Loading...
PD Uniforms and EquipmentVillage of Oak Brook Police Department Uniforms And Equipment Bid Package February, 2012 Table of Contents Section A. Notice to Bidders C. instructions D. Specifications E. General Conditions F. Statement of Contractor's Qualifications G. References H. Bid Certification I. Contract JAWORDDOCIBID PACKAGESN2012 Bid Packages\2012 PD Uniforms.doc Section A Notice to Bidders Mss. Holly Bratanick The Daily Herald P.O. Box 280 Arlington Heights, IL 60006 Dear Ms. Bratanick: Please publish the following legal notice on February 13, 2012: NOTICE TO BIDDERS VILLAGE OF OAK BROOK The Village of Oak Brook will receive bids for: Police Department Uniforms and Equipment Sealed bids will be received by Rania Serences, Purchasing Clerk, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523 until 9:30 A.M., Monday, February 27, 2012, prevailing time, and publicly opened in the Samuel E. Dean Board Room at that time. A complete bid package, of which this notice is a part, is on file for inspection and may be downloaded from the Village's website www.oak-brook.ore or picked up at the Butler Government Center, 1200 Oak Brook Road, Oak Brook, Illinois 60523, between the hours of 8:30 A.M. and 5 P.M. Monday through Friday. There is no charge for the package. No bid shall be withdrawn after opening of bids without the consent of the Village of Oak Brook for a period of ninety (90) days after the scheduled time of opening bids. The Village of Oak Brook reserves the right to reject any or all bids and to waive any informalities in bidding and to accept the bid deemed most advantageous to it. The Village shall not be committed to any minimum dollar purchase, and reserves the right to either increase or decrease the actual quantities ordered, at our sole option. Items will be ordered and delivered as needed throughout the year, in quantities determined by the Village. Charlotte Pruss Village Clerk Section B Bid Police Department Uniforms COST OF WORK: The undersigned, acting for and on behalf of contractor and having familiarized himself with conditions affecting the cost of the work and its performance and having carefully examined and fully understood the entire bid package, hereby affirms and agrees to enter into a contract with the Village of Oak Brook, Oak Brook, IL. To provide all supervision, labor, material, equipment and all other expense items to completely perform the work covered by the specifications in this Bid Package, including completely assembling all items in an operable condition and delivering said items to the Village of Oak Brook. The Village shall not be committed to any minimum dollar purchase, and reserves the right to either increase or decrease the actual quantities ordered, at our sole option. Items will be ordered and delivered as needed throughout the year, in quantities determined by the Village. The Village reserves the right to split the award, based on categories, individual items, or other combination of bids submitted. Bidders should submit alternate pricing, if appropriate, to reflect the award of an entire category or combination of items to one Bidder. Bidders do not need to submit pricing for all items. This contract will operate as a REQUIREMENTS CONTRACT and all prices will remain firm for all of 2012. The Village reserves the right to contract for 1 year with (3) 1 year options to renew at its sole option. The undersigned submits herewith his Unit Price Bids on the following pages, Page 1 CATEGORY] Estimated Uniform Items Unit Price Extended Quantity 2 5 Star Cap i o-)at� , kI rile/ � 65aJN✓ 0 $S y� 70 � I Police Chief Cap M• d wa y� t4ode/ �b 5 Rain Cap Covers 8 a S as y/• 2 Foul Weather Cap fi a� 50 ;0 413 0 30 Long Sleeve Ladies Shirt Dacron Polyester/Rayon Blend cc SO Long Sleeve Ladies Shirt a`4 VS- / Z5 30 100% Polyester 30 Short Sleeve Ladies Shirt b $ s �Q, 27 sa Dacron Polyester/Rayon Blend 30 Short Sleeve Ladies Shirt / o 100% Polyester 100 Long Sleeve Men's Shirt Dacron Polyester/Rayon Blend 65 100 Long Sleeve Men's Shirt �ybv� y oy5 100% Polyester 100 Short Sleeve Men's Shirt Dacron Polyester/Rayon Blend 8s Z/ 00 y, 985 100 Short Sleeve Men's Shirt t �� p 100% Polyester 15 Long Sleeve Community Service Officer Shirt 60 ya po 3© Dacron Polyester/Rayon Blend 15 Long Sleeve Community Service Officer Shirtg 3 �00 57006 100% Polyester 15 Short Sleeve Community Service Officer Shirt X� 3 Y00 V 57006 Dacron Polyester/Rayon Blend Page 2 Estimated Quantity Uniform Items Unit Price Extended 15 Short Sleeve Community Service Officer Shirt 100% Polyester -A 3a y$ 7 5 Police Chief Long Sleeve Shirt Dacron Polyester/Rayon Blend o0 �O2 /p°a 5 Police Chief Long Sleeve Shirt 100% Polyester / A/7 v� 5 Police Chief Short Sleeve Shirt Dacron Polyester/Rayon Blend 0 o o a 90� 5 Police Chief Short Sleeve Shirt 100% Polyester ?? 20 Ladies Administration Pants SS 3 S ;5r //O 70' So Men's Administration Pants y� Jr s 35- .�.2 767 so 15 Men's Leather Shoes ,Ooie S Li -les i+9 3Z J11ocr- Leaa-h« pQ 5-0 P/y9a S -D 5 Men's Claiino Shoes 6 ci 4-P 5 # 9 q1 ;F 8 4/,5-0 %5 SD / 91 5 Ladies Leather Shoes a ie G eai ✓ me, f0 K 9� 8 y 95 ayyy 7S 4 Ladies Clarino Shoes 6a+es # 9y� s 8 � 336 30 Men's Boots, All Manufacturers# ad b!o �Oa�es WPGx-y /(> J 5V $5 D S III 15 Women's Boots, All Manufacturers�/O AG.�es W P GX - o?7�vCo J, , p 06 A 5 15'1� 50 15 Ties (Clip -On) 5co 15 7SCC) 3 Winter Jacket So i ew a X 3 y (o s .1,196-1 E S6,S I 1 Community ;er Winter Jacket 06H 3q6S ` / �%S Op�/�ewX 5 Raincoat Ger be,, �i 7oC 3/Z. 115`x' s5A5� 5 Spring Jacket J,10i swat -# SN3y(05 a /gs b' 9-7Sm 5 Commando Style Sweater P 35- 15 62(6 ?s <26 [o .t e X �cr Cob �ex Page 3 Estimated Quantity Uniform Items Unit Price Extended 8 Body Armor c �l a i Otra fp�,4-xra-li Yra- 9 50 Mock Turtlenecks s �� 7S0 _ aU Grand Total Uniform Items $ 7 In Words $ F,-=,,( t� -/ZOO -fP)0 U-- too d A V S h U/1 cl red Q,,id Po /+c 0r1c, '6011a/5 oL n a/ V-0 et) 1-L/ Chi) l-5. CATEGORY2 Estimated Quantity Equipment Items Unit Price Extended 8 Body Armor c �l a i Otra fp�,4-xra-li Yra- 9 1050 ffi S,aoo 5 Handcuff Case 665.0.7 Lece4her rc2l6-0 o/07� 5 Handcuffs 54W /-(ode / i00 ;;r a qas t 4/6 as 5 Cartridge Case o o s -For/ L eQf h e/ W 5b0 $as7s 11,14$ �s 5 ASP Baton Holder 3s /7500 3 ASP Baton a 57 TIO rr o76� 00 10 G1ovePouch 43o5-�orj Lercthe SG 1/0 ✓ if/Gso 5 Mini-Maglite * H z,q o t r s 3 557D n (07 s o 5 Mini-Maglite Holder &/,V00 X 7000 5 Level 11 Holster Sago ri lan et 6W /.ever #I (0280 /SOas 751 as 10 Garrison Belt 0,5 -,Lo, ,, e_ecL t h cr I�G.505- SVG yS aaoy 60 10 Sam Browne Belt jr y a 5 p y9 5 00 30 Belt Keepers 6 76- ,6 SO 15 Nameplate (Silver) N o CAL ¢ A n SD as 5� Page 4 Estimated Quantity Equipment Items Unit Price Extended 10 Nameplate (Gold) /tJ o Col Lon 0) -P 7 SU b 75p0 15 Serving Since Bar (Silver) Id 3 b138 -75 10 Serving Since Bar (Gold) d r 6 q,260 Estimated Quantity Equipment Items Unit Price Extended 5 Whistle Z d SCO 750 Patches �/ 30 C� 75"° 3 Metal Citation Holder axqs 660.5s 3 Metal Parking Ticket Holder q d /y 6V -/rte ;57 ✓ 2 5-D 5 Epaulet Clip U p� 3 Bates Cycle Shoe {p �7Soo .0 Grand Total Equipment Items $ q) (0 0 a 8 In Words $ i e 4;7 0 C) s a/ud s'i x %1 U✓ , dl -ed Q cQ two CPO/10.1-5 e n Iq t, A, U2 Cien Page 5 2. COSTS: 3. The undersigned contractor hereby affirms and states the prices quoted herein constitute the total cost to the Village for all work involved in the respective items and that this cost also includes all insurance, royalties, transportation charges, use of all tools and equipment, superintendence, overhead expense, all profits and all other work, services and conditions necessarily involved in the work to be done and materials to be furnished in accordance with the requirements of the contract documents considered severally and collectively. This bid shall be held valid for a period of 90 (ninety) days after the bid due date. The undersigned contractor shall comply with all provisions and requirements of this Bid Package. 4. TIME OF COMPLETION: N/A 5. BID GUARANTEE: N/A Firm Name: C� Address: 15�19 City, State, ZIP, Signature: -A Name Printed: Title: Telephone: If a Corporation: ✓ti lat�n{S� -TAC icQ�,o ZL (oOC�3Li 1� q6 W Date: e?' d4'• /a ATT Secretary Page 6 Section C Instructions 1. RECEIPT OF BID: 27`h day, February, 2012; 9:30 A.M. 2. BASIS OF BID: Sealed bids will be received until the above noted time and date. PROJECT DESCRIPTION: Police Department Uniforms and Equipment 4. PREPARATION AND SUBMISSION OF BID: A. The bid must be delivered to the office of the Purchasing Clerk, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523 on or before Monday, February 27, 2012, at 9:30 A.M., prevailing time, at which time it will be publicly opened and read in the S.E. Dean Board Room of the Butler Government Center, Bids received after this time will not be considered and will be returned unopened. B. The bid shall be submitted on the exact form furnished. All blank spaces for bid price, unit cost and alternates must be filled in --in ink --in both words and figures if indicated. In case of any discrepancy in the amount proposed, the prices expressed in written words shall govern. C. A complete bid package must be submitted, including the following items: 1. Bid 2. Statement of Qualifications 3. References 4, Bid Certification 5. Signed Contract D. Separate sheets may be attached to the bid for the purpose of explanation, exception, alternate bid and to cover the unit price, if needed. E. fn submitting this bid, the contractor further declares that the only person or party interested in the bid as principals are those named herein, and that the bid is made without collusion with any other person, firm or corporation. F. The contractor further declares that he has carefully examined this entire Bid Package and he has inspected in detail the site of the proposed work, and that he has familiarized himself with all of the local conditions affecting the contract and the detailed requirements of this work and understands that in making the bid he waives all rights to plead a misunderstanding regarding same. G. The contractor further understands and agrees that if his bid is accepted, he is to furnish and provide all necessary machinery, tools, apparatus, and other means to do all of the work and to furnish all of the materials specified in the contract, except such materials as are to be furnished by the owner (Village), in the manner and at the time therein prescribed, and in accordance with the requirements therein set forth. Page 1 H. The contractor declares that he understands that the quantities listed on the Bid are approximate only and that they are subject to increase or decrease; and that he will take in full payment thereof the amount and the summation of the actual quantities, as fully determined by the Village. The contractor further agrees that the price submitted within the bid is for the purpose of obtaining a gross sum, and for use in computing the value of extras and deductions. If there is a discrepancy between the gross sum bid and that resulting from the summations of the quantities multiplied by the unit price, the latter shall apply. The contractor further agrees that if the Village decides to extend or shorten the work, or otherwise alter it by extras or deductions, including elimination of one or more of the items, as provided in the specifications, he will perform the work as altered, increased or decreased, at the contract unit price. K. The contractor further agrees that the Village representative may at any time during the progress of the work covered by this Contract, order other work or materials incidental thereto and that all such work and materials as do not appear in the bid or contract as a specific item covered by a lump sum price, and which are not included under the bid price for other items in the Contract, shall be performed as extra work, and compensation shall be as set forth in the specifications. L. The contractor further agrees to execute all documents within this Bid Package, obtain a Certificate of Insurance for this work and present all of these documents within fifteen (15) days after the receipt of the Notice of Award and the Contract by him. M. The contractor further agrees to begin work not later than ten (10) days after receipt of the Notice to Proceed, unless otherwise provided, and to execute the work in such a manner and with sufficient materials, equipment and labor as will insure its completion within the time limit specified within the Bid, it being understood and agreed that the completion within the time limit is an essential part of the contract. N. By submitting a Bid, the contractor understands and agrees that, if his bid is accepted, and he fails to enter into a contract forthwith, he shall be Iiable to the Village for any damages the Village may thereby suffer. O. No bid will be considered unless the parry offering it shall furnish evidence satisfactory to the Village that he has necessary facilities, ability and pecuniary resources to fulfill the conditions of the Contract. P. If the contractor is in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, he may submit to the Purchasing Clerk a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the documents will be made only by addendum duly issued by the Village. The Village will not be responsible for any other explanation or interpretation of the Bid Package. Q. Bidders may withdraw their bid either personally or by written request at any time before the hour set for the bid opening, and may resubmit it. No bid may be withdrawn or modified after the bid opening except where the award of contract has been delayed for a period of more than 90 (ninety) days. Page 2 SUBSTITUTIONS: A. Certain materials and equipment are specified by a manufacturer or trade name to establish standards of quality and performance and not for the purpose of limiting competition. Bidders are invited to submit bids not only on named items but also on items which they propose for substitution of named items. Products of other manufacturers may be substituted, if, in the opinion of the Village, they are equal to those specified in quality, performance, design and suitability for intended use. Where two or more items are specified, the selection among those specified is the bidder's option, or he may submit his bid on all such items. B. Bids shall be based on materials included in the specifications. Substitutions for the purpose of evaluating bids will be considered only if proposed substitutions are set forth in the sealed bid and will only be accepted prior to the award of the contract. The offer of substitutions shall be an integral part of the bid, appearing immediately after all requested bids and before the signature of the bidder. C. Substitutions of materials other than those specified will not be considered in the base bid price. However, other substitutions may be listed in the specified place in the Bid Form, with the indication of the change in the base bid price for the total cost. . D. In addition to the requirements heretofore mentioned, in order for substitutions to qualify for consideration, the following shall accompany each bid: Each proposed substitution shall be itemized showing manufacturer name, catalog number, quantity, unit cost and total cost. The bidder shall prepare the necessary forms to list his substitutions in the manner outlined. 2. Each bid offering substitutions shall be accompanied by descriptive literature, catalog data, complete technical specifications and reports of all pertinent tests concerning the bidder's proposed substitutions 3. Each bid offering substitutions shall be accompanied by one sample for each item proposed as a substitution, 6. BASIS OF AWARD: The Village of Oak Brook reserves the right to reject any or all bids and to waive any informality or technical error and to accept any bid deemed most favorable to the interests of the Village of Oak Brook. In addition to price, the Village will consider: A. Ability, capacity and skill to fulfill the contract as specified. B. Ability to supply the commodities, provide the services or complete the construction promptly, or within the time specified, without delay or interference. C. Character, integrity, reputation, judgment, experience and efficiency. D. Quality of performance on previous contracts, Page 3 E. Previous and existing compliance with laws and ordinances relating to the contract. F. Sufficiency of financial resources. G. Quality, availability and adaptability of the commodities, services or construction, in relation to the Village's requirements. H. Ability to provide future maintenance and service under the contract. I. Number and scope of conditions attached to the bid/proposal. Record of payments for taxes, licenses or other monies due the Village A. The Village is exempt from Federal excise tax (#36-600-9534) and the Illinois Retailer's Occupation Tax (#E9997-4381-06). This bid cannot include any amounts of money for these taxes. B. To be valid, the bids shall be itemized so that selection for purchase may be made, there being included in the price of each unit the cost of delivery (FOB Destination). C. The Village shall reserve the right to add or to deduct from the base bid and/or alternate bid any item at the prices indicated in itemization of the bid. D. All bids shall be good for ninety (90) days from the date of the bid opening. 8. WARRANTY: Not applicable, except as indicated in Section D. 9. PAYMENT: 10. The Village of Oak Brook authorizes the payment of invoices on the second and fourth Tuesday of the month. For consideration on one of these dates, payment request must be received no later than fourteen (14) days prior to the second or fourth Tuesday of the month. The Contractor shall protect, indemnify, save, defend and hold forever harmless the Village and/or its officers, officials, employees, volunteers and agents from and against all liabilities, obligations, claims, damages, penalties, causes of action, costs and expenses, including without limitation court costs, insurance deductibles and attorney's fees and expenses, which the Village and/or its officers, officials, employees, volunteers and agents may incur, suffer or sustain, or for which the Village and/or its officers, employees and agents may become obligated by reason for any accident, injury to or death of persons or loss of or damage to property, or civil and/or constitutional infringement of rights (specifically including violations of the Federal Civil Right Statutes), arising indirectly or directly in connection with or under, or as a result of, this or any Agreement by virtue of any act or omission of any of the Contractor's officers, employees, subcontractors, and/or agents, provided that the Contractor shall not be liable for claims, obligations, Page 4 damages, penalties, causes of action, costs and expenses arising solely by any act or omission of the Village's officers, officials, employees, volunteers and/or agents. The contractor shall hold the Village harmless for any and all claims for labor, material, apparatus, equipment, fixtures or machinery furnished to the contractor for the purpose of performing the work under the contract; and the payment of all direct and indirect damages to any person, firm, company or corporation suffered or sustained on account of the performance of such work during the time the contract is in force. 11 SAFETY: The contractor and any subcontractors shall comply with all the provisions of the Federal Occupational Safety and Health Act of 1970 (84 Stat. 1590), as amended. 12. EXECUTION OF DOCUMENTS: The Contractor, in signing his Bid on the whole or on any portion of the work, shall conform to the following requirements: Bids signed by an individual other than the individual represented in the Bid documents shall have attached thereto a power of attorney evidencing authority to sign the Bid in the name of the person for whom it is signed 13. EOUAL OPPORTUNITY: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, ancestry, national origin, place of birth, age or handicap unrelated to bona fide occupational qualifications. 14. CONTRACT TERM The contract will be awarded for a 1 year term, with (3) 1 year options to renew, at the Village's sole discretion. Page 5 Section D Specifications This is for furnishing of uniform and equipment for employees of the Village of Oak Brook Police Department. Garments furnished and services rendered shall be satisfactory to the Police Department representative. Uniform garments or services which are not satisfactory in their opinions, or which are not in accordance with contract provision shall be removed, redone or otherwise remedied to a satisfactory condition. Samples of all uniform and equipment items must be approved by the Police Department representative. Fittings must be conducted at the Oak Brook Police Department. UNIFORM SPECIFICATIONS All metal buttons, buckles, snaps and insignia for police officers will be silver or gold in color depending on rank of officer. CAP: The uniform cap shall be Dacron/Wool serge, five star model, navy blue police cap with black patent finish visor. The cap shall have either a silver or gold band, and two eyelets provided for the shield. The cap needs to be consistent with Midway Model #5SWNV. COMMAND STAFF CAP: Same as police officer's five star hat with navy serge top and gold embroidered oak leaf visor with gold cloth band. The cap needs to be consistent with Midway, Model 455WNV. RAIN CAP COVERS: Reversible Black/Orange, The covers need to be consistent with Blauer, Model #107. FOUL WEATIIER CAP: Trooper style fur cap, navy blue in color, vinyl top with soft simulated fur ear flaps, Dacron insulated quilted fur lining. The cap needs to be consistent with Album, Model #195. POLICE OFFICER SHIRTS: Flying Cross, full badge sling, permanent military creases, Interlined and top stitched pocket flaps with Velcro closure, two buttoned interlined cuff, color is midnight blue or LAPD blue and shoulder straps. The shirts shall be made of either a Dacron polyester/ rayon blend, suggested that Dacron polyester is 65% and rayon is 35%, or 100% polyester, as approved by the Police Department representative. Long sleeve ladies need to be consistent with Model #104R6676, short sleeve ladies need to be consistent with Model 4154R6686, short sleeve men's need to be consistent with Model #97W6686, long sleeve men's need to be consistent with Model 947W6686. Sergeants shall have patches with three stripes sewn onto both sleeves. Page 1 COMMUNITY SERVICE OFFICER SHIRTS: Flying Cross, and shall have the same specifications as the Shirts listed above. This color is Light Blue with the words Community Service Officer in black and silver sewn on a patch that rests above the nameplate holes on shirt. Shirts need to be consistent with Elbeco Model # 35W5435 and Model # 85R5435. COMMAND STAFF AND SERGEANTS SHIRTS: Flying Cross and shall have the same specifications as the Police Officer Shirts, but the color is white. UNIFORM PANTS Fechheimer pants with four pockets, men's consistent with Model # 39400 and ladies Model # 42290. These pants are a blend of 75% polyester and 25 % wool. SHOES: Men's shoes are described as a forward thrust leather oxford, black, smooth leather with leather covered cushioned insole and forward thrust outsole. Color - Black. Sizes 8 - 13. Width D to EEE. A second shoe style is a clarino oxford, black in color made of Poromeric upper, breathable comfort lining long lasting Urethane leather fiber outsoles, soft cushion insoles for extra comfort. Color - Black. Sizes 8 - 13. Width D to EEE, An example is Bates Model # 942 BS Women's shoes are described as being a forward thrust leather oxford, smooth black leather covered cushioned insole. Color - Black. Sizes 5 —11, width is medium to wide. A second shoes style is a clarion oxford, black in color made of Poromeric upper, breathable comfort lining long lasting Urethane leather fiber outsoles, soft cushion insoles for extra comfort. Color - Black. Sizes 5 - I 1 Width medium to wide. An example is Bates Model # 742 BS. BOOTS: Men's boots are described as black in color waterproof leather. Sizes 8- 13, width D to EEE. Boot selections should have models that are laced and zippered. Boots can be manufactured by Rocky, Converse, Thorogood, Magnum or Bates. Ladies boots are described as black in color waterproof leather. Sizes 5-11, width is medium to wide. Boot selection should have models that are laced and zippered. Boots can be manufactured by Rocky, Converse, Thorogood, Magnum or Bates. TIES: Navy or LAPD blue that matches the uniform shirts with a polyester and wool blend material. Page 2 WINTER JACKET: All weather waist length jacket that is navy blue or LAPD blue in color that is water resistant, stain resistant and fast drying. Jacket must have a full zip out thinsulate liner. The jacket must have a badge tab. Jacket must be consistent with Fechheimer Model # 78140. COMMUNITY SERVICE OFFICER WINTER JACKET; All weather waist length jacket that is navy blue or LAPD blue in color that is water resistant, stain resistant and fast drying. Jacket must have a full zip out thinsulate liner, This jacket will have the words Community Service Officer in black and silver sewn on a patch that rests above the nameplate holes on shirt. The jacket must have a badge tab and be consistent with Fechheimer Model # 78140. RAINCOAT: Reversible black and green, full length, brass zipper with badge tabs and slash side openings. The raincoat must be consistent with Fechheimer Model #78140. SPRING JACKET: All weather waist length jacket that is navy blue or LAPD blue in color that is water resistant and fast drying. Jacket must have a full zip out thinsulate liner. The jacket must have a badge tab. The jacket must be consistent with Fechheimer Model # 58120. V NECK COMMANDO SWEATER: Sweater shall be a v- neck style with and without liner options. The sweater is to be consistent with Blauer Model # 205-4. MOCK TURTLENECKS: Navy blue or LAPD in color, sizes medium through XXX Large Page 3 EQUIPMENT SPECIFICATIONS Body Armor: Level 2 body armor with armor shirt carrier that has front to back coverage and six point adjustable strapping system. Body armor must have a trauma plate and a plate pocket. The armor must be consistent with NL1 standards. See Page 5 for warranty requirements. Handcuff case: black in color, basket weave with snap enclosure. The snaps will need to be either gold or silver in color. The case must fit 2-1/4" belt and be consistent with 904HS. Handcuffs: satin nickel finish with chain connecting the two cuffs and be consistent with Smith and Wesson Model #100. Cartridge Case: black in color, basket weave and capability of holding two .40 caliber or two .45 caliber magazines. ASP Baton Holder: black in color and basket weave, consistent with Model #52433 -ASP. ASP Baton: ASP Baton 21", black chrome, foam grip and consistent with Model # 52411 -ASP. Glove Pouch: black in color, basket weave and consistent with Model 5610-3. Mini-Maglite: black in color and consistent with Model # M2AO I C. Mini-Maglite Holder: black in color, basket weave and be consistent with Model # 5558-1. Holster: black in color, basket weave, Level 11 and will be used with the Smith and Wesson M & P .40 caliber handgun. The holster shall be consistent with the Safariland Model # 6320-2192-481. Garrison Belt: black in color, basket weave, Don Hume 1-3/4" wide, sizes 28 through 52 and be consistent with Model #B111BW. Sam Browne Belt: black in color, basket weave, Don Hume Fully lined 2-1/4" wide, sizes 28 through 52 and be consistent with Model #B l01BW. Belt Keepers: black in color, basket weave, Don Hume'/4" leather keeper, double snap, and be consistent with Model #5502-IBW. Nameplate: Reeves metal framed bar with clutch back. Brushed silver or gold with black lettering and have the CALEA logo. This nameplate needs to be consistent with Model # 50 B -SS and B -GS. . Serving Since Bar: Reeves metal framed bar in both gold and silver with black lettering. The silver needs to be consistent with Model #1252-5 and the gold needs to be consistent with Model #1252-G with black lettering. Whistle: black in color plastic, containing no cork ball with a high and low, two -toned pitch consistent with Model #W616BK. Page 4 Patches: 4 x 4-1/4 inch shield, Twill background, Thread colors green, brown, silver and gold depending on rank. Contains wording "OAK BROOK POLICE" Seethe attachment. Metal Clip Board: Model AH8512 Metal Citation Holder: AH -48102. Metal Parking Ticket Holder: AH -4295. Epaulet Clip: 5469-1 Bike Shoe: Black #B-SP353 BODY ARMOR WARRANTY Ballistic Panels: For five years after the date of purchase, the contractor will warrant that the ballistic panels will prevent the penetration of the labeled projectiles at their designated velocities. This warranty is null and void if the covering is torn or if the armor is subjected to any in-service abuse or misuse. Any alteration of the ballistic panels or the placement of the ballistic panels in any cover other than provided for the vest by the contractor will also render this warranty null and void. Removable Covers: Removable machine washable covers shall be wan -anted for 24 months after the date of purchase against any defects in material and or workmanship. Permanent Covers: Permanent covers shall be warranted for 36 months after the date of purchase against any defects in material and or workmanship. Replacement Policy: Should the vest sustain damage during an on -duty confrontation from a firearm projectile, automobile accident, sharp and/or blunt instrument, contractor will replace the vest at no charge. A new vest shall be supplied immediately. Page 5 Section E General Conditions 1. F.O.B.• All goods are to be shipped prepaid, F.O.B. Destination to the Village, or at the Village's option, picked up by Village personnel. Shipments sent C.O.D. without Village's written consent will not be accepted and will, at Contractor's risk and expense, be returned to Contractor. Unauthorized shipments are subject to rejection and return at Contractor's expense. 2. Liens, Claims, and Encumbrances: Contractor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. 3. Delivery Requirements: All orders are to be shipped to the Village, unless Village personnel choose to pick-up items at contractor's location. All deliveries to the Village for items covered by this Bid shall be made Monday through Friday between the hours of 8:30 a.m. and 5:00 p.m., unless specified otherwise by the Police Department. All shipments are to be inside delivery at the Police Department. Ninety percent (901/1o) of order must be complete within 48 hours of order placement. If Contractor anticipates exceeding 48 hours due to back orders, items shall be shipped as available rather than waiting for order completion, regardless of dollar value. Invoicing is to be based on items shipped. 4. Inspections: The Village reserves the right to visit and inspect the premises and operation of the Contractor. 5. Non -Discriminating: The Contractor, its employees and subcontractors, agrees not to commit unlawful discrimination and agrees to comply with applicable provisions of the Illinois Human Rights Act, the U.S. Civil Rights Act and Section 504 of the Federal Rehabilitation Act, and rules applicable to each. 6. Pricing: Prices shall remain firm for the 2012 calendar year. If the Village decides to exercise its right to renew the contract for additional years, pricing for the additional calendar years will be negotiated with contractor, and must be approved by the Village Board. 7. Contract Term: The contract will be awarded for a 1 year term, with (3) 1 year options to renew, at the ViIlage's sole discretion. Page 1 8. Size of Order: The quantities listed in the Bid are estimates only. The Village shall not be committed to any minimum dollar purchase, and reserves the right to either increase or decrease the actual quantities ordered, at our sole option. Items will be ordered and delivered or picked up as needed throughout the year, in quantities determined by the Village. 9. Purehases Outside of This Bid The Village reserves the right to purchase quantities of items specified in this Bid Package from other sources, if determined necessary by the Village to meet the particular needs of the Police Department. 8. Fittings The Contractor will be required to conduct a fitting, if needed, for each employee. Fittings will be done at the Police Department. Page 2 Section F Statement of Contractor's Qualifications All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Contractor may submit any additional information he or she desires, 1. Name of Contractor: � G t-1 , r'1 i 11� S 1 =n C- 2. 2. Permanent main office address: 15-9 y9 a), Srr'/l �°i ✓ e �" i GQ �/ 3. When organized: I ?IYA 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name: \-2G y QQ r'.5 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion) We, hove AO A; a0 Wak"'I roaffods. COYIfQc�lr�ifivw Mei rP✓r�e�APs u�P �l l� all ix ru;f-h L) iforMs ram5p (� errntof a�-In U✓1 io rna,�j Q /cMC✓u %Cft�� 7. General chrfter mtar & Have you ever defaulted on a contract? N/o 9. List, on an attached sheet, the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. Include a contact person and phone # for each. )U/C,- 10. List your major equipment Ll ne, i I 11. Experience in work similar in importance to this project: c7 irC ✓eJ4S Y- 1,11,11 fo / 1,Ivt1for t -t s kie /OSf 3d qea wP a/P In P,? e's ins hPd 12. Background and experience of the principal members of your organization, including the CoX1� fficers. Z ✓ /!5 G2 Ag Sn� r, 2 r' rt U✓t fdi � `�� ���• 13. Credit available: 1 > 4)0 41 oClJ Page 1 14. Bankreference: /" lazo �BanK �l iGharc� Kc 10 Ko« ,5kj) LIP (7C>,3)5o3-,3977 irec� 15. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Village of Oak Brook: _ 16. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the Village of Oak Brook in verification of the recitals comprising this Statement of Contractor's Qualifications. DATED at 0114012� , Illinois this day of U-2 STATE OF ILLINOIS) //,,,, COUNTY OF Cc,ok) ) SS. r-eb Title /4rW rL being duly sworn deposes and says that+e is the V lua&S • of YmS and that the answers to the foregoing questions and all statements therein contained are true and correct. SUBSCRIBED and sworn to before me this 9 day of f` Maej 1 2012. ANTHONY J. HANSEN Notary Public - State of Illinois i Commission Expires Mar 05.2013 Page 2 Section G References Bidder shall supply the following information listing at least five customers for which the bidder has supplied a similar type of commodities, service, or construction. �/ 1. Company Name: %'j 05 eM O /'-l4- Ao l i u'-7 CPQ✓ i Pvl Address: q5-0/ be-LIOri , 1)o5eMonf, -Z-L- (000/ 0 Phone #: (Y117) -3,7,L3-//-3q e xp. JO 3 Contact: -fG'j re n C/ CQQ &t -O �l nn � n 2. Company Name: !� O S e 6f— A//LL J epQa t�� f ✓l� Address: 10,3 , 3ou-J-h. PI -,0 06-e �f• 1 O5(flle, -TL Phone #: 10-3 0-) 6 7/ - V O 6 Contact: t° p u ft p C 11 t P� )f' n -(Q o 7a' % 3. Company Name: DQ K '4��rK PC) h Q PP 0. r f� (P✓1 Address:./A3 /A tda0{l56✓\ �1rf , OaK Park, -L �i030o� Phone #: Contact: LL-�03 58- 55/' 141 �e IQ S Go 4, Company Name: p[0 ✓-�b ✓O a IC �o Il C� -4Q O ✓f7Y O1-}- Address: /4/101 La gdWehr /�d, AoY�hL2roOK,-LrL 600(00/ Phone #: Contact: M a rU&a r/ q o n 5. Company Name: Ci G (r<j )D© 11 C4 bfp at✓f Address: y'901 uJ e54- C efM a K ,fid_ � C fc e tea, IL 6080 Phone #: /770 8 ) 65c2- 'Z l `3 Q 1 Contact !�e U J!c/ C✓i//% Gll�/lf �°GCVcff" /v/GY✓IGt1� �a �S'OU-6h �Q✓ ,/( �✓) Y'O 11 C.O �D�pa✓��n�-/// '30 saw h Or�,'r� 5 fon /dol Sfh L' r/ l rl tarp, ZL O elpc C NI i 1° Page�le l/ 600/ 0 Section H Bid Certification The undersigned, being first duly sworn an oath, deposes and states that he has the authority to make this certification on behalf of the bidder for the construction, product, commodity, or service briefly described as follows: "Police Department Uniforms and Equipment" (A) The undersigned certifies that, pursuant to Chapter 720, Section 5/33E of the Illinois Compiled Statutes, 1993, the bidder is not barred from bidding on this contract as a result of a conviction for the violation of State of Illinois laws prohibiting bid -rigging or bid -rotating. (B) The undersigned states under oath that, pursuant to Chapter 65, Section 5/11-42.1-1 of the Illinois Compiled Statutes, 1993, the bidder is not delinquent in the payment of any tax administered by the Illinois Department of Revenue. (C) The undersigned certifies that, pursuant to Chapter 775, Section 5/2-105. of the Illinois Compiled Statutes, 1993, the bidder has a written sexual harassment policy in place including the following information: 1. An acknowledgment of the illegality of sexual harassment. 2. The definition of sexual harassment under State law. 3. A description of sexual harassment, utilizing examples. 4. The contractor's internal complaint process including penalties. 5. The legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and the Human Rights Commission. 6. Directions on how to contact the Department or the Commission. This business firm is: (check one) Corporation / Partnership Individual Firm Name: G. Un Address: 5g`1q Ltd.. ✓,A� POLKA /'?-cl ) City, State, ZIP: Signature: Name Printed: Title: V/, L -e - Page 1 Telephone: 7 7 3 5q5-- q(, ATTEST: SUBSCRIBED�SWORN TO before''m''eiithis day Notary Public- tato of IIOni of f'LY)n,/GL✓f�. nfl i My Commission Expiras Mar 05, Page 2 Section I Contract Police Department Uniforms and Equipment THIS AGREEMENT, made and concluded this Z�Z— day of re Ind 2012, between the Village of Oak Brook, a municipal corporation, acting by and through its President and Board of Trustees, known as VILLAGE, and J. C,, Li foI S, Z?C. his executors, administrators, successors or assigns, known as CONTRACTOR. 2. WITNESSETH: That for and in consideration of the payments and agreements mentioned in the Bid hereto attached, to be made and performed by the VILLAGE, and according to the terms expressed in the Bond (if applicable) referring to these presents, the CONTRACTOR agrees, at their own proper cost and expense, to do all work, famish all materials and all labor necessary to complete the work in accordance with the plans and specifications hereinafter described, and in full compliance with all of the terms of this Contract. 3. And it is also understood and agreed that the entire Bid Package hereto attached, approved by the VILLAGE this " f day of Fe h• , 20012, are all essential documents of this contract and are a part hereof. 4. IN WITNESS WHEREOF, the said parties have executed these presents on the above mentioned date. ATTEST: Village Clerk ATTEST: Seoref VILLAGE OF OAK BROOK By Gopal Lahnalani Village President. —LDn?orate Name By WontractFM Page 1 Partners doing Business under the firm name of 06 Party of the econd Part (If a Co -Partnership) Nil (If an Individual) 0l Party of the Second Part Page 2 SEXUAL HARASSMENT CERTIFICATE hereinafter referred to as "Contractor" having submitted a bid/bid for Pb I i ca C.( ✓l S to the Village of Oak Brook, DuPage/Cook Counties, Illinois, hereby certifies that said Contractor has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105(A)(4) including the following 9_e_go, T.. 1. An acknowledgment of the illegality of sexual harassment. 2. The definition of sexual harassment under State law. 3. A description of sexual harassment, utilizing examples, 4. The contractor's internal complaint process including penalties. 5. The legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and the Human Rights Commission. 6. Directions on how to contact the Department or the Commission. 7. An acknowledgment of protection of a complaint against retaliation as provided in Section 6- 101 of the Human Rights Act. Each contractor must provide a copy of such written policy to the Illinois Rights upon request. Subscribed and s to before me this — of f&,brM rq 2012. OFFICIAL SEAL ANTHONYJ.HANSEN Notary Public - State of Illinois My Commission Expires Mar 05, 2013 Authorized Page 3 of Contractor CONTRACTOR'S CERTIFICATIONS (CONTRACT EXECUTION) having executed a contract fort im5 £ with the VILLAGE, hereby certifies that said contractor is not barred from executing saidntrar s a result of a violation of either Section 5/33E-3 or 5/33E-4 of Chapter 720 of the Illinois Compiled Statutes. (DRUG-FREE WORKPLACE) Contractor deposes, states and certifies it will provide a drug free workplace by complying with Section 3 of the Illinois Drug Free Workplace Act, being 30 ILCS 580/3. Subscribed and Swgw to Co'Ey Nam"ofontractor' s Executing Officer Title: Page 4 Title of Contractor's Executing Officer My Commission Expires: 3 S " �-3 -SEAL-