WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 1 OF 24
SECTION SUBJECT PAGE #
CONTRACT REQUIREMENTS AND BIDDER/CONTRACTOR QUALIFICATIONS ............ 3
CERTIFICATION FOR COLLECTION OF SALES AND USE TAX .............................................. 7
ATTACHMENT A – VENDOR INFORMATION SHEET
ATTACHMENT B – REFERENCES SHEET
ATTACHMENT C – WisDOT MBE PROGRAM AWARENESS, COMPLIANCE & ACTION PLAN FORM
ATTACHMENT D – MINORITY BUSINESS PARTICIPATION REPORT FORM
ATTACHMENT E – SPECIFICATIONS
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 2 OF 24
1.
SCOPE
The Wisconsin Department of Transportation (WisDOT or DOT), through its Purchasing Unit (Purchasing), requests bids to establish a contract for the purchase of Uniforms for the Driver License Personnel.
The attached Standard Terms and Conditions shall govern this bid unless specifically modified in the
Special Conditions of Bid. Conditions of bid that include the word "must" or "shall,” describe a mandatory requirement. All specifications are defined as mandatory minimum requirements unless otherwise stated. If no bidder is able to comply with a given specification or condition of bid, Purchasing reserves the right to delete that specification or condition of bid. Failure to meet a mandatory requirement shall disqualify your bid.
Please submit any questions regarding the specifications or special conditions of bid in writing to the purchasing agent shown on the bid cover sheet by December 17, 2010. If the answer requires written notification to other bidders, purchasing will issue an official addendum.
The bid number must be included on any correspondence, documents to support your bid, price lists,
the outside of envelopes/packages containing the bid documents, etc. and be sent to:
U.S. Mail:
Purchasing
WI Department of Transportation
4802 Sheboygan Ave., Room 751
PO Box 7396
Madison, WI 53707-7396
UPS, Fed Ex, etc.:
Purchasing
WI Department of Transportation
4802 Sheboygan Ave., Room 751
Madison, WI 53705
Retain a copy of these Special Conditions of Bid for your files. Should you receive an award, these
Special Conditions of Bid become your contract terms and conditions.
Questions regarding this bid must be submitted in writing via email to:
Linda Hanby, TIPSCOrrespond.dbm@dot.wi.gov
2.
CONTRACT TERM
February 18, 2011, or date of award, through February 17, 2012, or one year after date of award, with three (3) one-year renewal options. WisDOT reserves the right to extend beyond the contract period if deemed to be in the best interest of WisDOT.
3.
CONTRACT QUANTITIES/NEW OR DELETED ITEMS
The estimated annual quantities identified for each item on the “BID PRICE SHEET” are for bid purposes only and are based on historical data . WisDOT does not guarantee to purchase any specific quantity.
Bids that state WisDOT must guarantee a specific quantity or dollar amount may be disqualified.
NEW OR DELETED ITEMS: WisDOT reserves the right to add new products to this contract based on technology changes or changes to standards unknown at the time of this bid. Contractor(s) prices must be comparable to current contract pricing for like products. Contractor should promptly notify
Purchasing of new or discontinued products.
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 3 OF 24
4.
CONTRACT REQUIREMENTS AND BIDDER/CONTRACTOR QUALIFICATIONS
To be eligible for a contract award, you must be qualified and able to provide the following. Respond on attached “Vendor Information Sheet” and “References Sheet”.
4.1
Bidder must be an original manufacturer, or distributor and/or dealer authorized by manufacturer.
4.2
Bidder must supply references of 3 firms to which similar products have been provided during the past 3 years to a comparable-sized institution or company. If contacted, all of those references must verify that a high level of satisfaction was provided. Use Attachment B to list references.
4.3
Bidder must be in the business of uniform clothing for the past 3 years.
4.4
Contractor should be able to report on a semi-annual basis all products purchased against this contract.
4.5
Contractor must be prepared to honor the manufacturer’s standard warranty. Indicate warranty term and enclose standard warranty documents with your bid.
5.
SPECIFICATIONS
See SPECIFICATIONS, Attachment E, and/or BID PRICE SHEET for the minimum acceptable specifications for products desired. Some items have color choices. Please indicate colors available for those items on the bid price sheet.
Specific manufacturer(s) and/or catalog/model/stock numbers are provided to establish the design, type of construction, quality, functional capability and performance level desired. The bidder may offer an alternate product believed to be an equal. Any alternate product(s) bid must be clearly identified by manufacturer and catalog, model or stock number. Adequate detailed specifications of the product offered must be included with your bid to establish equivalency.
Failure to provide product specifications and information may disqualify your bid. WisDOT shall be the sole judge of equivalency and acceptability.
Bid specifications may not be revised without an official written addendum issued by Purchasing.
6.
DELIVERY
Delivery is desired as soon as possible after receipt of a purchase order. Please indicate on the Bid Cover
Page your estimated delivery time in calendar days.
Contractor is required to notify the ordering department of any back order, discontinuation of product(s) or other delays in shipping within 5 working days of receipt of order.
7.
LIQUIDATED DAMAGES
There may be liquidated damages assessed. This shall be surety for fulfillment of the contract(s) including quality, performance and delivery. Liquidated damages would consist of 5% per calendar day per line item total for failure to deliver. Saturdays, Sundays, State furlough days, and State and Federal legal holidays will be excluded from the computations for the assessment of liquidated damages.
In view of liquidated damages, the contractor(s) may be held liable for additional costs necessary to make delivery to WisDOT, and for the difference between the contract price and the price of the product
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 4 OF 24 purchased from the next lowest bidder or purchased on the open market, which may be required to meet the immediate needs of the Department.
To liquidate the effect of such damages the contractor agrees that such damages would be deducted from invoices payable to the contractor at the option of the WisDOT and that any amount outstanding over and above the amount deductible from invoices would promptly be tendered by check by the contractor to WisDOT upon written notification of damages liquidated.
8.
F.O.B. DESTINATION FREIGHT INCLUDED
Delivery will be made by common carrier or bidder's truck, with unloading to be performed by the carrier/bidder and carton(s) transported to the interior/ground floor or inside dock at various locations
Statewide. Bid prices should include all packing, transportation, and insurance charges.
Duty charges (FOB=DDP Destination Duty Paid), if applicable (includes, but not limited to, documentation fees, freight, customs clearance, tax, etc.), must be included in the proposed price and referenced as separate costs on the Itemized Bid List. A copy of the duty free paperwork, with the vendor portion filled out must be submitted to Purchasing at time of award. Failure to bid FOB Destination Freight
Included may disqualify your bid.
9.
METHOD OF BID
Bidder must submit a unit price and extended total for each item. All prices must be quoted in U.S.
Dollars.
9.1
Bids requiring an order minimum in excess of 1 may be disqualified.
9.2
Each item must indicate the manufacturer name and model number and sizes available
9.3
Sizing charts must also be submitted with bid
9.4
Bidder must bid on the enclosed bid price sheet
10.
BID RESPONSE REQUIREMENTS
In order for your bid to be considered, the following information must be provided. Fill out and submit 2 copies by the due date and time listed on the bid cover page. Include:
10.1
Bid Cover (Signature) Pages
10.2
Addendum Cover (Signature) Page(s), if applicable to this bid request
10.3
Bid Price Sheet, include colors available
10.4
Vendor Information Sheet, Attachment A
10.5
References Sheet, Attachment B
10.6
MBE Program Awareness, Compliance & Action Plan, Attachment C
10.7
Two copies of complete specifications and descriptive brochure or detail for the product(s) bid
10.8
Product Return Policy
10.9
Sizing charts
Failure to provide the forms/information with your bid submittal may disqualify your bid. WisDOT encourages all bidders to print their submission double-sided to save paper
Bids may not be submitted via facsimile.
Because of increased building security, access to the WisDOT Purchasing Office is restricted and may cause delay if hand delivering your bid. Allow ample time for security clearance to room 751.
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 5 OF 24
11.
SAMPLES / DEMONSTRATIONS
A no charge, non-returnable sample of the product bid must be furnished upon request and must be delivered within 7 working days of that request. Failure to provide a sample as requested may result in disqualification of your bid.
WisDOT shall evaluate all samples requested in an identical manner to determine whether the products delivered conform to the specifications. WisDOT may request to wear-test some item samples prior as part of the evaluation process.
WisDOT shall reject samples NOT meeting bid specifications. The bidder shall be notified in writing by
WisDOT to pick up rejected samples, at the bidders expense, within 7 working days of date of such notification. Any samples not picked up in the designated time period shall be disposed of as WisDOT sees fit.
Failure to deliver samples within time designated may disqualify your bid.
12.
METHOD OF AWARD
Award(s) shall be made on the basis of the lowest responsive, responsible bidder who meets specifications by line item and/or group of like items whichever is in the best interest of the Department.
Example: men’s and women’s shirts may be awarded to the same vendor when possible. The right is reserved, however, to make an award on the lowest net unit price per item, whichever is judged to be in the best interest of WisDOT. Timeliness of delivery may be considered when making this award.
Volume discounts shall not be considered when determining award. However, they shall apply to orders issued on this contract
13.
MINORITY BUSINESS PARTICIPATION
The Wisconsin Department of Transportation is committed to the promotion of minority businesses in the State’s purchasing program. Authority for this program is found in Wisconsin Statutes 15.107(2),
16.75(3m), and 16.755.
Bidders are strongly urged to use due diligence to further this policy by setting up subcontracts to statecertified Minority Business Enterprises (MBE) and/or by using such enterprises to provide goods and services incidental to this contract (second-tier suppliers), with a goal of awarding 5% of the contract cost to such enterprises. An MBE means a business certified, or certifiable, by the Wisconsin
Department of Commerce under Statute 560.036(2).
Bidders must submit the attached WisDOT MBE Program Awareness, Compliance & Action Plan
(Attachment C) indicating their proposed utilization of state-certified minority businesses for this contract. Contact the State’s Minority Business Manager for assistance in locating certified firms at (608)
267-3293 or the WisDOT Minority Business Program Coordinator at (608)-267-2886. A listing of State of
Wisconsin certified minority businesses, as well as the services and commodities they provide, is on the
State-certified MBE web site: www.doa.wi.gov/mbe
Quarterly reports (Attachment D) are requested to be submitted to the Department of Transportation,
Purchasing Unit, itemizing the deliveries and cost of items or services provided by certified firms. Reports should state the costs for the previous contract quarter. The department reserves the right to verify with listed firms their involvement as subcontractors or second-tier suppliers.
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 6 OF 24
14.
SUBCONTRACTING OR THIRD PARTY PAYMENTS
All subcontracting shall be pre-approved by WisDOT. Subcontractors must abide by all terms and conditions of the contract. The prime contractor shall be responsible for all subcontractor(s) work and payment. The WisDOT will not pay any subcontractor or third parties directly.
15.
FIRM PRICES
Prices must remain firm for 365 calendar days after bid opening. Prices established may be lowered due to general market conditions.
The awarded contractor must hold the accepted costs for the entire contract period. WisDOT will review any adjustment of costs before the beginning of a contract renewal period. Price increase requests must be justified with supporting documentation of industry-wide increases.
16.
ORDERS
WisDOT may use the following methods to purchase from this contract:
16.1
Specific (Contract Release) orders may be placed for one-time shipments.
16.2
Contract Release Orders, blanket-type, may be issued by Purchasing for the State’s fiscal year time period, July 1 – June 30, to allow departmental personnel to call or fax for product or service against the order as needed.
16.3
Purchasing card releases: placed by department personnel using their State purchasing card under WisDOT and State guidelines.
17.
INVOICING REQUIREMENTS
Invoices/Purchase Order:
WisDOT must meet a statutory mandate to pay or reject invoices within 30 days of receipt by WISDOT.
Before payment is made, it also must verify that all invoiced charges are correct as per this contract.
Only properly submitted invoices shall be officially received for payment. Thus, your prompt payment requires that your invoices be clear and complete in conformity with the instructions below.
All invoices must be itemized showing: a. Purchase order number b. Vendor name d. Complete product description as stated on your bid e. Prices per the contract c. Remit to address
The original invoice and two copies must be sent to the bill-to address shown on the Purchase Order.
Invoices/Purchasing card
Orders placed by WisDOT using a purchasing card must reflect current contract pricing.
18.
ITEM RETURN POLICY
Contractor should provide for return of products ordered in error for up to 30 calendar days from receipt without a restocking charge and WisDOT paying only the return shipping costs. Your return policy shall be included with your bid documents, Item 10.8.
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 7 OF 24
19.
SHIPMENTS, DUPLICATES AND OVER SHIPMENTS
Upon notification by WisDOT of a duplicate or over shipment, product must be removed at the contractor's expense. If such goods are not removed within 30 days of written notification, WisDOT reserves the right to dispose of them as its own property and shall not be held liable for the cost.
20.
CONTRACT CANCELLATION
This Contract may be terminated by either party under the following conditions:
20.1
Please review section 13.0 and 24.0 of the Standard terms and Conditions of Bid. WisDOT may terminate the contract at any time at its sole discretion by delivering 30 days written notice to the contractor.
If the problem is service performance, contractor will be warned either verbally or in writing of unsatisfactory performance and intent to cancel this contract. Contractor will be given a period of time to ‘cure’ the performance. If the performance does not improve contractor will be given
10 days written notice that the contract will be cancelled.
Upon termination, WisDOT’s liability will be limited to the pro rata cost of the services performed as of the date of termination.
20.2
In the event the contractor terminates the contract, for any reason whatsoever, it will require written certified letter notification delivered to the Department purchasing agent not less than 60 days prior to said termination. The contractor will, in turn, refund the Department, within 30 days of said termination, all payments made hereunder by the Department to the contractor for work not completed.
20.3
If at any time the contractor performance threatens the health and/or safety of WisDOT, WisDOT has the right to cancel and terminate the Contract without notice.
20.4
If the Contractor fails to maintain and keep in force the insurance as provided in #23.0 of the
Standard Terms and Conditions, WisDOT has the right to cancel and terminate the Contract without notice.
20.5
If at any time a petition in bankruptcy shall be filed against the contractor and such petition is not dismissed within 90 calendar days, or if a receiver or trustee of contractor's property is appointed and such appointment is not vacated within 90 calendar days, WisDOT has the right, in addition to any other rights of whatsoever nature that it may have at law or inequity, to terminate this
Contract by giving 90 calendar days notice in writing of such termination.
21.
CERTIFICATION FOR COLLECTION OF SALES AND USE TAX
The State of Wisconsin shall not enter into a contract with a vendor, and reserves the right to cancel any existing contract, if the vendor or contractor has not met or complied with the requirements of s.77.66,
Wis. Stats., and related statutes regarding certification for collection of sales and use tax.
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 8 OF 24
STATE OF WISCONSIN
DOA-3477 (R05/98)
ATTACHMENT A
VENDOR INFORMATION
1.
BIDDING COMPANY NAME: _________________________________________________________
FEIN (Federal Employer ID Number) OR Social Security # (if Sole Proprietorship)
_________________________________ ___________________________________
Phone ( ) ______________________ Toll Free Phone ( ) __________________________
Fax ( ) ______________________ Email Address ( ) __________________________
Address: __________________________________________________________________________
City ____________________________ State ________ Zip + 4 _______________________
2.
Name the person to contact for questions concerning this bid.
Name __________________________ Title ______________________________
Phone ( ) ______________________ Toll Free Phone ( ) __________________________
Fax ( ) ______________________ Email Address ( ) __________________________
Address: __________________________________________________________________________
City ____________________________ State ________ Zip + 4 _______________________
3.
Any vendor awarded over $25,000 on this contract must submit affirmative action information to the department. Please name the Personnel/Human Resource and Development or other person responsible for affirmative action in the company to contact about this plan.
Name __________________________ Title ______________________________
Phone ( ) ______________________ Toll Free Phone ( ) __________________________
Fax ( ) ______________________ Email Address ( ) __________________________
Address: __________________________________________________________________________
City ____________________________ State ________ Zip + 4 _______________________
4.
Mailing address to which state purchase orders are mailed and person the department may contact concerning orders and billings.
Name __________________________ Title ______________________________
Phone ( ) ______________________ Toll Free Phone ( ) __________________________
Fax ( ) ______________________ Email Address ( ) __________________________
Address: __________________________________________________________________________
City ____________________________ State ________ Zip + 4 _______________________
WISCONSIN DEPARTMENT OF
TRANSPORTATION
STATE OF WISCONSIN
DOA-3478 (R12/96)
ATTACHMENT B
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 9 OF 24
REFERENCES
Vendor: _______________________________________________________________________
Provide company name, address, contact person, telephone number, and appropriate information on the product(s) and/or service(s) provided to customers similar to those requested in this solicitation document.
Potential subcontractors cannot be references. Any subcontractor arrangement for the completion of this work shall be listed on a separate id page.
Company Name: _________________________________________________________________________
Address (include Zip + 4) ____________________________________________________________________
Contact Person: ____________________________________ Phone No. __________________________
E-Mail Address: __________________________________________________________________________
Product(s) Used and/or Service(s) Provided: ____________________________________________________
Company Name: _________________________________________________________________________
Address (include Zip + 4) ____________________________________________________________________
Contact Person: ____________________________________ Phone No. __________________________
E-Mail Address: __________________________________________________________________________
Product(s) Used and/or Service(s) Provided: ____________________________________________________
Company Name: _________________________________________________________________________
Address (include Zip + 4) ____________________________________________________________________
Contact Person: ____________________________________ Phone No. __________________________
E-Mail Address: __________________________________________________________________________
Product(s) Used and/or Service(s) Provided: ____________________________________________________
Company Name: _________________________________________________________________________
Address (include Zip + 4) ____________________________________________________________________
Contact Person: ____________________________________ Phone No. __________________________
E-Mail Address: __________________________________________________________________________
Product(s) Used and/or Service(s) Provided: ____________________________________________________
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 10 OF 24
ATTACHMENT C
WisDOT MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM
AWARENESS, COMPLIANCE & ACTION PLAN
As a matter of sound business practice, the Wisconsin Department of Transportation is committed to “supply diversity” by promoting the use of minority business whenever and wherever possible. Further, as an agency of the State of Wisconsin,
WisDOT shares in the state goal of placing five (5) percent of its total annual purchasing dollars with state-certified minority businesses.
State of Wisconsin procurement policy provides that Minority Business Enterprises (MBE) certified by the Wisconsin
Department of Commerce, Bureau of Minority Business Development should have the maximum opportunity to participate in the performance of its contracts/projects.
You, as a contractor, are strongly urged to use due diligence to further this policy by awarding subcontracts to minority-owned business enterprises or by using such enterprises to provide goods and services incidental to this agreement (second-tier suppliers), with a goal of awarding 5% of the contract cost to such enterprises.
Quarterly reports are requested to be submitted to the Department of Transportation Purchasing Unit, itemizing the costs of services and goods provided by certified firms. Reports should state the costs for the previous contract quarter.
Authority for the MBE program is found in Wisconsin Statutes 15.107(2), 16.75(3m), and 16.755 and 560.036(2), and details
about the program can be found at: http://www.doa.state.wi.us/category.asp?linkcatid=677&linkid=113&locid=0
Your complete response on the following form must address the following components of your company’s/organization’s commitment/action plan: a) Indication that you understand the WisDOT’s goal, b) Listing of any MBE vendors with which you intend to subcontract, c) Description of the various second tier MBE expenses (goods and services procured that are incidental to the contract; examples are: specific office supplies to perform the contract, percentage of cost for uniforms for contract staff, travel to perform the contract, percentage of facility maintenance services for your facility used directly by your staff during the contract period) your company/organization will be able to report that are in direct connection with the administration of this contract, d) Statement expressing your commitment to complete the required quarterly reports that will reflect your subcontracts and second-tier expenditures for the period.
For information on certified State of Wisconsin Minority Business Enterprises, please contact:
JoAnn Moore
MBE Program Coordinator
WisDOT Division of Business Management
4802 Sheboygan Avenue, Room 751
Madison, WI 53705
Phone: 608-267-2886 Fax: 608-267-3609 www.dot.wisconsin.gov/business/mbe joann.moore@dot.wi.gov
A complete listing of certified minority businesses, as well as the services and commodities they provide, is available on the web at: www.doa.wi.gov/mbe and Information regarding certification of minority businesses is available at: http://commerce.wi.gov/BD/BD-MBD-Index.html
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 11 OF 24
ATTACHMENT C
WisDOT MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM
AWARENESS, COMPLIANCE & ACTION PLAN
Complete, sign, and include in your bid response.
Failure to complete this form as a component of your bid may result in rejection of your bid.
Our company/organization is a Wisconsin-certified Minority Business Enterprise (MBE)
Our company/organization is a minority business but has not yet received Wisconsin certification (please provide details): _____________________________________________
We are aware of the WisDOT’s goal to spend at least 5% of their total annual purchasing dollars with statecertified MBE firms.
We are aware that if awarded this contract our company/organization will provide quarterly reports to
WisDOT reporting all expenditure activity directed to MBE subcontractors or second-tier MBE suppliers that directly relate to this contract. (Any non-certified minority businesses could be a potential subcontractor/second-tier supplier--indicate these on your plan. WisDOT will work with those businesses for possible certification.)
Subcontractors: Our company/organization intends to subcontract at least 5% dollar volume with certified
MBE firms listed below (names, addresses, telephone numbers):
Yes
Yes
Yes
Yes
Yes
No
No
No
No
No
Second-tier Suppliers: In addition to direct subcontracting efforts, your company/organization can help WisDOT achieve the 5% goal by managing your second-tier minority purchases. Second-tier business refers to incidental business expenses your company may spend with Wisconsin-certified MBE firms as it pursues the normal course of business supplying the WisDOTcontracted products or services. Here are some examples:
Percentage of your office supplies specifically used during the course of this contract.
Percentage of uniform costs for staff performing this contract.
If you travel to perform this contract, you could use a state-certified MBE travel agency and report that expense.
Percentage of facilities maintenance services for facility(ies) directly used by your staff during the course of this contract.
These second-tier expenses can only be reported to the extent that they directly relate to your business with WisDOT. The percentage of the expense you can report is determined by the amount of your WisDOT sales as it relates to your total sales volume. Per the terms of your contract, you should actively pursue directing business towards these types of companies, and report your efforts in this regard on a quarterly basis.
***************************************************************************************************
In paragraph form, describe your company/organization’s commitment/action plan with regard to the planned use of statecertified MBE businesses in subcontracting efforts, as well as developing MBE second-tier suppliers. Please list your specific commitments (attach sheet, if necessary).
SIGNATURE: ______________________________________ DATE: __________________________________
PRINTED NAME & TITLE: ____________________________________________________________________
COMPANY: ________________________________________PHONE NUMBER: ________________________
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 12 OF 24
ATTACHMENT D
Return via FAX to:
OR
Return via e-mail to:
Report Date
MINORITY BUSINESS PARTICIPATION REPORT
Wisconsin Department of Transportation
DT1230 8/2006 s.16.75(3m) Wis. Stats.
608-267-3609, ATTN: Purchasing Minority Business Coordinator tipscorrespondence.dbm@dot.wi.gov
Contract / Purchase Order #
Project Name / Contract Title
Prime Vendor / Contractor Name
Minority Vendor
Contractor Name, Address and Telephone Number
Time Period Covered by Report
Monthly:
X Quarterly: #1
Product / Service
Purchased
#2 through
#3
Federal Employer Identification Number – FEIN
Subcontract
$ Amount
#4
Second Tier
$ Amount
If no business was awarded to Minority Business Enterprises (MBE) for this period, please describe the efforts made to encourage minority business participation. If you have questions, please call the WisDOT Minority Business Program
Specialist, 608-267-2886.
___________________________________________________________________________________________________________________________________
___________________________________________________________________________________________________________________________________
I certify that the information contained on this report is true and correct.
I also certify that I am an authorized representative of the above-identified Prime Vendor / Contractor.
(Prime Vendor/Contractor Authorized Representative Name)
(Title)
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 13 OF 24
ATTACHMENT E
BLOUSE, UNIFORM, SHORT SLEEVE, WOMEN’S
SPECIFICATION #’S 200-72-042986 & 200-72-042987
Line items 1 and 2
Fabric : 60% Cotton/40% Polyester, 92 x 46 count fine Oxford cloth, permanent press and soil release.
Fabric weight : 4.6 oz. Lining Fabric: 250 Dacron polyester bias cut collar interlining. 3.75 weight
Dura press pre-shrunk bias cut interlining in band.
Color : White with Blue Stripe, Width of stripe 1/8” white - 1/8” blue
Style & Construction : Seven button placket front. Width of placket 1 ¼ “. One breast pocket
4 ½ “ x 4 ½”, bottom corners of pocket beveled, no flaps. Pocket corners to be sewn diagonally or double stitched. Tapered style shirt. Button down collar with 2 ½” points. Die cut yoke set on over full-length one piece back with center pleat in back. (7) white 17 ligne pearl buttons on front, 14 ligne buttons on collar. Stitching minimum of 12 stitches per inch. Thread to be 100% white polyester.
3/16” rolled bottom hem. Length of the body of the blouse (measured middle of back) must be a minimum of 26” for a size 14 and proportioned accordingly for size. One-piece sleeve with hemmed cuff bottom minimum hem length 1”. Sleeve length 9 ½” from shoulder seam for size 14 and proportioned accordingly for size.
Available Sizes 4 to 28 Regular
Edwards Style 5027 Blue is known to meet these specifications.
BLOUSE, UNIFORM, LONG SLEEVE, WOMEN’S
SPECIFICATION #’S 200-72-042988 & 200-72-042989
Line items 3 and 4
Same as above except long sleeve style
Edwards Style 5077 Blue is known to meet these specifications.
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 14 OF 24
SHIRT, UNIFORM, SHORT SLEEVE, OXFORD, MEN’S
SPECIFICATION #’S 200-72-042990, 200-72-042991, 200-72-042992 & 200-72-042993
Line items 5 through 8
Fabric : 60% Cotton/40% Polyester, 92 x 46 count fine Oxford Cloth, permanent press and soil release.
Fabric Weight : 4.6 oz. Lining Fabric: 250 Dacron bias cut collar interlining and 3.75 weight Dura press pre-shrunk bias cut interlining in band.
Color : White with Blue stripe, Width of stripe 1/8” white - 1/8” blue
Style & Construction : Seven button placket front. Width of placket 1 ½”. One breast pocket
4 ½” x 4 ½”, bottom corners of pocket beveled, no flaps. Pocket corners to be sewn diagonally or double stitched. Tapered style shirt. Button down collar with 3 ¼ points. Die cut yoke set on over full-length one piece back with center pleat. (7) white 17 ligne pearl buttons on front with 14 ligne buttons on collar. Stitching minimum of 12 stitches per inch. Thread to be 100% white polyester.
Length of the body of the shirt (measured middle of back) from bottom of yoke to bottom of shirttail must be a minimum of 30” for a size 17 ½ and proportioned accordingly for size. One-piece sleeve with hemmed cuff bottom, minimum hem length 1”. Sleeve length 11 ½” from shoulder seam for size
17 ½ and proportioned accordingly for size.
Available Sizes 14 through 21 ½ Regular and Tall
Edwards Style 1027 Blue is known to meet these specifications.
SHIRT, UNIFORM, LONG SLEEVE, OXFORD, MEN’S
SPECIFICATION #’S 200-72-042994, 200-72-042995, 200-72-042996, & 200-72-042997
Line items 9 through 12
Same as above except long sleeve style.
Edwards Style 1077 Blue is known to meet these specifications
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 15 OF 24
POLO SHIRT SHORT SLEEVE
SPECIFICATION # 200-57-043363, 200-57-043478, 200-57-043479
Line items 13 through 15
Fabric : 50% Polyester/35% Cotton, solid color knit pique. Fabrics weight 5.4 oz.
Color : Light Blue [mandatory]; Navy Blue [possible option].
Indicate colors available on the bid price sheet.
Style & Construction : Flat knit collar with self-taping inside collar seam. Front placket measuring
1 ½ “ x 6”with pellon lining. Three 18-ligne buttons on placket. One pocket on left breast. Clean finished reinforced shoulder. 1” straight hemmed bottom and hemmed short sleeves.
Available Sizes Male and Female; petite to 6 XL; small to tall
Edwards style 1451 is known to meet these specifications
POLO SHIRT LONG SLEEVE
SPECIFICATION # 200-57-043364, 200-57-043480, 200-57-043481
Line items 16 through 18
Fabric : 100% combed cotton, spun knit pique. Fabrics weight 6.5 oz.
Color : Navy Blue [mandatory]; Light Blue [possible option].
Indicate colors available on the bid price sheet.
Style & Construction : Flat knit collar with twill taped neck seams. Front placket measuring
1 ½ “ x 6” with pellon lining. Clean finished self-taped inside shoulder seams. Three 18-ligne buttons on placket. One pocket on left breast. Long sleeve with flat knit cuff. Twill taped side vents with 1” extended tails.
Available Sizes Male and Female; petite to 6 XL; small to tall
Edwards style 1471 is known to meet these specifications
BELT, DRESS
SPECIFICATION # 200-09-036744 & 200-09-037790
Line items 19 and 20
Material : Leather
Color : Black and Cordovan. Indicate colors available on the bid price sheet.
Style & Construction
: Belt to be 1” wide, braided with brass buckle
Available Sizes 24 - 54
Edwards Style BW00 is known to meet these specifications
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 16 OF 24
TROUSER, YEAR ROUND, PLAIN FRONT, MEN’S
SPECIFICATIONS #’S 200-72-033602, 200-72-033603 & 200-72-035443
Line items 21 through 23
Fabric
: 100% texturized polyester plain weave. 41 x 41 count. Fabric weight 11 ¼ oz.
Color : Heather Gray
Style & Construction : Modern, updated, full cut trousers with straight legs and finished, uncuffed bottoms with 2-1/2" turn up material. Trousers to have a plain front, two slash quarter top pockets, and two back pockets. Waistband to be 2" wide with 11/16" BanRol in front waistband with bottom of waistband stitched down. Waistband to include a double Talon crush resistant hook and eye closure and nickel-plated brass zipper. Trousers to have a Buckram canvas fly reinforcement with tab running across crotch seams. Belt loops to be a minimum of 3/8" wide and 2-1/8" high with fused interlining tacked through waistband. Belt loops hot cut to eliminate raveling. There shall be a minimum of 6 belt loops with an extra belt loop on center back seam of size 32 and up. Front pockets are to be stitched, turned and re-stitched with a bar-tack at the top and bottom pocket opening. Hip pockets are to be double welt and bar-tacked on right and left sides with a button and buttonhole closure on the left hip pocket. Pocketing and trim to be 100% polyester in pill resistant construction and to be a black color or a color that will harmonize with the color of the trousers. Trousers are to have a double stitched seat seam with 8-1/2 stitches per inch on all stress seams. All seams are to be pressed open with serged edges. All points of strain to be bar-tacked. All sewing to be spun texturized polyester thread.
Available Sizes 28-54
Edwards Style 2290-56 is known to meet these specifications
SLACK, YEAR ROUND, PLAIN FRONT, WOMEN’S
SPECIFICATION #’S 200-72-033606 & 200-72-033607
Line items 24 and 25
Fabric : 100% texturized polyester plain weave. Fabric weight 11-11 ½ oz.
Color : Heather Gray
Style & Construction : Modern, updated, straight leg style with unfinished open bottoms or finished, uncuffed bottoms with 2-1/2" turn up material as requested on purchase order. Zipper fly front with pointed tab and button closure. Matching nylon core zipper. Quarter top pockets. Slacks to have a
1 1/8" wide front band with fused reinforcement to eliminate roll with 1/4" edge topstitching and a turn-over top back band with covered elastic. Two darts in back a minimum of 5-3/4" long from top of waistband 1 on each side. Slacks to have a minimum of 10 stitches per inch. All seams are to be pressed open with serged edges. All points of strain to be bar-tacked. All sewing to be polyester core covered with cotton or spun polyester in a matching color.
Available Sizes 4-28
Edwards Style 8279 is known to meet these specifications
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 17 OF 24
SLACK, YEAR ROUND, PLAIN FRONT, WOMEN’S
SPECIFICATION #’S 200-72-036195, 200-72-037781 & 200-72-037782
Line items 26 through 28
Fabric : 65% Polyester/35% Cotton, Fabric weight 7 1/2 oz.
Pocketing : Black 100% polyester no pill
Color: Gray and Khaki.
Indicate colors available on the bid price sheet.
Style & Construction : Modern, updated, straight leg style with unfinished open bottoms or finished, uncuffed bottoms with 2-1/2" turn up material as requested on purchase order. Zipper fly front with hook & eye closure. Brass zipper. Quarter top pockets. Solid waistband with belt loops and ¾”
BanRol in waistband. Belt loops tacked through waistband. Two darts in front for shape. Slacks to have a minimum of 8 stitches per inch. All seams are to be pressed open with serged edges. All points of strain to be bar-tacked. All sewing to be polyester core covered with cotton or spun polyester in a matching color.
Available Sizes 4-28
Edwards Style # 8519 is known to meet these specifications
SLACK, YEAR ROUND, PLEATED FRONT, WOMEN’S
SPECIFICATION #’S 200-72-036194, 200-72-037783 & 200-72-037784
Line items 29 through 31
Fabric : 65% Polyester/35% Cotton, Fabric weight 7 1/2 oz.
Pocketing : Black 100% polyester no pill
Color : Gray and Khaki.
Indicate colors available on the bid price sheet.
Style & Construction : Modern, updated, straight leg style with unfinished open bottoms or finished, uncuffed bottoms with 2-1/2" turn up material as requested on purchase order. Zipper fly front with hook & eye closure. Brass zipper. Quarter top pockets and two pleats in each front panel. Solid waistband with belt loops and ¾” BanRol in waistband. Belt loops tacked through waistband. Slacks to have a minimum of 8 stitches per inch. All seams are to be pressed open with serged edges. All points of strain to be bar-tacked. All sewing to be polyester core covered with cotton or spun polyester in a matching color.
Available Sizes 4-28
Edwards Style 8619 is known to meet these specifications
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 18 OF 24
TROUSER, YEAR ROUND, PLAIN FRONT, MEN’S
SPECIFICATIONS #’S 200-72-036193, 200-72-037785 & 200-72-037786
Line items 32 through 34
Fabric : 65% Polyester/35% Cotton, Fabric weight 7 1/2 oz.
Pocketing : Black 100% polyester no pill
Color : Gray and Khaki.
Indicate colors available on the bid price sheet.
Style & Construction : Modern, updated, straight leg style with unfinished open bottoms or finished, uncuffed bottoms with 2-1/2" turn up material as requested on purchase order. Full cut pattern. Zipper fly front with hook & eye closure. Brass zipper. Quarter top pockets. Double welt hip pockets.
Button and buttonhole on left hip pocket. Solid waistband with belt loops and 11/16” BanRol in waistband. Belt loops tacked through waistband. Slacks to have a minimum of 8 stitches per inch. All seams are to be pressed open with serged edges. All points of strain to be bar-tacked. All sewing to be polyester core covered with cotton or spun polyester in a matching color.
Available Sizes 28-54
Edwards Style 2510 is known to meet these specifications
TROUSER, YEAR ROUND, PLEATED FRONT, MEN’S
SPECIFICATIONS #’S 200-72-036192, 200-72-037787 & 200-72-037788
Line items 35 through 37
Fabric : 65% Polyester/35% Cotton, Fabric weight 7 1/2 oz.
Pocketing : Black 100% polyester no pill
Color : Gray and Khaki.
Indicate colors available on the bid price sheet.
Style & Construction : Modern, updated, straight leg style with unfinished open bottoms or finished, uncuffed bottoms with 2-1/2" turn up material as requested on purchase order. Full cut pattern.
2 pleats in each front panel. Zipper fly front with hook & eye closure. Brass zipper. Quarter top pockets. Double welt hip pockets. Button and buttonhole on left hip pocket. Solid waistband with belt loops and 11/16” BanRol in waistband. Belt loops tacked through waistband. Slacks to have a minimum of 8 stitches per inch. All seams are to be pressed open with serged edges. All points of strain to be bar-tacked. All sewing to be polyester core covered with cotton or spun polyester in a matching color.
Available Sizes 28-54
Edwards Style 2610 is known to meet these specifications
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 19 OF 24
SWEATER, V-NECK
SPECIFICATION # 200-63-033614
Line item 38
YARN
Type : 70% Monsanto S-63 long staple low-pill acrylic, 30% long staple spun wool, pre-washed and softened. Machine washable and Dry cleanable
Count : Worsted 2 ply/18's Colorfastness and Crocking: good
Color : Police Blue
PATCH FABRIC : The patch fabric of the sweater shall be a machine washable and dry cleanable cotton blend conforming to the following specifications in order to provide user comfort, uniform appearance, durability, and easy care.
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. Warp: 87 Filling: 52
TAPE REINFORCEMENT
Type : 100% polyester woven tape, 0.25” wide.
Color : Black
THREAD
Type : 100% polyester size #50. Colorfastness and Crocking: Good
DESIGN : The sweater shall be v-neck, pullover style, jersey knit with straight body, knitted welt, and set-in sleeves with turn-back cuffs for adjusting sleeve length. The body and sleeve welts shall be knit with a no raveling edge. Durable cloth patches as specified shall reinforce shoulders and elbows. The
V-Neck shall be constructed with a rib knit band doubled over, joined at the bottom, overlock stitched to the body and reinforced stitched at the bottom of the V-Neck.
KNITTING : The garment is to be knitted in a plain jersey stitch throughout using 0.54” of yarn per stitch with an integral 1 x 1 rib knit bottom and cuff using 0.46 inches of yarn per stitch commencing with a knitted welt. The V-Neck knit band shall be 1 x 1 rib knit to match the bottom rib and cuff.
SEAM CONSTRUCTION : All sweater seams shall be stitched using an Overlook 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 sweater. All seams shall be straight and clean with thread ends trimmed.
TAPE REINFORCEMENT : The shoulders and underarms shall be reinforced with the specified tape to prevent these seams from coming apart under stress. The tape shall measure approximately 4” in length under the arm and run the entire length of the shoulder seam.
SHOULDER & ELBOW PATCHES : The sweater is to have reinforcing patches on each shoulder and sleeve. When the sweater is laid flat, the bottom of each shoulder patch shall meet when a straight line is drawn from patch to patch, insuring a uniform appearance. The patches and the thread used to stitch them on shall match the color of the sweater. The patches, with raw edges turned in, are to be secured by a double needle lock stitch except for the edge incorporated into the sleeve seam which shall be overlooked. There shall be no puckering gathering or distortion where the patches are sewn to the sweater. No glue may be used to fold patches before stitching. The shoulder patch shall measure
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 20 OF 24 approximately 9.75” x 5.5” finished (size medium) and shall be graded for smaller and larger sizes.
The sleeve patch shall be contoured to fit the arm, measuring approximately 11” by 5” finished (all sizes).
PRESSING : The sweater and patches shall be pressed so arrival is in a neat condition.
MEASUREMENTS:
The body length shall be 26” for size medium and shall be measured from the top of the shoulder seam at the neck seam to the bottom of the garment (+ or - 0.75 inch).
The body width shall be 20.5” for size medium and shall be measured from side seam to side seam 1” below the armhole (+ or - 0.5 inch).
The sleeve length shall be 20” for size medium and shall be measured along the underarm seam with the cuff turned back 2.25” (+ or - 0.5 inch).
The body length, body width, and sleeve length shall be graded smaller and larger sizes.
The width of the V-Neck opening shall be 4.5” (+ or - 0.5 inch) for all sizes.
The bottom rib height shall be 3” (+ or - 0.5 inch) for all sizes.
The cuff rib length shall be 4.5” (+ or - 0.5 inch) for ail sizes.
The V-Neck rib shall be 1.25” (+ or - 0.25 inch) for all sizes.
WEIGHT : The minimum weight of a dozen size medium sweaters shall be 14 pounds.
SIZES AVAILABLE : Unisex XS (32-34), S (36-38), M (40-42), L (44-46), XL (48-50), XXL
(52-54), XXXL (56-58) to fit men and women.
Blauer Style 205 is known to meet these specifications.
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 21 OF 24
SWEATER, ZIPPER FRONT, V-NECK
SPECIFICATION #200-63-043442
Line item 39
Shell Fabric : 57% polyester/ 28% long staple worsted wool/15% low pill acrylic. 2x1 rib knit on the front and 100% Polyester fleece on the back. Machine washable and dry cleanable.
Color : Police blue
Trim : Patch fabric: Color matching 100% Nylon ripstop weave 70-denier warp and 160-denier filling. Honeycomb pattern printed urethane non-ravel backcoating to insure breathability, prevent seam slippage, and to maintain shell fabric appearance. Machine washable.
Design & Construction : V-neck 2x1 rib knit sweater with fleece backing. Straight body. Set-in sleeves with stretch binding at the cuffs and waistband. Durable ripstop patches as specified shall reinforce shoulders and elbows. Full zipper front design. Horizontal welt pockets with snap closure on the lower front.
Available Sizes regular length, XS-3XL to fit men and women
Blauer style 227 is known to meet specifications.
SWEATER, ZIPPER FRONT, V-NECK
SPECIFICATION # 200-63-044527
Line item 40
Same as above except in a non-wool fabric.
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 22 OF 24
PARKA, ALL-WEATHER
SPECIFICATION #200-18-041558
Line item 41
SHELL FABRIC : 100 % texturized nylon, 70 Denier warp and 250 denier filling treated with durable backcoating with printed breathable coating.
Color : Police Blue.
LINING FABRIC : Permanent lining fabric (shell & inner jacket) B.Dry 1.85 per square yard 100% nylon 70 denier rip stop with a total count of 210.
Color : Charcoal or black. Fabric shall be coated or laminated with a waterproof-breathable polymer that can be washed and dry cleaned and seam sealed.
INSULATED LINER FABRIC : 6” diamond pattern quilted insulation package, 6 oz per sq. yd polyester velour pile fleece face fabric lower body. 70 denier taffeta face fabric for sleeves and upper body. Thermolite Plus or B.Warm BSCl-120 insulation for sleeves. 70 denier nylon taffeta backing fabric for body and sleeves. Fiber migration resistant construction and treatment with no added layers of scrim. Machine washable/dryable, dry cleanable and can be pressed.
Color : Black.
TRIM
INTERLINING : 100% polyester non-woven
Color : Charcoal
BINDING : 100% nylon 70 denier taffeta plain weave
REFLECTIVE TRIM : Reflective trim shall be 3M’s Scotchlite silver reflective fabric
SEAM TAPE : Waterproof seam sealing tape compatible with the permanent waterproof-breathable lining.
Color : Clear.
ELASTIC : 1.5” elastic webbing, dry cleanable
SNAPS : Snaps for liner attachment shall be non-rusting, 20 ligne prong style with closed backs, gunmetal finish on brass, heavy-duty closure. All other snaps 24 ligne tri-snap, thermoplastic resin in black.
ZIPPERS : The front zipper shall be a two-way, delrin, 31” long, and size #5. Sleeve underarm zippers shall use a nylon coil, one-way 10” long, size #3. Inside jacket zipper shall be delrin, one-way size # 5 24”. Side vent zippers (shell) shall be two-way nylon with head to head (when open) sliders, size #5, 17” long. Zipper lengths are size Large (Reg)
Color : Black
HOOK AND LOOP : The hook and loop tape shall be made from a durable woven nylon and the color shall be dyed to match the shell.
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 23 OF 24
THREAD : Thread for single needle lockstitch seams shall be size #50 polyester wrapped polyester core, vat dyed. Thread for safety stitch seams shall be polyester wrapped polyester core, vat dyed size
#50 in the needles and size #70 in the loopers.
GENERAL DESIGN : The coat shall be waterproof by design, front zipper closure covered by double storm flaps, and removable liner system with zip-out extra warmth full body and sleeve quilted insulated liner, storm collar, zippered side vents with snap tabs, two piece sleeves with cuffs and
Velcro closure. Scotchlite sewn around the bottom hem, across the upper back, down the front fly and around the sleeves above the closure. Detachable hood in collar.
SLEEVES : Sleeves shall be 2-piece, with Velcro closure. There shall be a 1”x2” of hook Velcro sewn to the tab and a 5”x1” piece of loop Velcro sewn to the sleeve bottom. There shall be an underarm zipper. There shall be 1.5” Scotchlite sewn around the sleeve approximately 5” above the bottom sleeve hem.
COLLAR : The collar shall be made of two plies of the shell fabric plus the interlining plus the permanent waterproof breathable lining. The interlining shall be sewn to the under collar
POCKETS : Two upper cut in pockets with mitered flaps. Two lower reverse pleated patch pockets with mitered flaps and side openings, lined with brushed hand warmer pocketing. Inside security pocket.
SIDE VENTS : There shall be zippered side vent openings on each side with double flaps sewn behind the zipper and 3” elasticized snap tab set in the bottom hem on the back of the jacket.
HEM : Sewn along both the front and back hem there shall be silver 3M Scotchlite 1.5” wide.
REMOVABLE INSULATED LINER : The removable insulated liner shall be a zip-out type full body liner with full sleeves. Quilting shall be stitched in a 6” diamond pattern. There shall be a bound cut out in each armhole for comfort and a bound slit positioned in the left breast to allow access to the pocket on the permanent lining of the jacket. The liner shall be bound throughout with the binding material as specified.
INTERLINING : The following parts shall be interlined: Collar, Pocket Welts, and Storm Flaps.
FACINGS : A full front and back facing shall be constructed of shell fabric with a concealed zipper track to accommodate a zip-out insulated liner. The front facing shall measure approximately 1.5” in width.
SEAM STITCHING : All stitching shall be even and uniform per the standard sample. All seams on the shell and permanent waterproof breathable lining shall be single needle lock stitch construction.
Joining seams on the removable insulated liner shall be five thread safety stitch construction. Back tacks on seams shall be a minimum of 0.5” long. All seams shall be 8 stitches per inch minimum to 12 stitches per inch maximum. Seams shall be free from puckering, pleats, runoffs and raw edges.
PERMANENT WATERPROOF-BREATHABLE LINING : Garment construction must be laminated liner type, allowing emblems, patches, flags, service bars, chevrons or other insignia to be sewn through the shell fabric without penetrating the waterproof breathable fabric so that these alterations can be performed locally by any uniform dealer or tailor. The edges of the lining shall be
WISCONSIN DEPARTMENT OF
TRANSPORTATION
UNIFORMS FOR THE DRIVER LICENSE PERSONNEL BID # 268089
PAGE 24 OF 24 caught along the periphery of the collar, fronts, coat hem, side vents, and sleeve bottoms only. All seams and stitching through the permanent waterproof breathable lining shall be waterproof seam taped with the specified seam tape.
SEAM WATERPROOFING : All seams and stitching through the permanent waterproof breathable lining shall be waterproof seam taped with the specified seam tape. 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 #5516 when new and after
10 wash/dry cycles and dry cleanings. There shall be no appearance of water in the test area at 3 PSI for a period of 3 minutes.
LABELING : Both the jacket and removable insulated liner shall be permanently labeled with the manufacturer, country of origin, and size.
EMBLEMS : Emblems supplied by the agency shall be sewn on as specified.
SIZE RANGE :
The size range shall be as follows
Unisex Short
Regular
Tall
XS-XL
S-3XL
M-3XL
MEASUREMENTS :
Unisex Size: Size L
Chest: 55
Sleeve: 37.25
Back Length: 33
(Chest measured at armhole + or - 0.75”)
(Sleeve + or - 0.5”)
(Back length + or - 0.5”)
LIMITED WARRANTY : The jacket shall carry a manufacturer’s printed warranty hangtag. The tag shall instruct the owner of their rights under the warranty. The Limited Warranty will contain at minimum the following:
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 three (3) years from date of purchase.
The product will remain waterproof in normal use for a period of three (3) years from date of purchase.
Warranty service : Should a covered product become defective or lose waterproofness during the warranty period, it will be returned 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 abnormal wear and tear, or the color fastness of fluorescent fabrics, nor damage from chemicals, fire, misuse, accident or negligence. This warranty only applies to the original Purchaser of the covered product and is not transferable
Blauer Style 9860Z is known to meet these specifications.