L AraFlow K6 or equivalent. Pant moisture barriers shall be of 5.0 oz; Crosstech Black material. Does your bid comply with all aspects of this section? Yes / No Pants shall be provided with additional optional specifications listed below: Narrow 1.5" Velcro Fly Liner Inspection Port Detachable Liner 3" Cuff trim -Lime 2 -Tone Scotchlite Yes ±f No Yes ✓ No Yes / No Yes 7 No Angled Cuffs - Pants Cuffs trim — "Dragon Hide" or equiva i Yes i No Pant leg and knees — Integral knee pads built into liners. Padding to include dual layer closed cell foam and single layer silicone pad sewn into liners. Knee exterior pant surface shall be protected by "Dragon Hide" or equivalent. 11 Yes / No Large Bellows Pockets -Pants - PBI Max or equivalent - 10" x 10" x 2" lined with Kevlar. Yes / No One tool pouch constructed of Kevlar in one pant pocket. Side to be determined by agency Yes ✓ No Snap Style Suspender Attachment Yes ✓ No Suspenders with Snap Attach and Quick Adjust Installed Yes V/ No The following Department Specific Options must be incorporated into the bidder's price entered on Page One of this Bid Invitation: Springdale Fire Department Option Package: Pant and coat shall be of "G -Extreme" (coat)P'G-Xcel" (pant) cut for Globe products or "V -Force" for Lion products. Back Patch of PBI Max or equivalent, Bronze in color, with "SPRINGDALE FIRE" in 3" sewn letters of lime Scotchlite. Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x2" located on left chest, with notches on each side of top flap to allow for antenna protrusion. Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2,5" located on left chest above the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches below neck flap. Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate "Survivor " 900 flashlight located on right chest. Does your bid comply with all aspects of this section? Yes ✓ No Bentonville Fire Department Option Package: Pant and coat shall be of "G -Extreme" (coat)/"G-Xcel" (pant) cut for Globe products or "V -Force" for Lion products. 12 Back Patch of PBI Max or equivalent, Bronze in color, with "B.F.D." in 3" sewn letters of lime Scotchlite and 3 sewn "Periods" Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x3" located on left chest, with notches on each side of top flap to allow for antenna protrusion. Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches below neck flap. Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate "Big Ed" 90° style flashlight and located on right chest. Does your bid comply with all aspects of this section? Yes ✓ No Fayetteville Fire Department Option Package: Pant and coat shall be of "G -Extreme" (coat)!"G-Xcel" (pant) cut for Globe products or "V -Force" for Lion products. Back Patch of PBI Max or equivalent, Bronze in color, with "F.F.D." in 3" sewn letters of lime Scotchlite and 3 sewn "Periods" Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x3" located on left chest, with notches on each side of top flap to allow for antenna protrusion. Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches below neck flap. Flashlight Clip wNelcro on Strap of PBI Max or equivalent, Bronze in color to accommodate "Survivor" 90° flashlight located on right chest. Lowell Fire Department Option Package: Pant and coat shall be of "G -Extreme" (coat)P'G-Xcel" (pant) cut for Globe products or "V -Force" for Lion products. Back Patch of PBI Max or equivalent, Bronze in color, with "LOWELL FIRE" in 3" sewn letters of lime Scotchlite. Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x2" located on left chest, with notches on each side of top flap to allow for antenna protrusion. 13 Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches below neck flap. Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate "Survivor " 90° flashlight located on right chest, Rogers Fire Department Option Package: Pant and coat shall be of "G -Extreme" (coat)/"G-Xcel" (pant) cut for Globe products or "V -Force" for Lion products. Back Patch of PBI Max or equivalent, Bronze in color, with "ROGERS FIRE" in 3" sewn letters of lime Scotchlite. Radio Pocket of PBl Max or equivalent, Bronze in color, 8"x3"x3" located on left chest, with notches on each side of top flap to allow for antenna protrusion. Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches below neck flap. Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate "Survivor " 90° flashlight located on right chest. Does your bid comply with all aspects of this section? Yes ✓ No SUBSTITUTION OF BRAND: No substitutions of brand under this contract after award. Any delivery of unauthorized substitutions will be considered contract default. GUARANTY: All items delivered shall be newly manufactured and in first-class condition. The bidder hereby guarantees that items furnished hereunder will be free from defects in design, workmanship and material. The bidder also guarantees that all applicable laws will be complied with relating to construction, packaging, labeling and registration. The bidder's obligations under this paragraph shall survive for a period of one year from the date of delivery, unless otherwise specified herein. ASSIGNMENT: 14 The contract entered into pursuant to this invitation for bid is not assignable, nor the duties herein delegable by either party without the written consent of the other party of the contract. DISCRIMINATION: In order to comply with the provision of Act 954 of 1977, relating to unfair employment practices, the bidder agrees that the bidder will not discriminate against any employee or applicant for employment because of race, sex, color, age, religion, handicap, or national origin. BIDDER'S CONTACT INFORMATION COMPANY NAME STREET ADDRESS CITY STATE and ZIP CODE PHONE NUMBER Z' AUTHORIZED AGENT OF BIDDER SIGNATURE AND TITLE Signature 15