Loading...
HomeMy WebLinkAbout102-20 RESOLUTIONF FAYETT V F 4gKANSPS 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Resolution: 102-20 File Number: 2020-0197 CASCO INDUSTRIES: A RESOLUTION TO AUTHORIZE THE PURCHASE OF PROTECTIVE BUNKER GEAR FOR THE FIRE DEPARTMENT ON AN AS -NEEDED BASIS FROM CASCO INDUSTRIES THROUGH DECEMBER 31, 2021, PURSUANT TO A REGIONAL COOPERATIVE BID PROCESS THROUGH THE CITY OF SPRINGDALE WHEREAS, the City of Springdale has coordinated a regional competitive bidding process for the purchase of personal protective clothing for firefighters by Fayetteville, Springdale, Bentonville, Siloam Springs, and other fire departments located in Washington, Benton, Carroll, and Madison County. NOW, THEREFORE, 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 the purchase of protective bunker gear for the Fire Department on an as -needed basis from Casco Industries through December 31, 2021, pursuant to a regional cooperative bid process through the City of Springdale, for the unit prices set forth in the bid documents attached to this Resolution. PASSED and APPROVED on 3/16/2020 Approved: J Page 1 Attest: • FAYE7TEVILLE:�= Kara Paxton, City Clerk Treasurer y'• 9 •�sy �kA NSP Printed on 3/7'f/�O 111w01% City of Fayetteville, Arkansas 113 West Mountain Street � Fayetteville, AR 72701 (479) 575-8323 % Text File File Number: 2020-0197 Agenda Date: 3/16/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 16 CASCO INDUSTRIES: A RESOLUTION TO AUTHORIZE THE PURCHASE OF PROTECTIVE BUNKER GEAR FOR THE FIRE DEPARTMENT ON AN AS -NEEDED BASIS FROM CASCO INDUSTRIES THROUGH DECEMBER 31, 2021, PURSUANT TO A REGIONAL COOPERATIVE BID PROCESS THROUGH THE CITY OF SPRINGDALE WHEREAS, the City of Springdale has coordinated a regional competitive bidding process for the purchase of personal protective clothing for firefighters by Fayetteville, Springdale, Bentonville, Siloam Springs, and other fire departments located in Washington, Benton, Carroll, and Madison County. NOW, THEREFORE, 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 the purchase of protective bunker gear for the Fire Department on an as -needed basis from Casco Industries through December 31, 2021, pursuant to a regional cooperative bid process through the City of Springdale, for the unit prices set forth in the bid documents attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 3/17/2020 City of Fayetteville Staff Review Form 2020-0197 Legistar File ID 3/17/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Brad Hardin 2/27/2020 FIRE (300) Submitted By Submitted Date Division / Department Action Recommendation: A resolution to award a regional bid for structural firefighting personal protective clothing (coats and pants), coordinated on behalf of the Springdale Fire Department, for use by Fayetteville, Springdale, Bentonville, Siloam Springs and other fire departments located in Washington, Benton, Carroll, and Madison counties on an as -needed basis to Casco Industries through December 31, 2021. Budget !Impact: Varies Varies Account Number Varies Project Number Budgeted Item? NA Does item have a cost? NA Budget Adjustment Attached? NA Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Fund Varies Project Title V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF MARCH 17, 2020 TO: Mayor and City Council FROM: Brad Hardin, Fire Chief DATE: February 27, 2020 CITY COUNCIL MEMO SUBJECT: A resolution to award a regional bid, coordinated on behalf of the Springdale Fire Department, for use by Fayetteville, Springdale, Bentonville, Siloam Springs and other fire departments located in Washington, Benton, Carroll, and Madison counties on an as -needed basis to Casco Industries through December 31, 2021. RECOMMENDATION: A resolution to award a regional bid for structural firefighting personal protective clothing (coats and pants), coordinated on behalf of the Springdale Fire Department, for use by Fayetteville, Springdale, Bentonville, Siloam Springs and other fire departments located in Washington, Benton, Carroll, and Madison counties on an as -needed basis to Casco Industries through December 31, 2021. BACKGROUND: Bunker gear (Structural firefighting personal protective clothing) consists of the protective clothing worn by firefighters to shield them from heat and abrasive debris during fire suppression and emergency response activities. DISCUSSION: If approved by Council, this will allow the Fire Department to purchase protective bunker gear on an as -needed basis from Casco Industries through December 31, 2021. BUDGET/STAFF IMPACT: Purchase as needed as funds are available Attachments: Regional Bid Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 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 January 1, 2019 and ending on December 31, 2021. 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 sizin for custom fit of the stated coats and pants to be performed in house at the local fire st ns of the purchasing agencies by factory trained dealer representative4 N E PTIONS. Item Description ` Structural Firefighting Personal Protective Coat wit Spring ptions Structural Firefighting Personal Protective Pants ' gdale Options Structural Firefighting, Personal Protective Cri yetteville Options Structural Firefighting Personal Prote 'Sts with Fayetteville Options Structural Firefighting Personal P oat with Bentonville Options Structural Firefighting Person Pro ive Pants with Bentonville Options Structural Firefight,WgjVa 'fa§Prd I5tive Coat with Siloam Spr. Options Unit Price Structural Firefi nal Protective Pants with Siloam Spr. 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; Bentonville, Arkansas Fire Department; Siloam Springs, Arkansas Fire Department; Other fire departments within Benton, Carroll, Madison, and Washington Counties, Arkansas CONTACT PERSON and TELEPHONE: Springdale Fire Captain David Kissinger, 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: Wednesday, December 19, 2018 at 2:00 pm Central Daylight BID SUBMISSION: *10 - Bids may be mailed, shipped via common carrier,&\d delivered to City of Springdale, City Clerk's Office located at 201 S tr t, Springdale, Arkansas 72764 until 2:00 p.m. Wednesday, Decembe 1 , Bids must be submitted on this form, with ch nts as appropriate, on or before the date and time specified for bid openin i rm is not used, the bid may be rejected. The bid must be typed or printed n nd igned in ink. Unsigned bids will be disqualified. The person signin uld show title or authority to bind his/her firm in this contract. Bid prices m r i irm for consideration and acceptance for thirty days from the bid openingt BIDS MAY NOT )N� EArED BIDS WILL BE ACCEPTED FOR THE ABOVE STATED PUR S A CIES ONLY UNTIL THE DATE AND TIME SPECIFIED ABOVE AT THD LOCATION. THE BID ENVELOPE MUST BE SEALED AND SHOULD BE OPERLY MARKED WITH "PROTECTIVE CLOTHING BID" AND THE BIDDER'S NAM 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 January 1, 2019 and ending on December 31, 2021. 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 January 1, 2019 until December 31, 2019. Price increases will be allowed based on the Consumer Price Index for each preceding calendar year for purchases ordered in 2020 and 2021. 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 2 confirmation to the successful bidder in accordance with each purchasing agencies purchasing procedures. 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 BID/CONTRACT: 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 t330) days following bid opening. STANDARD TERMS AND CONDITIONS: ACCEPTANCE AND REJECTION: The purchasi or reject all or any part of a bid or any and all bi award the bid to best serve the interest of the _A BRAND NAME REFERENCES: considered. Bids must show the descriptions, and should include descriptions of the product offers determine whether offered bra specified, and the purchasi� descriptive material. A DEFAULT: All purchasing ag meet specificz Kcies reserve the right to accept e minor technicalities, and to i brXds Mlike nature and quality will be a brand or trade name, and other nuf turer's illustrations and complete rchasing agencies reserve the right to equivalent and meet the standards of the items may require the bidder to supply additional Red will be subject to inspection and acceptance of the ary. Back orders, default in promised delivery, or failure to 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. 3 Extended (Alternate) delivery days may be considered when in the best interest of the purchasing agencies. 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: working days after receipt of order for delivery to designated location. DELIVERY LOCATIONS: Fayetteville, Arkansas Fire Dep?irtnt; Springdale, Arkansas Fire Depa rnme Bentonville, Arkansas Fir ; Siloam Springs, ArkansasDe rtment; Other fire departments withi enton, roll, Madison, and Washington Counties, Arka a LIQUIDATED DAMAGES OR PENALTY: to ins do tract All products furnished will be subject nd acceptance after delivery. Failure to meet specifications constitutes bre and liquidated damages may be imposed by the purchasing agent Liquidated damages imposed asing agency against the bidder for failure to meet the agreed upon deli h e will be one percent (1 %) of the invoice amount of the applicable order foe day beyond the specified delivery time. The bidder shall be reU^ o I s due to causes beyond their control such as acts of God, national a rg s es, or fire. The bidder must notify in writing, on a timely basis, the purch ag y 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. 4 DETAILED ITEM SPECIFICATIONS: The minimum requirements of this specification are as defined by NFPA 1971, Standard on Protective Ensemble for Structural Fire Fighting, 2018 Edition (hereinafter referred 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,atest preconditioning must have been performed by an ISO 17025 -certified laboratory. VYWRiEl or a UL Authorized Client Test Data Program laboratory may fulfill thi§rec&irenWnt. Labels shall be permanently and integrally printed ontoNW t meet the requirements for labels of NFPA 1971. The produc�tall babeled to fully identify the material content of all three layers: outmoisture barrier and thermal liner. Each separable layer shall be labeled with eMA-style DANGER label in an obvious location. IV Does your bid comply with all aspects of th ec n? Yes No Pattern tailoring to custom -fit indit�i u dep rtment members is mandatory. Individual personnel sizing shall be perfor and every item ordered. Sizing must be performed by a factory traine a ent specialist taking actual measurements of the firefighter. Sizing mea en all be taken at the local purchasing agency's location under a schedul eed upon between the successful bidder and the purchasing agenc — er' sizing such as Small -Medium -Large -Extra Large will be allowed. Does your bid comwith all aspects of this section? Yes No In order to insure that every member of the department can safely perform to the maximum of their ability without extra bulk and without restriction, Coats and Pants shall be available in all sizes and dimensions as follows: Pants: Gender: Gender specific Men's and Women's patterns Waist: Even sizes Inseam: Even sizes Coats: Gender: Gender specific Men's and Women's patterns will be available. Chest: Even sizes Back Length: Men's 29", 32", 35", 40" Women's 26", 29" Body Shape: Men's: Straight and Tapered Note: The straight cut offers more fullness at the hips (i.e. jacket sweep) and is recommended when an IH Ready trouser is being specified. Women's: Straight Sleeve: 1" increments Coats and Pants available in only one standard shape will not be acceptable. Does your bid comply with all aspects of this section? Yes No All linings, including thermal linings and moisture barriers, shall b ilor-graded to fit within the overall garment composite of all layers without causing ing or binding when the garment is worn. Does your bid comply with all aspects of this section? All thread used in seams shall be Nomex@ of mini Does your bid comply with all aspects of this All moisture barrier seams shall be tape -seed t?rne 1971 Liquid Penetration Resistance T Does your bid comply with all a MIN s section? No `x size T-70. Yes No all requirements of the NFPA Yes No All pockets shall be reinf c 71xtra layer of NFPA-certified outer shell, moisture barrier, or other N Weied ein orcement material. The exact location of the reinforcements all at the time of order by the purchasing agency. All pockets shall ha a to drain water and shall have means of closure. All pocket closures shall be m either with hook and loop fastener tape a minimum of 1.5 inches wide, with a flap, or wi h 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, 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. 0 THERMAL PROTECTIVE PERFORMANCE 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 assembled garment, consisting of an outer shell, moisture barrier and thermal liner, shall exhibit a TPP (Thermal Protective Performance) rating of no ss than 35. Does your bid comply with all aspects of this section? Y!s The following standards in their active versions on the i ion for bid shall form a part of this specification to the extent specified herein. ASTM D 6193-97 Standard Practice for Stitches arld%kams NFPA 1500, 2018 Edition Standard on Fire Program NFPA 1851, 2014 Edition Stand Fire Fighting Protective Ensemb NFPA 1971, 2018 Edition Does your bid com upational Safety and Health , Care, and Maintenance of Structural Ensemble for Structural Fire Fighting this section? Yes No The coat comp ar?'fayers) shall not gap when the firefighter is bending, crawling or climb11 a Prng shall be determined as defined by NFPA 1500 with both arms fully overhea d wearer bending to rear, sides and front. The actual length of coats (shorter or long r) 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 VA 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 Nomee knit wristlets with thumb lodknoVss than 4 inches in length and of double thickness. Nomex® knit is const 96% Nomee and 4% Spandex for shape retention. The color of the 1 be grey. The wristlets shall be sewn to the end of the liner sleeves. FI re stant neoprene coated cotton/polyester impermeable barrier material shat sewn a inside of the sleeve shell approximately 5 inches from the sleeve end tending toward the cuff forming the sleeve well. The neoprene sleeve well shall r ftlasticized cuff end with an FR Velcro® tab providing a snug fit at the wrist a ri the knit wristlet. This sleeve well configuration serves to prevent water azardous elements from entering the sleeves when the arms are raised. Th eop ne barrier material shall also line the inside of the sleeve shell from the cu o approximately 5 inches back, where it joins the sleeve well and is doubIt ti ed the shell. Four Ara -shield® snap tabs will be sewn into the juncture of the and wristlet. The tabs will be spaced equidistant from each other a s fitted with female snap fasteners to accommodate correspond* le ps in the liner sleeves. One of the Ara -shield® snap tabs shall be a diff a liner to correspond with color coded snap tabs for ease of matchi r stem to the outer shell after inspection or cleaning is completed. Thi on a i will ensure there is no interruption in protection between the sleeve liner ns 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 8 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 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 remov om the jacket shell. Two strips of % inch wide FR Velcro® fastener tape shall se re thermal liner/moisture barrier to the outer shell along the length of the n nder the collar. This opening shall run the full length of the collar for th nspecting the inner surfaces of the jacket liner system. The remainder of the rm liner/moisture barrier shall be secured with a minimum of four snap fast rs app ately spaced on each jacket facing and four Ara -Shield® snap fasteners a eV sleeve end. The outside perimeter of the moisture barrier and thermal lin r hall be bound together along the side and bottom edges with a bias -cut ne ted cotton/polyester binding for a finished appearance that prevents frayin g of contaminants. Stitching used to secure the thermal liner and moisture br i lace of the neoprene shall not be considered, since stitching is notOable"14e the same level of abrasion resistance. Does your bid comply with all Coats shall be provideq?k C Liner Inspection Q: Detachable Liner Liner Label Pocket Nomex-Tabbed long wristlets section? Yes No al optional specifications listed below: Yes No Yes No Yes No Yes No Scotchlite Trim, Lime 2 -Tone, "Project Fires" Yes Back Patch with 3" sewn letters -lime Scotchlite (Department Specification Vary — See Department Options Page) Yes No No 9 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 — 1 st 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. No Full Bellows Pockets - PBI Max or equivalent - Bro z 2" X 8" X8" Pocket closures shall be of lay flat flaps with hook and loop Velcr 'c. Ye No One tool pouch constructed of K�lar t pocket. Side to be determined by agency a, Does your bid c PANTS Yes No Yes No The pant shall be available in even size waist measurements of two inch increments and shall be available in a range of sizes from 24 to 68. The pant inseam measurement shall be available in two inch increments. Generalized sizing, such as small, medium, large, etc., will not be considered acceptable. Sizing specifically for women shall also be available. Does your bid comply with all aspects of this section? Yes No 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 10 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 Nomex® thread. The body panels and seam lengthall be graded to size to assure accurate fit in a broad range of sizes. Does your bid comply with all aspects of this section? No The rise of the rear pant center back seam, from it intersects the inside leg seams at the crotch, pant by 8 inches. The longer rear center bac s) area for extreme mobility without restriction graded to size. This feature in combinatio ith alignment of the knee directly over th Does your bid comply with all back of the waistband to where F d the rise at the front of the ides added fullness to the seat g up or crouching and will be Cher design elements will maintain when kneeling and crawling. section? Yes No On the inside waistband ments for the standard "H" style or "V" style "Padded Rip -Cor ' p er T ere will be four attachments total — 2 front, 2 back. The suspender ac nt all be constructed of a double layer of black aramid measuring appro e 2 inch wide by 3 -inches long. They shall be sewn in a horizontal position he 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 top of the thermal liner and moisture barrier shall be secured to the underside of the waistband reinforcement so as 11 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' Max" fabric or TenCate "Kombat Flex" fabric. 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" x 2" lined with Kevlar. Yes No One tool pouch constructed of Kevlar in one pant pocket. Side to be determined by agency 12 Pant thermal lining materials shall be of 7.4 oz. calendared 10 soDri Glide 2L AraFlow K6 or equivalent. Pant moisture barriers shall be of 5.0 oz; Crosstec lack m ial. Does your bid comply with all aspects of this se Yes No Pants shall be provided with additional do I specifications listed below: Liner Inspection Port Yes No Detachable Liner Yes No 3" Cuff trim -Lime 2 -Ton Yes No Angled Cuffs - P u rim — "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" x 2" lined with Kevlar. Yes No One tool pouch constructed of Kevlar in one pant pocket. Side to be determined by agency 12 Yes No Snap Style Suspender Attachment Yes No Suspenders with Snap Attach and Quick Adjust Installed Yes No Both coat and pants have cancer prevention initiatives? Yes No_ Please describe in detail the cancer prevention initiatives below. 13 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, or equivalent. 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"x 3" ed on left chest, with notches on each side of top flap to allow for antenna protrusi Mic Tab of PBI Max or equivalent, Bronze in color, 0.5" on left chest above the radio pocket, and additional tab on coat front flap clos m nted vertically 6 inches below neck flap. Lanyard Flashlight Clip of PBI Max or equivalen rSn color to accommodate "Survivor " 900 flashlight located on right ches Does your bid comply with all aspects of thll secl%n? Yes No Bentonville Fire Department OjAi age: Pant and coat shall be of r ' (coat)/"G-Xcel" (pant) cut for Globe products or "V -Force" for Lions or auivalent. Back Patch of P9*Af5x-37TquivaIent, Bronze in color, with "BENTONVILLE FIRE" in 3" sewn letters of lime%cotchlite. 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" 900 style flashlight and located on right chest. Does your bid comply with all aspects of this section? Yes No 14 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 or equivalent. Back Patch of PBI Max or equivalent, Bronze in color, with "FAYETTEVILLE 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. Flashlight Clip w/Velcro on Strap of PBI Max or equivalent, Binz in c r to accommodate "Survivor" 90° flashlight located on right chest. Siloam Springs Fire Department Option Pac Pant and coat shall be of "G -Extreme" (co (pant) cut for Globe products or "V -Force" for Lion products or equivalent. Back Patch of PBI Max or equiva t, ron in color, with "SILOAM SPRINGS FIRE" in 3" sewn letters of lime Scotchlitee Radio Pocket of PBI Max ,o� va Bronze in color, 8"x3"x3" located on left chest, with notches on each sid o,p allow for antenna protrusion. Mic Tab of PBI P&x u7Went, Bronze in color, 0.5"x2.5" located on left chest above the radio pocket, a onal tab on coat front flap closure mounted vertically 6 inches below neck flap. Flashlight Clip w/Velcro on Strap of PBI Max or equivalent, Bronze in color to accommodate "Survivor" 900 flashlight located on right chest. SUBSTITUTION OF BRAND: No substitutions of brand under this contract after award. Any delivery of unauthorized substitutions will be considered contract default. 15 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 95%f 1977, relating to unfair employment practices, the bidder agrees that the bidder williscriminate against any employee or applicant for employment because df ras color, age, religion, handicap, or national origin. *111111�k BIDDER'S CONTACT INFORMATION `n COMPANY NA STREET ADDF CITY STATE and ZII PHONE NUMB AUTHORIZED Signature Title 16 NoRTHvvEsT ARxANsAs Democrat of azette AFFIDAVIT OF PUBLICATION I Cathy Wiles, do solemnly swear that I am the Legal Clerk of the Northwest Arkansas Democrat -Gazette, printed and published in Washington County and Benton County, Arkansas, and of bona fide circulation, that from my own personal knowledge and reference to the files of said publication, the advertisement of - City of Springdale Bid Fire Dept Protective Gear Was inserted in the Regular Edition on: November 29, 2018 Publication Charges: $ 108.00 W Cathy Wiles Subscribed and sworn to before me This -X- day of 0<< , 2018. z ffI I i i 400 • *• Notary Public My Commission Expires: * *NOTE* * Please do not pay from Affidavit. Invoice will be sent. 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 January 1, 2019 and ending on December 31, 2021. Fayetteville, Arkansas Fire Department; Springdale, Arkansas Fire Department; Bentonville, Arkansas Fire Department; Siloam Springs, Arkansas Fire Department; Other fire departments within Benton, Carroll, Madison, and Washington Counties, Arkansas Bid specifications may be picked up at the Springdale Fire Department, 417 Holcomb, Springdale, AR. You may also contact Springdale Fire Captain David Kissinger at the Springdale Fire Department at 479-283-7297 (Cell) or 479-751-4510 (Office), or by e-mail: dkissinger(a springdalear.gov for more information. Bids may be mailed, shipped via common carrier, or hand delivered to City of Springdale, City Clerk's Office located at 201 Spring Street, Room 203, Springdale, Arkansas 72764 until 2:00 p.m., Wednesday, December 19, 2018. No late bids will be accepted. Bids may not be faxed. Sealed bids will be accepted for the above stated 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. The City of Springdale reserves the right to accept or reject any or all bids which may be in the best interest of the City of Denise Pearce City Clerk/Treasurer City of Springdale, Arkansas (479) 750-8117 74763755 Nov. 29, 2018 a` •' IV p ''�,,°mss'•••...•••''• ���` _ 01 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 January 1, 2019 and ending on December 31, 2021. Fayetteville, Arkansas Fire Department; Springdale, Arkansas Fire Department; Bentonville, Arkansas Fire Department; Siloam Springs, Arkansas Fire Department; Other fire departments within Benton, Carroll, Madison, and Washington Counties, Arkansas Bid specifications may be picked up at the Springdale Fire Department, 417 Holcomb, Springdale, AR. You may also contact Springdale Fire Captain David Kissinger at the Springdale Fire Department at 479-283-7297 (Cell) or 479-751-4510 (Office), or by e-mail: dkissinger(a springdalear.gov for more information. Bids may be mailed, shipped via common carrier, or hand delivered to City of Springdale, City Clerk's Office located at 201 Spring Street, Room 203, Springdale, Arkansas 72764 until 2:00 p.m., Wednesday, December 19, 2018. No late bids will be accepted. Bids may not be faxed. Sealed bids will be accepted for the above stated 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. The City of Springdale reserves the right to accept or reject any or all bids which may be in the best interest of the City of Denise Pearce City Clerk/Treasurer City of Springdale, Arkansas (479) 750-8117 74763755 Nov. 29, 2018 BID OPENING On the 19th day of December 2018, at 2:00 p.m., a bid opening was held in the multi- purpose room, City Administration Building, for protective gear for the Springdale Fire Department. The meeting was called to order by Attending the meeting were: Bids received are as follows: Bid 1: Firm: E C Address: e &4"r_, A Bid amount: fru :& 1, Sf7$ ,Qll �, ;�� Sane - 4t (, � 45 Acce6. q Bid 2: Firm: Address: Bid amount:1 3 - D �iiiBS bifetze u f)rfWW&S �t #1 9 43.78 - Rcces. -D- Bid 3: Firm: 15CQ Address: Br ± � Alk Bid amount: All r_; hh fs S&M" Actc3 . -0- Bid 4: Firm: _ Address: Bid amount: Bid 5: Firm: Address: _ Bid amount: O& as Q�'�l 2DN a Cmt January 7, 2019 Post Office Box 1521 417 Holcomb Street Springdale, AR 72765-1521 Phone(479)751-4510 Fax(479)750-8104 The NWA Bunker Gear Committee met today, January 7, 2019 to discuss the submitted bunker gear contracts. Northern Safety with Morning Pride Gear, NAFECO with Lion Gear and Casco Industries with Globe Gear submitted sealed bids. After carefully looking at each submitted bid, wear trial evaluations and contract exceptions, the committee unanimously decided to award the contract to Casco Industries with Globe Turnout Gear. The purchasing agencies are Fayetteville Fire Department, Springdale Fire Department, Bentonville Fire Department, Siloam Springs Fire Department, and other fire departments within Benton, Carroll, Madison, and Washington Counties, Arkansas. 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. 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 January 1, 2019 and ending on December 31, 2021. 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 January 1, 2019 until December 31, 2019. Price increases will be allowed based on the Consumer Price Index for each preceding calendar year for purchases ordered in 2020 and 2021. Captain David Kissinger Springdale Fire Dept. 479-751-4510 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 January 1, 2019 and ending on December 31, 2021. 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. with cancer Item Description Unit Price intern. guards Structural Firefighting Personal Protective Coat with Springdale Options $ 1315 $1365 Structural Firefighting Personal Protective Pants with Springdale Options $ 917 $ 951 Structural Firefighting Personal Protective Coat with Fayetteville Options $ 1315 $1365 Structural Firefighting Personal Protective Pants with Fayetteville Options $ 917 $951 Structural Firefighting Personal Protective Coat with Bentonville Options $ 1315 $1365 Structural Firefighting Personal Protective Pants with Bentonville Options $ 917 $ 951 Structural Firefighting Personal Protective Coat with Siloam Spr. Options $1315 $1365 Structural Firefighting Personal Protective Pants with Siloam Spr. Options $ 917 $ 951 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; Bentonville, Arkansas Fire Department; Siloam Springs, Arkansas Fire Department; Other fire departments within Benton, Carroll, Madison, and Washington Counties, Arkansas CONTACT PERSON and TELEPHONE: Springdale Fire Captain David Kissinger, 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: Wednesday, December 19, 2018 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. Wednesday, December 19, 2018. 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 January 1, 2019 and ending on December 31, 2021. 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 January 1, 2019 until December 31, 2019. Price increases will be allowed based on the Consumer Price Index for each preceding calendar year for purchases ordered in 2020 and 2021. 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. 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. 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: working days after receipt of order for delivery to designated location. DELIVERY LOCATIONS: Fayetteville, Arkansas Fire Department; Springdale, Arkansas Fire Department; Bentonville, Arkansas Fire Department; Siloam Springs, 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 95 working days after receipt of order including return delivery to the purchasing agency. 4 DETAILED ITEM SPECIFICATIONS: The minimum requirements of this specification are as defined by NEPA 1971, Standard on Protective Ensemble for Structural Fire Fighting, 2018 Edition (hereinafter referred 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 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 NEPA 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 In order to insure that every member of the department can safely perform to the maximum of their ability without extra bulk and without restriction, Jackets and Pants shall be available in all sizes and dimensions as follows: Pants: Gender: Gender specific Men's and Women's patterns Waist: Even sizes Inseam: Even sizes Coats: Gender: Gender specific Men's and Women's patterns will be available. Chest: Even sizes Back Length: Men's 29", 32", 35", 40" Women's 26", 29" Body Shape: Men's: Straight and Tapered Note: The straight cut offers more fullness at the hips (i.e. jacket sweep) and is recommended when an IH Ready trouser is being specified. Women's: Straight Sleeve: 1" increments Coats and Pants available in only one standard shape will not be acceptable. 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. 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 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, 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. 6 THERMAL PROTECTIVE PERFORMANCE 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 assembled garment, consisting of an outer shell, moisture barrier and thermal liner, shall exhibit a TPP (Thermal Protective Performance) rating of not less than 35. 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, 2018 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, 2018 Edition Standard on Protective Ensemble for Structural Fire Fighting Does your bid comply with all aspects of this section? Yes X_ 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 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 & 8 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 X 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 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 Nomexo 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 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 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 W beyond the 8 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 5/ 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-Shieldosnap 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 _ XNo Coats shall be provided with additional optional specifications listed below; Liner Inspection Port Yes X No Detachable Liner Yes X No Liner Label Pocket Yes X No Nomex-Tabbed long wristlets Yes _X No Scotchlite Trim, Lime 2 -Tone, "Project Fires" Yes X No Back Patch with 3" sewn letters -lime Scotchlite (Department Specification Vary — See Department Options Page) Yes X No t 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 —1 st initial with "period", Last Name. Panel shall be drop down tail 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) Yes X No Coat sleeve cuffs —"Dragon Hide" or equivalent Yes X No Shoulder top outer reinforcement - "Dragon Hide" or equivalent. Yes X No 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 PANTS The pant shall be available in even size waist measurements of two inch increments and shall be available in a range of sizes from 24 to 68. The pant inseam measurement shall be available in two inch increments. Generalized sizing, such as small, medium, large, etc., will not be considered acceptable. Sizing specifically for women shall also be available. Does your bid comply with all aspects of this section? Yes X No 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 10 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 Nomex® 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 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 top of the thermal liner and moisture barrier shall be secured to the underside of the waistband reinforcement so as 11 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 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: Liner Inspection Port Detachable Liner Yes X No 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. 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 12 Yes X No Snap Style Suspender Attachment Yes X No Suspenders with Snap Attach and Quick Adjust Installed Yes X No Both coat and pants have cancer prevention initiatives? Yes X No Please describe in detail the cancer prevention initiatives below. COAT INTERFACE GUARD The jackets shall be equipped with a coat interface guard at the hemline to reduce the introduction of foreign matter onto the wearer. The interface guard shall be constructed of a neoprene coated material and shall be double stitched to the liner system at the hemline. The interface guard shall measure approximately 3 inches wide at the center rear of the hem, tapering to approximately 4 inches wide at the leading edges of the right and left front panels. The bottom of the interface guard shall encase a continuous band of an elasticized material extending the entire length of the guard. Approximately 2 inches back from the leading edge of the right and left front panels, there shall be a minimum 3 -inch tab single needle stitched to the interface guard. The tab sewn to the right front panel shall include two male snap fasteners, which shall correspond to two female snap fasteners on the tab at the left front panel. The tabs shall interface to complete the closure of the interface guard around the wearer's waist area when engaged. :Mil IIAMfAII,T_[03.-441M-U The pants shall be equipped with a pant interface guard at the pant cuff and at the base of the fly to reduce the introduction of foreign matter onto the wearer. This interface guard shall be constructed of a neoprene coated material and shall be double stitched to the liner at the hemlines and at the base of the crotch. The hemline interface guard shall measure approximately 4 inches wide and run the full circumference of the liner cuff. The bottom of the interface guard shall encase a continuous band of an elasticized material extending the full length of the interface guard. The interface guard at the crotch opening shall be an elliptical shape, measuring approximately 3 inches high and 3 inches wide, and secured to the binding by two rows of stitching. NOTE: SEE PRICING ON BID FORM 13 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 W -Force" for Lion products, or equivalent. 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"x 3" 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 X No 14 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, or equivalent. Back Patch of PBI Max or equivalent, Bronze in color, with "BENTONVILLE 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 "Big Ed" 900 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 or equivalent. Back Patch of PBI Max or equivalent, Bronze in color, with "FAYETTEVILLE 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. Flashlight Clip w/Velcro on Strap of PBI Max or equivalent, Bronze in color to accommodate "Survivor" 90° flashlight located on right chest. COMPLY YES Siloam Springs 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 or equivalent. 15 Back Patch of PBI Max or equivalent, Bronze in color, with "SILOAM SPRINGS FIRE" in 3" sewn letters of lime Scotchlite. Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"0" 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. SUBSTITUTION OF BRAND: COMPLY YES 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 CASCO INDUSTRIES STREET ADDRESS 1031117 21941 1-30, SUITE 6 BRYANT 16 m STATE and ZIP CODE PHONE NUMBER AR 72022 800-648-5808 EXT 160 AUTHORIZED AGENT OF BIDDER SIGNATURE AND TITLE Q oe ROBLN TITTLE ignature SALES MANAGER Title 17 t. 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 January 1, 2019 and ending on December 31, 2021. 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 Structural Firefighting Personal Protective Coat with Siloam Spr. Options $1,478.00 $ 956.00 $1,478.00 $ 956.00 $1,478.00 $ 956.00 $ 1,478.00 Structural Firefighting Personal Protective Pants with Siloam Spr. Options $ 956.00 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. $ 29.00 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. NAFECO PURCHASING AGENCIES: Fayetteville, Arkansas Fire Department; Springdale, Arkansas Fire Department; Bentonville, Arkansas Fire Department; Siloam Springs, Arkansas Fire Department; Other fire departments within Benton, Carroll, Madison, and Washington Counties, Arkansas CONTACT PERSON and TELEPHONE: Springdale Fire Captain David Kissinger, 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: Wednesday, December 19, 2018 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. Wednesday, December 19, 2018. 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 January 1, 2019 and ending on December 31, 2021. 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 January 1, 2019 until December 31, 2019. Price increases will be allowed based on the Consumer Price Index for each preceding calendar year for purchases ordered in 2020 and 2021. 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 2 confirmation to the successful bidder in accordance with each purchasing agencies purchasing procedures. 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 BID/CONTRACT: 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. 3 Extended (Alternate) delivery days may be considered when in the best interest of the purchasing agencies. 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: n/a working days after receipt of order for delivery to designated location. DELIVERY LOCATIONS: Fayetteville, Arkansas Fire Department; Springdale, Arkansas Fire Department; Bentonville, Arkansas Fire Department; Siloam Springs, 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. 51 DETAILED ITEM SPECIFICATIONS: The minimum requirements of this specification are as defined by NFPA 1971, Standard on Protective Ensemble for Structural Fire Fighting, 2018 Edition (hereinafter referred 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 In order to insure that every member of the department can safely perform to the maximum of their ability without extra bulk and without restriction, Jackets and Pants shall be available in all sizes and dimensions as follows: Pants: Gender: Gender specific Men's and Women's patterns Waist: Even sizes Inseam: Even sizes Coats: Gender: Gender specific Men's and Women's patterns will be available. Chest: Even sizes . Back Length: Men's 29", 32", 35", 40" Women's 26", 29" Body Shape: Men's: Straight and Tapered Note: The straight cut offers more fullness at the hips (i.e. jacket sweep) and is recommended when an IH Ready trouser is being specified. Women's: Straight Sleeve: 1" increments Coats and Pants available in only one standard shape will not be acceptable. Does your bid comply with all aspects of this section? Yes 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. 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 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, rivets are not accepts le. 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. 0 THERMAL PROTECTIVE PERFORMANCE 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 assembled garment, consisting of an outer shell, moisture barrier and thermal liner, shall exhibit a TPP (Thermal Protective Performance) rating of not less than 35. 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, 2018 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, 2018 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 9500 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 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 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 W 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 "Wombat 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 5/ 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: Liner Inspection Port Yes _� No Detachable Liner Yes J/_ No Liner Label Pocket Yes No Nomex-Tabbed long wristlets Yes No Scotchlite Trim, Lime 2 -Tone, "Project Fires" 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 tail with snap and Velcro attachment.) 2" Velcro/Zipper Coat Closure Yes /_ No Yes / No Thermal Enhancements (Over Shoulders, Across Back, Wrist toElbo ) 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 V/ 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 _Z 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 pant shall be available in even size waist measurements of two inch increments and shall be available in a range of sizes from 24 to 68. The pant inseam measurement shall be available in two inch increments. Generalized sizing, such as small, medium, large, etc., will not be considered acceptable. Sizing specifically for women shall also be available. Does your bid comply with all aspects of this section? Yes No 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 res cu belt. Does your bid comply with all aspects of this section? Yes No 10 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 Nomex® 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 Y2 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 top of the thermal liner and moisture barrier shall be secured to the underside of the waistband reinforcement so as 11 to be sandwiched between the waistband reinforcement and outer she][ 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 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: Liner Inspection Port Yes Z_ No Detachable Liner Yes _� No 3" Cuff trim -Lime 2 -Tone Scotchlite Yes �� No Angled Cuffs - Pants Cuffs trim — "Dragon Hide" or equivalent Yes e`�_ 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" x 2" lined with Kevlar. Yes No One tool pouch constructed of Kevlar in one pant pocket. Side to be determined by agency 12 Yes No Snap Style Suspender Attachment Yes Z No Suspenders with Snap Attach and Quick Adjust installed Yes „� No Both coat and pants have cancer prevention initiatives? Yes --,,-/--No Please describe in detail the cancer prevention initiatives below NAFECO OFFERS THE LION REDZONE CONTAMINANT CONTROL_PACKAGE INCLUDED ON THE PROPOSED GEAR. PLEASE SEE THE ENCLOSED LITERATURE FOR PACKAGE DETAILS. 13 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, or equivalent. 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"x 3" 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)/"G-Xcel" (pant) cut for Globe products or "V -Force" for Lion products, or equivalent. Back Patch of PBI Max or equivalent, Bronze in color, with "BENTONVILLE 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 "Big Ed" 90° style flashlight and located on right chest. Does your bid comply with all aspects of this section? Yes No 14 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 or equivalent. Back Patch of PBI Max or equivalent, Bronze in color, with "FAYETTEVILLE 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. Flashlight Clip w/Velcro on Strap of PBI Max or equivalent, Bronze in color to accommodate "Survivor" 90° flashlight located on right chest. Siloam Springs 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 or equivalent. Back Patch of PBI Max or equivalent, Bronze in color, with "SILOAM SPRINGS 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. Flashlight Clip w/Velcro on Strap of PBI Max or equivalent, Bronze in color to accommodate "Survivor" 90' flashlight located on right chest. SUBSTITUTION OF BRAND: No substitutions of brand under this contract after award. Any delivery of unauthorized substitutions will be considered contract default. 15 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 STREET ADDRESS CITY STATE and ZIP CODE PHONE NUMBER NAFECO (North America Fire Equipment Co., Inc.) 1515 West Moulton Street Decatur Alabama 35601 256-353-7100 or 800-628-6233 AUTHORIZED AGENT OF BIDDER SIGNATURE AND TITLE Vice President Ronald Woodall Signature Title 16 �i Fire Law Resc: ue Enforcement 1 Q EMS Industrial sa?ety Options (MG) Suppiies vt "+rr .join a1 -ailing List Scor OR C od-- or VAiv d.naf�eco�C+pug)!Wages/joihA4ollingList N W A Bunker Gear Bid Additional Information 1) Delivery is to be forty-five (45) days after receipt of order and sizes at LION factory. 2) We are not submitting an alternate delivery date. Our delivery date is as stated above. 3) Proposed pricing is good until 12/31/19. 4) Pricing for 2020 and 2021 will be reviewed at the renewal time. Any potential price increases will be based upon the Consumer Pricing Index for each proceeding calendar year. 5) The LION RedZone Contaminant Control Package uses a zipper, and does not require snap tabs of different color to match the liner system to the outer shell after inspection or cleaning. 6) Please see the enclosed literature for details on the LION RedZone Contaminant Control Package.' 7) NAFECO, Decatur AL., is an authorized service center for LION structural gear. LION also maintains LION Total Care service centers for advanced cleaning, decontamination, repairs and alterations. NAFECO certifies the repair/refurbishment of products purchased under this contract in fifteen (15) working days after receipt of gear for repair/refurbishment. 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 beginning on st increase program of the stated items ordered for a contract period of three (3) ye January 1, 2019 and ending on December 31, 2021. 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 $ 1.395.95 Structural Firefighting Personal Protective Pants with Springdale Options $ 943.78 Structural Firefighting Personal Protective Coat with Fayetteville Options $ 1 _39972 Structural Firefighting Personal Protective Pants with Fayetteville Options $9 3.78 Structural Firefighting Personal Protective Coat with Bentonville Options $ 1.398.37 Structural Firefighting Personal Protective Pants with Bentonville Options 9 .78 $_ Structural Firefighting Personal Protective Coat with Siloam Spr. Options $1,402-16 Structural Firefighting Personal Protective Pants with Siloam Spr. Options $943.78 City patch and USA flag on left and right sleevee of NFPA compcoat.. One liant patch all be u attached to each side as determined by city. Patches shallconstruction. $ 0.00 Pricing shall include one patch for each sleeve of one (1) coat. Included in price of 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, f sight paid). Sales tax is not to be included in the bid unit price. App' cable (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; Bentonville, Arkansas Fire Department; Siloam Springs, Arkansas Fire Department; Other fire departments within Benton, Carroll, Madison, and Washington Counties, Arkansas CONTACT PERSON and TELEPHONE: Springdale Fire Captain David Kissinger, 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: Wednesday, December 19, 2018 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. Wednesday, December 19, 2018. 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 fora three (3) year term beginning on January 1, 2019 and ending on December 31, 2021. 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 January 1, 2019 until December 31, 2019. Price increases will be allowed based on the Consumer Price Index.for each preceding calendar year for purchases ordered in 2020 and 2021. Northern Safety,CANNOT AGREE to this due to unknown escalating materials costs ,,..,. from materials manufacturers Please see, aftached.EXCEPTIONS PAGE.; 2 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. 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): 3 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. 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: working days after receipt of order for delivery to designated location. DELIVERY LOCATIONS: Fayetteville, Arkansas Fire Department; Springdale, Arkansas Fire Department; Bentonville, Arkansas Fire Department; Siloam Springs, 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. 4 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, 2018 Edition (hereinafter referred 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 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 -flit 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 In order to insure that every member of the department can safely perform to the maximum of their ability without extra bulk and without restriction, Jackets and Pants shall be available in all sizes and dimensions as follows: Pants: Gender: Gender specific Men's and Women's patterns Waist: Even sizes Inseam: Even sizes Coats: Gender: Gender specific Men's and Women's patterns will be available. Chest: Even sizes Back Length: Men's 29", 32", 35", 40" Women's 26", 29' Body Shape: Men's: Straight and Tapered Note: The straight cut offers more fullness at the hips (i.e. jacket sweep) and is recommended when an IH Ready trouser is being specified. Women's: Straight Sleeve: 1" increments Coats and Pants available in only one standard shape will not be acceptable. 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. 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 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 withal[ aspects of this section? Yes X No All garment stress points shall be reinforced, rivets are not acceptable. 6 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. THERMAL. PROTECTIVE PERFORMANCE 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 assembled garment, consisting of an outer shell, moisture barrier and thermal liner, shall exhibit a TPP (Thermal Protective Performance) rating of not less than 35. 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, 2018 Edition Standard on l=ire Department Occupational Safety and Health Program NFPA 1851, 2014 Edition Standard on Selection, Care, and Maintenance of Structural Fire Fighting Protective Ensembles NFPA 1971, 2018 Edition Standard on Protective Ensemble for Structural Fire Fighting Does your bid comply with all aspects of this section? Yes X 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 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 7 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 X 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 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 No X Please see attached Exceptions_Sheet Coats shall be equipped with Nomex® knit wristlets with thumb loop not less than 4 . inches in length and of double. thickness. Nome)& 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 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 X But does meet intent Please see attached Exceptions Sheet 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 8 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 Y4" 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 5/ 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 X But does meet intent Please`.see"attached `Exce tions Sheet Coats shall be provided with additional optional specifications listed below: Liner Inspection Port Detachable Liner Liner Label Pocket Nomex-Tabbed long wristlets Yes X No Yes X No Yes X No Yes X No a Scotchlite Trim, Lime 2 -Tone, "Project Fires" Yes X No Back Patch with 3" 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 — 1 st initial with "period", Last Name. Panel shall be drop down tail 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) Yes X No Coat sleeve cuffs —"Dragon Hide" or equivalent Yes X No Shoulder top outer reinforcement - "Dragon Hide" or equivalent. Yes No_X_ Please see attached Exceptions Sheet 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 PANTS The pant shall be available in even size waist measurements of two inch increments and shall be available in a range of sizes from 24 to 68. The pant inseam measurement shall be available in two inch increments. Generalized sizing, such as small, medium, large, etc., will not be considered acceptable. Sizing specifically for women shall also be available. 10 Does your bid comply with all aspects of this section? Yes X No Available in 1" increments 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 w/ 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 Nomek'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 #o 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'/ 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 11 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 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 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 pf 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: 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. 12 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 Both coat and pants have cancer prevention initiatives? Yes X No Not Quoted ip this but are b1i available:atapLLadditonal cost. Please describe in detail the cancer prevention initiatives below. A layered barrier with an elasticized band which helps reduce particulate ingress at the coat/pant interface. This package can also be retrofitted to your current Morning Pride Tails coat. No additional steps needed to don the coat with the barrier in place. Extended Elasticized Moister Barrier and wrist shields together with the double knit wristlet continuous waterwelI system -help block particulates at the coat/glove interface. 13 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-XceI" (pant) cut for Globe products or W -Force" for Lion products, or equivalent. 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"x 3" 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? IYes X 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, or equivalent. 14 Back Patch of PBI Max or equivalent, Bronze in color, with "BENTONVILLE FIRE" in 3" sewn letters of lime Scotchlite. Radio Pocket of PBI Max or equivalent, Bronze in color, Wx3"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" 900 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 or equivalent. Back Patch of PBI Max or equivalent, Bronze in color, with "FAYETTEVILLE FIRE" in 3" sewn letters of lime Scotchlite. Radio Pocket of PBI Max or equivalent, Bronze in color, Wx3"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 w/Velcro on Strap of PBI Max or equivalent, Bronze in color to accommodate "Survivor" 900 flashlight located on right chest. Yes X Siloam Springs 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 or equivalent. _ Back Patch of PBI Max or equivalent, Bronze in color, with "SILOAM SPRINGS FIRE" in 3" sewn letters of lime Scotchlite. Radio Pocket of PBI Max or equivalent, Bronze in color, Wx3"x3" located on left chest, with notches on each side of top flap to allow for antenna protrusion. 15 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. Yes X 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 STREET ADDRESS CITY STATE and ZIP CODE PHONE NUMBER Northern Safety Inc. 5514 South 94th East Avenue Tulsa Oklahoma, 74145 800-256-1002 16 . f AUiHORiZED AGENT OF BIDDER SIGNATURE AND TITLE VP Signature Title 17 EXCEPTIONS BID/CONTRACT RULES and PERIOD Price increases will not exceed 5% per year. Northern Safety Corporate will not agree to increases based on CPI. . WRISTLET/SLEEVE WELLS Morning Pride Tails utilizes a double knit wristlet continuous waterwell system made of the. moisture barrier specified, in this case Crosstech Black, which channels water out of the coat without accumulating inside of a non -breathable neoprene sleeve well. Our elastic sleeve end also protects against particulates far better than other designs in the market. THERMAL LINER/MOISTURE BARRIER FASTENER Morning Pride Tails utilizes heavy-duty quarter -turn snaps to secure the Thermal LinerJMoister Barrier to the outer shell. Snaps run the full run of the coat. We do not offer 5/8" Velcro on our garments. SHOULDER REINFORCEMENT Morning Pride integrates a 2" dropped shoulder seam to eliminate abrasion. We recommend not using a shoulder reinforcement as it negates the breath ability of our dead -air panels. KNEE REINFORCEMENTS We are bidding and plan on testing the removable Biflex Knee which offers 5 Layers of our X9 padding in the center which improves in loft and protection after laundering and has proven durability. It is our experience that silicone develops a memory and tears easily but if .silicone is an absolute necessity we will offer at the same price. SLEEVES Morning Pride Tails utilizes Hydraulic.. Butterfly sleeve patterning having built-in underarm bellow with 85 -degree Lift Up Release Action to minimize coat hem rise. Sleeve attachment shall minimize shoulder lift and allow a full 360 degrees freedom of movement. Coat hem rise with overhead reach of both arms not to exceed 4 -inch (10.2 -cm) maximal extension on properly fitted garments. Shell -and -liner retraction at the cuff shall not exceed 1 inch (2.5 cm) when both arms are raised overhead. This helps eliminate wrist exposure. Honeywell Internal Cancer Package A layered barrier with an elasticized band which helps reduce particulate ingress at the coat/pant interface. This package can also be retrofitted to your current Morning Pride Tails coat. No additional steps needed to don the coat with the barrier in place. Extended Elasticized Moister Barrier and wrist shields together with the double knit wristlet continuous waterwell system help block particulates at the coat/glove interface. Honeywell Infernal i