Current Contract Information

Contract No. 07798

Page 4

State of Washington

Current Contract Information

Revision Date: September 23, 2003

Effective Date: September 23, 2003

Contract number: / 07798 / Commodity code: / 8415 & 4210
Contract title: / FIRE FIGHTING TURNOUT GEAR AND HELMETS
Purpose: / Add new Section E, available from L.N. Curtis. See next page for more details.
No other changes made.
Term: / July 1, 2003 / Through: / 3/1/05
For use by: / All State Agencies, Political Subdivisions of Washington, Qualified Non-profit Corporations, Participating Institutions of Higher Education (College and Universities, Community and Technical Colleges).
Contract type: / This contract is designated as Mandatory use for state agencies and optional, convenience use for all others.

Scope of contract

/ This contract is awarded to multiple contractors for the purpose of procuring fire fighting turnout (bunker) gear and helmets.
Contractor(s): / See Attachment “A”
Products available: / Fire Fighting Turnout Gear and Helmets, and Wild Land Firefighter Hard Hats.
Ordering information: / See page 2 Note III
Ordering procedures: / See page 2 Note II
Contract pricing: / See Attachment “A”
Minimum orders / None
Related product contracts: / Fire Extinguisher Contract #011600
State Procurement Officer: / Marie Holm
Phone Number: / (360) 902-7436
Fax Number: / (360) 586-2426
Email: /

Visit our Internet site: http://www.ga.wa.gov/purchase

Term worth: / $949,147.00/1 year
Current participation: / $0 MBE / $0 WBE / $949,147.00 Other
Recovered material : / None

Notes:

I.  This contract is subject to RCW 43.19.190(2) & RCW 43.19.1905(7): which authorizes state agencies to purchase materials, supplies, services, and equipment of equal quantity and quality to those on state contract from non-contract suppliers. Provided that an agency subsequently notifies the Office of State Procurement (OSP) State Procurement Officer (SPO) that the pricing is less costly for such goods or services than the price from the state contractor.

If the non-contract supplier's pricing is less, the state contractor shall be given the opportunity by the state agency to at least meet the non-contractor's price. If the state contractor cannot meet the price, then the state agency may purchase the item(s) from the non-contract supplier, document the transactions on the appropriate form developed by OSP and forwarded to the SPO administering the state contract. (Reference General Authorities document)

If a lower price can be identified on a repeated basis, the state reserves the right to renegotiate the pricing structure of this agreement. In the event such negotiations fail, the state reserves the right to delete such item(s) from the contract.

II.  State Agencies: Submit Order directly to Contractor for processing. Political Subdivisions: Submit orders directly to Contractor referencing State of Washington contract. If you are unsure of your status in the State Purchasing Cooperative call (360) 902-7415.

  1. Only authorized purchasers included on the State of Washington Purchasing Cooperative (WSPC) and State of Cooperative Purchasing Program (DASCPP/ORCPP) listings published and updated periodically by OSP and DAS may purchase from this contract. It is the contractor’s responsibility to verify membership of these organizations prior to processing orders received under this contract.

A list of Washington members is available on the Internet http://www.ga.wa.gov/pca/cooplist.htm, and a list of the Oregon members is available at http://tpps.das.state.or.us/purchasing/orcpp_mem.html contractors shall not process state contract orders from unauthorized users.

Special Conditions:

1.  Add new Section E for Wild Land Pants and Shirts, Web belt and 5 gallon pails of Silvex Class A Foam available from L.N. Curtis. No other changes made.

Special Terms and Conditions

1.  Pricing and Adjustments

During contract period:

A.  Pricing shall remain firm and fixed for at least 365 calendar days after effective date of contract.

Adjustments in pricing will:

B.  Be considered after firm fixed price period on a pass through basis only. A minimum of 60 calendar days advance written notice of price increase is required which is to be accompanied by sufficient documentation to justify the requested increase. Documentation must be based on United States published indices such as the Producer Price Index. Acceptance will be at the discretion of the State Procurement Officer and shall not produce a higher profit margin than that established on the original contract pricing. Approved price adjustments shall remain unchanged for at least 365 calendar days thereafter.

During the contract period, any price declines at the manufacturer’s level or cost reductions to Contractor shall be reflected in a reduction of the contract price retroactive to Contractor's effective date.

During the term of this contract, should the contractor enter into pricing agreements with other customers providing greater benefits or pricing, contractor shall immediately amend the state contract to provide similar pricing to the state if the contract with other customers offers similar usage quantities, and similar conditions impacting pricing. Contractor shall immediately notify the state of any such contracts entered into by contractor.

2.  Materials and Workmanship

The Contractor shall be required to furnish all materials, equipment and/or services necessary to perform contractual requirements. Materials and workmanship in the construction of equipment for this contract shall conform to all codes, regulations and requirements for such equipment, specifications contained herein, and the normal uses for which intended. Materials shall be manufactured in accordance with the best commercial practices and standards for this type of equipment.

3.  Warranty(ies)

Items delivered under this contract will be accompanied by a copy of the warranty. Turnout Gear and Helmets must have a manufacture written statement of limited lifetime warranty with full terms and conditions. All materials or equipment provided shall be new, unused, of the latest model or design, meeting the latest specifications as described herein and of recent manufacture.

4.  Contractor Performance

A.  General Requirements: The state, in conjunction with purchasers, monitors and maintains records of Contractor performance. Said performance shall be a factor in evaluation and award of this and all future contracts. Purchasers will be provided with product/service performance report forms to forward reports of superior or poor performance to the State Procurement Officer.

B.  Liquidated Damages: The state has an immediate requirement for the materials, equipment or services specified herein. Bidders are urged to give careful consideration to the state’s requirements and to the manufacturer’s production capabilities when establishing a delivery date(s).

1.  Liquidated damages will be assessed in the amount of actual damages incurred by the state as a result of Contractor’s failure to perform herein.

C.  Cost of Remedying Defects: All defects, indirect and consequential costs of correcting, removing or replacing any or all of the defective materials or equipment will be charged against the Contractor.

5.  Catalogs and Price Sheets

Contractors are required to submit most current catalogs/price lists as requested by State Procurement Officer. As changes to the catalogs price lists occur (including new product developments during the term of the contract), the revised catalogs/price lists shall be issued as soon as possible to the State Procurement Officer. Failure to do so may cause contractor to be in default of performance requirements.

6.  Retention of Records

Contractor shall retain all records relating to this contract for a period of 6 years following the date of final payment or completion of any required audit, whichever is earlier. Any authorized representative of the state or federal government (where federal funds are involved) shall have access to and the right to examine, audit, excerpt, and transcribe all said records within a reasonable time.

7.  Reports

The contractor(s) must provide the following report(s) to Office of State Procurement.

Sales and MBE/WBE Participation Report

A quarterly Sales and MBE/WBE Participation Report shall be submitted in a format provided by the Office of State Procurement. Total purchases for each State Agency, University, Community and Technical Colleges must be shown separately. Total purchases for all political subdivisions and non-profit organizations may be summarized as one customer. Additionally, all purchases by the State of Oregon or other purchasers must be reported as an aggregate total.

The report must list each minority-owned (MBE) or woman-owned (WBE) business enterprise the successful bidder contracts within performance of the contract, the MBE/WBE certification number, the participant’s signature or other acceptable proof of participation as defined by the Office of State Procurement, and the total spent with each participant.

Reports should be rounded to nearest dollar. Contractors will be provided with all necessary sample forms, instructions, and lists. Reports are due 30 days after the end of the calendar quarter, i.e., April 30th, July 31st, October 31st and January 31st.

SPO Required Report

Contractor(s) will provide the State Procurement Officer with annual customer expenditure/usage reports based on the contract year, not the calendar year. Reports are due 30 days prior to contract expiration (the first report submitted will contain only 11 months history). Total purchases for each state agency shall be listed separately by line item and total dollar amount. Total purchases for political subdivisions must be summarized as one customer by line item and total dollar amount. Reports may be rounded to the nearest dollar.

17

SeaWestern

Vendor Contract #0000001170

Attachment 1

Contractor Information

Section a (COATS & PANTS)

Contractor: / L.N. Curtis & Sons
Home Page Address: / http://www.Incurtis.com
Contact: / Nikolas D. Taranik / Paul Curtis
Phone: / (800) 426-6633 / (800) 443-3556
Fax: / (206) 622-2723 / (510) 839-5325
Email: /
Federal ID No.: / 94-1214350
Supplier No.: / 472
Payment address: / L.N. Curtis & Sons 1800 Peralta Street Oakland, CA 94607-1603
Order placement address: / L.N. Curtis & Sons 629 So. Industrial Way Seattle, WA 98108-5230
Minimum orders: / None
Delivery time: / Stocked gear listed on contract will be shipped within three (3) calendar days After Receipt of Order (ARO)
Special orders will be shipped within 75-90 calendar days after receipt of order (ARO)
Payment terms: / Net 30 days
Shipping destination: / (FOB) destination
Freight: / Prepaid and included
Credit card acceptance: / Yes-Visa, Master Card, American Express

17

SeaWestern

Vendor Contract #0000001170

Attachment 1

PRICE SHEET

SECTION A

L.N. CURTIS & SONS

DESCRIPTION / UNIT PRICE
COAT
Mfg.: Globe Brand/Model: 110832B / $557.75
COAT OPTIONS:
1 Substitute 35” length on coat / No Charge
2 Substitute Two Tone Lime Trim on Coat / No Charge
3 Substitute 6.0 oz PBI Ripstop Bronze outer shell on coat / Deduct $13.00
4 Substitute Nomex Ripstop 7.5 oz. Outer shell on coat / Deduct $110.00
5 Substitute Crosstech Moisture Barrier on Coat / $34.80
6 Substitute Patch Pockets on Coat / $25.50
7 Add Lettering on a Patch / $27.00
8 Add Flashlight Pocket on Coat / $24.00
9 Add Radio Pocket on Coat / $25.00
10 Add Flashlight Clip on Coat / $6.10
11 Add MIC Clip on Coat / $1.40
NEW OPTIONS 6/1/00
12 Black PBI Shell in place of Gold / $35.00
13.  Advance Outer Shell in place of PBI / Deduct $70.00
14.  Millenia Outer Shell in place of PBI / $40,.00
15.  Gold Basofil Shell in place of PBI / Deduct $60.00
16.  Caldura Liner in place of Aralite / $26.00
17.  Comfortzone moisture barrier in place of Aquatech / Deduct $8.00
18.  32” Coat with Action back & Zipper/ Velcro closure in place of 35” Traditional (requires hi-rise pants) / No Charge
Standard Wristers in place of hand & wrist Guards / Deduct $12.00
PANTS
Mfg.: Globe Brand/Model: 21082B / $368.80
PANT OPTIONS:
1 Substitute Two Tone Lime Trim on Pants / No Charge
2 Substitute 6.0 oz. PBI Ripstop Bronze outer shell on pants / Deduct $7.50
3 Substitute Nomex Ripstop 7.5 oz outer shell on pants / Deduct $75.00
4 Substitute Crosstech Moisture Barrier on Pants / $34.00
5 Substitute Leather for 7.5 Knee reinforcement / $1.90
Optional Suspenders / Pair
$17.60
NEW OPTIONS 5/23/00
6.  Advance Outer Shell in place of PBI / Deduct $60.00
7.  Millenia Outer Shell in place of PBI / $20.00
8.  Gold Basofil Shell in place of PBI / Deduct $30.00
9.  Caldura Liner in place of Aralite / $18.00
10.  ComfortZone Moisture Barrier in place of Aquatech / Deduct $6.00
11.  Removable Padded Knees / $39.00
12.  High-Rise Trouser in place of traditional / $10.00
NOMEX WILD LAND
1. Nomex Wild Land Shirt, PGI – Nomex, Part # S130NG
Sizes X Small, Medium, Large and X Large / $63.80
Size XXL / $70.18
Size XXXL / $76.56
Size XXXXL / $82.94
2.  Nomex Wild Land Pant, PGI – Nomex, Part # P205N6
Specify Inseam: Regular – 28”; Medium – 30”, Long – 32” and X Long is 34”
Sizes X Small, Medium, Large and X Large / $77.45
Size XXL / $85.20
Size XXXL / $92.94
Size XXXXL / $100.69
3. Web Belt, TSB, Thermostatic / $12.30
4. Silvex Class A Foam, 5 gallon pail, Ansul #75451 / $59.50


Contractor Information

SECTION B (COATS & PANTS)

Contractor: / Sea Western, Inc.
Home Page Address: / www.seawestern.com
Contact: / Russell E. Morris / Brian Morris
Phone: / (800) 327-5312 / (800) 327-5312
Fax: / (425) 823-0636 / (425) 823-0636
Email: / /
Federal ID No.: / 91-0998307
Supplier No.: / 4483
Payment address: / Sea-Western, Inc. P.O. Box 51 Kirkland, WA 98083
Order placement address: / Sea-Western, Inc. P.O. Box 51 Kirkland, WA 98083
Delivery time: / Stocked gear listed on contract will be shipped within 15-30 calendar days After Receipt of Order (ARO)
Special orders will be shipped with 60-75 calendar days After Receipt of Order (ARO)
Payment terms: / Net 30 days
Shipping destination: / (FOB) destination
Freight: / Prepaid and included
Credit card acceptance: / Yes Visa, Master Card


PRICE SHEET

SECTION B

SEA-WESTERN, INC.

DESCRIPTION / UNIT PRICE
COAT
Mfg.: Lion Apparel Brand/Model: Janesville Commando / $525.52

COAT OPTIONS

Glide Face Cloth with AraFlo IsoDri System / $42.84
Substitute 35” length on coat / $33.60
Extra Radio Pocket / $40.95
Add 3” Sewn-on Scotchlite Reflective letters / $2.62
Radio Microphone Tab / $8.92
Shoulder Placard / $23.62
Hem Placard / $23.62
Flashlight Holder / $23.62
PANTS
Mfg.: Lion Apparel Brand/Model: Janesville Commando / $375.37

PANTS OPTIONS

Glide Face Cloth with AraFlo IsoDri System / $42.00
Flashlight Pocket / $39.00
Lumbar Support / $47.25

OPTIONAL:

SUSPENDERS Heavy Duty Suspenders, Red All stretch material with leather attachments. / $14.70

SUSPENDERS Heavy Duty Suspenders, H-Back adjustable, Black with metal attachments.

/ $28.08

17