Loading...
10-1South Miami To: The Honorable Mayor and Members of the City Commission '/ From: Hector Mirabile, Ph.D, City Manager Date: November 29, 2010 / Agenda Item # Subject: A Resolution of the Mayor and City Commission of the City of South Miami, Florida, authorizing the City Manager to budget expend $9,998.00 for handguns, rifles, ammunition, and repair parts, from Lou's Police Distributors and the U.S. Military, being charged to account number 608- 1910 -521 -5210 (State Forfeiture Supplies), providing for an effective date. Background: The Police Department utilizes the standard maintenance program for Glocks which includes miscellaneous parts for a total cost of $500.00, Glock 22 and 23 spring guides for necessary replacement for a total cost of $300.00, Glock 27 spring guides for necessary replacement for a total cost of $60.00, Glock 22 and 23 magazine springs for necessary replacement for a total cost of $240.00, Glock 22 and 23 replacement magazines for necessary replacement for a total cost of $630.00, Glock 22 and 23 training magazines for a total cost of $224.00, for a total cost of $2,054.00. Cost: The Police Department wishes to issue forty (40) Colt model AR15 in .223 caliber, at a cost of $4,000.00 from the military surplus program and the Police Department wishes to issue eighty (80) ammunition magazines for Colt model AR15 in .223 caliber, at a cost of $23.00 each for a total cost of $1,840.00, together with parts kit to convert from military "full auto" to police semiautomatic at a cost of 10 each for a total cost of $400.00 and tools to do the conversion at $104.00 and rifle slings for safety at a cost of $25.00 each for a total cost of $1,000.00. The Police Department wishes to issue six (6) Springfield Armory model M14 in .308 caliber, at a cost of $600.00 from the military surplus program. $9,998.00 Funding Source: Funds are budgeted in account number 608 - 1910 -521 -5210 with a balance of $9,998.00 subject to approval of the budget transfer in item # 11. Backup Documentation: ❑ Lou's Police Distributors competitive bid with Hallandale Beach Police Department 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 RESOLUTION NO. A Resolution of the Mayor and City Commission of the City of South Miami, Florida, authorizing the City Manager to budget expend $9,998.00 for handguns, rifles, ammunition, and repair parts, from Lou's Police Distributors and the U.S. Military being charged to account number 608 - 1910 -521 -5210 (State Forfeiture Supplies), providing for an effective date. WHEREAS, The Police Department is a law enforcement agency and must issue weapons and ammunition to its officers, and WHEREAS, the standard Police issue sidearm issued is the Glock model 22, 23, or 27 in .40 caliber, and WHEREAS, the standard maintenance program for Glocks includes miscellaneous parts for a total cost of $500.00, Glock 22 and 23 spring guides for necessary replacement for a total cost of $300.00, Glock 27 spring guides for necessary replacement for a total cost of $60.00, Glock 22 and 23 magazine springs for necessary replacement for a total cost of $240.00, Glock 22 and 23 replacement magazines for necessary replacement for a total cost of $630.00, Glock 22 and 23 training magazines for a total cost of $224.00, for a total cost of $2,054.00, and WHEREAS, the standard Police issue longarm issued is the Colt model AR15 in .223 caliber, and WHEREAS, the Police Department wishes to issue forty (40) Colt model AR15 in .223 caliber, at a cost of $4,000.00 from the military surplus program and WHEREAS, the Police Department wishes to issue eighty (80) ammunition magazines for Colt model AR15 in .223 caliber, at a cost of $23.00 each for a total cost of $1,840.00, together with parts kit to convert from military "full auto" to police semiautomatic at a cost of 10 each for a total cost of $400.00 and tools to do the conversion at $104.00 and rifle slings for safety at a cost of $25.00 each for a total cost of $1,000,00, and WHEREAS, the standard Police issue longarm for the honor guard issued is the Springfield Armory model M14 in .308 caliber for ceremonial honor guard use and for funerary firing parties, and WHEREAS, the Police Department wishes to issue six (6) Springfield Armory model M14 in .308 caliber, at a cost of $600.00 from the military surplus program, and WHEREAS, the total amount for the equipment and supplies is $9,998.00, and WHEREAS, the funding for this request will come from the State Forfeiture Supplies account 608 - 1910 -521 -5210. 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1: The City Manager be, and hereby is authorized to allow these expenditures to be charged to the State Forfeiture Supplies account 608 - 1910 -521 -5210 for a cost of $9,998.00 with a current balance of 0. Section 2: That this resolution shall effect immediately upon approval. PASSED AND ADOPTED this day of December, 2010. ATTEST: CITY CLERK Read and approved as to form and Sufficiency: CITY ATTORNEY APPROVED: Commission Vote: Mayor Stoddard Vice Mayor Newman: Commissioner Beasley: Commissioner Palmer: Commissioner Harris: P �h CITY of Hallandale Beach Police Department 400 S. Federal Hwy„ Hallandale Beach, FL 33009 ALLANDALe HEACa Phone: 954457 -1411 Far: 954457 -1655 pOU City of choice Thomas A. Magill, Chief of Police November 18, 2010 Lou's Gun Shop & Police Supply 7815 W 4 Avenue Hialeah, FI 33014 Attention: Louis Garcia Dear Mr. Garcia RE: Uniform Bid 2005- 2006 -002 It is our intent to exercise an additional year extension of the police uniform contract as per the terms of the contract offered by the Bidder in its Bid Proposal based on the stipulated contract period with three (3) additional one (1) year renewals. The contract which allows a 2% percent increase is acceptable and in the best interest of the City Sincerely James Kirehoff Deputy Police Chief Hallandale Beach Police Department Y:\Police Annual Budgets\2010 -201 I Budget \Uniform Renewal Undoc CITY OF ALLA NDALE BEACH City of Choice ADDENDUM 01.. ----- - ...... CORRECTION NOTICE BID OFY2005-20"2 REVIS51) PROPOSAL FORMS r. pteasp replace the attached Revised s Bid Proposal Forms for the Bid OFY 2005-200 8- 002 for Police Uniform Purchase Contract. Bid due date has been changed from Monday, September 12, 2005 @ 11:00 AM to the following: Seated Bid Opening ExLended Due Date: .. ....... .. --MondaY, September 119,205 @ TVD0 XM.' C4 Clark Office 400 SbUffi F6dertl HtgfMa ­ y ..... .. -14"iflai"n-dale Beach, FL 33009 Please note receipt of Addendum 91 by signing below and include with a bid submission, acknow] Ger-icef—' Addendum pt of dden um COMPANY: ADDRESS: CITY, STATE, ZIP CODE: ti chc�k SIGNATURE 1� - �—DA—TE, I C�– Sincerely, E. Dent McGoughf Director General Services Department EDM/jw Atta&ane.nts wD # CITY OF HALLANDALE BEACH PAGE 2 OF35 SPECIFICATIONS ,' "A person or affiliate who has been placed on the convicted vendor list following a conviction for Public entity crime may not submit a bid, proposal, or r®piy on a contract to provide any goods or services to a public entity, may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of rest property to a public entity; may not be awarded or perform work as a contractor, suppliers, subcontractor or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months following the date of being plated on the convicted vendor list." Signed and Sealed day of '2005. y. T' e: Signed and Sealed day of '2005. DID £dam 2W _ 400"02 CITY OF HALLANDALE BEACH PAGE 3 CF35 77 NOTICE TO BIDDER: SEALED BIDS WILL BE RECEIVED ON THE DATE, AND AT THE PLACE, AND FOR THE ITEMS LISTED ONTHE ATTACHED CITY BID FORMS. THESE BIDS WILL BE PUBLICLY OPENED IN THE CITY COMMISSION ROOM, CITY HALL OR OTHER DESIGNATED AREA, IN THE PRESENCE OF BIDDERS AND CITY OFFICIALS. ALL BIDDERS AND THE PUBLIC ARE INVITED AND ENCOURAGED TO ATTEND BID OPENING, AFTER TABULATION AND REVIEW, AND WHEN REQUIRED, BIDS WILL BE PRESENTED TO THE CITY COMMISSION FOR AWARD OF BID: AT A COMMISSION MEETING, PUMeOSE OF BiBR THE CITY OF HALLANDALE BEACH INTENDS TO SECURE A SOURCE OF SUPPLY FOR ITEM(S) OR SERVICES(S) AT THE LOWEST PRICE AND IN BEST INTEREST OF THE CITY. PROMPT AND CONVENIENT SERVICE AND SHIPMENT BY THE SUPPLIER TO THE CITY. ANY FAILURE ON THE PART OF THE SUPPLIER TO COMPLY WITH THE ENSUING CONDITIONS AND SPECIFICATIONS SHALL BE REASON FOR TERMINATION OF CONTRACT. THE CITY RESERVES THE RIGHT TO MAKE AN AWARD TO THE SUPPLIER WHERE THE PRODUCT MEETS THE SPECIFICATIONS, TERMS AND CONDITIONS AND WHERE THE BID IS CONSIDERED TO BEST SERVE THE CHYS INTEREST, 9. SUSMISSION AND RECEIPT OF BIDS: A. Bids to receive consideration, must be received on or prior to the specified time and date of opening, as designated in the bid B. Unless othewhie specified, blddera MUST use the proposal forre(s) or forritat furnished by the City, failure to do so may be cause for re)ecillm of bid. Removal of any part of the bid items may Invalkleto bid. C. Proposal having any arasum or corrections MUST ba Initiated by the bidder In INK. Bids shall be signed In INK; all forms shall he typerMften or printed with pan and ink. - D. Ssparate bids copies tflUil ba submitted on each bid number. E. TO: BIDDERS MUST RETURN TWO 121942M SETS OF THE BID FORM SECTION. BIDS SHALL BE SUBMITTED IN SEALED ENVELOPES AND MAILED OR HAND DELIVERED TO: CITY CLERK CITY OF HALLANDALE BEACH 400 SOUTH FEDERAL HIGHWAY HALLANDALE BEACH, FL SS000 P. DATErTIME OF 810 OPENING: Plainly mark on the outside of the anvalope, the bid Numbar, hem IdantlBea¢/lon and Time and Data of Bid Opening. IT WELL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO ENSURE THAT THE BID REACHES THE OFFICE OF THE CITY CLERK, CITY OF HAUL ANDALP BEACH ON OR BEFORE RWQN DQj DEI? MEEK &+ 2. WARRANTIES FOR USAGE: Whenever a bid is sought, seeking a source of supply for a specified period of time for materials or services, the quantities or usage shown are ESTIMATED ONLY. No guarantee or warranty Is given or implied by the City "to the total amount that MAY OR MAY NOT be purchased from any resulting contract(s). Thee quantities are for bidders information ONLY and %dII be used for tabulation and presentation or bid and the City reserves the right to Increase or decrease quantities as required. 3. BIDS ACCEPTANCE PERIOD: Bidder warrants by virtue of bidding that prices, terms and conditions quoted In the bid will remain firm for acceptance by the City for a period of (00), days from the date of bid opening, unless otherwise stated by the City. 4. DELIVERY POINT: All items shall be delivered F.O.B. destination (.a„ at a specific City of Hallandale Beach Address), and delivery casts (f any) will he Included in the bid price. Failure to do so may be cause for rejection of the bid. S. PAYMENT (TERMS): Payment will be made ONLY after receipt and acceptance of matertalsfservioes. 9. BRAND NAMES: If and whenever in the specifications a brand name, make name of any manufacturer, trade name, or vendor catalog number is mentioned, it is for the purpose of establishing a grade or quantity of materials ONLY. Since the City does not wish to exclude other competition and equal brands or mattes, the phrases "OR APPROVED EQUAL" is added. However, Re product other than that specified Is bid, it is the vendor's responsibility to name such a product within the bid and to prove to the City that said product is equal to that specified and to submit brochures, samples and /or specifications In detail on item(s) bid. The City shall be the sole judge Concerning the martin of bids submitted. 7. SAMPLES AND DEMONSTRATIONS: Evidence in the form of samples may be requested when required If brand is other than specified. Such samples are to be furnished after the date of the bid opaning only, upon requested by City, unless otherwise stated in the bid forms. It samples shall be requested, such samples must be received by the City no later than seven (7) days attar formal request is made. When required, the City may request full demonairatlons of any unil(a) bid prior to the award of any contract. Samples, when requested, must be furnished free of expense to the City and N not used In testing or destroyed, upon Written request Wil vMhln thirty (30) days of bid award be returned at Ire bidders expense. 8. QUALITY: All materials for the manufacture or construction of any supplies, materials, or equipment covered by this bid shall be NEW. The gems bid must be new, the latest model, of the best quality and highest grade workmanship. 9. ACCEPTANCE OF MATERIAL: The game) delivered under this proposal shall remain the property of the seller until physical Inspection and actual usage of the gem(s) and/or sarvim are made and thereafter accepted to the satisfaction of the City and must comply with the terms herein, and be fully m accord with the specifications and of the highest quality. In the event the material and/or services supplied to the City Is found to be defective or does not conform to the specifications, the City reservea the right to cancel the order upon written notice to the seller and return the product(s) to the seller at the seller's expense, DID ^1�i•u, rl': i(ti` !i �.n t „�A 3ke ]!!♦? -'s I fr SPECIFICATIONS 90. VARIATIONS TO THE SPECIFICATIONS: ffeo era rrot Startpurposes prf aoposal, k will ho aeaaumad that the product or service iy complies apsc+licatlon n, no gaiter biro eAght. wnh City spacificatlone, temrs and oon a result of title ltld. Purchaser t¢aervee the right to cancel such orders, 11. D INERY: Troia ultk boo aspteoad r pari th ereof vrithout obligation, ,s net made at kis time apaOltlsd an the bid Wvwsai form, Procure the (tams or 92. DFAU2 T 1$l&N: In case o(dafauk byttce succaasfut bidder caedractor ,the City o1 Haitenc�le Bach tnaY P sertdcos !rom oh er sources and hold the b rider a conhacta njsponsibia for any excess �® lo�ea� a In bcomDutln6 the total case 13 PRICING: Prices shall be tsiaiad In unka of quantfly Specified in the bid spec amount or bid. UNIT PRICE quoted will govam. 94. MA d. UNI P R'$ WARRANT�F.S: Alt trlddars shat, pra*W manuracaha'a warranty on labor and malades prior to award. Such warranty wlillndicato tithe period of guarantee. in addition to manu(actum'e warranty, bidders wilt also provide their Own warranty on labor and materials. hta and/or patent right$ in the Is. COPYRIGjiT8 AND(OR PATENT RIWITS: Bidder warrarae that thore has hear, no vlola47ca+ of copyrig manufacturing producing of selling the goods, by ordered, as a result of this bid and the sailer agrees to hold the purchaser harmt�s from any and all liability, loss, or expert any such violation, 1ti. SAFETY STANDARDS: The bidder warrants that the service and products to the city conform In all respects to the standards set forth in the Occupational Safety B Haekh Act (O.S.H.A.) and its amrandments; failure to cempy with this condition will be considored at breach of comet. 17. TAXES-, The city of Haksroiale Beach, Florida is exempt t� 9kataTreasur Department the ntaI.R.Sf Florida en Federal ices and Government. State Sofas Tax Exeemmpiion CONficate No.1B-04i997&r,i 64C; appears on each City of Hallandale Beach purchase Order, Exemption rtUt� te, provided Xid SUBMIT A 81D stating ift®rson efld request that 1$. FABIba ret TO QUOTE, If you do trot quote, wi our name may be removed from the City bid mailing list. your mama U retained on the City malting bat, otherwise, City y 99. MANUfACYURER'8 c @RT1FfCAT�d: The City of iiapanvdata Bosch reserves the right to request from blddsta, saparato manufacturer certificate of ail statements made in the proposal. 20. >SHMED BID CtNtilit)ORED AN OFFER: The signed bid shaft be coneiderad an offer on the part Of the bidder or contractor, which offer shalt be deemed accepted upon approval by the City Commission of the City of Hallandale Beach, Florida and ink om { $ fa �n the part of the successful bidder or contractor, after such acoaptance, the City may tats such sale as k drama appropriate, action, for damages or epeclnc performance. 21. LIAR".[fY, WWRANCE, LICENSE$ AND PERMITS: Whore btddsre arc requited to srt4et orko C Of ilellandaia Beach ProlOdy to deliver materials or perform wort w services, and Insurance, as raqulead. Thbidder bWW shall be assume iable for any clarnage o We to expense he City oceaeiloo all newmsary Ilosnses' permits' nwelirms the bidder has designated in the complation of a contract as a result of the bid - by nagligonce of the bidder (or agent) or any parson 22, RESERVATtON F6R R1E.aF�TtC?N AND AWAROnd to request reWds thssrequ ri ed meterlalsh Thera Gky also reserves dreg �ht to or pa is of Wds, W wafva irreguladkes end iachnicalkr, award ins cent act on such a atartct the city lemma vi fI bast serve N Intaraeta. City fudhar rassrvaa the rigid to award trio cortUsct an a split order bails, lump sum, or individual tam heals, or such combination as shall bit carve timltac�f thy„ byosrph�e city The City also tasarvaa the right W waive minor varlstma s to apsctftcatione (hrterpretation hrin thl 30 d wr tt�n notice, Deparimant poreonnst). In addkJOn, the city rssenxs the right io cancel any oanftaot by g g dY ( ) er d ®ripe gfsa In thha area. 23. @UALIF{CATtt&AiSAND EX[ R1$NCE: Provide at reference, this references famil ar with your wade axpsdanea Pies ®e provide ms name, address and pion ®numtrar of each o of thi and any supplemental ��� as to any details or 24, >tiLENCR ®I SPECtFICAtICSt$: TIC apparent cliches of this the orniseion from k of a detailed description concerning any point will be regarded as meaning that only the beet commercial practices are to peaveil, and Nvatany matsdsis of drat quality and correct type, sae and design are to be used. Ali workmanship is to be first quality. All Interpretations of this speclkcation shall be made upon the basis of This statement, 28. 00 ATTACHMENTS: A bid response to an Invitatton•T"Id, which lies attached a condition of sate w any other attachments, which afters 0. i"INSU�RANCE RCAUIREMENTS: ATTACHM PIT ONEte, may because for rejacdon, term or makes it 27. ENCLOSURES: - Requirements and Proposals Forms. One (1) complete set of Gerraml Insttucdo ns, S(acifcatlons, I sumnce Swam Statement. Pubko Entity cdmea Dtaoissureo. 28. BID GUARANTEE AND BOND REOUtREIIaENTS: _ a. Bw Guarantee. Each bidder abaft submit with hWhar bld a to (e City guarantee iHakanndale Beeach. Certified pon sward of bkfcOntract, the Bond In the amouM of fire Peresor (596) of the total bid pries, payabw guarantee will bs returned to unsuccessful bidder(s) within ton (10) wo k days after award. after the data of award furnish a b. Performance Bonds: The bidder to whom WWI 1 to mad® oibof N n fiftee (15 calendar days paoormsnca bond with good ands panel sum of the performance frond shau equal one hundred percent (100%) of the contract Prim. 1. PsAtsrrAnce Bond line panel BID The City of Hallandale Beach is seeking a supplier to provide Police uniforms. The selected vendor shall provide uniforms manufactured to City specifications, and stock Inventory in sufficient sizes and quantities to flit orders within fourteen (14) calendar days. Vendor shall be required to perform initial measurements, fittings and alterations of uniforms for all personnel, and schedule periodic fittings and alterations as necessary. Nonstandard size uniforms will be delivered to the City of Hallandale Beach within thirty (30) days after receiving orders from the Police Department. All uniforms ac s., will be purchased as required ". All invoices will reflect employee name, type g (Insignia's etc), g nir�R_CT ERM: This contract will commence as stipulated in the Notice of Award letter which is distributed by the general Services Department. This contract shall remain in effect for three (3) years provided that the services rendered by the Contractor during the contract period are satisfactory and that City funding is available as appropriated on an annual basis. The price offered by the Bidder in its Bid di proposal shall be er renewals, n se vi the best stipulated contract period. There are three (3) () Y of the City and if mutually acceptable to the City and the Contractor. Contract may be cancelled within thirty (30) days written notice by. the City of Hallandale Beach. The contract will allow up to a 2% percent increase for each renewal. Vendor to submit tabor gates applicable to this contract to Hallandale. Beach Police designee for any renewal year, as requested by the City. cQNDIT NS. 1. All orders placed during the Police Uniform Contract will be "AS REQUIRED" Sizes are to be determined by the successful bidder's measurements of City personnel to be uniformed. 2, Vendor must submit samples of each proposed uniform for inspection of material, color and construction, Samples most be identified by providing name of vendor on each garment. Samples will not be returned. CITY OF HALLANDALE BEACH PAGE , OF3 a; u1 SPECIFICATIONS THIS 13 NOT AN ORDFR s. Unless the mill discontinues the fabric, all garments specified by the Contractor in his bid shall be available to the City during the life of the contract. All production including fabric, color shade, trimmings, and construction shall equal or exceed the standards set forth in these specifications and must match the style, color, and quality of the initial order as accepted by the City. It is understood and agreed that the source of supply for materials will comply with the specifications and will not be changed without prior approval of the City. 4. All garments furnished as a result of this bid must be new. The City will not purchase nor accept shipments of goods classified as seconds or irregulars. Only first quality garments will be considered for award. Bidder by virtue of bidding, warrants and guarantees that all materials . and fabrics are first quality goods of current manufacture with no seconds or rejects being use and agrees to replace any garments wearing unsatisfactorily due to latent defects in the Goth or faulty materials used for trimmings, pocketing, lining, etc at no additional charge to the City. 5. All uniforms or materials shall be fully guaranteed by the vendor for one (1) year from receipt of delivery. 6. in the event that a particular approved and awarded manufacturer's product becomes unavailable during the term of the contract or any renewal year, the Contractor may supply a substitute product as the bid price or lower, provided that a sample is approved in writing by the Chief of Police of his duly authorized representative. 7. Now products and styles can be added to the contract at a price mutually acceptable to the City and the Contractor. Prior to new products and styles being added to the Contract, Contractor shall provide uniform manufacturer's specifications to the City. a. in the event of Contractor's failure to provide Individual products at the specified time, the City reserves the right to purchase the item(s) from any vendor of its choice. It will be the responsibility of the Contractor to reimburse the City for additional costs, I.e., difference in cost from contract cost, delivery expenses, etc. gp CI, ®RU 6: One (1) complete set of General Instructions Specifications and Proposal Forms insurance Requirements - Attachment One If the Company President does not sign the (bid) Contract, there must be secretary's Certificate Fomn provided to the City of Hallandale Beach, Florida Indicating designee. All legal action arising out of or connected with this agreement must be institutive In the Circuit Court of Sroward County, Florida, or the United state District Court of the Southem District of Florida. The laws of the State of Florida shall govem the interpretation and enforcement of this agreement. &#, £ G«m�, CITY OF UELAmAE2aH P � m« >rw » +a6 % » :#T » «! ®» ■ »y >d f<f � 2t< z»«wE » »l; :1:z: »x ««+ »wrw < » ■! »«} +« y rr #r# � � CITY OF e t a : «z < BEACH CITY CLERK *?w: a! SOUTH FEDERAL HIGHWAY > <:«Txwl:, <a \ \. . \Q! »#RESULTS xwNOT » AVAILABLE UNTIL CITY COMMISSION AC« HAS AWARDED THE ITEM(S). Im 11 e . TITLE: . Purchasing %m PHONE: t5e44 >5,«7 . 2t< z»«wE » »l; :1:z: »x ««+ »wrw < » ■! »«} +« y rr #r# � � CITY OF e t a : «z < BEACH CITY CLERK *?w: a! SOUTH FEDERAL HIGHWAY > <:«Txwl:, <a \ \. . \Q! »#RESULTS xwNOT » AVAILABLE UNTIL CITY COMMISSION AC« HAS AWARDED THE ITEM(S). Flying gross Item: 34W7886Z W&ffl T C_1F1Q i Fabric: Con ent: Weight: Tear .8tranalb Ten it : CITY OF a. N tii i_ BEACH PACE A F3 SPECIFICATIONS LCNt3 S 100% Textured Polyester conforming to the following specifications: 7.5 oz./ Linear. yd. fgn-.. 67 warp X 49 filling yarns per sq. inch Warp 6.6 lbs. Filling 8.5 lbs. Warp 159 lbs. Filling 155 lbs. COW: LAPQ Siu matching standard sample on display. Style* Plain front coat style, form fitting, collar attached, long sleeves with barrel cuffs. Two pleated breast pockets. Shoulder straps. Full badge reinforcement. Matching inside yoke and collar band of high lustre Poly - Twill. dimensions as sample on display. Collar points to measure 3 1/4" Collar Stared: style and long with fused -in Mylar stays. Collar height at rear 1117% Topstitched 1/4" off Collar and band to be die the edge. Collar stand to measure 15116" at rear. cut. Collar interlined with #250 Dacron. Sand interlined with "Crease N Tack ". The left front shall have a top center 11/2" wide with two rows of stitches 7/8" Front: apart. The shirt will have 7 buttons and buttonholes on the front; spacing 3 3/4" the spacing between the neck button and between each will be except the first button on the front, which will be 3 W. Top center interlined with 0250 Dacron. The fronts shall be joined to the yoke so that both raw edges of the then all three yoke are turned under, with the front sandwiched between, and are stitched down with a 1/16" raised stitch. Safety stitch joining unacceptable. A 15" nylon zipper, to be set below the second button and buttonhole shall bottom buttons to be attached accomplish front closure. The top, second and to the right front, the balance to be sewn over the buttonholes on the left front. Shoulder Straps: Style and dimensions as sample. Asymmetrical shape topstitched 114" off the leading topstitches conforming with front joining edge to be set on yoke with seam. To measure 2" at sleeve tapering to 13/8" and set not more than 1/2" from folded collar, Cross - stitched approximately 2" from sleeve seam. unacceptable. Creased and edge stitched shoulder strap construction Badge Two -ply sling 1" wide centered over left pocket and stitched to shoulder seam buttonhole approximately 1 1/4" from Reinforcement: and of pocket flaps aced 1 1/4" apart and centered ered np sling p p P p Pockets: Two breast pockets with 11/2" stitched pleats and mitered comers. Pocket to Left breast pocket to have 1 1/2" pencil stitch. measure 5 5/8" wide, 6" deep. Each pocket to have Velcro tape 3/4" long by 1/2" wide positioned on both edges of pocket to correspond with outer scalloped flap points as sample. Flaps: Deep scalloped design to measure 5 7/8" across and 2 3/4" in depth at center point, 2 1/4" at sides. Secured to shirtfront approximately 1/4" above pocket. Topstitched 114" off the edge. Left flap to have invisible pencil opening 1 1/2" to correspond precisely with pencil slot of pocket. Both flops to be interlined with Dacron 0250. Button sewn on top of flap buttonhole. Creased and edge stitched pocket flap construction unacceptable. Under side of the flap to have Valcro tape 3/4" long by 1/2" wide, positioned on outer points of both pocket flaps as sample. Sleeves: Straight at width — no bias - of one piece shaped at head, jacket type. Sleeve shall have a one piece round elbow reinforcement and vent facing. cower facing shall measure approximately 1/2" wide. Cam: To measure 3" in depth with rounded comers as sample. Topstitched 1/4" off the edge_ With two buttons and corresponding buttonholes on each cuff and one button and buttonhole in center of facing. Bath cuffs to be interlined with #250 Dacron. Buttons: First grade 19 -ligne pearlescent plastic to match. Sawing: Single needle throughout. All topstitched 114" off the edge. Sleeve inserting and side dose falling safety stitched. Thread: All sewing threads to be fast color polyester core polyester wrap to match Interlining: Collar, Cuffs, Pocket Flaps and Top Center to be Interlined with Dacron MO. Collar band to be interlined with "Grease -N- Tack ". MilitAry 5 stitched -in sharp military creases on all shirts. One crease on each front to Greases: be centered vertically. No creases through pockets or flaps. Spacing for military creases on shirt back to be proportionate to the size of the shirt as follows: sizes 14 through 15 1/2 - creases to be 4 3/4" apart; sizes 16 through 18 inclusive - creases to he 5 3/8" apart as measured from the center crease. Construction: Collars and flaps are made by the conventional construction. Top ply, bottom ply and interlining are first stitched together, then turned rightside out and finally topstitched. Convertibility: This garment shall be designed to accommodate removable metal buttons having eyelets under the sewn buttons on the shoulders, pockets, cuffs and button front. Protective pieces shall be sewn on the inside of the garment on the shoulders, cuffs and on the inside of the right front. Country of All raw materials and assembly thereof made in the U.S.A. Manufacture: OF HALLANDALE BEACH FLORIDA Boo CITY E MME JEAMS ff&gK LENG`�H Finished 13 171/2 30% Length 131/2 176/8 31 Dimensions: 14 173/4 31%, 141/2 177/8 31 '/a 15 18 31 8/4 151/2 191/8 32 16 181/4 321/4 161/2 183/8 32% 17 181/2 32 V4 171/2 195/8 34 19 193/4 341/4 181/2 19718 34% 19 20 34% 191/2 201/8 35 20 201/4 35% 20112 203/8 351/2 PACE 10 OF35 CITY . BID P THIS 13 NOT AN ORDER Flying Cross Item: 35W7886Z ®� .q �"9F3%P P 6C IC�1 N Fabric, ont nt: 100% Textured Polyester conforming to the following specifications: Weight, 7.5 oz./ Linear. yd. o structl n. 67 warp X 49 filling yarns per sq. inch T®ar Warp 6.6 lbs. Filling 6.5 lbs. Siren Tensile: Warp 159 lbs. Filling 166 tbs. I_APD Diu@ matching standard sample on display. Milliken style 707430, Color Color- 7566. ftlw Plain front coat style, form fitting, collar attached, long sleeves with barrel Duffs. Full badge reinforcement, Two pleated breast pockets. Shoulder straps. Matching inside yoke and collar band of high lustre Poly Twill. Collar 9 Stand: Style and dimensions as sample on display. Collar points to measure 3 1/4" Collar height at rear 1 1'71'. Topstitched 1/4" off long with fused -in Mylar stays. the edge. Collar stand to measure 15/161, at rear. Collar and band to be die "Crease N Tack". cut. Collar interlined with #250 Dacron. Band Interlined with The left front shall have a top center 1 %" wide with two rows of stitches 7/3" Front. apart. The shirk will have 7 buttons and buttonholes on the front; spacing the spacing between the neck button and between each will be 3 3/4" except button on the front, which will be 31/4 ". Top center intedined with 02510 the first Dacron. The fronts shall be joined to the yoke so that both raw edges of the the front sandwiched between, and then all three yoke are turned under, with are stitched down with a 1/16" raised stitch. Safety stitch joining unacceptable. button and buttonhole shall A 15" nylon zipper, to be set below the second The top, second and bottom buttons to be attached accomplish front closure. to the right front, the balance to be sewn over the buttonholes on the left front. Shoulder Straps: Style and dimensions as sample. Asymmetrical shape topstitched 114" off the to be set on yoke with' leading topstitches conforming with front joining edge seam. To measure 2" at sleeve tapering to 13/8" and set not more than 1/2" Cross-stitched approximately 2" from sleeve seem. Creased from folded collar. and edge stitched shoulder strap construction unacceptable. midge Two -ply sting 1" wide centered over left pocket and stitched to shoulder seam ocen eyelets approximately 1 1!4" from Reinforcement, and oflap ocket flap spaced 1 114" apart and red on sling Pockets: Two breast pockets with 1 1/2" stitched pleats and mitered comers. Pocket to measure 6 5/8" wide, 6" deep. Left breast pocket to have 1 1/2" pencil stitch. BID OEy gakG-MAQ2 _ CITV OF HALLANDALE BEACH PAGE 12 OF35 FLORIDA SPECIFICATIONS THIS is NOT AN ORDER Each pocket to have Velcro tape 3/4" long by 1/2" wide positioned on both edges of pocket to correspond with outer scalloped flap points as sample. Flaps: Deep scalloped design to measure 5 7/3" across and 2 3/4" in depth at center Secured to shirtfront approximately 1/4" above pocket. point, 2 1/4" at sides. Topstitched 1/4" off the edge. Left flap to have invisible pencil opening 1 1/2" to correspond precisely with pencil slot of pocket. Both flaps to be interlined with #250 Dacron. Button sewn on top of flap buttonhole. Creased and edge stitched pocket flap construction unacceptable, Under side of the flap to have Velcro tape 3/4" long by 1/2" wide, positioned on outer points of both pocket flaps as sample. Sleeves: Straight at width - no bias - of one piece shaped at head, jacket type. Sleeve vent 5 1/2" long with top and bottom facings. Top facing to measure 1 113" wide point blocked at top. Underfacing 1/2" wide. Cuffs, To measure Yin depth with rounded comers as sample. Topstitched 114" off With two buttons and corresponding buttonholes on each cuff and the edge. one button and buttonhole in center of facing. Both cuffs to be interlined with #250 Dacron. Buttons, First grade 19 -Iigne pearleseent plastic to match. Sawing: Single needle throughout. All topstitched %" off the edge. Sleeve inserting and side close failing safety stitched. Thread: All sewing threads to be fast color polyester core polyester wrap to match Mtedinho, Collars, pocket flaps, top center and cuffs to be Interlined with #260 Dacron. ". Collar band interlined with "Crease -N- Tack MUltary 5 stitchad4n sharp military creases on all shirts. One crease on each front to Creases: be centered vertically. No creases through pockets or flaps. Spacing for military creases on shirt back to be proportionate to the size of the 14 through 15 1/2 — creases to be 4 3/4" apart; sizes 15 shirt as follows: sizes through 18 inclusive - creases to be 6 313" aprsrt as measured from the center Construction: crease. Collars and flaps are made by the conventional construction. Top ply, bottom first stitched together, then turned rightside out and ply and interlining are finally topstitched. All raw materials and assembly thereof made in the U.S.A. Country of Manufacture: BID CITY OF HAL9. ANDALE BEACH FLORIDA THIS i [ AN ORDER PACE 13 OF35 Length 13 171/2 30% Dimensions: 13.1/2 175/8 31 14 173/4 31 141/2 177/8 31 % 15 18 31 1 151/2 18 118 32 16 181/4 32% 161/2 183/8 32% 17 181/2 32'/ 17112 195/8 34 18 193/4 34% 18 112 197/8 34'/2 19 20 34% 191/2 201/8 35 20 201/4 35 201/2 203/8 3512 PACE 13 OF35 DOD e #EP 9 - 2®06 009 CITY OF HALLANDALE BEACH PAGE 114 OF35 SPECIFICATIONS Flying Cross Item: 87R7886Z Fabric: Conte t: 100 % Textured Polyester conforming to the following specifications: Weight: 7.5 oz./ Linear. yd. Q9ns coon_ 67 warp X 49 filling yams per sq. inch Tear Warp 6.6 lbs. Filling 8.5 lbs. Tensile: Warp 159 lbs. Filling 155 lbs. Color: LAPD Blue matching standard sample on display. Milliken style 707430, Color 7568. Style: Blain front coat style with full - length tail, form- fitting, convertible collar, short sleeves. Two pleated breast pockets with scalloped flaps. Shoulder straps. Full badge reinforcement, Matching inside yoke and banana band of high lustre Poly Twill. Collar: Convertible collar shall be one piece and measure 31/4" long at points with fused in Mylar stays. Topstitched 1/4" off the edge. Collar to be Interlined with 0250 Dacron. Frond: Each front shall have a facing 3" In width. The left front shall have a top center 1 V' wide with two rows of stitches 7 1b" apart. Stitching on top center Is not to be visible on the turn-back facing. The shirt will have 7 buttons and between each will be 3 3/4" except the buttonholes on the front; spacing spacing between the neck button and the first button on the front, which will be 21/2 ", Top center interlined with 0250 Dacron. The fronts shall be joined to the yoke so that both raw edges of the yoke are turned under, with the front sandwiched between, and then all three are stitched down with a 1/16" raised stitch. Safety stitch joining unacceptable. A 15" nylon zipper, to be set below the second button and buttonhole shall accomplish front closure. The top, second and bottom buttons to be attached to the right front, the balance to be sewn over the buttonholes on the left front. Shoulder Straps: Style and dimensions as sample. Asymmetrical shape topstitched 1/4" off the edge to be set on yoke with leading topstitches conforming with front joining seam. To measure 2" at sleeve tapering to 13/8" and set not more than 1/2" from folded collar. Cross- stitched approximately 2" from sleeve seam. Creased and edge stitched shoulder strap construction unacceptable. RID St CITY OF HALLANDALE BEACH PAGE 15 OF35 FLORIDA SPECIFICATIONS Badge Reinforcement: Two-ply stir 1 "wide centered over left pocket and stitched to shoulderseam p Y g p and flap setting stitch. To have 2 buttonhole eyelets approximately 11/4" from top of pocket flap spaced 11/4" apart and centered on sling. Poeltets: Two breast pockets with 1 %" stitched pleats and mitered comers. Pocket to measure 5 5/8" wide, 6" deep. Left breast pocket to have 11/2" pencil stitch.. Each pocket to have Velcro tape s /d' long by 1/2" wide positioned on both edges of pocket to correspond with outer scalloped flap points as sample. Flaps: Deep scalloped design to measure 5 7/8" across and 2 3/4" in depth at center point, 2 1/4" at sides. Secured to shirtfront approximately 114" above pocket. Topstitched 1/4" off the edge. Left flap to have invisible pencil opening 1 1/2" to correspond precisely with pencil slot of pocket. Both flaps to be interlined with #250 Dacron. Button sewn on top of flap buttonhole. Creased and edge stitched pocket flap construction unacceptable, Under side of the flap to have Velcro tape 3/4" long by 1/2" wide, positioned on outer points of both pocket flaps as sample. peeves: Sleeves are to be straight and whole, to have 3/4" hem and to finish approximately V long from shoulder seams. Buttons: First grade 19 -ligne pearlescent plastic to match. Sawing. Single needle throughout. All topstitched 1/4" off the edge. Sleeve inserting and side close felling safety stitched. Thread: All sewing threads to be fast color polyester core polyester wrap to match Interlining: Collars, pocket flaps and top center to be interlined with #250 Dacron. Military Cruses: 5 stitched -in sharp military creases on all shirts. One crease on each front to be centered vertically. No creases through pockets or flaps. Spacing for military creases on shirt back to be proportionate to the size of the shirt as follows: sizes 14 through 15 1/2 - creases to be 4 3 /4" apart; sizes 16 through 18 inclusive — creases to be 5 3/8" apart as measured from the center crease. Construction., Collars and flaps are made by the conventional construction. Top ply, bottom ply and interlining are first stitched together, then turned rightside out and finally topstitched. Convertibility: This garment shall be designed to accommodate removable metal buttons eyelets under the sewn buttons on the shoulders, pockets and button having front. Protective pieces shall be sewn on the inside of the garment on the shoulders and on the inside of the right front_ All raw materials and assembly thereof made in the U.S.A. Country of Manufacture: Flying Cross Item: 87R7886Z MEN',9 ��9M T PECIf1 —CA fly§ — �I ORT SINE I1�d Mc' I ACI4I B���I1 length 13 17% Dimensions_ 131/2 17 518 173/4 31 31% 14 141/2 177/8 31% 15 18 31 151/2 181/8 32 18 18% 32% 161/2 183/8 32% 17 18 %a 32% 171/2 195/8 34 18 193/4 34% 181/2 197/8 34% 19 20 348/4 19 112 20 118 35 20 20% 35% 201/2 203/8 351/2 UT� ailb 4 AQ' NQEi4,i' COTV OF HALLANDALE BEACH f3;1��77�Pi17�� R t �� Flying Cross Item: 1271179662 D9 H91 T qPk Fabric: Con 100% Textured Polyester conforming to the following specifications: Wei h L 7.5 oz./ Linear. yd. Constructlon: 67 warp X 49 filling yams per sq. inch ear Warp 6.6 lbs. Filling 8.5 lbs. .1 math: e site: Warp 159 lbs. Filling 155 lb& Color: LfepD„ pM matching standard sample on display. Milliken style 707430, Color 756x. stylo: Plain front coat style with full -length tail, form - fitting, convertible collar, long sleeves with barrel cuffs. Two pleated breast pockets with scalloped flaps. Shoulder straps. Full badge reinforcement. Matching inside yoke and banana band of high lustre Poly Twill. Collar, Convertible collar shall be one piece and measure 2 7/6" long at points with fused in Mylar stays, Topstitched 114" off the edge. Collar to be interlined with 0250 Dacron. Front: Each front shall have a facing 3" in width, The right front shall have a top center 1 W' wide with two rows of stitches 7/8" apart. Stitching on top center is not to be visible on the tum -back facing, The shirt will have 6 buttons and buttonholes on the front; spacing between each will be 3 Ya" except the spacing between the neck button and the first button on the front, which will be 2 1/2 ". Top center Interiined with #250 Dacron. The fronts shall be joined to the yoke so that both raw edges of the yoke are turned under, with the front sandwiched between, and then all three are stitched down with a 1/16" raised stitch. Safety stitch joining unacceptable. An 11 YV nylon zipper, to be set below the second button and buttonhole shall accomplish front closure. The top, second and bottom buttons to be attached to the left front, the balance to be sewn over the buttonholes on the right front. Shoulder Style and dimensions as sample. Asymmetrical shape topstitched 1/4" off the Sups; edge to be set on yoke with leading topstitches conforming with front joining seam. To measure 2" at sleeve tapering to 13/8" and set not more than 1/2" from folded collar. Cross - stitched approximately 2" from sleeve seam. Creased and edge stitched shoulder strap construction unacceptable. Badge Two -ply sling 1" wide centered over left pocket and stitched to shoulder seam Reinforcement: and flap setting stitch. To have 2 buttonhole eyelets approximately 70 from top of pocket flap spaced 71W apart and entered on sling. BID Cry+' OF HALLANDALE BEACH PAGE 19 OF35 FLORIDA Packets, Two breast pockets with 1 %" stitched pleats and mitered comers, Pocket to measure 5" wide X V' deep. Each pocket to have Velcro tape 3/4" long by 1/2" Vida positioned on both edges of pocket to correspond with outer scalloped flap points as sample. Flaps; Deep scalloped design to measure 5 %" across and 2 Ye in depth at center point, 1 -1/" at sides. Secured to shirtfront approximately 1/4" above pocket. Topstitched 1/4" off the edge. Left flap to have invisible pencil opening 1 '/ °, Both flaps to be interlined with 0250 Dacron. Sutton sewn on top of flap buttonhole. Creased and edge stitched pocket flap construction unacceptable. Under side of the flap to have Velcro tape 3/4" long by 1/2" wide, positioned on outer points of both pocket flaps as sample. Sleeves: Straight at width - no bias - of one piece shaped at head, jacket type. Sleeve vent approximately 4 3/4" long with top and bottom facings. Top facing to measure 1 1/3" wide point blocked at top. Underfacing 1/2" wide, Cuffs: To measure 2 1/2" in depth with rounded comers as sample. Topstitched 1/4" off the edge with two button adjustable cuff. Both cuffs to be interlined with #250 Dacron. Buttons: First grade 19-ligne pearlescent plastic to match. Sawing: Single needle throughout. All topstitched 1/4" off the edge. Sleeve inserting and side close falling safety stitched. Thread: All sewing threads to be fast color polyester core polyester wrap to match interlining: Collars, pocket flaps, top center and cuffs to be interlined with Dacron 0250. Military Creases: 5 stitched -in sharp military creases on all shirts. One crease on each front to be centered vertically. No creases through pockets or flaps. Spacing for military creases on shirt back to be proportionate to the size of the shirt. Construction: Collars and flaps are made by the conventional construction, Top ply, bottom ply and interlining are first stitched together, then turned rightside out and finally topstitched: Convertibility: This garment shall be designed to accommodate removable metal buttons having eyelets under tite sewn buttons on the shoulders, pockets, cuffs and button front. Protective pieces shall be sawn on the inside of the garment on the shoulders, cuffs and on the inside of the button front Country of All raw materials and assembly thereof made in the U.S.A. M@nufacture: Sizes available: Available in bust sizes 30 through 46, sleeve length of Long BID CITY OF HALLANDALE REACH PAGE 19 OF35 FLORIDA SPECIFICATIONS Flying Cross Item: 177R7886Z Fabric: Content: 100% Textured Polyester conforming to the following specifications: Weight: 7.5 oz./ Linear. yd. e nstructio 67 warp X 49 filling yarns per sq. Inch n: TON Warp 6.6 lbs. Filling 9.5 lbs. Strength: e site: Warp 150 lbs. Filling 155 lbs. Color: LAPD Blue matching standard sample on display. Milliken style 707430, Color 7668. Style: Plain front coat style with full - length fail, form - fitting, convertible collar, short sleeves. Two pleated breast pockets with scalloped Reps, Shoulder straps. Full badge reinforcement. Matching inside yoke and banana band of high lustre Poly Twill. Collar: Convertible collar shall be one piece and measure 2 7 /8" long at points with fused in Mylar stays. Topstitched 1/4" off the edge. Collar to be interlined with #250 Dacron. Front. Each front shall have a facing 3" in width. The right front shall have a top center 1 W wide with two rows of stitches 7 /6" apart. Stitching on top center is not to be visible on the tum -back facing. The shirt will have 6 buttons and buttonholes on the front; spacing between each will be 3 W except the spacing between the neck button and the first button on the front, which will be 2 1/2 ". Top center interlined with #250 Dacron, The fronts shall be joined to the yoke so that both raw edges of the yoke are turned under, with the front sandwiched between, and then all three are stitched down with a 1116" raised stitch. Safety stitch joining unacceptable. An 11 %" nylon zipper, to be set below the second button and buttonhole shall accomplish front closure. The top, second and bottom buttons to be attached to the left front, the balance to be sewn over the buttonholes on the right front. Shoulder Style and dimensions as sample. Asymmetrical shape topstitched 1/4" off the Straps: edge to be set on yoke with leading topstitches conforming with front joining seam. To measure 2" at sleeve tapering to 13/8" and set not more than 1/2" from folded collar. Cross - stitched approximately 2" from sleeve seem. Creased and edge stitched shoulder strap construction unacceptable. DOD CITir OF HALLANDAL E BEACH PACE 29 CF3 FLORIDA SPECIFICATIONS Badge Two -ply sling 1" wide centered over left pocket and stitched to shoulder seam RainiforcemerA: and flap setting stitch. To have 2 buttonhole eyelets approximately 7/0" from top of pocket flap spaced 7 /8" apart and centered on sling. pock aft., Two breast pockets with 1 Ya stitched pleats and mitered comers. Pocket to measure 5" wide X 5" deep. Each pocket to have Velcro tape 3/4" long by 1/2" wide positioned on both edges of pocket to correspond with outer scalloped flap points as sample. Flaps: Deep scalloped design to measure 5 Y1' across and 2'/" In depth at center point, 1 3W at sides. Secured to shirtfront approximately 1/411 above pocket. Topstitched 114" off the edge. Left flap to have invisible pencil opening 1 % ". Both flaps to be interlined with Dacron #250. Button sewn on top of flap buttonhole. Creased and edge stitched pocket flap construction unacceptable. Under side of the flap to have Velcro tape 3/4" long by 1/2" wide, positioned on outer points of both pocket flaps as temple. Sleeves: Sleeves are to be straight and whole, to have 3/4" hem and to finish approximately fl Y:" long from shoulder seams. Buttons; First grade 19 -ligne peadescent plastic to match. Sawing. Single needle throughout. All topstitched 1/4" off the edge. Sleeve Inserting and side close felling safety stitched. Thread: All sewing threads to be fast color polyester core polyester wrap to match Interlining: Collar, Pocket flaps and top center to be interlined with Dacron #250. Military 5 stitched-in sharp military creases on all shirts. One crease on each front to Creases: be centered vertically. No creases through pockets or flaps. Spacing for military creases on shirt back to be proportionate to the size of the shirt. Construction: Collars and flaps are made by the conventional construction. Top ply, bottom ply and interlining are first stitched together, then turned rightside out and finally topstitched. Convertibility: This garment shall be designed to accommodate removable metal buttons having eyelets under the sewn buttons on the shoulders, pockets and button front. Protective pieces shall be sewn on the inside of the garment on the shoulders and on the inside of the button front. Country of All raw materials and assembly thereof made in the U.S.A. Manufacture, Sizes Available in bust sizes 30 through 46 available: 890 OFY 2009 - 2006 -002 _ CITY OF HALLANDALE BEACH PAGE 21 OF35 [;f;I�� SPECIFICATIONS IWBI To be Fechheimer Brothers Company OUD34200 KLOPMAN x'401317 -088 100% POLYESTER WEAVE: TROPICAL COLOR: NAVY BLUE CBESIGN' Trouser shall be manufactured from a men's uniform trouser pattern. The trouser styling shall incorporate a plain front, two quarter top front pockets, and two hip pockets. Trouser is straight leg style. The pocketing shall be 70% Polyester / 30% Cotton, 2.9 oz. per square yard (60" width) with a minimum 78 X 64 count. Pocketing must have a durable press finish and the color of the pocketing must be black. ' I t �s The two (2) front pockets will be quarter top style with a minimum opening of 6" and a minimum depth of 5 3/4" measured from the bottom of the opening. Front pockets to have straight bartacks (use of triangle bartacks will be cause for rejection) at the top and bottom of pocket openings. Pockets shall be constructed using the stitch, turn, and topstitch method. Pocket facings to be made of the basic fabric and must measure a minimum of 3" in width at the top. The two (2) hip pockets shalt have a minimum opening of 6 112" and a minimum depth of 5 3/4" measured from the bottom of the pocket opening. Hip pockets shall be constructed using the double wait method on a REECE Pw Machine. The welts shell be finished in such a manner that there is no topstitching ( topstitchad hip pocket welts shall be cause for rejection). The comers of the hip pocket openings shall have firm straight bartacks for reinforcement (triangle bartacks are unacceptable). Flip pocket facings to be made of basic fabric and have a minimum depth of 3/4 ". The left hip pocket shall have a entered tab made of basic cloth inserted into the top welt with bartacks at the top and bottom of the tab to form an opening for a button. A button shall be located below the bottom welt corresponding in location with the tab. BID 0a 200 &2000 -002 CITY OF HALLANDALE BEACH PAGE 22 OFF iK.i i!, SPECIFICATIONS t The trouser will be made with the Freedom Fit@ waistband system, which is designed to provide the wearer with a more confortabie and better fitting trouser. The waistband shall be constructed using the "closed method" and shall measure 2" wide when finished. The waistband closure shall be accomplished with a crush proof hook and eye, The hook and eye shall be reinforced with stays made of a non -woven fabric that are anchored by the topstitching for the fly facing and curtain. This topstitching must be to the top of the waistband. The waistband must be topstitched 1/16" below the waistband seam for added strength. The top portion of the inside of the waistband is to consist of the same fabric as used for pocketing (70% polyester 30% cotton - minimum 60 K 62 (+ / -) 2 count). The fabric is to be cut on the bias for maximum comfort. To be 1 7/6" wide and to finish 1 1/6" wide after construction. Upper waistband curtain to be inner lined with stretch Ban -Rol canvas. This canvas fabric consists of a warp of 47 ends of textudzed nylon and a fill of 34 ends of 760 denier polyester monofilament. The woven fabric is coated with latex, which completely encapsulates all yams. This finish canvas fabric weighs 12.0 oz/yd 2. The canvas will be cut 1 1/2" wide with the monofilaments running vertically and have a 10% stretch. The bottom portion of the waistband curtain will be a blend of 32% nylon, 38% polyester, 18% rubber (3 strands) 11 % lycra and 1 % acrylic woven 1 VA!' wida and to finish 13/6' wide. To have a minimum of 40% stretch characteristics. Note: in a performance stretch waistband, the upper and lower portion of the band will perform ®ifferentfuncfions The upper portion should allow a comfort fit at the waist when banding or sitting, and must maintain a crisp, clean appearance at the outer waistband. This part of the band will stretch 10% and be firm enough to prevent waistband rollover. The bottom portion of the waistband stretches over the hip to give support to the lower back and abdomen. In addition, this high stretch portion of the band should constantly be pressed up by the hips, preventing the slack from slipping down white being wom, even if heavy keys, change, or other items are carried in the pockets or on the belt. The three (3) rubberized strands ensure that shirts stay tucked in for neat appearance. M. Trouser shall have a metal memory lock zipper. There shall be a French Fly tab closure on the inside of the eight fly. The tab shall be double ply made of the basic cloth (tabs made of pocketing material or a "grown on" French Fly will be cause for rejection). The right fly shall be lined with the same fabric as the waistband curtain and pocketing. The fly lining shall be sewn to the left fly below the zipper in a neat and durable manner. A button shall be located on the left fly corresponding with the French Fly tab to provide a clean and comfortable closure. There shall be a firm straight bartack at the bottom of the fly going through the zipper tape. HALLANDALE BEACH PAG9 3 O BOB AEC 20§1-00102— CITY OF There shalt be a minimum of seven belt loops 3/4" in width of double thickness. Each loop must have a non -woven interlining. All loops (except for the back center loop) must be seven into the bottom of the waistband ( "dropped" belt loops are cause for rejection) and the top of the belt loops shall be caught into the waistband curtain seam with a ROMP machine. The bottom of the center back loop shall be tacked to the trouser and the top of the loop tacked to the outside of the waistband. Seat outlet to measure a minimum of 2 3/4" to allow for alterations. Seat must be sewn with a Tandem Noodle Machine. Trouser must be stitched with matching thread and all stitching to show must be 10 -11 stitches per inch. Trouser must be neatly pressed on Hothead presses and properly shaped. Outseams and inseams must be pressed open. Trouser must be cleaned and finished to eliminate loose threads. LABEL Trouser must have a trcrn ticket showing the size, fabric content, cut number, and WPL number must be on the outside of the waistband Trouser must be available from stock in the following sizes: REGULAR RISE: SHORT RISE:. 28 - 50 (EVEN SIZES ONLY ABOVE 38) 28 - 40, (EVEN SIZES ONLY) To be Fechheimer Brothers Company OU034250 F RIC: KLOPMAN #401317 -L108 100% POLYESTER WEAVE: TROPICAL COLOR: NAVY BLUE BID a Cirt OF HALLANDALE BEACH PAGE 24 OF., SPECIFICATIONS HE ' � Mack shall be manufactured from a women's uniform trouser pattern with a plain front and one dart on each rear panel above the hip pockets. Mack shall be straight leg design. The slack shall incorporate two quarter top front pockets and two hip pockets. The pocketing shall be 70% Polyester/ 30% Cotton, 2.9 oz. per square yard (60" width) with a minimum 78 X 64 count. Pocketing must have a durable press finish and the color of the pocketing must be black. The two (2) front pockets will be quarter top style with a minimum opening of 6" and a minimum depth of 5 3/4" measured from the bottom of the opening. Front pockets to have straight bartacks (use of triangle bartacks will be cause for rejection) at the top and bottom of pocket openings. Pockets shall be constructed using the stitch, turn, and topstitch method. Pocket facings to be made of the basic fabric and must measure a minimum of 3" in width at the top. The two (2) hip pockets shall have a minimum opening of 5'1/2" and a minimum depth of 5 3/4" measured from the bottom of the pocket opening. Hip pockets shall be constructed using the double welt method on a REECE PW Machine. The welts shalt be finished in such a manner that there is no topstitching. (topstitched hip pocket welts shall be cause for rejection). The comers of the hip pocket openings shall have firm straight bartacks for reinforcement (triangle bartacks are unacceptable). Hip pocket facings to be made of basic fabric and have a minimum depth of 3/4 ". The left hip pocket shall have a centered tab made of basic cloth inserted into the top welt with bartacks at the top and bottom of the tab to form an opening for a button. A button shall be located below the bottom welt corresponding in location with the tab. The trouser will be made with the Freedom RIO waistband system, which is designed to provide the wearer with a more confortabie and better fitting trouser. The waistband shall be constructed using the "closed method" and shell measure 2" wide when finished. The waistband closure shall be accomplished with a crush proof hook and eye. The hook and eye shall be reinforced with stays made of a non - woven fabric that are anchored by the topstitching for the fly facing and curtain. This topstitching must be to the top of the waistband. The waistband must be topstitched 1/16" below the waistband seam for added strength, The top portion of the inside of the waistband is to consist of the same fabric as used for pocketing (70% polyester 30% cotton - minimum 80 X 62 ( + / -) 2 count). The fabric is to be out on the bias for maximum comfort. To be 17/8" wide and to finish 1 1/8" wide after construction. Upper waistband curtain to be inner lined with stretch Ban -Rol canvas. This canvas fabric consists of a warp of 47 ends of textudzed nylon and a fill of 34 ends of 750 denier polyester monofilement. The woven fabric is coated with latex, which completely encapsulates all yams. This finish canvas fabric weighs 12.0 oz/yd2. The canvas will be cut 1 1/2" wide with the monofilements running vertically and have a 10% stretch. 7 0 ' * r .A " = S d�I'h _ •. r. ,,s FLORIDA SPECIFICATIONS The bottom portion of the waistband curtain will be a blend of 32% nylon, 38% polyester, 18% rubber (3 strands) 11 Flo lycra and I% acrylic woven 17/8" wide and to finish 1 3/8" wide. To have a minimum of d0 %" stretch characteristics. Mote: In a performance stretch waistband, the upper and lower portion of the band will perform different functions. The upper portion should allow a comfort ft at the waist when banding or sitting, and must maintain a crisp, clean appearance at the outer waistband. This part of the band will stretch 10% and be firm enough to prevent waistband rollover. The bottom portion of the waistband stretches over the hip to give support to the lower back and abdomen. In addition, this high stretch portion of the band should constantly be pressed up by the hips, preventing the slack from slipping down while being worn, even if heavy keys, change, or other items are carried in the pockets or on the belt. The three (3) rubberized strands ensure that shirts stay tucked in for neat appearance. F Trouser shall have a metal memory lock zipper. There shall be a French Fly tab closure on the inside of the right fly. The tab shall be double ply made of the basic cloth (tabs made of pocketing material or a "grown on" French Fly will be cause for rejection). The right fly shall be lined with the same fabric as the waistband curtain and pocketing. The fly lining shall be sewn to the left fly below the zipper in a neat and durable manner. A button shall be located on the left fly corresponding with the French Fly tab to provide a clean and comfortable closure. There shall be a firm straight bartack at the bottom of the fly going through the zipper tape. �EImT t.t3f5t��: There shall be a minimum of seven belt loops 3/4" in width of double thickness. Each loop must have a non -woven interlining. All loops (except for the back center loop) must be sewn into the bottom of the waistband ("dropped" belt loops are cause for rejection) and the tdp of the belt loops shall be caught into the waistband curtain seam with a Recap machine. The bottom of the center back loop shall be tacked to the trouser and the top of the loop tacked to the outside of the waistband, Seat outlet to measure a minimum of 2 3/4" to allow for alterations, Seat must be sewn with a Tandem Needle Machine. STITCHING. PRgESI G & FINISHING: Trouser must be stitched with matching thread and all stitching to show must be 10-11 stitches per inch.Trouser must be neatly pressed on Hothead Presses and properly shaped, Outseams and Inseams must be pressed open. Trouser must be cleaned and finished to eliminate loose threads. 'r 01 BM 0EUM-2ag-M— CITY OF HALLANDALE REACH PAGE SPECIFICATIONS GL Trouser must have a care label permanently affixed that also indicates the size. A paper ticket showing the size, fabric content, cut number, and WPL number must be on the outside of the waistband. M� •• Viz+ "..• •'.1. Embroidered Name (First Initial, Last dame) NMI •• Viz+ "..• •'.1. Embroidered Name (First Initial, Last dame) 8ID #EKa00 - a00s -002 L=n1311'10 m LUNU OLM:VC: SS ITEM: 3BW788 ° 14 5 -113' 5 9 Size 19 and u S14ORT SLEEVE: S ITEM: 87117886Z or 14.5 Size 14 anr] 3 - t_nNo RLFEVPt CITY OF HALI.ANDALE BEACH FLORIDA SPECIFICATIONS THIS IS NOT AN ORDER PR P0s P I5dLICe UNIFORM: „ST'IMATE® I UOM/ YEARLY I MANUFACTURER QUANTITY [70REIwanur'3 '9r QUAL S SHIRTS -- SHORT SLEEVE: 15 FLY C CROS ' CROSS 0iE : 977R7886� j o PAGE 27 01°35 PRICE I PER EACH ANNUALCOST: -50 I _ I Ei'c11 1 30.00 $1 J f! 1 1 Eac -- h 1 7.00 1 $2 50 70 I BID kF-Y N9 :L0L-4d -9' C17Y OF WALLAN DALE BEAG.Pi PAGE 28 OPUS FLORIDA SPECIFICATIONS THIS IS NOT AN ORDER i '.W BIDDER TO STATE, any variancei to the City's specifications, terms, and conditions, It none, please so sWe" I0Rr ;P:;e SPECIFICATIONS ,VF�P MATi N: REFERENCE PACE 29 OF35 0 Address: � 10 no 1p Code, Name: Address:�. CkLa • lisp Lai 0 I BID IMAGE 30 OF35 COMPANY: ADDRESS: l CITY -& STATE: ZIP CODE: - TELEPHONE: �.-- DATE OF RFP: C FACSIMILE NUMBER: E- MAILED ADDRESS: , &A3 a 1©vs FEDERAL ID NUMBER: NAME & TITLE PRINTED: of 1" 19 SIGNED BY: The invitation -to -Bid, specifications, Proposal Forms and/or any other pertinent document, form a part of this proposal and by reference made a pad hereof, Signature Indicates actapta nee of ail bid pages 1 through 35. WE (1) the abov a signed hereby agree to ft lsh the Item(s), service(a) and have read all attachments Including specifications, terms and conditions and fully understand what ris required. ,BID Off LON- 200 -002 PAGE 31 OF35 LMS ar ACg RL IREMENTS WPPiAEM Suppliers shall procure and maintain for the duration of and In full compliance with the contract insurance against claims for injuries to persons and damage to property which may ease from or In connection with the delivery and supply of products, materials, and/or services to the City by the supplier, his agents, representatives and employees. The cost of such insurance shall be borne by the supplier. 1. Minl um co a of insurance A. Commercial General Liability, Including: 1. Premises and Operations. 2. Products and Completed Operations Coverage. 3. Blanket Contractual Liability Coverage, (see Bold Harmless Agreement and OVII below). 4. Independent Contractors. 5. Broad Form Property Damage. 6. Personal Injury Liability. 7. Fire Legal Liability Coverage_ $. incidental Medical Malpractice Coverage. B. Automobile Liability Insurances, including: 1. Owned Automobiles. 2, Nonowned Automobiles, 3, Hired Automobiles. C. workers, Compensation insurance, C, Employer's Liability Insurance. BIB CITY OF HALLANDAI K BRACH PAGE 32 OF35 SPECIFICATIONS A. Commercial General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. B. Auto Liability: $300,000 combined single limit per occurrence for bodily injury and property damage arising from the operations of all Owned Automobiles, Nonowned Automobiles and Hired Automobiles. Workers' Compensation Insurance as required by the State of Florida. D. Employer's Liability: $100,000 limit per occurrence, A� ►�� � ray; =3:r :. �. - $100,000 limit for disease of an individual employee. A. Deductibles /Self- Insurance Retentions Defined: All deductibles and self - insured retentions must be shown clearly on the Certificates of Insurance and approved by the City. � _ The City has the option to reduce or eliminate any deductible or self - insured retention maintained by the supplier. IV. Other Insurance Provisions This policies shall contain the following provisions: A. Additional Insured and Certificate All insurances shall include as Additional Insured and Certificate molder the City of Hallandale. There are not to be any special limitations on the protection being provided to the City, its officials, officers, employees or volunteers. FLORIDA SPECIFICATIONS B. supplier's Insurance is Primary: The suppliers insurance coverages shall be primary insurance with respect to the City's, its officials', officers', employees', and volunteers' insurances. Any insurance and self - insurance maintained by the City, its officials, officers, employees, or volunteers shall be excess of the suppliers insurances and shall not contribute with it. C. Coverage Guaranteed: Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. The suppliers insurances shall be on an occurrence basis as opposed to a claims -made basis. In other words, claims which occur during the policy period can be reported months or years later and still be paid, if they occur during the policy period. Claims -made policies cover only claims which occur and are made during the policy period. in the event occurrence based insurance is not available, use of claims -made insurance may be considered acceptable in limited circumstances, subject to written approval by the Risk Manager. B. 30 Days Notice: The following clause shall be included in all policies: This policy shall not be suspended, voided, or cancelled by either party, or a reduction or revision in coverage or limits of coverage except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given the City. F. separation of Insureds: The definition of insured shall read as follows: "The insurance afforded applies separately to each insured against whom claim is made or suit is brought, except With respect to the limits of the company's liability ", The company, in this context, being the contractors insurance company, If no such definition of the insured is quoted in the insurance, the contractor must provide "Cross Liability Clause" or "severability of Interests Clause" endorsements for all liability insurances. BID M OF HALLANDALE BEACH 'iMR SPECIFICATIONS V. Acceptability of Insurance Com any s � PAGE 34 OF35 Insurance coverage must be with a company with a Best rating A.VII or better. B. Florida State Licensed: All insurance policies and bonds herein required of the supplier shall be written by a company authorized and licensed to do insurance business in the State of Florida and be executed by agents licensed as agents by the State of Florida. VI. Ve6Yication of Coverage A. Certificates and Endorsements Provided: The supplier shall furnish the City with a certificate of insurance specifically stating the bid number and title and with original endorsements affecting coverage. The certificates and endorsements must be received and approved before any work commences. B. Authorized Signatures; The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf_ C. Coverage Continuation: Insurance coverage required in these specifications shall be in force throughout the contract. Should the supplier fait to provide acceptable evidence of current Insurance within seven (7) days of receipt of written notice at any time during the contract, the City shall have the right to consider the contract breached and justifying termination thereof. Compliance by the supplier with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the supplier and all subcontractors of their liabilities and obligations under this contract. If coverage on the certificates of insurance Is shown to expire prior to completion of all terms of the contract with the City, the contractor shall furnish certificates of insurance evidencing renewal of such coverage to the City. sit = . s The supplier shall take note of the Hold Nannies$ Agreement contained in this contract and will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the City of Hallandale Beach, Florida, under the Hold Harmless Agreement. Further, the supplier will notify his insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract, and furnish a copy of the Hold Harmless Agreement to his insurers. 1211 XQQ M dill OF HALLANDALE BEACH PACE ,tiO"v'ti SPECIFICATIONS HOLD HARMLE iS AGREEMENT The supplier agrees and covenants to indemnify and save harmless the City of Hallandale Beach, Florida from any and all claims, suits, actions, damages, and causes of actions which might arise for any personal Injury, loss of life, or other factions by third persons including, but not limited to the supplier, his agents, invitees, licensees; servants, employees or assigns, sustained in the performance of any product, service, ect or omission resulting from this Agreement, and to defend any action or proceeding brought hereon, and from and against any orders, judgments, executions, levies and decrees, Including those for punitive damages, as may be entered therein. VII►. LImI4ed Contractual Relationshitr Nothing contained in these contract specifications shall be construed as creating any contractual relationship between any of the suppliers' contractors and the City. The supplier shall be as fully responsible to the City for acts and omissions of all supplier's contractors and of all persons employed by the contractors, as the supplier is for acts and omissions of persons directly employed by the contractor. A. Joint Venture: The parties agree that this agreement shall be the whole and total agreement between the parties, and the supplier is undertaking its activities hs for its sole use and benefit and this agreement or the activities resulting there from shall in no way be construed to be a joint undertaking with the City, nor is the City in any way assuming responsibility or benefits of the supplier's activity. The supplier acts independently and in its own right, risk and responsibilities. The City assumes no direction, control, responsibility or liability for the activities of the supplier and, by the execution of this agreement, does not endorse or undertake any activity . heretofore conducted by the supplier. Not Applicable. AtLAIVDALEBEACH City of Choice CORRECTION NOTICE BID VY 20054000-002 RE \ASED PROPOSAL FORMS Please reply the ached 13mylse . Bid Proposal Foos for the Bid #FY 2005 002 for Police Uniform Purchase Contract, Bid due date has been changed from Monday, September 12, 200 (0? 11:00 aAM t0 the following: Seated Old Opening Extended Due Cate: Monday, September 90,2006 @ 91:00 A. A. City Clark Office 400 South Federal Highway Flallandmis Beach, FL 92009 Please note racelpt of Addendum 01 by signing below and include with a bid submission. Sincerely, E. Dent McGough, Director General Services Department EDM /JW Attachments Cc: James Kirchoff, Assistant Chief of Police William (Bill.) Wiley, Purchasing Rep. BID 3 #5 200�-�6®6� CITY OF 14ALI.ANDALE BYACH PAGE 2 OF2 spEd Fimnoms *18 IS NOT AN ORDER lingo BID OD 3005 -9006 -002 Cliff' OF HALLANDALE MCH PAGE 8 OF2 FLORIDA SPECIFICATIONS THIS IS NOT AN ORDER 7815 WEST 4'HAVENUE HIALEAH, FL. 33014 �fi�.Y ea�ierez� NMI h�q" Ai'' iaa; Qf.1LIC� o�e,1zw�s {wGr;� k�� t1 S 3 4Y -fnj J^ i`fY 4N ��'y `�i? To. From j Lo `G 0 l Pages - a S Pages- Phone, pate: �. t 2 �l 6 Re., CC: D Urgent O For Review ❑ Please Comment ❑ please Reply ❑ Please Recycle V� J' I r1 2 6'lQ ✓��f ,A4 acx�.r