John C. Bartlett, Jr., Freeholder Director Gerry P. Little, Freeholder Deputy Director John P. Kelly, Freeholder James F. Lacey, Freeholder Joseph H. Vicari, Freeholder

Michael J. Fiure, Director, Management & Budget Jennifer L. Bowens, Purchasing Agent

COUNTY OF OCEAN ADMINISTRATION BUILDING 101 HOOPER AVENUE TOMS RIVER, NEW JERSEY 08753

BID

SPECIFICATIONS

FOR

UNIFORMS FOR THE CORRECTIONS AND THE SHERIFF’S DEPARTMENTS

2015

Bid Category: Clothing, , Laundry Equipment, and Supplies - 06

NOTICE TO BIDDERS

NOTICE IS HEREBY GIVEN that sealed bids for the furnishing and delivery of UNIFORMS FOR THE CORRECTIONS AND THE SHERIFF’S DEPARTMENTS for the County of Ocean, will be received by the Purchasing Agent of the County of Ocean at the Administration Building, 101 Hooper Avenue, Toms River, New Jersey, on Tuesday, MARCH 31, 2015 at 11:00 A.M., prevailing time.

Specifications and form of proposal are on the WEBSITE or on file in the Department of Purchase, Room #224, Administration Building, 101 Hooper Avenue, Toms River, New Jersey and may be obtained upon request. Direct all inquiries to Jennifer L. Bowens, Purchasing Agent.

Bidders are required to comply with the requirements of N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1 et seq.) regarding equal employment opportunities and with the requirements of P.L. 1977 C.33 regarding corporate and/or partnership ownership.

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

The right to reject any and all bids is reserved.

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

Signed: JOHN C. BARTLETT, JR. Freeholder Director

JENNIFER L. BOWENS Purchasing Agent Page 1 of 66

INSTRUCTIONS TO BIDDERS 1. All Bids:

• WILL BE OPENED PUBLICLY IN THE ADMINISTRATION BUILDING, ROOM 119, 101 HOOPER AVENUE, TOMS RIVER, NEW JERSEY, COMMENCING AT 11:00 A.M., PREVAILING TIME ON THE DATE SPECIFIED IN THE NOTICE TO BIDDERS.

• MUST BE ENCLOSED IN A SEALED ENVELOPE BEARING THE NAME AND ADDRESS OF THE BIDDER, THE NAME OF THE BID AND THE DATE OF BID OPENING.

• WHICH ARE TO BE HAND DELIVERED THE DAY OF THE OPENING MUST BE TAKEN AND PRESENTED TO THE PURCHASING AGENT AT THE TIME THE BIDS ARE CALLED FOR.

• WHICH ARE TO BE MAILED, MUST BE RECEIVED PRIOR TO 10:30 A.M., PREVAILING TIME ON THE DATE ON WHICH THEY ARE TO BE OPENED, AND SHALL BE MAILED TO THE:

CLERK OF THE BOARD OF FREEHOLDERS 101 HOOPER AVENUE - ROOM 328 P.O. BOX 2191 TOMS RIVER, NJ 08754-2191

• THE COUNTY WILL NOT BE RESPONSIBLE FOR LATE MAIL DELIVERIES AND NO BIDS WILL BE ACCEPTED IF RECEIVED AFTER THE TIME STIPULATED IN THE NOTICE TO BIDDERS.

2. Bidders shall complete and sign all documents included with the bid package:

• NON-COLLUSION AFFIDAVIT • AFFIRMATIVE ACTION QUESTIONNAIRE • SIGNATURE PAGE • STATEMENT OF OWNERSHIP (CHAPTER 33 OF THE LAWS OF 1977) • DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN • ACKNOWLEDGMENT OF RECEIPT OF ADDENDA OR REVISIONS (IF ISSUED) • PRICE SCHEDULE • ANY OTHER DOCUMENTS THAT MAY BE REQUIRED IN THE SPECIFICATIONS

Failure to do so, may be cause for rejection. Each bid must be signed in ink or ballpoint pen by person authorized to do so. (Black ink preferred)

3. The County reserves the right to reject any or all bids in accordance with N.J.S.A. 40A:11-13.2, or to waive any informalities in the bids, and unless otherwise specified by the bidder, to accept any item in the bid, should it be deemed in the best interest of the County to do so.

4. In case of default by the bidder or contractor, the County of Ocean may procure the articles or services from other sources and hold the bidder or contractor responsible for any excess cost occasioned thereby.

Page 2 of 66

5. The bidder, if awarded a contract, agrees to protect, defend and save harmless the County against any damage for payment for the use of any patented material process, article or device that may enter into the manufacture, construction or form a part of the work covered by either order or contract, and he further agrees to indemnify and save harmless the County from suits or actions of every nature and description brought against it, for, or on account of injuries or damages received or sustained by any party or parties by, or from any of the negligent acts of the contractor, his servants or agents.

6. The contractor shall maintain insurance to protect against all claims under Workmen's Compensation, Comprehensive General Liability and Automobile and shall be subject to approval for adequacy of protection as per the following limits:

Worker's Compensation 1. Limits according to Worker's compensation Laws of the State of New Jersey. 2. Contractor's Liability not less than $100,000.

Comprehensive General Liability 1. Bodily Injury - $500,000 per person; $1,000,000 per occurrence. 2. Property Damage - $1,000,000 per occurrence.

Comprehensive General Liability shall include the following: 1. Coverage for explosion, collapse or underground hazards. 2. Occurrence basis coverage. 3. Broad form property damage coverage. 4. Coverage for personal injury sustained by any person as a result of an offense directly or indirectly related to the employment of such person by the insured.

Comprehensive Automobile Liability shall include the following: Business auto liability insurance or its equivalent with a minimum limit of $1,000,000 per accident and including coverage for all of the following:

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

Auto non-ownership and hired car coverage.

Contractor's Worker's Compensation, Comprehensive General Liability and Comprehensive Automobile Liability arising out of subcontractor's operations shall be identical as that listed above.

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

Page 3 of 66

7. It is to be understood by the bidder that this bid is submitted on the basis of specifications prepared by the County and the fact that any bidder is not familiar with these specifications or conditions will not be accepted as an excuse.

8. NO BID SECURITY

9. NO PERFORMANCE BOND

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

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

12. Insert prices for furnishing all of the material and/or labor described or required. Prices shall be net, including any charges for packing, crating, containers, etc. and all transportation charges fully prepaid by the contractor F.O.B. destination and placement at locations specified by the County. No additional charges will be allowed for any transportation costs resulting from partial shipments made at the vendor's convenience when a single shipment is ordered.

13. Payments will be made upon the approval of vouchers submitted by the successful bidders in accordance with the requirements of the Board of Chosen Freeholders and subject to the Board of Freeholders customary procedures. The County will not pay interest or late fees regardless of language provided.

14. Contract will be awarded on a lump sum basis, per Section.

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

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

17. Prevailing Wage & Labor Laws. The New Jersey Prevailing Wage Act (P.L. 1963, Chapter 150) and provisions of the State Labor Laws must be complied with by the successful bidder, if applicable.

18. Equal or Tie Bids. The County of Ocean reserves the right to award at their discretion to any one of the tie bidders where it is most advantageous for the County to do so, pursuant to N.J.S.A. 40A:11-6.1.

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

20. For purpose of evaluation where an equivalent product is being furnished, bidder must indicate any variation to our specifications no matter how slight. If no variations are indicated, it will be construed that the bid fully complies with our specifications.

Page 4 of 66

21. Quantities shown are approximate and the County reserves the right to decrease or omit quantities. The County also reserves the right to increase quantities to twenty (20) percent of the maximum quantities listed at the unit price bid.

22. The contract shall be in effect for one (1) year from date of award or until delivery is complete unless otherwise stated. The County reserves the right to extend the term of the contract pursuant to N.J.S.A. 40A:11-15.

23. Bids may be hand delivered or mailed per legal notice to bidders. In the case of mailed bids the County assumes no responsibility for bids received after the designated date and time and will return late bids to the bidder unopened.

24. Delivery shall be made upon receipt of a Purchase Order issued by the Ocean County Department of Purchase, upon which delivery locations and needed quantities shall be indicated.

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

26. Public Works Contractor Registration Act. The bidder must comply with the provisions of "The Public Works Contractor Registration Act", if applicable.

• All named contractors must be registered with the Department of Labor and Workforce Development pursuant to the Public Works Contractor Registration Act at the time the proposal is received, or the proposal will be determined to be non-responsive.

• Any non-listed contractor must be registered with the Department of Labor and Workforce Development prior to physically starting work. It is the responsibility of the General Contractor to insure that all non- listed contractors comply.

• Contractors are encouraged to submit their and all named contractors’ Public Works Contractor Registration Certificates with the bid.

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

28. NJ ONE CALL. By presenting a bid, contractor declares that he is aware of and, if required, will comply with the requirements of the "Underground Facility Protection Act (Public Law 1994, Chapter 118)" prior to commencing any intended excavation. The telephone number to call is 1-800-272-1000.

The successful bidder will be required to show compliance with this requirement by submitting to the appropriate project coordinator the confirmation number obtained from ONE-CALL before any excavation is undertaken.

29. Special Surety Bid Requirements for Certain Construction Projects. The attention of the bidder is called to the provisions of P.L. 1995, Chapter 384 enacted on January 10, 1996 which requires that the County of Ocean shall only accept performance and payment bonds from surety companies meeting the requirements of that statute. The bidder shall deliver with its bid a Consent of Surety. The Bidder's Surety Company shall complete the "Certificate of Surety Company" which bidder shall submit with its bid.

Page 5 of 66

30. New Jersey Business Registration Requirements. N.J.S.A. 52:32-44 imposes the following requirements on contractors and all subcontractors that knowingly provide goods or perform services for a contractor fulfilling this contract:

• The contractor must provide written notice to its subcontractors and suppliers to submit proof of business registration to the contractor;

• Subcontractors through all tiers of a project must provide written notice to their subcontractors and suppliers to submit proof of business registration and subcontractors must collect such proofs of business registration and maintain them on file;

• Prior to receipt of final payment from a contracting agency, a contractor must submit to the contracting agency an accurate list of all subcontractors and suppliers or attest that none was used; and,

• During the term of this contract, the contractor and its affiliates must collect and remit, and must notify all subcontractors and their affiliates that they must collect and remit, to the Director, New Jersey Division of Taxation, the use tax due pursuant to the Sales and Use Tax Act, (N.J.S.A. 54:32B-1 et seq.) on all sales of tangible personal property delivered into this State.

A contractor, subcontractor or supplier who fails to provide proof of business registration or provides false business registration information shall be liable to a penalty of $25 for each day of violation, not to exceed $50,000 for each business registration not properly provided or maintained under a contract with a contracting agency. Information on the law and its requirements is available by calling (609) 292-9292.

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

31. The County has established a "COUNTY COOPERATIVE CONTRACT PURCHASING SYSTEM" pursuant to N.J.S.A. 40a:11-1 et seq…

The IDENTIFIER for this system is: CK-02-OC

This system allows local government contracting entities located within the geographical boundaries of the County to purchase goods and services awarded as a result of this bid proposal if it is extended by the low bidder.

Goods and services must be made available without substitution or deviation from specifications, size, features, quality, price or availability as herein set forth. It is understood that orders, if any, will be placed directly by contracting units, subject to the overall terms of the contract to be awarded by the County of Ocean.

The estimated quantities listed in this specification reflect only the needs of the agencies under the direct control of the Ocean County Board of Chosen Freeholders. If the vendor chooses to extend the resulting contract to all other contracting units, the quantities could be higher.

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

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

Page 6 of 66

32. Pay to Play Requirements. Starting in January 2007, all business entities are advised of their responsibility to file an annual disclosure statement of political contributions with the New Jersey Election Law Enforcement Commission (ELEC) pursuant to N.J.S.A. 19:44A-20.27 if they receive contracts in excess of $50,000 from public entities in a calendar year. Business entities are responsible for determining if filing is necessary. Additional information on this requirement is available from ELEC at 888-313-3532 or at www.elec.state.nj.us.

33. Certification of Non-Involvement in Prohibited Activities in Iran. Pursuant to N.J.S.A. 52:32-58, the bidder must certify that neither the bidder, nor one of its parents, subsidiaries, and/or affiliates (as defined in N.J.S.A. 52:32-56(e)(3)), is listed on the Department of the Treasury's List of Persons or Entities Engaging in Prohibited Investment Activities in Iran and that neither is involved in any of the investment activities set forth in N.J.S.A. 52:32-56(f). If the bidder is unable to so certify, the bidder shall provide a detailed and precise description of such activities.

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

35. Bidders may quote on any or all of the four (4) sections. Submit a unit total price for each item and a total lump sum price for each section (I, II, III or IV) bid upon. Bidder MUST QUOTE ALL ITEMS IN ANY ONE SECTION (I, II, III or IV). PARTIAL BIDS WILL NOT BE CONSIDERED.

36. BIDDERS MUST PROVIDE ONE UNIT PRICE FOR ALL SIZES SPECIFIED. NO EXTRA CHARGES WILL BE ALLOWED FOR SIZES SHOWN IN THE SPECIFICATIONS. ADDING ADDITIONAL CHARGES MAY BE CAUSE FOR REJECTION OF BID. SHOW MANUFACTURER'S NAMES AND STYLE NUMBERS WHERE INDICATED.

37. For further information regarding the specifications contact: Michelle I. Gunther, Senior Buyer, Purchasing Department at (732) 929-2101. Page 7 of 66

Page 8 of 66

NON - COLLUSION AFFIDAVIT

STATE OF NEW JERSEY : : ss COUNTY OF :

I, of the City of In the County of ______and the State of , of full age, being duly sworn according to law on my oath depose and say that:

I am of the firm of the bidder making the Proposal for the above-named Project, and that I executed the said Proposal with full authority so to do; that said bidder has not, directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above-named Project; and that all statements contained in said Proposal and in this affidavit are true and correct, and made with full knowledge that the County of Ocean relies upon the truth of the statements contained in said Proposal and in the statements contained in this affidavit in awarding the contract for the said Project.

I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by . (N.J.S.A. 52:34-15). (Name of Contractor)

______(Also type or print name of affiant under signature)

Subscribed and sworn to before me this ______day of ______, 20 .

______Notary Public of My commission expires

Page 9 of 66

(REVISED 4/10) EXHIBIT A

MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) N.J.A.C. 17:27

GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS

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

The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and employment, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Such equal employment opportunity shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause.

The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex.

The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice, to be provided by the agency contracting officer, advising the labor union of the contractor's commitments under this chapter and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act.

The contractor or subcontractor agrees to make good faith efforts to meet targeted county employment goals established in accordance with N.J.A.C. l7:27-5.2.

The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not discriminate on the basis of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices.

Page 10 of 66

The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the State of New Jersey and as established by applicable Federal law and applicable Federal court decisions.

In conforming with the targeted employment goals, the contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions.

The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents:

Letter of Federal Affirmative Action Plan Approval

Certificate of Employee Information Report

Employee Information Report Form AA302 (electronically provided by the Division and distributed to the public agency through the Division’s website at www.state.nj.us/treasury/contract_compliance)

The contractor and its subcontractors shall furnish such reports or other documents to the Division of Purchase & Property, CCAU, EEO Monitoring Program as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Division of Purchase & Property, CCAU, EEO Monitoring Program for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code at N.J.A.C. 17:27.

Page 11 of 66

AFFIRMATIVE ACTION QUESTIONNAIRE

NOTICE TO ALL CONTRACTORS

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

A. ACTIVITY OF YOUR COMPANY- Indicate below:

‰ Procurement and/or Service Company ‰ Professional Consultant ‰ Other

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

B. TO ALL CONTRACTORS:

1. Within seven (7) days after receipt of the notification of intent to award the contract or receipt of the contract, whichever is sooner, a Contractor should present one of the following to the County of Ocean:

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

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

(c) If the Contractor cannot present "a" or "b", the Contractor is required to submit a completed Employee Information Report (Form AA302). This form will be made available to the Contractor by the County of Ocean.

C. QUESTIONS BELOW MUST BE ANSWERED BY ALL CONTRACTORS:

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

Yes No

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

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

Yes No

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

The undersigned Contractor certifies that he is aware of the commitment to comply with the requirements of N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1 et seq.) and agrees to furnish the required documentation pursuant to the law.

COMPANY:

SIGNATURE:

TITLE:

Note: A contract must be rejected as non-responsive if a contractor fails to comply with the requirements of N.J.S.A. 10:5-31 et seq. and P.L. 1975 C. 127 (N.J.A.C. 17:27-1 et seq.).

Page 12 of 66 AMERICANS WITH DISABILITIES ACT Equal Opportunity For Individuals With Disabilities

The CONTRACTOR and the COUNTY do hereby agree that the provisions of title II of the Americans with Disabilities Act of 1990 (the "Act") (42 U.S.C. 12101 et seq.), which prohibits discrimination on the basis of disability by public entities in all services, programs and activities provided or made available by public entities, and the rules and regulations promulgated pursuant thereunto, are made a part of this contract. In providing any aid, benefit, or service on behalf of the COUNTY pursuant to this contract, the CONTRACTOR agrees that the performance shall be in strict compliance with the Act. In the event that the CONTRACTOR, its agents, servants, employees, or subcontractors violate or are alleged to have violated the Act during the performance of this contract, the CONTRACTOR shall defend the COUNTY in any action or administrative proceeding commenced pursuant to this Act. The CONTRACTOR shall indemnify, protect and save harmless the COUNTY, its agents, servants and employees from and against any and all suits, claims, losses, demands, or damages of whatever kind or nature arising out of or claimed to arise out of the alleged violation. The CONTRACTOR shall, at its own expense, appear, defend and pay any and all charges for legal services and any and all costs and other expenses arising from such action or administrative proceeding or incurred in connection therewith. In any and all complaints brought pursuant to the COUNTY'S grievance procedure, the CONTRACTOR agrees to abide by any decision of the COUNTY which is rendered pursuant to said grievance procedure. If any action or administrative proceeding results in an award of damages against the COUNTY or if the COUNTY incurs any expense to cure a violation of the ADA which has been brought pursuant to its grievance procedure, the CONTRACTOR shall satisfy and discharge the same at its own expense.

The COUNTY shall, as soon as practicable after a claim has been made against it, give written notice thereof to the CONTRACTOR along with full and complete particulars of the claim. If any action or administrative proceeding is brought against the COUNTY or any of its agents, servants and employees, the COUNTY shall expeditiously forward or have forwarded to the CONTRACTOR every demand, complaint, notice, summons, pleading, or other process received by the COUNTY or its representatives.

It is expressly agreed and understood that any approval by the COUNTY of the services provided by the CONTRACTOR pursuant to this contract will not relieve the CONTRACTOR of the obligation to comply with the Act and to defend, indemnify, protect and save harmless the COUNTY pursuant to this paragraph.

It is further agreed and understood that the COUNTY assumes no obligation to indemnify or save harmless the CONTRACTOR, its agents, servants, employees and subcontractors for any claim which may arise out of their performance of this Agreement. Furthermore, the CONTRACTOR expressly understands and agrees that the provision of this indemnification clause shall in no way limit the CONTRACTOR'S obligations assumed in this Agreement, nor shall they be construed to relieve the CONTRACTOR from any liability, nor preclude the COUNTY from taking any other actions available to it under any other provisions of this Agreement or otherwise at law.

Page 13 of 66

SIGNATURE PAGE

The County of Ocean does not discriminate on the basis of handicapped status in the admission or access to, or treatment, or employment in its programs or activities.

The County of Ocean shall allow access to any books, documents, papers and records of the contractor, which are directly pertinent to that specific contract.

Compliance is required with all applicable standards, orders, or requirements issued under 306 of the Clean Air Act, Section 508 of the Clean Water Act, Executive Order 11738 and Environmental Protection Agency Regulations (40 CRF, Part 15) which prohibits the use under non-exempt federal contracts, grants or loans of facilities included on the EPA list of violating facilities.

"The County of Ocean considers it to be a substantial conflict of interest for any company desiring to do business with the County to be owned, operated or managed by any County employee, nor shall any County personnel be employed by the vendor in conjunction with any work to be performed for or on behalf of the County of Ocean".

I HEREBY CERTIFY COMPLIANCE WITH THE FOREGOING.

Partnership The undersigned is a Corporation under the law of the State Individual of , having principal offices at .

NAME OF COMPANY, CORPORATION OR INDIVIDUAL - PLEASE PRINT -

SIGNED BY:

PRINT NAME AND OFFICIAL TITLE

ADDRESS:

INCLUDE ZIP CODE

TELEPHONE:

E-MAIL ADDRESS

FEDERAL IDENTIFICATION NO.

Page 14 of 66 STATEMENT OF OWNERSHIP

STATEMENT SETTING FORTH THE NAMES AND ADDRESSES OF STOCKHOLDERS OR PARTNERS OWNING MORE THAN 10% OF (NAME OF ORGANIZATION)

IN COMPLIANCE WITH CHAPTER 33 OF THE LAWS OF 1977.

The following constitute the names and addresses of all stockholders in the corporation if the corporation is a bidder, or partners if the bidder is a partnership who own 10% or more of the corporate stock of the bidder of any class or of all individual partners in the partnership who own 10% or greater interest therein.

In the event no stockholder or partner owns 10% or greater, please so indicate at the appropriate space on this form.

If one or more such stockholder or partner is itself a corporation or is a partnership, the stockholders holding 10% or more of that corporation's stock or the individual partners owning 10% or greater interest in that partnership are as follows: PERCENTAGE OF OWNERSHIP NAME ADDRESS ______

NAME ADDRESS ______

NAME ADDRESS ______

NAME ADDRESS ______

NAME ADDRESS ______

NAME ADDRESS ______

IF NO STOCKHOLDER OR PARTNER OWNS 10% OR MORE OF THE CORPORATE STOCK OR OWNERSHIP OF THE BIDDER, CHECK HERE ______

I certify that the foregoing information is correct.

Signature of Secretary or Partner

Print Name and Title of Corporation or Partnership

THIS FORM MUST BE COMPLETED AND SIGNED Page 15 of 66 DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN

PART 1: CERTIFICATION BIDDERS MUST COMPLETE PART 1 BY CHECKING EITHER BOX FAILURE TO CHECK ONE OF THE BOXES WILL RENDER THE BID NON-RESPONSIVE

Pursuant to Public Law 2012, c. 25, any person or entity that submits a bid or otherwise proposes to enter into or renew a contract must complete the certification below to attest, under penalty of perjury, that neither the person or entity, nor any of its parents, subsidiaries, or affiliates, is identified on the Department of Treasury's Chapter 25 list as a person or entity engaging in investment activities in Iran. The Chapter 25 list is found on the Division's website at http://www.state.nj.us/treasury/purchase/pdf/Chapter25List.pdf. Bidders must review this list prior to completing the below certification. Failure to complete the certification will render a bidder's proposal non-responsive. If the Director finds a person or entity to be in violation of law, s/he shall take action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party.

PLEASE CHECK THE APPROPRIATE BOX: I certify, pursuant to Public Law 2012, c. 25, that neither the bidder listed below nor any of the bidder's parents, subsidiaries, or affiliates is listed on the N.J. Department of the Treasury's list of entities determined to be engaged in prohibited activities in Iran pursuant to P.L. 2012, c. 25 ("Chapter 25 List"). I further certify that I am the person listed below, or I am an officer or representative of the entity listed below and am authorized to make this certification on its behalf. I will skip Part 2 and sign and complete the Certification below.

OR

I am unable to certify as above because the bidder and/or one or more of its parents, subsidiaries, or affiliates is listed on the Department's Chapter 25 list. I will provide a detailed, accurate and precise description of the activities in Part 2 below and sign and complete the certification below. Failure to provide such will result in the proposal being rendered as non-responsive and appropriate penalties, fines and/or sanctions will be assessed as provided by law.

PART 2: PLEASE PROVIDE FURTHER INFORMATION RELATED TO INVESTMENT ACTIVITIES IN IRAN You must provide a detailed, accurate and precise description of the activities of the bidding person/entity, or one of its parents, subsidiaries or affiliates, engaging in the investment activities in Iran outlined above by completing the boxes below.

PLEASE PROVIDE THOROUGH ANSWERS TO EACH QUESTION. IF YOU NEED TO MAKE ADDITIONAL ENTRIES, PLEASE ADD AN ADDITIONAL SHEET(S) OF PAPER.

Name ______Relationship to Bidder ______

Description of Activities ______

______

Duration of Engagement ______Anticipated Cessation Date ______

Bidder Contact Name ______Contact Phone Number ______

Certification: I, being duly sworn upon my oath, hereby represent and state that the foregoing information and any attachments thereto to the best of my knowledge are true and complete. I attest that I am authorized to execute this certification on behalf of the above-referenced person or entity. I acknowledge that the County of Ocean is relying on the information contained herein and thereby acknowledge that I am under a continuing obligation from the date of this certification through the completion of any contracts with the County to notify the County in writing of any changes to the answers of information contained herein. I acknowledge that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification, and if I do so, I recognize that I am subject to criminal prosecution under the law and that it will also constitute a material breach of my agreement(s) with the County of Ocean and that the County at its option may declare any contract(s) resulting from this certification void and unenforceable.

Name of Bidder:

Full Name (Print): Signature:

Title: Date:

Page 16 of 66

BID DOCUMENT CHECKLIST

Bid Title: UNIFORMS FOR THE CORRECTIONS AND THE SHERIFF’S DEPARTMENTS

Items required Items submitted with bid (Bidder's INITIALS) Ð A. FAILURE TO SUBMIT ANY OF THESE DOCUMENTS IS Ð MANDATORY CAUSE FOR REJECTION OF BID.

X Statement of Ownership (Chapter 33 of the Laws of 1977) ______X Acknowledgment of receipt of addenda or revisions (if issued) ______X Disclosure of Investment Activities in Iran ______X Price Schedule ______

B. FAILURE TO SUBMIT ANY OF THESE DOCUMENTS MAY BE CAUSE FOR REJECTION OF BID.

X Non-Collusion Affidavit ______X Affirmative Action Questionnaire ______X Signature Page ______X Copy of Bidder’s New Jersey Business Registration Certificate ______Catalogs/Price Lists ______Certification of Available Equipment ______Compliance Responses ______Contractor’s Data Sheet ______Descriptive Literature and Technical Specifications ______Product Samples ______References ______Other: ______

C. DOCUMENTS THAT MAY BE INCLUDED WITH THE BID

_____ Copy of Bidder's & Named Contractor’s Public Works Contractor Registration Certificate(s) ______

D. THE UNDERSIGNED BIDDER HEREWITH SUBMITS THE ABOVE REQUIRED DOCUMENTS.

PRINT NAME OF BIDDER: ______

SIGNED BY: ______

PRINT NAME AND TITLE: ______

DATE: ______

THIS CHECKLIST SHOULD BE INITIALED AND SIGNED WHERE INDICATED AND RETURNED WITH ALL DOCUMENTS.

Page 17 of 66

ADDENDUM ACKNOWLEDGMENT

COUNTY OF OCEAN

ADDENDUM NO:

ADDENDUM NO:

ADDENDUM NO:

ACKNOWLEDGMENT

PROJECT ENTITLED:

Acknowledgment is hereby made of the receipt of Addendum No. containing information for the above referenced project.

BIDDER:

BY:

SIGNATURE:

TITLE:

DATE:

NOTE: WHEN AN ADDENDUM IS ISSUED, THIS ACKNOWLEDGMENT MUST BE ENCLOSED WITH THE PROPOSAL AT THE TIME OF BIDDING. FAILURE TO DO SO WILL RESULT IN BID REJECTION. Page 18 of 66

UNIFORMS FOR THE CORRECTIONS AND THE SHERIFF’S DEPARTMENTS

INTENT

The purpose of this bid package is to provide the County of Ocean with a Contractor who will supply the materials described and specified herein.

NO ASSIGNMENT

This agreement shall not be assigned without the written consent of the County of Ocean which consent shall not be unreasonably withheld. Assignee shall promptly prepare and complete such documents as the County shall require.

OWNERSHIP DISCLOSURE

All contractors shall comply with all laws governing the disclosure of all stockholders or partners, as included in N.J.P.L. 1977, Chapter 33.

BID REVIEW

Bids may be reviewed once the bid meeting has concluded. Additionally, bid results are available in the Ocean County Purchasing Department on the day following the openings for any interested party that may wish to review them.

AVAILABILITY OF FUNDS

The County's obligation hereunder is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the County for payment of any money shall arise unless, and until funds are made available each year to the Purchasing Agent of the Department of Purchase.

REQUIREMENTS

(1) Swatches of cloth are to be provided when requested. (2) All prices bid are FULLY DELIVERED PRICES.

TRANSITIONAL PERIOD

In the event services are terminated by contract expiration or by voluntary termination by either the Contractor or The County of Ocean, the Contractor shall continue all terms and conditions of said contract for a period not to exceed thirty (30) days at the County’s request.

MODIFICATIONS & WITHDRAWALS

Telegraphic or Electronic bids will not be considered. Bids may be withdrawn based on written request received from the bidder prior to the time fixed for opening. No right for withdrawal exists after the bid has been opened. Written request shall be signed by the bidder or proper corporate officers.

Page 19 of 66

MATERIALS

UNDER THE SPECIFICATIONS ONLY THE BEST COMMERCIAL PRACTICE IS TO PREVAIL AND ONLY MATERIALS AND WORKMANSHIP OF FIRST QUALITY ARE TO BE USED.

SAMPLES

One (1) finished sample of each garment or equipment must be available for inspection within ten (10) days of written request from the Ocean County Department of Purchase. Failure to furnish these samples on time may be cause for rejection of the bid.

ADJUSTMENTS AND ALTERATIONS

The contractor must provide local tailoring facilities for promptly making necessary alterations and adjustments. All complaints will be made within thirty (30) days following delivery. In this regard, upon request by the County, the contractor should provide a list of similar contracts which he has performed within the general Ocean County area.

DELIVERIES

The contractor shall make delivery in seven (7) working days after receipt of order (A.R.O.) on all in stock items per this proposal, with the exception of custom made items, which will be delivered in thirty (30) days, A.R.O. This is a requirement of the contract and the contractor warrants by his bid, that he is in a position to supply and deliver all orders as issued by the County, during the contract period for the merchandise set forth within the contract. Unreasonable delays in deliveries may be deemed cause for removal of the vendor from all County’s bidder’s lists.

SHIPMENTS

Merchandise must be new and clean and clearly identified with the Purchase Order Number. When names and sizes appear on the purchase order, the vendor must identify the garment with the name and size for efficient sorting and checking. Non-compliance will cause refusal and return of shipment.

RETURNS

The successful vendor will be responsible for managing the prompt pick-up of samples and unacceptable items. If pick-up is not effected within ten (10) working days of the pick-up request, the County of Ocean will return said items by common carrier and the vendor will be responsible for the shipping and handling charges.

UNIFORM FITTING

Individual uniform measurements are to be taken by the contractor. Perfect fit to be guaranteed. These measurements are to be taken at a location and date satisfactory to the departments involved. Copies of all measurements taken shall remain on file with the County. Clothing will be inspected as to material, fit and workmanship by a duly authorized representative of the County of Ocean. Failure to comply with this provision will be cause for rescission of the contract and removal of contractor from all County bidder’s lists.

Page 20 of 66

WOMEN’S CLOTHING AND UNIFORMS

Individual measurements are to be taken by the contractor. Perfect fit to be guaranteed. These measurements are to be taken at a location and date satisfactory to the departments involved. Copies of all measurements taken shall remain on file with the County. Clothing will be inspected as to material, fit and workmanship by a duly authorized representative of the County of Ocean. Failure to comply with this provision will be cause for rescission of the contract and removal of contractor from all County bidder’s lists.

CUSTOM UNIFORMS

All custom portions of the uniform are to be supplied by the same manufacturer.

SECTIONS

I. Uniforms for the Department of Corrections

II. Uniforms for the Office of the Fire Marshal

III. Class A & B Uniforms for the Sheriff's Office

IV. Class C, D & Uniforms for the Sheriff’s Office, Police Academy Recruit Uniforms and Accessories

Page 21 of 66

SECTION I – UNIFORMS FOR THE DEPARTMENT OF CORRECTIONS

ITEM 1 – TROUSERS - CLASS A Manufacturer: Fechheimer 48289-T6, OR EQUAL, Navy Blue, 74/25/1 //LYCRA®, 12-5-13oz. Serge weave

Style: To be made with two full side straight and two rear pockets, die pointed flaps for uniformity of shape and size. Flaps are to have pearl type eyelet style hole. Density of button hole is 50 stitches per inch with 4 hold 24 ligne button. Front pockets to have approximately 6 ¼" opening and measuring approximately 13" from the top of the opening to the bottom of the . The back pocket opening is approximately 7" deep. One dropped watch pocket which measures approximately 3 ½" wide and 4 ½" deep. One dropped Billy pocket on rear right or left side, depending on officer’s preference, approximately 3 ½" wide and 8" deep. All pockets to be sewn inside out and turned then top stitched for extra strength. All pocket welts are to be interlined with pellon and then top stitched. All trousers are to have 7 belt loops 7/8" wide and 2 ¾" long. All loops are to have double stitching for extra strength. All loops are to be sewn into and dropped to accommodate a 2 ¼" duty belt. All loops are to be sewn in such a manner as not to allow unfinished edges. The base of the loops are to be triple stitched for extra strength.

Pocketing: To be 65% Polyester, 35% , black

Waistband: Waistband curtain to be black, approximately 3 ¼" wide with 3 rows of snug-tex completely around and 1 5/8" ban-rol to prevent rolling. Top waistband to be single needled top stitched, top and bottom of band for extra strength. Zig zag or chain is not acceptable.

Fly: to be heavy-duty talon #42 style #603 with black color zipper slide. Trouser closure to be crush proof heavy duty hook and eye style with wide French and fly button fastening at base of waistband.

Stripe: Stripe to be 1 ½" wide to be sewn on French Blue material, same as fabric.

Construction: All stress points to be properly bar tacked and closing seams to have a #40 Polyester cord reinforced for extra strength. All trousers may have permanently sewn in front creases. Trousers must be properly shaped, the out seams and inseams to be pressed open and flat. All edges will be finished smooth with 18 stitches per inch. There will be no raw edges inside or outside of the trousers. All trousers are to have a care label permanently affixed. All trousers are to have approximately 5" Polyester and Cotton crotch reinforcement sewn in, size to vary depending on trouser size. Trousers to be made straight leg with a minimum 2 ½" turned up . All trousers shall be properly sized and delivered clean and well pressed.

Size: Women's: Regular Length: even dress sizes 6-24 Men’s: Regular Length: even waist sizes 28"-54", odd sizes 31"-37"

Page 22 of 66

SECTION I – UNIFORMS FOR THE DEPARTMENT OF CORRECTIONS (CONT’D)

ITEM 2 - LONG SHIRT - CLASS A Manufacturer: Fechheimer UD12021 LS, OR EQUAL

Material: Regulation Police long sleeve shirt with shoulder and metal eyelet badge tab. Shirt to be treated with 3M soil release to resist dulling and permanent press. All shall be properly sized and delivered clean and well pressed.

Color: White.

Style: All shirts must have a concealed zipper front closure.

Collar: To be stand-up style with permanently fused, shrink proof, 100% Cotton interlining, extra heavy grade, to be ½" wide and approximately 3" long and made of Mylar. stays to be lined with 65% Polyester, 35% Cotton. The is to go directly to the extreme point of the collar.

Sleeve: To have double reinforced elbows. Reinforcement to be one piece construction and to be double stitched at opening. Reinforcement to be approximately 6 ¾” at widest point and to vary depending on shirt size and is to be sewn into the inseam of the sleeve and into the cuff. Two button cuff to have permanently fused, shrink proof, 100% Cotton interlining, extra heavy grade. Cuffs to be squared off. Rounded cuff is not acceptable.

Pockets: Pockets to be pleated approximately 5 7/8" deep and 5 ¼" wide. Pockets to have eyelets to accept metal with retaining . Pocket flaps are to be scalloped style with on each corner. Flaps are to have fused, shrink proof, 100% Cotton interlining, extra heavy grade. Left pocket only to have 1 ½" pencil division. Shoulder Straps: Military style sewn into sleeve seams and cross-stitched. All shoulder straps are to have permanently fused, shrink proof, 100% Cotton interlining. Shoulder button to be made removable via ¼" button hole to accept metal button and retaining pin. of button and pin to covered with approximately ⅞" wide and 1 ½" long piece of material the same as the collar band and .

Buttons: Buttons to be 25 ligne, New Jersey State Seal on the pocket flaps and shoulder straps, which will fit into corresponding eyelets. Buttons will be silver in color. Eyelets shall be covered inside with a hemmed piece of material to prevent irritation. Balance of buttons to the machine 24 Ligne Melamine.

Emblems: Patches to be supplied by the department and sewn on left sleeve by the vendor.

Size: S–XXXL

ITEM 3 - SHORT SLEEVE SHIRT - CLASS B Material: Regulation Police short sleeve shirt with shoulder straps and metal eyelet badge tab.

Color: French Blue. Shirt to be treated with 3M soil release to resist dulling and permanent press. All shirts shall be properly sized and delivered clean and well pressed.

Page 23 of 66

SECTION I – UNIFORMS FOR THE DEPARTMENT OF CORRECTIONS (CONT’D)

ITEM 3 - SHORT SLEEVE SHIRT - CLASS B (CONT’D) Style: To meet same specifications as ITEM 2, except to have open style collar, half and shirt front to have one piece , not a , to be lined with fusible pellon lining on button hole and button side to reinforce button hole and button firmness. All shirts must have a concealed zipper front closure.

Emblems: Patches to be supplied by the department and sewn on left sleeve by the vendor.

Buttons: Buttons to be 25 ligne, New Jersey State Seal on the pocket flaps and shoulder straps, which will fit into corresponding eyelets. Buttons will be silver in color. Eyelets shall be covered inside with a hemmed piece of material to prevent irritation. Balance of buttons to the machine 25 ligne, New Jersey State Seal.

Construction: To meet the same specifications as ITEM 2 above except to have open style collar, half sleeves and no placket front. All shirts are to be custom made for each individual officer. All shirts are to have a care label permanently affixed.

Size: S-3XL

ITEM 4 - COLLAR INSIGNIA Silver metal, 1" x ½" clutch back "O.C." "D.C."

ITEM 5 - 3 SEASON JACKET Manufacturer: Blauer #6120, OR EQUAL

Color: Navy

Buttons: All buttons shall be silver NJ State Seal style.

Emblems: Patches to be supplied by the department and sewn on the left sleeve by the vendor. Department patch to be sewn onto left shoulder.

Size: S-XXXL

ITEM 6 – FIELD JACKET WITH LINER, M-65 BDU STYLE Color: Black

Size: M-4XL

Emblems: Department patch to be sewn on left shoulder. Embroidered name patch to be affixed to right breast.

ITEM 7 - BDU TROUSERS - CLASS C Manufacturer: Fechheimer 49300NJFB, OR EQUAL

Color: Navy with French Blue Stripe

Page 24 of 66

SECTION I – UNIFORMS FOR THE DEPARTMENT OF CORRECTIONS (CONT’D)

ITEM 7 - BDU TROUSERS - CLASS C (CONT’D) Fabric: 6.5 oz. per square yard, twill weave in a 65% Polyester/ 35% Cotton fiber blend with 10-12% filing, stretch that is pre-cured for wrinkle resistance and treated with a soil release finish. Machine washable and dry cleanable Cotton blend.

Customization: Striping – 1.5" French Blue (Color to match shirt fabric)

Standard Size Range: Men’s: Regular length: even waist sizes 28"-54"; odd sizes 31"-37" Women’s: Regular length: even dress sizes 6-24

ITEM 8 - SHORT SLEEVE BDU SHIRT - CLASS C Manufacturer: Fechheimer 85R5826 SS, OR EQUAL

Color: Navy with French Blue Stripe

Fabric: 6.5oz. Per square yard 2 x 1 twill weave in a 65% Polyester/ 35% Cotton fiber blend with 10-12% filing stretch that is pre-cured for wrinkle resistance and treated with a soil-release finish. Machine washable and dry cleanable Cotton blend. Design and Construction: Short Sleeve uniform shirt 5 crease military style with permanent sewn in creases Top fused convertible sport collar Mitered, pleated pockets with scalloped flaps, pencil opening in left pocket, hook and loop closure Epaulets, Badge eyelets with internal support strap, Extra long shirt tails, Concealed zipper

Embroidery: Vendor will embroider the department’s badge over left breast pocket, embroider "OC" and "DC" on the collars, and embroider the employee's first initial and last name over the right breast pocket on french blue name plate.

Emblems: Patch to be supplied by the department and sewn on left sleeve by the vendor. Battle Flag supplied by the vendor and sewn on right sleeve by vendor.

Size: S-3XL

ITEM 9- RAINCOAT Manufacturer: Newport Harbor #02230, OR EQUAL

Color: Black/Lime

Description: 3M Scotchlite reflective material, reversible, waterproof and windproof

Size: S–3XL

Page 25 of 66

SECTION I – UNIFORMS FOR THE DEPARTMENT OF CORRECTIONS (CONT’D)

ITEM 10 - SENTRY R-801 PERSHING UNIFORM CAP Manufacturer: M.J. Cahn #1933-0376, OR EQUAL

Fabric: 100% Polyester P&F Navy Blue Serge.

Features: Visor will be black vinyl 1 ⅝" from the bottom of the cap to the farthest edge of the visor. The sweatband will be a perforated 1 ¼" wide brown bonded reeded sweatband machine sewn into the cap. Each cap shall have either 2 silver or 2 gold N.J. State Seal buttons to fasten down the cap strap. Each cap shall have either a silver or gold stretch band on the front of the outerband and a Jaypee NJ-1 overhead strap with either silver or gold hardware to match the stretch band. Sizing will be numerical.

ITEM 11 - PLASTIC HAT COVER FOR SENTRY R-801 PERSHING UNIFORM CAP Color: Clear

Feature: bottom for secure fit over hat.

ITEM 12 – LONG SLEEVE KHAKI TWILL SHIRT Manufacturer: VF-ST5CK, OR EQUAL

Fabric: 65/35 Polyester/Cotton twill

Features: Shirt must have sewn in military creases, 3 on back and 2 on front.

Emblems: The Ocean County Corrections Department patch must be sewn on right sleeve by the vendor and Academy patch sewn on left sleeve or breast pocket (based on Academy specifications).

Tailoring: Shirts must be tapered to fit the individual.

ITEM 13 – KHAKI TWILL TROUSERS Manufacturer: VF-PT62KH, OR EQUAL

Fabric: Polyester/Cotton twill

Features: Trousers must have sewn in crease on the front of each leg.

Tailoring: Trousers must be fitted to the individual.

ITEM 14 – WATCH CAP Manufacturer: Alan Sloan #6610, OR EQUAL

Fabric: Heavy Weight Acrylic Knit

Color: Black

Page 26 of 66

SECTION I – UNIFORMS FOR THE DEPARTMENT OF CORRECTIONS (CONT’D)

ITEM 15A – CLIP-ON NECK TIE Manufacturer: Samuel Broome, OR EQUAL

Size/Item #: 18" - #90010 20" - #90043 22" - #90063

Color: Navy Blue (Post Graduation)

ITEM 15B – CLIP-ON NECK TIE Same specifications as ITEM 15A except:

Color: Black (Academy)

ITEM 16 - NAME TAG Silver, with black lettering to read: First Initial, Last Name

ITEM 17 – TIE BAR Silver, with black lettering to read: "Ocean (NJ STATE SEAL) County"

ITEM 18 – LEATHER BELT Manufacturer: Garrison #E04, OR EQUAL

Fabric: Full leather with a porvair finish to prevent scratches and abrasion, which is no less than 1/8" thick.

Buckle: Nickel color, square

Size: Finish width 1 ½", smooth edges

Color: Black

ITEM 19A – CREW NECK T-SHIRT Manufacturer: Hanes #5180W, OR EQUAL

Color: White

Fabric: 100% Cotton

ITEM 19B – CREW NECK T-SHIRT Same specifications as ITEM 19A except:

Customization: Recruits last name to be screen printed in 2" block letters on front and back.

Page 27 of 66

SECTION I – UNIFORMS FOR THE DEPARTMENT OF CORRECTIONS (CONT’D)

ITEM 20A – GYM SHORTS Manufacturer: Augusta #990, OR EQUAL

Color: White

Fabric: 100% Cotton with Elastic Waist

ITEM 20B – GYM SHORTS Same specifications as ITEM 20A except:

Customization: Recruits last name to be screen printed in 2" block letters on back.

ITEM 21– BASEBALL CAP Manufacturer: Sonette Corp #6677, OR EQUAL

Features: Flex-fit

Color: Black

ITEM 22A – LONG SLEEVE CREW NECK SWEAT SHIRT Manufacturer: Jerzees #973M, OR EQUAL

Fabric: 50/50 Polyester/Cotton blend

Color: Navy

ITEM 22B – LONG SLEEVE CREW NECK SWEAT SHIRT Same specifications as ITEM 22A except:

Customization: Recruits last name to be screen printed in 2" block letters on front and back.

ITEM 23A - SWEAT PANTS Manufacturer: Jerzees #562M, OR EQUAL

Fabric: 50/50 Polyester/Cotton blend

Features: Drawstring Waist

Color: Navy

ITEM 23B - SWEAT PANTS Same specifications as ITEM 23A except:

Customization: Recruits last name to be screen printed in 2" block letters on back.

Page 28 of 66 SECTION II - UNIFORMS FOR THE OFFICE OF THE FIRE MARSHAL

ITEM 24 – TROUSERS – CLASS A Material: Hamburger – Woolen #651, OR EQUAL, Black, 55% Dacron and 45% Wool, 12 ounce Serge

Color: Black

Style: To be made with two full side pockets and two rear pockets. Density of button hole is 50 stitches per inch with 4 hole 24 ligne plastic button. Front pockets to have approximately 6 ¼" opening and measuring approximately 13" from the top of the opening to the bottom of the pocket. The back pocket opening to be approximately 7" deep. All pockets are to be sewn inside out and turned then top stitched for extra strength. All pocket welts are to be interlined with pellon and then top stitched. All trousers are to have 7 belt loops 7/8" wide and 2” long. All loops are to be sewn into waistband and dropped to accommodate a 1 ¾" duty belt. All loops are to be sewn in such a manner as not to allow unfinished edges. The base of the loops are to be triple stitched for extra strength.

Pocketing: Two (2) 100% Cotton, 2.5oz. White drill

Waistband: Waistband curtain to be black, approximately 3" wide with 3 rows of snug-tex completely around and 1 ½" no-curl to prevent rolling. Top waistband to be single needle top stitched, top and bottom of band for extra strength. Zig-zag or is not acceptable.

Fly: Zipper is to be heavy duty brass talon style #603 with black color zipper slide, Talon Style #05- 1310. Trouser closure to be crush proof heavy duty hook and eye style with wide French fly and fly button fastening at base of waistband

Construction: All trousers are to be custom tailored for each individual officer. Fit of trousers subject to department’s commanding officer’s approval before acceptance. All stress points to be properly bar tacked and closing seams to have #40 Polyester cord reinforced thread for extra strength. Trousers must be properly shaped, the outseams and inseams to be pressed open and flat. All edges will be finished smooth with 15 stitches per inch. There will be no raw edges inside or outside of the trousers. All trousers are to have a care label permanently affixed and also to have a size label. All trousers are to have approximately 5" Polyester and Cotton crotch reinforcement sewn in, size to vary depending on trouser size. Trousers to be fashioned in straight leg style with a 2" turned up cuff. Front creases to be permanently sewn in.

ITEM 25A –LONG SLEEVE SHIRT – CLASS A Color: Grey for Deputy Fire Marshals; White for Chief and Assistants

Fabric: Raeford Mill Style U8124 - NO EXCEPTIONS, Color #92744 (Gray) - NO EXCEPTIONS, with 65% Polyester and 35% blend.

Style: Regulation long sleeve shirt with shoulder straps and metal eyelet badge tab. Five permanently sewn-in military creases. Yoke to be center pointed for comfort and to be lined with 65% Polyester, 35% Cotton of coordinating color. Seven button front with vertical button holes. Button holes are to be extra heavy duty, approximately 50 stitches per inch. Center placket is to be approximately 1 3/8" wide and to be lined with fuseable pellon. All collars are to have no less than 10 stitches per inch. All parts of the shirt to be die cut and creased to insure uniformity of shape and size. All seams to have reinforced stitching of no less than 3 stitches at the beginning and end of each . Shirt

Page 29 of 66 SECTION II - UNIFORMS FOR THE OFFICE OF THE FIRE MARSHAL (CONT’D)

ITEM 25A –LONG SLEEVE SHIRT – CLASS A (CONT’D) Style: (Cont’d) to have hidden zipper front (zipper type YKK Model VF036).

Collar: To be stand-up collar with permanently fused, shrink proof, extra heavy grade Cotton inter-lining. Mylar collar stay to be approximately 1 ½" wide by 3" long, and to be lined with 65% Polyester, 35% Cotton.

Sleeve: Two button cuff to have permanently fused, shrink proof, extra heavy grade 100% Cotton interlining.

Pockets: Pockets to be pleated approximately 5 7/8" deep and 5 ¼" wide with military crease sewn through . Pocket flaps are to be scalloped style with Velcro on each corner. Flaps are to have fused shrink proof 100% Cotton interlining, extra heavy grade. Left pocket only to have 1 ½" pencil division. Shoulder Straps: Military style sewn into sleeve seams and cross stitched. All shoulder straps are to have permanently fused, shrink proof 100% Cotton interlining.

Emblem: Department patches, hash marks, rank insignia, etc., to be sewn on by vendor as required.

Button: Buttons to be matching 24 ligne bone, except for the pocket flaps and shoulder straps which are to be 25 ligne Gold F.D. style buttons, which will fit into corresponding eyelets. Eyelets shall be covered inside with a hemmed piece of material to prevent irritation

Badge Tab: To be lined with fuseable pellon, to have two metal eyelets approximately 1" wide and 2" long to be sewn all the way around NO EXCEPTIONS

Fit is subject to department’s commanding officer’s approval before acceptance of garment.

ITEM 25B –OPTION Same specifications as ITEM 25A except with the following changes: All Buttons to be matching 24 ligne bone. Embroidered Name tag to be sewn above breast pocket. Embroidered fire marshal stars on collars.

ITEM 26A – SHORT SLEEVE SHIRT – CLASS A Construction: To meet the same specifications as ITEM 25A except to have open style collar, and half sleeves.

All buttons to be 25 ligne Gold F.D. style except bottom button on front NO EXCEPTIONS

ITEM 26B –OPTION Same specifications as ITEM 26A except with the following changes: All Buttons to be matching 24 ligne bone. Embroidered Name tag to be sewn above breast pocket. Embroidered fire marshal stars on collars.

Page 30 of 66 SECTION II - UNIFORMS FOR THE OFFICE OF THE FIRE MARSHAL (CONT’D)

ITEM 27 – HAT – MEMBERS White with black or white band Bell Top style with permanent sewn in wire. Red tipped gold scroll visor. Hat to have 25 ligne Gold F.D. metal buttons and Gold cloth Mylar hat band. Hat to have leather sweat band.

ITEM 28 – SWEATER Manufacturer: Blauer Style #210, OR EQUAL

Color: Black

Features: Wooly Pully Sweater, V-Neck with Epaulets and Badge Patch

Buttons: Gold F.D. Buttons

Emblems: Embroidered name tag to be sewn on right breast. Department Patch to be supplied by the Office of the Fire Marshal and sewn on left shoulder.

Size: S-4XL

ITEM 29 – DUTY BELT Manufacturer: DeSantis #B18, OR EQUAL

Description: Black Basket weave 1 ¾" Garrison Belt with Brass

ITEM 30 – CLIP ON UNIFORM TIE Color: Black

Size: Regular and Extra Long

ITEM 31 – GLOVES, LEATHER, UNLINED Manufacturer: Gall’s #X-GL154 gloves, OR EQUAL

Style: Leather, unlined with sewn in creases and elastic wrist

Color: Black

Size: S-2XL

ITEM 32 – GLOVES Manufacturer: Hatch Friskmaster Max with Powershield X3 lining, OR EQUAL

Material: Spectra fiberglass and Polyester, elasticized wrist

Color: Black

ITEM 33 – DOUBLE PIN CLUTCH BACK NAME TAG Color: Gold

TWO Lines of Engraving

Page 31 of 66 SECTION II - UNIFORMS FOR THE OFFICE OF THE FIRE MARSHAL (CONT’D)

ITEM 34 – BADGE CASE Black leather, custom fit for badge.

ITEM 35 – COAT Material: Hamburger – Woolen #651, OR EQUAL, Black, 55% Dacron and 45% Wool, 12 ounce Serge

Color: Black

Style: 8 Button – Double breasted front, 24 ligne gold FD button, 3 button 24 ligne on cuffs/fully black lining. Re-enforced metal badge tab. Patch to be supplied by the Office of the Fire Marshal and sewn on left sleeve. Golf bands in sleeves (up to five) and gold Maltese crosses sewn on sleeves (up to 10)

ITEM 36 – WATERPROOF COAT Manufacturer: Carhartt #C72, NO EXCEPTIONS

Color: Black

Emblems: Department patch to be supplied by the Office of the Fire Marshal and sewn on left shoulder. Embroidered name patch to be sewn on right breast.

Size: M-4XL

ITEM 37 – BOOTS Manufacturer: Rocky #511, OR EQUAL

Style: Black grain leather, oxford

Size: All

Width: All

ITEM 38 – BOOTS Manufacturer: Rocky #2090, OR EQUAL

Style: 10" zipper paraboot, non insulated, lug sole, back full grain leather

Size/Width: All

ITEM 39 – BOOTS Manufacturer: Rocky Thinsulate Ultra 8” Eliminator 2, OR EQUAL

Style: Dual density slip resistant outsole, waterproof, leather/Cordura - TEX

Bootie: Fiberglass, shank, removable insole, Cambrelle lining, 400 grams of Thinsulate

Color: Black

Size/Width: All

Page 32 of 66 SECTION II - UNIFORMS FOR THE OFFICE OF THE FIRE MARSHAL (CONT’D)

ITEM 40 – TACTICAL BOOTS Manufacturer: H.R.T. Desert Boot #11004, OR EQUAL

Fabric: Suede and Nylon

Features: Lined with Coolmax® vent holes on instep and oil, slip and conduct resistant outsole, 5.11’s Shock Mitigation System and Tactical Sticky rubber toe.

ITEM 41– TACTICAL BELT Manufacturer: De Santis N17BJG3Z0, OR EQUAL

Description: ¾", Black

Size: M-3XL

ITEM 42 – 3 IN 1 PARKA Manufacturer: 5.11 Tactical Model # 48001, NO EXCEPTIONS

Color: Black

Description: Waterproof and breathable parka shell with removable color matched fleece liner. Full waterproof hood and Velcro sleeve closures.

Imprint: Removable front and back ID panels, imprinted with "FIRE MARSHAL". Back to have reflective gray lettering (approx. 2” H) to read ‘FIRE’ (1st line) ‘MARSHAL’ (2nd line) – see attached diagram

Emblems: Embroidered name tag to be sewn above right breast pocket. Department patch to be sewn on left shoulder.

Size: S-4XL

ITEM 43 – FIELD JACKET WITH LINER Manufacturer: Rothco #8444, OR EQUAL

Style: M-65 BDU

Color: Black

Size: M-4XL

Emblems: Department patch to be supplied by the Office of the Fire Marshal and sewn on left shoulder. Embroidered name patch to be affixed to right breast.

ITEM 44 - HIGH VISIBILITY PARKA Manufacturer: 5.11 Tactical Style # 48073, OR EQUAL

Color: Hi-viz yellow/blue.

Page 33 of 66

SECTION II - UNIFORMS FOR THE OFFICE OF THE FIRE MARSHAL (CONT’D)

ITEM 44 - HIGH VISIBILITY PARKA (Cont’d) Size: S-4XL

Emblems: Name patch on right chest and Fire Marshal Department patch to be supplied by the Office of the Fire Marshal and sewn on left shoulder.

ITEM 45 – LIGHT WEIGHT JACKET Manufacturer: 5.11 Tactical, Style 48016, NO EXCEPTIONS

Color: Black

Emblems: Department supplied patch to be sewn on the left shoulder. The words "FIRE MARSHAL" inserted on back away panel. Back to have reflective gray lettering (approx. 2” H) to read ‘FIRE’ (1st line) ‘MARSHAL’ (2nd line) – see attached diagram. The individual's name inserted on front right hide away panel and "FIRE MARSHAL" on left hide away panel. (Panel Part #59094)

Size: S-4XL

ITEM 46 – MID WEIGHT JACKET Manufacturer: 5.11 Tactical Big Horn Jacket 48026, NO EXCEPTIONS

Color: Black

Size: S-4XL

Features: Micro fiber shell with fleece lining. Wind and rain resistant.

Emblems: Embroidered name tag to be sewn above right breast pocket. Department patch to be sewn on left shoulder.

ITEM 47 – SHORT SLEEVE POLO SHIRT – CLASS D Manufacturer: Elbeco K5138, NO EXCEPTIONS

Fabric: 100% Polyester microfiber/knit

Weight: 7.25 oz. per square yard

Style: Xeede™ moisture transport system, no curl knit collar with collar stays, dual microphone shoulder pockets and center microphone loop, hidden pen pocket on sleeve for easy access, 4 way stretch, side panels, comfort cut to allow for wearing over body armor, machine washable, permanent antimicrobial technology, UV40+ protection

Color: Grey

Size: XS-4XL

Embroidery: Fire Marshal logo in black on left chest – see attached diagram Page 34 of 66

SECTION II - UNIFORMS FOR THE OFFICE OF THE FIRE MARSHAL (CONT’D)

ITEM 48 – LONG SLEEVE POLO SHIRT – CLASS D Same specifications as ITEM 47 except:

Manufacturer: Elbeco K5148, NO EXCEPTIONS

ITEM 49– MEN'S WATERPROOF PANTS Manufacturer: Carhartt #B216, NO EXCEPTIONS

Color: Black

Size: S-4XL

ITEM 50 - TWILL PDU PANT - CLASS A Manufacturer: 5.11 Tactical, Style # 74338, NO EXCEPTIONS

Fabric: Polyester/Cotton twill fabric with bartacking at all stress points.

Color: Black

Size: 30 to 60 waist.

Tailoring: Length to be custom hemmed.

ITEM 51 - TDU TACTICAL DUTY UNIFORM PANTS Manufacture: 5.11 Tactical Stryke Pant, Style # 74369, NO EXCEPTIONS

Fabric: 6.8 oz. Poly/Cotton Ripstop

Color: Black

Size: 28 - 60 waist

Tailoring: Length to be custom hemmed.

ITEM 52A - SWEATSHIRT, CREW NECK, 12 OZ. Manufacturer: Carhartt Style J154, NO EXCEPTIONS

Fabric: 50% Cotton /50% Polyester fleece blend with a 100% Polyester thermal lining.

Color: Charcoal Heather

Size: M-5XL

Embroidery: 5 color Fire Marshal logo on left breast (Approx. 3 ½”H x 4”W) – see attached diagram

Page 35 of 66 SECTION II - UNIFORMS FOR THE OFFICE OF THE FIRE MARSHAL (CONT’D)

ITEM 52B - SWEATSHIRT, CREW NECK, 12 OZ. Same specifications as ITEM 52A except:

Imprint: screened black Fire Marshal logo (see attached diagram) on left breast and "FIRE MARSHAL" (Approx. 2 ½”H) in black on the back.

ITEM 53A – SWEATSHIRT, HOODED, 13 OZ. Manufacturer: Carhartt, Style K217, NO EXCEPTIONS

Fabric: 13 oz., 80% Cotton / 20% Polyester

Color: Heather Gray

Sizes: M-5XL

Embroidery: 5 color Fire Marshal logo on left breast (Approx. 3 ½”W x 4”H) – see attached diagram

ITEM 53B – SWEATSHIRT, HOODED, 13 OZ. Same specifications as ITEM 53A except:

Imprint: Silk screened black Fire Marshal logo (see attached diagram) on left breast and "FIRE MARSHAL" (Approx. 2 ½”H) in black on the back.

ITEM 54 – HEAVY WEIGHT T-SHIRT Manufacturer: Gildan #G200, OR EQUAL

Fabric: 100% Cotton

Color: Grey

Imprint: Silk screened black Fire Marshal logo (see attached diagram) on left breast and "FIRE MARSHAL" (Approx. 2 ½”H) in black on the back.

Size: M–3XL

ITEM 55 – MOCK TURTLENECK Manufacturer: Blauer Model 8110X, OR EQUAL

Fabric: Blend of Cotton and Lycra with moisture wicking. 12 oz. jersey knit

Color: Black

Embroidery: ¾" block letter “OCFM” on neck in gold #9001 thread.

Size: S-4XL

Page 36 of 66

SECTION II - UNIFORMS FOR THE OFFICE OF THE FIRE MARSHAL (CONT’D)

ITEM 56– TURTLENECK Manufacturer: Gulford Mills, Style #9002, OR EQUAL

Color: Black

Fabric: The turtleneck shirt shall be made throughout the body and collar, from a 4-way stretch (90% Cotton/10% Lycra) 28 cut jersey knit fabric made from 30/1 combed ring spun Cotton and 70/1 Lycra. The fabric shall be dyed with reactive dyes for maximum color retention.

Weight: 6.25-6.75 oz. per square yard

Shrinkage: Warp: 5% (max.) Filling: 5% (max.)

Wales per inch: 37

Courses per inch: 52

Tape Reinforcement Type: 100% Polyester woven tape, 0.25 inches wide. 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.

Thread Type: 100% Polyester, size #70

Color: Black

General Design: The turtleneck shirt 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 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 longer than the front at the center by two and a half inches. Seam Construction: All turtleneck joining seams shall be stitched using an over-lock machine. All seams shall be straight and clean with thread ends trimmed.

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

Size: Size availability will be Small, Medium, Large, X-Large, XX-Large and XXX-Large to fit both male and female officers

Page 37 of 66

SECTION II - UNIFORMS FOR THE OFFICE OF THE FIRE MARSHAL (CONT’D)

ITEM 56– TURTLENECK (Cont’d) 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. Testing of Samples: Samples submitted by bidder will be compared for materials, and construction with the standard sample on file with the department. Any sample by a bidder may be subject to test or tests by any testing laboratory that the County may select. All costs in connection with any such tests shall be paid for by the bidder.

Embroidery: ¾" block letter “OCFM” on neck in gold #9001 thread.

ITEM 57– LEATHER BELT Manufacturer: Garrison #E04, OR EQUAL

Fabric: Full grain leather with a porvair finish to prevent scratches and abrasion, which is no less than 1/8” thick.

Buckle: Nickel color, square

Size: Finish width 1 ½", Smooth edges

Color: Black

ITEM 58 – COLD GEAR MEN’S & LADIES CREW NECK SHIRT, AS SPECIFIED OR EQUAL Description: Double sided fabric that wicks moisture from skin.

Men’s Sizes: Small – XXXL

Ladies Sizes: Small – XL

Colors: Black, Blue, White

ITEM 59 – COLD GEAR MEN’S & LADIES LEGGINGS, AS SPECIFIED, OR EQUAL Men’s Size: S-3XL

Ladies Size: S–XL

Colors: Black, Blue, White

Page 38 of 66 SECTION III – CLASS A & B UNIFORMS FOR THE SHERIFF'S OFFICE

ITEM 60 - TROUSERS, POLYESTER/WOOL, AS SPECIFIED OR EQUAL Scope: This specification covers the requirements for uniform trousers made from first quality 55% Dacron Polyester and 45% Wool 2 ply serge fabric for the Ocean County Sheriff’s Office.

Fabric: Weave: serge weave, Weight: 14 ounces per linear yard, Fiber Content: 55% Dacron Polyester, 45% Worsted Wool, Ply of : 2 ply warp and filling

TROUSER FABRICATION:

Material: Black, 55% Dacron Polyester and 45% Wool, 2-ply, serge finish, 14 ounce.

Style: Modern up to date military patterns shall be used with fitted and finished produced according to individual sizing. The width of the legs shall be proportional to individual inseam and shoe sizes. Shall be made with two (2) full straight side pockets and two (2) rear pockets. Left rear pocket to have a pearl type eyelet and button, the right rear pocket shall be open style. The density of buttonhole is 50 stitches per inch with a four hole 24 ligne plastic button.

Pockets: Front on seam straight pockets approximately 6¼" opening and measuring from the top of the opening to the bottom of the pocket measures approximately 13". The back pocket opening is to be 5½" wide and 7" deep. All pockets are to be sewn inside out and turned then top stitched for extra strength. All pocket welts are to be interlined with Pellon and then top stitched. One (1) dropped watch pocket measuring approximately 3½ inches wide and 4½ inches deep. One (1) dropped Billy pocket on rear right or left side, depending on officer’s preference, approximately 3 ½ inches wide and 8 inches deep.

Belt Loops: All trousers are to have seven (7) belt loops 7/8" wide and 2¾" long. All loops are to have double stitching for extra strength. all loops are to be sewn into waistband at the top and then dropped to accommodate a 2 ¼" duty belt. All loops are to be sewn in such a manner as not to allow raw edges. The base of the loops to be stitched for extra strength with a minimum of 28 stitches per loop.

Pocketing: To be 2.5 natural drill, Polyester/Cotton Twill #230 as manufactured by QST Industries, OR EQUAL. Blend to be 70% Cotton and 30% Polyester.

Waistband: Waistband curtain to be black, approximately 2 ¾" wide with three (3) rows of Snug-Tex completely around the interior of the pants and 1 5/8" banroll to prevent rolling shall be caught in the top stitching. Snug-Tex to extend over the french fly and waistband curtain with Snug-Tex to cover the back seam outlet. Top of the waistband to be single needle top stitched at the top and bottom of band for extra strength. Zig-zag or chain stitch is not acceptable. Waistband curtain shall be constructed with 3" wide buckram backing. Polyester will not be accepted.

Fly: Talon zipper is to be brass with a slide; cut and gapped to precise lengths for individual trousers. Zipper slide to be heavy duty self locking type. Zipper tape to be all Cotton twill. Trouser closure to be crush proof heavy duty hook and eye style with a one (1) piece french fly and fly button fastening at the base of the waistband. Two piece fly and button tab is not acceptable.

Page 39 of 66 SECTION III – CLASS A & B UNIFORMS FOR THE SHERIFF'S OFFICE (CONT’D)

ITEM 60 - TROUSERS, POLYESTER/WOOL, AS SPECIFIED OR EQUAL (Cont’d)

Stripe: Shall be 1 ½" heather grey (same as pant fabric), 10 ounce tropical, 100% Dacron Polyester. Stripe is to be sewn into the trouser in such a manner as to show no top stitching except at pocket opening reinforcement. Stripe to be mounted to the front panel and incorporated with the front pocket construction.

Construction: All stress points are to be properly bar tacked and closing seams to have #40 Polyester cord reinforced thread for extra strength. Trousers must be properly shaped, the outseams and inseams to be pressed open flat. All edges will be finished smooth with fifteen (15) stitches per inch. There will be no raw edges inside or outside of the trouser. All trousers are to have approximately a 5" Polyester and Cotton crotch reinforcement sewn in, size may vary according on the trouser size. Front creases are to be permanently sewn in with a lock stitch.

ITEM 61 – LONG SLEEVE SHIRT – CLASS A Material: Burlington Mills Style #503816, Color #893E-00 Light Grey Heather. Shirt to be treated with 3M soil release to resist dulling and permanent press. All shirts shall be properly sized and delivered clean and well pressed. NO SUBSTITUTIONS WILL BE ACCEPTED.

Style: Regulation Police long sleeve shirt with shoulder straps and metal eyelet badge tab. Five permanently sewn-in military creases. Yoke to be center pointed (Western Style) for comfort and to be lined with 65% Polyester and 35% Cotton of coordinating color. Cut off back piece with lining is not acceptable. Seven button front with vertical button holes. Button holes are to be extra heavy 3 duty, approximately 50 stitches per inch. Center placket is to be approximately 1 /8" wide and to be lined with fusible pellon. All collars and cuffs are to be ¼" top stitched and all seams are to have no less than 10 stitches per inch. All parts of the shirt to be die cut and creased to insure uniformity of shape and size. Badge tab to be separate piece affixed to garment and lined with fusible pellon and two metal eyelets approximately 1" wide and 2" long and to be sewn all the way around. All seams to have reinforced tack stitching of no less than 3 stitches at the beginning and end of each seam. Lap seams (double needle) will not be acceptable. All shirts must have a concealed zipper front closure.

Collar: To be stand-up style with permanently fused, shrink proof, 100% Cotton interlining, extra heavy grade, to be ½" wide and approximately 3" long and made of Mylar. Collar stays to be lined with 65% Polyester, 35% Cotton. The collar stay is to go directly to the extreme point of the collar.

Sleeve: To have double reinforced elbows. Reinforcement to be one piece construction and to be double stitched at opening. Reinforcement to be approximately 6 ¾" at widest point and to vary depending on shirt size and is to be sewn into the inseam of the sleeve and into the cuff. Two button cuff to have permanently fused, shrink proof, 100% Cotton interlining, extra heavy grade. Cuffs to be squared off. Rounded cuff is not acceptable.

Pockets: Pockets to be pleated approximately 5 7/8" deep and 5 ¼" wide. Pockets to have eyelets to accept metal buttons with retaining pin. Pocket flaps are to be scalloped style with Velcro on each corner. Flaps are to have fused, shrink proof, 100% Cotton interlining, extra heavy grade. Left pocket only to have 1 ½" pencil division.

Page 40 of 66 SECTION III – CLASS A & B UNIFORMS FOR THE SHERIFF'S OFFICE (CONT’D)

ITEM 61 – LONG SLEEVE SHIRT – CLASS A (Cont’d) Shoulder Straps: Military style sewn into sleeve seams and cross-stitched. All shoulder straps are to have permanently fused, shrink proof, 100% Cotton interlining. button to be made removable via ¼" button hole to accept metal button and retaining pin. Shank of button and pin to be covered with approximately 7/8" wide and 1 ½" long piece of material the same as the collar band and yoke lining.

Buttons: Buttons to be 25 ligne, New Jersey State Seal on the pocket flaps and shoulder straps, which will fit into corresponding eyelets. Buttons will be gun-metal. Eyelets shall be covered inside with a hemmed piece of material to prevent irritation. Balance of buttons to be machine 24 Ligne Melamine.

Emblems: Patches to be supplied by the department and sewn on each sleeve by the vendor.

Construction: All shirts are to be custom made for each individual officer, and the to be produced and filed in a CAD (Computer Aided Design) computer system. All shirts are to have care labels permanently affixed with the department’s name, officer’s name, manufacturer’s name, size and also to have a tracking code that corresponds to order and invoice number. All shirts must have a concealed zipper front closure.

ITEM 62 – LONG SLEEVE SHIRT WITH OPEN STYLE COLLAR - CLASS A Material: Burlington Mills style#503816, color #893E-00 Light Grey Heather. Shirt to be treated with 3M soil release to resist dulling and permanent press. All shirts shall be properly sized and delivered clean and well pressed. NO SUBSTITIUTIONS WILL BE ACCEPTED.

Style: To meet same specifications as ITEM 61 except to have open style collar, and shirt front to have one piece facing, not a placket, to be lined with fusible pellon lining on button hole and button side to reinforce button hole and button firmness. All shirts must have a concealed zipper front closure.

Emblems: Patches to be supplied by the department and sewn on each sleeve by the vendor.

Construction: All shirts are to be custom made for each individual officer, and the pattern to be produced and filed in a CAD (Computer Aided Design) computer system. All shirts are to have care labels permanently affixed with the department’s name, officer’s name, manufacturer’s name, size and also to have a tracking code that corresponds to order and invoice number. All shirts must have a concealed zipper front closure.

ITEM 63 – SHORT SLEEVE SHIRT WITH OPEN STYLE COLLAR – CLASS A Material: Burlington Mills style#503816, color #893E-00 Light Grey Heather. Shirt to be treated with 3M soil release to resist dulling and permanent press. All shirts shall be properly sized and delivered clean and well pressed. NO SUBSTITIUTIONS WILL BE ACCEPTED.

Style: To meet same specifications as ITEM 61 except to have open style collar, half sleeves and shirt front to have one piece facing, not a placket, to be lined with fusible pellon lining on button hole and button side to reinforce button hole and button firmness. All shirts must have a concealed zipper front closure.

Page 41 of 66

SECTION III – CLASS A & B UNIFORMS FOR THE SHERIFF’S OFFICE (CONT’D)

ITEM 63 – SHORT SLEEVE SHIRT WITH OPEN STYLE COLLAR – CLASS A (Cont’d) Emblems: Patches to be supplied by the department and sewn on each sleeve by the vendor.

Construction: All shirts are to be custom made for each individual officer, and the pattern to be produced and filed in a CAD (Computer Aided Design) computer system. All shirts are to have care labels permanently affixed with the department’s name, officer’s name, manufacturer’s name, size and also to have a tracking code that corresponds to order and invoice number. All shirts must have a concealed zipper front closure.

ITEM 64 – DRESS BLOUSE Materials: Hamburger Woolen and Co., OR EQUAL, Color 606-Black, 45/55 Polyester/Wool Elastique, 16 ½ oz. per yard. London cold water shrunk.

Style: Four button front, no buttons on cuff, single breasted, notched style collar, cut snug at waist, flare in skirt (Sam Browne belt, OR EQUAL will be worn), double bi-swing back.

Collar: Notched Lapel style collar

Pockets: Blouse shall have two upper outside breast pockets with and scalloped flaps. The corners of the pockets shall be slightly rounded. The pleat in each pocket shall be 1 ½" wide. The blouse shall also have two lower rectangular flaps only, there shall be no actual pocket under the flap. The blouse shall also be constructed with two inside breast pockets. The pockets shall be 5 ¾" wide by 6" deep. Dimensions for breast and lower pockets shall be scaled in accordance with garment size and length. All four pockets will accommodate a removable 24-ligne State of New Jersey Button. There shall be a self goods badge holder sewn above the left breast pocket, 2" long and 1" wide, with two brass eyelets and sewn all the way around.

Back: Shall be constructed with a resilient true double bi-swing to facilitate movement. The opening of both the interior and exterior bi-swing shall start 1½" below epaulet seam and extend 1 ½" above waistband. There shall be the placement of a 1½" elastic strap inside the lining to provide a true bi- wing.

Vent: Center

Lining: Full lining of Polyester twill fabric, black in color. Front inner cloth shall be the best grade of nonwoven fusible pellon. There shall be no substitute for pellon. Chest and shoulder of coat to be padded with hymo haircloth and felt, to be sewn with two rows of blindstitch including one inch woven bridle tape. The back of the blouse is to be constructed with a bi-swing that is connected with a one-inch elastic strap.

Sleeve: The lining shall be the same as the body lining. ½" Heather grey serge sleeve stripe. An Ocean county Sheriff’s Office emblem shall be sewn on both sleeves 1” below shoulder seam by vendor. Emblems shall be supplied by the department. No buttons on cuff.

Epaulets: Shall be 2 ¼" wide at shoulder seam and tapered to 1 ½", and the point extending well under the collar. Each epaulet shall be box stitched and button near the collar with a 24 ligne State of New Jersey buttons. Page 42 of 66

SECTION III – CLASS A & B UNIFORMS FOR THE SHERIFF’S OFFICE (CONT’D)

ITEM 64 – DRESS BLOUSE (Cont’d) Seams: Outside body seams shall be plain. Shoulder seams shall be stayed around armhole with tape from back notch to front notch.

Outlets: Side seams – ¾" each side; ¾" in underseam. The turnup at the bottom of the cuff shall be no less than 2 ½". The turnup at the bottom of the coat shall be no less than 1 ¼".

Buttons: Front closure: four, 36 ligne, State of New Jersey buttons. Buttons will be gun-metal. Pockets flaps and epaulets: six 24 ligne, State of New Jersey buttons as manufactured by the Waterbury Button Company. All buttons shall be flat style.

Buttonholes: Shall be a cut first or after type, positioned ½" from edge of coat and finished with separate bar- tacks.

Belt Hooks: Front and Rear hooks.

Shoulder Pads: Shall be ½" thick, needle punch type with 100% Cotton padding fill.

Sewing Threads: All sewing threads shall be the best quality nylon, Cotton Polyester and blends of Polyester and Cotton as is applicable to specific seams. Manufacturer shall certify that the seams, sewing threads, tensile strength elongation and number of stitches per inch will withstand the stresses exerted in the performance of the normal duties of a law enforcement officer. Top & Edge Stitching: Uniform ¼" double stitching shall be used on all flaps, epaulets, upper pockets, lapel, belts and at of blouse.

Standards: Color fastness (carbon – arc type fadometer): To light: 20 hours, no appreciable change in shade of color.

To dry cleaning, perspiration and crocking: must meet commercially acceptable minimum standards according to the A.A.T.C.C. test methods (132-1976, 15-1976), class 4 transference of or alteration in color after dry cleaning; perspiration acid and alkaline; as well as wet and dry crocking tests. The residual sizing, finish, protein or other non-fibrous material, including chloroform soluble and water- soluble material, shall not exceed 2%. Fabric Abrasion: Must meet commercially acceptable ratings.

Quality: It will be the vendors responsibility to meet all requirements, specifications and standards. All blouses shall be properly sized and delivered clean and well pressed.

Labeling: All dress blouses are to be custom made for each individual officer and to have a care label permanently affixed.

Page 43 of 66

SECTION III – CLASS A & B UNIFORMS FOR THE SHERIFF’S OFFICE (CONT’D)

ITEM 65 – DRESS HAT Manufacturer: Hamburger Woolen #420, OR EQUAL

Material: 100% Dacron Polyester, 12 oz. Serge

Color: Black

Style: Pershing style with permanent sewn in wire. Hat band to be 2 ½" wide. Visor to be 1 5/8" long with sharp drop. Hat to have 25 ligne silver metal and black plastic chin strap across front. Cap to have extra saddle leather overhead strap and leather sweatband. New Jersey Seal gun-metal buttons.

ITEM 66– BLACK LEATHER SHOES Manufacturer: Rocky #511, OR EQUAL

Color: Black

Fabric: Leather

Style: Oxford

ITEM 67 – CLIP-ON NECK TIE Manufacturer: Samuel Broome Style #450115, OR EQUAL

Color: Black

Fabric: 75/25 Polyester/ Wool

Features: 3" Wide with button holes on the back side of the tie.

Size: Regular and Long

ITEM 68 – LEATHER BELT Manufacturer: Garrison #E04, OR EQUAL

Fabric: Full grain leather with a porvair finish to prevent scratches and abrasion, which is no less than 1/8” thick.

Buckle: Nickel color, square

Size: Finish width 1 ½", smooth edges

Color: Black

Page 44 of 66

SECTION IV – CLASS C, D & UNIFORMS FOR THE SHERIFF’S OFFICE, POLICE ACADEMY RECRUIT UNIFORMS AND ACCESSORIES

ITEM 69 – NAME PLATE Silver metal with black lettering, 2 ½" x ½" clutch back, First Initial and Last Name

ITEM 70 – TIE BAR Silver with black lettering "Ocean (NJ STATE SEAL) County"

ITEM 71 – FIELD JACKET WITH LINER Manufacturer: Rothco #8444, OR EQUAL

Style: M-65 BDU

Color: Black

Size: M-4XL

ITEM 72 – TACTICAL PANTS – CLASS D Manufacturer: Propper # F52525, OR EQUAL

Fabric: 65% polyester / 35% cotton ripstop

Pockets: 11

Features: Two (2) coin pockets, cell phone pocket big enough for most smart phones, wrinkle-resistant and fade-resistant, snap closure with french fly, stretch waistband expands for easy movement, D-ring for tools and keys, includes matching belt.

Color: Black

Sizes: All

ITEM 73 – BADGE CASE Material: Leather

Color: Black

Fit: Custom for Badge

ITEM 74 – WATCH CAP Manufacturer: Alan Sloan #6610, OR EQUAL

Fabric: Heavy Weight Acrylic Knit

Color: Black

Page 45 of 66

SECTION IV – CLASS C, D & UNIFORMS FOR THE SHERIFF’S OFFICE, POLICE ACADEMY RECRUIT UNIFORMS AND ACCESSORIES (Cont’d)

ITEM 75 – SHOULDER STRAP Manufacturer: Don Hume #S110BW, OR EQUAL

Color: Black

Design: Basket Weave

ITEM 76 – SLIDING "D" RINGS For attaching to gun belt, basket weave.

ITEM 77 – BDU PANT – CLASS C Manufacturer: Blauer 8810X, NO EXCEPTIONS

Fabric: 6.5 oz twill weave 65/35 washable cotton blend with 10% stretch

Features: Stretch waistband construction with silicone shirt grip, silicone crease retention process, front quarter pocket styling, double thigh pockets with SCOTCHLITE® striping under pocket flap and hidden cell phone pocket and equipment tunnels, heavy-duty nylon fly zipper with auto-lock slider, split-seam tailored construction, thigh let-outs accommodate athletic builds, extra-strength tandem- needle seat seam

Customization: 1.5" grey stripe (Color to match shirt fabric)

Standard Size: Men's regular length: even waist sizes 28-54, odd waist sizes 31-37 Women's regular length: even dress sizes 6-24

ITEM 78A – SHORT SLEEVE POLO SHIRT – CLASS D Manufacturer: Elbeco K5138 (Men’s) & K5178LC (Women’s), NO EXCEPTIONS

Fabric: 100% Polyester microfiber/knit

Weight: 7.25 oz. per square yard

Style: Xeede™ moisture transport system, no curl knit collar with collar stays, dual microphone shoulder pockets and center microphone loop, hidden pen pocket on sleeve for easy access, 4 way stretch, side panels, comfort cut to allow for wearing over body armor, machine washable, permanent antimicrobial technology, UV40+ protection

Color: Grey

Size: XS-4XL

Embroidery: Sheriff's logo on left chest – see attached diagram

Screenprint: Back to have reflective gray lettering to read: ‘OCEAN COUNTY’ (1st line, approx: 1 ½” H) and ‘SHERIFF’ (2nd line, approx: 3” H) – see attached diagram Page 46 of 66

SECTION IV – CLASS C, D & UNIFORMS FOR THE SHERIFF’S OFFICE, POLICE ACADEMY RECRUIT UNIFORMS AND ACCESSORIES (CONT’D)

ITEM 78B – SHORT SLEEVE POLO SHIRT – CLASS D Same specifications as ITEM 78A except:

Manufacturer: Elbeco K5135 (Men’s), NO EXCEPTIONS

Color: Red

ITEM 79A – LONG SLEEVE POLO SHIRT – CLASS D Same specifications as ITEM 78A except long sleeve version as follows:

Manufacturer: Elbeco K5148 (Men’s) & K5188LC (Women’s), NO EXCEPTIONS

ITEM 79B – LONG SLEEVE POLO SHIRT – CLASS D Same specifications as ITEM 79A except:

Manufacturer: Elbeco K5145 (Men’s), NO EXCEPTIONS

Color: Red

ITEM 80 – TURTLENECK Manufacturer: Gulford Mills, Style #9002, OR EQUAL

Color: Black

Fabric: The turtleneck shirt shall be made throughout the body and collar, from a 4-way stretch (90% Cotton/10% Lycra) 28 cut jersey knit fabric made from 30/1 combed ring spun Cotton and 70/1 Spandex Lycra. The fabric shall be dyed with reactive dyes for maximum color retention.

Weight: 6.25-6.75 oz. Per square yard

Shrinkage: Warp: 5% (max.) Filling: 5% (max.)

Wales per Inch: 37

Courses per Inch: 52

Tape Reinforcement: 100% Polyester woven tape, 0.25 inches wide. 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.

Thread: 100% Polyester size #70

Page 47 of 66

SECTION IV – CLASS C, D & UNIFORMS FOR THE SHERIFF’S OFFICE, POLICE ACADEMY RECRUIT UNIFORMS AND ACCESSORIES (CONT’D)

ITEM 80 – TURTLENECK(Cont’d) General Design: The turtleneck shirt shall be a close-fitting pullover style with set in shoulders and attached turtleneck collar and cuffs using one ply of the specified stretch fabric for the body and sleeves with two plies of the specified 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 longer than the front at the center by two and a half inches.

Manufacturer: Gulford Mills, Style Seam

Construction: All turtleneck joining seams shall be stitched using an over-lock machine. All seams shall be straight and clean with thread ends trimmed.

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

Size: Size availability will be Small, Medium, Large, X-Large, XX-Large and XXX-Large to fit both male and female officers 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. Testing of Samples: Samples submitted by bidder will be compared for materials, trim and construction with the standard sample on file with the department. Any sample by a bidder may be subject to test or tests by any testing laboratory that the County may select. All costs in connection with any such tests shall be paid for by the bidder.

Customization: ¾" block letter "SHERIFF" embroidered on neck in gold #9001 thread.

ITEM 81A – MEN’S BLAZER, AS SPECIFIED OR EQUAL

Fabric: Ultralux 100% Polyester

Features: Single Breasted, Lower Patch Pockets with Flaps, Top Welt, 3 Inside Pockets, Simulated Brass Buttons, must have left breast pocket to slide plastic badge case into (plastic badge case, approx. size: 3 ¼” x 2 ¾”), Washable

Color: Black

Size: S-XXL

Page 48 of 66

SECTION IV – CLASS C, D & UNIFORMS FOR THE SHERIFF’S OFFICE, POLICE ACADEMY RECRUIT UNIFORMS AND ACCESSORIES (CONT’D)

ITEM 81B – WOMEN’S BLAZER, AS SPECIFIED OR EQUAL

Fabric: EasyWear 70% Dacron / 30% Wool

Features: Single Breasted, Cropped, Single Vent, Lower Besom Pocket, Button, must have left breast pocket to slide plastic badge case into (plastic badge case, approx. size: 3 ¼” x 2 ¾”)

Color: Black

Size: XS-XXL

ITEM 82 – WINTER COAT, UNISEX Manufacturer: Blauer #9820-60, NO EXCEPTIONS

Color: Black

Features: Softshell liner, waterproof, windproof, breathable B.DRY® 3-layer Nylon rip stop shell fabric with stretch 3M™ Scotchlite™ deploys from cuffs and behind collar, double entry lower pockets with flaps, drop shoulder design and articulated elbows for unrestricted movement, zippered side openings for weapon or equipment access, zippered opening on biceps area for attachment of emblems and two (2) additional pockets, badge tab and microphone tab, elasticized sleeve cuffs and waistband (rear), Taser® Axon™ integration system with security pocket under front storm flap zipper, removable waterproof hood to store in collar, pull down panels to deploy from front and rear yokes, 27” back length, and factory sealed seams.

Embroidery: Front left breast pullout flap: Sheriff’s 5 point star badge (Approx. Size: 2 ¾”H x 2 ¾”W, Approx Stitch Count: 10,235, 6 Colors by Gunold thread: Cloud, Scholastic, Red, Navy, White, Baby Blue) – see attached diagram. Badge color shall be silver & blue for officers or gold & blue for supervisors - rank above star to read ‘SHERIFF’S OFFICER, SARGEANT, LIEUTENANT, CAPTAIN, CHIEF, UNDERSHERIFF, or SHERIFF’

Screenprint: Front Panel over right breast to read ‘SHERIFF’ in gold lettering (approx. 1 ¼”H), Back to be lettered in gold with ‘OCEAN COUNTY’ (1st line, approx. 1 ½”H) and ‘SHERIFF’ (2nd line, approx. 3”H)

Emblems: Department shall supply patches for both sleeves

Size: XS-6XL

ITEM 83 - RAIN PANTS, UNISEX Manufacturer: Blauer #9134, NO EXCEPTIONS

Fabric: 3 layer Gore-Tex, 100% textured Polyester, non-woven, 2.5-3 oz.

Page 49 of 66

SECTION IV – CLASS C, D & UNIFORMS FOR THE SHERIFF’S OFFICE, POLICE ACADEMY RECRUIT UNIFORMS AND ACCESSORIES (CONT’D)

ITEM 83 - RAIN PANTS, UNISEX (Cont’d) Features: Waterproof breathable membrane laminated between 2.18 oz. per square yard, 70 denier plain weave face fabric, 32 gauge, 2-bar knit Polyester tricot backing, dry cleanable and washable waterproof material with high moisture vapor transmission.

Trim: Seam Tape: 3 layer Gore-Seam tape 1” wide waterproof compatible with Fore-Tex membrane Snaps: 20 ligne non-rusting heavy duty closure; gunmetal finish with black nylon caps Elastic: 1 ½”

Thread: All thread to be polyester wrapped on monofilament polyester. Color to match.

General Design: Waterproof, fully cut, well-balanced, one-piece leg, pull on design wit side openings for access to pockets

Waistband: Front and back shall be integral to the shell of the pant. Back waistband shall have the specified elastic sewn with two (2) rows of stitching 1 ¼” apart centered on the waistband. Side Openings: Side opening welts into side seams on back pant panel for access to trouser pockets. Welts shall be 8” Long by 1 ¼” Wide. Side openings shall have a single needle top stitch row at the edge. A female snap with cap should be attached at the back of the waistband for adjustment. Box stitch at the bottom of opening measuring 1 ⅛” Wide by ½” High.

Seams: Pants inseams and rises shall be 3/16” gauge, double needle chain stitch, lap seam felled construction. All seams shall be 8 stitches per inch minimum to 12 stitches per inch maximum. Seams shall be free from puckering, pleats, runoffs and raw edges.

Color: Black (11)

Size: XS-4XL (Short, Regular, Tall)

ITEM 84 – LONG SLEEVE KHAKI TWILL SHIRT Manufacturer: VF-ST5CK, OR EQUAL

Fabric: 65/35 Polyester/Cotton twill

Features: Shirt must have sewn in military creases, 3 on back and 2 on front.

Emblems: The Ocean County Police Academy patch must be sewn on left pocket and the Ocean County Sheriff’s Office patch must be sewn on right sleeve by the vendor.

Tailoring: Shirts must be tapered to fit the individual.

Page 50 of 66

SECTION IV – CLASS C, D & UNIFORMS FOR THE SHERIFF’S OFFICE, POLICE ACADEMY RECRUIT UNIFORMS AND ACCESSORIES (CONT’D)

ITEM 85 – KHAKI TWILL TROUSERS Manufacturer: VF-PT62KH, OR EQUAL

Fabric: Polyester/Cotton twill

Features: Trousers must have sewn in crease on the front of each leg.

Tailoring: Trousers must be fitted to the individual.

ITEM 86– COLD GEAR MEN’S & LADIES LEGGINGS, AS SPECIFIED, OR EQUAL Men’s Size: S-3XL

Ladies Size: S–XL

Colors: Black, Blue, White

ITEM 87 – COLD GEAR MEN’S & LADIES CREW NECK SHIRT, AS SPECIFIED OR EQUAL Description: Double sided fabric that wicks moisture from skin.

Size: Men’s: S–3XL Ladies: S-XL

Colors : Black, Blue, White

ITEM 88 – CREW NECK T-SHIRT Manufacturer: Hanes #5180W, OR EQUAL

Fabric: 100% Cotton

Color: White

ITEM 89 – GYM SHORTS Manufacturer: Augusta #990, OR EQUAL

Fabric: 100% Cotton with Elastic Waist

Color: White

ITEM 90 – BASEBALL CAP Manufacturer: Sonette Corp #6677, OR EQUAL

Features: Flex-Fit

Color: Black

Page 51 of 66

SECTION IV – CLASS C, D & UNIFORMS FOR THE SHERIFF’S OFFICE, POLICE ACADEMY RECRUIT UNIFORMS AND ACCESSORIES (CONT’D)

ITEM 91 – LONG SLEEVE CREW NECK SWEAT SHIRT Manufacturer: Jerzees #973M, OR EQUAL

Fabric: 50/50 Polyester/Cotton

Color: Navy

ITEM 92 – SWEAT PANTS Manufacturer: Jerzees #562M, OR EQUAL

Fabric: 50/50 Polyester/Cotton

Features: Drawstring Waist

Color: Navy

ITEM 93 – MEN’S COTTON PIQUE SPORT SHIRT Manufacturer: Outerbanks 2100, OR EQUAL

Fabric: 100% Cotton, 6.5oz.

Color: White, Black

Style: Contoured welt collar and welt cuffs, pearlized buttons, two button clean finished placket, double- needle stitched hemmed bottom.

Sizes: S–2XL

Embroidery: Sheriff's logo – see attached diagram

ITEM 94 – LONG SLEEVE BDU SHIRT – CLASS C Manufacturer: Blauer 8703X, NO EXCEPTIONS

Color: Grey (12) with Name Strip

Name Strip: 1 1/8" wide, same gray fabric as shirt, stitched on, black letters, letter size ¾" (may vary due to name size or length) First Initial, Last Name.

Fabric: 11 oz. twill weave washable cotton blend fabric with 10% stretch and liquid repellent finish

Features: Pleated pockets with scallop flaps, pencil slot left, and hook-and-loop closure, convertible sport collar, traditional 5-crease military style (stitched), 2-button adjustable cuffs, epaulets, badge eyelets with internal support strap, extra-long shirt tails

Page 52 of 66

SECTION IV – CLASS C, D & UNIFORMS FOR THE SHERIFF’S OFFICE, POLICE ACADEMY RECRUIT UNIFORMS AND ACCESSORIES (CONT’D)

ITEM 94 – LONG SLEEVE BDU SHIRT – CLASS C (Cont’d) Size: Men’s: Body Length Regular: Sleeve Length: Short (31-32) Sizes S – XL Body Length Regular: Sleeve Length: Regular (32.5-33.5) Sizes S –XXXL Body Length Regular: Sleeve Length: Regular (34-35) Sizes M-XXXL Body Length Tall: Sleeve Length: Xlong (35.5-36.5) Sizes L-XXXL

Women’s: Regular length: Sizes XS – XXL

Embroidery: Oval Sheriff’s badge over left breast pocket – (Approx. Size: 3”H x 2 ⅛”W, Approx. Stitch Count: 16,865, 7 Colors by Gunold thread: Cloud, Scholastic, Red, Navy, White, Coco, Black) – see attached diagram. Color shall be silver & blue for officers or gold & blue for supervisors - rank above star to read ‘SHERIFF’S OFFICER, SARGEANT, LIEUTENANT, CAPTAIN, CHIEF, UNDERSHERIFF, or SHERIFF’

ITEM 95 – SHORT SLEEVE BDU SHIRT – CLASS C Same specifications as ITEM 94 except short sleeve and:

Manufacturer: Blauer 8713X, NO EXCEPTIONS

ITEM 96 – TACTICAL BOOTS Manufacturer: H.R.T. Desert Boot #11004, OR EQUAL

Fabric: Suede and Nylon

Features: Lined with Coolmax® vent holes on instep and oil, slip and conduct resistant outsole, 5.11’s Shock Mitigation System and Tactical Sticky rubber toe.

ITEM 97 – PANTS Manufacturer: Red Kap #PT62KH, (NO EXCEPTIONS)

Style: Bigben, 4 pocket, zipper

Fabric: Twill

Color: Khaki

Size: S – XXL

ITEM 98 – PANTS, BDU, RIP-STOP Manufacturer: Tru-Spec #1580, (NO EXCEPTIONS)

Fabric: 65% polyester / 35% cotton

Color: Black

Size: S – XXL Page 53 of 66

SECTION IV – CLASS C, D & UNIFORMS FOR THE SHERIFF’S OFFICE, POLICE ACADEMY RECRUIT UNIFORMS AND ACCESSORIES (CONT’D)

ITEM 99 – SWEATER, CREW NECK Manufacturer: Tact Squad #2004B

Style: Military style with epaulets (NO EXCEPTIONS)

Fabric: 100% Wool

Color: Black

Size: M – XXL

ITEM 100 – DUTY BELT Manufacturer: DeSantis #M20, (NO EXCEPTIONS)

Fabric: Ballistic Nylon

Size: S – XXL

ITEM 101 – GARRISON BELT Manufacturer: DeSantis B18, (NO EXCEPTIONS)

Size: S – XXL

ITEM 102 – CAP Manufacturer: Rothco #8492, OR EQUAL

Fabric: 100% Acrylic knit cap

Size: One size fits all

ITEM 103 – SHOES, MALE AND FEMALE Manufacturer: Rocky #511, (NO EXCEPTIONS)

Style: Black grain leather, Oxford

Size: All

Width: All

ITEM 104– BOOTS, MALE AND FEMALE Manufacturer: Rocky #2090, (NO EXCEPTIONS) Women's Boots # 511-12007 Men's Boots #511-12004

Style: 10" zipper paraboot, non-insulated, lug sole, black full grain leather

Page 54 of 66 SECTION IV – CLASS C, D & UNIFORMS FOR THE SHERIFF’S OFFICE, POLICE ACADEMY RECRUIT UNIFORMS AND ACCESSORIES (CONT’D)

ITEM 104– BOOTS, MALE AND FEMALE (Cont’d) Size: All

Width: All

ITEM 105 – SOCKS Manufacturer: Wigwam #S1233, (NO EXCEPTIONS)

Style: Crew length, 2/pack

Size: S – XL

Page 55 of 66

OFFICE OF THE FIRE MARSHAL

ITEM #: 42 45

ITEM #: 47 48 52B 53B 54

ITEM #: 52A 53A

Page 56 of 66

SHERIFF’S OFFICE

ITEM #: 78A 78B 79A 79B

FRONT EMBROIDERY:

REAR IMPRINT:

ITEM #: 82

FRONT EMBROIDERY:

Page 57 of 66 SHERIFF’S OFFICE (Cont’d)

ITEM #: 93

FRONT EMBROIDERY:

ITEM #: 94 95

FRONT EMBROIDERY:

Page 58 of 66 Proposal for the furnishing and delivery of UNIFORMS FOR THE CORRECTIONS AND THE SHERIFF'S DEPARTMENTS for the County of Ocean. VENDOR WILL EXTEND CONTRACT PRICES TO "COUNTY COOPERATIVE CONTRACT PURCHASING SYSTEM" PARTICIPANTS. ( ) - YES ( ) - NO PRICE SCHEDULE Est. Unit of Item # Description Manufacturer Style or Item # Qty. Meas. Unit Price Total Price SECTION I - UNIFORMS FOR THE DEPARTMENT OF CORRECTIONS

1 Trousers - Class A As Specified, or Equal 50 EA $ $ 2 Long Sleeve Shirt - Class A As Specified, or Equal 50 EA $ $ 3 Short Sleeve Shirt - Class B As Specified, or Equal 50 EA $ $ 4 Collar Insignia As Specified, or Equal 100 EA $ $ 5 3 Season Jacket As Specified, or Equal 50 EA $ $ 6 Field Jacket with Liner, M-65 BDU Style As Specified, or Equal 50 EA $ $ 7 BDU Trousers - Class C As Specified, or Equal 150 EA $ $ 8 Short Sleeve BDU Shirt - Class C As Specified, or Equal 100 EA $ $ 9 Raincoat As Specified, or Equal 50 EA $ $ 10 Sentry R-801 Pershing Uniform Cap As Specified, or Equal 50 EA $ $ 11 Plastic Hat Cover for Sentry R-801 Pershing Uniform Cap As Specified, or Equal 50 EA $ $ Page 59 of 66 Est. Unit of Item # Description Manufacturer Style or Item # Qty. Meas. Unit Price Total Price 12 Long Sleeve Khaki Twill Shirt As Specified, or Equal 150 EA $ $ 13 Khaki Twill Trousers As Specified, or Equal 150 EA $ $ 14 Watch Cap As Specified, or Equal 50 EA $ $ 15A Clip-On Neck Tie As Specified, or Equal 50 EA $ $ 15B Clip-On Neck Tie As Specified, or Equal 50 EA $ $ 16 Name Tag As Specified, or Equal 50 EA $ $ 17 Tie Bar As Specified, or Equal 50 EA $ $ 18 Leather Belt As Specified, or Equal 50 EA $ $ 19A Crew Neck T-Shirt As Specified, or Equal 150 EA $ $ 19B Crew Neck T-Shirt As Specified, or Equal 150 EA $ $ 20A Gym Shorts As Specified, or Equal 150 EA $ $ 20B Gym Shorts As Specified, or Equal 150 EA $ $ 21 Baseball Cap As Specified, or Equal 50 EA $ $ 22A Long Sleeve Crew Neck Sweat Shirt As Specified, or Equal 150 EA $ $ 22B Long Sleeve Crew Neck Sweat Shirt As Specified, or Equal 150 EA $ $ 23A Sweat Pants As Specified, or Equal 150 EA $ $ Page 60 of 66 Est. Unit of Item # Description Manufacturer Style or Item # Qty. Meas. Unit Price Total Price 23B Sweat Pants As Specified, or Equal 150 EA $ $

SECTION I - LUMP SUM TOTAL (Add Items 1-23B): $

Delivery A.R.O.:

SECTION II - UNIFORMS FOR THE OFFICE OF THE FIRE MARSHAL 24 Trousers - Class A As Specified, or Equal 24 EA $ $ 25A Long Sleeve Shirt - Class A As Specified, NO EXCEPTIONS 24 EA $ $ 25B Option for Item #25A As Specified, NO EXCEPTIONS 60 EA $ $ 26A Short Sleeve Shirt - Class A As Specified, NO EXCEPTIONS 24 EA $ $ 26B Option for Item #26A As Specified, NO EXCEPTIONS 60 EA $ $ 27 Hat - Members As Specified, or Equal 4 EA $ $ 28 Sweater As Specified, or Equal 54 EA $ $ 29 Duty Belt As Specified, or Equal 12 EA $ $ 30 Clip On Uniform Tie As Specified, or Equal 18 EA $ $ 31 Gloves, Leather, Unlined As Specified, or Equal 6 PR $ $ 32 Gloves As Specified, or Equal 56 EA $ $ 33 Double Pin Clutch Back Name Tag As Specified, or Equal 74 EA $ $ Page 61 of 66 Est. Unit of Item # Description Manufacturer Style or Item # Qty. Meas. Unit Price Total Price 34 Badge Case As Specified, or Equal 12 EA $ $ 35 Coat As Specified, or Equal 12 EA $ $ 36 Waterproof Coat As Specified, NO EXCEPTIONS 12 EA $ $ 37 Boots As Specified, or Equal 24 PR $ $ 38 Boots As Specified, or Equal 4 PR $ $ 39 Boots As Specified, or Equal 4 PR $ $ 40 Tactical Boots As Specified, or Equal 24 PR $ $ 41 Tactical Belt As Specified, or Equal 12 EA $ $ 42 3 in 1 Parka As Specified, NO EXCEPTIONS 6 EA $ $ 43 Field Jacket with Liner As Specified, or Equal 12 EA $ $ 44 High Visibility Parka As Specified, or Equal 12 PR $ $ 45 Light Weight Jacket As Specified, NO EXCEPTIONS 12 EA $ $ 46 Mid Weight Jacket As Specified, NO EXCEPTIONS 12 EA $ $ 47 Short Sleeve Polo Shirt - Class D As Specified, NO EXCEPTIONS 60 EA $ $ 48 Long Sleeve Polo Shirt - Class D As Specified, NO EXCEPTIONS 60 EA $ $ 49 Men's Waterproof Pants As Specified, NO EXCEPTIONS 4 EA $ $ Page 62 of 66 Est. Unit of Item # Description Manufacturer Style or Item # Qty. Meas. Unit Price Total Price 50 Twill PDU Pant - Class A As Specified, NO EXCEPTIONS 60 PR $ $ 51 TDU Tactical Duty Uniform Pants As Specified, NO EXCEPTIONS 36 PR $ $ 52A Sweatshirt, Crew Neck, 12 oz. As Specified, NO EXCEPTIONS 24 EA $ $ 52B Sweatshirt, Crew Neck, 12 oz. As Specified, NO EXCEPTIONS 24 EA $ $ 53A Sweatshirt, Hooded, 13 oz. As Specified, NO EXCEPTIONS 24 EA $ $ 53B Sweatshirt, Hooded, 13 oz. As Specified, NO EXCEPTIONS 24 EA $ $ 54 Heavy Weight T-Shirt As Specified, or Equal 36 EA $ $ 55 Mock Turtleneck As Specified, or Equal 18 EA $ $ 56 Turtleneck As Specified, or Equal 24 EA $ $ 57 Leather Belt As Specified, or Equal 12 EA $ $ 58 Cold Gear Men's & Ladies Crew Neck Shirt As Specified, or Equal 48 EA $ $ 59 Cold Gear Men's & Ladies Leggings, As Specified, Or Equal 24 EA $ $

SECTION II - LUMP SUM TOTAL (Add Items 24-59): $

Delivery A.R.O.:

Page 63 of 66 Est. Unit of Item # Description Manufacturer Style or Item # Qty. Meas. Unit Price Total Price SECTION III - CLASS A & B UNIFORMS FOR THE SHERIFF'S OFFICE 60 Trousers, Polyester/Wool, As Specified, or Equal 40 EA $ $ 61 Long Sleeve Shirt - Class A As Specified, NO EXCEPTIONS 40 EA $ $ 62 Long Sleeve Shirt with Open Style Collar - Class A As Specified, NO EXCEPTIONS 150 EA $ $ 63 Short Sleeve Shirt with Open Style Collar - Class A As Specified, NO EXCEPTIONS 150 EA $ $ 64 Dress Blouse As Specified, or Equal 15 EA $ $ 65 Dress Hat As Specified, or Equal 15 EA $ $ 66 Black Leather Shoes As Specified, or Equal 40 PR $ $ 67 Clip-On Neck Tie, As Specified, Or Equal 30 EA $ $ 68 Leather Belt As Specified, or Equal 40 EA $ $

SECTION III - LUMP SUM TOTAL (Add Items 60-68): $

Delivery A.R.O.:

SECTION IV - CLASS C, D & UNIFORMS FOR THE SHERIFF'S OFFICE, POLICE ACADEMY RECRUIT UNIFORMS AND ACCESSORIES 69 Name Plate As Specified, or Equal 20 EA $ $ 70 Tie Bar As Specified, or Equal 20 EA $ $ Page 64 of 66 Est. Unit of Item # Description Manufacturer Style or Item # Qty. Meas. Unit Price Total Price 71 Field Jacket with Liner As Specified, or Equal 30 EA $ $ 72 Tactical Pants - Class D As Specified, or Equal 50 EA $ $ 73 Badge Case As Specified, or Equal 20 EA $ $ 74 Watch Cap As Specified, or Equal 40 EA $ $ 75 Shoulder Strap As Specified, or Equal 40 EA $ $ 76 Sliding "D" Rings As Specified, or Equal 40 EA $ $ 77 BDU Pant - Class C As Specified, NO EXCEPTIONS 40 EA $ $ 78A Short Sleeve Polo Shirt - Class D As Specified, NO EXCEPTIONS 50 EA $ $ 78B Short Sleeve Polo Shirt - Class D As Specified, NO EXCEPTIONS 50 EA $ $ 79A Long Sleeve Polo Shirt - Class D As Specified, NO EXCEPTIONS 50 EA $ $ 79B Long Sleeve Polo Shirt - Class D As Specified, NO EXCEPTIONS 50 EA $ $ 80 Turtleneck As Specified, Or Equal 10 EA $ $ 81A Men's Blazer As Specified, or Equal 50 EA $ $ 81B Women's Blazer As Specified, or Equal 50 EA $ $ 82 Winter Coat, Unisex As Specified, NO EXCEPTIONS 40 EA $ $ 83 Rain Pants, Unisex As Specified, NO EXCEPTIONS 40 EA $ $ Page 65 of 66 Est. Unit of Item # Description Manufacturer Style or Item # Qty. Meas. Unit Price Total Price 84 Long Sleeve Khaki Twill Shirt As Specified, or Equal 40 EA $ $ 85 Khaki Twill Trousers As Specified, or Equal 40 EA $ $ 86 Cold Gear Men's & Ladies Leggings As Specified, or Equal 50 EA $ $ 87 Cold Gear Men's & Ladies Crew Neck Shirt, As Specified, or Equal 50 EA $ $ 88 Crew Neck T-Shirt As Specified, or Equal 40 EA $ $ 89 Gym Shorts As Specified, or Equal 40 EA $ $ 90 Baseball Cap As Specified, or Equal 100 EA $ $ 91 Long Sleeve Crew Neck Sweat Shirt As Specified, or Equal 40 EA $ $ 92 Sweat Pants As Specified, or Equal 40 EA $ $ 93 Men's Cotton Pique Sport Shirt As Specified, or Equal 30 EA $ $ 94 Long Sleeve BDU Shirt - Class C As Specified, NO EXCEPTIONS 40 EA $ $ 95 Short Sleeve BDU Shirt – Class C As Specified, NO EXCEPTIONS 40 EA $ $ 96 Tactical Boots As Specified, or Equal 12 EA $ $ 97 Pants As Specified, NO EXCEPTIONS 20 EA $ $ 98 Pants, BDU, Rip-Stop As Specified, NO EXCEPTIONS 20 EA $ $ 99 Sweater, Crew Neck As Specified, NO EXCEPTIONS 20 EA $ $ Page 66 of 66 Est. Unit of Item # Description Manufacturer Style or Item # Qty. Meas. Unit Price Total Price 100 Duty Belt As Specified, NO EXCEPTIONS 6 EA $ $ 101 Garrison Belt As Specified, NO EXCEPTIONS 20 EA $ $ 102 Cap As Specified, or Equal 20 EA $ $ 103 Shoes, Male and Female As Specified, NO EXCEPTIONS 20 PR $ $ 104 Boots, Male and Female As Specified, NO EXCEPTIONS 20 PACK $ $ 105 Socks As Specified, NO EXCEPTIONS

SECTION IV - LUMP SUM TOTAL (Add Items 69-105): $

Delivery A.R.O.: