County of Somerset New Jersey PO Box 3000 – 20 Grove Street COUNTY ADMINISTRATION BUILDING SOMERVILLE, NJ 08876-1262

PURCHASING DIVISION KAREN L. MCGEE, RPPO, QPA PHONE: (908) 231-7043 Purchasing Agent Fax: (908) 575-3917

NOTICE TO BIDDERS #2 SOCCP

The County of Somerset requests bids for all County agencies and bidders may voluntarily extend the contract to the Somerset County Cooperative Pricing System membership (#2 SOCCP). Sealed bids will be received by the Purchasing Agent acting as Lead Agent on behalf of each participating contracting unit, on April 14, 2020 at 2:30pm prevailing time in the Purchasing Division, County Administration Building, 20 Grove St., Somerville, NJ 08876 at which time and place bids will be opened and read in public for:

Uniforms- Various County Departments / Park Commission Cooperative Pricing Bid #2 SOCCP Open End Contract #CC-0004-20

Bid responses must be made on the standard proposal forms, be enclosed in a sealed package bearing the name and address of the bidder and the “BID TITLE NAME & CONTRACT #” on the outside and addressed to Karen L. McGee, Purchasing Agent, at the address above.

Any Bid Addenda will be issued on the County website and processed in accordance with N.J.S.A. 40A:11-23(c)(1). All interested bidders should check the website from now through bid opening. It is the sole responsibility of the respondent to be knowledgeable of all addenda related to this procurement.

Specifications and instruction to bidders may be obtained at the Purchasing Office or the County website at www.co.somerset.nj.us.

Bidders shall comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17-27 et seq.

Karen L. McGee, RPPO, QPA Purchasing Agent

REV 2/2019 1

COOPERATIVE PRICING CONDITIONS

METHOD OF AWARDING CONTRACTS Contract(s) of purchase shall be awarded to the lowest responsible bidder(s) as declared by the County of Somerset. The contract awarded between the County of Somerset and the successful vendor(s): (1) shall establish the contractual obligation regarding the specific items, specifications and quantities to be provided to the Lead Agency; and (2) shall also set forth the estimated quantities, together with relevant delivery information, with respect to the Other Agencies, as specified in these specifications. All Other Agencies ordering any materials, supplies or work pursuant to this master contract shall do so by issuance of the appropriate contract between the Other Agency and the vendors, subject to the requirements of the master contract, which may be referred to by reference. No such subsidiary contract issued by another agency shall provide for any deviation from the specifications, price or quality set forth in the master contract pursuant to these specifications.

No vendor shall be required or permitted to extend bid prices to participating contracting units unless so specified in the bids. In the event that the lowest responsible bidder, responding to these specifications, indicates by the appropriate checkmark unwillingness to extend the bid prices to the Other Agencies category, then the contract for the stated needs of the Lead Agency will be awarded to the lowest responsible bidder, and new bids will be sought and a second master contract subsequently awarded with respect to the needs of the Other Agencies (OR... the contract for the stated needs of the Lead Agency will be awarded to the lowest responsible bidder, and a second *(Master) contract for the Other Agencies will be awarded to the next lowest bidder whose bid agrees to so extend his prices); (OR... only the contract for the Lead Agency’s needs will be awarded, and all other bids shall be rejected, and no further bids will be sought by the Lead Agency on behalf of the Other Agencies.

The purpose of the master contract with respect to the Lead Agency shall be to establish the specifications and price. The subsidiary contracts, placing the orders with the vendor shall establish the quantities required by each Other Agency within the limits set forth in the master contract. The successful vendor shall invoice each of the Other Agencies, and Other Agencies shall pay the vendor directly. No additional contract will be required with respect to the needs of the Lead Agency as specified in the awarded master contract.

OTHER AGENCY REQUIREMENTS

The undersigned is further: (CHECK ONLY ONE BOX)

WILLING to provide the item(s) herein bid upon to Other Agencies in System 2-SOCCP, Somerset County Cooperative Pricing System, without substitution or deviation from specifications, size, features, quality, price or availability as herein set forth. It is understood that orders will be placed directly by the other participating agencies by separate contract, subject to the overall terms of the master Contract to be awarded by the County of Somerset that no additional service or delivery charges will be levied except as permitted by these specifications.

NOT WILLING to extend prices to Other Agencies as described. It is understood that this will not adversely affect consideration of this bid with respect to the needs of the County (Lead Agency). *In keeping with Somerset County’s commitment to providing cooperative pricing contracts for its membership, refusal to extend pricing to the co-op may result in a dual award to include an alternate vendor willing to extend pricing for the duration of the contract.

2 Twp/Boro Street Address City, State, Zip Aberdeen, Twp of One Aberdeen Square Aberdeen, NJ 07747 Alexandria, Twp of 242 Little York-Mt. Pleasant Road Milford, NJ 08848 Allamuchy Twp PO Box A Allamuchy, NJ 07820 Atlantic City, City of 1301 Bacharach Blvd Atlantic City, NJ 08401 Atlantic County 1333 Atlantic Ave., 6th Fl Atlantic City, NJ 08401 Atlantic Highlands, Boro 100 First Ave Atlantic Highlands, NJ 07716 Barnegat BOE 550 Barnegat Blvd. North Barnegat, NJ 08005 Bayonne, City of 630 Avenue C, Room #29 Bayonne, NJ 07002 Bedminster BOE 234 Somerville Rd Bedminster, NJ 07921 Bedminster, Twp of One Miller Lane Bedminster, NJ 07921 Belleville, Twp of 152 Washington Ave Belleville, NJ 07109 Belmar, Boro of 601 Main St Belmar, NJ 07719 Bergen County One Bergen Co Plaza Rm 370 Hackensack, NJ 07601 Bergen County Housing Author One Bergen County Plaza, 2nd Fl Hackensack, NJ 07601 Berkeley, Twp of PO Box B Bayville, NJ 08721 Berkeley Heights, Twp of 29 Park Avenue Berkeley Heights NJ 07922 Bernards Twp BOE 101 Peachtreet Rd Basking Ridge, NJ 07920 Bernards, Twp of 1 Collyer La Basking Ridge, NJ 07920 Bernards, Twp Sewer Authority 1 Collyer La Basking Ridge, NJ 07920 Bernardsville, Boro of 166 Mine Brook Rd Bernardsville, NJ 07924-0158 Bethlehem, Twp of 405 Mine Rd Asbury, NJ 08802 Blairstown, Twp of 106 Route 94 Blairstown, NJ 07825 Bloomingdale, Boro of 101 Hamburg Turnpike Bloomingdale, NJ 07403 Bogota, Boro of 375 Larch Ave Bogota, NJ 07603 Bound Brook, Boro of 230 Hamilton St, Mun Bldg Bound Brook, NJ 08805-2017 Branchburg Twp BOE 240 Baird Rd Branchburg, NJ 08876 Branchburg, Twp of 1077 Hwy 202 N. Branchburg, NJ 08876 Brick Twp MUA 1551 Hwy 88 West Brick, NJ 08724 Brick, Twp of 401 Chambers Bridge Rd Brick, NJ 08723 Bridgewater, Twp of 100 Commons Way Bridgewater, NJ 08807 Bridgewater-Raritan Reg Sch 836 Newmans Lane Bridgewater, NJ 08807 Brigantine, City of 1417 West Brigantine Avenue Brigantine, NJ 08203 Brookdale Community College 765 Newman Springs Rd Lincroft, NJ 07738 Burlington County 49 Rancocas Road, PO Box 6000 Mt. Holly, NJ 08060-6000 Burlington County, Inst of Tech 695 Woodlane Road Westampton, NJ 08060 Byram Twp 10 Mansfield Dr Stanhope, NJ 07874 Camden County 520 Market St, 17th Fl Camden, NJ 08102-1375 Cedar Grove Public Schools 520 Pompton Avenue Cedar Grove, NJ 07009 Chatham Twp 405 Southern Blvd Chatham, NJ 07928 Chatham, Boro of 54 Fairmont Ave Chatham, NJ 07928 Chathams, School District of 58 Meyersville Road Chatham, NJ 07928 Chester, Boro of 50 North Road Chester, NJ 07930 Chester, Twp of 1 Parker Rd Chester, NJ 07930 Clark BOE 365 Westfield Ave Clark, NJ 07066 Clark, Twp of 430 Westfield Ave Clark, NJ 07066

3 Twp/Boro Street Address City, State, Zip Clifton, City of 900 Clifton Ave Clifton, NJ 07013 Clinton, Town of PO Bx 5194, 43 Leigh St Clinton, NJ 08809 Closter, Boro of 295 Closter Dock Road Closter, NJ 07624 Colts Neck Twp Schools 70 Conover Road Colts Neck, NJ 07722 Cranford, Twp of 8 Springfield Ave Cranford, NJ 07016 Cumberland County 164 West Broad Street Bridgeton, NJ 08302 Delaware Valley Reg HS 19 Senator Stout Rd Frenchtown, NJ 08825 Denville, Twp of 1 St Mary's Place Denville, NJ 07834 Dover, Town of 37 North Sussex Street Dover, NJ 07801 Dunellen, Boro of 355 North Ave Dunellen, NJ 08812 East Amwell Twp 1070 Rt 202/31 Ringoes, NJ 08551-1051 East Brunswick, Public Schools 760 Route 18 East Brunswick, NJ 08816 East Brunswick, Twp of 4 Harts La East Brunswick, NJ 08816 East Hanover Twp School Dist 20 School Avenue East Hanover, NJ 07936 East Hanover, Twp of 411 Ridgedale Ave East Hanover, NJ 07936 Eatontown, Boro of 47 Broad St Eatontown, NJ 07724 Edison, Twp of 100 Municipal Blvd Edison, NJ 08817 Egg Harbor, Twp of 3515 Bargaintown Road Egg Harbor Twp, NJ 08234 Elizabeth BOE 500 North Broad Street Elizabeth, NJ 07208 Elizabeth Parking Authority 233 Commerce Pl Elizabeth, NJ 07201 Elizabeth, City of 50 Winfield Scott Plaza Elizabeth, NJ 07201 Essex Fells, Boro of 255 Roseland Ave Essex Fells, NJ 07021 Essex, County of 465 Dr Martin Luther King Jr Blvd Newark, NJ 07102 Evesham Twp BOE 25 S Maple Street Marlton, NJ 08053 Evesham, Twp of 984 Tuckerton Road Marlton, NJ 08053 Fair Haven, Boro of 748 River Rd Fair Haven, NJ 07704 Fanwood, Boro of 75 North Martine Ave Fanwood, NJ 07023 Fair Lawn, Borough of 8-01 Fair Lawn Ave Fair Lawn, NJ 07410 Far Hills, Boro of 6 Prospect St Far Hills, NJ 07931 Flemington, Boro of 38 Park Ave Flemington, NJ 08822 Flemington-Raritan Reg Sch Dist 50 Court St Flemington, NJ 08822 Florham Park BOE 67 Ridgedale Ave Florham Park, NJ 07932 Florham Park, Boro of 111 Ridgedale Ave Florham Park, NJ 07932 Frankford, Twp of 151 US Hwy 206 Augusta, NJ 07822 Franklin Twp BOE (Hunterdon County) 226 Quakertown Rd, PO Box 368 Quakertown, NJ 08868 Franklin Twp, Sewer Authority 70 Commerce Dr Somerset, NJ 08873-3470 Franklin, Twp of 475 DeMott La Somerset, NJ 08873-2737 Franklin, Twp Public Library 485 Demott La Somerset, NJ 08873 Franklin, Twp Public Sch 1755 Amwell Rd Somerset, NJ 08873 Freehold Twp One Municipal Plaza Freehold, NJ 07728-3099 Frelinghuysen, Twp 210 Main Street Johnsonburg, NJ 07825 Galloway, Twp of 300 East Jimmie Leeds Road Galloway, NJ 08205 Garwood, Boro of 403 South Ave Garwood, NJ 07027 Glassboro, Boro of 1 South Main Street Glassboro, NJ 08028 Glen Rock, Boro of 1 Harding Plaza Glen Rock, NJ 07452

4 Twp/Boro Street Address City, State, Zip Gloucester, County of PO Box 337 Woodbury, NJ 08096 Green Brook Twp BOE 132 Jefferson Ave Green Brook, NJ 08812-2501 Green Brook, Twp of 111 Greenbrook Rd Green Brook, NJ 08812-2501 Green Twp PO Box 65 Tranquility, NJ 07879 Hackensack BOE 192 Second Street Hackensack, NJ 07601 Hackensack, City of 65 Central Avenue, 2nd Floor Hackensack, NJ 07601 Hackettstown, Town of 215 Stiger St. Hackettstown, NJ 07840 Hamilton, Twp of 2090 Greenwood Ave Hamilton, NJ 08650 Hampton Borough BOE 32-41 South Street Hampton, NJ 08827 Hanover, Twp of 1000 Route 10 Whippany, NJ 07981 Harding Twp 21 Blue Mill Road New Vernon, NJ 07976 Hardwick Twp 40 SpringValley Rd Hardwick, NJ 07825 Harmony Twp 3003 Belvidere Rd Phillipsburg, NJ 08865 Hasbrouck Heights, Boro of 320 Boulevard Hasbrouck Heights, NJ 07604 Haworth, Boro of 300 Haworth Avenue Haworth, NJ 07641 High Bridge, Boro of 97 West Main Street High Bridge, NJ 08829 Highland Park, Boro of 444 Valentine St Highland Park, NJ 08904 Hillsborough Twp BOE 379 So Branch Rd Hillsborough, NJ 08844 Hillsborough, Twp MUA 220 Triangle Road, Suite 234 Hillsborough, NJ 08844 Hillsborough, Twp of 379 Southbranch Rd Hillsborough, NJ 08844 Hillsdale Boro 380 Hillsdale Ave Hillsdale, NJ 07642 Holland Twp 131 Spring Mills Rd Milford, NJ 08848 Holmdel, Twp of 4 Crawfords Corner Rd Holmdel, NJ 07733 Hopatcong, Boro of 111 River Styx Rd Hopatcong, NJ 07843 Hopewell Twp of, Mercer County 201 Washington Crossing Titusville, NJ 08560-1410 Hopewell, Boro of 88 East Broad Street Hopewell, NJ 08525 Howell, Twp of PO Box 580 Howell, NJ 07731 Hudson County 567 Pavonia Ave, 3rd Fl Jersey City, NJ 07306 Hudson County, Schools of Tech One High Tech Way Secaucus, NJ 07094 Hunterdon Central Reg High Sch 84 Route 31 Flemington, NJ 08822 Hunterdon County ESC 2026 Route 31 N, Suite 7 Glen Gardner, NJ 08826 Hunterdon, County of 71 Main St, Bldg 1 2nd Flr, PO Box 2900 Flemington, NJ 08822-2900 Jackson, Twp of 95 W Veterans Hwy Jackson, NJ 08527 Jefferson, Twp of 1033 Weldon Rd Lake Hopatcong, NJ 07849 Keansburg, Boro of 29 Church St Keansburg, NJ 07734 Kearny, Town of 402 Kearny Ave Kearny, NJ 07032 Kenilworth, Boro of Boro Hall, 567 Boulevard Kenilworth, NJ 07033 Kinnelon, Boro of 130 Kinnelon Rd Kinnelon, NJ 07405 Knowlton, Twp of 628 Rt 94 Columbia, NJ 07832 Lafayette, Twp of 33 Morris Farm Road Lafayette Township, NJ 07848 Lakeland Regional High Sch 205 Conklintown Road Wanaque, NJ 07465 Lebanon, Twp of 530 West Hill Rd Glen Gardner, NJ 08826 Leonia, Borough of 312 Broad Ave Leonia, NJ 07605 Liberty, Twp of 349 Mountain Lake Rd Great Meadows, NJ 07840 Lincoln Park, Boro of 34 Chapel Hill Rd Lincoln Park, NJ 07035

5 Twp/Boro Street Address City, State, Zip Linden Roselle Sewerage Auth 5005 So Wood Ave Linden, NJ 07036 Linden, City of 301 N Wood Ave Linden, NJ 07036 Little Falls, Twp of 225 Main Street Little Falls, NJ 07424 Little Silver, Boro of 480 Prospect Avenue Little Silver, NJ 07739 Livingston, Twp of 357 So Livingston Ave Livingston, NJ 07039 Long Beach Twp of 6805 Long Beach Blvd Brant Beach, NJ 08008 Long Branch, City of 344 Broadway Long Branch, NJ 07740 Long Hill Twp 1223 Valley Rd Stirling, NJ 07980 Lopatcong Twp 232 S. Third St Phillipsburg, NJ 08865 Madison, Boro of 50 Kings Rd Madison, NJ 07940 Manalapan, Twp of 120 Route 522 Manalapan, NJ 07726 Manalapan-Englishtown Reg Sch 54 Main St Englishtown, NJ 07726 Manasquan, Boro of 201 E Main St Manasquan, NJ 08736 Manchester Twp 1 Colonial Drive Manchester, NJ 08759 Mansfield, Twp of 100 Port Murray Road Port Murray, NJ 07865 Mantua Twp of Public Schools 684 Main Street Sewell, NJ 08080 Manville, Boro of 325 No Main St Manville, NJ 08835 Maplewood, Twp of 574 Valley Street Maplewood, NJ 07040 Marlboro Twp 1979 Township Dr Marlboro, NJ 07746 Marlboro Twp Public Schools 1980 Township Dr Marlboro, NJ 07746 Maywood, Boro of 15 Park Ave Maywood, NJ 07607 Mendham, Boro of 2 West Main Street Mendham, NJ 07945 Mendham, Twp of 37 Ironia Rd Mendham, NJ 07945 Mercer County 640 So. Broad St, 3rd Floor, Rm 321 Trenton, NJ 08650-0068 Mercer County Improvement Authority 80 Hamilton Avenue, 2nd Floor Trenton, NJ 08611 Metuchen, Boro of 500 Main Street Metuchen, NJ 08840 Middlesex Boro of 1200 Mountain Ave Middlesex, NJ 08846 Middlesex County 75 Bayard Street New Brunswick, NJ 08901 Midland Park, Borough of 280 Godwin Ave Midland Park, NJ 07432 Millburn, Twp of 375 Millburn Ave Millburn, NJ 07041 Millstone, Boro of 1353 Main Street Millstone, NJ 08844 Monmouth Co Voc Sch District 400 Kozloski Rd, PO Bx 5033 Freehold, NJ 07728 Monmouth County 300 Halls Mill Rd, 2nd Floor Freehold, NJ 07728 Monroe, Twp of 1 Municipal Plaza Monroe Twp, NJ 08831 Montclair, Twp of 205 Claremont Ave Montclair, NJ 07042 Montgomery Twp BOE 1014 Rt 601 Skillman, NJ 08558 Montgomery, Twp of Municipal Bldg, 2261 Rt 206 Belle Mead, NJ 08502 Moorestown, Twp of 111 West Second Street Moorestown, NJ 08057 Morris County 10 Court Street, 5th Floor Morristown, NJ 07963 Morris County Housing Authority 99 Ketch Rd, PO Box 900 Morristown, NJ 07960 Morris County Municipal Utilities Authority 214A Center Grove Road Randolph, NJ 07869 Morris County Voc Sch District 400 East Main Street Denville, NJ 07834 Morris Hills Regional District 48 Knoll Drive Rockaway, NJ 07866 Morris Plains, Boro of 531 Speedwell Avenue Morris Plains, NJ 07950 Morris School District 31 Hazel St Morristown, NJ 07960

6 Twp/Boro Street Address City, State, Zip Morris, County College of 214 Center Grove Rd Randolph, NJ 07869-2086 Morris, Twp of 50 Woodland Ave, PO Bx 7603 Convent Sta, NJ 07961-7603 Morris-Union Jointure Comm 217 Mountain View Rd Warren, NJ 07059 Mount Arlington Boro 419 Howard Blvd Mt. Arlington, NJ 07856 Mt Olive Twp 204 Flanders-Drakestown Rd Budd Lake, NJ 07828 Netcong, Boro of 23 Maple Avenue Netcong, NJ 07857 New Brunswick BOE 268 Baldwin Street New Brunswick, NJ 08901 New Brunswick Parking Authority 106 Somerset Street, 6th Floor New Brunswick, NJ 08901 New Brunswick, City 78 Bayard Street, Room 307 New Brunswick, NJ 08901 New Milford, Boro of 930 River Road New Milford, NJ 07646 New Providence, Boro of 360 Elkwood Ave New Providence, NJ 07974 Newton, Town of 39 Trinity St Newton, NJ 07860 No Hunterdon-Voorhees Reg HS 1445 Rte 31 So Annandale, NJ 08801 No Plainfield BOE 33 Mountain Ave No Plainfield, NJ 07060-5315 No Plainfield, Boro of 263 Somerset St No Plainfield, NJ 07060 North Brunswick, Twp of 710 Hermann Rd No Brunswick, NJ 08902 Nutley, Twp of 1 Kennedy Dr Nutley, NJ 07110 Ocean City, City of 861 Asbury Ave, Room 203 Ocean City, NJ 08226 Ocean Co Vo-Tech School 137 Bey Lea Rd Toms River, NJ 08753 Ocean, Twp of 399 Monmouth Road Oakhurst, NJ 07755 Old Bridge, Twp of 1 Old Bridge Plaza Old Bridge, NJ 08857 Oxford Twp 11 Green St Oxford, NJ 07863 Parsippany-Troy Hills, Twp of 1001 Parsippany Blvd Parsippany, NJ 07054 Passaic County Bd of Soc Svs 80 Hamilton St Paterson, NJ 07505 Passaic County Technical Inst 45 Reinhart Rd Wayne, NJ 07470 Passaic, City of 330 Passaic St Passaic, NJ 07055 Passaic, County of 495 River St, 2nd Floor Paterson, NJ 07505 Peapack/Gladstone, Boro of 1 School St, PO Box 218 Peapack, NJ 07977-0218 Perth Amboy, City of 260 High Street Perth Amboy, NJ 08861 Piscataway, Twp of 505 Sidney Rd Piscataway, NJ 08854 Plainfield BOE 1200 Myrtle Ave Plainfield, NJ 07063 Plainfield, City of 515 Watchung Ave Plainfield, NJ 07060 Plainsboro, Twp of 641 Plainsboro Rd Plainsboro, NJ 08536 Pohatcong, Twp of 50 Municipal Dr Phillipsburg, NJ 08865 Princeton 400 Witherspoon Street Princeton, NJ 08540 Rahway, City One City Hall Plaza Rahway, NJ 07065 Ramapo College of NJ 505 Ramapo Valley Road Mahway, NJ 07430 Randolph Twp Schools 25 School House Rd Randolph, NJ 07869 Randolph, Twp of 502 Millbrook Ave Randolph, NJ 07869 Raritan Vall Comm College PO Bx 3300 Somerville, NJ 08876 Raritan, Boro of 22 First St Raritan, NJ 08869 Raritan, Twp of 204 Pennsylvania Ave Flemington, NJ 08822-3446 Readington Twp 509 Route 523 Whitehouse Station, NJ 08889 Red Bank, Boro of 90 Monmouth Street Red Bank, NJ 07701 Ridgewood Public Schools Education Center, 49 Cottage Place Ridgewood, NJ 07451

7 Twp/Boro Street Address City, State, Zip Rockaway Twp 65 Mt Hope Road Rockaway, NJ 07866 Rocky Hill, Boro of PO Box 188 Rocky Hill, NJ 08553 Roselle BOE 710 Locust St Roselle, NJ 07203 Roselle Park, Boro of 110 E Westfield Ave Roselle Park, NJ 07204 Roselle, Boro of 210 Chestnut St Roselle, NJ 07203 Rutherford, Boro of 176 Park Ave Rutherford, NJ 07070 Sayreville, Boro of 167 Main St Sayreville, NJ 08872 Scotch Plains Twp 430 Park Avenue Scotch Plains, NJ 07076 Sea Girt, Boro 612 Philadelphia Blvd Sea Girt, NJ 08750 Seaside Heights, Boro of 901 Boulevard Seaside Heights, NJ 08751 Seaside Park, Boro of 1701 North Ocean Ave Seaside Park, NJ 08752 Secaucus, Town of 1203 Paterson Plank Road Secaucus, NJ 07094 Shore Regional High School District 132 Monmouth Park Highway West Long Branch, NJ 07764 Social Services, Board of PO Bx 936, 73 E High St Somerville, NJ 08876 Somerset Cty Ed Srv Commiss 568 Central Ave Bridgewater, NJ 08807 Somerset Cty Improve Authority PO Box 3000 Somerville, NJ 08876 Somerset Cty Park Commission PO Box 5327 North Branch, NJ 08876 Somerset Cty Voca BOE 14 Vogt Dr Bridgewater, NJ 08807 Somerset Hills BOE 25 Olcott Ave Bernardsville, NJ 07924 Somerset Raritan Valley Sewer 50 Polhemus Lane Bridgewater, NJ 08807-0400 Somerville BOE 51 W Cliff St Somerville, NJ 08876 Somerville, Boro of 25 West End Ave Somerville, NJ 08876-1800 South Amboy, City of 140 North Broadway So Amboy, NJ 08879 South Bound Brook, Boro of 12 Main St-Municipal Bldg So Bound Brook, NJ 08880 South Brunswick BOE PO Box 181 Monmouth Junction, NJ 08852 South Brunswick, Twp of P.O. Box 190 Monmouth Junction, NJ 08852 South Orange Village, Twp 76 So Orange Ave, Suite 302 So Orange, NJ 07079 South Plainfield, Boro of 405 Spicer Ave So Plainfield, NJ 07080 South River, Boro 48 Washington Street South River, NJ 08882 Sparta, Twp of 65 Main St Sparta, NJ 07871 Spotswood, Boro of 65 Main St Sparta, NJ 07871 Stafford Twp 260 E Bay Ave Manahawkin, NJ 08050 Summit, City of City Hall, 512 Springfield Ave Summit, NJ 07901 Sussex, County of Administrative Center, One Spring St Newton, NJ 07860 Teterboro, Boro of 510 Route 46 West Teterboro, NJ 07608 Tewksbury Twp BOE 171 Old Turnpike Road Califon, NJ 07830 Tewksbury, Twp of 169 Old Turnpike Rd Califon, NJ 07830 Tinton Falls, Boro of 556 Tinton Ave Tinton, NJ 07724 Toms River MUA 340 W Water St Toms River, NJ 08753 Toms River, Twp of 33 Washington St Toms River, NJ 08753 Trenton, City of 319 East State Street, 1st Floor Trenton, NJ 08608 Union County College 1033 Springfield Ave Cranford, NJ 07016 Union Twp BOE 2369 Morris Ave Union, NJ 07083 Union Twp, Hunterdon County 140 Perryville Rd Hampton, NJ 08827 Union, County of 10 Elizabethtown Plaza Elizabeth, NJ 07207

8 Twp/Boro Street Address City, State, Zip Union, Twp of 1976 Morris Ave Union, NJ 07083 Upper, Twp of P.O. Box 205 Tuckahoe, NJ 08250 Vernon Twp 21 Church St, PO Bx 340 Vernon, NJ 07462 Verona, Twp of 10 Commerce Ct Verona, NJ 07044 Wall, Twp of 2700 Allaire Road Wall, NJ 07719 Warren County 165 County Rt 519 South Belvidere, NJ 07823-1949 Warren County MUA 199 Foul Rift Rd, PO Bx 159 Belvidere, NJ 07823 Warren County Pollution Contr 500 Mt Pisgah Ave, PO Bx 587 Oxford, NJ 07863-0587 Warren, Twp of 46 Mountain Blvd Warren, NJ 07059-0695 Warren, Twp Schools 213 Mt Horeb Rd Warren, NJ 07059 Warren, Twp Sewerage Author 46 Mountain Blvd Warren, NJ 07059 Washington Twp MUA 46 E Mill Rd Long Valley, NJ 07853 Washington Twp, Bergen Co 350 Hudson Avenue Washington Twp, NJ 07676 Washington Twp, Morris Co 43 Schooley's Mtn Rd Long Valley, NJ 07853 Washington, Boro of 100 Belvidere Ave Washington, NJ 07882-1426 Washington, Twp of Warren County 211 State Route 31 North Washington, NJ 07882 Watchung BOE One Dr. Parenty Way Watchung, NJ 07069 Watchung Hills Reg High Sch 108 Stirling Rd Warren, NJ 07059 Watchung, Boro of Municipal Bldg, 15 Mountain Blvd Watchung, NJ 07069 Wayne Twp 475 Valley Road Wayne, NJ 07470 Wayne Twp Schools 50 Nellis Dr Wayne, NJ 07470 West Amwell Twp 150 Rocktown-Lambertville Rd Lambertville, NJ 08530 West Morris Reg High Sch Dist 10 South Four Bridges Rd Chester, NJ 077930 West New York Parking Authority 224 60th Street West New York, NJ 07093 West Orange, Twp of 66 Main Street West Orange, NJ 07052 West Windsor Twp 70 Southfield Road West Windsor, NJ 08550 West Windsor-Plainsboro BOE 321 Village Road East West Windsor, NJ 08550 Westfield BOE 303 Elm St Westfield, NJ 07090 Westfield, Town of 425 E Broad St Westfield, NJ 07090 Wharton, Boro of 10 Robert Street Wharton, NJ 07885 Wildwood Crest, Boro of 6101 Pacific Avenue Wildwood Crest, NJ 08260 Willingboro, Twp of One Rev. Dr. Martin Luther King Jr Drive Willingboro, NJ 08046 Woodbridge, Twp of One Main Street Woodbridge, NJ 07095 Woodbridge, Twp of BOE P.O. Box 428 School Street Woodbridge, NJ 07095 Woodland Park, Boro of 5 Brophy La Woodland Park, NJ 07424 Wyckoff, Twp 340 Franklin Ave Wyckoff, NJ 07481

9 COUNTY OF SOMERSET GENERAL INSTRUCTIONS

1. SUBMISSION OF BIDS A. Sealed bids shall be received in accordance with public advertisement as required by law, a copy of said notice being attached hereto and made a part of these specifications.

B. Each bid shall be submitted on the proposal form attached, in a sealed envelope (1) Addressed to the Purchasing Agent (2) Bearing the name and address of the bidder on the outside (3) Clearly marked “BID” with the name of the item(s) being bid. Provide One (1) Original & One (1) copy of the bid. Faxed or emailed bids will NOT be accepted.

C. It is the bidder’s responsibility to see that bids are presented to the Purchasing Agent on the hour and at the place designated. Bids may be hand delivered or mailed; however, the County disclaims any responsibility for bids forwarded by regular or express mail. If the bid is sent by express mail, the designation in B. above must also appear on the outside of the express company envelope. Bids received after the designated time and date will be returned unopened.

D. The County reserves the right to postpone the date for presentation and opening of bids and will give written notice of any such postponement to each perspective bidder as required by law.

E. Sealed bids forwarded to the owner before the time of opening of bids may be withdrawn upon written application of the bidder who shall be required to produce evidence showing that the individual is or represents the principal or principals involved in the bid. Once bids have been opened, they shall remain firm for a period of sixty (60) calendar days.

F. Each bid proposal form must give the full business address, business phone, fax, e-mail, the contact person of the bidder, and be signed by an authorized representative as follow: • Bids by partnerships must be signed in the partnership name by one of the members of the partnership or by an authorized representative followed by the signature and designation of the person signing. • Bids by corporations must be signed in the legal name of the corporation, followed by the name of the State in which incorporated and must contain the signature and designation of the president, secretary or other person authorized to bind the corporation in the matter. • Bids by sole-proprietorship shall be signed by the proprietor. • When requested, satisfactory evidence of the authority of the officer signing shall be furnished.

G. Multiple Bids Not Accepted More than one bid from an individual, a firm or partnership, a corporation or association under the same or different names shall not be considered.

H. Official Request for Bid packages are available from Somerset County’s website at www.co.somerset.nj.us at no cost to the prospective bidders. All addenda are posted on the County site and issued in accordance with N.J.S.A. 40A:11-23(c)(1). Potential bidders are cautioned that they are bidding at their own risk if a third party supplied the specifications that may or may not be complete. Somerset County is not responsible for third party supplied specifications.

I. The Somerset County Park Commission is to be considered an agency of the County entitled to participate in the contract(s) resulting from this bid.

J. Results of all bids are posted on the County website.

10 2. BID SECURITY The following provisions, if indicated by an (x), shall be applicable to this bid and be made a part of the bidding documents:

A. BID GUARANTEE Bidder shall submit with the bid a certified check, cashier’s check or bid bond in the amount of ten percent (10%) of the total price bid, but not in excess of $20,000, payable unconditionally to the County.

When submitting a Bid Bond, it shall contain Power of Attorney for full amount of Bid Bond from a surety company authorized to do business in the State of New Jersey and acceptable to the County.

The check or bond of the unsuccessful bidder(s) shall be returned as prescribed by law. The check or bond of the bidder to whom the contract is awarded shall be retained until a contract is executed and the required performance bond or other security is submitted.

The check or bond of the successful bidder shall be forfeited if bidder fails to enter into contract pursuant to statute. Failure to submit required guarantee shall be cause for rejection of the bid.

B. CONSENT OF SURETY Bidder shall submit with the bid a Certificate (Consent of Surety) with Power of Attorney for full amount of bid price from a Surety Company authorized to do business in the State of New Jersey and acceptable to the County stating that it will provide said bidder to whom the contract is awarded will furnish Performance and Payment Bonds from an acceptable surety company on behalf of said bidder, in performance security equal to the total amount of the contract, pursuant to statute.

Failure to submit this shall be cause for rejection of the bid.

C. PERFORMANCE BOND Successful bidder shall simultaneously with the delivery of the executed contract, submit an executed bond in the amount of one hundred percent (100%) of the acceptable bid as security for the faithful performance of this contract.

The performance bond provided shall not be released until final acceptance of the whole work and then only if any liens or claims have been satisfied. The surety on such bond or bonds shall be a duly authorized surety company authorized to do business in the State of New Jersey pursuant to N.J.S.A. 17:31-5. For multi-year contracts, the Performance Bond may be resubmitted each year on the Contract Anniversary Date for the amount remaining on the contract.

Failure to submit this with the executed contract shall be cause for declaring contract null and void pursuant to N.J.S.A. 40A:11-22.

D. LABOR AND MATERIAL (PAYMENT) BOND The successful bidder shall with the delivery for the performance bond submit an executed payment bond to guarantee payment to laborers and suppliers for the labor and material used in the work performed under the contract.

Failure to submit a labor and material bond with the performance bond shall be cause for declaring the contract null and void.

E. MAINTENANCE BOND Upon acceptance of the work by the County, the contractor shall submit a maintenance bond (N.J.S.A. 40A:1-16.3) in an amount not to exceed 100% of the project costs guaranteeing against defective quality of work or materials for the period of:

11 1 Year 2 Years

3. PREPARATION OF BIDS (PRICING INFORMATION AND FORMS) A. (1) The County of Somerset is exempt from any local, state or federal sales, use or excise tax. Somerset County will not pay for New Jersey State Sales and Use Tax that are included in any invoices. Somerset County will not pay service charges such as interest and late fees.

(2) The County of Somerset or any of its offices and divisions will not complete credit applications as a result of contract(s) resulting from award based on these specifications.

The County of Somerset is rated by: Standard & Poor’s Rating Group: AAA Moody’s Investors Services: Aaa Dun and Bradstreet

B. Bids shall be signed in ink (Original Signature Required) by the bidder, all quotations shall be made with a typewriter/computer or pen and ink. Any quotation showing any erasure alteration must be initialed by the bidder in ink. Unit prices and totals are to be inserted in spaces provided.

C. Failure to sign and give all information in the bid may result in the bid being rejected.

D. Estimated Quantities (Open-Ended Contracts, Purchase as Needed) The County has attempted to identify the item(s) and the estimated amounts of each item bid to cover its requirements; however, past experience shows that the amount ordered may be different than that submitted for bidding. The right is reserved to decrease or increase the quantities specified in the specifications pursuant to N.J.A.C. 5:30-11.2 and 11.10. NO MINIMUM PURCHASE IS IMPLIED OR GUARANTEED.

E. Bidders shall insert prices for furnishing goods and services required by these specifications. Prices shall be net including any charges for packing, crating, containers etc. All transportation charges shall be fully prepaid by the contractor, F.O.B. destination and placement at locations specified by the County. No additional charges will be allowed for any transportation costs resulting from partial shipments made at vendor’s convenience when a single shipment is ordered.

F. Any bidder may withdraw his bid at any time before the time set for receipt of bids. No bid may be withdrawn in the 60 day period after the bids are received.

G. All forms shall be completed and attached to the bid proposal. BIDDER IS ALERTED TO THE BID DOCUMENT CHECKLIST PAGE.

H. Results of all bids are posted on the County website www.co.somerset.nj.us

4. FIRM FIXED CONTRACT This is a firm fixed contract, prices firm, FOB Somerset County locations. No price escalation. The vendor shall void the contract and permit Somerset County to solicit open market pricing should any price increase or surcharge be imposed.

5. INTERPRETATIONS AND ADDENDA A. The bidder understands and agrees that its bid is submitted on the basis of the specifications prepared by the County. The bidder accepts the obligation to become familiar with these specifications.

B. Bidders are expected to examine the specifications and related documents with care and observe all their requirements. Ambiguities, errors or omissions noted by bidders should

12 be promptly reported in writing to the Purchasing Agent. In the event the bidder fails to notify the County of such ambiguities, errors or omissions, the bidder shall be bound by the bid.

C. No oral interpretation of the meaning of the specifications will be made to any bidder. Every request for an interpretation shall be in writing, addressed to the Purchasing Agent, referencing the Contract Name and Contract Number in the subject line, at [email protected]. In order to be given consideration, written requests for interpretation and or clarification must be received at last three (3) business days prior to the date fixed for the opening of the bids.

D. All interpretations, clarifications and any supplemental instructions will be in the form of written addenda to the specifications, and will be distributed to all prospective bidders. All addenda so issued shall become part of the specification and bid documents, and shall be acknowledged by the bidder by completing the Acknowledgement of Receipt of Addenda form. The County’s interpretations or corrections thereof shall be final.

Pursuant to N.J.S.A. 40A:11-23(c)(1) when issuing addenda, the owner shall provide required notice prior to official receipt of bids to any person who has submitted a bid or who has received a bid package. They will be sent via electronic transmissions to those known recipients of the bid specifications.

E. Discrepancies in Bids 1. If the amount shown in words and its equivalent figures do not agree, the written words shall be . Ditto marks are not considered writing or printing and shall not be used.

2. In the event that there is a discrepancy between the unit prices and the extended totals, the unit price shall prevail. In the event there is an error of the summation of the extended totals, the computation by the County of the extended totals shall govern.

6. BRAND NAMES, STANDARDS OF QUALITY AND PERFORMANCE A. Brand names and or descriptions used in this bid are to acquaint bidders with the type of commodity desired and will be used as a standard by which alternate or competitive materials offered will be judged. Competitive items must be equal to the standard described and be of the same quality of work.

B. Variations between the goods and services described and the goods and services offered are to be fully identified and explained by the bidder on a separate sheet and submitted with the bid proposal form. Vendor’s literature will not suffice in explaining exceptions to these specifications. In the absence of any exceptions by the bidder, it will be presumed and required that materials as described in the proposal be delivered.

C. It is the responsibility of the bidder to demonstrate the equivalency of goods and services offered. The County reserves the right to evaluate equivalency of a product which, in its deliberations, meets its requirements.

D. In submitting its bid, the bidder certifies that the goods or services to be furnished will not infringe upon any valid patent or trademark and that the successful bidder shall, at its own expense, defend any and all actions or suits charging such infringement, and will save the County harmless from any damages resulting from such infringement.

E. Only manufactured and farm products of the United States, wherever available, shall be used pursuant to N.J.S.A. 40A:11-18.

F. Wherever practical and economical to the County, it is desired that recycled or recyclable products be provided. Please indicate when recycled products are being offered.

13 G. The contractor shall guarantee any or all goods and services supplied under these specifications. Defective or inferior goods shall be replaced at the expense of the contractor. The contractor will be responsible for return freight or restocking charges.

7. METHOD OF CONTRACT AWARD A. The County reserves the right to accept or reject any or all bids, to waive identified irregularities and technicalities, and to award in whole or in part to the lowest responsible bidder, if it is in the best interest of the County to do so. Without limiting the generality of the foregoing, any bid which is incomplete, obscure, or irregular may be rejected, any bid having erasures or corrections in the price sheet may be rejected, any bid in which unit prices are omitted, or in which unit/total prices are unbalanced, may be rejected, any bid accompanied by any insufficient or irregular certified check, cashier’s check or bid bond may be rejected.

B. The County further reserves the right to award each item separately to the lowest responsible bidder meeting specifications or to make an award based on the total bid to the bidder whose total sum is the low bid meeting the specifications, whichever in the awarding authorities’ opinion is in the best interest of the County. Without limiting the generality of the foregoing, the County reserves the right to award a contract based on either option that may be described in the bid proposal or based on any combination thereof.

C. The County may also elect to award the contract on the basis of unit prices.

D. The County reserves the right to award equal or tie bids at their discretion to any one of the tie bidders.

E. Should the bidder, to whom the contract is awarded, fail to enter into a contract, the County may then, at its option, accept the bid of the next lowest responsible bidder.

F. The effective period of this contract will be two years unless otherwise noted in the specifications. Continuation of the terms of this contract beyond the fiscal year is contingent on availability of funds in the following year’s budget. In the event of unavailability of such funds, the County reserves the right to cancel this contract.

G. The form of contract shall be submitted by the County to the successful bidder. Terms of the specifications/bid package prevail. Bidder exceptions must be formally accepted by the County; material exceptions shall not be approved.

H. Government entities are not private business/consumer clients; therefore, separate company agreements are not honored. Terms of the specifications/bid package prevail unless otherwise noted by the vendor as exceptions.

8. CAUSES FOR REJECTING BIDS Bids may be rejected for any of the following reasons:

A. All bids pursuant to N.J.S.A. 40A:11-13.2;

B. If more than one bid is received from an individual, firm or partnership, corporation or association under the same name;

C. Multiple bids from an agent representing competing bidders;

D. The bid is inappropriately unbalanced;

E. If the successful bidder fails to enter into a contract within 21 days, Sundays and holidays excepted, or as otherwise agreed upon by the parties to the contract. In this case at its option, the County may accept the bid of the next lowest responsible bidder. (N.J.S.A. 40A:11-24b)

14 9. NEW JERSEY PREVAILING WAGE ACT (When Applicable) N.J.S.A. 34:11-56.25 et seq. Pursuant to N.J.S.A. 34:11-56.25 et seq, contractors on projects for public work shall adhere to all requirements of the New Jersey Prevailing Wage Act. The contractor shall be required to submit a certified payroll record to the owner within ten (10) days of the payment of wages. The contractor is also responsible for obtaining and submitting all subcontractors’ certified payroll records within the aforementioned time period. The contractor shall submit said certified payrolls in the form set forth in N.J.A.C. 12:60-6.1(c). It is the contractor’s responsibility to obtain any additional copies of the certified payroll form to be submitted by contacting the New Jersey Department of Labor and Workforce Development, Division of Workplace Standards. Additional information is available at https://www.nj.gov/labor/wagehour/wagerate/wage_rates.html.

10. THE PUBLIC WORKS CONTRACTOR REGISTRATION ACT–N.J.S.A. 34:11-56.48 et seq. N.J.S.A. 34:11-56.48 et seq. requires that a general or prime contractor and any listed subcontractors named in the contractor’s bid proposal shall possess a certificate at the time the bid proposal is submitted. After bid proposals are received and prior to award of contract, the successful contractor shall submit a copy of the contractor’s certification along with those of all listed subcontractors. All non-listed subcontractors and lower tier sub- subcontractors shall be registered prior to starting work on the project. It is the general contractor’s responsibility that all non-listed sub-contractors at any tier have their certificate prior to starting work on the job.

Under the law a “contractor” is “a person, partnership, association, joint stock company, trust, corporation or other legal business entity or successor thereof who enters into a contract” which is subject to the provisions of the New Jersey Prevailing Wage Act (N.J.S.A. 34: 11-56.25, et seq.) It applies to contractors based in New Jersey or in another state.

The law defines “public works projects” as contracts for “public work” as defined in the Prevailing Wage statue (N.J.S.A. 34:11-56.25(5)). The term means:

• “Construction, reconstruction, demolition, alteration, or repair work, or maintenance work, including painting and decorating, done under contract and paid for in whole or in part out of the funds of a public body, except work performed under a rehabilitation program. • “Public work” shall also mean construction, reconstruction, demolition, alteration, or repair work, done on any property or premises, whether or not the work is paid for from public funds…” • “Maintenance work” means the repair of existing facilities when the size, type or extent of such facilities is not thereby changed or increased. While “maintenance” includes painting and decorating and is covered under the law, it does not include work such as routine landscape maintenance or janitorial services.

To register, a contractor must provide the State Department of Labor and Workforce Development with a full and accurately completed application form. The form is available online at https://www.nj.gov/labor/wagehour/regperm/pw_cont_reg.html.

N.J.S.A. 34:11-56.55 specifically prohibits accepting applications for registration as a substitute for a certificate or registration.

11. NON-COLLUSION AFFIDAVIT – N.J.S.A. 52:34-15 The Non-Collusion Affidavit, which is part of these specifications, shall be properly executed and submitted intact with the proposal.

12. NEW JERSEY ANTI-DISCRIMINATION – N.J.S.A. 10:2-1 There shall be no discrimination against any employee engaged in the work required to produce the goods and services covered by any contract resulting from this bid, or against any applicant to such employment because of race, religion, sex, national origin, creed, color, ancestry, age, marital status, affectional or sexual orientation, familial status, liability for service in the Armed Forces of the United States, or nationality. This provision shall include,

15 but not be limited to the following: employment upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. The contractor shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from this bid.

13. MANDATORY EEO/AFFIRMATIVE ACTION EVIDENCE – N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17-27 et seq. No firm may be issued a contract unless it complies with the affirmative action provisions of N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27-1 et seq. as administered by the Division of Purchase & Property Contract Compliance and Audit Unit (Division) and provided below. The contract will include the language included as attachment A in this specification.

1. Goods, Professional Services and Service Contracts Each contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents:

i. A Letter of Federal Approval indicating that the vendor is under an existing federally approved or sanctioned affirmative action program. A copy of the letter must be provided by the vendor to the Public Agency and Division. This approval letter is valid for one year from the date of issuance.

ii. A Certificate of Employee Information Report (hereafter “Certificate”), issued in accordance with N.J.A.C. 17:27 et seq. The vendor must provide a copy of the Certificate to the Public Agency as evidence of its compliance with the regulations. The Certificate represents the review and approval of the vendor’s Employee Information Report, Form AA-302 by the Division

iii. The successful bidder shall complete an Initial Employee Report, Form AA-302 and submit it to the Division with a check or money order for $150.00 made payable to “Treasurer, State of New Jersey" www.state.nj.us/treasury/contract_compliance

2. Construction Contracts All successful contractors shall complete and submit an Initial Project Manning Report (AA201-available on-line at www.state.nj.us/treasury/contract_compliance upon notification of award. Proper completion and submission of this Report shall constitute evidence of the contractor’s compliance with the regulations. Failure to submit this form may result in the contract being terminated. The contractor also agrees to submit a copy of the Monthly Project Workforce Report, Form AA-202 once a month thereafter for the duration of the contract to the Department of LWD and to the Public Agency.

14. AMERICANS WITH DISABILITIES ACT OF 1990 – 42 U.S.C. S121 01 et seq.

Discrimination on the basis of disability in contracting for the purchase of goods and services is prohibited. Bidders are required to read Americans with Disabilities language that is included in this specification and agree that the provisions of Title II of the Act are made a part of the contract. The contractor is obligated to comply with the Act and to hold the County harmless.

15. WORKER AND COMMUNITY RIGHT TO KNOW ACT – N.J.S.A. 34:5A-1 et seq.

The manufacturer or supplier of chemical substances or mixtures shall label them in accordance with the N.J. Worker and Community Right to Know Law (N.J.S.A. 34:5A-1 et seq., and N.J.A.C. 5:89-5 et seq.).

All direct use containers shall bear a label indicating the chemical name(s) and Chemical Abstracts Service number(s) of all hazardous substances in the container, and all other substances which are among the five most predominant substances in the container, or their trade secret registry number(s). (N.J.A.C. 8:59-5) or adhere to the requirements of The

16 Globally Harmonized System of Classification and Labeling of Chemicals (GHS) and the U.S. Occupational Safety and Health Administration (OSHA) Hazard Communication Standard (HCS) as outlined in the Federal Register / Vol. 77, No. 58 / Monday, March 26, 2012 / Rules and Regulations as adopted in the final rule by DEPARTMENT OF LABOR, Occupational Safety and Health Administration, 29 CFR Parts 1910, 1915, and 1926, {Docket No. OSHA-H022K- 2006-0062, (formerly Docket No. H022K)}, RIN 1218-AC20, Hazard Communication. Further, all applicable documentation must be furnished.

16. STATEMENT OF OWNERSHIP – N.J.S.A. 52:25-24.2 (P.L. 1977 c.33)

N.J.S.A. 52:25-24.2 provides that no business organization, regardless of form of ownership, shall be awarded any contract for the performance of any work or the furnishing of any goods and services, unless, prior to the receipt of the bid or accompanying the bid of said business organization, bidders shall submit a statement setting forth the names and addresses of all persons and entities that own ten percent or more of its stock or interest of any type at all levels of ownership. The disclosure shall be continued until names and addresses of every noncorporate stockholder, and individual partner, and member exceeding the ten percent ownership, has been listed.

The included State of Ownership shall be completed and attached to the bid proposal. This requirement applies to all forms of business organizations, including, but not limited to, corporations and partnerships, publicly-owned corporations, limited partnerships, limited liability corporations, limited liability partnerships, sole proprietorship, and Subchapter S corporations. Failure to submit a disclosure document shall result in rejection of the bid as it cannot be remedied after bids have been opened.

Not-for-profit entities should fill in their name, check the not-for-profit box, and certify the form. No other information is necessary.

17. INSURANCE AND INDEMNIFICATION

If it becomes necessary for the contractor, either as principal or by agent or employee, to enter upon the premises or property of the owner in order to construct, erect, inspect, make delivery or remove property hereunder, the contractor hereby covenants and agrees to take use, provide and make all proper, necessary and sufficient precautions, safeguards, and protection against the occurrence of happenings of any accident, injuries, damages, or hurt to person or property during the course of the work herein covered and be his/her sole responsibility.

The contractor further covenants and agrees to indemnify and save harmless the owner from the payment of all sums of money or any other consideration(s) by reason of any, or all, such accidents, injuries, damages, or hurt that may happen or occur upon or about such work and all fines, penalties and loss occurred for or by reason of the violation of any owner regulation, ordinance or the laws of the State, or the United States while said work is in progress.

The contractor shall maintain sufficient insurance to protect against all claims under Workers Compensation, General Liability and Automobile and shall be subject to approval for adequacy of protection and certificates of such insurance shall be provided with the owner named as additional insured.

A. Insurance Requirements

Worker’s Compensation and Employer’s Liability Insurance This insurance shall be maintained in full force during the life of this contract by the bidder covering all employees engaged in performance of this contract pursuant to N.J.S.A. 34:15- 12(a) and N.J.A.C. 12:35-1.6. Minimum Employer’s Liability $1,000,000.00

17 General Liability Insurance This insurance shall have limits of not less than $3,000,000.00 any one person and $3,000,000.00 any one accident for bodily injury and $3,000,000.00 aggregate for property damage, and shall be maintained in force during the life of the contract.

Automobile Liability Insurance This insurance covering bidder for claims arising from owned, hired and non-owned vehicles with limits of not less than $3,000,000.00 any one person and $3,000,000.00 any one accident for bodily injury and $3,000,000.00 each accident for property damage, shall be maintained in force during the life of this contract by the bidder.

B. Certificates of the Required Insurance

Certificates as listed above shall be submitted along with the contract as evidence covering Comprehensive General Liability, Comprehensive Automobile Liability, and where applicable, necessary Worker’s Compensation and Employer’s Liability Insurance. Such coverage shall be with acceptable insurance companies operating on an admitted basis in the State of New Jersey and shall name the OWNER as an additional insured.

Self-insured contractors shall submit an affidavit attesting to their self-insured coverage and shall name the OWNER as an additional insured.

C. Indemnification

The Contractor agrees to indemnify and save harmless the County, its officers, agents and employees, from all claims, suits or actions, and damages or costs of every name and description to which the owner may be subjected or put by reason of injury to the person or property of another, or the property of the owner, resulting from:

a) negligent acts or missions on the part of the contractor, the contractor’s agents, servants or subcontractors in the delivery of goods and services, or in the performance of the work under the contract; and,

b) the use of any copyrighted or copyrighted composition, valid trademark, secret process, patented or unpatented invention or article furnished or used in the performance of this contract.

Somerset County will not accept Mutual Limitation of Liability terms.

18. TERMINATION A. If, through any cause, the contractor shall fail to fulfill in a timely manner obligations under the contract or if the contractor shall violate any of the requirements of the contract, the County shall there upon have the right to terminate the contract by giving written notice to the contractor of such termination and specifying the effective date of termination. Such termination shall relieve the County of any obligation for balances to the contractor of any sum or sums set forth in the contract. Somerset County will pay for goods and services accepted prior to termination.

B. Notwithstanding the above, the contractor shall not be relieved of liability to the County for damages sustained by the County by virtue of any breach of the contract by the contractor and the County may withhold any payments to the contractor for the purpose of compensation until such time as the exact amount of the damage due the County from the contractor is determined.

C. The contractor agrees to indemnify and hold the County harmless from any liability to subcontractors/suppliers concerning payment for work performed or goods supplied arising out of the lawful termination of the contract by the County under this provision.

18 D. In case of default by the contractor, the County may procure the goods and services from other sources and hold the contractor responsible for any excess cost.

E. Continuation of the terms of the contract beyond the fiscal year is contingent on availability of funds in the following year’s budget. In the event of unavailability of such funds, the County reserves the right to cancel the contract.

F. It is understood by all parties that if, during the life of the contract, the contractor disposes of his/her business concern by acquisition, novation, merger, sale and/or transfer or by any means convey his/her interest(s) to another party, all obligations are transferred to the new party. In this event, the new owner(s) will be required to submit all documentation/legal instruments that were required in the original bid/contract. Any changes shall be approved by the County.

G. The contractor will not assign any interest in the contract and shall not transfer any interest in the same without the prior written consent of the County.

H. The County may terminate the contract for convenience by providing sixty (60) calendar days advanced notice to the contractor.

I. The contractor shall maintain all documentation related to products, transactions or services under this contract for a period of five years from the date of final payment. Such records shall be available to the New Jersey Office of the State Comptroller upon request.

J. For contracts that exceed one year, each fiscal year payment obligation of the County is conditioned upon the availability of Somerset County funds appropriated or allocated for the payment of such an obligation. If funds are not allocated and available for the continuance of any services performed by the bidder awarded the contract (contractor) hereunder, whether in whole or in part, the County at the end of any particular fiscal year may terminate such services. The County will notify the contractor in writing immediately of any services that will be affected by a shortage of appropriated funds. This provision shall not be construed so as to permit the County to terminate the contract during the term, or any service hereunder, merely in order to acquire identical services from another contractor.

K. Neither party shall be responsible for any resulting loss or obligation to fulfill duties as specified in any of the terms or provisions of a contract if the fulfillment of any term or provision of the contract is delayed or prevented by any revolutions, insurrections, riots, wars, acts of enemies, national emergencies, strikes, floods, fires, acts of God, or by any cause not within the control of the party whose performance is interfered with which by the exercise of reasonable diligence such party is unable to prevent. Additionally, if the fulfillment of any of the terms and provisions of the contract is delayed or prevented by any court order, or action or injunction or other such agreement, the contract shall become voidable by Somerset County by notice to the parties.

19. ACQUISITION, MERGE, SALE AND/OR TRANSFER OF BUSINESS, ETC. It is understood by all parties that if, during the life of the contract, the contractor disposes of his/her business concern by acquisition, merger, sale and/or transfer or by any means convey his/her interest(s) to another party, all obligations are transferred to that new party. In this event, the new owners(s) will be required to submit, when required, a performance bond in the amount of the open balance of the contract.

20. ADDITIONS/DELETIONS OF SERVICE The County reserves the right to add and/or delete services to this contract. Should a service requirement be deleted, payment to the Contractor will be reduced proportionally to the amount of service deleted in accordance with the bid price. Should additional services be required, payment to the Contractor will be increased proportionally to the amount of service added in accordance with the bid price.

19 21. Vendor’s literature and/or pricing sheets will not be accepted in lieu of completing the proposal blank(s) set forth in these specifications.

22. Bidders shall not write in margins or alter the official content or requirements of the County bid documents.

23. SPECIFICATIONS Any prospective bidder who wishes to challenge a bid specification shall file such challenges in writing with the contracting agent no less than three business days prior to the opening of the bids. Challenges filed after that time shall be considered void and having no impact on the contracting unit or the award of contract.

24. OWNERSHIP OF MATERIAL The owner shall retain all of its rights and interest in any and all documents and property both hard copy and digital furnished by the owner to the contractor for the purpose of assisting the contractor in the performance of this contract. All such items shall be returned immediately to the owner at the expiration or termination of the contract or completion of any related services, pursuant thereto, whichever comes first. None of the documents and/or property shall, without the written consent of the owner, be disclosed to others or used by the contractor or permitted by the contractor to be used by their parties at any time except in the performance of the resulting contract.

Ownership of all data, materials and documentation originated and prepared for the owner pursuant to this contract shall belong exclusively to the owner. All data, reports, computerized information, programs and materials related to this project shall be delivered to and become the property of the owner upon completion of the project. The contractor shall not have the right to use, sell, or disclose the total of the interim or final work products, or make available to third parties, without the prior written consent of the owner. All information supplied to the owner may be required to be supplied on CD-ROM media compatible with the owner’s computer operating system, windows based, Microsoft Office Suite 2010.

25. TRUTH IN CONTRACTING LAW  N.J.S.A. 2C:21-34, et seq. governs false claims and representation. It is a serious crime for the bidder to knowingly submit a false claim and/or knowingly make material misrepresentation.  N.J.S.A. 2C:27-10 provides that a person commits a crime if said person offers a benefit to a public servant for an official act performed or to be performed by a public servant, which is a violation of official duty.  N.J.S.A. 2C:27-11 provides that a bidder commits a crime if said person, directly or indirectly, confers or agrees to confer any benefit not allowed by law to a public servant.  Bidder should consult the statutes or legal counsel for further information.

26. PROOF OF N.J. BUSINESS REGISTRATION CERTIFICATE N.J.S.A. 52:32-44 Pursuant to N.J.S.A. 52:32-44, Somerset County (“Contracting Agency”) is prohibited from entering into a contract with an entity unless the bidder/proposer/contractor, and each subcontractor that is required by law to be named in a bid/proposal/contract has a valid Business Registration Certificate on file with the Division of Revenue and Enterprise Services within the Department of the Treasury.

Prior to contract award or authorization, the contractor shall provide the Contracting Agency with its proof of business registration and that of any named subcontractor(s).

Subcontractors named in a bid or proposal shall provide proof of business registration to the bidder, who in turn, shall provide it to the Contracting Agency prior to the time of contract, purchase order, or other contracting document is awarded or authorized.

20 During the course of contract performance: (1) The contractor shall not enter into a contract with a subcontractor unless the subcontractor first provides the contractor with a valid proof of business registration. (2) The contractor shall maintain and submit to the Contracting Agency a list of subcontractors and their addresses that may be updated from time to time. (3) The contractor and any subcontractor providing goods or performing services under the contract, and each of their affiliates, shall collect and remit to the Director of the Division of Taxation in the Department of Treasury, the use tax due pursuant to the Sales and Use Tax Act, (N.J.S.A. 54:32B-1 et seq.) on all sales of tangible personal property delivered in the State. Any questions in this regard can be directed to the Division of Taxation at (609) 292-6400. Form NJ-REG can be filed online at www.state.nj.us/treasury/revenue/busregcert.shtml.

Before final payment is made under the contract, the contractor shall submit to the Contracting Agency a complete and accurate list of all subcontractors used and their addresses.

Pursuant to N.J.S.A. 54:49-4.1, a business organization that fails to provide a copy of a business registration as required, or that provides false business registration information, shall be liable for a penalty of $25.00 for each day of violation, not to exceed $50,000, for each proof of business registration not properly provided under a contract with a contracting agency.

Emergency Purchases or Contracts

For purchases of an emergent nature, the contractor shall provide its Business Registration Certificate within two weeks from the date of purchase or execution of the contract or prior to payment for goods or services, whichever is earlier.

27. PAY TO PLAY – NOTICE OF DISCLOSURE REQUIREMENT Business entities are advised of their responsibility to file an annual disclosure statement of political contributions with the New Jersey Election Law Enforcement Commission (ELEC) pursuant to N.J.S.A. 19:44A-20.27 if they receive contracts in excess of $50,000 from public entities in a calendar year. Business entities are responsible for determining if filing is necessary. Additional information on this requirement is available from ELEC at 888-313- 3532 or at www.elec.state.nj.us.

28. PAYMENT Payment will be made after a properly executed County voucher has been received and formally approved on the voucher list by the Board of Chosen Freeholders at its subsequent regular meeting. The voucher will be certified correct by the department/division head who received the goods or services.

29. NON-PAYMENT OF PENALTIES AND INTEREST ON OVERDUE BILLS Public funds may be used to pay only for goods delivered or services rendered. Somerset County will not pay penalties and/or interest on overdue bills. No employee is authorized to sign a letter of credit or any other document that represents a legal commitment on the part of the County to pay additional fees.

30. W-9 Successful bidder/respondent shall complete W-9 Form and submit to Purchasing prior to contract award. The form is available at the following link: www.irs.gov/pub/irs-pdf/fw9.pdf

31. Health Insurance Portability and Accountability Act of 1996-HIPAA (If Applicable) Both parties agree to comply with all requirements of the Federal Health Insurance Portability and Accountability Act of 1996 (“HIPAA”) as maybe amended from time to time, and the corresponding HIPAA regulations for the confidentiality and security of medical information.

21 The Contractor shall: • Not use or disclose protected health information other than as permitted or required by law • Use appropriate safeguards to protect the confidentiality of the information • Report any use or disclosure not permitted

The contractor, by execution of the contract, shall thereby indemnify and hold the County harmless from any and all liabilities, claims, actions, costs and penalties which may be incurred as the result of the failure of the contractor to comply with the requirements of the Health Insurance Portability and Accountability Act (HIPAA) or any other statute or case law protecting the privacy of persons using its services.

32. PUBLIC EMERGENCY In the event of a Public Emergency declared at the Local, State or Federal Level, if the County opts to extend terms and conditions of this bid, the contractor agrees to extend the terms and conditions of this bid, whether existing, expiring or expired no longer than six months, for goods and/or services for the duration of the emergency. In the event the original contractor cannot meet this requirement, the County may solicit the goods and/or services from any bidder on this contract.

33. The owner and the Contractor each bind themselves and their successors, executors, administrators, heirs and assigns and legal representatives of the other party respecting all covenants and agreements and obligations of this contract.

34. The terms of this Agreement shall be construed and interpreted, and all respective rights and duties of the parties shall be governed by the laws of the State of New Jersey.

35. DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN N.J.S.A. 52:3255 prohibits State and Local public contracts with persons or entities engaging in certain investment activities in energy or finance sectors of Iran. Bidders must indicate if they comply with the law by certifying the form. Pursuant to N.J.S.A. 40A:11-2.1 the County is required to notify the New Jersey Attorney General if it determines a false certification has been submitted.

36. PROMPT PAYMENT – GOODS & SERVICES – P.L. 2019, C.127 (LFN 2019-02 1/23/19) P.L. 2018, c. 127 establishes a prompt payment requirement that applies to goods and services contracts a contracting unit awards to a “business concern” under the Local Public Contracts Law (LPCL). The law applies to all goods and services contracts awarded on or after February 1, 2019 (the law’s effective date) regardless of dollar amount and any contracts requiring either a single payment or multiple payments. The law does not change the prompt payment requirements for improvements to real property and structures as set forth in N.J.S.A. 2A:30A-1 et seq. and described in LFN 2006-21. The law defines “Business Concern” as any person engaged in a trade or business, including a private nonprofit entity operating as an independent contractor, providing goods and services directly to a contracting unit or to a designated third party and operating pursuant to a contract with a contracting unit which requires either a single payment or multiple payments, but shall not include a “public utility” as defined in N.J.S.A. 48:2.13.

22 SPECIFICATIONS

All items shall be delivered or shipped F.O.B. destination as specified on orders and prices shall remain firm for the full term of the contract. No escalation of prices will be permitted during the term of the contract.

It is estimated that the total amount of contract, based on prior year averages is in excess of the current bid threshold. There are approximately 700 employees covered by this contract. It is understood by all parties that no guarantees are made as to items or quantities to be purchased and all bid awards will be based on unit prices with the exception of the Jail Uniforms which will be based on total overall group totals. The prices offered shall prevail for the life of the contract regardless of the actual amount expended.

EVALUATION CRITERIA

Award shall be made on the basis of comparison of the prices quoted and on the following factors:

A. Quality and reputation of products offered. B. Overall completeness of the line of products offered. C. The County’s experience with the line of products offered. D. Location of vendor’s office, plant or warehouse and ability to make prompt delivery, exchange, or other availability factors. E. Availability of sales or technical field representative to call upon and consult with the County’s using agencies regarding their requirements.

I. GENERAL REQUIREMENTS

1. Measurements are to be made by the bidder at such time and location as shall be prescribed by the Department Directors, and at the convenience of members of the department. The vendor shall provide a female employee to measurer female clients at the request of the department head.

2. All garments must fit to the satisfaction of the individual for whom they are made, and the County Department Director, shall be the sole arbitrator of any questions of proper fit or compliance with specifications and requirements. There shall be no deviations from these specifications without the prior approval of the Director, and no such deviation shall be permitted to downgrade quality of material or service.

3. The successful bidder shall perform all fittings, try-ons, measurements, and adjustments at his sole cost and expenses, which cost and expense shall be included in the bid price for each item. All alterations and adjustments are to be completed and the garment returned to the Department with (7) seven days.

4. All items shall be delivered or shipped F.O.B. destination as specified on orders and prices shall remain firm for the full term of the contract. No escalation of prices will be permitted during the term of the contract.

5. All garments are to be fitted, with necessary , clasps, hooks, , , emblems, chevrons, hashmarks, Veteran hashmarks, etc., where required. The accessories are to be of good quality. All metal accessories are to be of rust proof materials, with locking devices where necessary. All or fastenings of these articles are to be at the expense of the bidder and included in the bid. 23 6. Each individual’s order shall be separately packaged and identified with the individual’s name on the outside of the package together with a list of contents. Items not properly sorted and identified by name will not be accepted and may be returned at the vendor’s expense. Entire order must be complete when delivered.

Delivery to be sixty (60) week days from the date the measurements were completed. An exception is Group D Health & Safety, Emergency Management Communication Dispatchers, which requires delivery within thirty (30) days from the date of measurement. No partial orders will be accepted. Consistent delinquent or improperly sorted or unmarked deliveries shall be grounds for termination of the contract.

7. Somerset County Department shoulder patches, chevrons, hashmarks and Veteran Hashmarks shall be furnished by the contractor and sewn on by the contractor with no price add-on. All , jackets, coats, and overalls are to have two shoulder patches. Hashmarks or Veteran Hashmarks will be sewn on the left of the long sleeve garments 2 inches above the . One hashmark for each five years of completed service. Hashmarks to be gold embroidered angle style. Hashmarks to measure 1 " x 3/8". Veteran Hashmarks to be red thread embroidered angle style. Gold color in patches and chevrons should match color of gold stripe on sheriff’s Officer trousers.

8. Shirts and jackets for Sheriff’s Department Cadets will have two (2) Sheriff’s Department shoulder patches with the word “Cadet” over the patches.

9. Samples of any items bid may be required for examination prior to bid award.

10. The bidder must have a complete tailoring department to fit each individual.

11. For Special Event T-Shirts, vendors must provide proof of artwork and receive approval before beginning work.

12. Vendors who wish to inspect samples of items currently in use and described by the following specifications should contact the respective department/division to arrange for same:

Jail (908) 231-7154 Chief Frank Apisa Sheriff (908) 231-7197 Officer Joseph Bialiy Public Works (908) 541-5021 Vincenzo Russo Transportation (908) 231-7166 John Diaz Health & Safety (908) 231-6037 Ginny McCall Prosecutor’s (908) 575-3383 Lt. Justin Berger Parks (908) 722-1200 x5523 Marge Margentino Purchasing Div. (908) 231-7016 Melanie Lee (for Special Event T-Shirts)

24 GROUP A - SHERIFF’S OFFICE

SUBMIT ONE PRICE FOR ALL SIZES (This applies to all items / Failure to comply will disqualify bidders)

Estimate of sizes required:

Shirts (all BDU, Class A, Polo and Sweats included): 20-small/40-medium/60-large/755-xlarge/60-2xlarge/45-3xlarge 15-4xlarge/10-5xlarge

Pants (including BDU, Class A and Sweats): 20-small/40-medium/60-large/755-xlarge/60-2xlarge/45-3xlarge 15-4xlarge/10-5xlarge

MUST BID ONE PRICE FOR ALL SIZES

ALL BDU SHIRTS MUST INCLUDE ALL PATCHES [BADGE, NAME STRIP, SHOULDER, , RANK]

ALL CLASS “A” SHIRTS MUST INCLUDE SHOULDER PATCHES AND SERVICE TIME STRIP(S) (NOTE – SHORT SLEEVE-NO SERVICE TIME)

All orders must be delivered within 30 days of receipt of Purchase Order

Orders of more than 1 item per officer must be packaged individually with Officer’s name on package.

Embroidering for Sheriff’s Officers Class A shirts (Elbeco)

EMBLEMS, INSIGNIAS & NAME TAPE One department emblem shall be sewn on to each sleeve. There shall be a letter patch with S.C. ½” high, with gold thread, on black name tape sewn on the right collar. There shall be a letter patch S.O. ½” high, with gold thread, on black name tape sewn on the left collar. There shall also be with ½” high gold lettering, over the right , on black name tape first initial of first name and full last name. Ex. (J. Smith). There shall be a department badge patch on the left breast. Rank insignias will be sewn on shirts. Sgt. Stripes will be sewn when indicated on both under department patch. Lt. and Captain insignias will be sewn on both epaulets. On back embroidered in gold thread (Sheriff) in the following dimensions. On Black name tape H 4.5” L 11” Sheriff in 3” Letters (Sample patches, emblems and list of officers receiving specialized patches will be supplied to successful bidder).

25 GROUP A-3.3 & A-3.5

GROUP A-3.5

RETIRED BADGE

Smith and Warren S608 Wallet Badge or Equal to Department Specifications 2.5 inches (Sample of Active Badge Style will be provided-must be identical). Hard Black Enamel. Back Clasp. Full Color State Seal. Black Block Lettering. Two Banners as shown (second banner added to bottom) with top banner indicating Rank in Service and bottom banner indicating “RETIRED”. Three digit serial number imbedded on back (to be provided at time of purchase)

26 GROUP A-3.4

27 GROUP A-4.8

SPECIFICATION FOR SOMERSET COUNTY SHERIFF’S OFFICE TACTICAL OPERATOR’S CITATION BAR

Dimensions: 1 ¾” X 3/8”

GROUP A-5.6

BADGE WALLET HOLDER

Tri-fold Badge Wallet out #X-BC248-Strong or equal with Sheriff’s Office and State emblem in gold lettering on front. Must fit Smith and Warren Wallet Badge S608 (SC) (Black in color with money compartment/card slots/suede flap to protect ID window and badge finish/ID compartment)

28 BADGE PATCH (embroidered) for various shirts to include BDU, Staff, K-9, Jackets and for individual purchase. Color to match as shown in diagram. Gold border stitching.

K-9 UNIT PATCH

29 GROUP A-6.1 Without A-6.10 With embroidery

SOMERSET COUNTY SHERIFF'S OFFICER SHORT SLEEVE SPECIFICATION MALE

STYLE: It is the intention of this department to secure a tailored shirt equal in quality of style to the shirt now in use. Shirts will be cut on a form-fitting line, and the and general style will conform to this sample. Elbeco Ufx Tactical Short Sleeve Shirt, SKU-K- 5134.

TAILORING: It is imperative that this garment be constructed according to the principals set forth in the specifications. All stitches must be of the proper tension and size so as to avoid puckering after the shirt has been laundered and to give best durable press performance. All sewing shall be with Dacron core thread to match shirt fabric. The collar and cuffs are to be single stitched 1/4" from edge. The pocket and flaps shall be single stitched on the edge. To include Departmental patches on both shoulders and gold or red hash marks as designated on left sleeve of long sleeve shirt to be sewn on.

SHIRT MATERIAL: 65% , 35% , Tropical Weave with Nano-Dry. Weight shall be 6.6 oz. per square yard. Construction shall be 50 warp x 40 filling per square inch. All yarns 10/1 singles. Tensile strength shall be 130 lbs.-warp x 100 lbs.-filling and Tear strength shall be 10.2 lbs.-warp x 8.3 lbs.-filling.

CREASING: Pockets and pocket flaps are to be die creased to give uniform shape and size.

COLLAR: Convertible collar shall be one piece and measure 3 1/4" long at points and 1 5/8" wide at back. The collar shall be made with permanent collar stays. There must be tie space of approximately 1/4" when the collar is buttoned. The collar is to be constructed of two plies of basic material and one ply of D331 top fuse . to be attached to bottom collar. Inner stand and inner to be made of matching 65% Dacron Polyester / 35% Combed , 4.2 ounces per square yard, 106 x 58.

SLEEVES: Sleeves are to be straight and whole and have a 1" . These shall be graded in length so as to finish from the shoulder as follows: SIZE FINISHED LENGTH 14 & 14 ½ 9 1/2" 15, 15 1/2 & 16 10" 16 1/2 & above 10 1/2" The sleeve must be secured to the body of the shirt by means of a marrow with a safety stitch so as to properly strengthen the stitch. The same stitch must be used on the side closing seams as well.

COLOR: Navy blue, Black

30 FRONT: Each front shall have a 3" in width extending from the to bottom of shirt provided by a turnunder of material. The left front shall also have a lined box 1 1/3" wide finished, running full length of shirt and shall be topstitched 1/4" from both edges. The center front shall contain seven (7) vertical placed 3/4" from edge, 3 1/2" apart.

POCKETS: To have two breast pockets with mitered corners to finish 5 5/8" wide and 6" long. The left breast pocket to have a pencil compartment about 1 1/4" wide. Both pockets to have 1 1/2" box stitching top and bottom to prevent spreading.

FLAPS: To have two scalloped flaps to finish 5 3/4" in length, 2 3/4" in width at center, and 2 1/2" in width at sides. Flaps to be secured to front of shirt with two rows of stitching approximately 1/4" above top of pocket. The left flap to have a pencil opening about 1 1/2" in width. Flaps to be interlined. There will be a matching and sewn on the flap.

FLAP CLOSURE: The side points of the flaps are to be secured to the pockets by means of fasteners sewn onto the flap and pockets.

BADGE TAB: To be reinforced on inside of the shirt by means of a strip of material 1 1/2" wide stitched and folded so that no raw edges show. The reinforcement strip is to extend from the flap setting stitch to the joining seam at the front of the yoke. To have two small (horizontal) buttonholes, 1 1/4" apart with the bottom buttonhole 1 1/2" above top of left flap.

SHOULDER : The shoulder straps shall be pointed at the end toward the neck of the shirt. The other end shall be sewn in sleeve head seam. The pointed ends shall be fastened with one matching button. The straps shall measure 2" at sleeve and taper to 1 3/8". Straps to be set about 1/2" from collar. Shoulder straps shall be box stitched to shoulders with row of cross stitching 2" from sleeve head seam.

PERMANENT CREASES: Shirt to have five (5) permanent military creases, which are to be applied via a pneumatically controlled application of silicone sealant, so as to give permanency to the creases for the life of the garment. One crease in each front extending from hem to joining seam. Three (3) vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease.

COLLAR STAYS: The collar stays shall be of good quality Stalar vinyl, 2 3/4" in length and 3/8" wide, 14 mil.

INTERLINING: Top center to be lined with 52 Pellon. Flaps to be 6800 crease and .

31 SIZE MARKING: Neck size shall be marked with black indelible ink on a size loop attached to a basic label in yoke and on outside of left front tail.

BUTTONS: All buttons shall be made from thermo-setting polyester material and must match fabric.

PRESSING and PACKING: Shirts shall be carefully pressed by hand in first class manner and individually packed in polyethylene bags. Shirts to be shipped in strong boxes so as not to be damaged in shipment. Shirts to be packed two to a box with sizes marked on the outside of the box at the one end.

FINISHED DIMENSIONS

NECK SIZE 14 14.5 15 15.5 16 16.5 17 17.5 18 18.5 19 CHEST 39 41 43 45 47 49 51 53 55 57 59 WAIST 34 36 38 40 42 44 46 49 52 54 57

GROUP A-6.2 Without embroidery A-6.11 With embroidery

SOMERSET COUNTY SHERIFF'S OFFICER SHORT SLEEVE SHIRT SPECIFICATION FEMALE

STYLE: It is the intention of this department to secure a tailored shirt equal in quality of style to the shirt now in use. Shirts will be cut on a form-fitting line, and the pockets and general style will conform to this sample. Elbeco Ufx Tactical Female Short Sleeve Shirt, SKU-K-5134.

TAILORING: It is imperative that this garment be constructed according to the principals set forth in the specifications. All stitches must be of the proper tension and size so as to avoid puckering after the shirt has been laundered and to give best durable press performance. All sewing shall be with Dacron core thread to match shirt fabric. The collar and cuffs are to be single stitched 1/4" from edge. The pocket and flaps shall be single stitched on the edge. To include Departmental patches on both shoulders and gold or red hash marks as designated on left sleeve of long sleeve shirt to be sewn on.

65% Polyester, 35% Rayon, Tropical Weave with Nano-Dry. Weight shall be 6.6 oz. per square yard. Construction shall be 50 warp x 40 filling yarns per square inch. All yarns 10/1 singles. Tensile strength shall be 130 lbs.-warp x 100 lbs.-filling and Tear strength shall be 10.2 lbs.-warp x 8.3 lbs.-filling.

CREASING: Pockets and pocket flaps are to be die creased to give uniform shape and size.

32 COLLAR: The shape and style of both leaf and stand shall conform to the FX85 Collar. The points, medium spread, are to be approximately 2 7/8" in length. The back of the stand is to measure 1 1/2". Inner stand and inner yoke to be made of matching 65% Dacron Polyester/ 35% Combed Cotton, 4.2 ounce per square yard, 106 x 58.

COLOR: Navy blue, Black

SLEEVES: To be straight and whole and have a 1" hem. The finish shall be 9" long from shoulder seam. The sleeve must be secured to the body of the shirt by means of a marrow stitch with a safety stitch so as to properly strengthen the stitch. The same stitch must be used on the side closing seams as well.

FRONT: Each front shall have a facing 3" in width extending from the neckline to bottom of shirt provided by a turn under of material. The left front shall also have a lined box pleat 1 1/2" wide finished, running full length of shirt and shall be topstitched 1/4" from both edges. The center front shall contain seven (7) vertical buttonholes placed 3/4" from edge, first at neck, second 2 1/2" down, balance 3 1/2" apart.

BACK: There is to be a yoke composed of an outer piece of the same material as the basic shirt, and an inner piece of poplin.

POCKETS: To have two breast pockets with mitered corners to finish 4 3/4" wide and 4 3/4" long. The left breast pocket to have a pencil compartment about 1 1/4" wide. Both pockets to have 1 1/2" box stitching top and bottom to prevent spreading.

FLAPS: To have two scalloped flaps to finish 4 3/4" in length, 2 3/8" in width at center, and 2 1/8" in width at sides. Flaps to be secured to front of shirt with two rows of stitching approximately 1/4" above top of pocket. The left flap to have a pencil opening about 1 1/2" in width. Flaps to be interlined. There will be a matching button and buttonhole sewn on the flap.

FLAP CLOSURE: The side points of the flaps are to be secured to the pockets by means of Velcro fasteners sewn onto the flap and pockets.

BADGE TAB: To be reinforced on inside of the shirt by means of a strip of material 1 1/2" wide stitched and folded so that no raw edges show. The reinforcement strip is to extend from the flap setting stitch to the joining seam at the front of the yoke. To have two small (horizontal) buttonholes, 1 1/4" apart with the bottom buttonhole 1 1/2" above top of left flap.

33 SHOULDER STRAPS: The shoulder straps shall be pointed at the end toward the neck of the shirt. The other end shall be sewn in sleeve head seam. The pointed ends shall be fastened with one matching button. The straps shall measure 2" at sleeve and taper to 1 3/8". Straps to be set about 1/2" from collar. Shoulder straps shall be box stitched to shoulders with row of cross stitching 2" from sleeve head seam.

PERMANENT CREASES: Shirt to have five (5) permanent military creases, which are to be applied via a pneumatically controlled application of silicone sealant, so as to give permanency to the creases for the life of the garment. One crease in each front extending from hem to joining seam. Three (3) vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease.

COLLAR STAYS: The collar stays shall be of good quality Stalar vinyl, 2 3/4" in length and 3/8" wide, 14 mil.

INTERLINING: Top center to be lined with 52 Pellon. Flaps are to be 6800 crease and tack. Bands and cuffs to be 3.75 weight mellopress.

SIZE MARKING: Neck size shall be marked with black indelible ink on a size loop attached to a basic label in yoke and on outside of left front tail.

BUTTONS: All buttons shall be made from thermo-setting polyester material and must match fabric.

PRESSING and PACKING: Shirts shall be carefully pressed by hand in first class manner and individually packed in polyethylene bags. Shirts to be shipped in strong boxes so as not to be damaged in shipment. Shirts to be packed two to a box with sizes marked on the outside of the box at the one end.

FINISHED DIMENSIONS

SIZE 30 32 34 36 38 40 42 44 46 48 BUST 37 38 39.5 41 42.5 43.5 45.5 47.5 49.5 51.5 WAIST 32 33 34.5 36 37.5 38.5 40.5 42.5 44.5 46.5 BACK 28 28 28 28 28 29 29 30 30 30 SLEEVE LENGTH 31 31 31 32 32 33 33 34 34 34

34 GROUP A-6.3 Without embroidery A-6.12 With embroidery

SOMERSET COUNTY SHERIFF'S OFFICER LONG SLEEVE SHIRT SPECIFICATION MALE

STYLE: It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to the shirt now in use. Shirts will be cut on a form-fitting line, and the pockets and general style will conform to this sample. Elbeco Ufx Tactical Long Sleeve Shirt, SKU-K-5144.

TAILORING: It is imperative that this garment be constructed according to the principals set forth in the specifications. All stitches must be of the proper tension and size so as to avoid puckering after the shirt has been laundered and to give best durable press performance. All sewing shall be with Dacron core thread to match shirt fabric. The collar and cuffs are to be single stitched 1/4" from edge. The pocket and flaps shall be single stitched on the edge. To include Departmental patches on both shoulders and gold or red hash marks as designated on left sleeve of long sleeve shirt to be sewn on.

SHIRT MATERIAL: 65% Polyester, 35% Rayon, Tropical Weave with Nano-Dry. Weight shall be 6.6 oz. per square yard. Construction shall be 50 warp x 40 filling yarns per square inch. All yarns 10/1 singles. Tensile strength shall be 130 lbs.-warp x 100 lbs.-filling and Tear strength shall be 10.2 lbs.-warp x 8.3 lbs.-filling.

CREASING: Pockets and pocket flaps are to be die creased to give uniform shape and size.

COLLAR: The shape and style of both leaf and stand shall conform to the TT89 Collar. The points, medium spread, are to be approximately 3" in length. The back of the stand is to measure 1 1/2". The leaf shall be made of four pieces; two pieces of self cloth, one whole lining, and one piece of strip lining which is to be fused to collar lining. Both pieces of lining to be fused to the top collar. Permanent collar stays of proper length are to be sewn through bottom leaf. The stand shall fasten with one button. Innerstand and inner yoke to be made of matching 65% Dacron Polyester/ 35% Combed Cotton, 4.2 ounces per square yard, 106 X 58.

SLEEVES: service strip(s) ½ inch by 2 inch length, at 2 ¾ from cuff-gold with black stitch To be straight and whole. The cuffs are to be 2 7/8" in width and to fasten with two buttons. There is to be a single stitch 7/16" from top of cuff. The sleeve opening shall measure 4 7/8" from top of cuff. The top facing for this opening is to be 1 1/4" wide and the bottom facing to finish about 1/2" wide. Button is to be placed on sleeve opening with corresponding buttonhole. The sleeve must be secured to the body of the shirt by means of a marrow stitch with a safety stitch so as to properly strengthen the stitch. The same stitch must be used on the side closing seams as well.

35 COLOR: Navy blue, Black

FRONT: The front shall have a center facing 1 1/2" wide extending from the collar stand to bottom of shirt and be made of the same material as shirt fabric with two rows of stitching 7/8" apart. The center front shall contain six (6) vertical Reece buttonholes placed 3/4" from edge and 3 1/2" apart. The button stand, 7/8" wide, shall be self-lined and placed on left side extending from collar stand to bottom of shirt. Buttons shall be securely attached to the button stand and shall correspond to the buttonholes on the center facing.

POCKETS: To have two breast pockets with mitered corners to finish 5 3/8" wide and 5" long. The left breast pocket to have a pencil compartment about 1 1/4" wide. Both pockets to have 1 1/2" box stitching top and bottom to prevent spreading.

FLAPS: To have two scalloped flaps to finish 5 3/4" in length, 2 3/4" in width at center, and 2 1/2" in width at sides. Flaps to be secured to front of shirt with two rows of stitching approximately 1/4" above top of pocket. The left flap to have a pencil opening about 1 1/2" in width. Flaps to be interlined. There will be a matching button and buttonhole sewn on the flap.

FLAP CLOSURE: The side points of the flaps are to be secured to the pockets by means of Velcro fasteners sewn onto the flap and pockets.

BADGE TAB: To be reinforced on inside of the shirt by means of a strip of material 1 1/2" wide stitched and folded so that no raw edges show. The reinforcement strip is to extend from the flap setting stitch to the joining seam at the front of the yoke. To have two small (horizontal) buttonholes, 1 1/4" apart with the bottom buttonhole 1 1/2" above top of left flap.

SHOULDER STRAPS: The shoulder straps shall be pointed at the end toward the neck of the shirt. The other end shall be sewn in sleeve head seam. The pointed ends shall be fastened with one matching button. The straps shall measure 2" at sleeve and taper to 1 3/8". Straps to be set about 1/2" from collar. Shoulder straps shall be box stitched to shoulders with row of cross stitching 2" from sleeve head seam.

PERMANENT CREASES: Shirt to have five (5) permanent military creases, which are to be applied via a pneumatically controlled application of silicone sealant, so as to give permanency to the creases for the life of the garment. One crease in each front extending from hem to joining seam. Three (3) vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease.

COLLAR STAYS: The collar stays shall be of good quality Stalar vinyl, 2 3/4" in length and 3/8" wide.

36 INTERLINING: Top center to be lined with 52 Pellon. Flaps to be 6800 crease and tack. Bands and cuffs to be 3.75 weight mellopress.

SIZE MARKING: Neck size shall be marked with black indelible ink on a size loop attached to a basic label in yoke and on outside of left front tail.

BUTTONS: All buttons shall be made from thermo-setting polyester material and must match fabric.

PRESSING and PACKING: Shirts shall be carefully pressed by hand in first class manner and individually packed in polyethylene bags. Shirts to be shipped in strong boxes so as not to be damaged in shipment. Shirts to be packed two to a box with sizes marked on the outside of the box at the one end.

FINISHED DIMENSIONS

NECK 14 14.5 15 15.5 16 16.5 17 17.5 18 18.5 19 SIZE CHEST 39 41 43 45 47 49 51 53 55 57 59 WAIST 34 36 38 40 42 44 46 49 52 54 57

GROUP A-6.5

SOMERSET COUNTY SHERIFF'S OFFICER LONG SLEEVE SHIRT SPECIFICATION FEMALE

STYLE: It is the intention of this department to secure a tailored shirt equal in quality of style to the shirt now in use. Shirts will be cut on a form-fitting line, and the pockets and general style will conform to this sample. Elbeco Ufx Tactical Female Long Sleeve Shirt, SKU-K-5144.

TAILORING: It is imperative that this garment be constructed according to the principals set forth in the specifications. All stitches must be of the proper tension and size so as to avoid puckering after the shirt has been laundered and to give best durable press performance. All sewing shall be with Dacron core thread to match shirt fabric. The collar and cuffs are to be single stitched 1/4" from edge. The pocket and flaps shall be single stitched on the edge. To include Departmental patches on both shoulders and gold or red hash marks as designated on left sleeve of long sleeve shirt to be sewn on.

SHIRT MATERIAL: 65% Polyester, 35% Rayon, Tropical Weave with Nano-Dry. Weight shall be 6.6 oz. per square yard. Construction shall be 50 warp x 40 filling yarns per square inch. All yarns 10/1 singles. Tensile strength shall be 130 lbs.-warp x 100 lbs.-filling and Tear strength shall be 10.2 lbs.-warp x 8.3 lbs.-filling.

37 CREASING: Pockets and pocket flaps are to be die creased to give uniform shape and size.

COLLAR: The shape and style of both leaf and stand shall conform to the FX85 Collar. The points, medium spread, are to be approximately 2 7/8" in length. The back of the stand is to measure 1 1/2". The collar is to be constructed of two piles of basic material and one ply of D331 top fuse lining.

COLOR: Navy blue, Black

SLEEVES: service strip(s) ½ inch by 2 inch length, at 2 ¾ from cuff-gold with black stitch To be straight and whole. The cuffs are to be 2 5/8" in width and to have two buttons on one end, and one buttonhole on the other to allow for adjusting the cuff size. There is to be a single stitch 7/16" from top of cuff. The sleeve opening shall measure 3 7/8" from top of cuff. The top facing for this opening is to be 1 1/4" wide and the bottom facing to finish about 1/2" wide. Button is to be placed on sleeve opening with corresponding buttonhole. The sleeve must be secured to the body of the shirt by means of a marrow stitch with a safety stitch so as to properly strengthen the stitch. The same stitch must be used on the side closing seams as well.

FRONT: The front shall have a center facing 1 1/2" wide extending from the collar stand to bottom of shirt and be made of the same material as shirt fabric with two rows of stitching 7/8" apart. The center front shall contain six (6) vertical Reece buttonholes placed 3/4" from edge and 3 1/2" apart. The button stand, 7/8" wide, shall be self-lined and placed on left side extending from collar stand to bottom of shirt. Buttons shall be securely attached to the button stand and shall correspond to the buttonholes on the center facing.

POCKETS: To have two breast pockets with mitered corners to finish 4 3/8" wide and 4 3/4" long. The left breast pocket to have a pencil compartment about 1 1/4" wide. Both pockets to have 1 1/2" box stitching top and bottom to prevent spreading.

FLAPS: To have two scalloped flaps to finish 4 3/4" in length, 2 3/8" in width at center, and 2 1/8" in width at sides. Flaps to be secured to front of shirt with two rows of stitching approximately 1/4" above top of pocket. The left flap to have a pencil opening about 1 1/2" in width. Flaps to be interlined. There will be a matching button and buttonhole sewn on the flap.

FLAP CLOSURE: The side points of the flaps are to be secured to the pockets by means of Velcro fasteners sewn onto the flap and pockets.

BADGE TAB: To be reinforced on inside of the shirt by means of a strip of material 1 1/2" wide stitched and folded so that no raw edges show. The reinforcement strip is to extend from the flap setting stitch to the joining seam at the front of the yoke. To have two small (horizontal) buttonholes, 1 1/4" apart with the bottom buttonhole 1 1/2" above top of left flap.

38 SHOULDER STRAPS: The shoulder straps shall be pointed at the end toward the neck of the shirt. The other end shall be sewn in sleeve head seam. The pointed ends shall be fastened with one matching button. The straps shall measure 2" at sleeve and taper to 1 3/8". Straps to be set about 1/2" from collar. Shoulder straps shall be box stitched to shoulders with row of cross-stitching 2" from sleeve head seam.

PERMANENT CREASES: Shirt to have five (5) permanent military creases, which are to be applied via a pneumatically controlled application of silicone sealant, so as to give permanency to the creases for the life of the garment. One crease in each front extending from hem to joining seam. Three (3) vertical creases in back; middle crease on center back line; side back creases spaced equally from center crease.

COLLAR STAYS: The collar stays shall be of good quality Stalar vinyl, 2 1/2" in length and 3/8" wide.

INTERLINING: Top center to be lined with 52 Pellon. Flaps to be 6800 crease and tack. Bands and cuffs to be 3.75 weight mellopress.

SIZE MARKING: Neck size shall be marked with black indelible ink on a size loop attached to a basic label in yoke and on outside of left front tail.

BUTTONS: All buttons shall be made from thermo-setting polyester material and must match fabric.

PRESSING AND PACKING: Shirts shall be carefully pressed by hand in first class manner and individually packed in polyethylene bags. Shirts to be shipped in strong boxes so as not to be damaged in shipment. Shirts to be packed two to a box with sizes marked on the outside of the box at the one end.

FINISHED DIMENSIONS

SIZE 30 32 34 36 38 40 42 44 46 48 BUST 37 38 39.5 41 42.5 43.5 45.5 47.5 49.5 51.5 WAIST 32 33 34.5 36 37.5 38.5 40.5 42.5 44.5 46.5 BACK 28 28 28 28 28 29 29 30 30 30 SLEEVE LENGTH 31 31 31 32 32 33 33 34 34 34

39 GROUP A-6.8

SOMERSET COUNTY SHERIFF'S OFFICERS TROUSER SPECIFICATIONS

FABRIC: Fechheimer #92280 16-1/2 - 17 oz. 55% Dacron/45% , Elastique weave

COLOR: Navy blue

DESIGN: Trouser shall be manufactured from a men's uniform trouser . The trouser styling shall incorporate a plain front, two (2) side pockets and two (2) hip pockets. Radio pocket on right rear leg below right hip pocket and Watch pocket below right front pocket (No button on radio or watch pockets)

POCKETING: The pocketing shall be 70% Polyester/ 30% Cotton, 2.9 oz. per square yard (60" width) with a minimum 78 x 64 count. Pocketing must have a durable press finish and the color of the pocketing must be black.

POCKET DESIGN: The two side pockets will have a minimum opening of 6 1/4" and a minimum depth of 5 3/4" measured from the bottom of the opening. Side pockets to have triangle bartacks at the top and bottom of the pocket openings. Pockets shall be constructed using the stitch, turn, and top stitch method. Pockets facing shall be made of the basic fabric and shall measure a minimum of 1 3/4" in width.

The two hip pockets all have a minimum opening of 6" and a minimum depth of 7" measured from the bottom of the pocket opening. Hip pockets shall be constructed using the double welt method on a REECE PW machine and the welts shall be finished in such a manner that there is no topstitching (TOPSTITCHED HIP POCKETS SHALL BE CAUSE FOR REJECTION). The corners of the hip pocket opening shall have firm triangle bartacks for reinforcing strength. Both hip pockets are to have buttons. No flaps on hip pockets.

WAISTBAND: The shall be constructed using the "closed method" and shall measure 2 1/2" wide when finished. The waistband curtain is to be made of the same fabric and color as the pocketing material and must be attached to the trouser with a ROCAP MACHINE. The waistband must contain 3/4" wide BAN-ROL, to prevent roll over and have three (3) strand Snugtex to keep shirts tucked in. The waistband closure shall be accomplished with two crushed-proof hooks and eyes. The hook and eye shall be reinforced with stays made of non-woven fabric that are anchored by the topstitching for the facing and curtain. The topstitching must be to the top of the waistband. There is to be topstitching 1/16" below the waist and seam for added strength.

STRIPE: There shall be a 1 1/2" gold broadcloth stripe sewn on top of the side seam and over the top of the side pocket opening to the waistband.

40 FLY: Trouser shall have a metal memory lock . There shall be a French Fly tab closure on the inside of the right fly. The tab shall be double ply made of basic cloth (TABS MADE OF POCKETING MATERIAL OR A "GROWN ON" FRENCH FLY WILL BE CAUSE FOR REJECTION). The right fly shall be lined with the same fabric as the waistband curtain and pocketing. The fly lining shall be sewn to the left fly below the zipper in a neat and durable manner. A button shall be located on the left fly corresponding with the French Fly tab to provide a clean and comfortable closure. There shall be a firm straight bartack at the bottom of the fly going through the zipper tape.

BELT LOOPS: There shall be a minimum of seven (7) belt loops 3/4" in width of double thickness. Each loop must have a non-woven interlining. All loops (except for the bartack center loop) must be sewn into the bottom of the waistband ("DROPPED BELT LOOPS ARE CAUSE FOR REJECTION") and the top belt loops shall be caught into the waistband curtain seam with a ROCAP MACHINE. The bottom of the center back loop shall be tacked to the trouser and the top of the loop shall be tacked to the waistband.

STITCHING, PRESSING & FINISHING: Trouser must be stitched with matching thread and all stitching to show must be 10- 11 stitches per inch. Trouser must be neatly pressed on HOTHEAD PRESSES and properly shaped. Outseams and inseams must be pressed open. Trouser must be cleaned and finished to eliminate loose threads.

LABELS: Trouser must have a care label permanently affixed that indicates the size. A paper ticket showing the size, fabric content, cut number, and WPL number must be on the outside of the waistband.

STOCK SIZE: Trouser must be available from stock in the following sizes:

REGULAR 28 – 50 (EVEN ONLY OVER 38) SHORT RISE 28 – 40 (EVEN SIZES ONLY) LONG RISE 32 – 42 (EVEN SIZES ONLY)

MUST BE MADE IN THE UNITED STATES OF AMERICA

GROUP A-6.9

SOMERSET COUNTY SHERIFF’S OFFICERS CORRECTION OFFICER TROUSER SPECIFICATIONS

FABRIC: Reaford #646-96 16- ½- 17 oz. 55% Dacron/ 45% Wool, Elastique Weave

COLOR: Navy blue

DESIGN: Trouser shall be manufactured from a men’s uniform trouser pattern. The trouser styling shall incorporate a plain front, two (2) side pockets and (2) hip pockets (1) dropped watch pocket (1) rear billie pocket.

41 POCKETING: The pocketing shall be 70% Polyester/ 30% Cotton, 2.9 oz. per square yard (60” width) with a minimum 78 x 64 count. Pocketing must have a durable press finish and the color of the pocketing must be black.

POCKET DESIGN: The two side pockets will have a minimum opening of 6 ¼” and a minimum depth of 5 ¾” measured from the bottom of the opening. Side pockets to have straight bartacks at the top and bottom of the pocket openings. Pockets shall be constructed using the stitch, turn, and top stitch method. Pockets facing shall be made of the basic fabric and shall measure a minimum of 1 ¾” in width.

The two hip pockets all have a minimum opening of 6” and a minimum depth of 7” measured from the bottom of the pocket opening. Hip pockets shall be constructed using the double welt method on a REECE PW machine and the welts shall be finish in such manner that there is no topstitching (TOPSTITCHED HIP POCKETS SHALL BE CAUSE FOR REJECTION). Both hip pockets are to have buttons.

WAISTBAND: The waistband shall be constructed using the “Open or Brown’s method” and shall measure 2” wide when finished. The waistband curtain is to be made the same fabric and color as the pocketing material and must be attached to the trouser with a ROCAP MACHINE. The waistband must contain ¾” wide BAN-ROL, to prevent roll over and have three (3) strand snugtex to keep shirts tucked in. The waistband closure shall be accomplished with a crushed-proof hook and eye. The hook and eye shall be reinforced with stays made of non-woven fabric that are anchored by topstitching for the fly facing and curtain. The topstitching must be to the top of the waistband.

STRIPE: There shall be a 1 ½” gold gabardine stripe (55 poly/ 45 wool) sewn into the side seam and over the top of the side pocket opening to the waistband, so that there are no stitches showing.

FLY: Trouser shall have a metal memory lock zipper. There shall be French Fly tab closure on the side of the right fly. The tab shall be double ply made of basic cloth (TABS MADE OF POCKETING MATERIAL OR A “GROWN ON” FRENCH FLY WILL BE CAUSE FOR REJECTION). The right fly shall be lined with the same fabric as the waistband curtain and pocketing. The fly lining shall be sewn to the left fly below the zipper in a neat and durable manner. A button shall be located on the left fly corresponding with the French Fly tab to provide a clean and comfortable closure. There shall be a firm straight bartack at the bottom of the fly going through the zipper tape.

BELT LOOPS: There shall be a minimum of seven (7) belt loops 1” wide and 2 ¾” long. Each loop must have a non-woven interlining. All loops must be sewn into the top of the waistband and dropped 2 ¾”, stitched and sewn into waistband. The top belt loops shall be caught into the waistband curtain seam with a ROCAP MACHINE.

STITCHING, PRESSING & FINISHING: Trouser must be stitched with a matching thread and all stitching to show must be 10-11 stitches per inch. Trouser must be neatly pressed on HOTHEAD PRESSES and

42 properly shaped. Outseams and inseams must be pressed open. Trouser must be cleaned and finished to eliminate loose threads.

LABELS: Trouser must have a care label permanently affixed that indicates the size.

GROUP A-7.2

SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) STYLE NO. 8100 - TURTLENECK AVAILABLE COLORS: POLICE BLUE, BLACK OR WHITE

A certificate of compliance shall be submitted by the contractor to the contracting officer stating the following requirements have been met:

FABRIC: Cloth Type: The turtleneck shall be made throughout the body, sleeves, collar, and cuffs from a 4-way stretch 92% cotton / 8% Lycra 28-cut jersey knit fabric made from 30/1 Combed Ring Spun Cotton and plaited inside with 40 denier Lycra. The fabric shall be dyed with reactive dyes for maximum color retention. Weight: 10.0 - 10.5 oz. per sq. yd. Shrinkage: Warp: 8% [maximum] Filling: 8% [maximum] Color Fastness and Crocking: Good Color: See specified garment color.

TAPE REINFORCEMENT: Type: 100% polyester woven tape, 0.25 inches wide. Color: Black

THREAD: Type: 100% polyester size #70. Color: Black

GENERAL DESIGN: The turtleneck shall be a close-fitting pullover style with set in shoulders and attached turtleneck collar and cuffs using one ply of the specified for the body and sleeves with two plies of the specified stretch fabric for the collar and cuffs. The collar shall be interlined with one ply of fusible stretch interlining. The bottom of the body shall finish in a concave arc at the back and a convex arc in the front with the back at the center being longer than the front at the center by 2.5 inches.

SEAM CONSTRUCTION: All turtleneck joining seams shall be stitched using an machine. The seam attaching the turtleneck to the body and the bottom hem shall be overstitched using a two needle coverstitch. All seams shall be straight and clean with thread ends trimmed.

TAPE REINFORCEMENT: The shoulders shall be reinforced with the specified tape to prevent these seams from coming apart under stress. The tape shall be the entire length of the shoulder seam and be caught in the collar attaching seam and the sleeve setting seam.

43 EMBROIDERY: There shall be S.C.S.O. embroidered with ½” high letters, offset left on the neck of the turtleneck. On police blue and black turtlenecks the thread shall be gold and on the white turtlenecks the thread shall be black.

LABELING: Garments shall be permanently labeled with brand, origin, size, care, and contents.

PACKAGING: The turtleneck shall be shirt-folded and individually polybagged with a size sticker affixed to the outside of the polybag.

SIZE RANGE: Size availability will be S - 3XL to fit both men and women.

MEASUREMENTS: Garment Size S M L XL 2XL 3XL

1/2 Chest 18.5 20.5 22.5 24.5 26.5 28.5 Sleeve Length 33 34 35 36 37 38 Back Length 29.5 30 30.5 31 31.5 32

All measurements are to be finished garments before washing. Turtleneck measures 5 inches high for all garment sizes. 1/2 Chest is measured across the body from armhole to armhole. Sleeve Length is measured from the center back at the collar to the end of the cuff. Back Length is measured along the center back from the collar seam to the bottom of the shirt tail.

STANDARD SAMPLE: In all details not specifically described herein, tailoring, styling, materials, and construction shall conform to the standard sample on file with the using agency.

BID SAMPLE: Samples must be provided at the time of the bid opening.

TESTING BID SAMPLES: Samples submitted by bidders will be compared for materials, and construction with the standard sample on file with the department. Any sample by a bidder may be subjected to such test or tests by any Testing Laboratory as the Contracting Officer may select. All costs in connection with any such tests shall be paid for by the bidder.

COUNTRY OF ORIGIN: The garment must be manufactured entirely in the United States of America.

STOCK PRODUCT: To insure availability of style and color for the purpose of maintaining departmental uniformity for future purchases, bidders must provide evidence in the form of catalogs, price lists, or similar written materials that this item is currently available on an "as needed" basis. The bid sample must be provided from current manufacturer's stock of the specified style. The successful bidder will be required to provide a full size run of try-on garments within 10 days for agency approval, sizing of personnel, and for further evidence

44 of in-stock availability. Failure to provide all such evidence of stock product availability will be cause for rejection.

GROUP A- 7.3

SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) STYLE NO. 8110 - MOCK TURTLENECK AVAILABLE COLORS: POLICE BLUE, BLACK OR WHITE

A certificate of compliance shall be submitted by the contractor to the contracting officer stating the following requirements have been met:

FABRIC: Cloth Type: The turtleneck shall be made throughout the body, sleeves, collar, and cuffs from a 4-way stretch 92% cotton / 8% Lycra 28-cut jersey knit fabric made from 30/1 Combed Ring Spun Cotton and plaited inside with 40 denier Lycra. The fabric shall be dyed with reactive dyes for maximum color retention. Weight: 10.0 - 10.5 oz. per sq. yd. Shrinkage: Warp: 8% [maximum] Filling: 8% [maximum] Color Fastness and Crocking: Good Color: See specified garment color.

TAPE REINFORCEMENT: Type: 100% polyester woven tape, 0.25 inches wide. Color: Black

THREAD: Type: 100% polyester size #70. Color: Black

GENERAL DESIGN: The turtleneck shall be a close-fitting pullover style with set in shoulders and attached mock turtleneck collar and cuffs using one ply of the specified stretch fabric for the body and sleeves with two plies of the specified stretch fabric for the collar and cuffs. The collar shall be interlined with one ply of fusible stretch interlining. The bottom of the body shall finish in a concave arc at the back and a convex arc in the front with the back at the center being longer than the front at the center by 2.5 inches.

SEAM CONSTRUCTION: All turtleneck joining seams shall be stitched using an overlock machine. The seam attaching the turtleneck to the body and the bottom hem shall be overstitched using a two needle coverstitch. All seams shall be straight and clean with thread ends trimmed.

TAPE REINFORCEMENT: The shoulders shall be reinforced with the specified tape to prevent these seams from coming apart under stress. The tape shall be the entire length of the shoulder seam and be caught in the collar attaching seam and the sleeve setting seam.

45 EMBROIDERY: There shall be S.C.S.O. embroidered with ½” high letters, offset left on the neck of the turtleneck. On police blue and black turtlenecks the thread shall be gold and on the white turtlenecks the thread shall be black.

LABELING: Garments shall be permanently labeled with brand, origin, size, care, and contents.

PACKAGING: The turtleneck shall be shirt-folded and individually polybagged with a size sticker affixed to the outside of the polybag.

SIZE RANGE: Size availability will be S - 3XL to fit both men and women.

MEASUREMENTS: Garment Size S M L XL 2XL 3XL

1/2 Chest 18.5 20.5 22.5 24.5 26.5 28.5 Sleeve Length 33 34 35 36 37 38 Back Length 29.5 30 30.5 31 31.5 32

All measurements are to be finished garments before washing. Mock turtleneck measures 2 inches high for all garment sizes. 1/2 Chest is measured across the body from armhole to armhole. Sleeve Length is measured from the center back at the collar to the end of the cuff. Back Length is measured along the center back from the collar seam to the bottom of the shirt tail.

STANDARD SAMPLE: In all details not specifically described herein, tailoring, styling, materials, and construction shall conform to the standard sample on file with the using agency.

BID SAMPLE: Samples must be provided at the time of the bid opening.

TESTING BID SAMPLES: Samples submitted by bidders will be compared for materials, trim and construction with the standard sample on file with the department. Any sample by a bidder may be subjected to such test or tests by any Testing Laboratory as the Contracting Officer may select. All costs in connection with any such tests shall be paid for by the bidder.

COUNTRY OF ORIGIN: The garment must be manufactured entirely in the United States of America.

STOCK PRODUCT: To insure availability of style and color for the purpose of maintaining departmental uniformity for future purchases, bidders must provide evidence in the form of catalogs, price lists, or similar written materials that this item is currently available on an "as needed" basis. The bid sample must be provided from current manufacturer's stock of the specified style. The successful bidder will be required to provide a full size run of try-on garments within 10 days for agency approval, sizing of personnel, and for further evidence

46 of in-stock availability. Failure to provide all such evidence of stock product availability will be cause for rejection.

GROUP A-7.4

SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) STYLE NO. 170 GLOVES COLOR: BLACK

A certificate of compliance shall be submitted by the contractor to the contracting officer, stating the following requirements have been met:

LEATHER: The glove shall be 100% leather throughout the fronts, backs, thumbs, fingers and fourchettes. Leather shall be 100% fully tanned cowhide. Color: Black

HOOK AND LOOP: The hook and loop tape shall meet specification MIL-F-21840 and shall measure 1 inch wide for all closures. Color: Black

ATHLETIC GLOVE TYPE WRIST CLOSURE: Wrists shall be finished with 1 1/2 inch black athletic glove . There shall be a leather with rounded corners measuring 1 1/8 inches wide by 3 inches long with the specified loop tape sewn to the underside. There shall be a strip of hook tape with matching rounded corners measuring 1 inch wide by 2 1/2 inches long sewn to the top of the elastic to provide snug closure and adjustment.

GENERAL DESIGN: The gloves shall be completely made of leather with an athletic glove type wrist closure system. Each glove will be constructed of the following leather pieces: one back, one front, on thumb, and three fourchettes. The glove shall measure approximately 9 1/2 inches from the tip of the middle finger to the bottom of the wrist. The back of the glove at the wrist shall be elasticized with two rows of 3/16 inch elastic sewn with a zig-zag stitch. The first row shall be sewn 1/2 inch above the wrist elastic and the second row shall be sewn 3/4 inch above the first row.

LABELING: The jacket shall be labeled with the manufacturer, country of origin, and size.

SIZE RANGE: The size range shall be Small, Medium, Large, XLarge, and 2XLarge.

STANDARD SAMPLE: In all details not specifically described herein, tailoring, styling, construction, materials, and the components shall conform to the standard sample.

BID SAMPLE: Samples must be provided at the time of the bid opening.

47 TESTING BID SAMPLE: Samples submitted by bidders will be compared for tailoring, styling, construction, materials, and components with the standard sample on file with the department. Nonconformity of the sample to the specification will be cause for rejection. Any sample by a bidder may be subjected to such test or tests by any Testing Laboratory as the Contracting Officer may select. All costs in connection with any such tests shall be paid for by the bidder.

STOCK PRODUCT: To insure availability of style and color for the purpose of maintaining departmental uniformity for future purchases, bidders must provide evidence in the form of catalogs, price lists, or similar written material that this item is currently available on an "as needed" basis. The bid sample must be provided from current manufacturer's stock of the specified style. The successful bidder will be required to provide a full size run of try-on garments within 10 days for agency approval, sizing of personnel, and for further evidence of in-stock availability.

GROUP A-7.5

SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) STYLE NO. 9115 GLOVES WITH WINDSTOPPER FLEECE COLOR: BLACK

A certificate of compliance shall be submitted by the contractor to the contracting officer stating the following requirements have been met:

SHELL FABRIC: Cloth Type: -Tex 3-layer laminate US101 polyester/Gore-Tex/polyester tricot. Color: See specified cap color

SEAM TAPE: Seam tape shall be 3-layer Gore-Seam tape compatible with the Gore-Tex membrane. Seam tape shall be 0.875 inches wide for seams and 2 inches wide for embroidery. Color: Black

TRIM: Lining: 100% tricot, color black Mesh Front Panel: 100% polypropylene, color white Sweatband: 65% polyester / 35 % cotton, color black Visor Board: 100% polypropylene Leather Strap: 100% genuine cowhide, color black : with flat black finish Thread: polyester wrapped polyester core size #50 vat dyed, color to match shell fabric

GENERAL DESIGN: The cap shall be an adjustable 5-panel design constructed from waterproof-breathable shell fabric with taped seams, leather strap and buckle adjustment in the back, full lining, sweatband, mesh stand-up front panel, and unbreakable visor board. The shell fabric shall be used for the crown panels and both the top and underside of the visor.

48 SEAM WATERPROOFING: All seams in the shell and embroidery if any shall be waterproof taped. The tape shall be applied by hot air methods. The tape shall not be affected by weather, temperature or storage. The taped seams shall be tested for waterproofing in accordance with Federal Test Std. #191, Method #5514. There shall be no appearance of water in the test area at 3 PSI for a period of 3 minutes.

LABELING: The cap shall permanently be labeled with the manufacturer and country of origin.

PATCH: Department Mini-Shoulder Patch shall be applied to front of hat.

SIZE RANGE: The cap shall be adjustable one size fits all.

STANDARD SAMPLE: In all details not specifically described herein, tailoring, styling, construction, materials, and the components shall conform to the standard sample.

BID SAMPLE: Samples must be provided at the time of the bid opening.

TESTING BID SAMPLE: Samples submitted by bidders will be compared for tailoring, styling, construction, materials, and components with the standard sample on file with the department. Nonconformance of the sample to the specification will be cause for rejection. Any sample by a bidder may be subjected to such test or tests by any Testing Laboratory as the Contracting Officer may select. All costs in connection with any such tests shall be paid for by the bidder.

COUNTRY OF ORIGIN: The garment must be manufactured entirely in the United States of America.

GROUP A-7.6

SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) STYLE NO. 9100 INSULATED GLOVES WITH GORE-TEX GLOVE INSERT COLOR: BLACK

A certificate of compliance shall be submitted by the contractor to the contracting officer, stating the following requirements have been met:

SHELL FABRIC: Cloth Type: Nylon 70 denier (warp), and 2 ply taslanized nylon 70 denier (filling), plain weave, treated with durable fluorocarbon water and stain release agents. Count: Warp: 158, Filling: 68 Weight (uncoated): 3.0 oz. per sq. yd. [+ or - .4 oz.] Break Strength [lbs]: Warp: 210 [min.] Filling: 100 [min.] Tear Strength [lbs]: Warp: 04 [min.] Filling: 06 [min.] Count: 158 (warp), 68 (fill)

49 Shrinkage: Warp 2% [max.], Fill 2% [max.] Color Fastness and Crocking: Good 20/40 hours Coating: Non-ravel 1/4 oz. Color: See specified garment color.

PERMANENT LINING FABRIC: Cloth Type: Brushed 100% polyester tricot. Color: Black

PERMANENT WATERPROOF-BREATHABLE GLOVE INSERT: The permanent waterproof-breathable glove insert shall consist of a waterproof-breathable membrane laminated to a nylon tricot knit fabric resulting in a durable, waterproof material with high moisture vapor transmission. Waterproof-Breathable Membrane: Gore-Tex Membrane glove insert Fabric: Cloth Type: 40 denier single ply 100% nylon tricot knit Count: Wales: 39 Courses: 40 Color: White

1.05.05 - INSULATION For palms, fingers, thumb and backs: Type: 3M Thinsulate C-100. For backs: Type: 1/8 inch polyurethane foam.

LEATHER: Leather used for palms, fingers and thumbs shall be genuine tanned leather in a full pebble finish. Color: Black

GENERAL DESIGN: The gloves shall be constructed of the specified shell fabric with leather reinforcement on the palm and the fronts of the thumbs and fingers. The glove shall be fully insulated as specified throughout the hands and fingers. The fingers shall be box construction with shell fabric between the fingers. The palm shall be fully reinforced with a layer of the specified leather running completely across the palm and inside of the thumb. The glove shall measure approximately 10 1/2 inches from the tip of the middle finger to the edge of the gauntlet. The front of the glove at the wrist shall be elasticized with two rows of 1/4 inch elastic set with a zig-zag stitch.

LABELING: The gloves shall be permanently labeled with the manufacturer, country of origin, and size.

SIZE RANGE: The size range shall be unisex sizing in XSmall, Small, Medium, Large, X-Large, and 2XLarge.

STANDARD SAMPLE: In all details not specifically described herein, tailoring, styling, construction, materials, and the components shall conform to the standard sample.

50 BID SAMPLE: Samples must be provided at the time of the bid opening.

TESTING BID SAMPLE: Samples submitted by bidders will be compared for tailoring, styling, construction, materials, and components with the standard sample on file with the department. Nonconformity of the sample to the specification will be cause for rejection. Any sample by a bidder may be subjected to such test or tests by any Testing Laboratory as the Contracting Officer may select. All costs in connection with any such tests shall be paid for by the bidder.

STOCK PRODUCT: To insure availability of style and color for the purpose of maintaining departmental uniformity for future purchases, bidders must provide evidence in the form of catalogs, price lists, or similar written material that this item is currently available on an "as needed" basis. The bid sample must be provided from current manufacturer's stock of the specified style. The successful bidder will be required to provide a full size run of try-on gloves within 10 days for agency approval, sizing of personnel, and for further evidence of in-stock availability.

GROUP A-7.7

SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) BLAUER STYLE NO. 125XCR - KNIT WATCH CAP WITH WINDSTOPPER LINER AVAILABLE COLORS: BLACK

A certificate of compliance shall be submitted by the contractor to the contracting officer stating the following requirements have been met:

YARN: Type: 70% Monsanto S-63 long staple low-pill acrylic, 30% long staple spun wool, pre- washed and softened. Count: Worsted 2 ply/18's Colorfastness and Crocking: Good Machine washable and Dry cleanable Color: See specified garment color.

THREAD: Type: 100% polyester size #50. Colorfastness and Crocking: Good

GENERAL DESIGN: A traditional and practical component of cold weather dressing this knit watch cap can be worn by itself or under a hood. Rib knit, light in weight, can wick away perspiration, machine washable, machine dryable, low in pilling (carries Monsanto's Pil-Trol(tm) trademark). Windstopper liner available.

PERMANENT WINDPROOF-BREATHABLE LINING: The sweater shall be lined completely through the body and sleeves with a WindStopper windproof-breathable laminate fabric. The liner seams shall be designed to have added across the front and back shoulders on the body and around the armhole on the

51 sleeves and shall be attached so as to allow for full freedom of movement when worn over a uniform shirt. The liner shall be assembled using a single needle lock stitch and single needle stitched to the knit sweater and clean finished around the neck opening the cuffs and the bottom. Color: Silver or Grey

KNITTING: The garment is to be knitted in a plain jersey stitch throughout using 0.54 inches of per stitch.

SEAM CONSTRUCTION: All knit cap seams shall be stitched using an overlock machine with two ends of yarn and one end of the specified thread for strength and a neat appearance. All threads and yarns shall match the color of the knit cap. All seams shall be straight and clean with thread ends trimmed.

SIZE RANGE: One size fits all.

PATCH: Department Mini Patch shall be applied on front of cap.

WEIGHT: 4 oz.

STANDARD SAMPLE: In all details not specifically described herein, tailoring, styling, materials, and construction shall conform to the standard sample on file with the using agency.

BID SAMPLE: Samples must be provided at the time of the bid opening.

BID LAB REPORT: Bidders must provide at the time of the bid opening evidence from Monsanto or a recognized Independent Testing Laboratory that the pill-resistance of the sweater being bid shall be a minimum of 4.5 (on a scale of 1 to 5) when tested for 30 minutes in accordance with ASTM D 3512 - 82 "Pilling Resistance And Other Related Surface Changes Of Fabrics: Random Tumble Pilling Tester Method".

TESTING BID SAMPLES: Samples submitted by bidders will be compared for materials, trim and construction with the standard sample on file with the department. Any sample by a bidder may be subjected to such test or tests by any Testing Laboratory as the Contracting Officer may select. All costs in connection with any such tests shall be paid for by the bidder. A letter from the bidder must be provided at the time of bid opening authorizing the Contracting Officer to subject the bid samples provided to such testing at the expense of the bidder.

COUNTRY OF ORIGIN: The garment must be manufactured entirely in the United States of America.

52 STOCK PRODUCT: To insure availability of style and color for the purpose of maintaining departmental uniformity for future purchases, bidders must provide evidence in the form of catalogs, price lists, or similar written materials that this item is currently available on an "as needed" basis. The bid sample must be provided from current manufacturer's stock of the specified style. The successful bidder will be required to provide a full size run of try-on garments within 10 days for agency approval, sizing of personnel, and for further evidence of in-stock availability. Failure to provide all such evidence of stock product availability will be cause for rejection.

53 GROUP A-12

Gold Borders and Ball Points

Gold Panels with Black Lettering

Black Twill Material for inside of Badge

New Jersey State Seal in Black With Gold Background

Gold Stitching for Badge

Black Stitching for Letters

Black Stitching for Twill Background

Black Border

Gold Panels with Black Lettering Gold Outline

Colored American Flag

Green Branches

54 GROUP A-12.3 and A-12.4

SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) STYLE NO. 8713 SHORT SLEEVE SHIRT COLOR: BLACK

MATERIALS:

SHELL FABRIC: The shell fabric of the garment shall be a machine washable and dry cleanable cotton blend conforming to the following specifications in order to provide user comfort, uniform appearance, durability, easy care and low maintenance cost: Cloth Type: 6.5 oz. per square yard 2 X 1 twill weave in a 65% polyester / 35% cotton fiber blend with 10 - 12% filling stretch that is pre-cured for wrinkle resistance and treated with a soil-release finish. Count: Warp: 87 Filling: 52 (Numerical specifications below are average values and may vary plus or minus 10%) Tensile Strength: Warp: 190 lbs Filling: 80 lbs (ASTM D 1682) Tear Strength: Warp: 10.0 lbs Filling: 5.0 lbs (ASTM D 1424) Shrinkage: Warp: 2.3% Filling: 1.7% (Washed 3 cycles at 120F / 125F Tumble Dry) (Appearance specifications are measured on a scale of 1-5 where 5 = excellent) Pilling: 3 (60 minutes ASTM D 3512) Crocking: Dry: 3.5 Wet: 2 (AATCC 8) Color: See specified garment color. 1.20.60 - INTERLINING For Epaulets: Content: 100% cotton Weight: 4.0 oz. per square yard Count: Warp: 50 Filling: 44 Shrinkage: 2% (maximum after 3 launderings) For Pocket Flaps: Content: 100% cotton Weight: 2.3 oz. per square yard Count: Warp: 56 Filling: 30 Shrinkage: 2% (maximum after 3 launderings) For Collar: Content: 100% cotton Weight: 5.8 oz. per square yard Count: Warp: 50 Filling: 40 Shrinkage: 2% (maximum after 3 launderings) For Fronts: Content: 50% polyester / 50% cotton Weight: 4.0 oz. per square yard Count: Warp: 62 Filling: 57 Shrinkage: 2% (maximum after 3 launderings)

BUTTONS: Buttons shall be 20 ligne 4 hole pure melamine conforming to Type II, class D, Style 20 and 21, of U.S. Military Specification #V-B-871D. Color shall match the shell fabric.

55 HOOK AND LOOP: The hook and loop tape shall meet specification MIL-F-21840 and shall match the shell fabric in color.

THREAD: Thread for safety stitch seams shall be polyester wrapped polyester core, vat dyed size #50 in the needles and size #70 in the loopers. Thread for all other seams shall be size #50 polyester wrapped polyester core, vat dyed. Color shall match the shell fabric.

DESIGN AND CONSTRUCTION SPECIFICATIONS:

GENERAL DESIGN: The short-sleeve uniform shirt shall be a mock center front design with a sport collar and five military creases. There shall be epaulets, pleated patch chest pockets with scalloped pocket flaps, badge eyelets with internal support strap, and self-lined yoke and collar. Patterns shall provide for extra-long shirt tails.

SLEEVES: Short sleeves ends shall clean finish with a 1 inch hem constructed after sleeve closing seam. Sleeve setting and closing shall be sewn with an over edge safety stitch.

COLLAR: The collar shall be a sport collar style. The collar shall measure 3 3/8 inches high in back when opened flat and shall be made of two plies of shell fabric plus one ply of the specified interlining. There shall be permanent collar stays sewn to the interlining so that no stitches are visible through the under collar. The collar shall be topstitched around the edges and collar points shall be 3 1/8 inches long. The collar shall close with one button set to the top of the placket.

EPAULETS: Epaulets shall be die cut from shell fabric, creased and interlined with the specified interlining, and then folded and topstitched. Epaulets shall be sewn into the sleeve head seam and shall measure 1 7/8 inches wide at the sleeve head and taper to 1 1/2 inches wide with the end finishing in a point. Epaulets shall be set with the point approximately 1 inch from the collar seam. The epaulets shall be stitched to the shoulders with a row of stitching 2 1/2 inches from the sleeve head and sewn diagonally from each end of the seam to the sleeve. There shall be an unslit buttonhole at the pointed end of the epaulet with the specified button sewn on top. The epaulets shall then be topstitched along both edges of "V" forming the point to the shoulder of the shirt.

POCKETS: There shall be two breast pockets with pleated patch pockets and scalloped pocket flaps. The patch pocket shall measure 5 1/2 inches wide and 5 3/4 inches long with mitered corners and a 1 1/2 inch box pleat stitched closed. The left pocket shall have a sewn pencil opening 1 1/4 inch wide. Hook tape 1/2 inch wide by 1 inch high shall be sewn to the upper corners of each pocket to secure the pocket flap. The scalloped pocket flap shall be die cut, creased and interlined with the specified interlining, then folded and topstitched. The top of flap shall be set 3/4 inches above the top of the pocket and shall have one centered unslit buttonhole with a button. There shall be loop tape 1/2 inches wide by 1 inch high set on the under ply of the pocket to secure to the hook tape on the pocket. There shall be a pencil opening in the left flap 1 inch wide with the two rows of topstitching continuing across the pencil pocket opening.

56 YOKE: There shall be a two-ply back yoke lined on the inside with shell fabric. The yoke shall measure approximately 3 1/2 inch at the center and 3 inches at the sleeve head.

FRONTS: The left front shall have a mock center front placket measuring 1 1/2 inches wide. The placket shall show two rows of stitching 7/8 inch apart. Both right and left fronts shall have turned in facings measuring 3 inches wide and overage stitched. There shall be seven buttons and buttonholes set down the front.

CREASE RETENTION: The two military creases in the fronts and three in the back shall include a permanent silicone crease adhesive system that is washable and dry cleanable. The adhesive shall be pigmented black for dark color shell fabrics and shall be clear for light color shell fabrics.

STITCHING: All stitching shall be single needle at 10 - 12 stitches per inch except for sleeving, closing, front placket joining seams, and back yoke seams which shall be safety stitched, and concealed edges of front facings, outer yokes, and top of pockets which shall be over edged.

EYELET HOLES: Eyelet holes shall be Reese eyelet hole type 3/16 inches in diameter.

BUTTONHOLES: Button holes shall be straight cut-after type.

EMBLEMS, INSIGNIAS & NAME TAPE: One department emblem shall be sewn on to each sleeve. CERT department emblem will be sewn on right sleeve when indicated. There shall be a letter patch with S.O. ½” high, with gold thread, sewn on the right collar. There shall be a letter patch S.D. ½” high, with gold thread, sewn on the left collar. There shall also be a cloth name tape with ¼” high gold lettering, over the right pocket. There shall be a department badge patch on the left breast. Rank insignias will be sewn on shirts. Sgt. Stripes will be sewn when indicated on both sleeves under department patch. Lt. and Captain Insignias will be sewn on both epaulets. (Sample patches, emblems and list of officers receiving specialized patches will be supplied to successful bidder).

LABELING: The garment shall be permanently labeled with the manufacturer, country of origin, size, fiber content, and care instructions.

PRESSING AND FINISHING: Loose threads shall be trimmed and shirts shall be pressed completely prior to packaging.

PACKAGING: Shirts shall be folded, pinned, and individually poly bagged with cardboard, collar stand, and butterfly clip. Shirts shall be packed 3 to a box which shall be clearly labeled on one end with style number, quantity, color, and size.

57 SIZES AND MEASUREMENTS:

SIZE RANGE Men's: Body ------Collar Sizes------Length S M L XL 2XL 3XL 4XL ------Regular X X X X X X X

Women's: Body ------Bust Sizes------Length XS S M L XL 2XL ------Regular X X X X X X

MEASUREMENTS ------Collar Sizes------Men's: S M L XL 2XL 3XL 4XL ------Neck (1) 15 16 17 18 19 20 21 1/2 Chest (2) 20 1/2 22 1/2 24 1/2 26 1/2 28 1/2 30 1/2 32 1/2

------Bust Sizes------Women's XS S M L XL 2XL ------Neck (1) 14 14 3/4 15 1/2 16 1/4 17 17 3/4 1/2 Chest (2) 19 20 1/2 22 23 1/2 25 26 1/2

1) Neck measurement taken from center of collar button to front cut end of buttonhole with collar laid flat. 2) Chest measurement taken from folded edge to folded edge at base of armhole with shirt buttoned and laid flat. 3) Short Sleeve inseam measurement: Men's Regular: 6 Women's Regular: 5 4) Back Length taken at center back from collar setting seam to bottom edge of shirt for all sizes. Men's Regular: 32 1/2 Women's Regular: 28 1/2

OTHER REQUIREMENTS:

STANDARD SAMPLE: In all details not specifically described herein, tailoring, styling, construction, materials, and the components shall conform to the standard sample.

BID SAMPLE: Samples must be provided at the time of the bid opening.

TESTING BID SAMPLE: Samples submitted by bidders will be compared for tailoring, styling, construction, materials, and components with the standard sample on file with the department. Nonconformity of the sample to the specification will be cause for rejection. Any sample by a bidder may be subjected to such test or tests by any Testing Laboratory as the Contracting Officer may select. All costs in connection with any such tests shall be paid for by the bidder.

58 COUNTRY OF ORIGIN: The garment must be manufactured entirely in the United States of America from fabrics and materials manufactured entirely in the United States of America.

STOCK PRODUCT: To insure availability of style and color for the purpose of maintaining departmental uniformity for future purchases, bidders must provide evidence in the form of catalogs, price lists, or similar written material that this item is currently available on an "as needed" basis. The bid sample must be provided from current manufacturer's stock of the specified style. The successful bidder will be required to provide a full size run of try-on garments within 10 days for agency approval, sizing of personnel, and for further evidence of in-stock availability.

WARRANTY: Coverage: Manufacturer agrees to warrant to the original purchaser that the product will be free from defects in materials and workmanship for a period of one (1) year from date of purchase.

Service: Should a covered product become defective during the warranty period, simply return it to the manufacturer with dated proof of purchase. The manufacturer agrees to repair or replace at its option any item determined to be defective and will return to purchaser at no charge.

Limitations: This warranty does not cover normal wear and tear, improper cleaning, damage from chemicals, fire, misuse, accident or negligence. This warranty only applies to the original purchaser of the covered product and is not transferable.

59 GROUP A-12.5

SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) STYLE NO. 8703 LONG SLEEVE SHIRT COLOR: BLACK MATERIALS:

SHELL FABRIC: The shell fabric of the garment shall be a machine washable and dry cleanable cotton blend conforming to the following specifications in order to provide user comfort, uniform appearance, durability, easy care and low maintenance cost: Cloth Type: 6.5 oz. per square yard 2 X 1 twill weave in a 65% polyester / 35% cotton fiber blend with 10 - 12% filling stretch that is pre-cured for wrinkle resistance and treated with a soil-release finish. Count: Warp: 87 Filling: 52 (Numerical specifications below are average values and may vary plus or minus 10%) Tensile Strength: Warp: 190 lbs Filling: 80 lbs (ASTM D 1682) Tear Strength: Warp: 10.0 lbs Filling: 5.0 lbs (ASTM D 1424) Shrinkage: Warp: 2.3% Filling: 1.7% (Washed 3 cycles at 120F / 125F Tumble Dry) (Appearance specifications are measured on a scale of 1-5 where 5 = excellent) Pilling: 3 (60 minutes ASTM D 3512) Crocking: Dry: 3.5 Wet: 2 (AATCC 8) Color: See specified garment color.

INTERLINING: For Epaulets: Content: 100% cotton Weight: 4.0 oz. per square yard Count: Warp: 50 Filling: 44 Shrinkage: 2% (maximum after 3 launderings) For Pocket Flaps: Content: 100% cotton Weight: 2.3 oz. per square yard Count: Warp: 56 Filling: 30 Shrinkage: 2% (maximum after 3 launderings) For Collar and Cuffs: Content: 100% cotton Weight: 5.8 oz. per square yard Count: Warp: 50 Filling: 40 Shrinkage: 2% (maximum after 3 launderings) For Fronts: Content: 50% polyester / 50% cotton Weight: 4.0 oz. per square yard Count: Warp: 62 Filling: 57 Shrinkage: 2% (maximum after 3 launderings)

BUTTONS: Buttons shall be 20 ligne 4 hole pure melamine plastic conforming to Type II, class D, Style 20 and 21, of U.S. Military Specification #V-B-871D. Color shall match the shell fabric.

HOOK AND LOOP: The hook and loop tape shall meet specification MIL-F-21840 and shall match the shell fabric in color.

60 THREAD: Thread for safety stitch seams shall be polyester wrapped polyester core, vat dyed size #50 in the needles and size #70 in the loopers. Thread for all other seams shall be size #50 polyester wrapped polyester core, vat dyed. Color shall match the shell fabric.

DESIGN AND CONSTRUCTION SPECIFICATIONS:

GENERAL DESIGN: The long-sleeve uniform shirt shall be a mock center front placket design with a sport collar and fire military creases. There shall be epaulets, pleated patch chest pockets with scalloped pocket flaps, badge eyelets with internal support strap, 2-button adjustable cuffs, and self-lined yoke and collar. Patterns shall provide for extra long shirt tails.

SLEEVES: Service strip(s) ½ inch by 2 inch length, at 2 ¾ from cuff-gold with black stitch. Sleeve ends shall have finishing 1 1/4 inches wide on the top placket and 1/2 inch wide under placket and shall have a single pleat where attached to the cuffs. Cuffs shall finish 2 1/2 inches wide, shall be constructed of two plies of shell fabric plus one ply of the specified interlining, and shall be topstitched 1/4 inch on the edges. The cuff shall be 2-button adjustable with buttons set side by side 3/4 inch apart on center. Sleeve setting and closing shall be sewn with an overedge safety stitch.

COLLAR: The collar shall be a sport collar style. The collar shall measure 3 3/8 inches high in back when opened flat and shall be made of two plies of shell fabric plus one ply of the specified interlining. There shall be permanent collar stays sewn to the interlining so that no stitches are visible through the undercollar. The collar shall be topstitched around the edges and collar points shall be 3 1/8 inches long. The collar shall close with one button set to the top of the placket.

EPAULETS: Epaulets shall be die cut from shell fabric, creased and interlined with the specified interlining, and then folded and topstitched. Epaulets shall be sewn into the sleeve head seam and shall measure 1 7/8 inches wide at the sleeve head and taper to 1 1/2 inches wide with the end finishing in a point. Epaulets shall be set with the point approximately 1 inch from the collar seam. The epaulets shall be stitched to the shoulders with a row of stitching 2 1/2 inches from the sleeve head and sewn diagonally from each end of the seam to the sleeve. There shall be an unslit buttonhole at the pointed end of the epaulet with the specified button sewn on top. The epaulets shall then be topstitched along both edges of "V" forming the point to the shoulder of the shirt.

POCKETS: There shall be two breast pockets with pleated patch pockets and scalloped pocket flaps. The patch pocket shall measure 5 1/2 inches wide and 5 3/4 inches long with mitered corners and a 1 1/2 inch box pleat stitched closed. The left pocket shall have a sewn pencil opening 1 1/4 inch wide. Hook tape 1/2 inch wide by 1 inch high shall be sewn to the upper corners of each pocket to secure the pocket flap. The scalloped pocket flap shall be die cut, creased and interlined with the specified interlining, then folded and topstitched. The top of flap shall be set 3/4 inches above the top of the pocket and shall have one centered unslit buttonhole with a button. There shall be loop tape 1/2 inches wide by 1 inch high set on the under ply of the pocket to secure to the hook tape on the pocket. There shall be a pencil opening in the left flap 1 inch wide with the two rows of topstitching continuing across the pencil pocket opening.

61 YOKE: There shall be a two-ply back yoke lined on the inside with shell fabric. The yoke shall measure approximately 3 1/2 inch at the center and 3 inches at the sleeve head.

FRONTS: The left front shall have a mock center front placket measuring 1 1/2 inches wide. The placket shall show two rows of stitching 7/8 inch apart. Both right and left fronts shall have turned in facings measuring 3 inches wide and overage stitched. There shall be seven buttons and buttonholes set down the front.

CREASE RETENTION: The two military creases in the fronts and three in the back shall include a permanent silicone crease adhesive system that is washable and dry cleanable. The adhesive shall be pigmented black for dark color shell fabrics and shall be clear for light color shell fabrics.

STITCHING: All stitching shall be single needle at 10 - 12 stitches per inch except for sleeving, closing, front placket joining seams, and back yoke seams which shall be safety stitched, and concealed edges of front facings, outer yokes, and top of pockets which shall be overedged.

EYELET HOLES: Eyelet holes shall be Reese eyelet hole type 3/16 inches in diameter.

BUTTONHOLES: Button holes shall be straight cut-after type.

EMBLEMS, INSIGNIAS & NAME TAPE: One department emblem shall be sewn on to each sleeve. CERT department emblem will be sewn on right sleeve when indicated. There shall be a letter patch with S.O. ½” high, with gold thread, sewn on the right collar. There shall be the a letter patch S.D. ½” high, with gold thread, sewn on the left collar. There shall also be a cloth name tape with ¼” high gold lettering, over the right pocket. There shall be a department badge patch on the left breast. Rank insignias will be sewn on shirts. Sgt. Stripes will be sewn when indicated on both sleeves under department patch. Lt. and Captain insignias will be sewn on both epaulets. (Sample patches, emblems and list of officers receiving specialized patches will be supplied to successful bidder).

LABELING: The garment shall be permanently labeled with the manufacturer, country of origin, size, fiber content, and care instructions.

PRESSING AND FINISHING: Loose threads shall be trimmed and shirts shall be pressed completely prior to packaging.

PACKAGING: Shirts shall be folded, pinned, and individually poly bagged with cardboard, collar stand, and butterfly clip. Shirts shall be packed 3 to a box which shall be clearly labeled on one end with style number, quantity, color, and size.

62 SIZES AND MEASUREMENTS:

SIZE RANGE Men's: Body Sleeve ------Collar Sizes------Length Length S M L XL 2XL 3XL 4XL ------Regular Short (31-32) X X X Regular Regular (32.5-33.5) X X X X X Regular Long (34-35) X X X X X X Tall XLong (35.5-36.5) X X X X X

Women's: Body Sleeve ------Bust Sizes------Length Length XS S M L XL 2XL ------Regular Proportional X X X X X X

MEASUREMENTS ------Collar Sizes------Men's: S M L XL 2XL 3XL 4XL ------Neck (1) 15 16 17 18 19 20 21 1/2 Chest (2) 20 1/2 22 1/2 24 1/2 26 1/2 28 1/2 30 1/2 32 1/2

------Bust Sizes------Women's XS S M L XL 2XL ------Neck (1) 14 14 3/4 15 1/2 16 1/4 17 17 3/4 1/2 Chest (2) 19 20 1/2 22 23 1/2 25 26 1/2 Sleeve (3) 31 31 3/4 32 1/2 33 1/4 34 34 3/4

1) Neck measurement taken from center of collar button to front cut end of buttonhole with collar laid flat. 2) Chest measurement taken from folded edge to folded edge at base of armhole with shirt buttoned and laid flat. 3) Long Sleeve length measurement taken from center back at collar stand seam, diagonally across back along sleeve to bottom edge of shirt. Men's measurement to be equal to marked size plus 1/2 inch. Short (31 - 32) = 32 1/2, Regular (32 1/2 - 33 1/2) = 34, Long (34 - 35) = 35 1/2, X-Long (35 1/2 - 36 1/2) = 37. Women's measurements as shown. 4) Back Length taken at center back from collar setting seam to bottom edge of shirt for all sizes. Men's Regular: 32 1/2 Men's Tall: 34 1/2 Women's Regular: 28 1/2

OTHER REQUIREMENTS:

STANDARD SAMPLE: In all details not specifically described herein, tailoring, styling, construction, materials, and the components shall conform to the standard sample.

BID SAMPLE: Samples must be provided at the time of the bid opening.

63 TESTING BID SAMPLE: Samples submitted by bidders will be compared for tailoring, styling, construction, materials, and components with the standard sample on file with the department. Nonconformity of the sample to the specification will be cause for rejection. Any sample by a bidder may be subjected to such test or tests by any Testing Laboratory as the Contracting Officer may select. All costs in connection with any such tests shall be paid for by the bidder.

COUNTRY OF ORIGIN: The garment must be manufactured entirely in the United States of America from fabrics and materials manufactured entirely in the United States of America.

STOCK PRODUCT: To insure availability of style and color for the purpose of maintaining departmental uniformity for future purchases, bidders must provide evidence in the form of catalogs, price lists, or similar written material that this item is currently available on an "as needed" basis. The bid sample must be provided from current manufacturer's stock of the specified style. The successful bidder will be required to provide a full size run of try-on garments within 10 days for agency approval, sizing of personnel, and for further evidence of in-stock availability.

WARRANTY: Coverage: Manufacturer agrees to warrant to the original purchaser that the product will be free from defects in materials and workmanship for a period of one (1) year from date of purchase.

Service: Should a covered product become defective during the warranty period, simply return it to the manufacturer with dated proof of purchase. The manufacturer agrees to repair or replace at its option any item determined to be defective and will return to purchaser at no charge.

Limitations: This warranty does not cover normal wear and tear, improper cleaning, damage from chemicals, fire, misuse, accident or negligence. This warranty only applies to the original purchaser of the covered product and is not transferable.

GROUP A-12.5 and A-12.6

SOMERSET COUNTY SHERIFF’S OFFICE K-9 BDU SHIRT SPECIFICATIONS

TYPE:

Blauer Model #8703 Black BDU Uniform Shirt. Department and K-9 patches to be affixed to both shoulders. “Sheriff K-9” to be affixed to the back of shirt 10”x8” to be embroidered on back with same color yellow thread as in department patch.

64 GROUP A-13.5

BLACK, POWDER FREE, NITRILE EXAM GLOVE

NITREX ® EXAMINATION GLOVE: Powder Free, Non-Sterile, Textured Nitrile

INTENDED USE: Medical activities (except surgery) to reduce contamination between patient and examiner where glove powder should be avoided.

MATERIAL: Nitrile

OUTER SURFACE: Free from glove powder

DONNING POWDER: No donning powder is used

COMPONENTS: 100% Acrylonitrile-butadiene (nitrile), a synthetic co-polymer

SHAPE: Ambidextrous, straight fingers, thumb and fingers in one plane. Beaded cuff.

SIZES: Small (S), Medium (M), Large (L), Extra Large (XL)

COLOR: Black

MARKING: Gloves are not marked to designated size. Interior boxes are size specific and marked on top and ends of box.

PACKAGING AND LABELLING: 100 pieces per box, 1000 pieces per case

Reorder Numbers: MGC – 100 Small MGC – 110 Medium MGC – 120 Large MGC – 130 XLarge

CONTROL NUMBER: Each packing unit (dispenser box) and outer carton bears a unique Control/Lot number. Records are kept to assure product quality and consistency.

65 QUALITY CHARACTERISTICS: A. Physical Dimensions Width Small 80-85 mm +/- 5mm Medium 95mm +/- 5mm Large 106-111mm +/- 5mm X-Large 114-116 mm +/- 5mm Length S-XL 230-240 mm Thickness Cuff 3.2-4.0 mil Palm 4.0 mil Finger Tips 4.8-5.0 mil B. Physical Properties Tensile Strength Before Aging 12.5-14 MPa Minimum After Aging 12.5-14 MPa Minimum Elongation Before Aging 500-700% Minimum C. Performance Requirements Water tight AQL<=4.0 Dimension AQL<=4.0 Physical Properties AQL<=4.0

PERFORMANCE REQUIREMENTS FOR QUALITY CHARACTERISTICS: For reference purpose in accordance with ISO 2859 Sampling Procedures and Tables Inspection Attributes:

INTERNAL ATTRIBUTIVE RELEASE INSPECTION: Sampling for examination in accordance with ISO 2859 Sampling Procedures and Tables for inspection by Attributes. If several defects are found on one glove, only the most serious defect (i.e. lowest category) is evaluated. The acceptance criteria are based on the number of defectives observed in a sample.

PIN HOLES AND VISUAL DEFECTS: Assurance Action Sampling Inspection by destructive and visual test procedures

FINAL GLOVE RELEASE: Sampling Inspection AQL<=4.0 for leaks AQL<=4.0 for leaks and visual defects aggregated Inspection Level I, normal inspection, multiple sampling Assurance Action U.S. FDA “Sample plans and test method for leakage defects: adulteration” (21CFR Part 800.20) April 1, 1993 ASTM D-5151-99 “standard test method for detection of holes in medical gloves.

GOOD MANUFACTURING PRACTICE: The gloves are manufactured in compliance with the Current Good Manufacturing Practice (GMP) requirements in the United Stated of America as appropriate for patient examination gloves (Federal Register, Part 820).

ISO 9000: Quality System Certified to International Standards Organization 9002. Model for Quality Assurance in Production, Installation and servicing. Accreditation Number: QSC-4674

66 GROUP A-15

STAFF SHIRTS

EMBROIDERED:

White, Black or Navy S/S Staff Shirts Pine Island Style #810 or Equal, Embroidered Star On Left Breast, Embroidered Rank and Name ½ inch high block lettering on right breast, embroidered collar brass by rank ½ inch high. All embroidered work gold in color to match department patch.

White, Black or Navy L/S Staff Shirts Pine Island Style #839 or Equal, Embroidered Star On Left Breast, Embroidered Rank and Name ½ inch high block lettering on right breast, embroidered collar brass by rank ½ inch high. All embroidered work gold in color.

EMBROIDERED PATCHES:

White, Black or Navy S/S Staff Shirts Pine Island Style #810 or Equal, Star Patch on Left Breast, Name Plate (1 inch high) with embroidered Rank and Name ½ inch block lettering (stitch and patch to match shirt color), collar patch ¾ inch to match shirt color with embroidered rank ½ inch.

White, Black or Navy L/S Staff Shirts Pine Island Style #839 or Equal, Star Patch on Left Breast, Name Plate (1 inch high) with embroidered Rank and Name ½ inch block lettering (stitch and patch to match shirt color), collar patch ¾ inch to match shirt color with embroidered rank ½ inch.

TACTICAL:

5.11 Tactical Polo, all available colors, S/S with 2 ½” Subdued Departmental Patch embroidered on left breast with either “SPECIAL RESPONSE” or “CORRECTIONAL RESPONSE” arched over top of patch and “TEAM” horizontal below patch, (see picture).

5.11 Tactical Polo, all available colors, L/S with 2 ½” Subdued Departmental Patch embroidered on left breast with either “SPECIAL RESPONSE” or “CORRECTIONAL RESPONSE” arched over top of patch and “TEAM” horizontal below patch, (see picture).

5.11 Professional Polo, all available colors, S/S with 2 ½” Subdued Departmental Patch embroidered on left breast with either “SPECIAL RESPONSE” or “CORRECTIONAL RESPONSE” arched over top of patch and “TEAM” horizontal below patch, (see picture).

5.11 Professional Polo, all available colors, L/S with 2 ½” Subdued Departmental Patch embroidered on left breast with either “SPECIAL RESPONSE” or “CORRECTIONAL RESPONSE” arched over top of patch and “TEAM” horizontal below patch, (see picture).

67 TACTICAL POLO

Embroidered in Gray & Black on left breast

GROUP A-15.3 & A-15.4

SHERIFF’S OFFICER’S CLASS B RAID/STAFF SHIRT

MATERIAL: 100% Cotton Pique Knit 8.4 oz. Full Cut

COLOR: Black

SIZE: Long and Short Sleeve S to XXL

FEATURES:

SHERIFF in gold letters on back (3” high X 13 “ long) In gold heat applied Lettering. (NO SCREEN PRINTS)

3 M Brand reflective stripe ( 1” high X 13 “ long) Sewn above and below SHERIFF (NO HEAT APPLIED)

Hat Patch full color 3” sewn on left breast. (NO SCREEN PRINT)

68 GROUP A-16.6

SHERIFF’S OFFICER K-9 UNIT DUTY JACKET

5.11 Tactical Series Fleece Lined Duty Jacket (Black) #48002

MARKINGS:

Must have grey reflective lettering affixed to rear pull down panel (7” H X 10” W) to read SHERIFF K-9 on two lines; SHERIFF K-9

K-9 star patch (Supplied by us) to be affixed to a backing and then affixed to pull down badge panel on left breast. Grey reflective lettering affixed to right breast pull down panel to read SHERIFF (5” X 5”).

All lettering to be plain block, and sized to fit designated panels.

GROUP A-18

SOMERSET COUNTY JAIL INMATE UNIFORM SPECIFICATION

SHIRT:

FEATURES: *Industrial finish cotton/polyester blend *Easy-care permanent press *Nonbinding V-neck *Raglan short sleeves *One breast pocket *Hemmed sleeves and bottom

SIZES: S to 10XL

COLORS: Orange, White, Olive Green, Red, Tan, Navy, Gold, Med Blue, Lt Gray, Brown

LETTERING: All lettering included in unit price of shirt. (S.C.J.) - 4" Lettering on Back.

4" White lettering on all Blue, Green, Red and Brown Shirts. 4" Black lettering on all Orange, White, Tan, Gold, Med Blue and Lt Gray Shirts.

TROUSER:

FEATURES: *Industrial finish cotton/polyester blend *Easy-Care permanent press *Pull-on style *No pockets *Elastic waistband, no drawstring *Hemmed bottoms

69 SIZES: S to 10XL

COLORS: Orange, White, Olive, Green, Red, Tan, Navy, Gold, Med Blue, Brown & Lt Gray

LETTERING: All lettering included in unit price of trouser. (S.C.J.) 4" Lettering on Front-Right Leg.

4" White Lettering on all Blue, Green, Red and Brown Trousers. 4" Black Lettering on all Orange, White, Tan, Gold Lt Gray, Med Blue Trousers.

CAPS:

FEATURES: *Mesh back *One color per dozen *Weight: 3 lbs / dz.

SIZE: One size fits all

COLORS: Orange and White

LETTERING: All lettering included in unit price per dozen.

(S.C.J.) 4" Lettering on front

4" Black lettering on all caps.

70 GROUP B

DEPT. PUBLIC WORKS - TRANSPORTATION DIVISION

The following items will be awarded on a line item pricing basis. A sample of the proposed item in each size listed in the bid specification shall be provided upon request. Where appropriated color swatches shall be provided.

GROUP B-1 UNIFORM-SHIRTS

GROUP B-1.1 Shirts - Long Sleeve –Mfg. Ultra Club or Eq – 60% cotton 40% polyester. Wrinkle free, button down collar, shirttail hem, left breast pocket. Machine washable. Logo on left chest, County Screened Logo in the color scheme as provided in the bid spec. Color: Light Blue Size: Men’s Reg S-XXL Women’s Reg S-XL Big 2X-5X Big 2x-4x Tall M-XXL

GROUP B-1.2 Shirts – Short Sleeve Same as Long Sleeve Men’s and Women’s color and sizes Logo on left chest, County Silk Screened Logo in the color scheme as provided in the bid spec.

GROUP B-1.3 Staff Shirt –Short sleeve: - Mfg. Devon & Jones Style D100 or Eq. Stain resistant 100% Peruvian Pima interlock cotton, Preshrunk. Wrinkle, fade and pill free. Fabric weight 6 oz. per square yard. 3 button placket, covered neck seams, reinforced shoulders, bottom hem straight with side vents. County Silk Screened Logo in the color scheme as provided in the bid spec. Color: Navy Blue Size: Men’s Reg M-XXL Women’s Reg S-4XL Big 2X-5X Tall M-XXL

GROUP B-1.4 Staff Shirt Long Sleeve Men Port Authority shirt style K500LS or Eq. Three-button placket, flat knit collar, buttons made with durable metal, finished with plastic rims that have been dyed to match the shirt. Bottom hem and sleeves refinished with double-needle construction that lends extra durability and fray-resistance to the construction. County Silk Screened Logo in the color scheme as provided in the bid spec. Color: Navy Blue Size: XS–6XL

71 GROUP B-1.5 Staff Shirt Long Sleeve- Women Port Authority shirt: Navy Blue Polo Shirt L500LS RYL specs same as Men’s staff shirt. County Silk Screened Logo in the color scheme as provided in the bid spec. Color: Navy Blue Size: XS-4XL

GROUP B-1.6 T-Shirt Work Wear or Equal Woven Tape Sewn into the seams of the shoulder and neck, heavy duty 5.7 oz. 100% combed cotton, double stitch hem and pockets, longer body length, generous cut, fuller arm opening, shrink resistant, oversized chest pocket, made in U.S.A. County Silk Screened Logo in the color scheme as provided in the bid spec. Color: Navy Size: S-4XL

GROUP B-1.7 Full Zip Fleece Full Zip Fleece Full Zip – Mfg Port Authority Value Fleece Jacket F217 or Eq. 100% polyester Min 13.8 oz. Logo: “SOMERSET COUNTY” shall be embroidered in white block lettering with “TRANSPORTATION” embroidered in white block lettering centered underneath “SOMERSET COUNTY” on the left chest of the fleece. Color: Navy Size: S-6XL

GROUP B-1.8 Full Zip Fleece Vest Full Zip – Mfg Port Authority Value Fleece Vest F219 or Eq. 100% polyester Min 13.8 oz. Logo: “SOMERSET COUNTY” shall be embroidered in white block lettering with “TRANSPORTATION” embroidered in white block lettering centered underneath “SOMERSET COUNTY” on the left chest of the vest. Color: Navy Size: S-6XL

Silk Screens/Logo: Silk Screens to match County logo colors and design as shown below. Block letters will be provided on those items where indicated in the specifications. The color of the lettering will be White as indicated in this specification. Examples of silk screens/logos to be supplied are contained in the specifications below. No additional payment for the Silk Screen/Logo will be made outside of the unit price bid by the vendor.

Transportation

** (Color of logo to match county Branding Logo) **

72 GROUP B-2 COATS, JACKETS and HEAD GEAR

GROUP B-2.1 Spring Jacket Mfg: Harriton Men’s Echo Soft Shell Jacket M780 or Eq. 8.5 oz. 3-Layer 90% polyester, 10% bonded to 100% polyester with reflective at front and back yoke. Machine Washable with County Silk Screened Logo in the color scheme as provided in the bid spec. Color: Dark Navy Size: Small to 6XL

GROUP B-2.2 Winter Jacket- Hooded DESCRIPTION: Tact Squad® Security Parka or Equal. Extended length, side vents for easy access to pockets, inside storm flap to inhibits water penetration behind the zipper, quilted lining, plush pile collar and a removable quilted hood with draw cord. MATERIAL: 100% Nylon Shell, Machine washable Color: Dark Navy Size: Small to 6XL

GROUP B-2.3 Rain Jacket Mfr. Tingley Class 3 Vision Jacket J23122 or Eq. 4 oz. Polyurethane on 150D Polyester. The jacket shall be a high visibility, waterproof, breathable, multipurpose jacket with full cut shoulder construction with 90 degree sleeve-to-body-angle. The jacket shall have a storm fly front with snap closure and an attached hood in collar, hook and loop sleeve take-up straps, and two (2) patch pockets. Jacket shall meet ANSI/ISEA 107 Type R, Class 3 compliance standards. Color: Fluorescent Yellow-Green Size: Small to 6XL

GROUP B-2.4 Knit Caps (Beanies) Port Authority Red R-Tek Stretch Fleece Beanie, 95/5 poly/spandex R-Tek® stretch fleece or Equal. Logo: “SOMERSET COUNTY” shall be embroidered in white block lettering on the front of the hat, with “TRANSPORTATION” embroidered in white block lettering centered underneath “SOMERSET COUNTY”. Color: Blue Size: One Size

73 SUBMIT ONE PRICE FOR ALL SIZES (This applies to all items and failure to comply will disqualify bidders)

GROUP C: PUBLIC WORKS (Engineering Division)

SUPPLEMENTARY INSTRUCTIONS TO BIDDERS

1. Groups: The following are the group items covered by the terms of this contract:

Group C- 1 Coveralls Group C- 7 PVC Water Proof Boots Group C- 2 Coats & Jackets Group C- 8 Shirts & Pants Group C- 3 Hooded Parka Group C- 9 Headwear Group C- 4 Staff Shirts Group C- 5 Jean Trouser Group C- 6 Rain Gear

2. ITEMS & SPECIFICATION: Attached to this proposal is an itemized list by group. Award of this contract shall be on a line item basis to the lowest responsible bidder for each item as listed on the Proposal Form.

For items that must meet the requirements/specifications of a particular manufacturer, and/or model number, THE COUNTY ALONE SHALL DETERMINE IF THE ITEM SUBMITTED IS AN APPROVED EQUAL.

3. CONTRACT AWARD: The low bidder, meeting the contract requirements and specifications will be awarded a contract to supply LINE ITEM(S) at the unit price bid for the term of the contract commencing the first day of the month following award.

4. QUANTITIES: It is understood by all parties that no guarantees are made as to items or quantities, if any, to be purchased and that the prices bid shall prevail for the life of the contract regardless of the dollar amount expended.

THE ESTIMATED QUANTITIES PROVIDED ARE BASED ON EXPECTED USAGE AND ARE PROVIDED FOR INFORMATION AND BID COMPARISON PURPOSES ONLY.

In order to insure that employees of Somerset County receive uniforms for which they have been fitted and have available to them the ability to have alterations or modifications made to uniforms they receive without unnecessary inconvenience to the employee or to Somerset County, the successful bidder shall be required to adhere to the following conditions:

1) The successful bidder shall either have or provide a place of business within (15) miles of Somerville to initially fit the employee for uniforms, or shall fit the employees for uniforms at any of the following locations as designated by the County:

Somerset County Administration Bldg. 20 Grove St. Somerville, NJ 08876

Recycling Center 40 Polhemus Lane Bridgewater, NJ 08807

74 Central Maintenance Facility 750 E Main St Bridgewater, NJ 08807

South County Public Works Facility 410 Roycefield Rd Hillsborough, NJ 08876

(2) Following the delivery of any finished uniforms to Somerset County for issuance to its employees, the successful bidder shall provide an opportunity to any employee to have modifications or alterations made to any uniform which does not properly fit which shall take place at one of the locations listed in paragraph (1) above. Any necessary alterations or modifications shall be done within (72) hours of any request made by an employee, and no payment shall be made or authorized for any uniform(s) until they have been received and determined to be properly tailored. Somerset County alone shall determine if the uniforms are properly tailored.

(3) The successful vendor shall demonstrate that they have a sufficient facility, equipment, stock, and labor to carry out the term of the contract and specifications. The County of Somerset reserves the right to inspect the facility prior to award of contract in order to determine if the facility, equipment, stock and labor are sufficient to carry out the terms of the contract and specifications.

5. SILK SCREENS/LOGOS: Silk Screens and Logos to be done in script upon request and also block letters will be provided on those items where indicated in the specifications. The color of the silk screens/logos will be WHITE (exception: white shirts will have a BLACK silk screen/logo). Examples of silk screens/logos to be supplied are contained in the specifications. No additional payment for the Silk Screen/Logo will be made outside of the unit price bid by the vendor.

6. PACKAGING & DELIVERY: Uniforms and other items shall be packaged individually for each employee and labeled with the employee’s name. Uniforms and all other items shall be delivered to the employee’s division headquarters as indicated on purchase orders received.

7. SIZES: No price adjustment will be permitted for differentiations in sizes.

SPECIFICATIONS

In all cases where a brand name is stated, it is understood that the intent of the specifications is to read “or equal”. Specifications for items not included in this section are included on the proposal forms.

GROUP C-1 - COVERALLS:

C-1.1 COVERALL MATERIAL: 10 oz. Fisher Cloth or 8 oz. twill, 100% cotton, preshrunk. COLOR: Navy Blue SIZE: Small to 56 Long DESCRIPTION: Red Cap Brand Coverall #CT10, industrial wash, concealed gripper front or concealed button front gripper at neck, one piece to stitched to collar, two piece cuffs with sleeves and gripper closure (button front has button closure), two set in front pockets, two

75 patch hip pockets, two breast pockets, rule pockets, side vent openings, sized to be worn over clothes, felled inseams, safety stitched out seams.

C-1.2 COVERALL- QUILT LINED BIB OVERALL WITH ZIPPER LEG TO KNEE OR EQUAL MATERIAL: 12 oz. 100% cotton duck with plied yarns. COLOR: Brown SIZE: Small to 54 Regular, Small to 54 Long DESCRIPTION: Carhartt Brand #BQ quilt lined bib overall with zipper leg to knee, water repellent, high back with elastic in the suspenders, two pockets and hammer loops, reinforced back pockets, double knees, heavy duty leg zippers open to knee with protective windproof flaps, brass plated rivets at all vital stress points, lined with durable black nylon quilted to 8 oz. of polyester. Average unit weight regular = 4lbs., Big - 5 lbs.

C-1.3 COVERALL- BROWN DUCK ZIPPER-LEG INSULATED MATERIAL: 12 oz. 100% cotton duck with plied yarns. COLOR: Brown DESCRIPTION: Carhartt Brand #996QZ Brown Duck Zipper-leg insulated coverall. Heavy duty two-way zipper front, lined with durable red nylon quilted to polyester, bi-swing action back, water repellent (retreat after washing or dry cleaning), corduroy collar, two waist and cuff adjustments, leg zippers to waist, two front zip pockets, two side pockets, two reinforced hip pockets, collar snaps to accommodate hood.

C-1.4 COVERALL- ZIP-TO-WAIST LINED COVERALL MATERIAL: 12 oz. 100% Cotton Duck Lining 100% Nylon with Polyester fill. COLOR: Brown SIZE: Small to 54 Regular, Small to 54 Long DESCRIPTION: Snaps under the collar for hood attachment, chest pockets with covered zip closure, knitted storm cuffs, zippers to waist with storm flap that snaps, snap take up at sleeve and leg openings.

C-1.5 COVERALL- INSULATED CARHARTT X02 OR EQUAL MATERIAL: 12 oz. firm-hand, 100% ring-spun cotton duck 100% with a nylon quilted to arctic-weight polyester lining. COLOR: Brown DESCRIPTION: Made of 12 oz., firm-hand, 100% ring-spun cotton duck 100% with a nylon quilted to arctic-weight polyester lining with multiple tool and utility pockets, hammer loop, corduroy top collar with snaps under collar for optional hood, ankle-to-waist, two-way leg zippers with protective wind flaps and snap closures, and triple-stitched main seams. It also has a split back with bi-swing for comfort, rib-knit storm cuffs, pleated elbows for ease of movement and pencil slots on the left sleeve. Double knees with cleanout bottoms can accommodate knee pads.

C-1.6 COVERALL- BIBS CARHARTT R02 OR EQUAL MATERIAL: 12 oz., heavy-duty cotton duck, it has a 100% nylon quilted, polyester mid weight lining DESCRIPTION: Made of 12 oz., heavy-duty cotton duck, it has a 100% nylon quilted, polyester mid weight lining. It features a zippered fly, leg zippers that open to knee with protective wind flap, multiple tool and utility pockets, and a hammer loop. It also has triple- stitched main seams, metal rivets at stress points, and double knees to accommodate knee pads.

76 GROUP C-2 COATS & JACKETS

C-2.1 WINTER COAT- QUILT LINED TRADITIONAL STYLE MATERIAL: 12 oz. 100% Cotton Duck plied yarns. COLOR: Brown SIZE: Small to 58 Regular, Small to 54 Tall DESCRIPTION: Carhartt brand #CQ quilt lined traditional style winter coat, water repellent (re-treat after washing), lined with durable black nylon quilted to 8 oz. of polyester, corduroy collar with snaps to accommodate optional hood, heavy duty zipper front with protective windproof flap with hook and loop closures, bi-swing action back, extra-large front combination pockets, hook & loop closure on chest pocket flaps, waist drawstring, pleated sleeves, recessed knit storm cuffs.

C-2.2 JACKET- THERMAL LINED ACTIVE MATERIAL: 12 oz. 100% Cotton Duck with plied yarns. COLOR: Brown, Navy Blue, Black SIZE: Small to 58 - 60 Big DESCRIPTION: Carhartt Brand #JR, thermal lined active jacket, water repellent (re-treat after washing), 9 oz. 100% polyester thermal lining, attached thermal lined hood with drawstring attachment, heavy duty zipper front, front hand warmer pockets, heavy duty rib knit cuffs and bottom.

C-2.3 COAT- BROWN DUCK BLANKET LINED MATERIAL: 12 oz. 100% Cotton Duck with plied yarns. COLOR: Brown SIZE: 34 to 60 Regular, 38 to 54 Long DESCRIPTION: Carhartt Brand #6BLC brown duck blanket lined coat, action cut with bi- swing back, set in sleeves, two adjustment cuff closures, button front, corduroy collar, four patch pockets breast pocket with button flap, inside safety pocket, heavy duty blanket lining, collar snaps to accommodate hood.

C-2.4 JACKET-LINED WITH WESTERN YOKE MATERIAL: 12 oz. 100% Cotton Duck with plied yarns. COLOR: Navy Blue, Black, Brown SIZE: Small to 4XL DESCRIPTION: Carhartt Brand #JQ lined jacket with western yoke, water repellent (re- treat after washing), heavy duty zipper front with protective windproof lap, two front pockets with snap closure, heavy duty rib knit cuffs and bottom.

C-2.5 HOOD DESCRIPTION: Carhartt Brand # 6QLH snap on hood.

C-2.6 WINDBREAKER JACKET MATERIAL: Light lined cotton flannel all season nylon jacket. COLOR: Navy, Red, Green, Burgundy, Royal, Black SIZE: Small to 5XL DESCRIPTION: Rennox Brand light lined (cotton flannel) all season nylon warmup jacket, set in sleeve, snap front, slash pockets, elastic cuffs, drawstring waist. Silk screen located in area of left breast pocket area (as indicated).

C-2.7 SHERPA LINED OXFORD NYLON WINDBREAKER MATERIAL: Sherpa lined oxford nylon warm-up jacket. COLOR: Navy, Burgundy, Green, Red, Royal, Black SIZE: Small to 4XL DESCRIPTION: Sherpa lined oxford nylon warm-up jacket, raglan sleeve, snap front, slash pockets, elastic cuffs, drawstring waist. Silk screen located on left breast pocket area of jacket (as indicated).

77 C-2.8 LINED DUCK JACKETS MATERIAL: 12 oz. Duck 100% cotton, lining: 60% acrylic / 40% polyester. COLOR: Dark Green, Brown, Black SIZE: Medium to 3XL DESCRIPTION: Waist-length, blanket lined jacket with a corduroy collar, zip front and chest pocket, and bi-swing back. Adjustable waist tabs and two hand warmer pockets.

C-2.9 BLANKET LINED JACKETS DESCRIPTION: Warm blanket lining, corduroy collar, button front, sturdy seams, and knit storm cuffs for warmth and comfort. Full cut. SIZE: Medium to XL MATERIAL: 12 oz. fine weave denim, 100% cotton, lining: 60% acrylic / 40% polyester. COLOR: Blue MATERIAL: 10 oz. duck 100% cotton, lining: 60% acrylic / 40% polyester. COLOR: Brown, Black MATERIAL: 10 oz. over dyed duck, 100% cotton, lining: 60% acrylic / 40% polyester. Garment Washed. COLOR: Hunter Green, Bark

C-2.10 ORIGINAL TITAN PARKA COLOR: Charcoal, Red, Dark Navy, Spruce, Bottle Green, Brown, Orange SIZE: Regular 32-46, 48 & 50, 52/54, 56/58 DESCRIPTION: Shell is spark & static resistant, winter-weight hollofil insulation, underarm offer freedom of movement, 34" long. Wash or dry clean.

C-2.11 TITAN MODULAR JACKET COLOR: Dark Navy, Spruce, Brown SIZE: Regular 34-46, 48 & 50, 56/58 DESCRIPTION: Can be worn alone as an iron-tough windbreaker, or with any one of three modular zip-in-liners (0802 hollofil quilted vest, 0804 hollofil sleeved liner, or P0806 900 gram thinsulate sleeved liner). Cloth shell is iron tough and static resistant. Lined with high strength, wind resistant 2-ply nylon, 28" long. Wash or dry clean.

C-2.12 TITAN SNORKEL COLOR: Dark Navy SIZE: Regular 34-46, 48 & 50, 52/54 DESCRIPTION: Cloth shell is spark & static resistant. Super winter-weight hollofil insulation protects to 40 degrees below. Genuine coyote fur trimmed snorkel hood. Large inside/outside storm flies, surrounding the zipper. 34" long, DRY CLEAN ONLY.

C-2.13 PANEL FRONT JACKET MATERIAL: 7 1/2 oz. twill, 65% polyester, 35% combed cotton. COLOR: Charcoal Grey, Chocolate Brown, Navy, Spruce Green SIZE: Small to 4XL DESCRIPTION: Zipper front with brass zipper. Straight set-in pockets, & pencil pocket on left sleeve. Permanent quilted lining, polyurethane fill.

C-2.14 LINED SLASH POCKET EISENHOWER JACKETS MATERIAL: 7 1/2 oz. vat dyed twill, 65% fortrel polyester, 35% combed cotton. COLOR: Charcoal Grey, Chocolate Brown, Navy, Spruce Green SIZE: Small to 4XL DESCRIPTION: Slash front pockets & pencil pocket on left sleeve. Permanent quilted black lining, polyurethane fill. Heavy duty brass zipper front closure. Adjustable tabs at waistband to become form fitting.

C-2.15 UNLINED SLASH POCKET EISENHOWER JACKETS MATERIAL: 7 1/2 oz. twill, 65% fortrel polyester, 35% combed cotton COLOR: Charcoal Grey, Navy SIZE: Small to 4XL

78 DESCRIPTION: Slash front pockets & pencil pocket on left sleeve. Heavy duty brass zipper track for attaching the quilted liner. Adjustable tabs at waistband to become form fitting.

C-2.16 HOODED JACKET MATERIAL: 10 oz. high performance duck, 100% cotton, 6 oz. polyester fill quilted to nylon taffeta lining COLOR: Brown DESCRIPTION: Dickie Brand High Performance Duck Hooded Jacket #33-239, inside pocket, three-piece drawstring hood, ribbed knit cuffs and bottom, convenient hand warmer pockets, triple needle construction, water repellent finish. SIZE: Medium – 5XL TALL

C-2.17 HIGH VISIBILITY CLASS 3 WATERPROOF JACKET MATERIAL: 600 Denier, 100% polyester shell, 100% polyester mesh lining, 100% nylon taffeta lining COLOR: Bright Lime DESCRIPTION: Carhartt Brand Style #J171 High Visibility Class 3 Waterproof Jacket, ANSI Class 3, Level 2 compliant jacket. 600 denier, 100% polyester shell with a water- repellent finish, waterproof membrane, fully taped seams, interior stretch polyester storm cuffs, and waterproof zipper closures and storm flaps. 100% polyester mesh lining in the body and 100% nylon taffeta lining in sleeves and hood. Removal three-piece hood with adjustable drawcord. Premium 3M Scotchlite retroreflective taping. SIZE: Medium – XXL

C-2.18 HIGH VISIBILITY CLASS 3 THERMAL LINED HOODED ZIP-FRONT SWEATSHIRT MATERIAL: 10 oz., 100% polyester with 100% polyester thermal lining COLOR: Bright Lime DESCRIPTION: Carhartt Brand Style J166 High Visibility Class 3 Thermal Lined Hooded Zip-Front Sweatshirt, ANSI Class 3, Level 2 compliant sweat. 10 oz., 100% polyester with 100% polyester thermal lining, attached thermal lined, three-piece hood, premium 3M Scotchlite retroreflective taping. Brass zipper, front hand-warmer pockets. SIZE: Small – 5XL TALL

C-2.19 DUCK VEST, QUILT-LINED MATERIAL: 12 oz., firm-hand, 100% ring-spun cotton duck with nylon lining COLOR: Brown DESCRIPTION: Carhartt Brand Style V01 Duck Vest/Arctic Quilt Lined, 12 oz., firm-hand, 100% ring-spun cotton duck with nylon lining quilted to arctic-weight polyester insulation, zipper front with inside wind flap, inside pocket with hook-and-loop closure. SIZE: Small – 5XL TALL

C-2.20 WINTER COAT CARHARTT C01 OR EQUAL MATERIAL: 12 oz., 100% cotton duck, it features a corduroy collar DESCRIPTION: With a blanket-lined body and quilted nylon-lined sleeves. Made of rugged 12-ounce, 100% cotton duck, with a corduroy collar with under-collar snaps to accommodate an optional hood. There’s an inside pocket, two chest pockets and two large lower front pockets. Main seams are triple-stitched and riveted. And, a split-back with bi- swing design ensures ease of movement. Replaces style C01 with sizes Small - 5XL

C-2.21 WINTER COAT CARHARTT J02 OR EQUAL MATERIAL: 12 oz., 100% ring-spun cotton duck and insulated with an arctic-weight quilted nylon polyester lining.

79 DESCRIPTION: With 12 oz., 100% ring-spun cotton duck and insulated with an arctic- weight quilted nylon polyester lining. The corduroy collar has under-collar snaps to accommodate an optional hood, and rib-knit storm cuffs provide added warmth. There are two deep hand-warmer pockets, and two convenient inside pockets. A split back along with pleated elbows enhances ease of movement. Replaces style J02 with sizes Small - 3XL

C-2.22 SAFETY VEST PETRA-ROC #LVM2-LPSV MATERIAL: Class II, all lime/yellow mesh vests DESCRIPTION: 5-point break-away with Velcro closures and hook and loop, 2” silver reflective tape, meets ANSO/ISEA 107 class II and 207-2006 standards, two adjustable size ranges available: Regular Small-XL (40”-52”); Plus 2X-5X (52”-64”).

C-2.23 CLASS 3 SAFETY VEST MATERIAL: Class III Lime Mesh Safety Vest, 100% Polyester DESCRIPTION: Zipper front closure with 2” wide reflective stripes on 4” wide contrasting tape 6 pockets total: 2 pen/tool pockets, 2 flap pockets, and 2 inside pockets, Size range available: Medium – 5XL

GROUP C-3 - HOODED PARKA

C-3.1 HOODED RAIN PARKA MATERIAL: Vinyl coated nylon COLOR: Navy exterior with yellow interior SIZE: Small to XL DESCRIPTION: Vinyl coated nylon, full zippered parka with snap closure, three (3) snap pockets, attached drawstring hood, adjustable snaps at cuffs.

GROUP C-4 - SHIRTS

C-4.1 STAFF SHIRTS MATERIAL: 100% combed cotton SIZE: Small to 3XL Long COLOR: Green, Navy, Maroon, Black, Red, White, Lime/Yellow, Purple, Fluorescent Orange DESCRIPTION: Jersey brand with deep pocket & silk screen (as specified) above left breast pocket.

C-4.2 STAFF SHIRTS MATERIAL: 100% combed cotton SIZE: Small to 3XL Long COLOR: Green, Navy, Maroon, Black, Red, White, Lime/Yellow, Purple, Fluorescent Orange DESCRIPTION: Jersey no pocket & silk screen (as specified) above left breast pocket.

GROUP C-5 – JEAN TROUSER

C-5.1 JEAN TROUSER, STYLE 9393V FOR TRAFFIC SAFETY FABRIC: 100% cotton, 14 oz. denim. CLOSURE: Heavy duty brass zipper, serged raw edges and zipper tape together, button and buttonhole at top. FRONT POCKETS: Two western style made from pocketing and body material. Attached with double needle . Tack top and bottom of pocket. Watch pocket clean finish with double needle lockstitch to right front pocket.

80 HIP POCKETS: Two with clean finish hem and attached with double needle lockstitch. Bartacked at top corner of pockets. BAND: One piece band set through folder with left end wrapped around fly. Double needle . BELT LOOPS: 1/2" wide x 3 1/2" long tacked on with bartack. Sizes 28-30 have five loops; Sizes 32-56 have seven loops. SEAM CONSTRUCTION: Side seam, seat seam and yoke-felled with double needle chain stitch. Inseam serged with wide gauge 5 thread serger. REINFORCED TACKS: Horizontal bartacks at corners of hip pocket openings. Stitch tacks at front pocket openings, tip & bottom, 1/4" from side seam, top left on watch pocket, folded edge of fly at top of join crotch stitch, above zipper stop across fly. BOTTOM: 1/2" clean finish hem with single needle lockstitch. LABEL: Care label attached to left yoke adjacent to seat seam under the band on inside of garment. Size label is attached on the care label. Pocket advertiser attached to right back pocket/swiftach advertiser attached to right side seam. UPC ticket attached to right back band. PACK: Flat fold, NO CREASE. One size per case. Packed 14 per case sizes 28-42; 12 each 44/52; 10 each 54-56.

C-5.2 DUCK WORK DUNGAREE- QUILT LINED CARHARTT #B10 OR EQUAL 12 oz., firm-hand, 100% ring spun cotton duck with plied yarns. Water-repellent (re-treat after washing). 100% nylon quilted to polyester mid-weight lining. Zipper fly. Buttons for suspenders. Two front quarter top pockets at waist. Right front has coin pocket. Two reinforced back pockets. Leg zippers open to knee with protective wind flap. Metal rivets at vital stress points.

C-5.3 WASHED DUCK WORK DUNGAREE CARHARTT #B11 OR EQUAL 12 oz., 100% ring spun cotton duck with plied yarns. Garment-washed for soft hand. Two front quarter top pockets at waist. Right front has coin pocket. Left leg has hammer loop & ruler pocket. Zipper fly. Two reinforced back pockets. Metal rivets at vital stress points.

C-5.4 WASHED DENIM WORK DUNGAREE CARHARTT #B13 OR EQUAL 11.75 oz., 100% cotton denim. Sits at natural waist, full seat and thigh, multiple tool and utility pockets, hammer loop, two reinforced back pockets, 19” leg openings. COLOR: Darkstone

C-5.5 WASHED DUCK DUNGAREE- FLANNEL LINED CARHARTT #B111 OR EQ 12 oz., 100% ring spun cotton duck with plied yarns. Garment-washed for soft hand. 65%-polyester/35%-cotton flannel lining. Two front quarter top pockets at waist. Right front has coin pocket. Two reinforced back pockets. Right leg has single tool pocket. Left leg has hammer loop & ruler pocket. Zipper fly. Bar tacks at vital stress points.

C-5.6 CANVAS WORK DUNGAREE- CARHARTT #B151 OR EQUAL 7.5 oz., 100% ring spun cotton canvas with plied yarns for added durability, Garment- washed for soft hand. Two front quarter top pockets at waist. Right front has coin pocket. Left leg has hammer loop & ruler pocket. Right leg has pocket for cell phone or tools. Work- sturdy belt loops and zipper. Utility band on right side seam.

C-5.7 CARHARTT JEANS B17 OR EQUAL MATERIAL: Made of tough, 15 oz. 100% cotton denim, it features two reinforced back pockets.

81 DESCRIPTION: Relaxed fit jean. Made of tough, 15 oz. 100% cotton denim, with two reinforced back pockets and a 15.25-inch tapered leg opening.

C-5.8 DICKIES JEANS FD231 OR EQUAL MATERIAL: Made of tough, 13 oz. 100% cotton denim, it features two reinforced back pockets. DESCRIPTION: Women’s cut, relaxed fit, Boot cut jean, Contour waistband w/ stretch interlining, Waist size from 2-24.

C-5.9 DICKIES STYLE 17293 STRAIGHT CUT 5 POCKET OR EQUAL DESCRIPTION: Men’s regular straight fit, 13.5 to 14 oz. denim, 100% cotton, Heavy duty brass zipper, deep front and back pockets, straight leg cut, SIZE: 30-48

C-5.10 LEES ORIGINAL STRAIGHT LEG STYLE 30718 OR EQUAL DESCRIPTION: Female cut, relaxed fit, 72% cotton, 27% polyester, 1% spandex, midrise, 5 pockets, stone washed, SIZE: 2-30W

GROUP C-6- RAIN GEAR

C-6.1 RAINSUIT JACKET MATERIAL: 100% waterproof and breathable heavy duty canvas outer fabric. DESCRIPTION: LaCrosse Typhoon Jacket, ANSI/ISEA 107-2004 CERTIFIED, ANSI Compliant, III Class, Style #1400 8000, 100% waterproof and breathable heavy duty canvas outer fabric, “Precision Fit Technology”, tuck-away 3 panel adjustable hood (hard hat friendly), two lower lined hand-warmer pockets with zipper closures, hook and loop wrist adjusters, water tight fall protection access under back cape. Waterproof, Hyper-Dri, Breathable, 3M Scotchlite-Reflective Material. SIZE: Medium to 4XL Long

C-6.2 RAINSUIT PANTS MATERIAL: 100% waterproof and breathable heavy duty canvas outer fabric. DESCRIPTION: LaCrosse Typhoon Pant, ANSI/ISEA 107-2004 CERTIFIED, ANSI Compliant, E Class, Style #1400 8120, 100% waterproof and breathable heavy duty canvas outer fabric, “Precision Fit Technology”, elastic waist band with draw cord adjuster, water tight pass through pockets allow access to underneath pant pockets, crotch for range of motion, hook and loop leg opening adjusters. Waterproof, Hyper-Dri, Breathable, 3M Scotchlite-Reflective Material. SIZE: Medium to 4XL Long

C-6.3 INDUSTRIAL STRENGTH RAIN OVERALLS WearGuard “Quad-Rubberized” Style 806 Waterproof 4-Layer Blend, Rustproof, Non-Conductive Snaps and COLOR: Yellow SIZE: S, M, L, XL, XXL, 3-XL, 4-XL

C-6.4 INDUSTRIAL STRENGTH RAIN PARKA WearGuard “Quad-Rubberized” Style 805, Waterproof 4-Layer blend, Rustproof, Non- Conductive Snaps and Buckles. COLOR: Yellow SIZE: S, M, L, XL, XXL, 3-XL, 4-XL

C-6.5 STORM STRIPES BRAND, Style RLS89 OR EQUAL Class 3 ANSI Compliant, 100% waterproof and breathable, three piece rain suit with reflective strips and snap closures, fluorescent lime, Class 3 ANSI Compliant. COLOR: High Visibility Green SIZE: Small – 5XL

82 C-6.6 TINGLEY ICON 3.1 PREMIUM, ANSI Compliant Breathable, Insulated High Visibility Jacket OR EQUAL 5.5 oz. Material Wt. – 12 Mil Thick Shell - 300g Fleece Liner with 3 in 1 Removable fleece liner; ANSI/ISEA 107 Class 3 compliant. COLOR: Fluorescent Yellow-Green background-2” silver reflective tape reflects light for 360° nighttime conspicuity. SIZE: Small - 4XL

C-6.7 TINGLEY VISION PANTS - Class 3 Waterproof, P23122 OR EQUAL ANSI 107 class 3 compliant; 2" silver reflective tape; 360º nighttime conspicuity; 100% waterproof; easy access cargo pockets; Velcro closure; taped seams; Velcro take-up straps on ankle; cargo pockets, COLOR: Fluorescent Green/Yellow SIZE: Small - 4XL

C-6.8 TINGLEY VISION - Class 3 Rain Jackets Style # J23122 ANSI 107 compliant; 7 mil thick; 2” silver reflective tape; 360 degree nighttime conspicuity; 100% waterproof; easy access cargo pockets with Velcro closures; full cut shoulder with 90 degree sleeve to body angle; roll-a-way hood in collar design; Velcro take-up straps on sleeves; breathable fabric; storm fly front seals out wind & rain, or equivalent, COLOR: Fluorescent Yellow/Green SIZE: Small - 5XL

GROUP C-7- PVC WATER PROOF BOOTS

C-7.1 Slush Boots, Over the Shoe, Sizes 10-16

C-7.2 General Purpose Knee Boots Cleated outsole, 15" High, Steel Toe, Black, Sizes 10-16

C-7.3 Hip Boots, Cleated outsole, 31" high Steel toe, Brown w/PVC on polyester knit skirt, Sizes 10-16

C-7.4 Industrial Strength Steel Toe Rubber Boots LaCrosse Ice-King #4222 or Equal, Color: Black. Sizes 7-16

C-7.5 Thorogood 14" HellFire WP/Insulated Rubber Steel Toe Boot or EQ ANSI/ASTM I75 & C75 Approved ASTM F 2413-05 M/I/75/C/75 Oversized Steel Toe Boot 14" Rubber Waterproof & Insulated Felt Fire Boot with Lug Sole Structural & Hazmat Certified Upper: Flame / Heat-Resisting Rubber Construction: Vulcanized Rubber / Shoe Fit Engineered Lining: 3.5mm Polyester Needled Felt with Heel Reinforcement Insole: Removable Superknit Covered Polyurethane Footbed Midsole: Stainless Steel Puncture Resisting Bottom Plate : Steel Triple Ladder Shank Outsole: Flame / Heat-Resisting White "Traction Lug" COLOR: Black & Yellow with Light-Reflecting Instep and Heel Patches. Sizes 7-16

C-7.6 PVC chest waders, steel toe, adjustable straps, reinforced suspender bottoms, built in belt loops with adjustable belt loops, Shoe Sizes 6-14

GROUP C-8 - SHIRTS & PANTS

C-8.1 WORK SHIRT- LONG SLEEVE MATERIAL: 6 oz. Equestrian twill, 65% Fortrel Polyester/35% Cotton. COLOR: Khaki, Charcoal, Silver Gray, White, Gulf Blue, Lincoln Green, Air Force Blue, Navy, Olive, Mahogany, Black

83 DESCRIPTION: Dickies Brand #575, Long, Sleeve, Left and Right Breast Pockets & silk screen (as specified) above left breast pocket. SIZE: Neck Size from 14-14 1/2 in. to 20-20 1/2 in. Sleeve Length from 32/33 in to 36/37 in.

C-8.2 WORK SHIRT- SHORT SLEEVE MATERIAL: 6 oz. Equestrian twill, 65% Fortrel Polyester/35% Cotton. COLOR: Khaki, Charcoal, Silver Gray, White, Gulf Blue, Lincoln Green, Air Force Blue, Navy, Olive, Mahogany, Black DESCRIPTION: Dickies Brand #1575, Short Sleeve, Left and Right Breast Pockets & silk screen (as specified) above left breast pocket. SIZE: Neck Size from 14-14 1/2 in to 20-20 1/2 in. Sleeve length from 32/33 in to 36/37 in.

C-8.3 WORK T-SHIRT MATERIAL: 100% combed cotton, preshrunk. COLOR: Orange, Black, Navy blue, Gray, White, Green, Brown, Hi-Vis Yellow/Green, Hi-Vis Orange DESCRIPTION: Dickies #4624, Double ply reinforced seamless neckband, full sized reinforced left breast pocket, full cut extra-long body, silk screen in white (as indicated) above left breast pocket. SIZE: Small to 5XL Tall/Long

C-8.4 WORK T-SHIRT MATERIAL: 6.75 oz., 100% cotton jersey knit. COLOR: Navy, Hi-Vis Yellow/Green, Hi-Vis Orange, Hunter Green, Carhartt Brown DESCRIPTION: Carhartt #K87, 6.75 oz., 100% cotton jersey knit, rib-knit crewneck, side-seamed construction to minimize twisting, left chest pocket. Silk screen in white (as indicated) SIZE: Small to 5XL Tall/Long

C-8.5 WORK PANTS MATERIAL: 8 3/4 oz. shape/set Equestrian Twill, 65% Fortrel Polyester/35% Cotton, Scotchgard Stain Release. COLOR: Air Force Blue, Black, Charcoal, Khaki, Mahogany, Navy, Olive Green, Silver Gray, Spruce Green, White DESCRIPTION: Dickies Brand Work Set Pants #874, Heavy duty memory-lock zipper, hook and eye closure, “E-Z alter” outlet featuring double seam construction, quarter to front pockets, tow set-in back pockets with button closure on left pocket, darts over hip pockets for better fit. Graduated rise, bartacks at stress points, lock stitched bottom hem. SIZE: Waist 28 in to 60 in.

C-8.6 T-SHIRT WORK WEAR #1160 OR EQUAL Woven Tape Sewn into the seams of the shoulder and neck, heavy duty 5.7 oz. 100% combed cotton, double stitch hem and pockets, longer body length, generous cut, fuller arm opening, shrink resistant, oversized chest pocket, made in U.S.A. Silk screen in white (as indicated) SIZE: Small to 5XL Tall/Long COLOR: Lt Blue, Charcoal Grey, Tan, Navy Brown, Hi-Vis Yellow/Green, Hi-Vis Orange, White

84 C-8.7 LONG SLEEVE WORKWEAR POCKET T-SHIRT 6.75 oz., 100% cotton jersey knit Heather Grey fiber content is 90% cotton/10% polyester; Ash fiber content is 99% cotton/1% polyester Rib-knit crewneck and cuffs side-seamed construction minimizes twisting Tagless neck label. Silk screen in white (as indicated) COLOR: Lt Blue, Charcoal Grey, Tan, Navy Brown, Hi-Vis yellow/green, Hi-Vis Orange White SIZE: Small to 5XL Tall/Long

C-8.8 MIDWEIGHT HOODED PULLOVER SWEATSHIRT, CARHARTT #K121 OR EQUAL MATERIAL: 10.5 oz., 50% cotton/50% polyester fleece. COLOR: Hi-Vis Yellow/Green, Hi-Vis Orange, Navy, Heather Gray, Black DESCRIPTION: Midweight hooded pullover sweatshirt, 10.5 oz, 50% cotton/50% polyester fleece, attached hood with drawcord, front hand-warmer pocket. Silk screen in white (as indicated) SIZE: Small to 5XL Tall/Long

C-8.9 MIDWEIGHT CREWNECK SWEATSHIRT, CARHARTT #K124 OR EQUAL MATERIAL: 10.5 oz., 50% cotton/50% polyester fleece. COLOR: Hi-Vis Yellow/Green, Hi-Vis Orange, Navy, Heather Gray, Black DESCRIPTION: Midweight crewneck sweatshirt, 10.5 oz., 50% cotton/50% polyester fleece, v-patch on front neck. Silk screen in white (as indicated) SIZE: Small to 5XL Tall/Long

C-8.10 HOODED SWEATSHIRT NON-INSULATED ZIPPED Carhartt K122 OR EQ MATERIAL: Its 50% cotton 50% polyester fleece blend DESCRIPTION: Our mid weight hooded zip-front sweatshirt brings considerable comfort to cool-weather worksites. Its 50% cotton 50% polyester fleece blend provides plenty of warmth and a full-length brass front zipper let you regulate the temperature. Other features include an attached hood with adjustable drawstring, front hand-warmer pockets and rib-knit cuffs and waist band to keep out the cold. Heather Gray fiber content is 70% cotton / 30% polyester. Charcoal Heather fiber content is 55% cotton / 45% polyester. Silk screen in white (as indicated) COLOR: Lt. Blue, Charcoal Grey, Tan, Navy, Brown, Hi-Vis Yellow/Green, Hi-Vis Orange SIZE: Small to 5XL Tall/Long

C-8.11 HOODED SWEATSHIRT PULLOVER INSULATED Carhartt J170 OR EQ MATERIAL: 12 oz. pullover is made of a 50% cotton/50% polyester fleece blend, and with 100% polyester thermal lining for warmth DESCRIPTION: This 12-ounce pullover is made of a 50% cotton/50% polyester fleece blend, and features a 100% polyester thermal lining for warmth. The hood is fully lined. Hand-warmer pocket and the stretchable, spandex-reinforced rib-knit cuffs and waist work. Silk screen in white (as indicated) COLOR: Lt. Blue, Charcoal Grey, Tan, Navy, Brown, Hi-Vis Yellow/Green, Hi-Vis Orange SIZE: Small to 5XL Tall/Long

C-8.12 HOODED SWEATSHIRT INSULATED ZIPPED Carhartt J149 OR EQUAL MATERIAL: 50% cotton/50% polyester fleece with a 100% polyester thermal lining. DESCRIPTION: 50% cotton/50% polyester fleece with a 100% polyester thermal lining. Full-length brass zipper and two hand-warmer pockets. Cuffs and waistband are made of stretchable, spandex reinforced rib-knit fabric. Charcoal Heather fiber content is 55% cotton / 45% polyester. Silk screen in white (as indicated) COLOR: Lt. Blue, Charcoal Grey, Tan, Navy, Brown, Hi-Vis Yellow/Green, Hi-Vis Orange

85 SIZE: Small to 5XL Tall/Long

C-8.13 LONG SLEEVE WORK SHIRT, WORK WEAR #101 OR EQUAL 4 1/2 oz. Poplin Material, Reinforced seams and buttons, strong, reinforced collar, fully lined cuffs, 65/35 poly/cotton blend, full cut, twin pockets w/buttons, bartacked pencil slot. Silk screen in white (as indicated) SIZE: Small to 5XL Tall/Long COLOR: Lt. Blue, Charcoal Grey, Tan, Navy, Brown, Hi-Vis Yellow/Green, Hi-Vis Orange

C-8.14 HEAVY DUTY WORKPANT, WORK WEAR #201 OR EQUAL 8 oz. Poly/Cotton blend, soil release finish, bartacked stitched and reinforced at all points off stress, bartacked stitched belt loops (fits up to 1 3/4" belt), blind stitched finished , heavy duty solid brass ratchet zipper, made in U.S.A. SIZE: from 30" waist to 58" waist COLOR: Lt Blue, Charcoal Grey, Tan, Navy, Brown

C-8.15 MOCK TURTLENECK Luxurious and substantial. 100% brushed and sueded cotton Jersey fabric (Heather Grey is 90% Cotton/10% Polyester) Spandex in collar and cuffs helps keep their shape. Generous fit, double needle stitching and side-vents. SIZE: XS-4XL

GROUP C-9 – HEADWEAR

C-9.1 LINER, WINTER, 2 PIECE MATERIAL: 100% Cotton Top, 100% Knitted Acrylic Nape. COLOR: Navy Blue SIZE: O/S DESCRIPTION: CONDOR Brand #1HC48, 2 Piece Winter Liner, 2 Piece Cotton Top with Knit Nape.

C-9.2 CORNER STONE CS800 HI-VISIBILITY KNIT CAPS (beanies) made by Port Authority Yellow/green color with a 360 degree ½” wide 3M silver reflective; 100% acrylic; 8 ½” long plus 3” long cuff making total cap length 11 ½” long; NO LOGO’s; or equivalent.

C-9.3 PETRA-ROC (style # LBC-S1) HI-VISIBILITY Lime/yellow Baseball Caps with 360 degree ½” silver reflective stripe; Adjustable back band (one size fits all), or equivalent.

C-9.4 PETRA-ROC (style # LRH-FB-L/XL) HI-VISIBILITY Ranger/Boonie full brimmed hats; Lime with orange contrast binding & 1” silver reflective stripe; with adjustable neck band, or equivalent.

C-9.5 COBRA (style # SAF-5) 5 panel Neon cap with reflective wave on sandwich & buttons; 5 panel with 3” structured crown; 100% polyester neon; reflective tape Velcro closure. Or equivalent.

86 SILK SCREENING LOGO’S

SOMERSET COUNTY ROAD & BRIDGE DIVISIONS

SOMERSET COUNTY FACILITIES & SERVICES DIVISION

SOMERSET COUNTY RECYCLING DIVISION

SOMERSET COUNTY TRANSPORTATION DIVISION

SOMERSET COUNTY VEHICLE MAINTENANCE DIVISION

SOMERSET COUNTY ENGINEERING DIVISION

The Mosquito Logo will be in white on dark color shirts or black on white shirts.

87 GROUP D: HEALTH AND PUBLIC SAFETY/ EMERGENCY MANAGEMENT

SILK SCREENS / LOGOS

Silk screens and logos will be provided on those items where indicated in the specifications. The color of the silk screens/logos will be yellow. Examples of silk screens/logos to be supplied are contained in the specifications. No additional payment for silk screens/logos will be made outside of the unit price bid by the vendor.

SOMERSET COUNTY EMERGENCY MANAGEMENT

88 SOMERSET COUNTY EMERGENCY MANAGEMENT 9-1-1 COMMUNICATIONS

89 SOMERSET COUNTY EMERGENCY MANAGEMENT HAZ-MAT RESPONSE TEAM

SOMERSET COUNTY EMERGENCY SERVICES TRAINING ACADEMY

90 GROUP E: SOMERSET COUNTY PROSECUTOR’S OFFICE DETECTIVE STAFF

CLASS B UNIFORM

Wherever a brand name is indicated, the intent is “brand name or equal.”

Class B: Long sleeve shirt: Fabric for this shirt will be fro Avondale Mills, 65/35 poly/cotton poplin weave, color number 2302011. Collar to be a 2 piece pointed and lined. Topstitched with ¼” margin. Pockets will be he shape with scalloped button through flaps. Cuffs to be 2 piece lined round edge topstitched ¼” with one button and buttonhole. Shirts to have military creases sewn in, 2 front and 3 back. Sizes available will be small, Medium, Large, Xlarge, XXLarge and XXXLarge, with sleeve lengths short, medium, and long. An embroidered name patch will be sewn on right chest over the pocket flap and a Somerset County Prosecutor’s Office patch on shoulder.

Class B Pants: Navy blue 65% polyester 35% cotton ripstop poplin fabric. Trousers will be available in odd waist sizes. (31, 33, 35 etc.) Fabric will be Diverasitex style #1.35 ripstop poplin, navy blue. Stripe fabric to be Sunrise Gold 100% Polyester Gabardine. Buttons will be black plastic 4 hole, 30 ligne size. Style will be a military utility style with 6 pockets, 4 of them will have button flaps. All flaps will be fused for neatness. Double reinforced seat and knee. A 4” adjustable waist tab with bar tacks as each end. Inseam, seat and reinforcing seam to be safety stitched and to stitched with a double needle lock or chain stitch with ¼” spacing. All pockets will be top stitched. Side pockets will be 6 ½” wide by 7” deep. Back hip pockets will have button down pocket flaps. All pockets will be secure with a bar-tack on the seam of corner. 2 outside patch pockets with 2 button square flaps (front loose edge of flap is bar-tacked to pant at the corner). Patch side pockets to measure 8 ¼” wide and 8 ½” high with a flap on each side pocket measuring 2 ½” by 8 ¼”. The waistband will be 2 1/8” with top stitching top and bottom. The waistband lining will be straight cut from pocketing material. A non-woven polyester interlining will be inserted in the waistband and caught in the top and bottom seam. Seven belt loops are sewn in top and at the base of the waistband, except the loop at the center back seam. All loops will show double stitching. There will be a waistband adjuster at each side behind the side loop. Brass zipper front fly has a concealed placket. Leg stripe to be 1 5/8” wide securely sewn into the waistband and top sewn centered on the side seam. Sewn down to the bottom of the trouser leg. The stripe will be mounted on both the cargo side pocket and pocket flap to form a continuous stripe down the leg.

91 GROUP F:

Specifications for Event Shirts – Silk screen print, embroidered or digital print Open end- as needed- quantities to be determined – no minimums

1. 50/50 Cotton-Poly T-Shirt Jerzees brand or equal, sizes S -4X-L White Colors to be selected by using department Color samples to be provided on request

2. Staff Shirt/Polo – Short sleeve, Jerzees brand or equal 5.2 oz. Jersey knit, 50%poly/50%cotton blend soil release finish, oversized fit, 2 button with collar. Left breast pocket, sizes S -4X-L White Colors to be selected by using department Color samples to be provided on request

Option 1: One color screen print full front/back or left chest imprint One color screen print full back and left chest imprint

Option 2: Two color screen print full front/back or left chest imprint Two color screen print full back (one color) and left chest imprint

Option 3: Three or more colors screen print full front/back or left chest imprint Three or more colors screen print full back (one color) and left chest imprint

Option 4: Embroidered Over Left Chest

Option 5: Digital Print full color full front/back or left chest imprint Digital Print full color full back and left chest imprint

Screen Charge - Artwork is customarily provided by requesting office/agency

Note: Vendors must provide proof of artwork and receive approval before beginning work.

92 GROUP G: PARK COMMISSION

Somerset County Park Commission Mailing Address: 355 Milltown Road PO Box 5327 Bridgewater, NJ 08807 North Branch, NJ 08876

“SCPC patches” shall be provided by the Somerset County Park Commission.

Prices shall include sewing patch to item, where noted.

The SCPC logo when silk screened or embroidered on a garment will be 2 ¾” tall x 2” wide, located on the left chest.

If measurements are required, they shall be made by the bidder at such time and location as shall be prescribed by the Department Managers, and at the convenience of employees of the department. The vendor shall provide a female employee to measure female clients at the request of the department head.

Each department’s order shall be separately packaged and identified with the department’s name on the outside of the package together with a list of contents. Items not properly sorted and identified by name will not be accepted and may be returned at the vendor’s expense. Entire order must be complete when delivered. No partial orders will be accepted without prior consent of Park Commission.

Delivery to be thirty (30) calendar days from the date the order is placed. Consistent delinquent or improperly sorted or unmarked deliveries shall be grounds for termination of the contract.

93 COUNTY OF SOMERSET EXCEPTIONS For each exception, the bidder must identify the specific section of specifications by providing the number and title the exception applies to. It is the responsibility of the bidder to document the equivalence claim in writing. Submitting product brochures is not an acceptable claim of equivalence.

(IF NONE SO STATE)

GROUP A- Jail/Sheriff:

GROUP B- Transportation:

94 EXCEPTIONS:

GROUP C- Public Works:

GROUP D – Health & Safety:

95 EXCEPTIONS:

GROUP E- Prosecutor:

GROUP F- Silk Screen Print Event T-Shirts:

96 EXCEPTIONS:

GROUP G- Park Commission:

USE ADDITIONAL SHEET IF NECESSARY

97 COUNTY OF SOMERSET BID DOCUMENT CHECKLIST

Required Read, Signed With & Submitted Bid Bidder’s Initial

A. FAILURE TO SUBMIT ANY OF THESE ITEMS IS MANDATORY CAUSE FOR REJECTION OF BID Stockholder Disclosure Certification Acknowledgement of Receipt of Addenda (To be Completed if Addenda are Issued) Required Evidence EEO/Affirmative Action Regulations Questionnaire Non-Collusion Affidavit Bid Guarantee (bid bond or certified/cashier’s check) (with Power of Attorney for full amount of Bid Bond) Consent of Surety (Certificate from Surety company) Surety Disclosure Statement and Certification Performance Bond Labor and Material (Payment) Bond Maintenance Bond Disclosure of Investment Activities in Iran- Submit with bid response

B. MANDATORY ITEM(S), REQUIRED NO LATER THAN TIME PERIOD INDICATED Business Registration Certificate – Bidder – Prefer with Bid Response. Required by Law prior to award of contract Business Registration Certificate – Designated Subcontractor(s) – Prefer with Bid Response. Required by Law prior to award of contract Public Works Contractor Registration Certificate(s) for the Bidder and Designated Subcontractors (Prior to Award, but effective at time of bid) License(s) or Certification(s) Required by the Specifications

C. FAILURE TO SUBMIT ANY OF THESE ITEMS AT TIME OF BID MAY BE CAUSE FOR REJECTION Three (3) references for similar projects Authorization for Background Check Catalog/Price List Product Samples Certification of Available Equipment Other: Printed Original and one Copy (Referenced in section 1., B., (3) of General Instructions) Other:

D. READ ONLY Americans With Disability Act of 1990 Language

E. OPTIONAL ITEM(S) County Cooperative Contract Option

This checklist is provided for bidder’s use in assuring compliance with required documentation; however, it does not include all specifications requirements and does not relieve the bidder of the need to read and comply with the specifications.

Name of Bidder: Date:

By Authorized Representative:

Signature:

Print Name & Title:

98 COUNTY OF SOMERSET BID PROPOSAL FORM/SIGNATURE PAGE

TO THE COUNTY OF SOMERSET BOARD OF CHOSEN FREEHOLDERS:

The undersigned declares that he/she has read the Notice, Instructions, Affidavits and Scope of Services attached, that he/she has determined the conditions affecting the bid and agrees, if this bid is accepted, to furnish and deliver services per the following:

Uniforms- Various County Departments / Park Commission Cooperative Pricing Bid #2 SOCCP Open End Contract #CC-0004-20

VENDOR NAME: SHERIFF’S OFFICE: Award Based on GROUP A Group Totals GROUP A-1 JAIL’S DUTY GEAR UNIT COST SPECIFY BRAND BIDDING

Bianchi Accumold Utility Belt # 7200 or A-1.1 Equal

A-1.2 Bianchi Interbelt # 7205 or Equal

A-1.3 Bianchi Belt Keepers # 6406 or Equal

A-1.4 Bianchi Glove/Pager Pouch or Equal Bianchi Mini-Mag Lite w/Holder # 7310 or A-1.5 Equal A-1.6 Bianchi Key Holder # 6405 or Equal Bianchi Large Flashlight Ring Holder # 6409 A-1.7 or Equal

A-1.8 Bianchi OC Holder for MK-IV or Equal Bianchi Accumold Double Mag Pouch # A-1.9 7302 or Equal A-1.10 Bianchi Handcuff Case # 7300 or Equal

Safariland 75 Open Top Double Magazine A-1.11 Pouch: Finish STX Plain Black #75-83-41

Safariland 6390 ALS Level I Retention Duty Holster: Finish: STX Plain Black For: S&W A-1.12 M&P 9L CORE 9mm 5" BBL Right Hand #6390-819-411 Left Hand #6390-819-412

Safariland 7378 7TS ALS Paddle & Belt Loop Combo Concealment Holster: Finish: A-1.13 SafariSeven Plain Black For: S&W M7P 9L CORE 9mm 5" BBL #Right Hand #7378- 8192-411 Left Hand#7378-8192-412

Safariland Mag/Cuff Combo Smooth STX A-1.14 Finish #573-83-411

99 SureFire X300A Ultra Weapon Light, 6V, Universal/Picatinny Lever Latch Rail Mount, A-1.15 600 Lumens, Black, Z-XBC Push/Toggle Switch #X300U-A

SureFire 2nd Gen Socom Suppresser, High temperature Alloy Construction, for use A-1.16 with 5.56 Caliber Ammunition, Black finish, includes SFMB-5561/2-28

A-1.17 ASP CR 123A Battery Bin Safariland Double Magazine Pouch Finish: A-1.18 STX Plain, Snap: Black Snap 025-STP-83- BL 189 Gold & Goodrich Restraint Belt A-1.19 (Leather)

TOTAL GROUP A-1 JAIL’S DUTY GEAR - GROUP $ GROUP A-1 TOTAL

GROUP A-2 SHERIFF’S DUTY GEAR UNIT COST SPECIFY BRAND BIDDING

Gould & Goodrich Black Leather Basket A-2.1 Weave Ranger Duty Belt # B115W with Brass Buckle

Gould & Goodrich Black Leather Basket A-2.2 Weave Latex Glove Pouch # B555W or Equal

Safariland Duty Holster, 7TS ALS/SLS Low Ride Duty Holster with Light for Glock 21 With X300A Basketweave With Quick Locking Fork and Receiver Installed Full A-2.3 Code 6360-383-48X-MS30 RH or LH to be determined. Duty Holster with ALS/SLS Retention System Basketweave, Black STX finish, with quick locking Fork and Receiver Plate Installed to fit Glock 21 w/o Light

Safariland Duty Holster, 7TS ALS/SLS Mid Ride Level 3 Duty Holster with Light for Glock 21 With X300A Basketweave With Quick Locking Fork and Receiver Installed A-2.4 Full Code 6360-3832-481-MS30 RH or LH to be determined. Duty Holster with ALS/SLS Retention System Basketweave, Black STX finish, with quick locking Fork and Receiver Plate Installed to fit Glock 21 w/o Light

Safariland Magazine Pouch, Full Code 77- A-2.5 383-4HS Double, Glock 21, Basketweave, Hidden Snap, Laminate Finish

Bianchi Black Leather Basket Weave A-2.6 Handcuff Case with Hidden Snaps # 35 PH or Equal Defense Technology 10% Pepper Foam A-2.7 Spray #MK-3 A-2.8 Collapsible Baton, A.S.P. #F21B

100 Collapsible Baton Holder, A.S.P. #F21 Side A-2.9 Break Black Basket Weave

Bianchi Black Basket Weave Keepers #33H A-2.10 with Hidden Snaps Safariland Black Leather Basket Weave A-2.11 Aerosol Holder with Top Flap and Hidden Snap #38 – 4 – 4 HS.

Coast HP8R Flashlight Kit 1000 Lumens / A-2.12 259M Beam / 11H

Bianchi Model 31C Silent Key Holder A-2.13 PatrolTek Leather Basket Weave

TOTAL GROUP A-2 SHERIFF’S DUTY GEAR - $ GROUP A-2 GROUP TOTAL

GROUP A-3 SHERIFF’S BADGES UNIT COST SPECIFY BRAND BIDDING

Hat Badge / Smith and Warren M385V (SC)- 6 Point Star, Gold-Hard Black Enamel w/ Full color state seal-screw back / Size A-3.1 reduced from 2.75 to 2.25, (Stamp number supplied by Sheriff’s Office on back of badge).

Class A Breast Badge / Smith and Warren S608 (SC)- Gold-Hard Black Enamel w/ Full A-3.2 color state seal. (Stamp number supplied by Sheriff’s Office on back of badge).

Wallet Badge / Smith and Warren S608 (SC)- Gold-Hard Black Enamel w/ Full color A-3.3 state seal. Flat with clip on back to secure to wallet. (Stamp number supplied by Sheriff’s Office on back of badge).

Star Tie / Gold Hard Black Enamel w/ Full color state seal Clutch back. Size A-3.4 reduced to 7/8” Symbol Arts. Not Smith and Warren (See Spec)

“Retired” Wallet Badge / Smith and Warren S608 (SC)- Gold-Hard Black Enamel w/ Full color state seal. Flat with clip on back to A-3.5 secure to wallet. (Stamp number supplied by Sheriff’s Office on back of badge). (See Spec)

TOTAL GROUP A-3 SHERIFF’S BADGES - $ GROUP A-3 GROUP TOTAL

SHERIFF’S UNIFORM ACCESSORIES/ GROUP A-4 UNIT COST SPECIFY BRAND BIDDING METAL

Name Plate Blackinton Gold Metal w/Black A-4.1 Block Lettering, Clutch Back #J-1 Collar Brass S.C. / S.O. Gold Color / Clasp A-4.2 Back, Blackinton or Equal Collar Brass SGT. Stripe Gold or Black Color A-4.3 / Clasp Back, Blackinton or Equal

101 Collar Brass Cpl. Stripe Gold or Black Color A-4.4 / Clasp Back, Blackinton or Equal Collar Brass LT. Bar Gold or Black Color A-4.5 Clasp Back, Blackinton or Equal Collar Brass CAPT. Bar Gold or Black Color / A-4.6 Clasp Back, Blackinton or Equal Collar Brass Chief Emblem Gold or Black A-4.7 Color / Clasp Back, Blackinton or Equal Tactical Operator’s Citation Bar Blackinton A-4.8 or Equal / (See Spec) Citation Bars, various devices 1 ¾” X 3/8”, A-4.9 Blackinton or Equal Medal Decoration, various devices, A-4.10 Blackinton or Equal GROUP A-4 SHERIFF’S UNIFORM TOTAL ACCESSORIES / METAL - GROUP $ GROUP A-4 TOTAL

SHERIFF’S UNIFORM ACCESSORIES/ GROUP A-5 UNIT COST SPECIFY BRAND BIDDING LEATHER

Gould #B52W or Equal Garrison Basket A-5.1 Weave Black Leather Belt Silver or Gold Color Buckle

Black Leather badge & award holder for A-5.2 Class A Shirt / 3 Black Leather badge & award holder for A-5.3 Class A Shirt / 5 pins

Black Leather badge & award holder for A-5.4 Class A Shirt / 7 pins

Badge holder for belt with metal clip on A-5.5 back

Tri-fold Badge Wallet cut out #X-BC248- Strong or equal with Sheriff’s Office and State emblem in gold lettering on front. Must fit Smith and Warren Wallet Badge A-5.6 S608 (SC) (Black in color with money compartment/card slots/suede flap to protect ID window and badge finish/ID compartment)

Smith & Warren Lucite Pocket Holder, SKU A-5.7 #SW-C609, 4.25" Height, 2.75" Width

GROUP A-5 SHERIFF’S UNIFORM TOTAL ACCESSORIES/ LEATHER - GROUP $ GROUP A-5 TOTAL

GROUP A-6 SHERIFF’S DRESS UNIFORM UNIT COST SPECIFY BRAND BIDDING

Elbeco Ufx Tactical Short Sleeve Black or A-6.1 Navy Shirt, SKU-K-5134 (See Spec)

Elbeco Ufx Tactical Female Short Sleeve A-6.2 Black or Navy Shirt, SKU-K-5134 (See Spec)

102 Elbeco Ufx Tactical Long Sleeve Black or A-6.3 Navy Shirt, SKU-K-5144 (See Spec)

Long Sleeve White Shirt Elbeco Duty Maxx. A-6.4 Trop 100% Polyester with Naw Dry with White Buttons #310-3. Elbeco Ufx Tactical Female Long Sleeve A-6.5 Black or Navy Shirt, SKU-K-5144 (See Spec)

Sentry Hat Co. # R801 Navy Trooper Hat with Leather Top Strap and Leather Back A-6.6 Strap and Black Plastic Front Strap – All Brass Hardware and Buttons

A-6.7 Winter Coat Blauer # 9010Z-G

Fechheimer Trousers Navy With 1 ½ Inch A-6.8 Gold Stripe Broad Cloth #92280 / Law Enforcement Division (See Spec)

Trousers Navy With 1 ½ Inch Gold Stripe A-6.9 Broad Cloth / Corrections Division (See Spec)

Elbeco Ufx Tactical Short Sleeve Black or Navy Shirt, SKU-K-5134, With embroidering A-6.10 (Sheriff's badge patch, name tag, SC/SO on collar, and Sheriff across back). (See Spec)

Elbeco Ufx Tactical Female Short Sleeve Black or Navy Shirt, SKU-K-5134, With A-6.11 embroidering (Sheriff's badge patch, name tag, SC/SO on collar, and Sheriff across back). (See Spec)

Elbeco Ufx Tactical Long Sleeve Black or Navy Shirt, SKU-K-5144, With embroidering A-6.12 (Sheriff's badge patch, name tag, SC/SO on collar, and Sheriff across back). (See Spec)

5.11 Tactical Polo SW726 Long Sleeve, A-6.13 MFG #72049 5.11 Tactical Polo SW724 Short Sleeve, A-6.14 MFG #71049 5.11 BDU Pants #74371 With 1 ½ Inch A-6.15 Gold Stripe Broad Cloth down the sides

5.11 BDU Pants #74427 With 1 ½ Inch A-6.16 Gold Stripe Broad Cloth down the sides

TOTAL GROUP A-6 SHERIFF’S DRESS $ GROUP A-6 UNIFORM - GROUP TOTAL

SHERIFF’S DRESS UNIFORM FOUL GROUP A-7 UNIT COST SPECIFY BRAND BIDDING WEATHER GEAR

Rain Coat Blauer Defender # 733 With Lime A-7.1 Green Interior, (must comply with PEOSHA Standards) or Eq

White, Black or Navy Turtleneck Blauer A-7.2 8100 or Equal, with SCSO embroidery (See Spec)

103 White, Black or Navy Mock Turtleneck A-7.3 Blauer 8110 or Equal, with SCSO embroidery (See Spec)

Leather Gloves Blauer 170 or Equal (See A-7.4 Spec)

WindStopper Fleece Gloves Blauer 9115 or A-7.5 Equal (See Spec)

Insulated Gore-Tex Gloves Blauer 9100 or A-7.6 Equal (See Spec)

Knit Watch Cap with WindStopper Liner A-7.7 Blauer 125XCR or Equal (See Spec)

A-7.8 Knit Watch Cap / No liner, Black

Rain cover for Sentry #R801 Dress Hat, Navy on one side and Must have Lime A-7.9 Green Interior, (must comply with PEOSHA Standards) on other

Blauer Commando 200 V-Neck Sweater – A-7.10 Navy Blue with Department Shoulder Patches (2)

Navy/Black Clip on Tie, with Button Holes A-7.11 Sam Broome or Eq.

Traffic Vest, Lime Green (must comply with PEOSHA Standards), Must have “Sheriff” A-7.12 across back and “Sheriff” in small print on left breast

Blauer 207 Zip Sweater-Navy Blue with Department Shoulder Patches (2) sewn in, A-7.13 Department Badge Patch sewn on left breast with name patch (gold lettering) sewn on right breast

Blauer 207 Zip Sweater-Navy Blue with A-7.14 Department Shoulder Patches (2) sewn in

Blauer Skull Cap #160 Black with Sheriff’s A-7.15 Circle Badge Patch

GROUP A-7 SHERIFF’S DRESS TOTAL UNIFORM - FOUL WEATHER GEAR - $ GROUP A-7 GROUP TOTAL

SHERIFF’S UNIFORM EMBROIDERING TO BE ADDED WHEN REQUESTED TO GROUP A-8 UNIT COST SPECIFY BRAND BIDDING ITEMS NOT SPECIFIED AS INCLUDING EMBROIDERY

Collar: On right collar embroidered in gold thread (S.C.) Black name tape .5” Letters / A-8.1 On left collar embroidered in gold thread (S.O.) Black name tape .5” Letters

Name tag: Name embroidered in gold thread on right breast, first initial of first A-8.2 name, and full last name. Ex. (J. Smith) Black name tape .5” Letters

104 Somerset County Sheriff’s Office Badge A-8.3 patch on left breast.

Sheriff: On back embroidered in gold thread (Sheriff) in the following dimensions. Black A-8.4 name tape H 4.5” L 11” Sheriff in 3” Letters

GROUP A-8 SHERIFF’S UNIFORM EMBROIDERING TO BE ADDED WHEN TOTAL REQUESTED TO ITEMS NOT SPECIFIED $ GROUP A-8 AS INCLUDING EMBROIDERY - GROUP TOTAL

GROUP A-9 FOOTWEAR UNIT COST SPECIFY BRAND BIDDING

Carolina all leather 10” Jump Boot with A-9.1 zipper Carolina all leather 10” Jump Boot without A-9.2 zipper A-9.3 Rocky Eliminator 2.2 / 8032-1 Black Boot Bates Lites Uniform Shoe / Black Leather A-9.4 00056-PF1-2261 Bates Lites Uniform Shoe / Black Patten A-9.5 Leather 00942 Water Proof Boots Lacross Mfgr Co or Equal A-9.6 Police Style 18 inch high A-9.7 5.11 Tactical Series H.R.T. Boot (Black)

TOTAL GROUP A-9 FOOTWEAR - GROUP TOTAL $ GROUP A-9

GROUP A- ACADEMY UNIFORM ISSUE FOR UNIT COST SPECIFY BRAND BIDDING 10 SHERIFF’S OFFICE

A-10.1 874KH Khaki Dickey Pants, Dickey or Equal Khaki Dickey L/S Shirt, 2 Creases sewn in front & 3 sewn in back, Dickey & 1 A-10.2 Academy Patch, 1 Departmental Patch (not sewn on) A-10.3 Watch Cap Strauss #675 Black or Equal A-10.4 Clear inexpensive rain poncho Black/White Socks, No stripe – Thor Lor A-10.5 WGX-13 Crew or Equal

Black/White Socks, No stripe – Thor Lorlos A-10.6 #WGX 13305/ WGX13004 / over calf

Black/White Socks, No stripe –All Cotton / A-10.7 over calf

A-10.8 Academy Hat Patch A-10.9 Academy Shoulder Patches

Black clip-on tie, Samuel Broome # 900 A-10.10 BOBH or Equal

Hatch or Eq Cut Resistant Friskmaster FM A-10.11 2000 Gloves

105 A-10.12 Plain Black Leather Dress Gloves

Healthknit Sweatshirt #HK105 / 2” White A-10.13 letters-Last Name on back. (S to 6XL) (Lettering included in price) (Navy blue)

Healthknit Sweatshirt with hood/pullover / 2” White letters-Last Name on back. (S to A-10.14 6XL) (Lettering included in price) (Navy blue)

Healthknit Sweatpants #HK104 No Pockets A-10.15 (S to 6XL) (Navy blue)

Healthknit T-Shirt (Navy blue or White) A-10.16 black letters or white letters-Last name on back (Lettering included in price)

A-10.17 Strauss #SCI (Navy blue) Gym Shorts

TOTAL GROUP A-10 ACADEMY UNIFORM GROUP A- ISSUE FOR SHERIFF’S OFFICE - $ 10 GROUP TOTAL

GROUP A- ACADEMY ISSUE ACCESSORIES FOR UNIT COST SPECIFY BRAND BIDDING 11 SHERIFF’S OFFICE A-11.1 Plain Silver Tie Clip

Clear Plastic Nalgene (Brand Water Bottle A-11.2 w/Blue Lid, Clear Stem/ 1 Quart Capacity) (No Replacements)

Athletic Supporter with Plastic Cup- Russell A-11.3 or Eq Male & Female A-11.4 Plain Black Belt – JP 13SS or Equal A-11.5 Inexpensive Jump Rope A-11.6 White Cloth Glove Gardner Type Uniform Marking Kit ½ inch rubber letter w/ A-11.7 white & black ink A-11.8 Mouth Piece Laedal Pocket Mask Model #830011 w/ A-11.9 filter and one way valve, filter oxygen inlet and head strap in compact case

A-11.10 Black Eyeglass Strap

Plastic name tag style #5, 1 inch by 3 inch, A-11.11 clutch back (last name only) Black background w/ white letters

A-11.12 Boot Blouses (pair) Combat Sports, “top contender” fingerless A-11.13 grappling gloves

Black Plastic Police Whistle (with Key – Ring A-11.14 Holder to allow Attachment to Belt Keeper)

TOTAL GROUP A-11 ACADEMY ISSUE GROUP A- ACCESSORIES FOR SHERIFF’S OFFICE - $ 11 GROUP TOTAL

106 GROUP A- SHERIFF’S BASIC BDU WORK UNIFORM UNIT COST SPECIFY BRAND BIDDING 12

*Special Note 1 - BDU Shirts and Pants (line items 1, 2, 3, 4, 5, 6) must be of same material brand at all times

Special Note 2 - all shirt pricing must include 2 Department Shoulder Patches, 1 cloth name tape with 1/4" high gold Rank

and Last name lettering, Appropriate Rank top of Shoulder or Arm, S.C.(right) and S.O.(left) on collar

BDU Black Uniform Pant – BLAUER 8818 or *A-12.1 Equal, With or Without elastic blousing band hemmed in as per Officer’s preference.

K-9 BDU Black Uniform Pant – BLAUER 8818 or Equal, With or Without elastic *A-12.2 blousing band hemmed in as per Officer’s preference, with 1 ½” washable yellow stripe.

BDU Black Uniform S/S Shirt – BLAUER *A-12.3 8713 or Equal*All patches included in price. (See Spec)

K-9 BDU Black Uniform S/S Shirt – BLAUER 8713 or Equal*All patches included in price. *A-12.4 (“Sheriff K-9” / 10”x8” to be embroidered on back with same color yellow thread as in department patch). (See Spec)

BDU Black Uniform L/S Shirt – BLAUER *A-12.5 8703 or Equal*All patches included in price. (See Spec)

K-9 BDU Black Uniform L/S Shirt – BLAUER 8703 or Equal*All patches included in price. *A-12.6 (“Sheriff K-9” / 10”x8” to be embroidered on back with same color yellow thread as in department patch). (See Spec)

Pro-Tuff #WS 107S L/S BDU Shirt w/ A-12.7 Subdued star and 2 subdued departmental patches

Proper 067 or Eq M-65 Black Field Jacket w/Removable Liner that can be worn A-12.8 separately w/star and 2 departmental patches, Regular or Subdued

Sheriff Star Patch for BDU Shirt / Black and A-12.9 Gold Stitching / (See Spec)

Sheriff Star Patch for Tactical BDU Shirt / A-12.10 Black and Dark Gray Stitching / (See Spec)

A-12.11 Sheriff Shoulder Patch / (See Spec)

Sheriff Tactical Shoulder Patch / Black and A-12.12 Dark Gray Stitching

107 Light Weight Jacket/Full Liner, Blauer 6110 A-12.13 or Equal

A-12.14 Sheriff Hat Patch / Regular or Subdued

5.11 As Measured, 5.11 3-in-1 Parka #49001, Black in color Dept. patches sewn on inner and outer sleeves (4 patches total). Name tape on inner and outer right breast (Rank, abbreviated, Last Name) (Example: Ofc. Doe, Cpl. Doe, Sgt. Doe, Lt. A-12.15 Doe, Capt. Doe, Chief Doe). Department Badge Patch on inner and outer jackets. Appropriate rank patches sewn on the appropriate locations on inner and out jackets. All patches and name tapes included in price.

5.11 Tactical Performance Polo Shirt Short Sleeve Style #71049, Color: Black (No Substitute), Sizes: XSmall-6XL, Name with rank on right chest (woven patch), (Rank, abbreviated, Last Name) A-12.16 (Example: Ofc. Doe, Cpl. Doe, Sgt. Doe, Lt. Doe, Capt. Doe, Chief Doe). Agency Badge on left chest (woven patch) Agency patch on each shoulder (woven patch) Rank on collar (embroidered)

5.11 Tactical Performance Long Sleeve Polo Style #72049, Color: Black (No Substitute), Sizes: XSmall-6XL, Name with rank on right chest (woven patch), (Rank, abbreviated, Last Name) A-12.17 (Example: Ofc. Doe, Cpl. Doe, Sgt. Doe, Lt. Doe, Capt. Doe, Chief Doe). Agency Badge on left chest (woven patch) Agency patch on each shoulder (woven patch) Rank on collar (embroidered)

5.11 Tactical Apex Cargo Work Pants, Flex- A-12.18 tac Stretch Fabric, Gusseted, Teflon Finish, Style #74434, Color: Black (No Substitute)

Elbeco UFX Tactical Long Sleeve Polo Item #SR585 BLK MD/Mfg #K5141 MD, Black (No Substitute), Sizes: XSmall-6XL, 7.25 oz., 100% polyester Swiss pigue knit Nano Moisture Wicking Technology Antimicrobial, Dual mic shoulder pockets and center mic loop, hidden pen pocket on sleeve. Polyester/Lycra/rib knit cuff, No- curl knit collar with stays, Tagless neck, A-12.19 Side panels. Name with rank on right chest (woven patch), (Rank abbreviated, Last Name) (Example: Ofc. Doe, Cpl. Doe, Sgt. Doe, Lt. Doe, Capt. Doe, Chief Doe). Agency Badge on left chest (woven patch) Agency patch on each shoulder (woven patch) Rank on collar (embroidered)

108 Elbeco UFX Tactical Short Sleeve Polo Item #SW672/Mfg #K5138, Black (No Substitute), Sizes: XSmall-6XL, 7.25 oz., Power Stretch pique knit microfiber polyester, moisture wicking, Antimicrobial, UPF 40+ protection, Low-pill and non-fade fabric, Shrink resistant, Gusseted sides, Loose fit with four-way stretch, Tagless neck, Dual concealed mic pockets on shoulders, Dual pencil/pen compartment on left sleeve, Ribbed collar A-12.20 with curl-free stays, three button placket, Knit collar and cuffs, machine wash and dry. Name with rank on right chest (woven patch), (Rank, abbreviated, Last Name) (Example: Ofc. Doe, Cpl. Doe, Sgt. Doe, Lt. Doe, Capt. Doe, Chief Doe). Agency Badge on left chest (woven patch) Agency patch on each shoulder (woven patch) Rank on collar (embroidered)

Boot Blouser: Black only A-12.21 Cotton; Multi-purpose, elastic

TOTAL GROUP A-12 SHERIFF’S BASIC BDU GROUP A- $ WORK UNIFORM - GROUP TOTAL 12

GROUP A- SHERIFF’S OFFICE BASIC BDU UNIT COST SPECIFY BRAND BIDDING 13 ACCESSORIES

Marine Style Black BDU hat with Regular or A-13.1 Subdued hat patch, Military spec, Sewn creases & doubled material

Flex-Fit Baseball Cap #6560, Sizes: Small - A-13.2 XL

Baseball Style Hat, Model M-6089 or Equal A-13.3 W/Sheriff's Patch on Cap

Blauer 210/Jack Young P 4000B or Equal V- Neck Black Pil-Tro Blend Sweater, Name A-13.4 Tag Patch, 2 Dept Patches & Badge Patch Sewn on Sweater

Delta, Black Magic, Powder Free, Nitrile A-13.5 Exam Gloves, (See Spec) (Must supply sample) TOTAL GROUP A-13 SHERIFF’S BASIC BDU GROUP A- $ ACCESSORIES - GROUP TOTAL 13

GROUP A- IN SERVICE TRAINING GEAR - UNIT COST SPECIFY BRAND BIDDING 14 SHERIFF & TRAINING ACADEMY

Hanes 100% Cotton White Crew Neck T- A-14.1 Shirt, BEEFY – T #5184 No Lettering (S to 6XL)

109 Hanes 100% Cotton Black Crew Neck T – A-14.2 Shirt, BEEFY - T #5184 With Star Decal on Left Breast (S to 6XL) Hanes 100% Cotton Black Crew Neck T – Shirt, BEEFY – T #5184 w/ 6 inch CRT / SRT Letters on Back and CRT / SRT Emblem A-14.3 on Left Breast - (S to 6XL) (Back “Somerset County “ line 1 “Sheriff” line 2 “Special or Correctional Response Team” line 3) 9 oz. Jerzee Navy, Ash or Black Sweat A-14.4 Pants #4850 MP with Star emblem on upper left pant leg (S to 6XL)

9 oz. Jerzee Navy, Ash or Black Sweat Shirt A-14.5 w/ Hood #4997MD with Star emblem on left breast (S to 6XL)

9 oz. Jerzee Navy, Ash or Black Sweat Shirt w/ Hood #4997MD with CRT / SRT Letters on Back and CRT / SRT Emblem on Left A-14.6 Breast (S to 6XL) (Back “Somerset County “ line 1 “Sheriff” line 2 “Special or Correctional Response Team” line 3)

9 oz. Jerzee Navy, Ash or Black Crew Neck Sweat Shirt #4662 with Star emblem on A-14.7 left breast (S to 6XL), Silk screen Gold Sheriff's Letters down on sleeve

9 oz. Jerzee Navy, Ash or Black Crew Neck Sweat Shirt #4662 with CRT / SRT Letters on Back and CRT / SRT Emblem on Left A-14.8 Breast (S to 6XL) (Back “Somerset County “ line 1 “Sheriff” line 2 “Special or Correctional Response Team” line 3)

7 oz. Jerzee Navy, Ash or Black Gym Shorts A-14.9 #321 MP with star emblem on left pant leg (S to 6XL)

GROUP A- GROUP A-14 IN SERVICE TRAINING $ 14 GEAR - GROUP TOTAL

GROUP A- STAFF SHIRTS SHERIFF AND TRAINING UNIT COST SPECIFY BRAND BIDDING 15 ACADEMY

Staff Shirts, all available colors, S/S Pine A-15.1 Island 810 or Equal, Star on Left Breast

Staff Shirts, all available colors, L/S Pine A-15.2 Island 839 or Equal, Star on Left Breast

Raid Shirts, Black, S/S Pine Island 810 or A-15.3 Equal, Star on Left Breast / (See Spec)

Raid Shirts, Black, L/S Pine Island 839 or A-15.4 Equal, Star on Left Breast / (See Spec)

110 Administrative Staff Shirts, all available colors S/S Pine Island 810 or Equal, with A-15.5 embroidery on left breast "SOMERSET COUNTY SHERIFF’S OFFICE” & Division name / title (not to exceed 40 letters)

Administrative Staff Shirts, all available colors L/S Pine Island 839 or Equal, with A-15.6 embroidery on left breast "SOMERSET COUNTY SHERIFF’S OFFICE” & Division name / title (not to exceed 40 letters)

5.11 Tactical Polo, all available colors, S/S with 2 ½” Subdued Departmental Patch A-15.7 embroidered on left breast With Lettering on top and bottom (See Spec)

5.11 Tactical Polo, all available colors, L/S with 2 ½” Subdued Departmental Patch A-15.8 embroidered on left breast With Lettering on top and bottom, (See Spec)

5.11 Professional Polo, all available colors, S/S with 2 ½” Subdued Departmental Patch A-15.9 embroidered on left breast With Lettering on top and bottom, (See Spec)

5.11 Professional Polo, all available colors, A-15.10 L/S with 2 ½” Subdued Departmental Patch embroidered on left breast

5.11 Tactical Series – Professional Polo, Long & Short Sleeve, Various Colors. “Training Academy logo” embroidered on A-15.11 left chest and Blank; “Instructor” or “Name” embroidered on right chest - Men’s and Women’s (Please include ‘tall’ sizes) TRAINING ACADEMY

5.11 Tactical Series – Tactical Polo, Long & Short Sleeve, Various Colors. “HAZMAT” A-15.12 logo” embroidered on left chest – Men’s and Women’s. (Please include ‘tall’ sizes) TRAINING ACADEMY

TOTAL GROUP A-15 STAFF SHIRTS - GROUP GROUP A- $ TOTAL 15

GROUP A- SPECIAL DETAIL SHERIFF & TRAINING UNIT COST SPECIFY BRAND BIDDING 16 ACADEMY

A-16.1 5.11 Vest, All Available Colors A-16.2 5.11 Tactical pants, All Available Colors

5.11 Tactical Series – Tactical pant, Cotton, A-16.3 Navy – Men’s and Women’s – TRAINING ACADEMY

A-16.4 5.11 S/S Tactical Shirt, All Available Colors

A-16.5 5.11 L/S Tactical Shirt, All Available Colors

111 5.11 Tactical Series fleece lined jacket / A-16.6 Black #48002 / K-9 patches and reflective lettering included in price (See Spec)

TOTAL GROUP A-16 SPECIAL DETAIL - GROUP GROUP A- $ TOTAL 16

GROUP A- SPECIAL DETAIL HONOR GUARD UNIT COST SPECIFY BRAND BIDDING 17 JayPee #1801SO Slide on Flag Carrier, Plain A-17.1 Black (NO BASKET WEAVE) B140 Handcuff Case with Hidden Snap, A-17.2 Black Leather (NO BASKET WEAVE)

B629-3 Double Magazine Case with Hidden A-17.3 Snaps, Black Leather (NO BASKET WEAVE)

B629-2 Double Magazine Case with Hidden A-17.4 Snaps, Black Leather (NO BASKET WEAVE) for Glock 21 Magazines. Safariland

H746-SH Holster, Black Leather (NO A-17.5 BASKET WEAVE), For Glock 21 and S&W 5906 TSW Right or Left Hand. Don Hume

B59FL Fully Lined Duty Belt 2 1/4“ Wide, A-17.6 Removable Brass Buckle, Black Leather (NO BASKET WEAVE) Thorogood/ Bates Lites Low Top Black A-17.7 Leather Duty Shoe (GLOSSY FINISH) Bates SR56 Marine Style Blouse coat, With Gold Piping A-17.8 Using 646-96 Fabric Navy Blue Beaver Felt 5X Drill Instructor A-17.9 Cover Standard Length Beaded Cotton Gloves, A-17.10 100% Cotton, Rubberized Dots on the Palms, Slip on Style, White

Standard Length Beaded Cotton Gloves, A-17.11 100% Cotton, Parade Gloves, (no rubberized dots), Slip on Style, White

Mourning Bands, Black Elastic, to fit over A-17.12 uniform badge

TOTAL GROUP A-17 SPECIAL DETAIL HONOR GROUP A- $ GUARD - GROUP TOTAL 17

GROUP A- JAIL - INSTITUTIONAL UNIFORM UNIT COST SPECIFY BRAND BIDDING 18

Color of inmate uniforms and color of lettering will be specified on orders: All the listed colors below must be available when

needed: Orange, White, Olive, Green, Red, Tan, Navy, Gold, Lt Grey: Choice of White and Black

112 Inmate Shirt (QTY over 100) with 4"

lettering on back. S - XL A-18.1 XXL XXXL XXXXL - 10 XL Inmate Trouser (Qty. – over 100) with 4"

lettering on right pant leg. S - XL A-18.2 XXL XXXL XXXXL - 10 XL

Specify Cap Color when ordering: Orange or A-18.3 White: Inmate Baseball style cap (Qty. – over 100) with 2" lettering on front.

TOTAL GROUP A-18 JAIL - INSTITUTIONAL GROUP A- $ UNIFORM - GROUP TOTAL 18

GROUP A- SHERIFF'S CADET UNIT COST SPECIFY BRAND BIDDING 19

A-19.1 5.11 Taclite TDU Pants #74280

A-19.2 5.11 Big Horn Jacket #48026

A-19.3 5.11 Utility Long Sleeve Polo #72057

A-19.4 5.11 Utility Short Sleeve Polo #41180

TOTAL GROUP A-19 SHERIFF'S CADET - GROUP A- $ GROUP TOTAL 19

GROUP A- SHERIFF'S BCI UNIT UNIT COST SPECIFY BRAND BIDDING 20

A-20.1 5.11 Tactical TDU Belt 1.75" wide

A-20.2 5.11 Women's Stryke Pants #64386

A-20.3 5.11 Men's Stryke Pants #74369

5.11 Long Sleeve Button Down Polo A-20.4 #72399

5.11 Short Sleeve Button Down Polo A-20.5 #71354

A-20.6 5.11 Long Sleeve Polo Shirt #72360

A-20.7 5.11 Short Sleeve Polo Shirt #71182

TOTAL GROUP A-20 SHERIFF'S BCI UNIT - GROUP A- $ GROUP TOTAL 20

113 GROUP A- SHERIFF'S - POLICE UNIFORM-ALL UNIT COST SPECIFY BRAND BIDDING 21 CLASSES

Shirt-Crew Short Sleeve Guardian Wear (no substitutes) performance wear (90% A-21.1 polyester & 10% lycra, anti-microbial) in multiple colors & multiple sizes.

Shirt-Crew Long Sleeve Guardian Wear (no substitutes) performance wear (90% A-21.2 polyester & 10% lycra, anti-microbial) in multiple colors & multiple sizes.

Shirt-Crew Short Sleeve Guardian Wear (no substitutes) performance wear (100% A-21.3 polyester, anti-microbial) in multiple colors & multiple sizes.

Shirt-Crew Long Sleeve Guardian Wear (no substitutes) performance wear (100% A-21.4 polyester, anti-microbial) in multiple colors & multiple sizes.

TOTAL GROUP A-21 SHERIFF'S - POLICE GROUP A- UNIFORM-ALL CLASSES - GROUP $ 21 TOTAL

GROUP A- DETECTIVE UNIFORMS / GEAR UNIT COST SPECIFY BRAND BIDDING 22

DeSantis, black leather handcuff & single A-22.1 magazine pouch with clip on back or Equal

5.11 Tactical Short Sleeve Polo #71182, A-22.2 Sheriff's Patch over left breast

5.11 Tactical Long Sleeve Polo #72360, A-22.3 Sheriff's Patch over left breast

5.11 Flextac Stryke Pants Style #74369, A-22.4 Rip-Stop

TOTAL GROUP A-22 DETECTIVE GROUP A- $ UNIFORMS/GEAR - GROUP TOTAL 22

GROUP A- SHERIFF'S- GENTEX OPS-CORE UNIT COST SPECIFY BRAND BIDDING 23 Helmet: FAST, LE, High Cut, 3 Hole, EPP Padding, Head-Loe 4-Point Chinstrap – A-23.1 Worm Dial, Right-Eye Dominant, Skeleton Shroud, ARC Rails with Bungees, (L)’ Urban Tan

Part #NI00880-02, Intercom Component: A-23.2 LVIS digital, Radio Interface and Intercom Control, Non-Wireless, RIIC-26W

Part #NI01153-02-0000, Headset: AMP, Communications Headset, NMFI equipped A-23.3 (earplugs sold separately), Connectorized, Tan 499

114 Part #1000440-00, Accessory: AMP, Helmet A-23.4 Mount Rail Kit, Tan 499

TOTAL GROUP A-23 SHERIFF'S- GENTEX OPS- GROUP A- $ CORE - GROUP TOTAL 23

DEPARTMENT OF PUBLIC WORKS - GROUP B TRANSPORTATION DIVISION GROUP B-1 SHIRTS UNIT COST SPECIFY BRAND BIDDING Shirt - Long Sleeve –Mfg. Ultra Club or equivalent – 60% cotton 40% polyester. Wrinkle free, button down collar, shirttail hem, left breast pocket. Machine washable. County Silk Screened Logo in the color scheme as provided in the bid spec. Color: Light blue B-1.1 Size: Men’s Reg S-XXL Women’s Reg S-XL Tall M-XXL Big 2x-4x Big 2X-5X Shirt – Short Sleeve Same as Long Sleeve Men’s and Women’s color and sizes. B-1.2 Logo on left chest, County Silk Screened Logo in the color scheme as provided in the bid spec. Staff Shirt Short sleeve –Mfg. Devon & Jones Style D100 or equivalent. Stain resistant 100% Peruvian Pima interlock cotton, Pre shrunk. Wrinkle, fade and pill free. Fabric weight 6 oz. per square yard. 3 button placket, covered neck seams, reinforced shoulders, bottom hem straight with side vents. B-1.3 County Silk Screened Logo in the color scheme as provided in the bid spec. Color: Navy Blue Size: Men’s Reg M-XXL Women’s Reg S-4XL Tall M-XXL Big 2X-5X Staff Shirt Long Sleeve Men's – Port Authority shirt style K500LS or equivalent. Three-button placket, flat knit collar, buttons made with durable metal, finished with plastic rims that have been dyed to match the shirt. Bottom hem and sleeves re B-1.4 finished with double-needle construction that lends extra durability and fray- resistance to the construction. County Silk Screened Logo in the color scheme as provided in the bid spec. Color: Navy Blue Size: XS–6XL

115 Staff shirt Long Sleeve Women’s - Port Authority shirt: Navy Blue Polo Shirt L500LS RYL specs same as Men’s staff shirt. B-1.5 County Silk Screened Logo in the color scheme as provided in the bid spec. Color: Navy Blue Size: XS-4XL

T-Shirt Work Wear or Equal Woven Tape Sewn into the seams of the shoulder and neck, heavy duty 5.7 oz. 100% combed cotton, double stitch hem and pockets, longer body length, generous B-1.6 cut, fuller arm opening, shrink resistant, oversized chest pocket, made in U.S.A. County Silk Screened Logo in the color scheme as provided in the bid spec. Color: Navy Sizes: S-4XL

Full Zip Fleece Full Zip – Mfg Port Authority Value Fleece Jacket F217 or Eq. 100% polyester Min 13.8 oz. with Logo: "SOMERSET COUNTY" shall be embroidered in white block B-1.7 lettering with "TRANSPORTATION" embroidered in white lettering centered underneath "SOMERSET COUNTY" on the left chest. Color: Navy

Sizes: S-6XL

Full Zip Fleece Vest Full Zip - Mfg Port Authority Value Fleece Vest F219 or Eq. 100% polyester Min 13.8 oz. with Logo: "SOMERSET COUNTY" shall be embroidered in white block lettering with B-1.8 "TRANSPORTATION" embroidered in white block lettering centered underneath "SOMERSET COUNTY" on the left chest of the vest. Color: Navy Size: S-6XL

GROUP B-2 OUTERWEAR UNIT COST SPECIFY BRAND BIDDING

Spring Jacket – Mfg: Harriton Men's Echo Soft Shell Jacket 8.5 oz. 3-Layer 90% polyester, 10% spandex bonded to 100% polyester with reflective piping at front and back yoke, M780 or equivalent, Machine B-2.1 Washable with County Silk Screened Logo in the color scheme as provided in the bid spec. Color: Dark Navy Size: S-6XL

116 Winter Jacket - Hooded DESCRIPTION: Tact Squad® Security Parka or equal. Extended length, side vents for easy access to pockets, inside storm flap to inhibits water penetration behind the B-2.2 zipper, quilted lining, plush pile collar and a removable quilted hood with draw cord MATERIAL: 100% Nylon Shell, Machine washable Size: Small to 6XL Color: Dark Navy

Rain Jacket – Mfr. Tingley Class 3 Vision Jacket J23122 or Eq. 4 oz. Polyurethane on 150D Polyester. The jacket shall be a high visibility, waterproof, breathable, multipurpose jacket with full cut shoulder construction with 90 degree sleeve-to- body-angle. The jacket shall have a storm B-2.3 fly front with snap closure and an attached hood in collar, hook and loop sleeve take- up straps, and two (2) patch pockets. Jacket shall meet ANSI/ISEA 107 Type R, Class 3 compliance standards. Color: Fluorescent Yellow-Green Size: S-6XL Knit Caps (Beanies) Port Authority Red R-Tek Stretch Fleece Beanie, 95/5 poly/spandex R-Tek® stretch fleece or Equal. "SOMERSET COUNTY" shall be embroidered in white block lettering on B-2.4 the front of the hat, with "TRANSPORTATION" embroidered in white block lettering centered underneath "SOMERSET COUNTY" Color: Blue Size: One Size

Silk Screens to match County logo colors and design as shown below. Block letters will be provided on those items where indicated in the specifications. The color of the lettering will be White as indicated in NOTE: this specification. Examples of silk screens/logos to be supplied are contained in the specifications below. No additional payment for the Silk Screen/Logo will be made outside of the unit price bid by the vendor.

GROUP C PUBLIC WORKS

GROUP C-1 COVERALLS UNIT COST SPECIFY BRAND BIDDING

C-1.1 Coveralls Red Cap Brand Coverall #CT10 Coverall - Quilt Lined Bib w/Zipper Leg to C-1.2 Knee

C-1.3 Coverall-Brown, Duck Zipper Leg Insulated

C-1.4 Coverall-Brown, Zip to Waist Lines

117 C-1.5 Coveralls Insulated Carhartt X02 or EQ C-1.6 Coverall BIBS Carhartt R02 or EQ

GROUP C-2 COATS & JACKETS UNIT COST SPECIFY BRAND BIDDING

C-2.1 Winter Coat Quilt Lined Traditional Style C-2.2 Jacket-Thermal Lined Active C-2.3 Coat-Brown Duck Blanket Lined C-2.4 Jacket-Lined Western Yoke C-2.5 Hood C-2.6 Windbreaker Jacket C-2.7 Windbreaker Jacket –Sherpa Lined C-2.8 Lined-Duck Jacket C-2.9 Blanket Lined Jacket C-2.10 Original Titan Parka C-2.11 Titan Modular Jacket C-2.12 Titan Snorkel C-2.13 Panel Front Jacket C-2.14 Lined Slash Pocket Eisenhower Jacket C-2.15 Unlined Slash Pocket Eisenhower Jacket C-2.16 Hooded jacket C-2.17 High visibility Class 3 waterproof Jacket High visibility Class 3 Thermal Lined hooded C-2.18 Zip-Front Sweatshirt C-2.19 Duck Vest, Quilt-Lined C-2.20 Winter Coat Carhartt C01 or EQ C-2.21 Winter Coat Carhartt J02 or EQ Class II, Safety Vest Petra-Roc #LVM2- C-2.22 LPSV or EQ C-2.23 Class III Safety Vest – Lime Mesh

GROUP C-3 HOODED PARKA UNIT COST SPECIFY BRAND BIDDING

C-3.1 Hooded Rain Parka

GROUP C-4 STAFF SHIRTS UNIT COST SPECIFY BRAND BIDDING

C-4.1 Staff Shirts C-4.2 Staff Shirts

GROUP C-5 JEAN TROUSER UNIT COST SPECIFY BRAND BIDDING

C-5.1 Jean Trouser, Style 9393V for Traffic Safety

Duck Work Dungaree- Quilt Lined Carhartt C-5.2 #B10 or EQ Washed Duck Work Dungaree Carhartt C-5.3 #B11 or EQ

118 Washed Denim Work Dungaree Carhartt C-5.4 #B13 or EQ Washed Duck Dungaree-Flannel Lined C-5.5 Carhartt #B111 or EQ Canvas Work Dungaree- Carhartt #B151 or C-5.6 EQ C-5.7 Carhartt Jeans B17 or EQ

C-5.8 Dickies Jeans FD231 or EQ

Dickies Style 17293 Straight Cut 5 Pocket C-5.9 or EQ Lees Original Straight Leg Style 30718 or C-5.10 EQ

GROUP C-6 RAIN GEAR UNIT COST SPECIFY BRAND BIDDING

C-6.1 Rainsuit Jacket C-6.2 Rainsuit Pants C-6.3 Industrial Strength Rain Overalls C-6.4 Industrial Strength Rain Parka C-6.5 Storm Stripes brand, Style RLS89 or EQ Tingley Icon 3.1 Premium ANSI Compliant C-6.6 Breathable, Insulated High Visibility Jacket or EQ

Tingley Vision Pants - Class 3 Waterproof, C-6.7 P23122 or EQ

Tingley Vision - Class 3 Rain Jacket Style C-6.8 #J23122

GROUP C-7 PVC WATER PROOF BOOTS UNIT COST SPECIFY BRAND BIDDING

C-7.1 Slush Boots, Over the Shoe, Sizes 10-16

General Purpose Knee Boots Cleated C-7.2 outsole, 15" High, Steel Toe, Black, Sizes 10-16 Hip Boots, Cleated outsole, 31" high Steel C-7.3 toe, Brown w/PVC on polyester Knit skirt, Sizes 10-16 Industrial Strength Steel Toe Rubber Boots C-7.4 LaCrosse Ice-King #4222 or Equal, Color: Black, Sizes 7-16

Thorogood 14" HellFire WP/Insulated C-7.5 Rubber Steel Toe Boot or EQ

PVC chest waders, steel toe, adjustable straps, reinforced suspender bottoms, built C-7.6 in belt loops with adjustable belt loops, Shoe Sizes: 6-14

GROUP C-8 SHIRTS & PANTS UNIT COST SPECIFY BRAND BIDDING

C-8.1 Work Shirt- Long Sleeve

119 C-8.2 Work Shirt- Short Sleeve C-8.3 Work T-Shirt C-8.4 Work T-Shirt Silk screen in white C-8.5 Work Pants T-Shirt Work Wear #1160 or Equal Silk C-8.6 screen in white (as indicated) Long Sleeve Workwear Pocket T-Shirt Silk C-8.7 screen in white (as indicated) Midweight Hooded Pullover Sweatshirt, C-8.8 Carhartt #K121 or Equal, Silk screen in white (as indicated)

Midweight Crewneck Sweatshirt, Carhartt C-8.9 #K124 or Equal, Silk screen in white (as indicated)

Hooded Sweatshirt Non-Insulated Zipped C-8.10 Carhartt K122 or EQ, Silk screen in white (as indicated)

Hooded Sweatshirt Insulated Pullover C-8.11 Insulated Carhartt J170 or EQ, Silk screen in white (as indicated)

Hooded Sweatshirt Insulated Zipped C-8.12 Carhartt J149 or EQ, Silk screen in white (as indicated)

Long Sleeve Work Shirt, Work Wear #101 C-8.13 or Equal, Silk screen in white (as indicated)

Heavy Duty Workpant, Work Wear #201 or C-8.14 Equal

Mock Turtleneck, Luxurious and substantial, 100% brushed and sueded cotton Jersey fabric (Heather Grey is 90% Cotton/10% C-8.15 Polyester) Spandex in collar and cuffs helps keep their shape. Generous fit, double needle stitching and side-vents, Sizes: XS- 4XL

GROUP C-9 HEADWEAR UNIT COST SPECIFY BRAND BIDDING

C-9.1 Liner, Winter, 2-Piece Corner Stone CS800 Hi-Visibility Knit Caps C-9.2 (beanies), Port Authority C-9.3 Petra-Roc style #LBC-S1 Hi-Visibility C-9.4 Petra-Roc style #LRH-FB-L/XL Hi-Visibility C-9.5 Cobra style #SAF-5

GROUP D EMERGENCY MANAGEMENT

EMERGENCY MANAGEMENT COMMUNICATIONS GROUP D-1 UNIT COST SPECIFY BRAND BIDDING DISPATCHERS/INSTRUCTORS- TRAINING ACADEMY Trouser-Midnight Blue, Fechheimer # 3933, D-1.1 Style 00FNV or Equal

120 Trouser-Midnight Blue, Style 600MNV D-1.2 Fechheimer or Equal D-1.3 Female Long Sleeve Shirt # 8211-3 D-1.4 “ Short “ “ # 8811-3 D-1.5 Male Long Sleeve Shirt # 211-3 D-1.6 “ Short “ “ # 2211-3 Maintenance Uniform-Trouser #PT30MD D-1.7 Dickie or Equal Maintenance Uniform-Long Sleeve Shirt # D-1.8 ST23MD Dickie or Equal Maintenance Uniform-Short Sleeve Shirt # D-1.9 ST53MD Dickie or Equal D-1.10 Maintenance Jacket - # 6016TZ or Equal

Coveralls-Carhartt or Equal, Red Cap Brand D-1.11 # CT10

D-1.12 Garrison Belt Don Hume Style Bill or Equal

V-Neck Commando sweater w/epps & tab, D-1.13 Color: Navy – wool V-Neck Commando sweater w/epps & tab, D-1.14 Color: Navy – NO wool NJ Corrections sweater, zip front, Color: D-1.15 Navy – wool

NJ Corrections sweater, zip front, Color: D-1.16 Navy – NO wool

5.11 Performance Polo L/S & S/S, (Navy & LE Green) for men and women in regular D-1.17 and tall sizes with the logo embroidered on the left chest.

Game Sportswear 8075 Full Zip Fireman’s D-1.18 Work shirt in Navy with logo embroidered on the left chest in regular and tall sizes.

5.11 72321 Job Shirt in Navy with logo D-1.19 embroidered on the left chest

5.11 Professional Polo L/S & S/S (Navy & LE Green) for men and women in regular and D-1.20 tall sizes with the logo embroidered on the left chest.

Game Sportswear 870 and 870T Fireman's D-1.21 Work shirt in Navy with logo embroidered on left chest in regular and tall sizes.

Boston 1 1/2" black leather belt buckle and D-1.22 Velcro closure

5.11 Men’s Performance Polo L/S & S/S, in regular and tall sizes with the logo D-1.23 embroidered on the left chest and “Incident Support Team” embroidered underneath it.

Hanes S/S & L/S Tee Shirt with County OEM D-1.24 Logo Silk screened on front with “SCOEM” on back

121 Silk Screens & Logos will be provided on those items where indicated in the specifications. Examples are supplied in NOTES: specifications. No additional payment for Logos will be made outside of the unit price bid.

Two (2) shoulder patches will be provided for each dispatcher shirt by the County. Shoulder patches to be sewn on sleeves of

each shirt (i.e. one patch to be sewn on left sleeve and one patch to be sewn on right sleeve).

One (1) shoulder patch will be provided for each instructor shirt/coverall by the County. Shoulder patch to be sewn on left sleeve. Flag patch to be sewn on right arm.

Embroidered name on front right chest of coveralls. No additional payment for flag patch or embroidered name will be made outside of the unit price bid.

EMERGENCY MGMT/TRAINING GROUP D-2 ACADEMY INSTRUCTORS CLASSROOM UNIT COST SPECIFY BRAND BIDDING CLOTHING-INSTRUCTORS

Outerbanks brand of long-sleeve golf style shirt, 100% cotton pique. Training Academy logo with 5 different colors and D-2.1 name of individual to be embroidered on the front of the golf shirt. Color: Gray, Sizes: S-5X (also tall sizes)

Outerbanks brand of short-sleeve golf style shirt, 100% cotton pique. Training Academy logo with 5 different colors and D-2.2 name of individual to be embroidered on the front of the golf shirt. Color: Gray, Sizes: S-5X (also tall sizes)

Job shirts – Dark navy, long sleeve, sweatshirt material w/zipper, denim collar, denim elbow patches, banded sleeves and bottom, radio pocket with pen pocket D-2.3 inside. Academy patch and instructor patch to be sewn on front of shirt. Flag patch to be sewn on left sleeve. Sizes: S-5X (also tall sizes)

Job shirts – Black, long sleeve sweatshirt material w/zipper, radio pocket with pen D-2.4 pocket inside. OEM patch embroidered sewn on front of shirt. Sizes: S-5X (also tall sizes)

Logos will be provided on those items where indicated in the specifications. Academy logo (5 colors) to be embroidered on golf NOTES: shirts. Individual’s first name to be embroidered on golf shirts. No additional payment for embroidered logo and names will be made outside of the unit price bid.

122 The County will provide One (1) Academy patch and one (1) instructor patch for each job shirt. Both patches to be sewn on the front right side of the job shirt. Name

embroidered on left side of shirt. No additional payment for embroidered name or flag patch will be made outside of the unit price bid.

GROUP D-3 TRAINING ACADEMY – INSTRUCTORS UNIT COST SPECIFY BRAND BIDDING

Topps SH-95 5505 Nomex Navy blue long D-3.1 sleeve shirt

D-3.2 Topps PA-70 5605 Nomex Navy blue pants

Topps C0-07 5505 Nomex Navy blue jump D-3.3 suit 4.5 oz.

Topps PA-70 5606 Nomex Navy blue jump D-3.4 suit 6.0 oz.

Short-sleeve T-shirt Hanes Beefy, 50% cotton/50% poly, Navy blue w/ Training Academy logo silk screen on left chest, “Instructor” or “Name” on right chest, 1 ½” D-3.5 lettering on back “Somerset County Training Academy “(circular) w/Emergency Services” in center. (Please include ‘tall’ sizes)

Long-sleeve T-shirt Hanes Beefy, 50% cotton/50% poly, Navy blue w/ Training Academy logo silk screen on left chest, “Instructor” or “Name” on right chest, 1 ½” D-3.6 lettering on back “Somerset County Training Academy “(circular) w/Emergency Services” in center. (Please include ‘tall’ sizes)

Short-sleeve T-shirt Hanes Beefy, 50% cotton/50% poly, Navy blue w/HAZMAT D-3.7 logo silk screen on left chest, 1 ½” lettering on back “Somerset County HAZMAT". (Please include ‘tall’ sizes)

Long-sleeve sweatshirt, heavyweight, 50% cotton/ 50% poly, Navy blue. “Training D-3.8 Academy logo or HAZMAT logo” embroidered on left chest. Blank, Name or Instructor on right chest.

Job shirts – Dark navy, long sleeve, sweatshirt material w/zipper, denim collar, denim elbow patches, banded sleeves and bottom, radio pocket with pen pocket inside. “Training Academy patch” (provided D-3.9 by County) to be sewn on front of shirt. Flag patch (provided by vendor) to be sewn on left sleeve, Instructor name (first initial and last name) embroidered on right chest - Sizes: S-5X

123 Short sleeve white dress shirt – Elbeco (ELB#5541) white “ESTA Academy Patch” to be sewn on right shoulder (1” down – D-3.10 supplied by county), “flag patch” to be sewn on left shoulder (1” down – patch supplied by vendor) – Men’s and Women’s

Dress uniform pant Elbeco #E8929R, Navy D-3.11 – Men’s and Women’s Silver and Gold Name plates (3” x ¾”) first D-3.12 initial and last name

D-3.13 Gold “ESTA” collar brass (1 ½” X ½”)

Ultra Club #8970 Men’s Classic Wrinkle- Free, Long-Sleeve Oxford Dress Shirt with D-3.14 Training Academy logo or Emergency Management embroidered on left chest. (Please include ‘tall’ sizes)

Ultra Club #8972 Adult Classic Wrinkle- Free, Short-Sleeve Oxford Dress Shirt with D-3.15 Training Academy logo or Emergency Management embroidered on left chest. (Please include ‘tall’ sizes)

Adult Super Sweats Full-Zip Hooded Fleece D-3.16 Sweatshirt

Adult All-Weather Jacket 100% nylon shell D-3.17 with fleece lining

5.11 TACTICAL SERIES CLOTHING FOR NOTE: ACADEMY INCLUDED WITH JAIL SPECS

GROUP D-4 ADDITIONAL OEM ITEMS UNIT COST SPECIFY BRAND BIDDING

Columbia 1519151 or 1618391 or D-4.1 Equivalent Men's Full Zip Fleece Vest (Sizes: S-2X) with OEM Logo

Columbia 1519151 or 1618391 or D-4.2 Equivalent Men's Full Zip Fleece Vest (Sizes: S-2X) without OEM Logo Columbia 1618371or 1559521 or Equivalent D-4.3 Men's Full Zip Fleece Jacket (Sizes: S-2X) with OEM Logo Columbia 1618371 or 1559521 or D-4.4 Equivalent Men's Full Zip Fleece Jacket (Sizes: S-2X) without OEM Logo Columbia 1372121 or Equivalent Women's D-4.5 Full Zip Fleece Vest (Sizes: XS-XL) with OEM Logo

Columbia 1372121 or Equivalent Women's D-4.6 Full Zip Fleece Vest (Sizes: XS-XL) without OEM Logo

Columbia or Equivalent Women's Full Zip D-4.7 Fleece Jacket (Sizes: XS-XL) with OEM Logo

124 Columbia 1423861 or Equivalent Women's D-4.8 Full Zip Fleece Jacket (Sizes: XS-XL) without OEM Logo

Under Armour 1242755 or Equivalent Men's D-4.9 Performance Polo (Sizes: S-3X) with OEM Logo

Under Armour 1242755 or Equivalent Men's D-4.10 Performance Polo (Sizes: S-3X) without OEM Logo

Under Armour 1242220 or Equivalent Men's D-4.11 Rech 1/4 Zip (Sizes: S-3X) with OEM Logo

Under Armour 1242220 or Equivalent Men's D-4.12 Rech 1/4 Zip (Sizes: S-3X) without OEM Logo

Under Armour 1265648 Men's Coldgear D-4.13 Mock Long Sleeve (Sizes: S-3X) no Logo

Under Armour 1215968 or Equivalent D-4.14 Women's Coldgear fitted mock long sleeve (Sizes: S-2X)

Under Armour 1212171 or Equivalent D-4.15 Women's Coldgear fitted crew long sleeve (Sizes: S-XL) Bodek & Rhodes Style 8970 L/S shirt cotton/polyester or Equivalent, Sizes: L-2XL D-4.16 Reg & talls WITH PHS & COMM DIRECTORS NAME

GROUP E PROSECUTOR

GROUP E-1 DETECTIVE EQUIPMENT UNIT COST SPECIFY BRAND BIDDING

E-1.1 5.11 5-in-1 jacket, Color: Dark navy Somerset County Prosecutor's Office Badge Patch to be sewn on to exterior jacket left E-1.2 side and also sewn onto interior vest of the jacket

Reversed FLAG Patch with light gold border E-1.3 full color to be sewn onto right shoulder of jacket Shoulder patch per art supplied fully E-1.4 embroidered to be sewn onto left shoulder of jacket E-1.5 Hat patches, fully embroidered (SC-hat) Uncle Mike's 87781 ultra duty belt with E-1.6 hook and loop lining Uncle Mike's ultra duty belt without hook E-1.7 low finish: Kodra nylon E-1.8 Uncle Mike's 88061 Nylon inner belt Uncle Mike's Set of 4 belt keepers, Nylon, E-1.9 Black (UM8865) Gould & Goodrich GG-B880-4 Magazine E-1.10 Case- Weapon: Glock 30

125 Safariland 079 magazine pouch finish: STX E-1.11 plain, Weapon: Glock 21, USP45 Safariland paddle single mag pouch pistol: E-1.12 Glock 9mm + .40, H&K USP, Sig P229 Finish: STX Tactical ProTech TP10 single side arm mag pouch E-1.13 color black system: Molle attachment Uncle Mike’s Handcuff Case, Black, Nylon E-1.14 Duty Cuff, MFR #88351 SureFire V70 Combat light Holster E-1.15 (SUR004)

Elite Survival systems HL 130 Flashlight Pouch- Velcro attach-1000 dernier nylon flashlight pouch with a Velcro closure. E-1.16 Velcro hook backing is designed to attach to Velcro loop panels in our bags and cases. This tactical flashlight holster is designed to hold SureFire 6P and similar small lights.

E-1.17 Pair Hatch Gloves Neoprene Black (NS430)

E-1.18 Hatch G3 giant SWAT bag; 42”x14”x12”

Safariland Summit level IIIA A5 E-1.19 Unstructured panel set Safariland M1 Concealable Carrier, Color: E-1.20 Black Hardware level 3A lightweight multicolor E-1.21 plate weighs 2.25 pounds- 1.1” thick, NIJ 0101.06 NIJ level III compliant Safariland 2.0 DN6566 Oregon City Carrier, E-1.22 Front opening E-1.23 Safariland small ID panel “POLICE”

E-1.24 Safariland large ID panel “POLICE”

Protech TP10A, side or magazine pouch, E-1.25 double Protech TP14, expandable baton/flashlight E-1.26 pouch, single

E-1.27 Protech TP17 handcuff pouch, single

Protech TP21A radio pouch with bungee, E-1.28 universal Protech TP19A, utility pouch, 4” x 8”, E-1.29 vertical E-1.30 UA Stellar TAC WP Boot, Color: Black

5.11 ATAC Women’s Storm Boot, Color: E-1.31 Black Safariland Model 6360 ALS Level III mid- E-1.32 ride holster with STX Finish

Safariland Model 6378 ALS Concealment E-1.33 Belt Slide/Paddle Combo with STX Finish

126 G&G paddle handcuff case, cuffs: standard E-1.34 handcuffs (chain and link), Model 8820

E-1.35 Smith & Wesson Handcuff Model 100

Jerzees Adult heavyweight blend T-shirt, E-1.36 Color: Navy, apply Somerset County Prosecutor's Office logo to left chest

Flex Fit Wooly Combed Twill baseball cap, E-1.37 Color: Navy, apply Somerset County Prosecutor's Office hat patch to front of hat

Defense Technology MK-6 Small OC Spray, E-1.38 0.68 oz. Part ID 5069 Bianchi Patrol Tek 8007 OC/Mace spray E-1.39 pouch, Color: Black, Size: Small Expandable Baton, Monadnock, Model E-1.40 2570, 16” with Safety Tip

Baton Holder, Monadnock, Model 3026, E-1.41 slide on for 16” baton, Finish: Plain Black

E-1.42 Safariland Small OC Holder Model 4271-4V

SureFire 6PX Tactical LED Flashlight E-1.43 (SUR108A)

Blauer 9691 Hip-Length Crosstech Raincoat, E-1.44 Color: Black/Hi VIS Yellow

Fechheimer Flying Cross Pro Series Safety E-1.45 Vest Style 71500P, Lettering: POLICE

Safariland 79-83-13 Slimline Open Top Double Mag Pouch. Weapon: Glock 17, 22, E-1.46 34, 35, Sig P229, H&K USP 9C, Finish: STX Tactical Black Streamlight TLR-8 Tactical Light, w/Red E-1.47 Laser, Rail Locating Keys and CR123A Lithium Battery Streamlight TLR-6 Rail Model 69270, Glock E-1.48 White LED & Red Laser Safariland 7TS ALS Level III Retention E-1.49 Holster Mid-Ride, Right Hand, Safariland Plain Black Fits - Glock: 19, 23 w/ TLR-7 Safariland Model 7378 7TS ALS Concealment Paddle Belt Loop Combo E-1.50 Holster, SafariSeven Plain Black Right Hand, Fits: 19/23 with Streamlight TLR- 7/TLR-8

Safariland Model 7378 7TS ALS Concealment Holster Paddle & Belt Loop E-1.51 Combo, SafariSeven Plain Black Right Hand, Fits: Glock 42, 43 w/ Streamlight TLR-6

GROUP E-2 S.W.A.T. BASIC EQUIPMENT UNIT COST SPECIFY BRAND BIDDING

Black shirt MS108 w/SCERT patch (1 E-2.1 Woodland camo also)

127 E-2.2 Black SAS head cover PTH-503 (Balaclava)

E-2.3 Black baseball cap w/SCERT patch E-2.4 Woodland Camo poncho E-2.5 Rocky- Type black boots (Goretex) E-2.6 Bianchi military web belt M 1020 Bianchi double mag pouch for .45 caliber E-2.7 single stack Sig Sauer E-2.8 Handcuff pouch ALC-229 E-2.9 Bianchi side-handled baton holder E-2.10 Mini mag light w/cord MML-2 E-2.11 Scorpion-type flashlight E-2.12 Mini mag light holder E-2.13 Scorpion light holder RBR Ballistic Helmet Level IIIA Combat MK- E-2.14 II Shoulder Patches SCERT (Color Olive Drab) E-2.15 artwork to be supplied upon request SWAT Rocker Patches, artwork to be E-2.16 supplied upon request NEGOTIATOR Rocker Patches, artwork to be E-2.17 supplied upon request 3” Hat Patches SCERT (Color Olive Drab) E-2.18 artwork to be supplied upon request DIVE RESCUE Rocker Patches, artwork to E-2.19 be supplied upon request Pair Boots, Rocky Super Eliminator 9” high E-2.20 lug sole Goretex, Thinsulate, waterproof w/ankle support, black (R-8400)

5.11 Cotton tactical pants, Model #74251, E-2.21 Khaki

5.11 Professional Polo shirt, short sleeve, E-2.22 Model #41060, Navy blue

5.11 Professional Polo shirt, long sleeve, E-2.23 Model #42056, Navy blue

GROUP E-3 DETECTIVE STAFF UNIT COST SPECIFY BRAND BIDDING

Class B Pants, Fech NJ Cargo trouser with E-3.1 Gold stripe Class B Long Sleeve Shirt, Elbeco Tek 3 L/S E-3.2 duty uniform shirt, Color: French blue

Class B Long Sleeve Shirt, Elbeco Tek 3 E-3.3 Women’s L/S duty uniform shirt, Color: French blue

Class B Short Sleeve Shirt #8713, Elbeco E-3.4 Tek 3 S/S duty uniform shirt, Color: French blue Class B Short Sleeve Shirt #8713, Elbeco E-3.5 Tek 3 Women’s S/S duty uniform shirt, Color: French blue

128 Blauer ANSI Cert. S/S Polo shirt, Color: Yellow/Black, heat applied lettering E-3.6 "POLICE", letter color black, letter size 3" block letters upper back of Polo shirt

E-3.7 Name – Sewn on E-3.8 Badge Patch – Sewn on E-3.9 Sergeant Stripes – Sewn on E-3.10 Lieutenant Patch – Sewn on E-3.11 Captain Patch – Sewn on Deputy Chief (collar patch- 2 stars) – Sewn E-3.12 on E-3.13 Chief (collar patch- 4 stars) – Sewn on

E-3.14 Shoulder Patch – Sewn on

E-3.15 5.11 Men's Stryke Pants, Style #74369

E-3.16 5.11 Women's Stryke Pants, Style #64386

5.11 Professional Long Sleeve Polo, Style E-3.17 #42056 5.11 Professional Short Sleeve Polo, Style E-3.18 #41060 5.11 Corporate Pinnacle Short Sleeve Polo, E-3.19 Style #71057 5.11 Women's Corporate Pinnacle Polo, E-3.20 Style #61026 5.11 Stryke PDU Rapid Long Sleeve Shirt, E-3.21 Style #72519 5.11 Performance Short Sleeve Polo, Style E-3.22 #71049

SILK SCREEN PRINT EVENT T-SHIRTS GROUP F OPEN END- AS NEEDED- QUANTITIES UNIT COST SPECIFY BRAND BIDDING TO BE DETERMINED – NO MINIMUMS

50/50 Cotton-Poly T-Shirt Jerzee brand or equivalent sizes S -4X-L White T-shirt– F-1.1 Option 1---one-color screen print full front or back or left chest imprint. F1.1a S- M –L XL F1.1b X-L F1.1c 3X-L F1.1d 4X-L 50/50 Cotton-Poly T-Shirt Jerzee brand or equivalent sizes S -4X-L White T-shirt– F-1.2 Option 1---one-color screen print full back and left chest imprint. F-1.2a S- M –L XL F-1.2b X-L F-1.2c 3X-L F-1.2d 4X-L

129 50/50 Cotton-Poly T-Shirt Jerzee brand or equivalent sizes S -4X-L White T-shirt– F-1.3 Option 2---two-color screen print full front or back or left chest imprint. F-1.3a S- M –L XL F-1.3b X-L F-1.3c 3X-L F-1.3d 4X-L 50/50 Cotton-Poly T-Shirt Jerzee brand or equivalent sizes S -4X-L White T-shirt– F-1.4 Option 2---two-color screen print left chest and full back (one color). F-1.4a S- M –L XL F-1.4b X-L F-1.4c 3X-L F-1.4d 4X-L 50/50 Cotton-Poly T-Shirt Jerzee brand or equivalent sizes S -4X-L White T-shirt– F-1.5 Option 3---three or more colors screen print full front or back or left chest imprint. F-1.5a S- M –L XL F-1.5b X-L F-1.5c 3X-L F-1.5d 4X-L 50/50 Cotton-Poly T-Shirt Jerzee brand or equivalent sizes S -4X-L White T-shirt– F-1.6 Option 3---three or more colors screen print left chest and full back (one color). F-1.6a S- M –L XL F-1.6b X-L F-1.6c 3X-L F-1.6d 4X-L 50/50 Cotton-Poly T-Shirt Jerzee brand or equivalent sizes S -4X-L Color T-shirt– F-1.7 Option 1---one-color screen print full back or front or left chest imprint. Colors available: F-1.7a S- M –L XL F-1.7b X-L F-1.7c 3X-L F-1.7d 4X-L 50/50 Cotton-Poly T-Shirt Jerzee brand or equivalent sizes S -4X-L Color T-shirt– F-1.8 Option 1---one-color screen print full back and left chest imprint. Colors available: F-1.8a S- M –L XL F-1.8b X-L F-1.8c 3X-L

130 F-1.8d 4X-L 50/50 Cotton-Poly T-Shirt Jerzee brand or equivalent sizes S -4X-L Color T-shirt– F-1.9 Option 2---two-color screen print full back or front or left chest imprint. Colors available: F-1.9a S- M –L XL F-1.9b X-L F-1.9c 3X-L F-1.9d 4X-L 50/50 Cotton-Poly T-Shirt Jerzee brand or equivalent sizes S -4X-L Color T-shirt– F-1.10 Option 2---two-color screen print left chest and full back (one color). Colors available: F-1.10a S- M –L XL F-1.10b X-L F-1.10c 3X-L F-1.10d 4X-L 50/50 Cotton-Poly T-Shirt Jerzee brand or equivalent sizes S -4X-L Color T-shirt– F-1.11 Option 3---three or more colors screen print full back or front or left chest imprint. Colors available: F-1.11a S- M –L XL F-1.11b X-L F-1.11c 3X-L F-1.11d 4X-L 50/50 Cotton-Poly T-Shirt Jerzee brand or equivalent sizes S -4X-L Color T-shirt– F-1.12 Option 3---three or more colors screen print left chest and full back (one color). Colors available: F-1.12a S- M –L XL F-1.12b X-L F-1.12c 3X-L F-1.12d 4X-L Staff Shirt/Polo - Short sleeve, Jerzees 5.2 oz. Jersey knit, 50%poly/50%cotton blend, F-1.13 oversized fit, 2 button with collar. Left breast pocket - Option 1 --- one-color screen print over left breast pocket. Colors available: F-1.13a S- M –L XL F-1.13b X-L F-1.13c 3X-L F-1.13d 4X-L

131 Staff Shirt/Polo - Short sleeve, Jerzees 5.2 oz. Jersey knit, 50%poly/50%cotton blend, F-1.14 oversized fit, 2 button with collar. Left breast pocket - Option 2 --- two-color screen print over left breast pocket. Colors available: F-1.14a S- M –L XL F-1.14b X-L F-1.14c 3X-L F-1.14d 4X-L Staff Shirt/Polo - Short sleeve, Jerzees 5.2 oz. Jersey knit, 50%poly/50%cotton blend, F-1.15 oversized fit, 2 button with collar. Left breast pocket - Option 3 --- three or more colors screen print over left breast pocket. Colors available: F-1.15a S- M –L XL F-1.15b X-L F-1.15c 3X-L F-1.15d 4X-L Staff Shirt/Polo - Short sleeve, Jerzees 5.2 oz. Jersey knit, 50%poly/50%cotton blend, F-1.16 oversized fit, 2 button with collar. No pocket - Option 1 --- one-color screen print over left chest. Colors available: F-1.16a S- M –L XL F-1.16b X-L F-1.16c 3X-L F-1.16d 4X-L Staff Shirt/Polo - Short sleeve, Jerzees 5.2 oz. Jersey knit, 50%poly/50%cotton blend, F-1.17 oversized fit, 2 button with collar. No pocket - Option 2 --- two-color screen print over left chest. Colors available: F-1.17a S- M –L XL F-1.17b X-L F-1.17c 3X-L F-1.17d 4X-L Staff Shirt/Polo - Short sleeve, Jerzees 5.2 oz. Jersey knit, 50%poly/50%cotton blend, F-1.18 oversized fit, 2 button with collar. No pocket - Option 3 --- three or more colors screen print over left chest. Colors available: F-1.18a S- M –L XL F-1.18b X-L F-1.18c 3X-L F-1.18d 4X-L

132 Staff Shirt/Polo - Short sleeve, Jerzees 5.2 oz. Jersey knit, 50%poly/50%cotton blend, F-1.19 oversized fit, 2 button with collar. Left breast pocket - Option 4 --- Embroidery over left breast pocket. Colors available: F-1.19a S- M –L XL F-1.19b X-L F-1.19c 3X-L F-1.19d 4X-L Staff Shirt/Polo - Short sleeve, Jerzees 5.2 oz. Jersey knit, 50%poly/50%cotton blend, F-1.20 oversized fit, 2 button with collar. No pocket - Option 4 --- Embroidery over left chest. Colors available: F-1.20a S- M –L XL F-1.20b X-L F-1.20c 3X-L F-1.20d 4X-L Digital Print Full Color - full front or back or F-1.21 left chest imprint Digital Print Full Color - full back and left F-1.22 chest imprint Screen charges – Art to be provided by F-1.23 requesting office/Agency

Lead time required – working days F-1.24 exclusive of holidays

GROUP G PARK COMMISSION

GROUP G-1 GENERAL WORK UNIFORM UNIT COST SPECIFY BRAND BIDDING

Coat – J130 Carhartt Sandstone Active Jac/Quilted Flannel-lined. 12 oz., 100% cotton sandstone duck, quilted flannel lining in body, quilted nylon lining in sleeves, G-1.1 attached three-piece hood, two inside pockets. Sizes: reg S-5XL, Tall available. SCPC patches sewn on outside top of left sleeve. Color: moss, Carhartt brown Coat- Carhartt #C003, quilted nylon lining w/polyester fill, 12 oz., heavyweight, firm-hand, 100% ring- G-1.2a spun cotton duck, pleated elbows SCPC patches sewn on top of left sleeve Sizes: S-XXL, Color: Brown Detachable hood – Carhartt 102365 for use with C003 Quilt lined duck hood, mid- G-1.2b weight Color: Carhartt brown *Items G-1.2a and G-1.2b must be bid NOTE: together due to nature of ordering.

133 Vest – V02 Carhartt Vest/Arctic Quilt Lined- 12 oz., 100% cotton sandstone duck, nylon lining quilted to arctic-weight polyester insulation, zipper front with inside wind G-1.3 flap, inside patch pocket with hook-and- loop closure. Sizes: S-4XL, Tall available. SCPC patches sewn on left chest, Color: moss or Carhartt brown Hat - Military Boonies - Safari style rimmed G-1.4 hat with under chin tie strings. Color: khaki G-1.5 Hat- Fleece lined knit hat, Color: black Fleece jacket- 103249 Carhartt Double- sided fleece, women's cut, full zip, two zip G-1.6 pockets, Women's Sizes: 2-22, SCPC patches sewn on left sleeve, Color: black Cargo Shorts, women’s- Dickies #FR327, 100% cotton twill G-1.7 Women's Sizes: 4-20 w/ 10” inseam for women Color: rinsed desert sand Shorts, womens Carhartt 102103 Rugged G-1.8 Pro Series, 59% cotton, Women’s Sizes: 2- 18, Color: dark khaki, shadow Pants, womens Carhartt 102-080 Crawford, G-1.9 unlined, 98% cotton, 2% spandex, Sizes: womens 4 short - 16 tall Pants Carhartt Crawford 102213 8 oz. G-1.10 canvas with mid-weight fleece lining for women. Shorts B147 Carhartt 7.5 oz., 100% ring- spun cotton canvas, garment-washed for G-1.11 soft finish. 10” inseam Sizes: 29”-50” waist, Color: tan, dark khaki Shorts- B144 Carhartt, 7 oz., 100% ring- spun cotton twill, 8.5” inseam, front slash G-1.12 pockets, 2 welt back pockets, Sizes: 28”- 44” waist Color: tan Cargo Shorts- B-357 Carhartt 9.25 oz., 100% ripstop cotton, gusseted crotch, G-1.13 Cordura lined pockets, 11” seam. Men's Sizes: 30"-46" waist, Color: desert Pants - B11 Carhartt -Washed Duck Dungaree, 12 oz., 100% ring- spun cotton duck, sits at the natural waist, full seat and thigh, multiple tool and utility pockets, G-1.14 hammer loop, two reinforced back pockets, 19” leg opening fits over work boot. Sizes: 28"-44" waist, 30"-36" inseam, Color: desert, moss green Pants #874 – Dickie - Work Pants- plain front twill pants, treated with Scotch Guard, stain release for easy care, 65% G-1.15 polyester/35% cotton. 4 pocket. Sizes: 25"-44" waist, 28"-36" inseam, Colors: khaki and green

134 Pants B159 – Carhartt - Loose Fit Canvas Carpenter Jeans- 8.5 oz., 100% ring-spun cotton canvas, sits slightly below the natural waist, loose seat and thigh, double hammer loops, cell phone pocket, utility G-1.16 pocket, two reinforced back pockets, 19” leg opening fits over work boot. Sizes: Men’s 30"-44" waist, 30"-36" inseam, Color: golden khaki, dark moss Pants, Dickie DP802 Flex Regular Fit Straight Leg Tough Max Duck Carpenter G-1.17 Pants, Sizes: waist 30”-56”, inseam 30”- 34”, Color: moss green Pants, Carhartt B324 Washed Twill Relaxed Fit Work Pant, Sizes: waist 30”-50”, G-1.18 inseam: 30”-36”, Color: army green or dark khaki Pants- Red Kap stain resistant Khaki pants, G-1.19 Style #PT32, Double pleated, Sizes: 30"- 42" waist, 30"-36" inseam, Color: khaki Flannel lined pants- Carhartt #B111, Washed Duck Dungaree- flannel lined- 12 oz., 100% ring- spun cotton duck, G-1.20 65% cotton/35% polyester flannel lining. 19” leg opening fits over work boot. Sizes: 30"-44" waist, 30"-36" inseam, Color: moss, Carhartt brown Coveralls #X01 Carhartt – Duck Coverall/Quilt Lined- 12 oz., firm- hand, 100% ring-spun cotton duck, 100% nylon quilted to polyester mid-weight lining. G-1.21 SCPC patches sewn on outside top of left sleeve. Sizes: 34"-60" waist, short and tall available Color: Carhartt brown Coveralls, Dickie TV239, 10 oz. duck, 100% cotton, Polyester/nylon lining, water G-1.22 repellent, double knees, zip-to-waist, Sizes: S/M–5XL, Color: Brown Duck Bib coveralls - #R41- Carhartt – cotton duck, poly/nylon lining, 12 oz., 100% ring spun cotton duck, heavy weight, nylon G-1.23 quilted poly lining to waist. Sizes: 30"-58" waist, 28"-36" inseam Color: Carhartt brown Coveralls- 7.5 oz. twill, 65% polyester/35% cotton, Heavy-duty brass zippers on all pockets, G-1.24 and two-way front zipper, bi-swing back Sizes: 30"-58" waist, short and tall available Color: olive green, blue Rain wear – Onguard Industrials Sitex Protective .35mm PVC three piece suit, G-1.25 Style #76600, jacket w/corduroy collar, hood, and overalls, Sizes: S-4XL, short and tall, Color: green

135 Columbia Men’s Watertight II Rain Jacket, 100% nylon dull plain weave, Color: black, G-1.26a Style 1533891 Sizes: S-XL Style 1533893 Sizes: 1X-6X Style 1533894 Sizes: LT-4XT Columbia Men’s Rebel Roamer Rain Pant, 100% nylon dull plain weave, elastic waist, adjustable leg opening, Color: black, Style 1531481 Sizes: XS-XXL, 30"-32" G-1.26b inseam Style 1531484 Sizes: 1X-4X, 30"-32" inseam Style 1531485 Sizes: LT-4XT, 34"-36" inseam Columbia Women’s Arcadia II Rain Jacket, 100% nylon dull plain weave, Color: black G-1.26c Style 1534111 Sizes: XS-3X Style 1534113 Sizes: 1XW-3XW Columbia Women’s Storm Surge Rain Pant, 100% nylon dull plain weave, elastic waist, Color: black, G-1.26d Style 1290111 Sizes: XS-XL, inseam short & regular Style 1290112 Sizes: 1X-3X, inseam short & regular

*Must bid G-1.26 a & b and G-1.26 c & NOTE: d together due to nature of ordering Viking PVC overshoes, 4” with cleated outside. G-1.27 Sizes: XS-3XL

GROUP G-2 RANGER UNIFORM ITEMS UNIT COST SPECIFY BRAND BIDDING

Pants- 5.11, Taclite Pro #74273 65%/35% G-2.1 Polyester/cotton, ripstop, Sizes: 28-44 Color: TDU green Pants- 5.11, Women’s Taclite Pro #64360 65%/35% Polyester/cotton, ripstop G-2.2 Sizes: 2-20 Color: TDU green

Shorts- Women’s Taclite short, #63071, 65% polyester, 35% cotton, G-2.3 ripstop, 9” inseam, Sizes: 2-20 Color: TDU green Shorts- 5.11 Men’s Taclite short, #73308, 65% polyester, 35% cotton, G-2.4 ripstop, 11” inseam, Sizes: 28-44 Color: TDU green Bike shorts- 5.11 patrol #43057, stretch nylon/spandex with cargo pockets G-2.5 Sizes: S-XL, Color: black

136 Short sleeve shirt - Red Cap SP 50 65% polyester, 35% cotton SCPC patches to be G-2.6 sewn on left sleeve, Sizes: S-XXL, Color: khaki Long sleeve shirt – Red Cap SP 50 65% polyester, 35% cotton G-2.7 SCPC patches to be sewn on left sleeve Size: S-XXL, Color: khaki Pants-5.11 Stryke pants #74369 Polyester/cotton, ripstop G-2.8 Size: 28-44 Color: TDU green and khaki Ultra Club Long Sleeve Turtleneck shirt, G-2.9 100% cotton, Sizes: S-3XL, Color: Black or Navy Mock turtleneck, 100% cotton, long-sleeved G-2.10 w/lycra or spandex collar and sleeve Size: S-2XL, Color: black 3 season coat- 5.11 Bristol Parka #48152 100% all-weather nylon, w/Aquaguard zippers G-2.11 SCPC patches to be sewn on left sleeve zip out insulated liner and coat. Sizes: S-2XL, Color: black Raincoat – PetraRock LRC48 Reversible, G-2.12 with lime green, reflective stripes Sizes: S-2XL, Color: black Fleece pullover- ¼ zip, 100% polyester SCPC/Ranger patches to be sewn on left G-2.13 sleeve Sizes: S-2XL Colors: black and forest green Campaign style hat- triple brim straw, G-2.14 individually boxed for personal storage Sizes: 6 ½-8, Color: tan Bicycle helmet – Bell Pro, Sizes: S-XL G-2.15 Color: white Hat band – Don Hume leather, variety of sizes, plain finish, 1” wide for crown of G-2.16 campaign hat, w/brass hardware Sizes: 6 ½-8, Color: black Hat protectors- 100% clear vinyl for G-2.17 campaign hat Sizes: S-XL Necktie, wool or wool blend Medium and G-2.18 long, clip on, Color: olive green Small cloth Fanny pack 8” x 6” x 4” or G-2.19 similar Color: black Equipment bag- 5.11 Patrol Ready bag, G-2.20 #59012 Color: black

137 Nametag metal, brushed silver w/black G-2.21 lettering, one line clutch- back Size: 2 1/2" x 5/8" Belt - 5.11 nylon trainer #59409, G-2.22 1½” wide, w/black buckle, Sizes: S-2XL Color: black American Flag pins – metal – non- G-2.23 spinning Clutch back

Traffic Safety Vest-Flying Cross #71510 G-2.24 Reflective with “RANGER” silk screened Sizes: S-XL, Color: lime green Winter gloves, waterproof, Thermo-lite lining, goat skin palm, nylon back panel, G-2.25 Spandex wrist cuff w/Velcro closure Sizes: S-XL, Color: black

EMBROIDERED AND SILK SCREENED - GROUP G-3 SHIRTS, SWEATERS, WINDBREAKERS, UNIT COST SPECIFY BRAND BIDDING CAPS T-Shirts Hanes, Beefy T, Style #5190 100% Cotton – with pocket, Sizes: S-4XL, G-3.1 regular Color: forest green, light blue, safety yellow Silk screened white logo on left chest T-Shirts Hanes, Beefy T, Style #5180 100% Cotton – without pocket, Sizes: S- 4XL, regular G-3.2 Color: forest green, light blue, safety yellow Silk screened white logo on left chest T-Shirts Jensen, Style #5596, 100% cotton – with pocket long sleeve G-3.3 Sizes: S-4XL, regular and tall, Color: forest green Silk screened white logo on left chest T-shirt Fruit of the Loom, Style #3930, 100% cotton, no pocket, Sizes: S-4XL, G-3.4 regular and tall, Color: white, light blue Volunteer logo Silk screened in forest green on left chest, black ink on light blue shirt Dri-Fit t-shirt, Badger b-Core Long Sleeve t- shirt, Item #4104 G-3.5 Sizes: S–5XL Color: forest, Columbia blue, safety yellow Silk screened white logo on left chest Dri-Fit t-shirt, Badger Sport Original style 412000 G-3.6 Sizes: XS–5XL Color: forest, Columbia blue, safety yellow Silk screened white logo on left chest Sweatshirt, Camber, 50/50 Cot/Poly 9 oz. weight hooded, pullover, thermal lining G-3.7 Sizes: S-4XL, Color: forest green Embroidered white logo on left chest

138 Sweatshirt, Jerzee, Style #4662, 50/50 Cot/Poly 9 oz. weight crewneck G-3.8 Sizes: S-4XL, regular and tall, Color: forest green, Embroidered white logo on left chest Sweatshirt, Jerzee, Style #4999, 50/50 Cot/Poly 9 oz. weight zipper/hooded G-3.9 Sizes: S-4XL Color: forest green Embroidered white logo on left chest Sweatshirt, Camber, 50/50 Cot/Poly 9 oz. weight zipper/hooded thermal lining G-3.10 Sizes: S-4XL Color: forest green, Embroidered white logo on left chest Windbreaker, Ultra Club 8295, Pullover style, Sizes: S-4XL G-3.11 Color: black, Silk screened white logo on left chest Windbreaker, full-zip jacket, zip away hood, 100% nylon, side pockets, water & wind resistant G-3.12 Sizes: S–3XL Color: black, Silk screened white logo on left chest. G-3.13 Ballcap with adjustable back Color: White with forest green Brim, Silk screened Logo on front in green G-3.13a Option A: cotton canvas

G-3.13b Option B: mesh back *Items G-3.13a & G-3.13b must be bid NOTE: together due to nature of ordering G-3.14 Ballcap with adjustable back Color: forest green, Silk screened logo on front in white G-3.14a Option A: cotton canvas

G-3.14b Option B: mesh back

*Items G-3.14a & G-3.14b must be bid NOTE: together due to nature of ordering Waterproof Ball Cap, Drift Creek Outdoors Headwear, Stormbloc Seattle Hat, 3-layer soft shell fabric waterproof hat, 94% G-3.15 polyester, 6% spandex, Size: one adjustable size fits all, Color: olive, Silk screened logo on front in white Polo shirt, Gildan, Style #72800L, 65% Polyester/35% Cotton, Collar and 3 buttons. No pocket G-3.16 Sizes: Women’s sizes S-2XL, Color: forest green, light blue Silk screened white SCPC logo on left chest. Polo shirt, Gildan, Style #72800, 50/50, 3 buttons, no pocket G-3.17 Sizes: Men’s S-3XL, regular and tall Color: forest green, light blue w/white Silk screened logo on left chest

139 Polo shirt, Gildan G3800, 100% cotton Sizes: S-4XL, regular and tall, Color: forest G-3.18 green, light blue Silk screened white SCPC logo on left chest Polo shirt- Men’s Dri-Fit, Core 365 #88181, moisture wicking, anti-odor, 3 buttons, no G-3.19 pocket, Sizes: S-3XL, Color: forest/dark green, electric blue, Silk screened white SCPC logo on left chest Polo shirt- Women’s Dri-Fit, Core 365 #78181, moisture wicking, anti-odor, 3 buttons, no pocket G-3.20 Sizes: XS-2XL Color: Forest/dark green, electric blue, Silk screened white SCPC logo on left chest Long-sleeved polo shirt River’s End, Item # 2037 or equiv. 100% Cotton, Long sleeve staff shirt with collar G-3.21 and 3 buttons. No pocket. Sizes: S-4XL, regular and tall, Color: forest green with khaki collar Silk screened white SCPC logo on left chest.

T-shirt, Fruit of the Loom, Jerzee, or equal G-3.22 100% cotton

G-3.22a Option A: Youth sizes: XS-XL

G-3.22b Option B: Adult sizes: S-3XL

Please list available colors shirts & inks or

submit catalogue for colors

Color: to be determined, Silk screened front with Somerset County Park Commission logo and camp logo on back. Screen charges – Art to be provided by

requesting department

Lead Time required – work days exclusive

of weekends and holidays

Color: to be determined, Silk screened front

with SCPC logo and camp logo on back.

*Items G-3.22a & G-3.22b must be bid NOTES: together due to nature of ordering.

G-3.23 T-shirt – Gildan G5000, 100% cotton Color: kiwi (subject to change) Silk screen on front left County Caper logo

in 2 colors, black & white. Silk screen on back – “It’s Not Just a Game, It’s an Adventure!” with list of SCPC Parks

Graphics to be provided to vendor

G-3.23a Option A: Youth sizes: S-XL

G-3.23b Option B: Adult sizes: S-XL

140 *Items G-3.23a & G-3.23b must be bid NOTE: together due to nature of ordering. G-3.24 T-shirt – Badger B-Tech tee, non-cotton Color: black Silk screen Xtreme Adventure logo on front & back – 2 colors. Ink colors vary from order to order & may differ between men & women styles

Graphics to be provided to vendor G-3.24a Option A: Style 4820

Sizes: Men S–XL G-3.24b Option B: Style 4860

Sizes: Women XS–XL

*Items G-3.24a & G-3.24b must be bid NOTE: together due to nature of ordering. Button-down chamois shirt, long-sleeved, Backpacker #BP7005, Size: S-4XL

G-3.25 Color: pine green Patch on left sleeve Denim Shirt Jacket, Tri-Mountain 869, 100% cotton denim stone washed, medium-wt. fleece lined G-3.26 Sizes: S–4XL Color: dark forest, Patch on left sleeve G-3.27 Button-down Oxford Shirt-100% stain resistant cotton, performance twill, button down collar, single chest pocket, men’s and women’s cut

Sizes: Men’s, S-4XL, Women’s, S-XL Color: forest green w/white Silk screen logo on left chest

G3.27a Option A: Short-sleeved

G3.27b Option B: Long-sleeved

*Items G-3.27a & G-3.27b must be bid NOTE: together due to nature of ordering.

Work shirt, Carhartt Rugged Flex Rigby long-sleeve 103554 G-3.28 Sizes: S-4XL & Tall L-3XL, Color: military olive, SCPC patch on left sleeve

141 Proposal Signature Page

(Corporation) The undersigned is a (Partnership) under the laws of the State of ______having its (Individual)

Principal office at

Company Federal I.D. # or Social Security #

Address

Signature of Authorized Agent Type or Print Name

Title of Authorized Agent Date

Telephone Number Email Address

Fax Number

142 County of Somerset New Jersey PO Box 3000 – 20 Grove Street COUNTY ADMINISTRATION BUILDING Somerville, NJ 08876-1262

PHONE: (908) 231-7043 FAX: (908) 575-3917

OWNERSHIP DISCLOSURE FORM

BID SOLICITATION #: VENDOR {BIDDER}:

PART 1 PLEASE COMPLETE THE QUESTIONS BELOW BY CHECKING EITHER THE “YES” OR THE “NO” BOX. ALL PARTIES ENTERING INTO A CONTRACT WITH THE STATE ARE REQUIRED TO COMPLETE THIS FORM PURSUANT TO N.J.S.A. 52:25-24.2 PLEASE NOTE THAT IF THE VENDOR/BIDDER IS A NON-PROFIT ENTITY, THIS FOR IS NOT REQUIRED.

YES NO 1. Are there any individuals, corporations, partnerships, or limited liability companies owning a 10% or greater interest in the Vendor {Bidder}? IF THE ANSWER TO QUESTION 1 IS “NO”, PLEASE SIGN AND DATE THE FORM. IF THE ANSWER TO QUESTION 1 IS “YES”, PLEASE ANSWER QUESTION 2—4 BELOW. 2. Of those parties owning a 10% or greater interest in the Vendor {Bidder}, are any of those parties individuals? 3. Of those parties owning a 10% or greater interest in the Vendor {Bidder}, are any of those parties corporations, partnerships, or limited liability companies? 4. If you answer to Question 3 is “YES”, are there any parties owning a 10% or greater interest in the corporation, partnership, or limited liability company referenced in Question 3? IF ANY OF THE ANSWERS TO QUESTION 2-4 ARE “YES”, PLEASE PROVIDE THE REQUESTED INFORMATION IN PART 2 BELOW.

PART 2 PLEASE PROVIDE FURTHER INFORMATION RELATED TO QUESTIONS 2—4 ANSWERED AS “YES”.

If you answered “YES” for questions 2, 3, or 4, you must disclose identifying information related to the individuals, corporations, partnerships, and/or limited liability companies owning a 10% or greater interest in the Vendor {Bidder}. Further, if one or more of these entities is itself a corporation, partnership, or limited liability company, you must also disclose all parties that own a 10% or greater interest in that corporation, partnership, or limited liability company. This information is required by statute.

INDIVIDUALS NAME ADDRESS 1 ADDRESS 2 CITY STATE ZIP

NAME ADDRESS 1 ADDRESS 2 CITY STATE ZIP

NAME ADDRESS 1 ADDRESS 2 CITY STATE ZIP

NAME ADDRESS 1 ADDRESS 2 CITY STATE ZIP Attach Additional Sheets If Necessary

143 PART 2 continued PARTNERSHIPS / CORPORATIONS / LIMITED LIABILITY COMPANIES

ENTITY NAME PARTNER NAME ADDRESS 1 ADDRESS 2 CITY STATE ZIP

ENTITY NAME PARTNER NAME ADDRESS 1 ADDRESS 2 CITY STATE ZIP

ENTITY NAME PARTNER NAME ADDRESS 1 ADDRESS 2 CITY STATE ZIP Attach Additional Sheets If Necessary

In the alternative, to comply with the ownership disclosure requirement, a Vendor {Bidder} with any direct or indirect parent entity which is publicly traded may submit the name and address of each publicly traded entity and the name and address of each person that holds a 10 percent or greater beneficial interest in the publicly traded entity as of the last annual filing with the federal Securities and Exchange Commission or the foreign equivalent, and, if there is any person that holds a 10 percent or greater beneficial interest, also shall submit links to the websites containing the last annual filings with the federal Securities and Exchange Commission or the foreign equivalent and the relevant page numbers of the filings that contain the information on each person that holds a 10 percent or greater beneficial interest. N.J.S.A. 52:25-24.2.

PART 3 PUBLICLY TRADED PARENT COMPANY DISCLOSURE Ownership disclosure (name and address) can be met by submitting the last annual filing of an SEC or similar foreign regulator document or providing the website link to such documents, and include relevant page numbers. See N.J.S.A 52:25-24.2.

TITLE OF ATTACHED DOCUMENTS OR WEBLINK PAGE #

Attach Additional Sheets if Necessary

CERTIFICATION I, the undersigned, certify that I am authorized to execute this certification on behalf of the Vendor {Bidder}, that the foregoing information and any attachments hereto, to the best of my knowledge are true and complete. I acknowledge that the County of Somerset, NJ is relying on the information contained herein, and that the Vendor {Bidder} is under a continuing obligation from the date of this certification through the completion of any contract(s) with the County to notify the County in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification. If I do so, I will be subject to criminal prosecution under the law, and it will constitute a material breach of my agreement(s) with the County, permitting the County to declare any contract(s) resulting from this certification void and unenforceable.

Signature (Do not enter Vendor ID as a signature) Date

Print Name and Title

FEIN/SSN

144

COUNTY OF SOMERSET, NEW JERSEY NON-COLLUSION AFFIDAVIT (N.J.S.A. 52:34-15)

State of

County of

I, residing in (Name of Affiant) (Name of Municipality) in the County of and State of of full age, being duly sworn according to law on my oath depose and say that:

I am of the Company of (Title or Position) (Name of Firm/Company) the Bidder/Respondent making this Proposal for the Bid/RFP numbered , (Contract #) and that I executed the said Proposal with full authority to do so; that said Bidder/Respondent has not, directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above numbered project; and that all statements contained in said Proposal and in this affidavit are true and correct, and made with full knowledge that the County of Somerset relies upon the truth of the statements contained in said Proposal and in the statements contained in this affidavit in awarding the contract. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by . (Name of Firm/Company)

(Signature of Affiant)

(Type of Print Name of Affiant)

145 COUNTY OF SOMERSET, NEW JERSEY EXHIBIT A EEO/AFFIRMATIVE ACTION COMPLIANCE NOTICE N.J.S.A. 10:5-31 and N.J.A.C. 17:27 GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS

All successful bidders are required to submit evidence of appropriate affirmative action compliance to the County and Division of Public Contracts Equal Employment Opportunity Compliance. During a review, Division representatives will review the County files to determine whether the affirmative action evidence has been submitted by the vendor/contractor. Specifically, each vendor/contractor shall submit to the County, prior to execution of the contract, one of the following documents:

Goods and General Service Vendors 1. Letter of Federal Approval indicating that the vendor is under an existing federally approved or sanctioned affirmative action program. A copy of the approval letter is to be provided by the vendor to the County and the Division. This approval letter is valid for one year from the date of issuance.

Do you have a federally-approved or sanctioned EEO/AA program? Yes No If yes, please submit a photo static copy of such approval.

2. A Certificate of Employee Information Report (hereafter “Certificate”), issued in accordance with N.J.A.C. 17:27-1.1 et seq. The vendor must provide a copy of the Certificate to the County as evidence of its compliance with the regulations. The Certificate represents the review and approval of the vendor’s Employee Information Report, Form AA-302 by the Division. The period of validity of the Certificate is indicated on its face. Certificates must be renewed prior to their expiration date in order to remain valid.

Do you have a State Certificate of Employee Information Report Approval? Yes No If yes, please submit a photo static copy of such approval.

3. The successful vendor shall complete an Initial Employee Report, Form AA-302 and submit it to the Division with $150.00 Fee and forward a copy of the Form to the County. Upon submission and review by the Division, this report shall constitute evidence of compliance with the regulations. Prior to execution of the contract, the EEO/AA evidence must be submitted.

The successful vendor may obtain the Affirmative Action Employee Information Report (AA302) on the Division website www.state.nj.us/treasury/contract_compliance.

The successful vendor(s) must submit the AA302 Report to the Division of Public Contracts Equal Employment Opportunity Compliance, with a copy to Public Agency.

The undersigned vendor certifies that he/she is aware of the commitment to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of evidence.

The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.

COMPANY: ______SIGNATURE: ______

PRINT NAME:______TITLE: ______

DATE: ______

146 COUNTY OF SOMERSET, NEW JERSEY EXHIBIT A MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) N.J.A.C. 17:27 GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS

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

The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and employment, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Such equal employment opportunity shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause.

The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex.

The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice, to be provided by the agency contracting officer, advising the labor union of the contractor's commitments under this chapter and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act.

The contractor or subcontractor agrees to make good faith efforts to meet targeted county employment goals established in accordance with N.J.A.C. l7:27-5.2.

The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not discriminate on the basis of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices.

The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the State of New Jersey and as established by applicable Federal law and applicable Federal court decisions.

In conforming with the targeted employment goals, the contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions.

The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents:

Letter of Federal Affirmative Action Plan Approval

Certificate of Employee Information Report

Employee Information Report Form AA302 (electronically provided by the Division and distributed to the public agency through the Division’s website at ww.state.nj.us/treasury/contract_compliance).

The contractor and its subcontractors shall furnish such reports or other documents to the Division of Purchase & Property, CCAU, EEO Monitoring Program as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the

147 Division of Purchase & Property, CCAU, EEO Monitoring Program for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code at N.J.A.C. 17:27.

SAMPLE CERTIFICATE OF EMPLOYEE INFORMATION REPORT

148 COUNTY OF SOMERSET, NEW JERSEY

AMERICANS WITH DISABILITIES ACT OF 1990 Equal Opportunity for Individuals with Disability

The Contractor and the Owner, do hereby agree that the provisions of Title II of the Americans With Disabilities Act of 1990 (the "Act") (42 U.S.C. S121 01 et seq.), which prohibits discrimination on the basis of disability by public entities in all services, programs, and activities provided or made available by public entities, and the rules and regulations promulgated pursuant there unto, are made a part of this contract. In providing any aid, benefit, or service on behalf of the owner pursuant to this contract, the contractor agrees that the performance shall be in strict compliance with the Act. In the event that the contractor, its agents, servants, employees, or subcontractors violate or are alleged to have violated the Act during the performance of this contract, the contractor shall defend the owner in any action or administrative proceeding commenced pursuant to this Act. The contractor shall indemnify, protect, and save harmless the owner, its agents, servants, and employees from and against any and all suits, claims, losses, demands, or damages, of whatever kind or nature arising out of or claimed to arise out of the alleged violation. The contractor shall, at its own expense, appear, defend, and pay any and all charges for legal services and any and all costs and other expenses arising from such action or administrative proceeding or incurred in connection therewith. In any and all complaints brought pursuant to the owner’s grievance procedure, the contractor agrees to abide by any decision of the owner which is rendered pursuant to said grievance procedure. If any action or administrative proceeding results in an award of damages against the owner, or if the owner incurs any expense to cure a violation of the ADA which has been brought pursuant to its grievance procedure, the contractor shall satisfy and discharge the same at its own expense.

The owner shall, as soon as practicable after a claim has been made against it, give written notice thereof to the contractor along with full and complete particulars of the claim, If any action or administrative proceeding is brought against the owner or any of its agents, servants, and employees, the owner shall expeditiously forward or have forwarded to the contractor every demand, complaint, notice, summons, pleading, or other process received by the owner or its representatives.

It is expressly agreed and understood that any approval by the owner of the services provided by the contractor pursuant to this contract will not relieve the contractor of the obligation to comply with the Act and to defend, indemnify, protect, and save harmless the owner pursuant to this paragraph.

It is further agreed and understood that the owner assumes no obligation to indemnify or save harmless the contractor, its agents, servants, employees and subcontractors for any claim which may arise out of their performance of this Agreement. Furthermore, the contractor expressly understands and agrees that the provisions of this indemnification clause shall in no way limit the contractor’s obligations assumed in this Agreement, nor shall they be construed to relieve the contractor from any liability, nor preclude the owner from taking any other actions available to it under any other provisions of the Agreement or otherwise at law.

149

COUNTY OF SOMERSET, NEW JERSEY

THESE ARE SAMPLES OF THE ONLY ACCEPTABLE BUSINESS REGISTRATION CERTIFICATES.

PREFER SUBMITTED WITH BID RESPONSE REQUIRED BY LAW PRIOR TO AWARD OF CONTRACT

150

County of Somerset, New Jersey

Disclosure of Investment Activities in Iran

Bidder Name:

Part 1: Certification BIDDERS ARE TO COMPLETE PART 1 BY CHECKING EITHER BOX.

Pursuant to Public Law 2012, c.25, any person or entity that submits a bid or proposal or otherwise proposes to enter into or renew a contract must complete the certification below to attest, under penalty of perjury, that neither the person or entity, nor any of its parents, subsidiaries, or affiliates, is identified on the Department of Treasury’s Chapter 25 list as a person or entity engaging in investment activities in Iran. The Chapter 25 list is found on the Division’s website www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf. Bidders must review this list prior to completing the below certification. Failure to complete the certification may render a bidder’s proposal non-responsive. If the Director finds a person or entity to be in violation of law, s/he shall take action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party.

Check the Appropriate Box

I certify, pursuant to Public Law 2012, c. 25, that neither the bidder listed above nor any of the bidder’s parents, subsidiaries, or affiliates is listed on the N.J. Department of the Treasury’s list of entities determined to be engaged in prohibited activities in Iran pursuant to P.L. 2012, c. 25 (“Chapter 25 List”). I further certify that I am the person listed above, or I am an officer or representative of the entity listed above and am authorized to make this certification on its behalf. I will skip Part 2 and sign and complete the Certification below.

OR

I am unable to certify as above because the bidder and/or one or more of its parents, subsidiaries, or affiliates is listed on the Department’s Chapter 25 list. I will provide a detailed, accurate and precise description of the activities in Part 2 below and sign and complete the Certification below. Failure to provide such will result in the proposal being rendered as nonresponsive and appropriate penalties, fines and/or sanctions will be assessed as provided by law.

Part 2 – Additional Information PLEASE PROVIDE FURTHER INFOMRATION RELATED TO INVESTEMENT ACTIVITIES IN IRAN. You must provide a detailed, accurate and precise description of the activities of the bidding person/entity, or one of its parents, subsidiaries or affiliates, engaging in the investment activates in Iran on additional sheets provided by you.

Part 3: Certification I, being duly sworn upon my oath, hereby represent and state that the foregoing information and any attachments there to the best of my knowledge are true and complete. I attest that I am authorized to execute this certification on behalf of the above-referenced person or entity. I acknowledge that the County of Somerset is relying on the information contained herein and thereby acknowledge that I am under a continuing obligation from the date of this certification through the completion of any contracts with the County of Somerset to notify the County of Somerset in writing of any changes to the answers of information contained herein. I acknowledge that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification, and if I do so, I recognize that I am subject to criminal prosecution under the law and that it will also constitute a material breach of my agreement(s) with the County of Somerset and that the County of Somerset at its option may declare any contract(s) resulting from this certification void and unenforceable.

Full Name (Print): Title:

Signature: Date:

151

COUNTY OF SOMERSET, NEW JERSEY

ACKNOWLEDGMENT OF RECEIPT OF ADDENDA

The undersigned Bidder hereby acknowledges receipt of the following Addenda:

ADDENDUM ACKNOWLEDGE RECEIPT NUMBER DATE (Initial)

______

______

______

______

______

Acknowledged for: (Name of Bidder)

By: (Signature of Authorized Representative)

Name: (Print or Type)

Title:

Date:

FORM NOT REQUIRED IF NO ADDENDA ISSUED

152