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

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

Purchasing Agent

NOTICE TO BIDDERS #2 SOCCP

The County of Somerset is conducting a voluntary Co-operative Pricing System #2 SOCCP. Sealed bids which will be received by the Purchasing Agent acting as Lead Agent on behalf of each participating contracting unit, on April 11, 2014 at 2:30pm. prevailing time in the Purchasing Division, County Administration Building, 20 Grove St., Somerville, NJ 08876 at which time and place bids will be opened and read in public for:

Uniforms, Various County Departments Contract# CC-0004-14

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

We store all responses electronically; therefore submit all pages of the response on a CD in addition to the printed copies.

* All Bid Addenda will be issued on the website. Therefore, all interested respondents should check the website from now through bid opening. It is the sole responsibility of the respondent to be knowledgeable of all addenda related to this procurement.

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

Karen L. McGee, QPA Purchasing Agent

NOTICE- RESULTS OF ALL BIDS ARE POSTED ON THE COUNTY WEB SITE.

1

CO-OPERATIVE PRICING CONDITIONS

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

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

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

OTHER AGENCY REQUIREMENTS

The undersigned is further: (CHECK ONLY ONE BOX)

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

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

2

Contact: Twp/Boro Street Address: City, State, Zip Phone / Fax No Ann Marie Tracy, Clerk Allamuchy Twp PO Box A Allamuchy, NJ 07820 908-852-5132 x110

Kathy Arrington, Budget & Purch Atlantic County 1333 Atlantic Ave., 6th Fl Atlantic City, NJ 08401 609-343-2268 Fax: 343-2193

Amy Dellabella, Purchasing Agent Bayonne, City of 630 Avenue C, Room #23 Bayonne, NJ 07002 201-858-6090 Fax: 858-2600

Karen Bishop, Bd Clerk Bedminster, Bd of Ed 234 Somerville Rd Bedminster, NJ 07921 908-234-1487 x206 Fax: 234-2318

Susan Stanbury, Administrator Bedminster, Twp of 130 Hillside Ave, Municipal Bldg Bedminster, NJ 07921 234-0333 Fax: 234-1640

* John Manz, PW Supervisor Bedminster, Twp of 130 Hillside Ave, Municipal Bldg Bedminster, NJ 07921 234-0333 Fax: 234-9732

Patricia Zwirz, Purchasing Agent Belmar, Boro of 601 Main St Belmar, NJ 07719 732-681-3700x231 Fax: 681-3434

Christine Healey, QPA Bergen County One Bergen Co Plaza Rm 331 Hackensack, NJ 07601 201-336-7111 Fax: 336-7105

Gerald Reiner Jr, Purch Specialist Bergen County Housing Author One Bergen County Plaza, 2nd Fl Hackensack, NJ 07601 201-336-7627 Fax: 336-7625

Annemarie Werthmann, PA Berkeley, Twp of PO Box B Bayville, NJ 08721 732-244-7400x203

Nick Markarian, SBA Bernards Twp Public Sch 101 Peachtreet Rd Basking Ridge, NJ 07920 204-2600 x106 Fax: 766-7641

*Francis Decibus, Purchasing Agent Bernards, Twp of 1 Collyer La Basking Ridge, NJ 07920 204-3065 Fax: 766-5762

*Francis Decibus, Bernards Twp, PA Bernards, Twp Sewer Authority 1 Collyer La Basking Ridge, NJ 07920 766-1941 Fax: 766-1941

*Jenny Lin, Purchasing Bernardsville, Boro of PO Box 158-Municipal Bldg Bernardsville, NJ 07924-0158 766-3000 x118 Fax: 766-2401

Catherine Adam, Dir Bethlehem, Twp of 405 Mine Rd Asbury, NJ 08802 908-735-4107x105 Fax: 735-0485

Barbara Emery, CFO Blairstown, Twp of PO Box 370 Blairstown, NJ 07825 362-6663x227 Fax: 362-9635

Sherry Gallagher, Treasurer Bloomingdale, Boro of 101 Hamburg Turnpike Bloomingdale, NJ 07403 973-838-0778 x245

Len Nicolosi, Administrator Bogota, Borough of 375 Larch Ave Bogota, NJ 07603 201-342-1736 x267 Fax: 342-0574

John Kennedy, Admin Bound Brook, Borough of 230 Hamilton St, Mun Bldg Bound Brook, NJ 08805-2017 732-356-0833 Fax: 356-8990

Katie Attwood, Interim BA/BS Branchburg Twp Bd of Ed 240 Baird Rd Branchburg, NJ 08876 908-722-3335 Fax: 526-6144

John Gregory Branchburg, Twp of 1077 Hwy 202 N. Branchburg, NJ 08876 526-1300 x101 Fax: 927-0707

Rose Witt, QPA, Purchasing Bridgewater, Twp of 100 Commons Way Bridgewater, NJ 08807 725-6300 x 272 Fax: 725-3365

Kathy Gacos, Purchasing Coord Bridgewater-Raritan Reg Sch 836 Newmans La Bridgewater, NJ 08807 908-685-2777x220 Fax: 231-8496

Chic Raimondi, Dir Mater & Printing Brookdale Community College 765 Newman Springs Rd Lincroft, NJ 07738 732-224-2239 Fax: 224-2950

Joseph Sabatini, Interim Twp Mgr Byram Twp 10 Mansfield Dr Stanhope, NJ 07874 973-347-2500x134 Fax: 347-6446

Anna Marie Wright, QPA Camden County 520 Market St, 17th Fl Cthouse Camden, NJ 08102-1375 856-225-5439 Fax: 856-225-5444

John Pacelli, Dir P.W. Chatham Twp 405 Southern Blvd Chatham, NJ 07928 973-377-5114 Fax: 973-377-5082

3 Ann Mandel, Purchasing Agent Chatham, Boro of 54 Fairmont Ave Chatham, NJ 07928 973-635-0674 x105 Fax: 635-2417

John Cataldo, Supv Bldgs & Gr Chathams, School District of 54 Fairmount Ave Chatham, NJ 07928 973-635-9390 Fax: 973-635-4413

Vidya Nayak, CFO Chester, Boro of 300 Main St Chester, NJ 07930 879-5361x3009 Fax: 879-5812

Carol Isemann, Deputy Clerk Chester, Twp of 1 Parker Rd Chester, NJ 07930 879-5100 x812 Fax: 879-8281

John Laezza, Business Admin Clark, Twp of 430 Westfield Ave Clark, NJ 07066 732-388-3600 Fax: 388-3839

Robyn Esposito, RPPS, Purchasing Clifton, City of 900 Clifton Ave Clifton, NJ 07013 973-470-5754 Fax: 470-9456

Kathy Olsen, CFO-Tax Collector Clinton, Town of PO Bx 5194, 43 Leigh St Clinton, NJ 08809 908-735-2275 Fax: 735-6206

Acting Administrator Cranford, Twp of 8 Springfield Ave Cranford, NJ 07016 709-7200 Fax: 276-7664

Ken McCouch, QPA Cumberland County 790 E Commerce St, Rm 111 Bridgeton, NJ 08302 856-453-2132 Fax: 856-451-0967

Daria Wasserbach, RSBA Delaware Valley Reg HS 19 Senator Stout Rd Frenchtown, NJ 08825 908-996-2727 Fax: 996-4527

Darlene Price, Purchasing Agent Denville, Twp of 1 St Mary's Place Denville, NJ 07834 973-625-8300 x296 Fax: 627-7260

Scott Olsen, MFO Dunellen, Boro of 355 North Ave Dunellen, NJ 08812 732-968-3033 Fax: 732-968-8605

Teresa Stahl, Municipal Clerk East Amwell Twp 1070 Rt 202/31 Ringoes, NJ 08551-1051 782-8536 x19 Fax: 782-1967

Daniel Losik, Assist Dir Parks & PW East Brunswick, Twp of 4 Harts La East Brunswick, NJ 08816 732-390-6884 Fax: 390-6808

Kenneth Huelbig, CFO East Hanover, Twp of 411 Ridgedale Ave E Hanover, NJ 07936 973-428-3004 Fax: 887-7210

Frank Cannella, Jr, Dir DPW Eatontown, Boro of 47 Broad St Eatontown, NJ 07724 732-389-7651 Fax: 732-389-7660

Carlos Alma, Oper Mgr Elizabeth Parking Authority 233 Commerce Pl Elizabeth, NJ 07201 558-2496 Fax: 353-5262

Christine Veneruso, Purchasing Elizabeth, City of 50 Winfield Scott Plaza Elizabeth, NJ 07201 908-820-4276 Fax 820-0112

Francine Paserchia, Boro Clerk Essex Fells, Boro of 255 Roseland Ave Essex Fells, NJ 07021 973-226-3400x2245 Fax: 228-4439

James Jorgensen, QPA Essex, County of 465 Dr Martin Luther King Jr Blvd Newark, NJ 07102 973-621-5103 Fax: 621-5109

Joseph Tobens, CEFM Evesham Twp Bd of Ed 129 E Main St Marlton, NJ 08053 856-797-6840 Fax: 797-6844

Jeremy Hreben, Golf Course Super Evesham, Twp of 115 So Elmwood Rd Marlton, NJ 08053 856-988-9989 Fax: 983-9457

Charlie Hoffman, Parks & Rec Dir Fair Haven, Borough of 748 River Rd Fair Haven, NJ 07704 732-747-0241 x216 Fax: 747-6962

Eleanor McGovern, Admin/Clerk Fanwood, Boro of 75 Martine Ave., No. Fanwood, NJ 07023 322-8236 Fax: 322-7178

Ann Henning, Purchasing Agent Flemington, Boro of 38 Park Ave Flemington, NJ 08822 782-8840 Fax: 782-0142

Stephanie Hope, BA/BS Flemington-Raritan Reg Sch Dist 50 Court St Flemington, NJ 08822 908-284-7570 Fax: 284-7514

Carl Ganger, Jr., Purch Agent Florham Park, Boro of 111 Ridgedale Ave Florham Park, NJ 07932 973-410-5311 Fax: 973-377-5749

Rita Vadimski, Admin Manager Franklin Twp, Sewer Authority 70 Commerce Dr Somerset, NJ 08873-3470 732-873-2121 Fax: 873-2038

Joyce Miller, Purchasing Agent Franklin, Twp of 475 DeMott La Somerset, NJ 08873-2737 732-873-2500x 6239 Fax: 873-1059

4 January Adams, Dir Franklin, Twp Public Library 485 Demott La Somerset, NJ 08873 732-873-8700 Fax:873-8700

John Calavano, Bd Sec Franklin, Twp Public Sch 1755 Amwell Rd Somerset, NJ 08873 732-873-2400 Fax: 873-8416

Mary Tufano, Purchasing Freehold Twp One Municipal Plaza Freehold, NJ 07728-3099 732-294-2043 Fax: 462-7910

Christina Ariemma, Admin/Clerk Garwood, Boro of 403 South Ave Garwood, NJ 07027 789-0710 Fax: 789-7978

Peter Mercante, PA Gloucester, County of PO Box 337 Woodbury, NJ 08096 856-853-3415 Fax: 856-853-8504

Joyce Picariello, Bus Admin Green Brook Twp Bd of Ed 132 Jefferson Ave Green Brook, NJ 08812-2501 732-968-1171 Fax: 732-968-7582

QPA, Finance Green Brook, Twp of 111 Greenbrook Rd Green Brook, NJ 08812-2501 732-968-1023 x6601 Fax: 968-4088

Watson Perigo, PW Manager Green Township 150 Kennedy Rd Tranquility, NJ 07879 908-852-3092 Fax: 852-3015

Donald Ragazzo, Purchasing Agent Hamilton, Twp of 2090 Greenwood Ave Hamilton, NJ 08650 609-890-3648 Fax: 609-890-3632

David Leo, Asst Twp Engineer Hanover, Twp of 1000 Rt 10, PO Bx 250 Whippany, NJ 07981-0250 973-428-2489 Fax: 973-515-6683

Tracy Toribio, DPW, Superintendent Harding Twp PO Box 666 New Vernon, NJ 07976 973-267-8000 x18 Fax: 973-267-6221

Thomas Campbell, CPWM Hardwick Twp 40 SpringValley Rd Hardwick, NJ 07825 362-8471Fax: 362-8840

Bonnie Dakis Harmony Twp 3003 Belvidere Rd Phillipsburg, NJ 08865 908-213-1600x11 Fax: -

Bonnie Fleming, Tax Collector/CFO High Bridge, Boro of 71 Main St High Bridge, NJ 08829 638-6455 x23 Fax: 638-4703

Frank Troy, DPW Foreman, Recyc Highland Park, Boro of 444 Valentine St Highland Park, NJ 08904 732-514-1277 Fax: 247-4844

Susan Chrebet, Purchasing Hillsborough Twp Bd of Ed 379 So Branch Rd Hillsborough, NJ 08844 369-0030x5054 Fax: 369-8286

Gary Nucera, Exec. Dir. Hillsborough, Twp MUA PO Box 5909 Hillsborough, NJ 08844 371-9660 Fax: 371-9670

* Buck Sixt, Dir PW Hillsborough, Twp of 379 So Branch Rd Hillsborough, NJ 08844 369-3950 Fax: 369-5756

Jonathan DeJoseph, CMFO-Admin Hillsdale Boro 380 Hillsdale Ave Hillsdale, NJ 07642 201-497-1504 Fax: 358-5002

Alan Turdo, DPW Super Holland Twp 131 Spring Mills Rd Milford, NJ 08848 908-995-4435 Fax: 995-2629

Robert Elia, Administrator Hopatcong, Boro of 111 River Styx Rd Hopatcong, NJ 07843 973-770-1200 x117 Fax: 770-7173

Nancy Canto, Purchasing Agent Hopewell Twp of, Mercer County 201 Washington Crossing Titusville, NJ 08560-1410 609-537-0244 Fax: 609-737-2770

Michele Hovan, Admin/Clerk Hopewell, Boro of 4 Columbia Ave Hopewell, NJ 08525 609-466-2636 Fax: 466-8511

Estitta Bushkin, QPA Howell, Twp of PO Box 580 Howell, NJ 07731 732-938-4500 x2450

Maria Mercurio Hudson County 567 Pavonia Ave, 1st Fl Jersey City, NJ 07306 201-795-6280 Fax: 369-4361

Ray Krov, SBA/BS Hunterdon Central Reg High Sch 84 Route 31 Flemington, NJ 08822 908-284-7110 Fax: 908-284-7242

John Davenport III, QPA Hunterdon, County of 71 Main St, Bldg 1, PO Box 2900 Flemington, NJ 08822-2900 788-1162 Fax: 782-1679

Michele Bado, Purchasing Div Jackson, Twp of 95 W Veterans Hwy Jackson, NJ 08527 732-928-1200 x234 Fax: 928-1950

Bill Eagen, CFO Jefferson, Twp of 1033 Weldon Rd Lake Hopatcong, NJ 07849 973-208-6136 Fax: 208-7533

5 Kim Gonzales, Purchasing/Finance Keansburg, Boro of 29 Church St Keansburg, NJ 07734 732-787-0215 x211

Gerry Kerr, DPW Super Kearny, Town of 402 Kearny Ave Kearny, NJ 07032 201-998-3700 x 7004

Jennifer Highers, DPW Secretary Kinnelon, Boro of 130 Kinnelon Rd Kinnelon, NJ 07405 973-838-5401x233 Fax: 838-1862

Brian Peck, DPW Supervisor Knowlton, Twp of 628 Rt 94 Columbia, NJ 07832 496-4265 Fax: 496-8144

Diane Russo, Admin Assist Lakeland Regional High Sch 205 Coklintown Rd Wanaque, NJ 07465 973-835-1900x167 Fax: 835-2834

Karen Sandorse, Municipal Clerk Lebanon, Twp of 530 West Hill Rd Glen Gardner, NJ 08826 908-638-8523 Fax: 638-5957

Steve Romanowitch, PW Liberty, Twp of 349 Mountain Lake Rd Great Meadows, NJ 07838 637-4579x10 Fax: 637-6916

Tom Piorkowski Lincoln Park, Boro of 34 Chapel Hill Rd Lincoln Park, NJ 07035 973-270-2050 Fax: 973-628-9512

Mary Richers, Purchasing Linden Roselle Sewerage Auth 5005 So Wood Ave Linden, NJ 07036 862-7100 Fax: 474-8685

Anne Marie Whelan, Purchasing Linden, City of 301 N Wood Ave Linden, NJ 07036 908-474-5208

Karen Sullivan, Purchasing Manager Livingston, Twp of 357 So Livingston Ave Livingston, NJ 07039 973-992-5000x610 Fax: 992-7531

Debra Thompson, DPW Long Beach Twp of 7910 Long Beach Blvd Beach Haven Crest, NJ 08008 609-494-4639 Fax: 494-6454

David Spaulding, Purchasing Agent Long Branch, City of 344 Broadway Long Branch, NJ 07740 732-571-5655 Fax: 732-222-1516

Tom Sweeney, Super of Roads Long Hill Twp 915 Valley Rd Gillette, NJ 07933 647-8000 x24 Fax: 647-4150

Margaret Dilts, Municipal Clerk Lopatcong Twp 232 S. Third St Phillipsburg, NJ 08865 908-859-3355 Fax: 213-1037

Purchasing Agent Madison, Boro of 50 Kings Rd Madison, NJ 07940 973-593-3036 Fax: 593-0125

Rose Lafergola, Purchasing Agent Manalapan, Twp of 120 Route 522 Manalapan, NJ 07726 732-446-8342 Fax: 446-7998

Veronica Wolf, BA/Board Secretary Manalapan-Englishtown Reg Sch 54 Main St Englishtown, NJ 07726 732-786-2514 Fax: 786-2541

John Keynton, Senior Parks Manasquan, Boro of 201 E Main St Manasquan, NJ 08736 732-223-0369 x3 Fax: 223-7724

* Gary Garwacke, PW Dir/Admin Manville, Boro of 325 No Main St Manville, NJ 08835 725-9478 Fax: 231-8620

Tom Richards, Business Admin Maywood, Boro of 15 Park Ave Maywood, NJ 07607 201-845-2900x203 Fax: 909-0673

Kenneth O'Brien, Suptof PW Mendham, Boro of 2 W Main St Mendham, NJ 07945 973-543-6535 Fax: 543-1822

Dave Read, Sr, Supt of PW Mendham, Twp of PO Box 520 Brookside, NJ 07926 973-543-4555 Fax: 973-543-6630

Marcella Covello, Purchasing Agent Mercer County 640 So. Broad St, PO Bx 8068 Trenton, NJ 08650-0068 609-989-6710 Fax: 609-989-6733

Tonya Hubosky, Purchasing Middlesex Boro of 1200 Mountain Ave Middlesex, NJ 08846 732-356-7400 x242 Fax: 356-6151

Marc Boyler, Shared Services Coord Middlesex County 75 Bayard St, 3rd Fl Admin Bldg New Brunswick, NJ 08901 732-745-4192 Fax: 745-4432

Joanne Monarque, Twp Clerk Millburn, Twp of 375 Millburn Ave Millburn, NJ 07041 973-564-7073 Fax: 564-7468

Raymond Heck, Mayor Millstone, Boro of 23 Amwell Rd Millstone, NJ 08844 359-5783 Fax: 359-7300

Gerri Popkin, Dir of Purchasing Monmouth County 300 Halls Mill Rd Freehold, NJ 07728 732-431-7370 Fax: 431-7379

6 Abby Goldman, Purchasing Monroe, Twp of 1 Municipal Plaza Monroe Twp, NJ 08832 732-656-4573 Fax: 521-3190

Ann Marie Campbell, Purch Assist Montgomery Twp Bd of Ed 1014 Rt 601 Skillman, NJ 08558 609-466-7601 Fax: 466-0944

Sue Weidenfeller Montgomery, Twp of Municipal Bldg, 2261 Rt 206 Belle Mead, NJ 08502 359-8211 Fax: 874-4573

James Abline, QPA, Purchasing Morris County PO Bx 900, 10 Court St Morristown, NJ 07963-0900 973-285-6333 Fax: 829-0304

Lucille Favale Morris County Housing Authority 99 Ketch Rd Morristown, NJ 07960 973-540-0389 Fax: 540-1914

Steve Gardberg, Business Analyst Morris School District 31 Hazel St Morristown, NJ 07960 973-292-2300 Fax: 973-292-2477

Joane Kearns, Purchasing Manager Morris, County College of 214 Center Grove Rd Randolph, NJ 07869-2086 973-328-5044 Fax: 973-328-5047

Karen, Carman, Purchasing Agent Morris, Twp of 50 Woodland Ave, PO Bx 7603 Convent Sta, NJ 07961-7603 973-326-7215 Fax: 973-605-8363

Erik Hammerdahl, Dir Property Srv Morris-Union Jointure Comm 217 Mountain View Rd Warren, NJ 07059 762-5600x5013 Fax: 542-1075

Tim Quinn, Dir of PW Mt Olive Twp 204 Flanders-Drakestown Rd Budd Lake, NJ 07828 973-691-0900 x7340 Fax: 691-5987

James Johnston, Dir of PW New Providence, Boro of 360 Elkwood Ave New Providence, NJ 07974 908-665-1076 Fax: 908-665-4241

Debi Lockwood, Comm Devel Dir Newton, Town of 39 Trinity St Newton, NJ 07860 973-383-3521x226 Fax: 383-8961

Susan Press, Business Admin No Hunterdon-Voorhees Reg HS 1445 Rte 31 So Annandale, NJ 08801 908-735-6811 Fax: 735-6914

Edward Ostroff, Sec/Bus Admin No Plainfield, Bd of Ed 33 Mountain Ave No Plainfield, NJ 07060-5315 769-6050x6105 Fax: 755-5490

David Holland, Admin No Plainfield, Boro of 263 Somerset St No Plainfield, NJ 07060 769-2900 Fax: 769-6499

Justine Progebin, Assist Bus Admin North Brunswick, Twp of 710 Hermann Rd No Brunswick, NJ 08902 732-247-0922 x268

Beverly Fiore, Purchasing Nutley, Twp of 1 Kennedy Dr Nutley, NJ 07110 973-284-4960

Threresa Edgar, RPPS, Purchasing Ocean Co Vo-Tech School 137 Bey Lea Rd Toms River, NJ 08753 732- 240-6414 x3311 Fax: 505-8929

Andrew Brannen, Twp Manager Ocean, Twp of 399 Monmouth Rd Oakhurst, NJ 07755 732-531-5000x310 Fax: 531-5286

Dawn Kronowski, Purchasing Mgr Old Bridge, Twp of 1 Old Bridge Plaza Old Bridge, NJ 08857 732-721-5600x2910 Fax: 607-4825

Sheila Oberly, RMC, CMR Oxford Twp 11 Green St Oxford, NJ 07863 908-453-3098 Fax: 453-3787

Mike Hardie, Purchasing Dir Parsippany-Troy Hills, Twp of 1001 Parsippany Blvd Parsippany, NJ 07054 973-263-4377 Fax: -

J McDaniel, Chief of Admin Svs Passaic County Bd of Soc Svs 80 Hamilton St Paterson, NJ 07505 973-881-0100

Doris Dudek, Dir of Purchasing Passaic, City of 330 Passaic St Passaic, NJ 07055 973-365-5599 Fax: 472-0436

Michael Marinello Passaic, County of 495 River St Paterson, NJ 07524 973-247-3301 Fax: 973-279-6234

Margaret Gould Peapack/Gladstone, Boro of Mun Bldg-School St, PO Box 218 Peapack, NJ 07977-0218 234-2250 Fax: 781-5687

Gary Muska, Purchasing Agent Perth Amboy, City of City Hall- 260 High St Perth Amboy, NJ 08861 732-826-0290 x4010 Fax: 826-4205

Guy Gaspari, Asst Dir of PW Piscataway, Twp of 505 Sidney Rd Piscataway, NJ 08854 732-562-2395 Fax: 743-2501

Cindy Lea Weber, Purchasing Agent Plainfield, City of 515 Watchung Ave Plainfield, NJ 07060 908-226-2568 Fax: 753-3500

7 Gary Ottmann, Business Admin Plainfield, City of, Bd of Ed 1200 Myrtle Ave Plainfield, NJ 07063 908-731-4344 Fax:731-4345

Maureen Rice Plainsboro, Twp of 641 Plainsboro Rd Plainsboro, NJ 08536 609-799-0909 x1402

Andrew Coppolla Pohatcong, Twp of 50 Municipal Dr Phillipsburg, NJ 08865 908-454-6121 Fax: 454-5911

Maryanne Emmel, Purchasing Super Randolph Twp Schools 25 School House Rd Randolph, NJ 07869 973-361-0808 x219 Fax: 361-2405

Liz Crescibene, RPPO, QPA Randolph, Twp of 502 Millbrook Ave Randolph, NJ 07869 973-989-7058 Fax: 989-7076

Lester Miller, Dir Purchasing Raritan Vall Comm College PO Bx 3300 Somerville, NJ 08876 218-8866 Fax: 526-5235

* Daniel Jaxel, Admin Raritan, Boro of 22 First St Raritan, NJ 08869 231-1300 Fax: 231-0810

Mr. Struening, Dir PW Raritan, Twp of One Municipal Dr Flemington, NJ 08822-3446 806-6101 Fax: 806-7061

Vita Mekovetz, RMC/MMC/RPPO Readinton Twp 509 Route 523 Whitehouse Sta, NJ 08889 908-534-4051 Fax:908-534-5909

Jenine Murray, Assist Bus Admin Ridgewood Public Schools 49 Cottage Place Ridgewood, NJ 07451 201-670-2700x10561 Fax: 670-2711

Patricia Seger, Asst Bus Admin Rockaway Twp 540 Green Pond Rd Rockaway, NJ 07866 973-983-2868 Fax: 973-983-2896

Donna Griffiths, Clerk Rocky Hill, Boro of PO Box 188 Rocky Hill, NJ 08553 609-924-7445 Fax: 924-2274

Kelvin White, Facility Manager Roselle Bd of Ed 710 Locust St Roselle, NJ 07203 908-298-2040 x2007

Kenneth Blum, Acting CFO Roselle Park, Boro of 110 E Westfield Ave Roselle Park, NJ 07204-2083 908-245-0819 Fax: 245-5598

Dina Pereira, Purchasing Roselle Park, Boro of 110 E Westfield Ave Roselle Park, NJ 07204 908-245-6224 Fax: 245-5598

David Brown II, MPA Admin/Act CFO Roselle, Boro of 210 Chestnut St Roselle, NJ 07203 908-259-3014 Fax: 245-1547

Elyse Barone, Recycling Coord Sayreville, Boro of 167 Main St Sayreville, NJ 08872 732-390-7008

Kevin Thompson, DPW Super Sea Girt, Boro 612 Philadelphia Blvd Sea Girt, NJ 08750 732-449-6463

Sandra D'Arzent Secaucus, Town of Municipal Government Ctr Secaucus, NJ 07094 201-330-2017

Mary Sue Felice, QPA So Amboy, City of 140 No Broadway So Amboy, NJ 08879 732-525-5938 Fax: 732-727-6139

Donald Kazar, Clerk So Bound Brook, Boro of 12 Main St-Municipal Bldg So Bound Brook, NJ 08880 732-356-0258 Fax: 563-4431

Ron Brown, Clerk of Admin Srvs Social Services, Board of PO Bx 936, 73 E High St Somerville, NJ 08876 203-5121 Fax: 526-8096

Jeff Siipola, Business Admin. Somerset Cty Ed Srv Commiss PO Bx 68, 12 E. Somerset St Raritan, NJ 08869 908-526-1227 Fax: 707-0871

Purchasing Agent Somerset Cty Park Commission PO Box 5327 No Branch, NJ 08876 722-1200 x 245 Fax: 722-6592

Diane Strober Somerset Cty Voca Bd of Ed Voca Sch, N Bridge & Vogt Dr Bridgewater, NJ 08807 908-526-8900x7274 Fax: 526-9569

Nancy Hunter, SBA/Bd Secretary Somerset Hills Bd of Ed 25 Olcott Ave Bernardsville, NJ 07924 908-630-3012 Fax: 953-0699

Peter Wozniak Somerset Raritan Valley Sewer Polhemus La., PO Bx 6400 Bridgewater, NJ 08807-0400 732-469-0593 Fax: 469-4179

Somerville, Bd of Ed 51 W Cliff St Somerville, NJ 08876 218-4127 Fax: 526-9668

* Pete Hendershot, PW Mgr Somerville, Boro of 25 West End Ave Somerville, NJ 08876-1800 725-2300 Fax: 725-2859

8 Assist Bus Admin South Brunswick Bd of Ed PO Box 181 Monmouth Junct, NJ 08852 732-297-7800x5121 Fax: 422-8054

Robert Mitchell, Purchasing Agent South Brunswick, Twp of 540 Ridge Rd Monmouth Junction, NJ 08852 732-329-4000x7304 Fax: 274-8864

Ellen Malgieri, Purchasing Agent South Orange Village, Twp 101 So Orange Ave So Orange, NJ 07079 973-378-7729 Fax: 973-761-4357

Robert Cappaarelli, DPW Gen Super South Plainfield, Boro of 405 Spicer Ave So Plainfield, NJ 07080 908-755-2187 Fax: 755-9852

Anthony Imbimbo Sparta, Twp of 65 Main St Sparta, NJ 07871 973-729-8485 Fax: 729-0063

Nicola Reid, Purchasing Agent Stafford Twp 260 E Bay Ave Manahawkin, NJ 08050 609-597-1000 x8521

Ron Angelo, Treas Summit, City of City Hall, 512 Springfield Ave Summit, NJ 07901 273-6400 Fax: 273-2977

Paul Busch, Municipal Manager Teterboro, Boro of 510 Rt 46 West Teterboro, NJ 07608 201-288-1200 Fax: 288-3203

Judith Parillo, RPPS Tewksbury, Twp of 169 Old Turnpike Rd Califon, NJ 07830 439-0022x726 Fax: 439-0035

Purchasing Agent Tinton Falls, Boro of 556 Tinton Ave Tinton, NJ 07724 732-542-3400 Fax: 542-3246

Frank Firrito, Lead Mechanic Toms River MUA 340 W Water St Toms River, NJ 08753 732-240-3500 Mb: 732-244-7244

Gail Catinia, Purchasing Agent Toms River, Twp of 33 Washington St Toms River, NJ 08753 732-341-1000x8219 Fax: 736-0314

Sandra Auld, Assist Dir of PA Union County College 1033 Springfield Ave Cranford, NJ 07016 709-7010 Fax: 709-7036

Stephen Zurka, Transportation Coor Union Twp Board of Education 2369 Morris Ave Union, NJ 07083 908-851-6370 Fax: 688-0076

Grace Brennan, Mun Finance Officer Union Twp, Hunterdon County 140 Perryville Rd Hampton, NJ 08827 908-735-8027 x13

Maryann Saunders, Purchasing Union, County of Admin Bldg, Elizabethtown Plaza Elizabeth, NJ 07207 527-4134 Fax: 558-2548

Eileen Birch, Twp Clerk Union, Twp of 1976 Morris Ave Union, NJ 07083 851-5456 Fax: 851-4679

Dave Pullis, Dir PW Vernon Twp 21 Church St, PO Bx 340 Vernon, NJ 07462 973-764-4055x2284 Fax: 764-5535

Noreen Jones, Asst Twp Engineer Verona, Twp of 10 Commerce Ct Verona, NJ 07044 973-857-4804

Chris Pessolano, Dir Purchasing Warren County Rt 519 So, 165 County Rd Belvidere, NJ 07823-1949 908-475-6573 Fax: 475-6555

Christopher Guida, Exec Dir Warren County MUA 199 Foul Rift Rd, PO Bx 159 Belvidere, NJ 07823 475-5412 Fax: 475-5873

Jeff Long, CFO Warren County Pollution Contr 500 Mt Pisgah Ave, PO Bx 587 Oxford, NJ 07863-0587 908-453-2174 Fax: 453-4241

* Lois Harold, Asst Purch Warren, Twp of 46 Mountain Blvd Warren, NJ 07059-0695 753-8000 x 233 Fax: 757-9173

Patricia Leonhardt, BA Warren, Twp Schools 213 Mt Horeb Rd Warren, NJ 07059 647-9155 x200 Fax: 647-3035

Debbie Catapano, Auth Secretary Warren, Twp Sewerage Author 46 Mountain Blvd Warren, NJ 07059 908-753-8000 x 258 Fax: 753-6893

Scott Frech, DPW Super Washington Twp 43 Schooley's Mtn Rd Long Valley, NJ 07853 908-876-3315 Fax: 876-5138

E. Jill Waller, Executive Secretary Washington Twp MUA 46 E Mill Rd Long Valley, NJ 07853 908-876-3145 Fax: 876-5528

Richard Sheola Washington, Boro of 100 Belvidere Ave Washington, NJ 07882-1426 689-3600 Fax: 689-9485

Peter de Boer, Administrator Washington, Twp of 211 State Route 31 North Washington, NJ 07882 908-689-7204

9 Eric Schwartz, Dir Bldg & Grounds Watchung Bd of Ed One Dr. Parenty Way Watchung, NJ 07069 755-8536 Fax: 755-6946

Tim Stys, SBA/Bd Sec Watchung Hills Reg High Sch 108 Stirling Rd Warren, NJ 07059 647-4800 x4850 Fax: 647-4852

Victoria Rousseau, PW Assist. Watchung, Boro of Municipal Bldg, 15 Mountain Blvd Watchung, NJ 07069 756-0080 Fax: 757-7027

Matthew Cavallo, Spec Writer Wayne Twp 475 Valley Rd Wayne, NJ 07470 973-694-1800x3280 Fax: 694-8136

Bob Wache, Facilities Supervisor Wayne Twp Schools 50 Nellis Dr Wayne, NJ 07470 973-317-2194 Fax: 628-8837

Lora Olsen, Twp Clerk West Amwell Twp 150 Rocktown-Lambertville Rd Lambertville, NJ 08530 609-397-2054 Fax:397-8634

Mary Lucia, Secretary to BA/BS West Morris Reg High Sch Dist 10 South Four Bridges Rd Chester, NJ 077930 908-879-6404 Fax: 879-8861

Toni Dubaniewicz, QPA West Windsor-Plainsboro BOE 505 Village Road W W Windsor, NJ 08550 609-716-5000 x5013 Fax: 716-5012

Kathy Dominic, Purchasing Agent Westfield Bd of Ed 303 Elm St Westfield, NJ 07090 908-789-4407 Fax: 789-4180

James Gidea, Town Admin Westfield, Town of 425 E Broad St Westfield, NJ 07090 908-789-4041 Fax: 233-3077

Linda Berger, QPA Willingboro, Twp of One Salem Rd Willingboro, NJ 08046 609-877-2200

Kevin Galland, Admin/Clerk Woodland Park, Boro of 5 Brophy La Woodland Park, NJ 07424 973-345-8100x100 Fax: 345-8194

10 COUNTY OF SOMERSET GENERAL INSTRUCTIONS

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

B. Each bid shall be submitted on the proposal form attached, in a sealed envelope (1) addressed to the Purchasing Agent (2) bearing the name and address of the bidder on the outside (3) clearly marked "BID" with the name of the item(s) being bid. Provide One (1) Original & One (1) copy of the bid. (4) We are now storing all responses electronically; therefore submit all pages of the response on a CD in addition to the printed copies.

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

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

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

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

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

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

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

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

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

B. CONSENT OF SURETY Bidder shall submit with the bid a Certificate (Consent of Surety) with Power of Attorney for full amount of bid price from a Surety Company authorized to do business in the State of New Jersey and acceptable to the County stating that it will provide said bidder with a Performance Bond in the full amount of the bid. This certificate shall be obtained in order to confirm that the bidder to whom the contract is awarded will furnish Performance and Payment bonds from an acceptable surety company on behalf of said bidder, any or all subcontractors or by each respective subcontractor or by any combination thereof which results in performance security equal to the total amount of the contract, pursuant to statute.

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

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

3. QUOTATIONS, BIDS AND FORMS A. (1). The County of Somerset is exempt from any local, state or federal sales, use or excise tax. Somerset County will not pay service charges such as interest and late fees. (2). The County of Somerset or any of its offices and divisions will not complete credit applications as a result of contract(s) resulting from award based on these specifications. The County is rated by: Standard & Poor’s Ratings Group: AAA Moody’s Investors Services: Aaa Dun and Bradstreet

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

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

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

E. Insert prices for furnishing all of the material described. Prices shall be met including all transportation charges fully prepaid by the contract F.O.B. destination and placement as designed by the County. No additional charges will be allowed for any transportation costs resulting from partial shipments made at vendors’ convenience when a single shipment is ordered.

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

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

4. INTERPRETATIONS AND ADDENDA

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

B. Bidders are expected to examine the specifications and related documents with care and observe all their requirements. Ambiguities, errors or omissions noted by bidders should be promptly reported in writing to the Purchasing Agent. In the event the bidder fails to notify the County of such ambiguities, errors or omissions, the bidder shall be bound by the bid.

C. No oral interpretation of the meaning of the specifications will be made to any bidder. Every request for an interpretation shall be in writing, addressed to the Purchasing Agent. In order to be given consideration, written requests for interpretation must be received as least ten (10) days prior to the date fixed for the opening of the bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications, and will be distributed to all prospective bidders, in accordance with Statute. All addenda so issued shall become part of the contract documents, and shall be acknowledged by the bidder in the bid. The County’s interpretations or corrections thereof shall be final.

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

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

12

5. BRAND NAMES, STANDARDS OF QUALITY, PATENTS A. Only manufactured and farm products of the United States, wherever available, shall be used on this contract in accordance with prevailing statutes.

B. Brand names and or descriptions used in this bid are to acquaint bidders with the type of commodity desired and will be used as a standard by which alternate or competitive materials offered will be judged. Competitive items must be equal to the standard described and be of the same quality of work. Variations between materials described and the materials offered are to be fully explained by the bidder on a separate sheet and submitted with the proposal form. Vendor's literature will not suffice in explaining exceptions to these specifications. In the absence of any changes by the bidder, it will be presumed and required that materials as described in the proposal be delivered.

C. It is the responsibility of the bidder to demonstrate the equivalency of item(s) offered. The County reserves the right to evaluate the equivalency of a product which, in its deliberations, meets its requirements.

D. The contractor shall hold and save harmless the County, its officers, agents, servants, and employees, from any liability of any nature and kind for or on account of the use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention or article furnished or used in the performance of this contract.

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

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

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

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

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

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

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

7. NEW JERSEY PREVAILING WAGE ACT (When Applicable) Pursuant to N.J.S.A. 34:11-56.25 et seq., contractors on projects for public work shall adhere to all requirements of the New Jersey Prevailing Wage Act. The contractor shall be required to submit a certified payroll record to the owner within ten (10) days of the payment of the wages. The contractor is also responsible for obtaining and submitting all subcontractors’ certified payroll records within the aforementioned time period. The contractor shall submit said certified payrolls in the form set forth in 13 N.J.A.C. 12:60-6.1(c). It is the contractor’s responsibility to obtain any additional copies of the certified payroll form to be submitted by contacting the New Jersey Department of Labor andWorkforce Development, Division of Workplace Standards. Additional information is available at www.state.nj.us/labor/lsse/lspubcon.html.

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

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

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

 “Construction, reconstruction, demolition, alteration, or repair work, or maintenance work, including painting and decorating, done under contract and paid for in whole or in part out of the funds of a public body, except work performed under a rehabilitation program.

 “Public work” shall also mean construction, reconstruction, demolition, alteration, or repair work, done on any property or premises, whether or not the work is paid for from public funds… “

 “Maintenance work” means the repair of existing facilities when the size, type or extent of such facilities is not thereby changed or increased. White “maintenance” includes painting and decorating and is covered under the law, it does not include work such as routine landscape maintenance or janitorial services.

To register, a contractor must provide the State Department of Labor with a full and accurately completed application form. The form is available online at www.state.nj.us/labor/Isse/Ispubcon.html. N.J.S.A. 34:11- 56.55 specifically prohibits accepting applications for registration as a substitute for a certificate or registration.

9. NON-COLLUSION AFFIDAVIT The Non-Collusion Affidavit, which is part of these specifications, shall be properly executed and submitted intact with the proposal.

10. NON-DISCRIMINATION There shall be no discrimination against any employee engaged in the work required to produce the commodities covered by any contract resulting from this bid, or against any applicant to such employment because of race, religion, sex, national origin, creed, color, ancestry, age, marital status, affectional or sexual orientation, familial status, liability for service in the Armed Forces of the United States, or nationality. This provision shall include, but not be limited to the following: employment upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. The contractor shall insert a similar provision in all subcontracts for services to be covered by any contract resulting from this bid.

11. MANDATORY EEO/AFFIRMATIVE ACTION EVIDENCE NO FIRM MAY BE ISSUED A CONTRACT UNLESS THEY COMPLY WITH THE EEO/AFFIRMATIVE ACTION REGULATIONS OF P.L. 1975, c. 127, AS AMENDED FROM TIME TO TIME, AND THE AMERICANS WITH DISABILITIES ACT

14 .

A. Procurement, Professional and Service Contracts All successful vendors must submit prior to an award of the contract one of the following: (1) A photocopy of their Federal Letter of Affirmative Action Plan Approval, or (2) A photocopy of their State Certificate of Employee Information Report, or (3) A photocopy of completed Affirmative Action Employee Information Report: AA302- Available on-line at www.state.nj.us/treasury/contract_compliance

B. Construction Contracts All successful contractors must submit prior to signing of the contracts an Initial Project Manning Report (AA201-available on-line at www.state.nj.us/treasury/contract_compliance for any contract award that meets or exceeds the bidding threshold.

12. WORKER AND COMMUNITY RIGHT TO KNOW ACT The manufacturer or supplier of chemical substances or mixtures shall label them in accordance with the N.J. Worker and Community Right to Know Law (N.J.S.A. 34: 51 et seq., and N.J.A.C 5:89-5 et seq.).

All direct use containers shall bear a label indicating the chemical name(s) and Chemical Abstracts Service number(s) of all hazardous substances in the container, and all other substances which are among the five most predominant substances in the container, or their trade secret registry number(s). (N.J.A.C. 8:59-5) or adhere to the requirements of The Globally Harmonized System of Classification and Labeling of Chemicals (GHS) and the U.S. Occupational Safety and Health Administration (OSHA) Hazard Communication Standard (HCS) as outlined in the Federal Register / Vol. 77, No. 58 / Monday, March 26, 2012 / Rules and Regulations as adopted in final rule by DEPARTMENT OF LABOR, Occupational Safety and Health Administration, 29 CFR Parts 1910, 1915, and 1926, [Docket No. OSHA–H022K– 2006–0062, (formerly Docket No. H022K)], RIN 1218–AC20, Hazard Communication. Further, all applicable documentation must be furnished. .

13. STATEMENT OF CORPORATE OWNERSHIP In accordance with N.J.S.A. 52:25-24.2, no corporation, partnership, limited partnership, limited liability corporation, limited liability partnership, Subchapter S corporation or sole proprietorship, shall be awarded a contract, unless prior to the receipt of the bid or accompanying the bid of the corporation, partnership, limited partnership, limited liability corporation, limited liability partnership, subchapter S corporation or sole proprietorship, there is submitted to the County a statement setting forth the names and addresses of all stockholders who own 10% or more of the stock, of any class or of all individual partners who own a 10% or greater interest in the corporation, partnership, limited partnership, limited liability corporation, limited liability partnership, Subchapter S corporation or sole proprietorship. If one or more such stockholder or partner is itself a corporation or partnership, the stockholders holding 10% or more of that corporation’s stock, or the individual partners owning 10% or greater interest in that partnership, as the case may be, shall also be listed. The disclosure shall be continued until names and addresses of every noncorporate stockholder and individual partner, exceeding the 10% ownership criteria established in this act has been listed. This form shall be signed and submitted with the bid/proposal whether or not a stockholder or partner owns less than 10% of the business submitting the bid. Failure to comply requires mandatory rejection of the bid/proposal.

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

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

15 .

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

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

A. Insurance Requirements Worker’s Compensation and Employer’s Liability Insurance This insurance shall be maintained in full force during the life of this contract by the bidder covering all employees engaged in performance of this contract pursuant to N.J.S.A. 34:15-12(a) and N.J.A.C. 1 2:235-1.6. Minimum Employer’s Liability $l,000,000.00.

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

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

B. Certificates of the Required Insurance Yes No Certificates as listed above shall be submitted along with the contract as evidence covering Comprehensive General Liability, Comprehensive Automobile Liability, and where applicable, necessary Worker’s Compensation and Employer’s Liability Insurance. Such coverage shall be with acceptable insurance companies operating on an admitted basis in the State of New Jersey and shall name the OWNER as an additional insured.

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

C. Indemnification Successful respondent shall indemnify and hold harmless the OWNER from all claims, suits or actions and damages or costs of every name and description to which the OWNER may be subjected or put by reason of injury to the person or property of another, or the property of the OWNER, resulting from negligent acts or omissions on the part of the bidder, the bidder’s agents, servants or subcontractors in the delivery of goods and services, or in the performance of the work under the contract.

Somerset County will not accept Mutual Limitation of Liability terms.

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

17. TERMINATION A. DEFAULT Non-performance of the Contractor in terms of specifications shall be a basis for termination of the contract by the County. The County may terminate the contract upon 30 days' written notice to the Contractor. The County shall not pay for any services and/or materials which are unsatisfactory. The contractor may be

16 given a reasonable opportunity before termination to correct the deficiencies. This, however, shall in no way be construed as negating the basis for termination for non-performance.

B. UNCONDITIONAL TERMINATION FOR CONVENIENCE: The County may terminate the resultant contact for convenience by providing sixty (60) calendar days advance notice to the contractor.

C. TERMINATION FOR DEFAULT: If the Contractor fails to meet deadlines, or fails to provide the agreed upon services, and or material altogether, a termination for default will be issued, but only after the County has determined the Contractor has failed to remedy the problem after being forewarned.

D. TERMINATION BY THE COUNTY: If the Contractor should be adjudged bankrupt or should make a general assignment for the benefit of its creditors, or if a receiver should be appointed on account of its insolvency, the County may terminate this contract. If the Contractor should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to provide enough properly skilled workers or proper materials, or persistently disregard laws and ordinances, or not proceed with work of this contract, the County shall give the Contractor fifteen (15) calendar days written notice. Upon receipt of such termination notice, the Contractor shall be allowed seven (7) calendar days to cure such deficiencies.

18. INDEMNIFICATION: The Contractor agrees to indemnify and save harmless the County, its officers, agents and employees, hereinafter referred to as indemnities, from all suits, including attorney's' fees and costs of litigation, actions, loss damage, expense, cost of claims, of any character or on account of any act, claim or amount arising or recovered under Workers Compensation law, or arising out of failure of the Contractor or those acting under Contractor to conform to any statutes, ordinances, regulations, law or court decree. It is the intent of the parties to this contract that the indemnities shall, in all instances, except for loss or damage resulting from the sole negligence of the indemnitee, be indemnified against all liability, loss or damage of any nature whatsoever.

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

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

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

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

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

Ownership of all data, materials and documentation originated and prepared for the owner pursuant to this contract shall belong exclusively to the owner. All data, reports, computerized information, programs and materials related to this project shall be delivered to and become the property of the owner upon completion of the project. The contractor shall not have the right to use, sell, or disclose the total of the interim or final work products, or make available to third parties, without the prior written consent of the 17 owner. All information supplied to the owner may be required to be supplied on CD-ROM media compatible with the owner’s computer operating system, windows based, Microsoft Office Suite 2000.

24. AMENDMENTS TO N.J.S.A. 2C: 21-33 et. seq. “TRUTH IN CONTRACTING” New provisions of law govern false claims and representation. It is a serious crime for the vendor to knowingly submit a false claim and/or knowingly make material misrepresentation. There are enhanced penalties for areas of false claims, bid rigging and bribery, gratuities and gifts; and conflict of interest. Please consult the statute for further information.

25. N.J. BUSINESS REGISTRATION PROGRAM Certificate required pursuant to C57, PL2004. The law provides that a copy of the Business Registration Certificate issued by the NJ Dept. of Treasury shall be provided at the time any bid or RFP is submitted; failure to do so is a fatal defect that cannot be cured.

26. “PAY TO PLAY” – NOTICE OF DISCLOSURE REQUIREMENT – P.L. 2005, Chapter 271, Section 3 Reporting (N.J.S.A. 19:44A – 20.27) (1) Any business entity that has received $50,000 or more in contracts from government entities in a calendar year is required to file an annual disclosure report with ELEC. The instructions and form are available on the ELEC website. (2) Annual Disclosures require submission by March 30th of each year covering contracts and contributions for the prior calendar year. (3) At a minimum, a list of all business entities that file an annual disclosure report will be listed on ELEC’s website at www.elec.state.nj.us. (4) If you have any questions please contact ELEC at: 1-888-313-ELEC (3532) (toll free in NJ) or 609-292-8700

27. NON-ALLOCATION OF FUNDING TERMINATION Each fiscal year payment obligation of the Owner is conditioned upon the availability of Owner funds appropriated or allocated for the payment of such an obligation. If funds are not allocated and available for the continuance of any services performed by the Contractor hereunder, whether in whole or in part, the Owner at the end of any particular fiscal year may terminate such services. The Owner will notify the Contractor in writing immediately of any services that will be affected by a shortage of appropriated funds. This provision shall not be construed so as to permit the Owner to terminate this Agreement during the term, or any service hereunder, merely in order to acquire identical services from a third party contractor.

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

29. FIRM FIXED CONTRACT

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

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

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

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

The contractor, by execution of the contract, shall thereby indemnify and hold the County harmless from any and all liabilities, claims, actions, costs and penalties which may be incurred as the result of the failure 18 of the contractor to comply with the requirements of the Health Insurance Portability and Accountability Act (HIPAA) or any other statute or case law protecting the privacy of persons using its services.

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

33. SOURCE OF SPECIFICATIONS/BID PACKAGES Official County bid packages for routine goods and services are available from www.co.somerset.nj.us at no cost to the vendor. All addenda are posted on this site. Potential bidders are cautioned that they are bidding at their own risk if a third party supplied the specifications that may or may not be complete. The County is not responsible for third party supplied specifications

34. DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN P.L. 2012, c.25 prohibits State and local public contracts with persons or entities engaging in certain investment activities in energy or finance sectors of Iran.

19 SPECIFICATIONS

SPECIFICATIONS

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

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

EVALUATION CRITERIA

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

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

I. GENERAL REQUIREMENTS

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

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

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

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

5. All garments are to be fitted, with necessary , clasps, hooks, , , emblems, chevrons, hashmarks, Veteran hashmarks, etc., where required. The accessories are to be of good quality. All metal accessories are to be of rust proof materials, with locking devices where

20 necessary. All or fastenings of these articles are to be at the expense of the bidder and included in the bid.

6. Each individual’s order shall be separately packaged and identified with the individual’s name on the outside of the package together with a list of contents. Items not properly sorted and identified by name will not be accepted and may be returned at the vendor’s expense. Entire order must be complete when delivered.

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

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

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

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

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

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

Jail (908) 231-7678 Officer Paul Gibbons Sheriff (908) 231-7140 x7435 Officer Robert Peschel Public Works (908) 541-5021 Vincenzo Russo Health & Safety (908) 231-6037 Ginny McCall Prosecutor’s (908) 575-3372 Tom White Parks (908) 231-0802 x22 Dave Dendler Purchasing Div. (908) 231-7045 Jane Foti (for Special Event T-Shirts)

21

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

Estimate of sizes required:

Shirts (all BDU, Class A and Sweats included): 2 small/3-medium/10-large/35-xlarge/40- 2xlarge/15- 3xlarge 8-4xlarge/3-5xlarge

Pants (including BDU, Class A and Sweats): 2-small/7-medium/15-large/35-xlarge/39-2xlarge/10-3xlarge/6-4xlarge 2-5xlarge

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

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

22 SOMERSET COUNTY SHERIFF'S OFFICERS TROUSER SPECIFICATIONS

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

COLOR: Navy blue

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

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

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

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

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

GROUP B SHERIFF'S OFFICERS TROUSER SPECIFICATIONS (cont’d)

STRIPE:

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

FLY: Trouser shall have a metal memory lock . There shall be a French Fly tab closure on the inside of the right fly. The tab shall be double ply made of basic cloth (TABS MADE OF POCKETING 23 MATERIAL OR A "GROWN ON" FRENCH FLY WILL BE CAUSE FOR REJECTION). The right fly shall be lined with the same fabric as the waistband curtain and pocketing. The fly shall be sewn to the left fly below the zipper in a neat and durable manner. A button shall be located on the left fly corresponding with the French Fly tab to provide a clean and comfortable closure. There shall be a firm straight bartack at the bottom of the fly going through the zipper tape.

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

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

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

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

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

MUST BE MADE IN THE UNITED STATES OF AMERICA

GROUP B SOMERSET COUNTY SHERIFF'S OFFICER LONG SLEEVE SPECIFICATION FEMALE

STYLE: It is the intention of this department to secure a tailored shirt equal in quality of style to the shirt now in use. Shirts will be cut on a form-fitting line, and the pockets and general style will conform to this sample. Elbeco Duty Max #9544

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

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

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

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

COLOR: Navy blue

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

25 GROUP B SHERIFF'S FEMALE LONG SLEEVE SHIRT SPECIFICATION (cont’d)

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

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

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

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

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

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

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

26 GROUP B SHERIFF"S FEMALE LONG SLEEVE SHIRT SPECIFICATION (cont’d)

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

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

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

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

PRESSING AND PACKING: Shirts shall be carefully pressed by hand in first class manner and individually packed in polyethylene bags. Shirts to be shipped in strong boxes so as to be damaged in shipment. Shirts to be packed two to a box with sizes marked on the outside of the box at the one end.

FINISHED DIMENSIONS

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

27 GROUP B SOMERSET COUNTY SHERIFF'S OFFICER SHORT SLEEVE SHIRT SPECIFICATION FEMALE

STYLE: It is the intention of this department to secure a tailored shirt equal in quality of style to the shirt now in use. Shirts will be cut on a form-fitting line, and the pockets and general style will conform to this sample. Elbeco Duty Max #9744

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

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

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

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

COLOR: Navy blue

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

28 GROUP B SHERIFF'S FEMALE SHORT SLEEVE SHIRT SPECIFICATION (cont’d)

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

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

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

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

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

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

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

29 GROUP B SHERIFF'S FEMALE SHORT SLEEVE SHIRT SPECIFICATION (cont’d)

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

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

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

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

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

PRESSING and PACKING: Shirts shall be carefully pressed by hand in first class manner and individually packed in polyethylene bags. Shirts to be shipped in strong boxes so as to be damaged in shipment. Shirts to be packed two to a box with sizes marked on the outside of the box at the one end.

FINISHED DIMENSIONS

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

30 GROUP B SOMERSET COUNTY SHERIFF'S OFFICER LONG SLEEVE SHIRT SPECIFICATION MALE

STYLE: It is the intention of this department to secure a tailored shirt equal in quality of workmanship and style to the shirt now in use. Shirts will be cut on a form-fitting line, and the pockets and general style will conform to this sample. Elbeco Duty Max #544

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

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

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

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

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

GROUP B SHERIFF'S OFFICER LONG SLEEVE SHIRT SPECIFICATION MALE (cont.)

COLOR: Navy blue

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

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

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

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

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

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

32 GROUP B SHERIFF"S OFFICER LONG SLEEVE SHIRT SPECIFICATION MALE (cont’d)

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

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

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

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

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

PRESSING and PACKING: Shirts shall be carefully pressed by hand in first class manner and individually packed in polyethylene bags. Shirts to be shipped in strong boxes so as to be damaged in shipment. Shirts to be packed two to a box with sizes marked on the outside of the box at the one end.

FINISHED DIMENSIONS

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

33 GROUP B SOMERSET COUNTY SHERIFF'S OFFICER SHORT SLEEVE SHIRT SPECIFICATION MALE

STYLE: It is the intention of this department to secure a tailored shirt equal in quality of style to the shirt now in use. Shirts will be cut on a form-fitting line, and the pockets and general style will conform to this sample. Elbeco Duty Max #5544

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

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

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

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

SLEEVES: Sleeves are to be straight and whole and have a 1" hem. These shall be graded in length so as to finish from the shoulder seam as follows: SIZE FINISHED LENGTH 14 & 14 ½ 9 1/2" 15, 15 1/2 & 16 10" 16 1/2 & above 10 1/2" The sleeve must be secured to the body of the shirt by means of a marrow stitch with a safety stitch so as to properly strengthen the stitch. The same stitch must be used on the side closing seams as well. GROUP B SHERIFF'S OFFICER MALE SHORT SLEEVE SHIRT SPEC.(cont’d)

COLOR: Navy blue

34 FRONT: Each front shall have a facing 3" in width extending from the neckline to bottom of shirt provided by a turnunder of material. The left front shall also have a lined box pleat 1 1/3" wide finished, running full length of shirt and shall be topstitched 1/4" from both edges. The center front shall contain seven (6) vertical buttonholes placed 3/4" from edge, 3 1/2" apart.

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

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

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

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

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

35 GROUP B SHERIFF'S OFFICER MALE SHORT SLEEVE SHIRT SPEC. (cont’d)

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

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

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

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

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

PRESSING and PACKING: Shirts shall be carefully pressed by hand in first class manner and individually packed in polyethylene bags. Shirts to be shipped in strong boxes so as to be damaged in shipment. Shirts to be packed two to a box with sizes marked on the outside of the box at the one end.

FINISHED DIMENSIONS

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

36

Group B SHERIFF’S OFFICER K-9 UNIT DUTY JACKET

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

Markings:

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

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

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

37

Gold Borders and Ball Points

Gold Panels with Black Lettering

Black Twill Material for inside of Badge

New Jersey State Seal in Black With Gold Background

Gold Stitching for Badge

Black Stitching for Letters

Black Stitching for Twill Background

Black Border

Gold Panels with Black Lettering Gold Outline

Colored American Flag

Green Branches

38 Somerset County Sheriff’s Office K-9 BDU Shirt Specifications

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

SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) BLAUER STYLE NO. 125XCR - KNIT WATCH CAP WITH WINDSTOPPER LINER AVAILABLE COLORS: BLACK DATE: 11/17/98

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

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

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

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

PERMANENT WINDPROOF-BREATHABLE LINING The sweater shall be lined completely through the body and sleeves with a WindStopper windproof-breathable laminate fabric. The liner seams shall be designed to have added across the front and back shoulders on the body and around the armhole on the sleeves and shall be attached so as to allow for full freedom of movement when worn over a uniform shirt. The liner shall be assembled using a single needle lock stitch and single needle stitched to the knit sweater and clean finished around the neck opening the cuffs and , and the bottom. Color: Silver or Grey

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

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

SIZE RANGE One size fits all.

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

WEIGHT 4 oz.

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

39

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

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

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

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

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

40 SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) STYLE NO. 9150 - -TEX FABRIC CAP COLOR: POLICE BLUE OR BLACK DATED: 11/12/98 A certificate of compliance shall be submitted by the contractor to the contracting officer stating the following requirements have been met:

1.01.50 - SHELL FABRIC Cloth Type: Gore-Tex 3-layer laminate US101 polyester/Gore-Tex/polyester tricot. Color: See specified cap color 1.31.02 - SEAM TAPE Seam tape shall be 3-layer Gore-Seam tape compatible with the Gore-Tex membrane. Seam tape shall be 0.875 inches wide for seams and 2 inches wide for . Color: Black. 1.49.99 - TRIM Lining: 100% tricot, color black Mesh Front Panel: 100% polypropylene, color white Sweatband: 65% polyester / 35 % cotton, color black Visor Board: 100% polypropylene : 100% genuine cowhide, color black : with flat black finish Thread: polyester wrapped polyester core size #50 vat dyed, color to match shell fabric 2.01.9150 - GENERAL DESIGN The cap shall be an adjustable 5-panel design constructed from waterproof-breathable shell fabric with taped seams, leather strap and buckle adjustment in the back, full lining, sweatband, mesh stand-up front panel, and unbreakable visor board. The shell fabric shall be used for the crown panels and both the top and underside of the visor. 2.81.02 - SEAM WATERPROOFING All seams in the shell and embroidery if any shall be waterproof taped. The tape shall be applied by hot air methods. The tape shall not be affected by weather, temperature or storage. The taped seams shall tested for waterproofing in accordance with Federal Test Std. #191, Method #5514. There shall be no appearance of water in the test area at 3 PSI for a period of 3 minutes. 2.90.09 - LABELING The cap shall permanently labeled with the manufacturer and country of origin. 2.99.99 - PATCH Department Mini-Shoulder Patch shall be applied to front of hat.

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

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

4.02.01 - PRE-BID SAMPLE Samples must be provided at the time of the bid opening.

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

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

41

SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) STYLE NO. 9115 GLOVES WITH WINDSTOPPER FLEECE COLOR: BLACK DATED: 11/12/98 A certificate of compliance shall be submitted by the contractor to the contracting officer, stating the following requirements have been met:

1.01.03 - SHELL FABRIC Cloth Type: The gloves shall be constructed completely from a 3-layer laminated fabric composed of a WINDSTOPPER windproof and water-resistant membrane sandwiched between two layers of a low pile, non-pilling, polyester fleece face and backing fabric. Weight: 9.2 oz/yd2 Color: Black

1.22.02 - LEATHER Leather for palms, fingers and thumbs and knuckles shall be genuine tanned cowhide leather in a digitized finish. Color: Black

2.01.9100 - GENERAL DESIGN The gloves shall be constructed of the specified shell fabric with leather reinforcement on the full palm and the fronts of the thumbs and fingers. The fingers shall be box construction with shell fabric between the fingers. The palm shall be fully reinforced with a layer of the specified leather running completely across the palm. There shall be a padded knuckle guard across the back constructed from the specified leather. The glove shall measure approximately 10.75 inches from the tip of the middle finger to the edge of the gauntlet.

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

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

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

4.02.01 - PRE-BID SAMPLE Samples must be provided at the time of the bid opening.

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

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

42 SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) STYLE NO. 9100 INSULATED GLOVES WITH GORE-TEX GLOVE INSERT COLOR: BLACK DATED: 11/12/98

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

1.01.03 - SHELL FABRIC Cloth Type: Nylon 70 denier (warp), and 2 ply taslanized nylon 70 denier (filling), plain weave, treated with durable fluorocarbon water and stain release agents. Count: Warp: 158, Filling: 68 Weight (uncoated): 3.0 oz. per sq. yd. [+ or - .4 oz] Break Strength [lbs]: Warp: 210 [min.] Filling: 100 [min.] Tear Strength [lbs]: Warp: 04 [min.] Filling: 06 [min.] Count: 158 (warp), 68 (fill) Shrinkage: Warp 2% [max.], Fill 2% [max.] Color Fastness and Crocking: Good 20/40 hours Coating: Non-ravel 1/4 oz. Color: See specified garment color.

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

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

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

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

2.01.9100 - GENERAL DESIGN The gloves shall be constructed of the specified shell fabric with leather reinforcement on the palm and the fronts of the thumbs and fingers. The glove shall be fully insulated as specified throughout the hands and fingers. The fingers shall be box construction with shell fabric between the fingers. The palm shall be fully reinforced with a layer of the specified leather running completely across the palm and inside of the thumb. The glove shall measure approximately 10 1/2 inches from the tip of the middle finger to the edge of the gauntlet. The front of the glove at the wrist shall be elasticized with two rows of 1/4 inch set with a zig-zag stitch. 2.90.02 - LABELING The gloves shall permanently labeled with the manufacturer, country of origin, and size.

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

4.01.01 - STANDARD SAMPLE In all details not specifically described herein, tailoring, styling, construction, materials, and the components shall conform to the standard sample. 43

4.02.01 - PRE-BID SAMPLE Samples must be provided at the time of the bid opening.

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

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

44

SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) STYLE NO. 170 LEATHER GLOVES COLOR: BLACK DATED: 11/12/98

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

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

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

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

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

LABELING The jacket shall labeled with the manufacturer, country of origin, and size. SIZE RANGE The size range shall be Small, Medium, Large, XLarge, and 2XLarge. STANDARD SAMPLE In all details not specifically described herein, tailoring, styling, construction, materials, and the components shall conform to the standard sample. PRE-BID SAMPLE Samples must be provided at the time of the bid opening. TESTING PRE-BID SAMPLE Samples submitted by bidders will be compared for tailoring, styling, construction, materials, and components with the standard sample on file with the department. Nonconformity of the sample to the specification will be cause for rejection. Any sample by a bidder may be subjected to such test or tests by any Testing Laboratory as the Contracting Officer may select. All costs in connection with any such tests shall be paid for by the bidder. STOCK PRODUCT To insure availability of style and color for the purpose of maintaining departmental uniformity for future purchases, bidders must provide evidence in the form of catalogs, price lists, or similar written material that this item is currently available on an "as needed" basis. The pre-bid sample must be provided from current manufacturer's stock of the specified style. The successful bidder will be required to provide a full size run of try-on garments within 10 days for agency approval, sizing of personnel, and for further evidence of in-stock availability.

45 GROUP A SOMERSET COUNTY JAIL INMATE UNIFORM SPECIFICATION

SHIRT:

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

SIZES: S to 10XL

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

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

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

TROUSER:

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

SIZES: S to 10XL

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

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

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

46 GROUP A: JAIL - INMATE UNIFORM SPECS. (Continued)

CAPS:

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

SIZE: One size fits all

COLORS: Orange and White

LETTERING: All lettering included in unit price per dozen.

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

4" Black lettering on all caps.

47 SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) STYLE NO. 8830 TWILL WEAVE TROUSERS WITH BDU SIDE POCKETS COLOR: BLACK DATED: 11/13/98

1.00.00 - MATERIALS:

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

1.20.52 - INTERLINING Cloth Type: 100% polyester non-woven Weight: 2.5 oz. per square yard Break Strength: Machine direction: 5 lbs per inch Across machine: 5.5 lbs. per inch Color: Charcoal

1.21.04 - BINDING Binding shall be 70% polyester, 30% cotton with bias binding 1 inch in width. Color: Black.

1.25.11 - POCKETING For front pockets, hip pockets, crotch panels, and fly lining: Cloth Type: 3.8 oz. per square yard twill weave 50% polyester / 50% rayon blend with shrinerred finish Count: Warp: 82 Filling: 66 Tensile Strength: Warp: 94 lbs Filling: 120 lbs Tear Strength: Warp: 9.7 lbs Filling: 11.8 lbs Shrinkage: Warp: 3.5% Filling: 2.5% (after 3 wash cycles) Seam Slippage: Warp: 72 Filling: 58 Flex Abrasion: Warp: 5000+ Filling: 5000+ Pilling: 3 Cleaning: Machine wash / machine dry or dry-clean Color: Pearl grey

1.41.51 - BUTTONS Buttons shall be 22 ligne 4 hole pure melamine conforming to Type II, class D, Style 20 and 21, of U.S. Military Specification #V-B-871D. Color shall match the shell fabric.

1.42.51 - ZIPPER The front fly zipper shall use a nylon coil size #4.5 with auto-lock slider. Side pocket zipper shall use a nylon coil size #4.5 measuring 7 inches. Color shall be black.

1.43.01 - TIE TAPE OR ELASTIC Each officer will have a choice of either sewn-in elastic or tie tape for bottom closures. Officers choosing tie tape will also be issued a separate elastic band for each pant leg. The tie tape shall be 0.375 inch width 100% polyester gross grain ribbon, 34 inch length. Color: Black.

1.44.04 -HOOK AND EYE The hook and eye closures will be Universal size #18 with a nickel plated finish. 48

1.50.00 - WAISTBAND The stretch waistband material shall measure 3.25 inches wide and shall be composed of 83% polyester, 14% , and 3% nylon. There shall be an application of silicone rubber measuring 0.313 inches wide applied to the material to grip the shirt. The entire waistband material shall be machine washable, machine dryable, and drycleanable. Color: Grey.

1.90.11 - THREAD Thread for all stitching except overedge stitching shall be size #50 polyester wrapped polyester core, vat dyed. Thread for overedge stitching shall be polyester wrapped polyester core size #70. Color shall match the shell fabric.

2.00.00 - DESIGN AND CONSTRUCTION SPECIFICATIONS:

2.01.8830 - GENERAL DESIGN The uniform trousers shall be a tailored split-seam construction dress uniform style with two front quarter pockets, two pleated bdu style cargo side pockets, two button-tab hip pockets, and wide waistband with belt loops inserted bottom and tacked to the top. There shall be an elastic stretch waistband with silicone shirt-grip stripe, permanent silicone adhesive creases on both the front and back of the legs, front crotch panels and fly lining with button tab. The seat and knees shall be reinforced with inside patches of shell fabric and the knee patches shall accept optional removable knee pads. The patterning shall be loose fitting through the seat and thighs to allow unrestrained movement. The trousers shall have finished bottoms with tie tape or elastic closures. The trousers shall be machine washable/dryable as well as drycleanable. The waistband construction and trouser patterning shall accommodate an optional removable windproof-breathable liner.

2.08.50 - FRONT POCKETS Front pockets shall be quarter pocket style with pockets slanting 1.75 inches from the top waistband to the bottom at the side seam. Pockets shall be constructed of one piece of the specified pocketing material finishing approximately 6.5 inch wide at the bottom of the pocket opening and 12.5 inches long from where the pocket is sewn into the waistband. There shall be a facing of shell fabric material running from the side seam and waistband and into the pocket toward the body measuring 5 inches wide at the waistband and tapering to 3 inches at the bottom of the pocket opening. There shall be a facing of shell fabric material on the inside of the pocket away from the body measuring 1.25 inches wide. There shall be a straight bartack across the top of the pocket opening 0.25 inches down from the waistband and a triangular bartack across the bottom of the pocket opening centered on the side seam.

2.08.51 - HIP POCKETS Hip pockets shall be inverted double corded type with triangular bartacks set at each end of the pocket opening. The top and bottom pocket cord shall be topstitched. The finished pocket opening shall measure 5.125 inch and finished pocket depth shall be 6 inches. The finished pocket bag shall measure 6.75 inches wide and shall extend down 9.5 inches from where it is sewn into the waistband. There shall be a straight pocket flap constructed of two plies of shell fabric stitched above the patch pocket measuring 2.25 inches high and 6.25 inches wide. The pocket flap shall secure to the pocket with two concealed buttons. All facings shall be clean finished inside the pocket bag.

2.08.52 - SIDE POCKETS There shall be two pleated side patch cargo pockets constructed of shell fabric sewn to each outside leg such that the pocket is centered vertically on the side seam of the trouser and the top of the pocket flap measures 2.5 inches below the bottom of the front quarter pocket. The pocket shall measure 9.5 inches long overall and 8.5 inches wide and shall have a one inch bellows on the back edge and two one inch vertical . There shall be a straight pocket flap constructed of two plies of shell fabric stitched above the patch pocket measuring 2.5 inches high and 8.5 inches wide. The pocket flap shall secure to the pocket with two concealed buttons and the flap shall be topstitched down along the front edge and bartacked at the front lower corner through the trousers.

2.10.51 - WAISTBAND The waistband shall finish 2 inches wide and shall be constructed of one ply of shell fabric cut along the filling direction for maximum stretch and the specified waistband material. The finished waistband in the trouser shall stretch at least 2 inches.There shall be Two hook and eye closures reinforced with woven interlining set vertically with a continous single needle stitch from the setting of the fly.

2.50.01 - FLY The right side of the fly shall be lined with a crotch reinforcement extension constructed of two plies of pocketing plus one ply of interlining and measuring 2 inches wide and extending down and clean finishing at the inseam.The zipper shall extend to the top of the waistband. Inserted between the lining and the shell shall be a fly tab measuring 1.5 inches wide and extending at an upward angle so that the tab extends 1.75 inches along the top edge and 2.5 inches along the bottom edge. The tab shall finish in a point with a buttonhole and the tab shall be topstitched around the edges. The left inside edge of the fly shall be bound with the specified binding. The left fly shall be J-stitched 1.5 inch from the folded edge. The specified zipper 49 shall be attached to the fly and the bottom of the fly opening shall be straight tacked. The top of the fly shall be secured by two sets of the specified hooks and eyes set vertically.

2.52.01 - CROTCH LINING Crotch shall be lined in the front quarters with 2 plies of the specified pocketing material bias cut with a folded edge.

2.53.01 - BELT LOOPS The belt loops shall be inserted into the waistband at the bottom, belly-tacked to the trouser body 0.25 inches down and tacked to the top of the waistband. Loops shall be 1 inch wide, have a 2.25 inch opening, and be constructed of two plies of shell fabric and one ply of interlining butted on the reverse side and sewn with a looping machine. There shall be a minimum of seven belt loops per pair with larger sizes getting additional pairs as required.

2.54.01 - OUTLETS The seat outlet shall measure 1.5 inches on each side at the waistband tapering to 0.375 inches at the crotch. There shall be thigh outlets with the back side of the inseam measuring 1 inch at the crotch tapering to 0.375 inch at the knee.

2.70.50 -STITCHING All seams shall be sewn at 10 - 12 stitches per inch. Stitching on waistband, outseam, and inseam shall be single needle chainstitch. Stitching for seat seam shall be tandem needle chainstitch. Stitching for beltloops shall be double needle blindstitch. Overedge stitching for fronts and backs shall be 2 thread overedge stitch. All other seams shall be single needle . Straight bartacks shall be 28 stitch count 0.375 inches long. Triangle bartacks shall be 124 stitch count 0.375 inches long on each side.

2.72.03 - BUTTON HOLES Button holes shall be eyelet end, taper bar cut-after type.

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

2.91.01 - PRESSING AND FINISHING Loose threads shall be trimmed and trousers must be pressed completely and properly with the seat seam, inseam and outseam pressed open. There will be a plastic clip attached to the top of the fly of the finished trousers.

2.95.50 - REMOVABLE KNEE PADS The trousers shall be designed to accomodate removable knee pads which when installed shall provide additional protection for the knees. The set of two pads shall be constructed from a quilted package of nylon taffeta face fabric, 0.25 inch foam, and nylon tricot backing fabric. Knee pads shall be sized to insert inside the knees of the trousers within the pocket created by the inner knee patches of the trousers. One set of knee pads shall be issued per officer, not per pants ordered.

2.95.60 - OPTIONAL REMOVABLE WINDPROOF-BREATHABLE LINER The trousers shall be designed to accommodate an optional removable windproof-breathable liner which when installed shall provide additional winter weather protection. The liner shall be constructed from WindStopper windproof-breathable material laminated to a black brushed polyester tricot material with the brushed surface toward the body for comfort. There shall be a facing of 2-ply nylon taslan fabric with buttonholes set at the top hem of the liner and buttons set to the underside of the trouser waistband to fasten the liner to the trouser. The liner shall be machine washable and dryable.

3.00.00 - SIZES AND MEASUREMENTS:

3.01.51 - SIZE RANGE Below are sizes; however larger sizes must be available upon request of the department.

Men's: ------Waist Sizes------Rise 28 30 31 32 33 34 35 36 37 38 ------Regular X X X X X X X X X X Long X X X

Men's: ------Waist Sizes------Rise 40 42 44 46 48 50 52 54 ------Regular X X X X X X X Long X X 50

Women's: ------Dress Sizes------Rise 6 8 10 12 14 16 18 20 22 24 ------Regular X X X X X X X X X X 3.02.51 - MEASUREMENTS Men's: ------Waist Sizes------Regular 28 30 31 32 33 34 35 36 37 38 ------1/2 Waist (1) 14.25 15.25 15.75 16.25 16.75 17.25 17.75 18.25 18.75 19.25 Seat (2) 19.75 20.75 21.25 21.75 22.25 22.75 23.25 23.75 24.25 24.75 1/2 Knee (3) 9.75 10.25 10.5 10.75 11 11.25 11.5 11.75 12 12.25 1/2 Bottom Leg (4) 7.875 8.125 8.25 8.375 8.5 8.625 8.75 8.875 9 9.125 Inseam (5) 33.5 33.5 33.5 33.5 33.5 33.5 33.5 33.5 33.5 33.5 Outseam (6) 41.25 41.5 41.625 41.75 41.875 42 42.125 42.25 42.375 42.5 Front Rise (7) 9.5 9.75 9.875 10 10.125 10.25 10.375 10.5 10.625 10.75 Back Rise (8) 15.25 15.5 15.625 15.75 15.875 16 16.125 16.25 16.375 16.5

Men's: ------Waist Sizes------Regular 40 42 44 46 48 50 52 54 ------1/2 Waist (1) 20.25 21.25 22.25 23.25 24.25 25.25 26.25 27.25 Seat (2) 25.75 26.75 27.75 28.75 29.75 30.75 31.75 32.75 1/2 Knee (3) 12.75 13.25 13.75 14.25 14.75 15.25 15.75 16.25 1/2 Bottom Leg (4) 9.375 9.625 9.875 10.125 10.375 10.625 10.875 11.125 Inseam (5) 33.5 33.5 33.5 33.5 33.5 33.5 33.5 33.5 Outseam (6) 42.75 43 43.25 43.5 43.75 44 44.25 44.5 Front Rise (7) 11 11.25 11.5 11.75 12 12.25 12.5 12.75 Back Rise (8) 16.75 17 17.25 17.5 17.75 18 18.25 18.5

Women's: ------Dress Sizes------Regular 6 8 10 12 14 16 18 20 22 24 ------1/2 Waist (1) 13.5 14 14.75 15.5 16.25 17.25 18.25 19.25 20.25 21.25 Seat (2) 20.75 21.25 22 22.75 23.5 24.5 25.5 26.5 27.5 28.5 1/2 Knee (3) 10.125 10.375 10.625 10.875 11.125 11.5 11.875 12.25 12.625 13 1/2 Bottom Leg (4) 7.75 8 8.25 8.5 8.75 9 9.25 9.5 9.75 10 Inseam (5) 30.5 30.5 30.5 30.5 30.5 30.5 30.5 30.5 30.5 30.5 Outseam (6) 40.25 40.5 40.75 41 41.25 41.625 42 42.375 42.75 43.125 Front Rise (7) 11.125 11.375 11.625 11.875 12.125 12.5 12.875 13.25 13.625 14 Back Rise (8) 14.25 14.5 14.75 15 15.25 15.625 16 16.375 16.75 17.125

The finished trousers shall conform to the measurements shown on the tables above. The tolerance shall be +/- 0.25 inch for 1/2 waist, 1/2 seat, 1/2 knee and 1/2 bottom measurements; +/- 0.5 inch for outseams and inseams. Measurements rounded to the nearest 0.125 inch.

1) With zipper closed and the waistband hooked, measure along top edge of waistband from folded edge to folded edge. 2) With zipper closed, measure across trousers three inches above crotch seam from folded edge to folded edge. 3) The location of the knee measurement shall be 14 inches down from crotch seam. Measure from folded edge to folded edge. 4) Measure along hemmed bottom edge of the leg from folded edge to folded edge. 5) Measure along inseam from crotch seam to bottom edge; for men's long rise add 3 inches. 6) Measure along outseam from bottom edge of waistband to bottom edge of leg. Outseam measurements given are for regular rise; for men's long rise add 4.5 inches. 7) Measure from crotch seam along the front seam and fly to the bottom edge of waistband; for men's long rise add 1.5 inches. 8) Measure from crotch seam along the seat seam to bottom edge of waistband; for men's long rise add 1.5 inches.

51 4.00.00 - OTHER REQUIREMENTS

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

4.02.01 - PRE-BID SAMPLE Samples must be provided at the time of the bid opening.

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

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

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

4.90.03 - WARRANTY Manufacturer agrees to warrant to the original purchaser that the product will be free from defects in materials and workmanship for a period of one (1) year from date of purchase. The manufacturer agrees to repair or replace at its option any item determined to be defective. This warranty does not cover normal wear and tear, improper cleaning, damage from chemicals, fire, misuse, accident or negligence. A complete copy of the manufacturer's warranty will be available upon request.

52 SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) STYLE NO. 8703 LONG SLEEVE SHIRT COLOR: BLACK DATED: 11/13/98 1.00.00 - MATERIALS 1.01.82 - SHELL FABRIC The shell fabric of the garment shall be a machine washable and drycleanable cotton blend conforming to the following specifications in order to provide user comfort, uniform appearance, durability, easy care and low maintenance cost: Cloth Type: 6.5 oz. per square yard 2 X 1 twill weave in a 65% polyester / 35% cotton fiber blend with 10 - 12% filling stretch that is pre-cured for wrinkle resistance and treated with a soil-release finish. Count: Warp: 87 Filling: 52 (Numerical specifications below are average values and may vary plus or minus 10%) Tensile Strength: Warp: 190 lbs Filling: 80 lbs (ASTM D 1682) Tear Strength: Warp: 10.0 lbs Filling: 5.0 lbs (ASTM D 1424) Shrinkage: Warp: 2.3% Filling: 1.7% (Washed 3 cycles at 120F / 125F Tumble Dry) (Appearance specifications are measured on a scale of 1-5 where 5 = excellent) Pilling: 3 (60 minutes ASTM D 3512) Crocking: Dry: 3.5 Wet: 2 (AATCC 8) Color: See specified garment color. 1.20.59 - INTERLINING For Epaulets: Content: 100% cotton Weight: 4.0 oz. per square yard Count: Warp: 50 Filling: 44 Shrinkage: 2% (maximum after 3 launderings) For Pocket Flaps: Content: 100% cotton Weight: 2.3 oz. per square yard Count: Warp: 56 Filling: 30 Shrinkage: 2% (maximum after 3 launderings) For Collar and Cuffs: Content: 100% cotton Weight: 5.8 oz. per square yard Count: Warp: 50 Filling: 40 Shrinkage: 2% (maximum after 3 launderings) For Fronts: Content: 50% polyester / 50% cotton Weight: 4.0 oz. per square yard Count: Warp: 62 Filling: 57 Shrinkage: 2% (maximum after 3 launderings)

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

1.43..12 - HOOK AND LOOP The hook and loop tape shall meet specification MIL-F-21840 and shall match the shell fabric in color.

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

2.00.00 - DESIGN AND CONSTRUCTION SPECIFICATIONS:

2.01.8701 - GENERAL DESIGN The long-sleeve uniform shirt shall be a mock center front design with a sport collar and fire military creases. There shall be epaulets, pleated patch chest pockets with scalloped pocket flaps, badge eyelets with internal support strap, 2-button adjustable cuffs, and self-lined yoke and collar. Patterns shall provide for extra long shirt tails.

53

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

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

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

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

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

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

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

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

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

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

2.80.03 – EMBLEMS, INSIGNIAS & NAME TAPE One department emblem shall be sewn on to each sleeve. CERT department emblem will be sewn on right sleeve when indicated. . There shall be a letter patch with S.O. ½” high, with gold thread, sewn on the right collar. There shall be the a letter patch S.D. ½” high, with gold thread, sewn on the left collar. There shall also be a cloth name tape with ¼” high gold lettering, over the right pocket. There shall be a department badge patch on the left breast. Rank insignias will be sewn on shirts. Sgt. 54 Stripes will be sewn when indicated on both sleeves under department patch. Lt. and Captain insignias will be sewn on both epaulets. (Sample patches, emblems and list of officers receiving specialized patches will be supplied to successful bidder.)

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

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

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

3.00.00 - SIZES AND MEASUREMENTS:

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

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

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

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

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

4.00.00 - OTHER REQUIREMENTS

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

55 4.02.01 - PRE-BID SAMPLE Samples must be provided at the time of the bid opening.

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

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

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

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

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

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

SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) STYLE NO. 8713 SHORT SLEEVE SHIRT COLOR: BLACK DATED: 11/13/98

1.00.00 - MATERIALS

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

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

1.43..12 - HOOK AND LOOP The hook and loop tape shall meet specification MIL-F-21840 and shall match the shell fabric in color.

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

2.00.00 - DESIGN AND CONSTRUCTION SPECIFICATIONS:

2.01.8713 - GENERAL DESIGN The short-sleeve uniform shirt shall be a mock center front placket design with a sport collar and five military creases. There shall be epaulets, pleated patch chest pockets with scalloped pocket flaps, badge eyelets with internal support strap, and self- lined yoke and collar. Patterns shall provide for extra long shirt tails.

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

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

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

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

57 2.15.51 - YOKE There shall be a two-ply back yoke lined on the inside with shell fabric. The yoke shall measure approximately 3 1/2 inch at the center and 3 inches at the sleeve head.

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

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

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

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

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

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

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

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

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

3.00.00 - SIZES AND MEASUREMENTS:

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

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

58 3.02.64 - MEASUREMENTS ------Collar Sizes------Men's: S M L XL 2XL 3XL 4XL ------Neck (1) 15 16 17 18 19 20 21 1/2 Chest (2) 20 1/2 22 1/2 24 1/2 26 1/2 28 1/2 30 1/2 32 1/2

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

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

4.00.00 - OTHER REQUIREMENTS

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

4.02.01 - PRE-BID SAMPLE Samples must be provided at the time of the bid opening.

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

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

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

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

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

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

59 SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) STYLE NO. 8100 - TURTLENECK AVAILABLE COLORS: POLICE BLUE, BLACK OR WHITE DATED: 11/17/98

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

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

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

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

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

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

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

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

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

PACKAGING The turtleneck shall be shirt-folded and individually polybagged with a size sticker affixed to the outside of the polybag. SIZE RANGE Size availability will be S - 3XL to fit both men and women.

MEASUREMENTS Garment Size S M L XL 2XL 3XL

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

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

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

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

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

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

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

SPECIFICATION FOR SOMERSET COUNTY JAIL (CORRECTION OFFICERS) STYLE NO. 8110 - MOCK TURTLENECK AVAILABLE COLORS: POLICE BLUE, BLACK OR WHITE DATED: 11/12/98

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

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

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

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

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

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

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

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

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

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

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

MEASUREMENTS Garment Size S M L XL 2XL 3XL

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

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

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

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

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

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

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

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

Dimensions;

1 ¾” X 3/8”

Staff Shirts

Embroidered

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

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

Embroidered Patches

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

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

63 Tactical

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

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

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

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

Embroidered in gray & Black on left breast

64

Retired Badge

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

65 Black, Powder Free, Nitrile Exam Glove

NITREX ® Examination Glove Powder Free, Non-Sterile, Textured Nitrile

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

MATERIAL Nitrile

OUTER SURFACE Free from glove powder

DONNING POWDER No donning powder is used

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

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

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

COLOR Black

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

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

Reorder Numbers MGC -100 Small MGC – 110 Medium MGC – 120 Large MGC – 130 XLarge Control Number Each packing unit (dispenser box) and outer carton bears a unique Control/Lot number. Records are kept to assure product quality and consistency.

QUALITY CHARACTERISTICS A. Physical Dimensions Width Small 80-85 mm +/- 5mm Medium 95mm +/- 5mm Large 106-111mm +/- 5mm XLarge 114-116 mm +/- 5mm Length S-XL 230-240 mm Thickness Cuff 3.2-4.0 mil Palm 4.0 mil Finger Tips 4.8-5.0 mil B. Physical Properties Tensile Strength Before Aging 12.5-14 MPa Minimum 66 After Aging 12.5-14 MPa Minimum Elongation Before Aging 500-700% Minimum C. Performance Requirements Water tight AQL<=4.0 Dimension AQL<=4.0 Physical Properties AQL<=4.0

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

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

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

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

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

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

Badge Case Holder

Tri-fold Badge Wallet cut out #X-BC248-Strong or equal with Sheriff’s Office and State emblem in gold lettering on front. Must fit Smith and Warren Wallet Badge S608 (SC) (Black in color with money compartment/card slots/suede flap to protect ID window and badge finish/ID compartment) Badge Patch (embroidered) for various shirts to include BDU, Staff, K-9, Jackets and for individual purchase. Color to match as shown in diagram. Gold border stitching.

67

68

69 Somerset County Sheriff’s Department Sheriff’s Officer’s Class B Raid/Staff Shirt

Material: 100 % Cotton Pique Knit 8.4 OZ. Full Cut

Color: Black

Size: Long and Short Sleeve S / XXL

Features:

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

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

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

70 SOMERSET COUNTY SHERIFF’S OFFICERS CORRECTION OFFICER TROUSER SPECIFICATIONS

FABRIC: REAFORD #646-96 16- ½- 17 OZ. 55% DACRON/ 45% WOOL ELASTIQUE WEAVE COLOR: NAVY BLUE

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

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

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

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

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

STRIPE: There shall be a 1 ½” gold gabardine stripe (55 poly/ 45 wool) sewn into the side seam and over the top of the side pocket opening to the waistband, so that there are no stitches showing. FLY: Trouser shall have a metal memory lock zipper. There shall be French Fly tab closure on the side of the right fly. The tab shall be double ply made of basic cloth (TABS MADE OF POCKETING MATERIAL OR A “GROWN ON” FRENCH FLY WILL BE CAUSE FOR REJECTION). The right fly shall be lined with the same fabric as the waistband curtain and pocketing. The fly lining shall be sewn to the left fly below the zipper in a neat and durable manner. A button shall be located on the left fly corresponding with the French Fly tab to provide a clean and comfortable closure. There shall be a firm straight bartack at the bottom of the fly going through the zipper tape.

71

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

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

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

72 DEPT. PUBLIC WORKS-TRANSPORTATION DIVISION

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

UNIFORM-SHIRTS

Shirts- Long Sleeve –Mfg. Ultra Club or Eq – 60% cotton 40% polyester. Wrinkle free, button down collar, shirttail hem, left breast pocket. Machine washable. Embroidered logo on left chest in Navy Color: Light blue Sizes: Men’s Reg S-XXL Women’s Reg S-XL Big 2X-5X Big 2x-4x

Shirts – Short Sleeve Same as Long Sleeve Men’s and Women’s color and sizes Embroidered logo on left chest in Navy

Staff Shirt –Short sleeve: - Mfg. Devon & Jones Style D100 or Eq. Stain resistant 100% Peruvian Pima interlock cotton, Pre shrunk. Wrinkle, fade and pill free. Fabric weight 6 oz per square yard. 3 button placket, covered neck seams, reinforced shoulders, bottom hem straight with side vents. Embroidered logo White on Navy Blue Color: Navy Blue Sizes: Men’s Reg M-XXL Women’s Reg S-4XL Big 2X-5X

Staff shirt Long Sleeve Men Port Authority shirt style K500LS or Eq. Three-button placket, flat knit collar, buttons made with durable metal, finished with plastic rims that have been dyed to match the shirt. Bottom hem and sleeves re finished with double-needle construction that lends extra durability and fray-resistance to the construction. With Embroidered Logo White Color: BLUE Sizes: XS – 6XL

Staff shirt Long Sleeve- Women Port Authority shirt: Navy Blue Polo Shirt L500LS RYL specs same as Men’s staff shirt

Sweatshirt Crew Neck Mfg Hanes Style F260 or Equal. Min. 90% cotton 10% polyester, Min 10 oz. with Embroidered Logo White Color: Navy Sizes: S-6XL

Sweatshirt Hooded Full Zip Hooded – Mfg Hanes Style F170 Min or Eq. 50% cotton 50% polyester Min 10 oz with Embroidered Logo White Color: Navy Sizes: S-5XL

73 DEPART OF PUBLIC WORKS – TRANSPORTATION continued

Embroidered Logo to read as followed on all shirts, staff shirts, sweatshirts and spring jacket as specified: Somerset County Transportation

** (Color of logo to be white on Navy and or Navy on light colored shirts) **

PANTS

Men’s Pants Carhartt pants or Eq relax fit. Style B290 or Eq., pants shall be tailored to length. Color: Navy Blue Sizes waist 28 to 58 sizes

Women’s Pants Women’s pull on pants or Eq Durable 100% Polyester flexique, four way stretch fabric, elasticized waistband, angled pockets, and tapered legs Color: navy blue or eq Sizes: XS-5XL

Women’s Pants Dickies women’s relax fit stretch work pants FP221 KH or Eq. 7-ounce mechanical stretch twill (65% polyester/35% cotton) wrinkle resistant and fade resistant. Straight leg relaxed fit, moderate rise Color: Navy Blue Size: Junior Petite 2 to 8 Petite 6-18 Regular 4-28 Tall 8-18

COATS & JACKETS

Spring Jacket Mfg: Charles River style 9923 or Eq 100% Nylon Shell. 77% Polyester, 10% Rayon, 13% Cotton lining. Machine Washable with Embroidered Logo White on left Color: Navy Blue Size: S-5XL or larger WINTER JACKET - No Hood- Quilt Flannel Lined DESCRIPTION: Mfg, Carhartt Brand Style J14MDT No hood or Eq Flannel lined 12 oz 100% cotton sandstone duck, micro-sanded and washed. Zipper heavy duty zipper MATERIAL: 12 oz 100% Cotton sandstone duck, micro-sanded and washed Color: Black Size: Small to 6XL RAIN JACKET Mfr. Tingley rubber or Eq – Storm flex .40mm Polyurethane on Knit. 100% Waterproof rain jacket Heavy-duty zipper front jacket closure. Outside heavy-duty non-corrosive metal snap down storm flap seals. Attached hood folds under collar. Vented cape back, 2 oversized cargo pockets. Bottom draw cord and elastic wrists. All draw cords have barred locks. Color: Black Sizes: S-6XL 74

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

GROUP C: PUBLIC WORKS (Engineering Division)

SUPPLEMENTARY INSTRUCTIONS TO BIDDERS

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

Group 1 Coveralls Group 7 PVC Water Proof Group 2 Coats & Jackets Group 8 Shirts & Pants Group 3 Hooded Parka Group 9 Boots Group 4 Staff Shirts Group 10 Headwear Group 5 Jean Trouser Group 11 Work Gloves Group 6 Rain Gear Group 12 Work

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

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

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

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

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

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

75

GROUP C: PUBLIC WORKS (Engineering Division)

SUPPLEMENTARY INSTRUCTIONS TO BIDDERS - (Continued)

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

Somerset County Administration Bldg Recycling Center 20 Grove St 40 Polhemus La Somerville, NJ 08876 Bridgewater, NJ 08807

Central Maintenance Facility 750 E Main St Bridgewater, NJ 08807

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

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

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

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

76

GROUP C: PUBLIC WORKS (Engineering Division)

SUPPLEMENTARY INSTRUCTIONS TO BIDDERS (Continued)

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

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

SPECIFICATIONS

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

GROUP 1 - COVERALLS:

1. COVERALL-

MATERIAL: 10 oz Fisher Cloth or 8 oz twill, 100% cotton, preshrunk.

COLOR: Navy Blue SIZE: Small to 56 Long

DESCRIPTION: Red Cap Brand Coverall #CT10, industrial wash, concealed gripper front or concealed button front gripper at neck, one piece to stitched to collar, two piece cuffs with sleeves and gripper closure (button front has button closure), two set in front pockets, two patch hip pockets, two breast pockets, rule pockets, side vent openings, sized to be worn over clothes, felled inseams, safety stitched Out seams.

2. COVERALL-QUILT LINED BIB OVERALL WITH ZIPPER LEG TO KNEE- or EQ

MATERIAL: 12 oz 100% cotton duck with plied yarns.

COLOR: Brown SIZE: Small to 54 Regular, Small to 54 Long.

DESCRIPTION: Carhartt Brand #BQ quilt lined bib overall with zipper leg to knee, water repellent, high back with elastic in the suspenders, two pockets and hammer loops, reinforced back pockets, double knees, heavy duty leg zippers open to knee with protective windproof flaps, brass plated rivets at all vital stress points, lined with durable black nylon quilted to 8 oz of polyester. Average unit weight regular = 4lbs., Big - 5 lbs.

3. COVERALL- BROWN DUCK ZIPPER-LEG INSULATED-

MATERIAL: 12 oz 100% cotton duck with plied yarns. COLOR: Brown

DESCRIPTION: Carhartt Brand #996QZ Brown Duck Zipper-leg insulated coverall. Heavy duty two-way zipper front, lined with durable red nylon quilted to polyester, bi-swing action back, water repellent (retreat after washing or dry cleaning), corduroy collar, two waist and cuff adjustments, leg zippers to waist, two front zip pockets, two side pockets, two reinforced hip pockets, collar snaps to accommodate hood.

77

GROUP C: PUBLIC WORKS (Engineering Division) SPECIFICATIONS- GROUP 1- Coveralls (Continued)

4. COVERALL- ZIP-TO-WAIST LINED COVERALL-

MATERIAL: 12 oz 100% Cotton Duck Lining 100% Nylon with Polyester fill.

COLOR: Brown SIZE: Small to 54 Regular, Small to 54 Long

DESCRIPTION: Snaps under the collar for hood attachment, chest pockets with covered zip closure, knitted storm cuffs, zippers to waist with storm flap that snaps, snap take up at sleeve and leg openings.

5. COVERALL Insulated Carhartt X02 or EQ

Material: 12oz firm-hand, 100% ring-spun cotton duck 100% with a nylon quilted to arctic-weight polyester lining.

Color: Brown

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

6. COVERALL BIBS Carhartt R02 or EQ

Material: 12-ounce, heavy-duty cotton duck, it has a 100% nylon quilted, polyester mid weight lining

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

78

GROUP C: PUBLIC WORKS (Engineering Division) SPECIFICATIONS- GROUP 2- COATS & JACKETS (Continued)

1. WINTER COAT-QUILT LINED TRADITIONAL STYLE-

MATERIAL: 12 oz 100% Cotton Duck plied yarns.

COLOR: Brown SIZE: Small to 58 Regular, Small to 54 Tall

DESCRIPTION: Carhartt brand #CQ quilt lined traditional style winter coat, water repellent (re-treat after washing), lined with durable black nylon quilted to 8 oz of polyester, corduroy collar with snaps to accommodate optional hood, heavy duty zipper front with protective windproof flap with hook and loop closures, bi-swing action back, extra large front combination pockets, hook & loop closure on chest pocket flaps, waist drawstring, pleated sleeves, recessed knit storm cuffs.

2. JACKET- THERMAL LINED ACTIVE-

MATERIAL: 12 oz 100% Cotton Duck with plied yarns.

COLOR: Brown, Navy Blue, Black. SIZE: Small to 58 - 60 Big.

DESCRIPTION: Carhartt Brand #JR, thermal lined active jacket, water repellent (re-treat after washing), 9 ounce 100% polyester thermal lining, attached thermal lined hood with drawstring attachment, heavy duty zipper front, front hand warmer pockets, heavy duty rib knit cuffs and bottom.

3. COAT-BROWN DUCK BLANKET LINED-

MATERIAL: 12 oz 100% Cotton Duck with plied yarns.

COLOR: Brown SIZE: 34 to 60 Regular, 38 to 54 Long.

DESCRIPTION: Carhartt Brand #6BLC brown duck blanket lined coat, action cut with bi-swing back, set in sleeves, two adjustment cuff closures, button front, corduroy collar, four patch pockets breast pocket with button flap, inside safety pocket, heavy duty blanket lining, collar snaps to accommodate hood.

4. JACKET-LINED WITH WESTERN YOKE-

MATERIAL: 12 oz 100% Cotton Duck with plied yarns.

COLOR: Navy Blue, Black, Brown. SIZE: Small to 4XL

DESCRIPTION: Carhartt Brand #JQ lined jacket with western yoke, water repellent (re-treat after washing), heavy duty zipper front with protective windproof lap, two front pockets with snap closure, heavy duty rib knit cuffs and bottom.

79 GROUP C: PUBLIC WORKS (Engineering Division) SPECIFICATIONS- GROUP 2- COATS & JACKETS (Continued)

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

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

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

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

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

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

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

80 GROUP C: PUBLIC WORKS (Engineering Division)

SPECIFICATIONS- GROUP 2- COATS & JACKETS (Continued)

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

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

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

15. UNLINED SLASH POCKET EISENHOWER JACKETS- MATERIAL: 7 1/2 oz twill, 65% fortrel polyester, 35% combed cotton COLOR: Charcoal Grey, Navy SIZE: Sm to 4XL DESCRIPTION: Slash front pockets & pencil pocket on left sleeve. Heavy duty brass zipper track for attaching the quilted liner. Adjustable tabs at waistband to become form fitting.

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

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

81 GROUP C: PUBLIC WORKS (Engineering Division)

SPECIFICATIONS- GROUP 2- COATS & JACKETS (Continued)

18. HIGH VISIBILITY CLASS 3 THERMAL LINED HOODED ZIP-FRONT SWEATSHIRT – MATERIAL: 10 oz, 100% polyester with 100% polyester thermal lining COLOR: Bright Lime DESCRIPTION: Carhartt Brand Style J166 High Visibility Class 3 Thermal Lined Hooded Zip-Front Sweatshirt, ANSI Class 3, Level 2 compliant sweat. 10 oz, 100% polyester with 100% polyester thermal lining, attached thermal0lined, three-piece hood, premium 3M Scotchlite retroreflective taping. Brass zipper, front hand-warmer pockets. SIZE S – 5XL TALL.

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

20. WINTER COAT Carhartt C01 or EQ

Material: 12-ounce, 100% cotton duck, it features a corduroy collar

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

21. WINTER COAT Carhartt J02 or EQ

Material: 12-ounce, 100% ring-spun cotton duck and insulated with an arctic-weight quilted nylon polyester lining.

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

GROUP 3 - HOODED PARKA

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

82 GROUP 4 - SHIRTS

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

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

GROUP 5

1. JEAN TROUSER, STYLE 9393V FOR TRAFFIC SAFETY FABRIC: 100% cotton, 14 oz denim. CLOSURE: Heavy duty brass zipper, serged raw edges and zipper tape together, button and buttonhole at top. FRONT POCKETS: Two western style made from pocketing and body material. Attached with double needle lockstitch. Tack top and bottom of pocket. Watch pocket clean finish with double needle lockstitch to right front pocket. HIP POCKETS: Two with clean finish hem and attached with double needle lockstitch. Bartacked at top corner of pockets. BAND: One piece band set through folder with left end wrapped around fly. Double needle . BELT LOOPS: 1/2" wide x 3 1/2" long tacked on with bartack. Sizes 28-30 have five loops; Sizes 32-56 have seven loops. SEAM CONSTRUCTION: Side seam, seat seam and yoke-felled with double needle chain stitch. Inseam serged with wide gauge 5 thread serger. REINFORCED TACKS: Horizontal bartacks at corners of hip pocket openings. Stitch tacks at front pocket openings, tip & bottom, 1/4" from side seam, top left on watch pocket, folded edge of fly at top of join crotch stitch, above zipper stop across fly. BOTTOM: 1/2" clean finish hem with single needle lockstitch. LABEL: Care label attached to left yoke adjacent to seat seam under the band on inside of garment. Size label is attached on the care label. Pocket advertiser attached to right back pocket/swiftach advertiser attached to right side seam. UPC ticket attached to right back band. PACK: Flat fold, NO CREASE. One size per case. Packed 14 per case sizes 28-42; 12 each 44/52; 10 each 54-56.

83 GROUP C: PUBLIC WORKS (Engineering Division)

GROUP 5 – CONTINUED: Work Dungaree

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

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

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

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

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

7.CARHARTT JEANS B17 OR EQ

Material: Made of tough, 15-ounce 100% cotton denim, it features two reinforced back pockets

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

8. DICKIES JEANS FD231 OR EQ. Material: Made of tough, 13-ounce 100% cotton denim, it features two reinforced back pockets Description: Women’s cut; Relaxed fit; cut jean; Contour waistband w/ stretch interlining; Waist size from 2-24

84 GROUP 6- RAIN GEAR

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

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

3 INDUSTRIAL STRENGTH RAIN OVERALLS- WearGuard “Quad-Rubberized” Style 806 Waterproof 4-Layer Blend, Rustproof, Non-Conductive Snaps and , Color: Yellow. Sizes: S, M,L, XL, XXL, 3XL,4XL. GROUP C: PUBLIC WORKS (Engineering Division)

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

5. Storm Stripes Brand, Style RLS89 or Equivalent. Class 3 ANSI Compliant, 100% waterproof and breathable, three piece rain suit with reflective strips and snap closures, fluorescent lime, Class 3 ANSI Compliant. High visibility green, Sizes S – 5X

6. Tingley Icon 3.1 Premium ANSI Compliant Breathable, Insulated High Visibility Jacket or EQ 5.5 Oz. Material Wt. – 12 Mil Thick Shell - 300g Fleece Liner with 3 in 1 Removable fleece liner - ANSI/ISEA 107 Class 3 compliant-Fluorescent yellow-green background-2” silver reflective tape reflects light for 360° nighttime conspicuity, Sizes S-4XL

7. Tingley Vision Pants-Class 3 Waterproof, P23122 or EQ ANSI 107 class 3 compliant; fluorescent green/yellow color; 2" silver reflective tape; 360º nighttime conspicuity; 100% waterproof; easy access cargo pockets; velcro closure; taped seams; velcro take-up straps on ankle; cargo pockets, S-4XL

8. Tingley Vision Class 3 Rain Jackets style # J23122 ANSI 107 compliant; Fluorescent yellow/green color; 7 mil thick; 2” silver reflective tape; 360 degree nighttime conspicuity; 100% waterproof; easy access cargo pockets with Velcro closures; full cut shoulder with 90 degree sleeve to body angle; roll-a-way hood in collar design; Velcro take-up straps on sleeves; breathable fabric; storm fly front seals out wind & rain, or equivalent, sizes S-5XL.

85 GROUP C: PUBLIC WORKS (Engineering Division)

GROUP 7- PVC WATER PROOF BOOTS

1. Slush Boots, Over the , Sizes 10-16

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

3. Hip Boots, Cleated outsole, 31" high Steel toe, Brown w/PVC on polyester Knit skirt, Sizes 10-16

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

GROUP 8- SHIRTS & PANTS

1. WORK SHIRT- LONG SLEEVE- Material: 6 oz equestrian twill, 65% Fortrel Polyester/35% Cotton. Colors: Khaki, Charcoal, Silver Gray, White, Gulf Blue, Lincoln Green, Air Force Blue, Navy, Olive, Mahogany, Black. Description: Dickies Brand #575, Long, Sleeve, Left and Right Breast Pockets & silk screen (as specified) above left breast pocket. Size: Neck Size from 14- 14 1/2 in. To 20 - 20 1/2 in. Sleeve Length from 32/33 in to 36/37 in.

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

3. WORK T-SHIRT- Material: 100% combed cotton, preshrunk. Color: Orange, Black, Navy blue, Gray, White, Green, Brown. Description: Dickies #4624, Double ply reinforced seamless neckband, full sized reinforced left breast pocket, full cut extra long body, silk screen in white (as indicated) above left breast pocket. Size: Med to 3XL Tall/Long.

4. WORK T-SHIRT – Material: 6.75 oz, 100% cotton jersey knit. Color: Navy, Hunter Green, Carhartt Brown. Description: Carhartt #K87, 6.75 oz, 100% cotton jersey knit, rib-knit crewneck, side-seamed construction to minimize twisting, left chest pocket. Size: S – 4XLT.

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

6. T-SHIRT WORK WEAR #1160 OR EQUAL Woven Tape Sewn into the seams of the shoulder and neck, heavy duty 5.7 oz. 100% combed cotton, double stitch hem and pockets, longer body length, generous cut, fuller arm opening, shrink resistant, oversized chest pocket, made in U.S.A., Sizes S - 4XL. Colors: Lt Blue, Charcoal Grey, Tan, Navy Brown, White. 86

7. MIDWEIGHT HOODED PULLOVER SWEATSHIRT, CARHARTT #K121 OR EQUAL – Material: 10.5 oz, 50% cotton/50% polyester fleece. Color: Navy, Heather Gray, Black. Description: Midweight hooded pullover sweatshirt, 10.5 oz, 50% cotton/50% polyester fleece, attached hood with drawcord, front hand-warmer pocket. Sizes S – 5 XLT.

8. MIDWEIGHT CREWNECK SWEATSHIRT, CARHARTT #K124 OR EQUAL – Material: 10.5 oz, 50% cotton/50% polyester fleece. Color: Navy, Heather Gray, Black. Description: Midweight crewneck sweatshirt, 10.5 oz, 50% cotton/50% polyester fleece, v-patch on front neck. Sizes: S – 5XLT.

9. HOODED SWEATSHIRT NON-INSULATED ZIPPED Carhartt K122 or EQ Material: Its 50% cotton 50% polyester fleece blendDescription: Our mid weight hooded zip-front sweatshirt brings considerable comfort to cool-weather worksites. Its 50% cotton 50% polyester fleece blend provides plenty of warmth and a full-length brass front zipper let you regulate the temperature. Other features include an attached hood with adjustable drawstring, front hand-warmer pockets and rib- knit cuffs and waist band to keep out the cold. Heather Gray fiber content is 70% cotton / 30% polyester. Charcoal Heather fiber content is 55% cotton / 45% polyester.

10. HOODED SWEATSHIRT PULLOVER INSULATED Carhartt J170 or EQ Material: 12-ounce pullover is made of a 50% cotton/50% polyester fleece blend, and with 100% polyester thermal lining for warmth Description: This 12-ounce pullover is made of a 50% cotton/50% polyester fleece blend, and features a 100% polyester thermal lining for warmth. The hood is fully lined. Hand-warmer pocket and the stretchable, spandex-reinforced rib-knit cuffs and waist work.

11. HOODED SWEATSHIRT INSULATED ZIPPED Carhartt J149 or EQ Material: 50% cotton/50% polyester fleece with a 100% polyester thermal lining. Description: 50% cotton/50% polyester fleece with a 100% polyester thermal lining.h. Full-length brass zipper and two hand-warmer pockets. Cuffs and waistband are made of stretchable, spandex reinforced rib-knit fabric. Charcoal Heather fiber content is 55% cotton / 45% polyester

12. LONG SLEEVE WORK SHIRT, WORK WEAR #101 OR EQUAL-4 1/2 oz Poplin Material, Reinforced seams and buttons, strong, reinforced collar, fully lined cuffs, 65/35 poly/cotton blend, full cut, twin pockets w/buttons, bartacked pencil slot. Sizes S-XXXL. Colors: Lt Blue, Charcoal Grey, Tan, Navy, White.

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

87 GROUP 9 – HEADWEAR

1. LINER, WINTER, 2 PIECE - Material: 100% Cotton Top, 100% Knitted Acrylic Nape. Color: Navy Blue. Description: CONDOR Brand #1HC48, 2 Piece Winter Liner, 2 Piece Cotton Top with Knit Nape. Size: O/S.

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

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

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

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

SILK SCREENING LOGO’S

SOMERSET SOMERSET COUNTY COUNTY BRIDGE DIVISION FACILITIES & SERVICES DIVISION

SOMERSET SOMERSET COUNTY COUNTY RECYCLING DIVISION ROAD DIVISION

SOMERSET SOMERSET COUNTY COUNTY TRAFFIC SAFETY SERVICES TRANSPORTATION DIVISION DIVISION

SOMERSET SOMERSET COUNTY COUNTY ENGINEERING VEHICLE MAINTENANCE DIVISION DIVISION

88 GROUP D: HEALTH AND PUBLIC SAFETY

SPECIFICATIONS

FEMALE-TROUSER-5.11 Tactical Pant #64358 COLOR: Khaki (055) FABRIC: 8.5oz Cotton Canvas FEATURES: Self adjusting waistband, Hip mounted D-Ring, triple stitch reinforcement, double thick seat and knees

MALE-TROUSER-5.11 Tactical Pant #74251 COLOR: Khaki (055) FABRIC: 8.5oz Cotton Canvas FEATURES: Self adjusting waistband, Hip mounted D-Ring, triple stitch reinforcement, double thick seat and knees

MALE-TROUSER-Propper Pant #F5220 COLOR: Khaki (CS121) FABRIC: 8.5oz Cotton Canvas, Fade/Wrinkle resistant FEATURES: Self adjusting waistband, double thick seat and knees,

5.11 Professional Polo Short Sleeve #41060 COLOR: Dark Navy (724) & Range Red (477) FABRIC: 6.8oz 100% Cotton Pique Knit Fabric FEATURES: Embroidered with Somerset County 9-11 Logo

5.11 Professional Polo Long Sleeve #42056 COLOR: Dark Navy (724) & Range Red (477) FABRIC: 6.8oz 100% Cotton Pique Knit Fabric FEATURES: Embroidered with Somerset County 9-11 Logo

Horace Small Polo Short Sleeve #HS5123 COLOR: Dark Navy & Red FABRIC: 63% Cotton 37% Polyester FEATURES: Embroidered with Somerset County 9-11 Logo

Horace Small Polo Long Sleeve #HS5127 COLOR: Dark Navy & Red FABRIC: 63% Cotton 37% Polyester FEATURES: Embroidered with Somerset County 9-11 Logo

Game WorkWear Job Shirt #F5220 COLOR: Navy FABRIC: 20 oz. 95% cotton/5% polyester super weight fleece FEATURES: Embroidered with Somerset County 9-11 Logo

89

GROUP D: HEALTH AND PUBLIC SAFETY

5.11 Job Shirt #72321 COLOR: Fire Navy (720) FABRIC: 11.6 ounce poly/cotton fleece FEATURES: Embroidered with Somerset County 9-11 Logo

Boston Leather Duty Belt 6630-1 COLOR: Black FABRIC: 1-1/2” Black Leather FEATURES: Velcro Closure

Boston Leather Duty Belt 6606 COLOR: Black FABRIC: 1-1/2” Black Leather FEATURES: Nickel Buckle Closure

INSTRUCTORS:

Topps SH-95 5505: Nomex Navy Blue Long Sleeve Shirt Topps PA-70 5605: Nomex Navy Blue Pants Topps CO-07 5505: Nomex Navy Blue Jump Suit 4.5 ox Topps PA-750 5606: Nomex Navy Blue Jump Suit 6.0 ox

Outerbanks Brand Long-Sleeve and Short Sleeve Golf Style Shirt COLOR: Gray FABRIC: 100 % Cotton Pique FEATURES: Training Academy logo with 5 different colors and name of individual to be embroidered on the front of the golf shirt

Job Shirt COLOR: Navy FEATURES: Sweatshirt material w/zipper, denim collar, denim elbow patches, banded sleeves and bottom, radio pocket with pen pocket inside. Academy patch and instructor patch to be sewn on front of shirt. Flag patch to be sewn on left sleeve. The County will provide One (1) Academy patch and one (1) instructor patch for each job shirt. Both patches to be sewn on the front right side of the job shirt. Name embroidered on left side of shirt. No additional payment for embroidered name or flag patch will be made outside of the unit price bid.

***THE VENDOR WILL BE SUPPLIED WITH COUNTY ACADEMY PATCH

SILK SCREENS / LOGOS

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

SOMERSET COUNTY EMERGENCY MANAGEMENT

SOMERSET COUNTY EMERGENCY MANAGEMENT HAZ-MAT RESPONSE TEAM

SOMERSET COUNTY EMERGENCY SERVICES TRAINING ACADEMY

91 SOMERSET COUNTY PROSECUTOR’S OFFICE DETECTIVE STAFF

CLASS B UNIFORM

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

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

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

92

Group F:

Specifications for Event Shirts – Silk screened or embroidered Open end- as needed- quantities to be determined – no minimums

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

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

Option 1. One color screen full front/back or left chest imprint

Option 2. Two color screen full front/back

Option 3. Three or more color screen full front/back or left chest imprint

Option 4. Embroidered Over Left Chest

Option 5. Additional side silk-screened one color screen

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

GROUP G: Park Commission

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

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

Prices shall include sewing patch to item, where noted.

93

EXCEPTIONS:

GROUP A- Jail/Sheriff:

Group B – Transportation:

94

EXCEPTIONS:

GROUP C- Public Works:

GROUP D – Health & Safety

95

EXCEPTIONS:

GROUP E- Prosecutor:

GROUP F- Silk-Screened Event T-Shirts:

96 EXCEPTIONS:

GROUP G- PARKS:

97 VENDOR NAME: Unit Cost SPECIFY BRAND BIDDING A - SHERIFF’S OFFICE UNIFORMS: Award Based on Group Totals GROUP A-1 JAIL’S BDU DUTY GEAR 1 Bianchi Accumold Utility Belt # 7200 or Eq 2 Bianchi Interbelt # 7205 or Equal 3 Bianchi Belt Keepers # 6406 or Equal 4 Bianchi Glove/Pager Pouch or Equal 5 Bianchi Mini-Mag Lite w/Holder # 7310 or Eq 6 Bianchi Key Holder # 6405 or Equal 7 Bianchi Large Flashlight Ring Holder #6409 or Eq 8 Bianchi OC Holder for MK-IV, or Equal 9 Bianchi Accumold Double Mag Pouch #7302, or Eq. 10 Bianchi Handcuff Case # 7300 or Equal 11 Don Hume Holster to fit S&W 5906 TSW, or Eq. 12 Desantis Pancake Holster to Fit S&W 5906 TSW, or Eq. 13 Desantis Paddle Holster to Fit S&W 5906 TSW, or Eq. 14 Bianchi PR-24 Ring / Holder, or Eq. GROUP A-1 JAIL’S BDU DUTY GEAR - GROUP TOTAL GROUP A-2 SHERIFF’S CLASS "A" ACCESSORYGEAR all leather gear must be hidden snaps 1 Gould & Goodrich Black Leather Basket Weave Ranger Duty Belt # B115W with Brass Buckle 2 Gould & Goodrich Black Leather Basket Weave Latex Glove Pouch # B555W or Equal. 3 Safariland Duty Holster, Full Code 6360-383-48X-MS30 RH or LH to be determined. Duty Holster with ALS/SLS Retention System Basketweave, Black STX finish, with quick locking Fork and Receiver Plate Installed to fit Glock 21 w/o Light. 4 Safariland Magazine Pouch, Full Code 77-383-4HS Double, Glock 21, Basketweave, Hidden Snap, Laminate Finish. 5 Bianchi Black Leather Basket Weave Handcuff Case with Hidden Snaps # 35 PH or Eq. 6 Defense Technology 10% Pepper Foam Spray #MK-3 X2 stream TARE wt.1.12oz 7 Collapsible Baton, A.S.P. #F21B 8 Collapsible Baton Holder, A.S.P. #F21 Side Break Black Basket Weave 9 Bianchi Black Basket Weave Keepers #33H with Hidden Snaps 10 Safariland Black Leather Basket Weave Aerosol Holder with Top Flap and Hidden Snap #38 – 4 – 4 HS. 11 Safariland Model 6004-Self Locking System (SLS) Tactical Holster-Smith & Wesson Holster W/Rails W/ ITI Streamlight M5, 5906TSW, Tactical Black, RH(6004-1402-121 LH(6004- 1402-122 98 GROUP A-2 SHERIFF’S CLASS "A" ACCESSORYGEAR $ all leather gear must be hidden snaps GROUP A-3 SHERIFF’S BADGES 1 Hat Badge / Smith and Warren M385V (SC)- 6 Point Star, Gold-Hard Black Enamel w/ Full color state seal-screw back / Size reduced from 2.75 to 2.25, (Stamp number supplied by Sheriff’s Office on back of badge). 2 Class A Breast Badge / Smith and Warren S608 (SC)- Gold- Hard Black Enamel w/ Full color state seal. (Stamp number supplied by Sheriff’s Office on back of badge). Curved 2 & 7/16" 3 Wallet Badge / Smith and Warren S608 (SC)- Gold-Hard Black Enamel w/ Full color state seal. Flat with clip on back to secure to wallet. (Stamp number supplied by Sheriff’s Office on back of badge). 4 Star Tie / Gold Hard Black Enamel w/ Full color state seal Clutch back. Size reduced to7/8” Symbol Arts..Not Smith and Warren 5 “Retired” Wallet Badge / Smith and Warren S608 (SC)- Gold-Hard Black Enamel w/ Full color state seal. Flat with clip on back to secure to wallet. (Stamp number supplied by Sheriff’s Office on back of badge). See Spec. GROUP A-3 SHERIFF’S BADGES - GROUP TOTAL 1 Name Plate Blackinton Gold Metal w/Black Block Lettering, Clutch Back #J-1. 2 Collar Brass S.C. / S.O. Gold Color / Clasp Back, Blackinton or Eq. 3 Collar Brass SGT. Stripe Gold or Black Color / Clasp Back, Blackinton or Eq. 4 Collar Brass Cpl. Stripe Gold or Black Color / Clasp Back, Blackinton or Eq. 5 Collar Brass LT. Bar Gold or Black Color Clasp Back, Blackinton or Eq. 6 Collar Brass CAPT. Bar Gold or Black Color / Clasp Back, Blackinton or Eq. 7 Collar Brass Chief Emblem Gold or Black Color / Clasp Back, Blackinton or Eq. 8 Tactical Operator’s Citation Bar Blackinton or equal / See spec 9 Citation Bars, various devices 1 ¾” X 3/8”, Blackinton or equal 10 Medal Decoration, various devices, Blackinton or equal GROUP A-4 SHERIFF’S UNIFORM ACCESSORIES/ $ METAL - GROUP TOTAL GROUP A-5 SHERIFF’S UNIFORM ACCESSORIES/ LEATHER 1 Gould #B52W or Equal Garrison Basket Weave Black Leather Belt Gold Color Buckle 2 Black Leather badge & award holder for Class A Shirt / 3 3 Black Leather badge & award holder for Class A Shirt / 5 pins

99 4 Black Leather badge & award holder for Class A Shirt / 7 pins 5 Badge holder for belt with metal clip on back 6 Badge Case Holder Cut Out 2956-Strong or Equal w/Sheriff’s Office lettering & State emblem on front. Must fit Smith and Warren S608 (SC) 7 DeSantis, black leather handcuff & single magazine pouch with clip on back or Equal 8 Tri-fold Badge Wallet cut out #X-BC248-Strong or equal with Sheriff’s Office and State emblem in gold lettering on front. Must fit Smith and Warren Wallet Badge S608 9 MOURNING BNDS, STRETCH CLOTHTO FIT OVER Class A Breast Badge / Smith and Warren S608 GROUP A-5 SHERIFF’S UNIFORM ACCESSORIES/ $ LEATHER - GROUP TOTAL GROUP A-6 SHERIFF’S DRESS UNIFORM 1 Short Sleeve Navy Shirt / Elbeco #5544. 3 Short Sleeve Navy Female Shirt / Elbeco #9744 4 Long Sleeve Navy Shirt Elbeco #544. 5 Long Sleeve White Shirt Elbeco Tex Trop 100% Polyester with Naw Dry with White Buttons #310-3. 6 Long Sleeve Navy Female Shirt / Elbeco 9544 7 Sentry Hat Co. # R801 Navy Trooper Hat with Leather Top Strap and Leather Back Strap and Black Plastic Front Strap – All Brass Hardware and Buttons 8 Winter Coat Blauer # 9010Z-G 9 Fechheimer Trousers Navy With 1 ½ Inch Gold Stripe Broad Cloth #92280 / Law Enforcement Division, (see Spec) 10 Trousers Navy With 1 ½ Inch Gold Stripe Broad Cloth / Corrections Division, (see Spec) GROUP A-6 SHERIFF’S DRESS UNIFORM - GROUP $ TOTAL GROUP A-7 SHERIFF’S DRESS UNIFORM FOUL WEATHER GEAR 1 Rain Coat Blauer Defender # 733 With Lime Green Interior, (must comply with PEOSHA Standards) or Eq 2 White, Black or Navy Turtleneck Blauer 8100 or Eq, with SCSO embroidery 3 White, Black or Navy Mock Turtleneck Blauer 8110 or Equal, with SCSO embroidery 4 Leather Gloves Blauer 170 or Equal 5 WindStopper Fleece Gloves Blauer 9115 or Equal 6 Insulated Gore-Tex Gloves Blauer 9100 or Equal 7 Knit Watch Cap with WindStopper Liner Blauer 125XCR or Equal 8 Knit Watch Cap / No liner, Black 9 Rain cover for Sentry #R801 Dress Hat, Navy on one side and Must have Lime Green Interior, (must comply with PEOSHA Standards) on other

100 10 Blauer Commando 200 V-Neck Sweater – Navy Blue with Department Shoulder Patches (2), (Class A) with appropriate Rank Shoulder or Arm and Name Patch 11 Navy/BlackClip on Tie, with Button Holes Sam Broome or Eq 12 Traffic Vest, Lime Green (must comply with PEOSHA Standards), Must have “Sheriff” across back and “Sheriff” in small print on left breast 13 Blauer 207 Zip Sweater-Navy Blue with Department Shoulder Patches (2) sewn in, Department Badge Patch sewn on left breast with name patch (gold lettering) sewn on right breast, appropriate Rank on Shoulder or Arm 14 Blauer 207 Zip Sweater-BLACK with Department Shoulder Patches (2) sewn in, Department Badge Patch sewn on left breast with cloth name tape with ¼” high gold lettering sewn on right breast, appropriate Rank on Shoulder or Arm GROUP A-7 SHERIFF’S DRESS UNIFORM - FOUL $ WEATHER GEAR GROUP TOTAL GROUP A-8 1 Carolina all leather 10” Jump Boot with zipper 2 Carolina all leather 10” Jump Boot without zipper 3 Rocky Eliminator 2.2 / 8032-1 Black Boot 4 Bates Lites Uniform Shoe / Black Leather 00056-PF1-2261 5 Bates Lites Uniform Shoe / Black Leather 00942 6 Water Proof Boots Lacross Mfgr Co or Equal Police Style 18 inch high 7 5.11 Tactical Series H.R.T. Boot (Black) GROUP A-8 FOOTWEAR GROUP TOTAL $ GROUP A-9 ACADEMY UNIFORM ISSUE FOR SHERIFF’S OFFICE 1 874KH Khaki Dickey Pants, Dickey or equal 2 Khaki Dickey L/S Shirt, 2 Creases sewn in front & 3 sewn in back, Dickey & 1 Academy Patch, 1 Departmental Patch (not sewn on) 3 Watch Cap Strauss #675 Black or equal 4 Clear inexpensive rain poncho 5 Black/White , No stripe – Thor Lor WGX-13 Crew or eq 6 Black/White Socks, No stripe – Thor Lorlos #WGX 13305/ WGX13004 / over calf 7 Black/White Socks, No stripe –All Cotton / over calf 8 Academy Hat Patch 9 Academy Shoulder Patches 10 Black clip-on tie all sizes, Samuel Broome # 900 BOBH or Eq 11 Hatch or Eq Cut Resistant Friskmaster FM 2000 Gloves 12 Plain Black Leather Dress Gloves 13 Healthknit Sweatshirt #HK105 / 2” White letters-Last Name on back. (S to 6xL) (Lettering included in price) (navy blue) (A)

101 14 Healthknit Sweatshirt with hood/pullover / 2” White letters- Last Name on back. (S to 6xL) (Lettering included in price) (navy blue) (A) 15 Healthknit Sweatpants #HK104 No Pockets (S to 6xL) (navy blue) 16 Healthknit T-Shirt (navy blue or white) black letters or white letters-Last name on back (Lettering included in price) (A) 17 Strauss #SCI (navy blue) Gym Shorts GROUP A-9 ACADEMY UNIFORM ISSUE FOR $ SHERIFF’S OFFICE - GROUP TOTAL GROUP A-10 ACADEMY ISSUE ACCESSORIES FOR SHERIFF’S OFFICE 1 Plain Silver Tie Clip 2 Clear Plastic Nalgene (Brand Water Bottle w/Blue Lid, Clear Stem/ 1 Quart Capacity (No Replacements) 3 Athletic Supporter with Plastic Cup- Russell or Eq Male & Female 4 Plain Black Belt – JP 13SS or Equal 5 Inexpensive Jump Rope 6 White Cloth Glove Gardner Type 7 Uniform Marking Kit ½ inch rubber letter w/ white & black ink 8 Mouth Piece 9 Laedal Pocket Mask Model #830011 w/ filter and one way valve, filter oxygen inlet and head strap in compact case 10 Black Eyeglass Strap 11 Plastic name tag style #5, 1 inch by 3 inch, clutch back (last name only) Black background w/ white letters 12 Boot Blouses (pair) 13 Combat Sports, “top contender” fingerless grappling gloves, 14 Black Plastic Police Whistle (with Key – Ring Holder to allow Attachment to Belt Keeper) GROUP A-10 ACADEMY ISSUE ACCESSORIES FOR $ SHERIFF’S OFFICE - GROUP TOTAL GROUP A-11 SHERIFF’S OFFICE BASIC BDU WORK UNIFORM [*Special Note - BDU Shirts and Pants (line items 1, 2, 3, 4, 5, 6) must be of same material brand at all times] - Special Note2- all Shirts price must include 2 Department Shoulder Patches, 1 cloth name tape with ¼” high gold lettering, Appropriate Rank Top Shoulder or Arm, S.C.S.O on collar

*1 BDU Black Uniform Pant – BLAUER 8830 or Eq, With or Without elastic blousing band hemmed in as per Officer’s preference. *2 K-9 BDU Black Uniform Pant – BLAUER 8830 or Eq, With or Without elastic blousing band hemmed in as per Officer’s preference, with 1 ½” washable yellow stripe. *3 BDU Black Uniform S/S Shirt – BLAUER 8713 or Equal*All patches included in price.

102 *4 K-9 BDU Black Uniform S/S Shirt – BLAUER 8713 or Equal*All patches included in price. (“Sheriff K-9” / 10”x8” to be embroidered on back with same color yellow thread as in department patch. *5 BDU Black Uniform L/S Shirt – BLAUER 8703 or Equal*All patches included in price. *6 K-9 BDU Black Uniform L/S Shirt – BLAUER 8703 or Equal*All patches included in price. (“Sheriff K-9” / 10”x8” to be embroidered on back with same color yellow thread as in department patch. 7 Pro-Tuff #WS 107S L/S BDU Shirt w/ Subdued star and 2 subdued departmental patches 8 Proper 067 or Eq M-65 Black Field Jacket w/Removable Liner that can be worn separately w/star and 2 departmental patches, Regular or Subdued 8a Sheriff Star Patch for BDU Shirt / Black and Gold Stitching / See Spec 10 Sheriff Star Patch for Tactical BDU Shirt / Black and Dark Gray Stitching / See Spec 11 Sheriff Shoulder Patch / See Spec 12 Sheriff Tactical Shoulder Patch / Black and Dark Gray Stitching 13 Light Weight Jacket/Full Liner, Blauer 6110 or Eq 14 Sheriff Hat Patch / Regular or Subdued GROUP A-11 SHERIFF’S BASIC BDU WORK UNIFORM - $ GROUP TOTAL GROUP A-12 SHERIFF’S OFFICE BASIC BDU ACCESSORIES 1 Marine Style Black BDU hat with Regular or Subdued hat patch, Military spec, Sewn creases & doubled material. 2 Black Gore-Tex Baseball Cap Blauer 6016 or Eq with department emblem sewn on front 3 Baseball Style Hat, Model M-6089 or Equal W/Sheriff's Patch on Cap. 4 Blauer 210/Jack Young P 4000B or Eq V-Neck Black Pil-Tro Blend Sweater, Name Tag Patch, 2 Dept Patches & Badge Patch Sewn on Sweater 5 Delta, Black Magic, Powder Free, Nitrile Exam Gloves, (see Spec) (Must supply sample) 6 Pant Liner Wind Stopper Blauer 8001XCR or Eq GROUP A-12 SHERIFF’S BASIC BDU ACCESSORIES - $ GROUP TOTAL GROUP A-13 IN SERVICE TRAINING GEAR - SHERIFF & TRAINING ACADEMY 1 Hanes 100% Cotton White Crew Neck T-Shirt, BEEFY – T #5184 No Lettering (S to 6XL) 2 Hanes 100% Cotton Black Crew Neck T – Shirt, BEEFY - T #5184 With Star Decal on Left Breast (S to 6XL)

103 3 Hanes 100% Cotton Black Crew Neck T – Shirt, BEEFY – T # 5184 w/ 6 inch CRT / SRT Letters on Back and CRT / SRT Emblem on Left Breast - s to 6xl) (Back “Somerset County “ line 1 “Sheriff” line 2 “Special or Correctional Response Team” line 3) 4 9 OZ Jerzee Navy, Ash or Black Sweat Pants #4850 MP with Star emblem on upper left pant leg (S to 6XL) 5 9 OZ Jerzee Navy, Ash or Black Sweat Shirt w/ Hood #4997MD with Star emblem on left breast (S to 6XL) 6 9 OZ Jerzee Navy, Ash or Black Sweat Shirt w/ Hood #4997MD with CRT / SRT Letters on Back and CRT / SRT Emblem on Left Breast (S to 6XL) (Back “Somerset County “ line 1 “Sheriff” line 2 “Special or Correctional Response Team” line 3) 7 9 OZ Jerzee Navy, Ash or Black Crew Neck Sweat Shirt #4662 with Star emblem on left breast (s to 6xl) 8 9 OZ Jerzee Navy, Ash or Black Crew Neck Sweat Shirt #4662 with CRT / SRT Letters on Back and CRT / SRT Emblem on Left Breast (s to 6xl) (Back “Somerset County “ line 1 “Sheriff” line 2 “Special or Correctional Response Team” line 3) 9 7 OZ Jerzee Navy, Ash or Black Gym Shorts #321 MP with star emblem on left pant leg (S to 6XL) GROUP A-13 IN SERVICE TRAINING GEAR - GROUP $ TOTAL GROUP A-14 Staff Shirts SHERIFF AND TRAINING ACADEMY cloth name tape with ¼” high gold lettering 1 Staff Shirts, all available colors, S/S Pine Island 810 or Equal, Badge Patch on Left Breast 2 Staff Shirts, all colors, S/S Pine Is. 810, Badge Patch, Name Patch, Appropriate Rank top shoulder or arm 3 Staff Shirts, all available colors, L/S Pine Island 839 or Equal, Badge Patch on Left Breast 4 Staff Shirts, all colors, L/S Pine Is. 839, Badge Patch, Name Patch, Appropriate Rank top shoulder or arm 5 Administrative Staff Shirts, all available colors S/S Pine Island 810 or Equal, with embroidery on left breast "SOMERSET COUNTY SHERIFF’S OFFICE” & Division name / title (not to exceed 40 letters) 6 Administrative Staff Shirts, all available colors L/S Pine Island 839 or Equal, with embroidery on left breast "SOMERSET COUNTY SHERIFF’S OFFICE” & Division name / title (not to exceed 40 letters) 7 5.11 Tactical Polo, all available colors, S/S with 2 ½” Subdued Departmental Patch embroidered on left breast With Lettering on top and bottom, (see Spec). 8 5.11 Tactical Polo, all available colors, L/S with 2 ½” Subdued Departmental Patch embroidered on left breast With Lettering on top and bottom, (see Spec) 9 5.11 Professional Polo, all available colors, S/S with 2 ½” Subdued Departmental Patch embroidered on left breast With Lettering on top and bottom, (see Spec)

104 10 5.11 Professional Polo, all available colors, L/S with 2 ½” Subdued Departmental Patch embroidered on left breast 11 5.11 Tactical Series – Professional Polo, Long & Short Sleeve, Various Colors. “Training Academy logo” embroidered on left chest and Blank; “Instructor” or “Name” embroidered on right chest j- Men’s and Women’s (Please include ‘tall’ sizes) TRAINING ACADEMY 12 5.11 Tactical Series – Tactical Polo, Long & Short Sleeve, Various Colors. “HAZMAT” logo” embroidered on left chest – Men’s and Women’s. (Please include ‘tall’ sizes) TRAINING ACADEMY GROUP A-14 STAFF SHIRTS - GROUP TOTAL $ GROUP A-15 SPECIAL DETAIL SHERIFF & TRAINING ACADEMY 1 5.11 Vest, All Available Colors 2 5.11 Tactical pants, All Available Colors 3 5.11 Tactical Series – Tactical pant, Cotton, Navy – Men’s and Women’s – TRAINING ACADEMY 4 5.11 S/S Tactical Shirt, All Available Colors 5 5.11 L/S Tactical Shirt, All Available Colors 6 5.11 Tactical Series fleece lined jacket / Black #48002 /K-9 patches and reflective lettering included in price, (see Spec) 7 5.11 Double Duty TDU Belt 1.5" Black/Coyote-NO SUBSTITUTE 8 5.11 A.T.A.C. Coyote (Side Zipper) 8" suede/nylon boots - NO SUBSTITUTE 9 5.11 TACLITE Pro Pants (teflon treated) rear strap and slach posckets - TDU Khaki - NO SUBSTITUTE 10 5.11 3 in 1 Parka - Range Red Cover w. Embroided Name Patch/Front and "INSTRUCTOR" on back (3" High and 13" long)(name patch and instructor in white heat applied Lettering - NO SCREEN PRINTS) 11 Hatch Arctic Patrol Gloves (APG30) 12 SEIRUS NEOFLEECE COMBO CLAVA GROUP A-15 SPECIAL DETAIL - GROUP TOTAL $ GROUP A-16 SPECIAL DETAIL HONOR GUARD 1 JayPee #1801SO on Flag Carrier, Plain Black (No BASKET WEAVE) 2 B140 Handcuff Case with Hidden Snap, Black Leather (NO BASKETWEAVE) 3 B629-3 Double Magazine Case with Hidden Snaps, Black Leather (NO BASKET WEAVE) 4 B629-2 Double Magazine Case with Hidden Snaps, Black Leather (NO BASKET WEAVE) for Glock 21 Magazines. Safariland 5 H746-SH Holster, Black Leather (NO BASKET WEAVE), For Glock 21 and S&W 5906 TSW Right or Left Hand. Don Hume. 6 B59FL Fully Lined Duty Belt 2 1/4 “ Wide, Removable Brass Buckle, Black Leather (NO BASKET WEAVE)

105 7 Thorogood/ Bates Lites Low Top Black Leather Duty Shoe (GLOSSY FINISH) Bates SR56 8 Marine Style Blouse coat, With Gold Using 646-96 Fabric 9 Navy Blue Beaver Felt 5X Drill Instructor Cover 10 Standard Length Beaded Cotton Gloves, 100% Cotton, Rubberized Dots on the Palms, Slip on Style, White 11 Standard Length Beaded Cotton Gloves, 100% Cotton, Parade Gloves, (no rubberized dots), Slip on Style, White 12 Mourning Bands, Black Elastic, to fit over uniform badge GROUP A-16 SPECIAL DETAIL HONOR GUARD - $ GROUP TOTAL GROUP A-17 JAIL - INSTITUTIONAL UNIFORM Color of inmate uniforms and color of lettering will be specified on orders: All the listed colors below must be available when needed: Orange, White, Olive, Green, Red, Tan, Navy, Gold, Lt Grey: Choice of White and Black 1 Inmate Shirt (QTY over 100) with 4" lettering on back. S - XL XXL XXXL XXXXL - 10 XL 2 Inmate Trouser (Qty. – over 100) with 4" lettering on right pant leg. S - XL XXL XXXL XXXXL - 10 XL 3 Specify Cap Color when ordering: Orange or White: Inmate Baseball style cap (Qty. – over 100) with 2" lettering on front. GROUP A-17 JAIL - INSTITUTIONAL UNIFORM - GROUP $ TOTAL GROUP A-18 Sheriff’s Cadet 1 Trousers- Midnight Blue- Dickie #874DN. 2 Short Sleeve Shirts- Midnight Blue- Dickie #1574 DN (w/ Dept. patches on both arms). 3 Long Sleeve Shirts- Midnight Blue- Dickie #574 DN (w/ Dept. patches on both arms). GROUP A-18 Sheriff’s Cadet - GROUP TOTAL $ GROUP A-19 Sheriff’s BCI Unit 1 Trousers- Dickey, Lp710 Industrial Pleated Front Comfort Waist Pant, All available colors. 2 Ultra-Club #8512 L/S with pocket. All available colors, with gold embroidery on pocket, "SOMERSET COUNTY SHERIFF’S OFFICE” arched on top and “BCI UNIT” horizontal below.

106 3 Ultra-Club #8590 S/S with pocket. All available colors, with gold embroidery on pocket, "SOMERSET COUNTY SHERIFF’S OFFICE” arched on top and “BCI UNIT” horizontal below. GROUP A-19 Sheriff’s BCI Unit = GROUP TOTAL $ Group A- 20 Sheriff's- Police Uniform-All Classes 1 Shirt-Crew Short Sleeve Guardian Wear (no substitutes) performance wear (90% polyester & 10% lycra, anti- microbial) in multiple colors & multiple sizes. 2 Shirt-Crew Long Sleeve Guardian Wear (no substitutes) performance wear (90% polyester & 10% lycra, anti- microbial) in multiple colors & multiple sizes. 3 Shirt-Crew Short Sleeve Guardian Wear (no subsitutes) performance wear (100% polyester, anti-microbial) in multiple colors & multiple sizes. 4 Shirt-Crew Long Sleeve Guardian Wear (no subsitutes) performance wear (100% polyester, anti-microbial) in multiple colors & multiple sizes. Group A- 20 Sheriff's- Police Uniform-All Classes = $ GROUP TOTAL

Group B- Department of Public Works/Transportation Division 1 Shirts- Long Sleeve –Mfg. Ultra Club or Eq – 60% cotton 40% polyester. Wrinkle free, button down collar, shirttail hem, left breast pocket. Machine washable. Embroidered logo on left chest in Navy Color: Light blue Sizes: Men’s Reg S-XXL Women’s Reg S-XL Tall M-XXL Big 2x-4x Big 2X-5X

2 Shirt – Short Sleeve Same as Long Sleeve Men’s and Women’s color and sizes. Embroidered logo on left chest in Navy

3 Staff Shirt Short sleeve –Mfg. Devon & Jones Style D100 or Eq. Stain resistant 100% Peruvian Pima interlock cotton, Pre shrunk. Wrinkle, fade and pill free. Fabric weight 6 oz per square yard. 3 button placket, covered neck seams, reinforced shoulders, bottom hem straight with side vents. Embroidered logo White on Navy Blue Color: Navy Blue Sizes: Men’s Reg M-XXL /Women’s Reg S-4XL Tall M-XXL / Big 2X-5X

107 4 Staff Shirt Long Sleeve Mens – Port Authority shirt style K500LS or Eq. Three-button placket, flat knit collar, buttons made with durable metal, finished with plastic rims that have been dyed to match the shirt. Bottom hem and sleeves re finished with double- needle construction that lends extra durability and fray- resistance to the construction. With Embroidered Logo White Color: BLUE Sizes: XS – 6XL

5 Staff shirt Long Sleeve Womens - Port Authority shirt: Royal Blue Polo Shirt L500LS RYL specs same as Men’s staff shirt

6 Sweatshirt Crew Neck - Mfg Hanes Style F260 or Equal. Min. 90% cotton 10% polyester, Min 10 oz. with Embroidered Logo White Color: Navy Sizes: S-6XL

7 Hooded Sweatshirt – Full Zip Hooded – Mfg Hanes Style F170 Min or Eq. 50% cotton 50% polyester Min 10 oz with Embroidered Logo White Color: Navy Sizes: S-5XL

8 Men’s Pants – Carhartt pants or Eq relax fit. Style B290 or Eq., pants shall be tailored to length. Color: Navy Blue Sizes waist 28 to 58 sizes

9 Men’s Jeans – Carhartt Style B17DST Relax Fit or Eq. Tailored to length Color: Dark Blue Sizes: waist 28 to 58 sizes

10 Women’s Pants - Dickies women’s relax fit stretch work pants FP221 KH or Eq. 7-ounce mechanical stretch twill (65% polyester/35% cotton) wrinkle resistant and fade resistant. Straight leg relaxed fit, moderate rise. Color: Navy Blue Size: Junior Petite 2 to 8 Petite 6-18 Regular 4-28 Tall 8-18

11 Women’s Jeans-Lee or Levi Stretch Jeans 99% Cotton 1% Lycra or Eq. Color: Dark Blue Sizes: 4-18 16W to 30W Juniors 2-8 petite-long

108 12 Spring Jacket – Mfg: Charles River style 9923 or Eq 100% Nylon Shell. 77% Polyester, 10% Rayon, 13% Cotton lining. Machine Washable with Embroidered Logo White on left Color: Navy Blue Size: S-6XL or larger

13 Winter Jacket/No Hood Quilt Flannel Lined DESCRIPTION: Mfg, Carhartt Brand Style J14MDT No hood or Eq Flannel lined 12 oz 100% cotton sandstone duck, micro-sanded and washed. Zipper heavy duty zipper MATERIAL: 12 oz 100% Cotton sandstone duck, micro-sanded and washed Color: Midnight Blue Sizes: Small to 6XL

14 Winter Coat - Quilt Lined Traditional Style DESCRIPTION: Mfg, Carhartt style C26CT or Eq. Arctic quilt lined traditional style winter coat. Traditional style 12 oz 100% cotton sandstone duck, micro-sanded and washed. Two way zipper. MATERIAL: 12 oz 100% Cotton Sandstone Duck Micro-sanded and washed. Color: Midnight Blue Size: Small – 6XL

17 RAIN JACKET – Mfr. Tingley rubber or Eq – Storm flex .40mm Polyurethane on Knit. 100% Waterproof rain jacket Heavy-duty zipper front jacket closure. Outside heavy-duty non-corrosive metal snap down storm flap seals. Attached hood folds under collar. Vented cape back, 2 oversized cargo pockets. Bottom draw cord and elastic wrists. All draw cords have barred locks. Color: Navy/Green Sizes: S-6XL

18 RAIN SUITS - Mfr. Tingley rubber or Eq – Storm- Champ .20mm PVC on nylon coating 100% Waterproof Jacket and Pants. Features: Heavy-duty front jacket, outside snap down storm flap seals. Snaps to be heavy-duty non-corrosive metal. Attached Hood and draw cord. Vented cape back, vented cape in the back. Jacket to have bottom draw cord and Velcro take up straps. All draw cords to have barrel locks. Pants elastic waist and draw cord, two side pockets, snap closures and Velcro take up straps at ankles. Color: Royal Blue Sizes: S-6XL

109 19 EMBROIDERED LOGO - Logo to read as followed on all shirts, staff shirts, sweatshirts and spring jacket as specified: Somerset County Transportation ** (Color of logo to be white on Navy and or Navy on light colored shirts) **

Group C: Public Works

Group 1: Coveralls 1 Coveralls Red Cap Brand Coverall #CT10 2 Coverall-Quilt, Lined Bib w/Zipper Leg to Knee 3 Coverall-Brown, Duck Zipper Leg Insulated 4 Coverall-Brown, Zip to Waist Lines 5 Coveralls Insulated Carhartt X02 or EQ 6 Coverall BIBS carhartt R02 or EQ Group 2: Coats & Jackets 1 Winter Coat Quilt Lined Traditional Style 2 Jacket-Thermal Lined Active 3 Coat-Brown Duck Blanket Lined 4 Jacket-Lined Western Yoke 5 Hood 6 Windbreaker Jacket 7 Windbreaker Jacket –Sherpa Lined 8 Lined-Duck Jacket 9 Blanket Lined Jacket 10 Original Titan Parka 11 Titan Modular Jacket 12 Titan Snorkel 13 Panel Front Jacket 14 Lined Slash Pocket Eisenhower Jacket 15 Unlined Slash Pocket Eisenhower Jacket 16 Hooded jacket 17 High visibility Class 3 waterproof Jacket 18 High visibility Class 3 Thermal Lined hooded Zip-Front Sweatshirt 19 Duck Vest, Quilt-Lined 20 Winter Coat Carhartt C01 or EQ 21 Winter Coat Carhartt J02 or EQ 22 PETRA-ROC Class 2 Lime/Yellow Mesh Safety Vests Group 3: Hooded Parka 1 Hooded Rain Parka Group 4: Staff Shirts

110 1 Staff Shirts 2 Staff Shirts Group 5: Jean Trouser 1 Jean Trouser, Style 9393V for Traffic Safety 2 Duck Work Dungaree- Quilt Lined carhartt #B10 or EQ 3 Washed Duck Work Dungaree Carhartt #B11 or EQ 4 Washed Denim Work Dungaree Carhartt #B13 or EQ 5 Washed Duck Dungaree-Flannel Lined Carhartt #B111 or EQ 6 Canvas Work Dungaree- Carhartt #B151 or EQ 7 Carhartt Jeans B17 or EQ 8 Dickies Jean FD231 or EQ Group 6- Rain Gear 1 Rainsuit Jacket 2 Rainsuit Pants 3 Industrial Strength Rain Overalls 4 Industrial Strength Rain Parka 5 Storm Stripes brand, Style RLS89 or Equivalent. 6 Tingley Icon 3.1 Premium ANSI Compliant Breathable, Insulated High Visibility Jacket or EQ 7 Tingley Vision Pants-Class 3 Waterproof, P23122 or EQ 8 Tingley Vision Class 3 Rain Jackets, J23122 Group 7- PVC Water Proof Boots 1 Slush Boots, Over the Shoe, Sizes 10-16 General Purpose Knee Boots Cleated outsole, 15" 2 High, Steel Toe, Black, Sizes 10-16 Hip Boots, Cleated outsole, 31" high Steel toe, Brown 3 w/PVC on polyester Knit skirt, Sizes 10-16 Industrial Strength Steel Toe Rubber Boots LaCrosse 4 Ice-King #4222 or Equal, Color: Black. Sizes 7-16 Group 8- Shirts & Pants 1 Work Shirt- Long Sleeve 2 Work Shirt- Short Sleeve 3 Work T-Shirt 4 Work T-Shirt 5 Work Pants 6 T-Shirt Work Wear #1160 or Equal 7 Midweight Hooded Pullover Sweatshirt, Carhartt #K121 or Equal 8 Midweight Crewneck Sweatshirt, Carhartt #K124 or Equal 9 Hooded Sweatshirt Non-Insulated Zipped Carhartt K122 or EQ

111 10 Hooded Sweatshirt Insulated Pullover Insulated Carhartt J170 or EQ 11 Hooded Sweatshirt Insulated Zipped Carhartt J149 or EQ 12 Long Sleeve Work Shirt, Work Wear #101 or Equal 13 Heavy Duty Workpant, Work Wear #201 or Equal Group 9-Headwear 1 Liner, Winter, 2-Piece 2 Port Authority Corner Stone CS800 Hi Visibility Knit Caps 3 Petra-ROC (Style# LBC-S1) Hi-Visibility Baseball Caps 4 Petra-ROC (Style# LRH-FB-L/XL) Hi Visibility 5 Cobra (Style # SAF-5)

GROUP D-1 Law and Public Safety 1 Female Trouser, 5.11 Tactical Pant #64358 2 Male Trouser, 5.11 Tactical Pant #74251 3 Male Trouser, Propper Pant #F5220 4 Polo Shirt, 5.11 Professional Polo Short Sleeve #41060 5 Polo Shirt, 5.11 Professional Polo Long Sleeve #42056 6 Polo Shirt, Horace Small Short Sleeve #HS5123 7 Polo Shirt, Horace Small Long Sleeve #HS5127 8 Job Shirt, Game WorkWear #F5220 9 Job Shirt, 5.11 Tactical #72321 10 Belt, Boston Leather #6630-1 11 Belt, Boston Leather #6606 GROUP D-3 Law and Public Safety 1 Outerbanks brand of long-sleeve golf style shirt, 100% cotton pique. Training Academy logo with 5 different colors and name of individual to be embroidered on the front of the golf shirt. Color: gray, Sizes S-5X (also tall sizes) 2 Outerbanks brand of short-sleeve golf style shirt, 100% cotton pique. Training Academy logo with 5 different colors and name of individual to be embroidered on the front of the golf shirt. Color: gray, Sizes S-5X (also tall sizes) 3 Job shirts – dark navy, long sleeve, sweatshirt material w/zipper, denim collar, denim elbow patches, banded sleeves and bottom, radio pocket with pen pocket inside. Academy patch and instructor patch to be sewn on front of shirt. Flag patch to be sewn on left sleeve. Sizes S-5X (also tall sizes) Logos will be provided on those items where indicated in the specifications. Academy logo (5 colors) to be embroidered on golf shirts. Individual’s first name to be embroidered on golf shirts. No additional payment for embroidered logo and names will be made outside of the unit price bid.

112 The County will provide One (1) Academy patch and one (1) instructor patch for each job shirt. Both patches to be sewn on the front right side of the job shirt. Name embroidered on left side of shirt. No additional payment for embroidered name or flag patch will be made outside of the unit price bid.

TRAINING ACADEMY – INSTRUCTORS 1 Topps SH-95 5505 Nomex Navy blue long sleeve shirt 2 Topps PA-70 5605 Nomex navy blue pants 3 Topps C0-07 5505 Nomex navy blue jump suit 4.5 ox. 4 Topps PA-70 5606 Nomex navy blue jump suit 6.0 ox. 5 Short-sleeve T-shirt Hanes Beefy, 50% cotton/50% poly, Navy Blue w/ Training Academy logo silk screen on left chest , “Instructor” or “Name” on right chest, 1 ½” lettering on back “Somerset County Training Academy “(circular) w/Emergency Services” in center. (please include ‘tall’ sizes) 6 Long-sleeve T-shirt Hanes Beefy, 50% cotton/50% poly, Navy Blue w/ Training Academy logo silk screen on left chest , “Instructor” or “Name” on right chest, 1 ½” lettering on back “Somerset County Training Academy “(circular) w/Emergency Services” in center. (Please include ‘tall’ sizes) 7 Short-sleeve T-shirt Hanes Beefy, 50% cotton/50% poly, Navy Blue w/HAZ MAT logo silk screen on left chest , 1 ½” lettering on back “Somerset County HAZ MAT. (Please include ‘tall’ sizes) 8 Long-sleeve sweatshirt, heavyweight, 50% cotton/ 50% poly, Navy Blue. “Training Academy logo or HAZMAT logo” embroidered on left chest. Blank, Name or Instructor on right chest. 9 Job shirts – dark navy, long sleeve, sweatshirt material w/zipper, denim collar, denim elbow patches, banded sleeves and bottom, radio pocket with pen pocket inside. “Training Academy patch” (provided by County) to be sewn on front of shirt. Flag patch (provided by vendor) to be sewn on left sleeve, Instructor name (first initial and last name) embroidered on right chest - Sizes S-5X

10 Adult Super Sweats Full-Zip Hooded Fleece Sweatshirt 11 Adult All-Weather Jacket 100% nylon shell with fleece lining. 12 Fleece pullover with Training Academy logo and "name" on left chest (Please inclue tall sizes) 13 Fleece jacket with Training Academy logo and "name" on left chest(Please include tall sizes) 14 Blauer Jacket Style #9820, Tacshell, include all colors * *NOTE: 5.11 TACTICAL SERIES CLOTHING FOR ACADEMY INCLUDED WITH JAIL SPECS

GROUP D Police Academy Class “A&B” 1 French blue dress blouse styled by “Hope Uniform” 2 Sam Brown black leather (no weave) double magazine pouch model #220 – Tex Shoemaker DCC 3 Sam Brown black leather (no weave) duty belt – JayPee 204A 113 4 Black leather holster (no weave) w/”D” rings 5 Black leather (no weave) handcuff case, JayPee 1701 6 Black leather (no weave) double magazine pouch model #220 7 ½” Gold name tag w/1/2” black lettering 8 Navy blue clip tie 9 Navy blue t-shirts 10 French blue long sleeve uniform shirt, Tex-Trop by Elbeco 11 French blue short sleeve uniform shirt, Tex-Trop by Elbeco 12 Navy blue winter jacket liner by Blauer (long) 13 Reflective stripe for Blauer jacket 14 Thorogood/Bates Lites low top black leather duty shoe (no glossy finish) 15 Navy blue beaver felt 5X drill instructor cover 16 Black leather gloves/dyna lined #LD50LT 17 Blousing straps- military green style 18 Black leather garrison belt w/square gold buckle 1.75" wide. 19 Black leather Carolina brand jump boots #975 10” captoe 20 Red/gold service stripes-hash marks 21 Shirt stays 22 Nielson gold badge 23 Shoulder patches 24 Gold collar brass 25 Sergeant stripes 26 Black boot covers, Tingley brand model #1300 27 Clear rain cover for drill instructors hat, Alboum brand 28 Blauer, model #9690 men’s black/OSHA yellow, reversible gortex, full length (49") raincoat. 29 Navy blue 140z poly-wool serge trouser w/pocket flaps and with 1 ½ inch gold felt stripe sewn in. No flashlight pocket. 30 Gold, Metal, Collar Brass, Private, (E-1) 31 Gold Metal, Collar Brass, Corporal, (E-4) 32 Gold, Metal, Collar Brass, Sergeant, (E-5) 33 Gold Metal, Collar Brass, Enlisted Rank E-7, Sergeant First Class, (3 Stripes Up/2 Down) 34 Gold, Metal, Collar Brass, Enlisted Rank E-8, Master Sergeant, (3 Stripes Up/3 Down) 35 Police Dress Hat, with Rounded Top, French Blue with Black Visor, Gold Band and Black Top Strap, Gold Buttons. 36 Blauer, #107 Reversible Hat Cover, Black and High Visibility Yellow. 37 Adjustable Leather Chin Strap for Campaign (Drill Instructor) Hat. 38 Campaign (DI) Hat Carrier (Protector/Press) 39 Add: Class B Pants: Navy blue 65% polyester 35% cotton ripstop poplin fabric. Strip fabric Sunrise Gold 100% Polyester Gabardine 1 5/8” wide. 114 GROUP D- Police Academy Class “C” 1 Lee brand, short sleeve collared “Golf Shirt”, navy blue embroidered w/”Academy Patch and Staff” above patch 2 Champion brand, sweatshirt, crewneck, navy blue, embroidered w/”Academy patch and Staff” above patch 4 Blauer Brand, Model# 125GX navy blue “Watch Cap” with wind stopper liner 5 5652 Marine Corps Fatigue Cap 2-ply w/Academy patch 6 Tri-mountain windbreaker, insulated, navy blue with Academy patch and “academy staff” embroidered over the patch. No substitutions for jacket. GROUP D- Police Academy Class “D” 1 Blauer, Model #8100 navy blue, turtleneck w/SCPA emblem on collar 2 Blauer brand men’s gortex rain trousers and Blauer brand men’s gortex rain jacket, navy blue with hood

In all cases where a brand name is stated, it is understood that the intent of the specifications is to read “or equal,” unless specified. GROUP E-1 Prosecutor’s Detective Equip. 1 Blauer jacket, dark navy, no reflective striping, gold buttons (NJSS) Sizes 36-56 (GTX 9019)* 2 *Reflective striping 3 Shoulder patches per art supplied fully embroidered (SC-sh) 4 Hat patches, fully embroidered (SC-hat) 5 Belt, Nylon, Black Uncle Mike’s (UM878x) 6 Web Belt, Uncle Mike’s Ultra w/out Velcro 877x-1 7 Set of 4 Keepers, Nylon, Black, Uncle Mike’s (UM8865) 8 Gould & Goodrich Phoenix Duty Nylon Double Magazine Case Model X647 9 Safariland Paddle Style Single Magazine Case with STX finish Model 074 10 Gould & Goodrich Phoenix Duty Nylon Handcuff Case Model X70 11 Uncle Mike's Black Nylon Flashlight Case Model 88184 for Streamlight Stinger XT 12 Pair Hatch Gloves Neoprene Black (NS430) 13 Body Armor, Armor Body Vest PACA, RTGS3A 14 Pair boots, Corcoran Field Boot, Model 1525, 10” with Vibram sole 15 Safariland Model 6360 ALS Level III mid-ride holster with STX Finish 16 Safariland Model 6378 ALS Concealment Belt Slide/Paddle Combo with STX finish 17 Gould & Goodrich Black Paddle Style Handcuff Case Model B820 18 Handcuff Smith & Wesson Model 100

115 19 #6204 t-shirts 100% cotton, heavyweight 6.1 oz, no pocket navy, with SCPO badge screen on left chest in gold 20 9300Z All-Weather Jacket with Gore-Tex Fabric, Navy Blue 21 Yupoong Flex Fit Cap 6277 Dark Navy with embroidered logo. 22 Small OC Spray, Defense Technology MK-6, .68 oz. Part ID 5069 23 Small OC Holder, Safariland, Model 4271-4V 24 Baton, Monadnock, Model 2570, 16” with safety tip 25 Baton Holder, Monadnock, Model 3026, slide on for 16” baton 26 Streamlight Stinger XT-75011 AC/DC rechargeable, black with Tailcap Switch 27 Blauer 9691 Hip-Length Crosstech Paincoat: Color is: Black/Hi VIS Yellow 28 Fechheimer Flying Cross Pro Series Safety Vest Style 71500P 29 Gould & Goodrich Black Three Slot Pancake Holster Model B733 Group E-2 Prosecutor’s S.W.A.T Basic Equipment 1 Black shirt MS108 w/SCERT patch (1 Woodland camo also) 2 Black SAS head cover PTH-503 (Balaclava) 3 Black baseball cap w/SCERT patch 4 Woodland Camo poncho 5 Rocky- Type black boots (Goretex) 6 Bianchi military web belt M 1020 7 Bianchi double mag pouch for .45 caliber single stack Sig auer 8 Handcuff pouch ALC-229 9 Bianchi side-handled baton holder 10 Mini mag light w/cord MML-2 11 Scorpion-type flashlight 12 Mini mag light holder 13 Scorpion light holder 14 RBR Ballistic Helmet Level IIIA Combat MK-II 15 Shoulder Patches SCERT (Color Olive Drab) artwork to be supplied upon request 16 SWAT Rocker Patches, artwork to be supplied upon request 17 NEGOTIATOR Rocker Patches, artwork to be supplied upon request 18 3” Hat Patches SCERT (Color Olive Drab) artwork to be supplied upon request 19 DIVE RESCUE Rocker Patches, artwork to be supplied upon request 20 Pair Boots, Rocky Super Eliminator 9” high lug sole Goretex, Thinsulate, waterproof w/ankle support, black (R-8400) 21 5.11 Cotton tactical pants, model #74251, khaki

116 22 5.11 Professional polo shirt, short sleeve, model #41060, navy blue. 23 5.11 Professional polo shirt, long sleeve, model #42056, navy blue Group E-3 Prosecutor’s - PT GEAR 1 Holloway, 9149-490 Olympian Jacket, Navy w/light gold trim. The jacket to be embellished with supplied SCPA patch and the rank and surname of its owner. 2 Holloway, 9150-400, Defender Pant, Navy 3 Champion, men’s mesh short, 8.5 inch inseam, style 81234, Navy 4 Champion, women’s mesh short, 6 inch inseam, style 81254, Navy Group E-4 Prosecutor’s Detective Staff 1 Class B Pants 2 Class B Long Sleeve Shirt 3 Class B Short Sleeve Shirt #8713 4 Name Stripe – Sewn on 5 Badge Patch – Sewn on 6 Sergeant Stripes – Sewn on 7 Lieutenant Patch – Sewn on 8 Captain Patch – Sewn on 9 Deputy Chief (collar patch- 2 stars) – Sewn on 10 Chief (collar patch- 4 stars) – Sewn on 11 Shoulder Patch – Sewn on Group E-5 Prosecutor's Duty Belt - Bid as one unit with one price - no substitutions 1 Safariland Model 6360 ALS Level III mid-ride holster with STX Finish 2 Gould & Goodrich Phoenix Duty Nylon Handcuff Case Model X70 3 Gould & Goodrich Phoenix Duty Nylon Double Magazine Case Model X647 4 Uncle Mike’s Web Belt Ultra without Velcro 877x1 5 Uncle Mike’s set of 4 belt keepers UM8865 6 Monadnock Baton Holder Model 3026 Slide on for 16” baton 7 Safariland Small OC Holder Model 4271-4V 8 Uncle Mike’s Black Nylon Flashlight Case Model 88184 for the Streamlight Stinger XT flashlight 9 Smith & Wesson Handcuff Model 100 10 Monadnock Expandable Baton Model 2570, 16” with Safety Tip 11 Defense Technology MK-6 Small OC Spray, .68 oz Part ID 5069 12 Streamlight Stinger XT-75011 AC/DC rechargeable black with Tailcap Switch Total Package Cost

117 Group E-6 Prosecutor's Plain Clothes - Bid as one unit with one price - no substitutions 1 Safariland Model 6378 ALS Concealment Belt Slide/Paddle Combo with STX finish 2 Gould & Goodrich Black Three Slot Pancake Holster Model B733 3 Gould & Goodrich Black Paddle Style Handcuff Case Model B820 4 Safariland Paddle Style Single Magazine Case with STX finish Model 074 Total Package Cost

Group: F Silk-screened Event T-shirts Open end- as needed- quantities to be determined – no minimums 1 50/50 Cotton-Poly T-Shirt Jerzee brand or equal sizes S -4X-L White T-shirt– Option 1---one -color screen full front or back or left chest imprint.

S- M –L XL $ X-L $ 3X-L $ 4X-L $ 2 50/50 Cotton-Poly T-Shirt Jerzee brand or equal sizes S -4X-L White T-shirt – Option 2 ---two-color screen full front or back or left chest imprint

S- M –L XL $ X-L $ 3X-L $ 4X-L $ 3 50/50 Cotton-Poly T-Shirt Jerzee brand or equal sizes S -4X-L White T-shirt – Option 3 ---three or more-colors screen full front or back or left chest imprint

S- M –L XL $ X-L $ 3X-L $ 4X-L $ 4 50/50 Cotton-Poly T-Shirt Jerzee brand or equal sizes S -4X-L Color T-shirt – Option 1---one-color screen full back or front or left chest imprint

118 Colors available: S- M –L XL $ X-L $ 3X-L $ 4X-L $ 5 50/50 Cotton-Poly T-Shirt Jerzee brand or equal sizes S -4X-L Color T-shirt – Option 2 ---two-color screen full back or front or left chest imprint

Colors available: S- M –L XL $ X-L $ 3X-L $ 4X-L $ 6 50/50 Cotton-Poly T-Shirt Jerzee brand or equal sizes S -4X-L Color T-shirt – Option 3 ---three or more colors screen full back or front or left chest imprint

Colors available: S- M –L XL $ X-L $ 3X-L $ 4X-L $ 7 Staff Shirt – Short sleeve, Jerzees 5.2 oz Jersey knit, 50%poly/50%cotton blend, oversized fit, 2 button with collar. Left breast pocket Option 1. Screen over left breast pocket Colors available: S- M –L XL $ X-L $ 3X-L $ 4X-L $ 8 Staff Shirt – Short sleeve, Jerzees 5.2 oz Jersey knit, 50%poly/50%cotton blend, oversized fit, 2 button with collar. Left breast pocket Option 4 Embroidery over left breast pocket Colors available: S- M –L XL $ X-L $ 3X-L $ 4X-L $ 9 Additional side - of any shirt above - screened

119 10 Screen charges – Art to be provided by requesting office/Agency 11 Lead time required – working days exclusive of holidays

Item # GROUP G: PARKS– GENERAL WORK UNIFORM a-1 Coat – J130 Carhartt Sandstone Active Jac/Quilted Flannel-lined. 12 oz, 100% cotton sandstone duck, quilted flannel lining in body, quilted nylon lining in sleeves, attached three-piece hood, two inside pockets. Sizes: reg S-5XL, Tall available. SCPC patches sewn on outside top of left sleeve. Color: green a-2 Coat- Carhartt#C003, Quilted Nylon lining w/ polyester fill, 12 oz, heavy weight, firm-hand, 100% ring spun cotton duck, pleated elbows. Sizes S-XXL; SCPC patches sewn on top of left sleeve; Color: Brown a-3 Vest – V02 Carhartt Sandstone Vest/Arctic Quilt Lined- 12 oz, 100% cotton sandstone duck, nylon lining quilted to arctic-weight polyester insulation, zipper front with inside wind flap, inside patch pocket with hook- and-loop closure. Sizes: S-4XL, Tall available. SCPC patches sewn on left chest. Color: green a-4 Hat – Fleece lined knit hat. Color: Black a-5 Hat - Military Boonies - Safari style rimmed hat with under chin tie strings. Color: khaki a-6 Cargo Shorts- B-357 Carhartt 9.25 oz, 100% ripstop cotton, gusseted crotch, Cordura lined pockets, 11" inseamMen‘s Sizes: 28-50 waist. Color: Desert a-7 Cargo Shorts- Womens Dickies #FR327, 100% cotton twill Sizes: 4-20 w/ 10" inseam for Women Color: Khaki a-8 Shorts B278 Carhartt 7.5 oz, 100% ring-spun cotton canvas, garment-washed for soft finish. 11” inseam Sizes: 28”-44” waist Color: tan a-9 Shorts- 7 oz. 100% ring-spun cotton twill, 10” inseam, front slash pockets, 2 welt back pockets Sizes: 28”-44” waist. Color: tan a-10 Skort- soft nylon/Spandex blend, 18 ¾” in length, at least one pocket Sizes: 0-20 Color: khaki a-11 Pants - B11 Carhartt -Washed Duck Dungaree, 12 oz, 100% ring-spun cotton duck, sits at the natural waist, full seat and thigh, multiple tool and utility pockets, hammer loop, two reinforced back pockets, 19” leg opening fits over work boot. Sizes: 28-44 waist ;30-36 inseam. Color: khaki

120 a-12 Pants #874 – Dickie - Work Pants- plain front twill pants, treated with Scotch Guard, stain release for easy care, 65% polyester/35% cotton. 4 pocket. Sizes: 30-50 waist; 29-36 inseam Colors: khaki and green a-13 Pants B159 – Carhartt - Loose Fit Canvas Carpenter Jeans- 8.5 oz, 100% ring-spun cotton canvas, sits slightly below the natural waist, loose seat and thigh, double hammer loops, cell phone pocket, utility pocket, two reinforced back pockets, 19” leg opening fits over work boot. Sizes: Men’s 28-46 waist; 30-36 inseam; Color: khaki a-14 Women’s Carpenter Pant, Dickies FD 2300 RDS, 100% cotton, casual fit. Sizes: 2-18 Color: rinsed dark stone a-15 Pants # 465-6326- Lee- Peached stretch Twill women’s pants, 98% cotton, 2% Spandex. Sizes: 4-26 Color: Light khaki a-16 Pants- Lee, Style #495-1271, women’s dressier stretch twill pants. Sizes: 0-30+ Color: khaki a-17 Flannel lined pants, Carhartt B111 Washed Duck Dungaree- flannel lined- 12 oz, 100% ring-spun cotton duck, 65% cotton/35% polyester flannel lining. 19” leg opening fits over work boot. Sizes: 28-44 waist; 30-36 inseam Color: khaki a-18 Pants with fleece lining for women. 100% cotton. Sizes: for women: 0-20 Color: khaki a-19 Pants- Lee stain resistant Khaki pants, Style #4181250, Double pleated Sizes: 30-42 waist, 30-36 inseam Color: khaki a-20 Coveralls #X010 Carhartt – Duck Coverall/Quilt Lined- 12 oz, firm-hand, 100% ring-spun cotton duck, 100% nylon quilted to polyester mid-weight lining. SCPC patches sewn on outside top of left sleeve. Sizes: 34- 60 waist, short and tall available Color: brown a-21 Bib coveralls - #R02- Carhartt – Duck bib overall/quilt lined. 12 oz. heavy duty cotton duck with 100% nylon quilted polyester mid weight lining. Sizes: 30-58 waist, short and tall available Color: brown a-22 Coveralls- 7.5 oz. twill, 65% polyester/35% cotton, Heavy-duty brass zippers on all pockets, and two-way front zipper, bi-swing back Sizes: 30-58 waist, short and tall available Color: olive green a-23 Rain wear – Onguard Industrials Sitex Protective .35mm PVC three piece suit, Style #76600, jacket w/corduroy collar, hood, and overalls Sizes: S-4XL, short and tall available Color: green

121 a-24 Rain wear jacket- #J219 Carhartt waterproof, breathable Arcadia jacket Sizes: S-3XL, regular and tall Color: black a-25 Rain wear pants- #B255 Carhartt waterproof, breathable Arcadia pants, elastic waist band Sizes: regular, S-2XL, Tall L-3XL Color: black a-26 Viking PVC overshoes, 4” with cleated outside. Sizes: XS-3XL Group G: PARKS- RANGER UNIFORM ITEMS b-1 Trousers-5.11 Taclite Pro #74273 65%/35% Polyester/cotton,ripstopSizes: 29-44 Color: TDU. green b-2 Trousers-5.11 Womans Taclite Pro #64360 65%/35% Polyester/cotton,ripstopSizes: 2-20 Color: TDU. green b-3 Shorts- 5.11 Men's Taclite Short #73308, 65% polyester, 35% cotton, ripstop, 11" inseam Sizes 28-44 Color: TDU Green b-4 Shorts- 5.11 Women's Taclite Short #63071, 65% polyester, 35% cotton, ripstop, 9" inseam Sizes 2-20 Color: TDU Green b-5 Bike Shorts- 5.11 Patrol #43057, stretch nylon/spandex w/ cargo pockets Sizes S-XXL Color: Khaki b-6 Short sleeve shirt – Red Cap SP60 65% polyester, 35% cotton SCPC patches to be sewn on left sleeve Sizes: S-XXL Color: Khaki b-7 Long sleeve shirt – Red Cap SP50 65% polyester, 35% cotton SCPC patches to be sewn on left sleeve Sizes: S-XXL Color: Khaki b-8 Polo Shirt- 5.11 Men's SS Performance Polo #71049, 100% Polyester, w/ Ranger double silk screened in forest green on back w/ 3" letters SCPC/Ranger patches to be sewn on left sleeve Sizes: S-2XL Colors: Silver Tan and Traffic Yellow b-9 Polo Shirt- 5.11 Womens's SS Performance Polo #61165, 100% Polyester, w/ Ranger double silk screened in forest green on back w/ 3" letters SCPC/Ranger patches to be sewn on left sleeve Sizes: S-XL Colors: Silver Tan and Traffic Yellow b-9 Turtleneck, 100% cotton, long-sleeved w/lycra or spandex collar and sleeve Sizes: S-2XL Color: black

122 b-10 3 season coat- 5.11 Bristol Parka #48152, 100% all weather nylon, w/ Auquaguard zippers SCPC patches to be sewn on left sleeve zip out insulated liner Sizes: S-2XL Color: Black b-11 Raincoat - PetraRock LRC48 Reversible, with lime green, reflective stripes Sizes: S-2XL Color: Black b-12 Pullover/Windshirt- 5.11 Station Windbreaker, windproof, 100% poly-microfiber w/Teflon coating, Spandex cuff, collar, and waist. SCPC/Ranger parches to be sewn on left sleeve Sizes: XS-3XL Color: black b-13 Fleece pullover- ¼ zip, 100% polyester SCPC/Ranger patches to be sewn on left sleeve Sizes: S-2XL Colors: black and forest green b-14 Campaign style hat- triple brim straw, individually boxed for personal storage Sizes: 6 ½-8 Color: tan b-15 Bicycle helmet – Bell Pro Sizes: S-XL Color: white b-16 Hat band – Don Hume leather, variety of sizes, plain finish, 1” wide for crown of , w/brass hardware Sizes: 6 ½-8 Color: black b-17 Hat protectors- 100% clear vinyl for campaign hat Sizes: S-XL b-18 Winter knit hat – acrylic Color: black b-19 Necktie, wool or wool blend Medium and long, clip on Color: olive green b-20 Small cloth Fanny pack 8” x 6” x 4” or similar Color: black b-21 Equipment bag- Uncle Mike’s style# 5247 Color: black b-22 Nametag metal, brushed silver w/black lettering, one line clutch-back Size: 2 ½”x 5/8” b-23 Belt- 5.11 Nylon trainer #59409, 1 1/2 wide, w/ black buckel Size: S-2XL Color Black b-24 American Flag pins – metal – non-spinning Clutch back b-25 Traffic Safety Vest- Flying Cross#71510 Reflective with “RANGER” silk-screened Sizes: S-XL Color: green b-26 Winter gloves, waterproof, Thermo-lite lining, goat skin palm, nylon back panel, Spandex wrist cuff w/Velcro closure Sizes: S-XL Color: black GROUP G: PARKS- EMBROIDERED AND SILK- SCREENED - SHIRTS, SWEATERS, WINDBREAKERS, CAPS c-1 T-Shirts Hanes, Beefy T, Style #5190 100% Cotton – with pocket Sizes: S-4XL , regular and tall Color: Forest Green Silk-screened white logo on left chest

123 c-2 T-Shirts Hanes, Beefy T, Style #5180 100% Cotton - without pocket Sizes S-4XL, regular and tall, Color: Forest Green, Silk-screened white logo on left chest c-3 T-Shirts Jensen, Style #6525, 100% cotton – with pocket long sleeve Sizes: S-4XL , regular and tall Color: Forest Green Silk-screened white logo on left chest c-4 T-shirt Fruit of the Loom, Style #3930, 100% cotton, no pocket Sizes: S-4XL, regular and tallSizes: S-4XL, regular and tall Color: white Volunteer logo Silk- screened in forest green on left chest c-5 Tank Tops Hanes, Beefy T, Style #5240 100% Cotton Sizes: S-XL Color: white Silk-screened Lifeguard logo in red on left chest c-6 Sweatshirt, Jerzee, Style #4662 50/50 Cot/Poly 9oz weight crewneck Sizes: S-4XL, regular and tall Color: Forest Green Embroidered white logo on left chest c-7 Sweatshirt, Jerzee, Style #4999 , 50/50 Cot/Poly, 9oz weight zipper/hooded Sizes: S-4XL Color: Forest Green Embroidered white logo on left chest c-8 Sweatshirt, Camber, Style #531, 50/50 Cot/Poly 9oz weight zipper/hooded thermal lining Sizes: S-4XL Color: Forest Green Embroidered white logo on left chest c-9A Windbreaker (Pouch Jacket), Auburn, Style #405 Autron, Pullover style Sizes: S-4XLOption A: Color Black Silk-screened white logo on left chest, standard style, full snap front c-9B Windbreaker (Pouch Jacket), Auburn, Style #405 Autron, Pullover style Sizes: S-4XLOption B: Color Red “Lifeguard logo” Silk-screened white logo on left chest c-10A Sweaters, Andrew Rohan, Style #790, 100% Cotton Sizes: S – 4XLOption A: Forest Green, Embroidered white logo on left chest c-10B Sweaters, Andrew Rohan, Style #790, 100% Cotton Sizes: S – 4XL Option B: Camel, Embroidered green logo on left chest c-11A Ballcap with adjustable back Color: White with Forest Green Brim, Embroidered Logo on front in green Option A: Cotton canvas c-11B Ballcap with adjustable back Color: White with Forest Green Brim, Embroidered Logo on front in green Option B: Mesh back c-12A Ballcap with adjustable back Color: Forest Green, embroidered logo on front in white Option A: Cotton canvas

124 c-12B Ballcap with adjustable back Color: Forest Green, embroidered logo on front in white Option B: Mesh back c-13 Polo shirt, Gildan, Style #74800, 65% Polyester/35% Cotton, Collar and 3 buttons. No pocket Sizes: Women’s sizes S-2XL Color: Forest green Embroidered white logo on left chest. c-14 Polo shirt, Gildan, Style #14800, 50/50, 3 buttons, no pocket Sizes: men’s S-3XL, regular and tall Color: forest green w/white embroidered logo on left chest c-15 Polo shirt, Outer Banks, Style #2100, 100% cotton Sizes: S-4XL, regular and tall Color: forest green Embroidered white SCPC logo on left chest c-16 Polo Shirt- Men's Dri Fit, moisture wicking, anti-odor, 3 buttons, no pocket Sizes S-3XL Color: Forest/Dark Green Embroidered white SCPC logo on left chest c-17 Polo Shirt- Women's Dri Fit, moisture wicking, anti- odor, 3 buttons, no pocket Sizes S-3XL Color: Forest/Dark Green Embroidered white SCPC logo on left chest c-18 Long Sleeved Polo Shirt- Rivers End Item #2037, 100% Cotton, Long Sleeve Staff Shirt w/ collar and 3 buttons. No Pocket. Sizes: S-4XL regular and tall Color: Forest Green w/ Khaki Collar Embroidered with SCPC logo on left chest c-19A T-shirt, Fruit of the Loom, Jerzee, or equal 50/50 Option A: Youth Sizes: S-XL Adult S-XL Color: bright yellow w/ one color (Navy/Royal Blue) silk screened front with SCPC log and Camp logo on back c-19B T-shirt, Fruit of the Loom, Jerzee, or equal 50/50 Option B: Adult sizes: S- 3XL Color: to be determined with one color (to be determined) silk-screened front with Somerset County Park Commission logo and camp logo on back.

(c-19B) Please list available colors shirts and inks or submit catalogue for colors. C-20 Long Sleeve T-shirt , Jerzee or Fruit of the Loom, 50/50 sizes : Adult S-XL Color: To be determined silk- screened Turkey Trot 1 color logo on left chest and down the right sleeve. 10 to 12 different sponsor logos on back – same color

(C -20) Please list available colors shirts and inks or submit catalogue for colors:

125 c-21 Button-down Oxford Shirt-100% stain resistant cotton, performance twill, button down collar, single chest pocket, men’s and women’s cut Sizes: Men’s, S-4XL, Women’s, S-XL Color: Forest Green w/white embroidered logo on left chest

Option A: Short-sleeved Option B: Long-sleeved c-22 Flannel work shirt SCPC patches sewn on top of left sleeve Sizes: S-4XL, regular and tall Color: forest green w/white embroidered logo on left chest c-23 Screen charges – Art to be provided by requesting department c-24 Lead Time required – work days exclusive of weekends and holidays

126 COUNTY OF SOMERSET BID DOCUMENT CHECKLIST

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

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

B. MANDATORY ITEM(S), REQUIRED NO LATER THAN TIME PERIOD INDICATED Business Registration Certificate - Bidder Business Registration Certificate – Designated Subcontractor(s) Public Works Contractor Registration Certificate(s) for the Bidder and Designated Subcontractors (Prior to Award, but effective at time of bid)

C. FAILURE TO SUBMIT ANY OFTHESE ITEMS AT TIME OF BID MAY BE CAUSE FOR REJECTION Three (3) references for similar projects Authorization for Background Check Catalog/Price List Product Samples Certification of Available Equipment Other: CD with PDF of Bid Response along w/Printed Copies (ref page 1)

D. READ ONLY Americans With Disability Act of 1990 Language

E. OPTIONAL ITEM(S) County Cooperative Contract Option

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

Name of Bidder: Date:

By Authorized Representative:

Signature:

Print Name & Title:

127

COUNTY OF SOMERSET BID PROPOSAL FORM/SIGNATURE PAGE

TO THE COUNTY OF SOMERSET BOARD OF CHOSEN FREEHOLDERS:

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

Bidders shall submit a CD with PDF of Bid Response along with printed copies and an Excel Spreadsheet of the completed “Spreadsheet” (ref pages 98-142). Use same columns and format as shown on the table. Failure to provide this may be cause for rejection. Do not PDF excel spreadsheet or change format. Excel must be Windows XP compatible. The bidder must also include in the bid response a printed copy of the completed spreadsheet.

(Corporation) The undersigned is a (Partnership) under the laws of the State of ______having its (Individual) Principal office at .

Company Federal I.D. # or Social Security #

Address

Signature of Authorized Agent Type or Print Name

Title of Authorized Agent Date

Telephone Number Email Address

Fax Number

128 COUNTY OF SOMERSET STOCKHOLDER DISCLOSURE CERTIFICATION N.J.S.A. 52:25-24.2 (P.L. 1977 c.33)

FAILURE OF THE BIDDER TO SUBMIT THE REQUIRED INFORMATION IS CAUSE FOR AUTOMATIC REJECTION

CHECK ONE:

I certify that the list below contains the names and home addresses of all stockholders holding 10% or more of the issued and outstanding stock of the undersigned.

I certify that no one stockholder owns 10% or more of the issued and outstanding stock of the undersigned.

Legal Name of Bidder Business: ______

Check which business entity applies:

Partnership Corporation Sole Proprietorship

Limited Partnership Limited Liability Partnership Limited Liability Corporation

Subchapter S Corporation Other

Complete if the bidder/respondent is one of the 3 types of Corporations:

Date Incorporated: Where Incorporated:

Business Address:

STREET ADDRESS CITY STATE ZIP

TELEPHONE # FAX # EMAIL

Listed below are the names and addresses of all stockholders, partners or individuals who own 10% or more of its stock of any classes, or who own 10% or greater interest therein.

NAME HOME ADDRESS

NAME HOME ADDRESS

CONTINUE ON ADDITIONAL SHEETS IF NECESSARY: Yes No

Signature: Date:

Printed Name and Title:

129 COUNTY OF SOMERSET NON-COLLUSION AFFIDAVIT

State of ______County of ______ss:

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

I am ______of the firm of ______(Title or position) (Name of firm) the bidder making this 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 Somerset 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 employees or bona fide established commercial or selling agencies maintained by______. (name of contractor)

(N.J.S.A. 52:34-25)

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

(Type or print name of affiant under signature) ______Notary public of

My Commission expires ______.

130 A. EEO/AFFIRMATIVE ACTION COMPLIANCE NOTICE N.J.S.A. 10:5-31 and N.J.A.C. 17:27 GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS

All successful bidders are required to submit evidence of appropriate affirmative action compliance to the County and Division of Public Contracts Equal Employment Opportunity Compliance. During a review, Division representatives will review the County files to determine whether the affirmative action evidence has been submitted by the vendor/contractor. Specifically, each vendor/contractor shall submit to the County, prior to execution of the contract, one of the following documents:

Goods and General Service Vendors 1. Letter of Federal Approval indicating that the vendor is under an existing Federally approved or sanctioned affirmative action program. A copy of the approval letter is to be provided by the vendor to the County and the Division. This approval letter is valid for one year from the date of issuance.

Do you have a federally-approved or sanctioned EEO/AA program? Yes No If yes, please submit a photostatic copy of such approval.

2. A Certificate of Employee Information Report (hereafter “Certificate”), issued in accordance with N.J.A.C. 17:27-1.1 et seq. The vendor must provide a copy of the Certificate to the County as evidence of its compliance with the regulations. The Certificate represents the review and approval of the vendor’s Employee Information Report, Form AA-302 by the Division. The period of validity of the Certificate is indicated on its face. Certificates must be renewed prior to their expiration date in order to remain valid.

Do you have a State Certificate of Employee Information Report Approval? Yes No If yes, please submit a photostatic copy of such approval.

3. The successful vendor shall complete an Initial Employee Report, Form AA-302 and submit it to the Division with $150.00 Fee and forward a copy of the Form to the County. Upon submission and review by the Division, this report shall constitute evidence of compliance with the regulations. Prior to execution of the contract, the EEO/AA evidence must be submitted.

The successful vendor may obtain the Affirmative Action Employee Information Report (AA302) on the Division website www.state.nj.us/treasury/contract_compliance.

The successful vendor(s) must submit the AA302 Report to the Division of Public Contracts Equal Employment Opportunity Compliance, with a copy to Public Agency.

The undersigned vendor certifies that he/she is aware of the commitment to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27 and agrees to furnish the required forms of evidence.

The undersigned vendor further understands that his/her bid shall be rejected as non-responsive if said contractor fails to comply with the requirements of N.J.S.A. 10:5-31 and N.J.A.C. 17:27.

COMPANY: ______SIGNATURE: ______

PRINT NAME:______TITLE: ______

DATE: ______

131 (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.

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 Public Contracts Equal Employment Opportunity Compliance 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 Public Contracts Equal Employment Opportunity Compliance for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code at N.J.A.C. 17:27. 132 COUNTY OF SOMERSET

AMERICANS WITH DISABILITIES ACT OF 1990 Equal Opportunity for Individuals with Disability

The Contractor and the Owner, do hereby agree that the provisions of Title 11 of the Americans With Disabilities Act of 1990 (the "Act") (42 U.S.C. S121 01 et seq.), which prohibits discrimination on the basis of disability by public entities in all services, programs, and activities provided or made available by public entities, and the rules and regulations promulgated pursuant there unto, are made a part of this contract. In providing any aid, benefit, or service on behalf of the owner pursuant to this contract, the contractor agrees that the performance shall be in strict compliance with the Act. In the event that the contractor, its agents, servants, employees, or subcontractors violate or are alleged to have violated the Act during the performance of this contract, the contractor shall defend the owner in any action or administrative proceeding commenced pursuant to this Act. The contractor shall indemnify, protect, and save harmless the owner, its agents, servants, and employees from and against any and all suits, claims, losses, demands, or damages, of whatever kind or nature arising out of or claimed to arise out of the alleged violation. The contractor shall, at its own expense, appear, defend, and pay any and all charges for legal services and any and all costs and other expenses arising from such action or administrative proceeding or incurred in connection therewith. In any and all complaints brought pursuant to the owner’s grievance procedure, the contractor agrees to abide by any decision of the owner which is rendered pursuant to said grievance procedure. If any action or administrative proceeding results in an award of damages against the owner, or if the owner incurs any expense to cure a violation of the ADA which has been brought pursuant to its grievance procedure, the contractor shall satisfy and discharge the same at its own expense.

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

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

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

133 COUNTY OF SOMERSET

October 20, 2004

Revised Contract Language for BRC Compliance

Goods and Services Contracts (including purchase orders)

* Construction Contracts (including public works related purchase orders)

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:

1) the contractor shall provide written notice to its subcontractors and suppliers to submit proof of business registration to the contractor;

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

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

4) during the term of this contract, the contractor and its affiliates shall collect and remit, and shall 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.

ALERT FAILURE TO INCLUDE A COPY OF YOUR NEW JERSEY BUSINESS REGISTRATION CERTIFICATE IS CAUSE FOR REJECTION OF YOUR PROPOSAL

134 COUNTY OF SOMERSET

THESE ARE SAMPLES OF THE ONLY ACCEPTABLE BUSINESS REGISTRATION CERTIFICATES. FAILURE TO SUBMIT ONE OF THESE DOCUMENTS WITH THE BID WILL CAUSE YOUR BID TO BE REJECTED, REGARDLESS OF THE FACT THAT A COPY MAY ALREADY BE ON FILE WITH THE COUNTY OF SOMERSET.

135 Division of Purchasing DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN

Solicitation Number: Bidder/Offeror:

Pursuant to Public Law 2012, c. 25, any person or entity that submits a bid or proposal or otherwise proposes to enter into or renew a contract must complete the certification below to attest, under penalty of perjury, that the person or entity, or one of the person or entity’s parents, subsidiaries, or affiliates, is not identified on a list created and maintained by the Department of the Treasury as a person or entity engaging in investment activities in Iran. If the Director finds a person or entity to be in violation of the principles which are the subject of this 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 person or entity.

I certify, pursuant to Public Law 2012, c. 25, that the person or entity listed above for which I am authorized to bid/renew:

☐ is not providing goods or services of $20,000,000 or more in the energy sector of Iran, including a person or entity that provides oil or liquefied natural gas tankers, or products used to construct or maintain pipelines used to transport oil or liquefied natural gas, for the energy sector of Iran, AND

☐ is not a financial institution that extends $20,000,000 or more in credit to another person or entity, for 45 days or more, if that person or entity will use the credit to provide goods or services in the energy sector in Iran.

In the event that a person or entity is unable to make the above certification because it or one of its parents, subsidiaries, or affiliates has engaged in the above-referenced activities, a detailed, accurate and precise description of the activities must be provided in part 2 below to the Division of Purchase under penalty of perjury. 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, 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.

NAME:______Relationship to Bidder/Offeror______

Description of Activities______

Duration of Engagement______Anticipated Cessation Date:______

Bidder/Offeror 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 Somerset County 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 Somerset County, New Jersey and that the County at its option may declare any contract(s) resulting from this certification void and unenforceable.

Full Name (Print)______Signature: ______Title______Date:______

136 COUNTY OF SOMERSET

ACKNOWLEDGMENT OF RECEIPT OF ADDENDA

The undersigned Bidder hereby acknowledges receipt of the following Addenda:

ADDENDUM ACKNOWLEDGE RECEIPT NUMBER DATE (Initial)

______

______

______

______

______

Acknowledged for: (Name of Bidder)

By: (Signature of Authorized Representative)

Name: (Print or Type)

Title:

Date:

FORM NOT REQUIRED IF NO ADDENDA ISSUED

137