Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
add on
South Miami To: The Honorable Mayor and Members of the City Commission From: Hector Mirabile, Ph.D, City Manager (' 1r Date: November 24, 2010 Agenda Item # Subject: A Resolution of the Mayor and City Commission of the City of South Miami, Florida, authorizing the City Manager to purchase police uniforms and Equipment from Lou's Police Distributors using funding not to exceed $39,114.00 that was approved and allocated in the 2010 -2011 budgets from account number 001 - 1910 -521 -5220 Police Uniforms, providing for an effective date. Background: The South Miami Police Department has not conducted its annual Glock weapons servicing and replacement of customarily worn parts for over 24 months. This lack of servicing presents a high risk for weapons failure during engagements and may present a life threatening environment for our law enforcement officers. Additionally, Lou's Police Distributors provides high qualify uniform, other equipment, excellent services and are located in the Miami Dade county area. The City is able to piggyback on a bid contract with Hallandale Beach Police Department, providing competitive prices for police uniforms and equipment, as well as being a sole source for Glocks and corresponding parts. Cost: $39,114.00. Funding Source: Funds are budgeted in account number 001 - 1910 -521 -5220 Uniforms with an account balance of $39,114.00 Backup Documentation: Proposed Resolution. Copies of Hallandale Beach bid 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 45 46 47 RESOLUTION NO. A Resolution of the Mayor and City Commission of the City of South Miami, Florida, authorizing the City Manager to purchase police uniforms and equipment from Lou's Police Distributors using funding not to exceed $39,114.00 that was approved and allocated in the 2010 -2011 budget from account number 001- 1910 -521 -$220 Police Uniforms, providing for an effective date. WHEREAS, The City of South Miami has always taken pride in the professional appearance of our Police Officers, and WHEREAS, Lou's Police Distributors has been selected due to the quality of uniforms and equipment, excellent service and is located within the Miami Dade County area, and WHEREAS, The City will be able to piggyback on the Hallandale Beach Police Department's bid contract, which provides a competitive cost for police uniforms and equipment. "12,10,00 A 1 172 m- I i f ." U ��� r" THE MIAMI, FLORIDA: Section 1: That the City Manager be, and hereby is authorized to purchase police uniforms and equipment from Lou's Police Distributors with the funds coming from account number 001 -1910- 521 -5220 Police Uniforms, for an amount not to exceed $39,114.00 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 ry, Commission Vote: Mayor Stoddard: Vice Mayor Newman: Commissioner Beasley: Commissioner Palmer: Commissioner Harris: GM200I13 Fiscal Year 2009 Account number . Fund . . . . . . . . Department . . . . . Division . . . . Activity basic . . . Sub activity . . . . Element . . . . . Object . . . . . CITY OF SOUTH MIAMI Account Balance Inquiry 1 -1910- 521.52 -20 001 GENERAL FUND 19 PUBLIC SAFETY 10 POLICE 52 PUBLIC SAFETY l LAW ENFORCEMENT 52 OPERATING SUPPLIES 20 UNIFORMS Original budget . . . . . . . . . Revised budget . . . . . . . . Actual expenditures - current . Actual expenditures - ytd . . . Unposted expenditures . . . . . . Encumbered amount . . . . . . . Unposted encumbrances . . . Pre- encumbrance amount . . . . . . Total expenditures & encumbrances: Unencumbered balance . . F5= Encumbrances F7= Project data F10 =Detail trans Fll =Acct activity list 11/24/10 16:39:41 67,700 68,000 06/30/2009 .00 51,631.92 .00 .00 1. 00 .00 - 51,631.92 16,368.08 F8 =Misc inquiry F12= Cancel 75.9% 24.1 F9 =Misc update F24 =More keys G M 2 0 " 1. i..3 Fi-c-a-1 --ear 2010 Account number Fund . . . . . Department . . Division . . . Activity basic Sub activity . Element . . . Object . . . . CITY OF SOUTH MIAMI Account Balance�lnquiry 1-1910-521.52-20 001 GENERAL FUND 19 PUBLIC SAFETY 10 POLICE 52 PUBLIC SAFETY 1 LAW ENFORCEMENT 52 OPERATING SUPPLIES 20 UNIFORMS Original budget . . . . . . . . : Revised budget . . . . . . . . . : Actual expenditures - current . : Actual expenditures - ytd . . . : Unposted expenditures . . . . . : Encumbered amount . . . . . . . : Unposted encumbrances . . . . . : Pre-encumbrance amount . . . . . : Total expenditures & encumbrances: Unencumbered balance . . . . . . F5=Encumbrances F7=Project data FlO=Detail trans Fll=Acct activity list 11/24/10 16:38:22 62,500 47,475 09/30/2010 .00 47, 475.24 .00 .00 .00 .00 - 47,475.24 100.0% .24- 0.0 F8=Misc inquiry F9=Misc update F12=Cancel F24=More keys a " CITY OF Hallandale Peach Police Dgartment px. y�c��p 400 S. Federal Hwy,, Hallandale Beach, FL 33009 LL Si ALLANDALE BEACH Phone. 954- 457 -1411 Fax: 954457 -1655 SOLD City of Choice Thomas A. Magill, Chief of Police November 18, 2010 Lou's Gun Shop & Police Supply 7815 W 4 Avenue Hialeah, Fl 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 Kirchoff Deputy Police Chief Hallandale Beach Police Department YAPolice Annual Budgets\2010 -2011 BudgedUnifotm Renewal Lmdoc v .... r �y CITY OF jf jj / V¶ ,Q j� .. ... . .�A.+n✓iii.Ni ALE l�YEACH .. .... ........ ........... UX1y Vj coMR i il®� f E BID OFY REVISED PROP'OSAL FORAMS r. Please reply the attac! ed Revised Bid Proposal Forms for ft bid Imo° 2005-2Qd,8- ., 002 for Police Uniform Purchase Contract. _ ......... . . ....... slid due date has been changed from Monday, S tember 12, 2005 11:00 APB to the following: _ Sealed BW opening Extended Duo gate: _ ............._._....- fi5 ®hey, September 16,200 11:Do AQ�M...._ ...... .......... .. _..__ . CRY Chi office .. 4.66 6iiifa Eedertt I�igt�Pay ..... _ _--- --------- ..... - - - -•- - - - - -- .._........._._._ ...._ .. ............_....- F-lIII. ndah h, Fl- Please note receipt of Addendum #1 by signing below and include with a bid submission. k wl -e e.ecei C ®f Addendum 1 ao no COANPAFIY: � o'S Cc�\ce ' Se�vrt v ADDRESS: CITY, STATE, ZIP CODE: SIGNATURE' ,c1 �-V DATE: Sincerely, 1. Dent McGough/ Director General Services Department rDWjw Attachments FLOMDA SPECIFICA r90MS THOS 88 NOT AN ORME R G MIU MMMU 99M SWORN STATEMENT PURSUANT TO SECT90N 287.133(3)(a), fL ULT— PUBLOC ENTITY CROl E ONFORMAT N "A person or sMate who bas been placed on the convicted vendor li:at following a conviction for public entity crime may not submit a bid, proposal, or r8ply 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 constmotion or repair of a public building or public work, may not submit bids, proposals, or replies on twos of real property to a public entity; may not be awarded or perform work as a contractor, suppliers, subcontractor or consultant under a contract vdth any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.01 , for CATEGORY TWO for a period of 26 months following the date of being pled on the convicted vendor list." Signed and Sealed day of , 2005. e: Signed and Sealed day of , 2005. IN, V £ ? Gr TV OF 14 ALLAVADALE BEACH PAGE 31 OF35 iFLORRDA SPEUFVOATVOON8 ` H08 68 NOT CAN ORDER NOTICE TO hn OMR: SEALED BIDS WILL BE RECEIVED ON THE DATE, AND AT THE PLACE, AND FOR THE ITEMS LISTED ON THE 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 DID: AT A COMMISSION MEETING. FU00SE OF MD 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 CITY'S INTEREST. 3. SLOMISSM AND RECEiPT OF BIDS,: . A. Bids to receive consideration, must be received on or poor to the specified time and date of opening, as designated in the bid B. Unless otherwise specifed, bidftre MUST use the propoe it "r) or format furnished by the City, failure to do so may be c aueas for rejection of bid. Removal of any part of the bid items may Invalidate bid. C. Proposal having any amours or oomeodans MUST bs Inflated by the bidder In INK Bids %hall be signed In INK; all forma shall tma typswriften or pr[Meci with pan and ink. - D. Separate bldg codes titItba submitted an each bid number. E. TO: BIDDERS MUST RETURN TIAiS9 M C:Q-Rdl?P M PETS OF THE BID FORM SECTION, MDB SHALL BE BUBIVInTED IN SEALED ENVELOPES AND MAILED OR HAND DELIVERED TO: CITY CLPRK CITY OF HALLANDALE BEACH 404 SOUTH FEDERAL HIGHWAY HALLANDALE BEACii, FL IS= P, DATFJTIME OF 880 OPENINe! Plainill mar¢c ass tM baftide of the onvalopa, the laid Numbar, Beim IdesktBeallan and guests and Dade of BEd Opetning. IT WILL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO ENSURE THAT THE GOD REACHES THE OFFICE OF THE CITY CLERK, CITY OF 01ALLANDALE (BEACH ON OR BEFORE ti9CS6t�Atlm 66F�f'IP6JiIIN 9r�+�ft 6AT�'B�Q@6 2. WARRANTIES FOR USAGE: Whenever a bid Is sought, seeking a source or 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 as to the total amount that MAY OR MAY NOT be purchased from any resulting contract(s). These quantities are for bidders Information ONLY and will be used for tabulation and presontadon or bid and the City resavvea the right to Increase or decrease quantities se 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 (90) 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 (,e„ at a specific City of Hallandale Boach addrese), and delivery costs (f any) will be Included in the bid price. Failure to do to may because for rejection of the bid. S- PAYMENT (TERMS): Payment will be made ONLY after reoelpt and scowance of materials/services. 6, BRAND NAMES: If and whenever In tha specifications a brand name, mew name of any manufacturer, trade name, or vendor catalog number is mentioned, H Is for the purpose of establishing a grade or quantity of materials ONLY. Since the City does not wish to eticlude other competition and equal brands or %sires, the phrases "OR APPROVED EQUALn is added. Howavar, it a 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 aubm(t brochures, sampias and /or specifications In detail on item(s) bid. The City shall be the sate judge Concerning the merits of bldg 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 opening only, upon requosted by City, unless otherwise, stated in the bid forms. it samples shall be requested, such samplas must be received by the City no later than seven (7) days after formal request is made. When required, the City may request full demonstrations of any unft(s) bid prior to the award of any contract. Samples, when requested, must be furnished free of emrpetmse to the City and if not used in testing or destroyed, upon written request will within thirty (30) days of bid award be returned at the bidders euparim a. QUALITY: All materials for the manufacture or construction of any supplies, materials, or equipment covered by this bid shall be NEW- The Hems bid must be new, the latest model, of the beat quality and highest grade workmanship. a- ACCEPTANCE OF MATERIAL: The Hem(e) delivered under this proposal shall remain the property of the seller until physical inspection and actual usage of the Hem(s) and/or services are made and thereafter accepted to the satisfaction of the City and must comply with the terms herein, and tea 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 detective or does not conform to the specifications, the City reserves the right to cancer the order upon when notice to the seller and return the product(s) to the seller a the seller's expanse, RI D r " 1 COW OF NALIAMADAR-EBEACIN PAGE 4 OF39 FLORIDA SPEOPOCATo®NS THIS IS NOT AN ORDE R 10. 8/ARIATt®NS T® THE WEMFICAT0ONS: For purposes of evaluation, bidder MUST Indicate any variances fi ®m the City a na ma4¢6r haw s�ht- tf variallanE a e aided In propeaaf, It will be aersurned w the product or service rrhj OW151106 w h CRy spec f cations, rem a rand cord flora. reaeww the right to Cancel ouch orders, 9d. ELY: 71rr n wti1 he of aaoenc0 fat any ardacE pt the m a redid Ot ton bid. Purchaser form. or any part thereof, without obiigatlon, (P del vary Is net made a4 the time dero Wb 0 )roe bid city of Hallandale rocure the l or q . Atgp,T t'SfB$C�Rt: In s of d®Yault ®y 4ha efo responsible esfut bidder r any xce the Oi¢y oP asionar Beach incurred thereby, P safvless Pram omsr sources and hold the b dace ar oon4rhfty a olti tha for ft �a, in ease of dlarsspa cy In compAn ®¢h ®¢O4ef 9� iollA4r3: Pdoas shall ge at &ft�d In uni¢� oM1' gU�n4rtV 8� amount of bid. UNIT PRICE quoted wilt govern. wn M�16JFAOT¢ °B 4 f guar me 4a dew shaft anufac rnenutarrahta bidders will also provkt heir 0" wcareeMY on tabor warranty will Indicate time period of guarantee. In addtion to menuWaetuta's warranty, and materials. to. '`tRIGHT@ AM= PATENT RMT& Bidder ordered, seas a result l re hays bib d the s�eil�e gr�ez�a to hold the purchaser harmless arml less from any and producing of selling the a ace, shipped an Mob v OMIcn. IS. fn any and aR liability, loam, STANDARDS: aThetbid bidder warrants anad by Y service th Ste inthe O=paiianal f*- 6 Hee h Ac¢ (0.&H.A) and Itstafftwdrnaft and , fai products ¢o comply wiith ¢hie condition will be con ®dered a breach of Po carrvact. 7. TAXES: The city of Hallandale Beach, Florida is exempt from taxes Treasure p d by thfrh est to of Florida NO, and/or Federal Government State Setae Tax SuernOw COetliloat0 No, 1B- 04949765 8¢0; request' Opp s d on each City of Hot 0ndale B2aoh Puect sae Order- me 'UNABLE TO SUBMIT 6113v, a4a41i g ricer on and rsgUea4 that 8B• FAtB 8f T® 'T�' If Y� our name may bra rmoved from the City bid mailing flat. YOU r c amp bs reteir ad on the city selling Ira), othorwv�o, y 99, pAANflBFACVUI�ER'$ CER.TdE4OAT�d'S: '1"no CA}r of Hallandale Bosch reserves 44t0 fight kt request from tNddats, a0paixto manufacturer carirnoa4e of aft a4a40msn4s made in the propoaeL 20, S tEg 6ttA C¢ 4S c AN �FER: Yha ®� tart m shall be he City of an ands on the h, Florida of a bidder or e of actof, wn t h ¢tier shalt tae deemed acosptod upon approval by the CHy CommlOShe of 4ha C to o�P a a ndac M as k dsms oapn "rim ofn ng legal part oP flits gerarsaEful bidder or conoreotar, arts+' each nce. ens CRy may action, 4or demog� or epsalna paRormance. 21. , gfi64,o94C�n, i�ER9�ES ,4A� F�cefu'tdYf: W6tera biddsra�aeo rsqubtad ¢o erRaz onto 0� Of Flaltand010 Beach property m deliver matatlate or perform wodr or eeRdG=, a0 a result of bid award, the bidder will assume full duty, obilpatlono and ��t� Of ��astgon Oil noosssery lea , p is, Inapactiorts Etta insurance, am raoq fired. The bidder shall be raas74a for any clamaga fiy by negligence of the blddar (or agent) or any parson the platter has designated in the complchon of a contract au a result of the bid. g'3. RESERVATION FOR RE9EOTRM AND n to Coyest reblan the required reserves s the The t to also pt or reje�a�a right to � or parts of bids, to wants irregularities and teahnice it les, request award the contract on such Material trig city dasm wlfl beat some ft Interests. City further r eaw'se the fight to award ilia contract an a Ep order basic, lump sum, or individual item basis, or such combination as shall bast serve the I�the it made by ®gyp rw1s a steed, ited The City also tasaroes the right to waive minor vaeiatiane to r rsOtfk:mfions (interpretation or g0 l written no4lca, Department personnel), in addition, the City reserves the right to cancel any contract by giving thirty ( ) days experience and a In this area. 23. Q89A4 Q A9 tStNS AND EXk NICE, provide at least three refamocce fesmiar w4h your work expert trpe'ti� Please provide the name, address and phone number of each reference. , mental ope014icsficos se to any detalle or 29. SILEM09? op si"EWMAWOni affi: Tits apgs�ant 01101108 of this epeEiftrxdlan and etsY err >P,s commercial the the omission from k of a detailed descrIPOW concerning any too ® dosii3 �re to �� Ail t ip � first practices umllty- All re ¢o prmvatl, end brat only materials of first quality and correct type, is Interpretations of this specification shall be made upon file basis of this statement, 20. ATTACHMENT$. A bid reaportse to an invltrutiarnT"'d, which has attached a condition of sale w any o4nar mb�0hmsrerta, which ait6� thg spe�ogfi ns, conditions' IE(NEt or make it sub ®INEte, may be cause for rejection. 27, ENCLOSURES: r}c One (1) complete set of Gang al Instructions, SpacfFOations, Insurance Requirements and Proposals Form. Swam Statement, Publia Entity crim -9 Disclosures. 26. DID GUARANTEE AND BOND REQUIREMENTS: _ a. Bid Guarantee. Each bidder ahatl submit with hiefiar old a bid ta the Hahodale Beach. Upon sward of 9>!d/eontraot, the bid Bond in the amount of fives parown (595) of fits total bid price, pay" guarantee will be returned to unsuccessful bidder(s) within tea (10) work days after award, calendar dare after the fiats of award, furnish a b. Per"anne Bonds: The bidder to wham award to made shell, 5) performanoo bond with good and sufficient surety acceplable to the City of Hallandale Beach. t 054s) a4 the asntraot pates_ 1. pwfam once Bond: The per:al sum of fits ParfOrmwnce bond ounij eauel one hundred Pwcent b,ib v, ci gTV Or- HALLANDALE BEACH PASS 5 MIS FLORIDA SPISCiFOCATUONS Tma IS NOT AN ORDER E, 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 20 fill orders within fourteen (14) calendar days. Vendor shall be required to perform initial maasuraments, fittings and alterations of uniforms for all personnel, and schedule periodic fittings and alterations as necessary. Non-standard size uniforms will be delivered to the City of Hallandale Beach within thirty (30) days after receiving orders from the police Department. All uniforms, etc., will be purchased "as required ". All invoices will reflect employee name, type clothing and accessoPHes (insignia's, etc). CT BERM: This contract will commence as stipulated in the Notice of Award letter vMlch 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 Did Proposal shall be based on service for the stipulated contract period. There are three (3) additional one (1) year renewals, if in the best Interest of the City and if mutually acceptable to the City and the Contractor. Contract may be cancelled within thirty (30) days writtan notice by the City of Hallandale Beach. The contract will allow up to a 2% percent increase for each renewal. Vendor to submit Labor Mates applicable to this contract to Hallandale Beach Police designee for any renewal year, as requested by the City. 1. determined by the successful bidder's i REQUIRED" Measure MAnts Of City personnel o be to be uniformed. 2, Vendor must submit samples of each construction, Samples must be identified proposed y providing name of inspection edor on each garment. Samples will not be retumed. LmCy � C07Y OF HALLANDAL E OEACC -9 PAGE 6 OF35 FLORMA SPECOFOCATIJONS THIS 0e NOT AN ORDE R 3. 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 shell 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 ir7rogulars. 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 cloth or faulty materials used for trimmings, pocketing, fining, etc at no additional charge to the City. 5. All uniforms or materials shall be fully guaranteed by the vendor for one (9) year from receipt of delivery. 8. 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. New 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 style's being added to the Contract, Contractor shall provide uniform manufacturer's specifications to the City. g. In the event of Contractor's failure to provide individual products at the specified tune, 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. One (9) complete set of General Instructions Specifications and Proposal Forms insurance Requirements - Attachment One 26i M NO r: If the Company President does not sign the (bid) Contract, there must be Secretary's Certificate Form 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 Broward County, Florida, or the United State District Court of the Southern District of Florida. The laws of the Mate of Florida shall govern the interpretation and enforcement of this agreement. BUD CMY OF MALLANDALE BEAC H FLORIDA SPGCIMCAgION THIS IS NOT AN ORDER 41 iio�iYR ��f�r°�r�r�AR�oA� 5� Aft C I� B�OUL® SE ADDRESSED ` O. QM A AftAhM fG` Aprp ng- PAI PAOU 9 Or3g NAME� ...._ _ vvvlMa t wile TITLE: Purchasing Rep. PHONE: 952 457 -1417 MUST BE gUBMITTED IN -n= N RA m JETr_ LT HAND DELIVERED 4®: CITY OF HALLANDALE BEACH CITY CLERK OFFICE 400 SOUTH FEDERAL, HIGHWAY HALLANDALE BEACH, GAL 33009 TEE ®I ER °S MUST QUOTE ON ALL THE ITEMS IN ORDER TO BE CONSIDERED FOR AWARD. FAILURE TO COMPLY MAY RESULT IN BID REJECTION BID RESULTS WILL NOT BE A1@VAULABLE UNTIL CITY COMMISSION AC710H NAS AWARDED THE ITEM (g). a 0 �CNO °mod CUTV OF HALLANDALE BEACH PAGE s OF35 PLORiDA SPEC6FtCAittMa Tnn 09 NOT AN ORDER raying Cross Itern; 34v47886Z Fabdo: Cogent. 10o% Textured Polyester conforming to the following specifications: Weight: 7.5 ox./ Linear. yd. .ongr4a 'on- 67 warp X 49 filling yams per sq. Inch Teen Warp 6.6 lbs. Filling 6.5 lbs. . tron Ten lie: Warp 159 lbs. Filling 155 lbs. (Color: alu matching standard sample on display. _L62p plain front coat style, form fitting, collar attached, long sleeves with barrel cuffs. stylle. 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 /A" Cotoar a Stand: Style and long with fused -in Mylar stays. Collar height at rear 1 112 ". Topstitched 1/4" off Collar and band to be die the edge. Collar stand to measure 1 5/16" at rear. cut. Collar intedined with 0250 Dacron. Band interlined with "Crease N Tack ". The left front shall have a top center 1 1/2" wide with two rows of stitches 7/3" 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 Y4". 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 and bottom buttons to be attached accomplish front closure. The top, second to the right front, the balance to be sewn over the buttonholes on the left front. ShouMer Straps; Style and dimensions as sample. Asymmetrical shape topstitched 114" off the conforming with front joining edge to be set on yoke with leading topstitches To measure 2" at sleeve tapering to 13/81' and set not more than 1/2" seam. 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 To have 2 buttonhole eyelets approximately 1 1/4" from Raiinforcerffient: and flap setting stitch. top of pocket flap spaced 1 1/4" apart and centered on sling. POGRe(S: Two breast pockets with 1 1/2" stitched pleats and mitered comers. Pocket to Left breast to have 1 1/2" pencil stitch. measure 5 5 /0" wide, 6" deep. pocket 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. FLOMMA SPEaRCATONS THIS M NOT AN ORDER Maps: Deep scalloped design to measure 5 i /S" 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 flaps to be interined with Dacron 9250, 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 packet flaps as sample. Meeves: 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. Lower facing shall measure approximately 1/2" wide. CUM: To measure 3" in depth with rounded comers as sample. Topstltchad 1/4" off the edge. With two buttons and corresponding buttonholes on each cuff and one button and buttonhole in center of facing. Both cum to be interlined with 6250 Dacron. Bottoms: First grade 10 -ligns pandescent plastic to ma". Sewing: Single needle throughout. All topstitched 114" 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 Onitevioning: Collar, Cuffs, Pocket Flaps and Top Center to be Interlined with Dacron t''260. Collar band to be interlined with "Crease -N- Tack ". Mliltarly 5 stitched -in sharp milMry 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 as follows: sizes 14 through 15 112 - 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. Construotlon: Collars and flaps are made by the conventional construction. Top ply, bottom ply and interlining are first stitched together, then turned rightslde out and finally topstitched. Convertibi ty: 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: aw tam g _mclia O-62 . GejW OF C -0ALQ..ANDALE BEACH PASP 110 OF35 PLCGODA SPEURCATOMS f ,� �� 13 171/2 305/4 Length 131/2 17618 31 O3Os���u�o�ev�. 14 173/4, 31 "/4 141/2 177/8 31 15 18 31 8/4 151/2 181/8 32 16 181/4 32% 161/2 183/8 32 17 181/2 32% 171/2 195/8 34 is 193/4 34% 181/2 197/8 34 "/a 19 20 34% 191/2 201/8 35 20 201/4 351/4 20112 203/8 351/2 00 alp ;���� .��e�c� _ HMV OF C ALLARIDALE 055AC1H PAGE 11 OF35 FLOPHDA 3pEcwgcATMN9 Tpli3 08 NOT AN ORDE R Flying Cross item; 35W78667- ffy: S,p g TpFCp�OC� "1 _ Ma A4 CAM Fabflcc 9 ont nt: 100% Textured polyester conforming to the following specifications: Weight: 7.5 oz] Linear. yd. gonstn e0gr; 67 warp X 49 Filling yams per sq. inch Tear Warp 6.6 lbs. Filling 6.5 Ibs. en9tb'. TTN9jle: Warp 1501bs. Filling 155 lbs. Color; j APD Bha @ . matching standard sample on display. Milliken style �b7�30, Color ftwe: 7568. Plain front cost style, form fitting, collar attached, long sleeves with barrel cuffs. Full badge reinforcement. Two pleated breast pockets. Shoulder straps. collar band of high lustre holy Twill. Matching inside yoke and Collar a Stand; Style and dimensions as sample on display. Collar points to measure 3 1/4" Collar height at near 1 "✓a'. Topstitched 1/4" off long with fused -in Mylar stays. the edge. Collar stand to measure 1 5/16" at rear. Collar and bend to be die "Crease ". cut. Collar interlined with 0260 Dacron. Sand interlined with N Tack Front; The left front shall have a top center 1 "/a' wide with two rows of stitches 7/3" apart. The shirt will have 7 buttons and buttonholes on the Front; spacing between each will be 3 3/4" except the spacing between the neck button and button on the frank, which will be 31/4 ". Top center interlined with 0250 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 unaccep ble the second button and buttonhole shall A 15" nylon zipper, to be set below 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. ShouOdar Strapo; 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" Cross-stitched approximately 2" from sleeve seam. Creased from folded collar. and edge stitched shoulder strap construction unacceptable. gU,dge Two -ply sling 1" wide centered over left pocket and stitched to shoulder seem eyelets approximately 1 1141, Fr ®m Reinforcement' and onpsling of pocket flap spaced spaced 1 1 /d" apart and Pockets: mea measure 5 Pockets wide, 6" deep" Left breast pocket to have 1 /2" pencil stitch. UND VIEl y 2060 � GS fm� Ci7V OF HALLANDALE O N A CH PAGE 12 OO F35 PLORNIi0A SPl clFlICA ' MS TWO M NOT AN ORDER Each pocket to have Vol= taps 314" long by 1/2 " wide positioned on both edges of poet to ooreespond with outer sctilopped flap points as sample. Maps: Deep scalloped design to measure 5 7/5" across and 2 3/4" in depth at canter Secured to shirtfront appro)IMately 1/4" above pocket. point, 21/4" at sides. `i'opstitchad 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 inte dined With 0250 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 Harps as sample. leer : place o measure ._�Sleeve Straight Top facing jack W vent 1/2" long with op and bottom acings. wide point blocked at top. Underfacing 1/2" wide. cuff. To measure 3 in depth with rounded corners as sample. Topstitchod 1/4" off buttons corresponding buttonholes on each cuff and the edge. With two and one button and buttonhole in center of facing. (loth cuffs to be interlined with 0250 Dacron. Buttons: First grade 1g -ligne pearlescent plastic to match. Stewing: single needle throughout. All topstitched " /a" 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 Inttadinlo: Collars, pocket flaps, top center and cuff a to be Enterlined with #260 Dacron. ". Collar band interlined with "Crease -N- Tack M1i0l M 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 creaks on shirt back to be proportionate to the size of the 14 through 15 1/2 — creases to be 4 3/4" apart; sizes 16 shirt as follows: sizes through 15 inclusive o creases to be 5 3/8- apart as measured frorn the center Construction: crease. Collars and flaps are made by tile conventional construction. Top ply, bottom them turned rightside out and ply and interlining are first stitched. together, finally topstitched. All raw materials and assembly thereof nestle in the U.S.A. Country of Manufacture: No MALLAMBALE BEACH LAB }ORMA, SPEWMATMNS THM M NOT AN ORDER PAGE 13 OF39 BLS( 2 264 da � � FW¢� hed 13 171/2 30I Length 131/2 175/8 31 14 173/4 31% 14112 177/6 31 % 15 18 31 151/2 181/8 32 16 181/4 32% 161/2 18 3/8 32% 17 101/2 323/4 171/2 195/8 34 18 193/4 34% 181/2 197/8 34'% 19 20 343/4 191/2 201/8 20 201/4. 5 3 "/4 201/2 203/8 3512 PAGE 13 OF39 DJ 9D �$�„20_4000 002 COIN OF HALLANDALE BEACH PA@E �4 OF35 FLOM✓ A SPRUFICATlO S THM OS NOT AN ORDER Flying Cross item: 87R 3862 [AAEN'S WRA Fabric, Content: 100% Textured Polyester conforming to the following specisacauons: Weight: 7.5 oz./ Linear. yd. C¢anstruotuon: 67 warp X 49 filling yarns per sq. inch Tear Warp 6.6 lbs. Filling 8.5 lbs. �SLrgength: Tensile: Warp 159 lbs. Filling 155 lbs. Colon. LAPQ Blue matching standard sample on display. Milliken style 707430, Color 7568. 8)tiyOe: plain front coat style with full - length tail, form- fining, convertible collar, short sleeves. Two pleated breast pockets with scalloped flaps. Shoulder straps. Full badge reinforcernW. Matching Inside yoke and banana band of high lustre Poly Twill, Collar: Convertible collar shall be one piece and measure 3 1/4" long at points with fused in Mylar stays. Topstitched 1/4" off the edge. Cellar to be interlined with 3 260 Dacron. Front: Each front shall have a facing 3" in width. The left 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 fum -back facing. The shirt will have 7 buttons and buttonholes on the front; spacing between each will be 3 3/4" except the spacing between the neck button and the first button on the front, which will be 2 1/2 ", Top center interlined with 0260 Caron. The fronts shall bo 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. 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 sawn over the buttonholes on the left front. Shoulder Craps: 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 1 3/8" 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. [560 0M °?G-a9- 49 -000D 02 UTY OF G0A0..0 11NDALE DR EACH PAOR 15 OM FLOR+ODA SpEWMA1rPONS THIS 09 HOT AH ORDER (Badge Two-ply sling 1" wide centered over left pocket and stitched to shoulder seam cOoaG ®r�e�u�ng: and flap setting stitch. To have 2 buttonhole eyelets approximately 11/4" from top of pocket flap spaced 1 114" apart and centered on sling. peoketrs: Two breast pockets with 1 %a" stitched pleats and mitered corners. Pocket to measure 5 5/6" wide, 6" deep. Left breast pocket to have 1 1/2" pencil stitch. Each pocket to have Velcro tape %4" long by 1/2" wide positioned on sabo with outer scalloped flap P p ts. edges of pocket to correspond Flaps; Deep scalloped design to measure 5 7/5" across and 2 3/4" in depth at center point, 2 1/4" at sides, secured to shirtfront approximately 114" above pocket. Left flap to have invisible pencil opening 1 1/2" Topstitched 1/4" off the edge. to correspond precisely with pencil slot of pocket. Both flaps to be intedinad with 0250 Dacron. Button sawn on top of Soap 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: sleeves are to be straight and whole, to have 3/4" here and to finish approximately 9" Bong from shoulder seams. Buftons: First grade 19-fgne peadescent plastic to match. Sewing: Single needle throughout. All topstitched 1/4" off the edge. sleeve inserting and side close felling safety stitched. Throad: All sewing threads to be fast color polyester core polyester wrap to match interlinMg: Collars, pocket flaps and top center to be interlined with 9250 Dacron. lgi9lotary Creases: 5 stitched -in sharp military creases on all shirts. One crease on each front to No through pockets or flaps. Spacing for be centered vertically. creases military creases on shirt back to be proportionate to the size of the shirt as 16 through follows: sues 14 through 15 1/2 - creases to be 4 3/4" apart; sizes 16 inclusive — creases to be 5 3/6" apart as measured from the center crease. Construction, Collars and flaps are made by the conventional construction. Top ply, bottom together, then turned rightside out and ply and interlining are first stitched finally topstitched. metal buttons This garment shall be designed to accommodate removabloekets ConvertibOiity: having eyelets under the sewn buttons on the shoulders, p and button be on the inside of the garment on the front. Protective pieces shall sewn shoulders and on the inside of the right front. All raw materials and assembly thereof made in the U.S,A. Country of Manufacture: aofv (NTT OF HALLMDALS REACH PAOS 16 OF39 FLORODA SPEOFMAMMS TfHM M NOT AN ORM F9y6ng Cross Rem: 87R7886Z MEN'S ��i19�� �8����(�����a�� � SG1ODR u SL V—E FW&hack &RE M�M1 M &CK LIMOM Length 13 17% 30% CDimenalons° 131/2 175/0 31 14 17s/4 31% 14 1/2 177/8 31 ya 15 18 318/4 151/2 181/8 32 16 18 %p 32 %4 161/2 183/8 32 Yn 17 18% 32s/4 17112 195/8 34 18 19% 34% 18112 197/8 34 "/a 19 20 34% 19112 201/8 35 20 20% 35 201/2 203/8 35112 o "4 GV�''� - Ci 6 t� U0F HALLANDALE GEACM PACE 17 OF35 Ft,ORMA SPECiNCATION ✓3 wis is NoT AN ORDER Flying Gross liana: 127878002 LADIES OHL&? Fabric: Content: 100% Textured polyester conforming to the following specifications: Wei h 7.5 oz./ Linear. yd. Q!�nstndcP9orr 87 warp `f 40 filling yarns per sq. inch ear Warp 6.8 lbs. Filling 8.6 lbs. T®(1sil®: Warp 159 lbs, Filling 155 lbs. Color: LAeD,Qlg matching standard sample on 008y. Milliken style 707430, Color 7566. aty�Q; plain front coat style with full-lari th tail, form - fitting, convertible collar, long sleeves with barrel cuffs- Two pleated breast pockets with scalloped flops. Full badge reinforcement. Matching inside yoke and banana Shoulder straps. band of high lustre Poly Twill, d00aP, collar shall Topstitched place /4" off the edge. Collarr to be Ins rained with fused in Mylar stays 9250 Dacron. Front. Each front shall have a facing 3" in width. The right front shall have a top two rows of stitches 70 pa t, stitching on top center is center 1 W' wida with not to be visible on the turn -back facing, The shirt will have 8 buttons and on the front: spacing between each will be 3' /a" except the Spacing buttonholes between the neck button and the first button on the front, which will be 2 1/2 ". Top center interlined with 0250 Dacron. The fronts shalt be joined to the yoke are turned under, with the front sandwiched so that both raw edges of the yoke between, and then all three are stitched dowry with a 1/16" raised stitch. safety stitch joining unacceptable. An 11 '' /2" 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 conforming with front joining Straps: edge to be set on yoke with leading topstitches To measure 2 at sleeve tapering to 1 3/3" and set not more than 1/2" seam. from folded collar. Cross - stitched approximately 2" from sleeve gaam. Creased and edge stitched shoulder strap construction unacceptable. Badge Two -ply sling 1" vide centered over left pocket and stitched to shoulder seam To have 2 buttonhole eyelets approximately 7/9" from Reinforcement: and flap setting stitch. top of pocket flap spaced 718" &part and centered on sling. CETV OF HALLP NDALE MACH PAGE Ill OF39 FLORIDA SPEaRP/e' MIS ` H03 IS NOT AN ORDER R Packets: Two breast pockets with 1 "/" stitched pleats and mitered corners. Pocket to 5'° wide X 5" deep. Each pocket to have Velcro tape 3/4" long by 1/2" measure wide 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 "/40 in depth at center point, 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 W. Both flaps to be interlined vvKh 0250 Dacron. Button sawn on top of flap buRonhole. Creased and edge stitched pocket flap construction unacceptable. Under side of the flap to have Veloro tape 3/4" long by 1/2" wide, positioned on outer points of both pocket flaps as sample. Meaves: 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. "lop facing to measure 1 1/3" wide point blocked at top. Underfacing 1/2" wide, Cuffs: To measure 21/2" in depth with rounded corners as sample. Topstitched 1/4" off the edge with two button adjustable cuff. Both cuffs to be interlined with #250 Dacron. suft-ana: First grade 194igne peariesicent plastic to match. Sawing: Single needle throughout. All topstitched 1/4" off the edge. Sleeve Inserting and side dose felling safety stitched. Thread: All sewing threads to be fast color polyester core polyester wrap to match 6e ariin'angt: Collars, pocket flaps, top center and cuffs to be intedinesd with Dacron 0250. Mighargr 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. ODwstruotion: Collars and flaps are made by the conventional construction. Top ply, bottom ply and interlining are first stitched together, then turned rightslde out and finally topstitched. Convartibliity: 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 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. GlltanufacQum, Biwa available: Available in bust sues 30 through 40, sleeve length of Long '00 ti1112 1 L?(1f1u`'8.0Aq& . M` V Or CiALIILANDALE BEACH PAGE Ill OFF F1' OVADA SP ECiFICATONS THOS M NOT AM ORDRR Flying Cross Rem: 177R7886Z S IM v F U' Fabric, Content; 100% Textured Polyester conforming to the following Specifications: weight: 7.5 oz./ Linear. yd. onstructio 67 warp X 49 filling yarns per sq. Irate n: Tear Warp 6.6 lbs. Filling 8.5 lbs. Strength,: e rile: warp 159 lbs. pilling 155 lbs. COW. LAPD Blue matching standard sample on display, Milliken style 707430, Color 7666, Style: Plain front coat style with full - length tell, form- fitting, convertible collar, short sleeves. Two pleated breast (sockets wlph scalloped flaps, Shoulder straps. Pull badge reinforcement. Hatching 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 %" wide with two rows of stitches 7/8" apart. Stitching on top center is not to be visible on the turn-back facing. The shirt will have 6 buttons and buttonholes on the front; spacing between each will be 3 %3" except the spacing between the neck button and the first button on the front, which wiil be 2 1/2 ". Top center interlined with X4250 Dacron, The fronts shall be joined to the yoke so &het 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 1.1 %" nylon zipper, to be set below the second button and buttonhole shall accomplish front closure. The top, second and bottom buttons to be af4ached to the left front, the balance to be sewn over the buttonholes on the right front. shoee6d«r 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 seam. Creased and edge stitched shoulder strap construction unacceptable. FLORPOA SPECOMCA1 MNS THOS M NOT AN ORDER Badge Two -ply sling 1" wide centered over left pocket and stitched to shoulder sewn Reelinfforcoment: and flap setting stitch. To have 2 buttonhole eyelets approximately 719" From top of pocket flap spaced 7/8" apart and centered on sling. hookas: Two breast pockets WHI 1 ✓4" stitched pleats and Loitered 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. ( Daps; Deep scalloped design to measure 5 p /a" across and 2 '/" In depth at cantor point, 1 %" at sides. secured to shirtfront approximately 1/4" above pocket. Topstitchhad 114" off the edge. Left Flap to have invisible pencil opening 1 Ma ". Both flaps to be interlined with Dacron 0250. Button sewn on top of flap buttonhole, Creased and edge atitched pocket flap construction unacceptable. Under side of the flap to have Velcro tape 3/4" long by 102" wide, positioned on outer points of both pocket flaps as sample. sleav ®s: sleeves are to be straight and whole, to have 3/4" hem and to Finish approximately as W long from shoulder seams. Buttons; First grade 19 -iigne pearlescent plastic to match. sawing: single needle throughout. All topstitched 1/4" off the edge. sleeve Insarting and side close felling safety stitched. Thread: All sawing threads to be fast color polyester core polyester wrap to match Interlining: Collar, Pocket flaps and top center to be interlined with Dacron 0250. Milfitarry 5 stitched -in sharp military creases on all shirts. One crease on esch'front to Cmases: be centered vertically. No creases through pockets or flaps. Spacing for military creases on shirt back to be proportionate to the size of the shark. Con,mruaction, Collars and flips are made by the conventional construction. 'Pop ply, bottom ply and interlining are first stitched together, than 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 sixes 30 through 40 available: Bon OEy `90 - OG -0©2 CM OF G ALLANDALE a ACH PAGE 21 OF315 PLORMA SPECiROAirlR NS THOS 98 NOT AN ORDER MODDEL MUMMER; To be Fachheimer Brothers Company BUD34200 i=A®- (9: DESU -1: 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 Beg style. MIIMII The pocketing shall be 70% Polyester / 30% Cotton, 2.9 oz. per square yard (60" width) with a minimum 79 X 04 count. Pocketing must have a durable press finish and the color of the pocketing merit 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" treasured 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 shell have a minimum opening of 5 902" and a minimum depth of 5 3/4" measured from the bottom of the pocket opening. Nip pockets shall be constructed using the double welt method on a REECE PVV Machine. The welts shall be finisher) 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). Nip pocket facings to be mode 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 barracks at the top and bottom of the Yob to form an opening for a button. A butfan shall be located Wow the bottom welt corresponding in location with the tab, 61 8Ln ;G BOG •- �����09, d V OF GaA Mall ALE BEACH PAGE 22 C! F39 FLC4iRMA SPEc0 CATOONS THOS 93 NOT M ORDER I The trouser will be made with the Freedom Fitted waistband system, which is designed to provide the wearer with a more confortable and better fitting trouser. The waistband shall be constructed rasing the "closed method" and shell measure 2" wide when finished. The waistband closure shall be accomplished with a crash proof hook and eye. The hook and eye shall be reinforced with stays made of ra 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 1/18" 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% coffon - minimum 00 X 62 ( + / -) 2 count), The fabric is to be cut on the bins for maximum comfort. To be 1 7/6" 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 texturized nylon and a fill of 34 ends of 750 denier polyester rmonofilarment. 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 bland of 32% nylon, 38% polyester, 19% rubber (3 strands) 11 %, lycra and I% acrylic woven 17/8" wide and to finish 13/8" 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 Diffarentfunctions 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 passed 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. I, 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 shalt be double ply Trade 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. 80D Ci rf OF HALUND LE eiae.M PA09 23 OF35 FLORID SPECUFUCA`rOMS TH98 IS NOY M ORDER RE LUMP There shall be a minimum of seven belt loops 314" in width of double thickness, each loop must have a non -woven intedining, All loops (except for the back center loop) must be sown into Me boftom of the waistband ( "dropped" belt loops are cause for rejection) and the top of the belt loops shall be caught into the waistband cumin seam with a Rocap 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. Beat must be sewer with a Tandem Neadie Machine. STITCM k1 2899M MSHM Trouser must be stitched with matching thread and all stitching to show must be 10.11 s9tchos 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. LABLEL Trouser must have a care label parmanangy afffimd that also indicates the siza. A paper 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 eiZes: REGULAR RIBS: SHORT RISE: 10i `� 26. 50 (EVEN SIZES ONLY ABOVE 38) 28 - 40 (EVEN SIZES ®NM To be Fechhaimer Brothers Company OU0342 Ft�c: KLOPMAN 0401317 -L188 100% POLYESTER WEAVE: TROPICAL COLOR: NAVY BLUE COTY OF HALLANDALE BEACH PAGE 949 OF39 FLOROGA SPECOFOCATOORIS THIS 03 NOT AN ORDER f Mack shall be manufactured from a women's uniform trouser pattern with a plain front and one dart an each rear panel above the hip pockets. Mack shall be straight leg design. The Mack 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 76 X 34 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 ft 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. blip pockets shall be constructed using the double weft method on a REECE pW Machine. The welts shall 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 rainforoament (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 centered tab made of basic cloth inserted into tha 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 pi0 waistband system, which is designed to provide the wearer with s>a more confortable 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 1/15" 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 carat on the bias for maximum comfort. To be 1 7/0" 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 texturized nylon and a fill of 34 ends of 750 denier polyester rnonofilement. The woven fabric is coated with latex, which completely encapsulates all yarns. This finish canvas fabric weighs 12.0 oz/yd 2. The canvas will be cut 1 1/2" wide with the monofilements running vertically and have a 10% stretch. P: m PEY_g©y - -00, COMP OF C5ALLANDALE EVEACH PPE 25 OFSS FLORMA SPECIFOCA79ONS THM 93 NOT AN ORDER The bottom portion of the waistband curtain will be a blend of 32% nylon, 38% polyester, 1:8% rubber (3 strands) 19I% lycra and I% aerylic woven 17/8" wide and to finish 1 3/8" vide. To have a minimum of 40% 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 fit at the waist when banding or sitting, and Must maintain a crisp, clean appearance at they 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 carded in the pockets or can the belt, The three (9) rubberized strands ensure that shirts stay tracked in for neat appearance. EUL 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 sarne 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 bu4ton shall be located on the left fly corresponding with the French Fly tab to provide a clean and comfortable closure. Thera shall be a firm straight bartack at the bottom of the fly going through the zipper tape. U @T M& There shall be a minimum of seven belt loops 3/4" in width of double thickness. Each loop must have a non -woven interlining. Ali loops (except for the back cantor loop) must be sewn Into the bottom of the waistband ("dropped" belt I®ops are cause for rejection) and the tdp of the belt loops shall be caught Into the waistband curtain seam with a Rocap machine, The bottom of the center back loop shall be tacked to the trouser and the top of the loop tacked to the outside of the waistband, 996L Seat outlet to measure a minimum of 2 3/4" to allow for alterations, Seat must be sewn with a Tandem Needle Machine. ST1TCl-06611(�s e-ffi- NO 9 F- IINISHING: Trouser roust be stitched with snatching thread and all stitching to show must be 10-11 slitches per inch.Trouser must be neatly pressed on Hothead Presses and properly shaped, Outseams and inseams must be pressed open. Trouser roust be cleaned and finished to eliminate loose threads. [ 5 t>? Z �(? G`'-� 'V OF HALL/ NDAL E OEACH PAGE 26 FLOMA aPEMCATOONS THM M NOT AN ORDER I Trouser must have a rare label permanently affixed that also indicates the size, A paper ticket showing ti® size, fabric COMO t, = number, and WPL nUMbGr must be On the outside of the waistband. Ladles trouaers must be Wzad as i6 uMrattod M the TOO =5flO chmO: Female Trouser Fintshed Measurements: ents: PLEASE SPEWY MES INCLUDED iN EACIA (PRICE RANGE 050. t fC. <Tl6lt t�t9' � MANUFACT9 RERIB LAND: 5.91 "Professional Polo" 0 .. �.. '.. 11 1 a...., Embroidered Name (First initial, Last Name) Embroidered "POLICE" on each Meave or ;PTY of HALLANDALE SrAGN FLORIDA S PIE IYryry RO N 9i pp�99"�° MIS 9$[[��tUO'�O0L�yy���1qq(�R17�&�[� p P' IfV.gY SAL N _Vyi POLICE UNIF0.�9 gSTIMATED I UOM/ YEARLY IMANUFACTURER QUANTITY PAGE 27 OF35 PRICE I PER EACH ANNUALCOST• �m®gmadKIR IV -LONG SLEEVE. I ld I FLYING CROSSI I , I a�aua bmiRTS —SHORT SLEEVE: I 15 1 V.t.VTNr rRnssi I I Size if So 70 2,590 CC K 20 �2 ��� �B �I m u,a-G FLORIDA SPEWICATIONS THIS 0 BIOS AN ORDS R P I A _ l?1{. (��ImIC� ft9P�l @G�n�ff3d�d: BIDDER TO STATE, any vadanc®i to the City's apecIncatlons, torma, and condItIona, If n ®n®, please go state; OW OF HALLANDALE BEACH PAGE 29 Orr FLORIDA 9PROFOCATIONS THIS 09 NOT AN ORDE R , UPpLMENTAL JUaRMATOM.' REFERENCE I. pellya Tirrw ®: 2. P� rnen4 i ®rma: 3 Ye4ars in ousiness: �s d. I Bid Valid f ®r f@® days fr ®m date ®f bid d enin CB°Y OF H IL. LANDAU BRACH PAGE Sup 0FJ5 FLORMIA SfPEMOCA41 MS TH93 88 NOT AN ORDS R The Invitation-to-Sid, upecifiraaions, proposal Forms end /or any other pertinent document, form 8 part of this proposal and by reference made m part hereof. Signature Indicates accepta n of 911 bid 68ges 1 through 35. WE (1) the above signed hereby ggree to furnWh the 6tem(S), service(s) and have read all ette OMMts including spedncations, terms and conditions and fully understand what is required. dip w'C CU` V OF G;AIWL 619L ALE REACH FLO6° DA SPECUPUCATI)ONS TH118 05 NOT AN ORDER .ATTACHMENT ONE PA&E 31 01rM Suppliers shall procure and maintain for the duration of and in full compliance with the contract insurance against Claims for irUJudes to persons and damage to properly whicfa may arise 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 W011 insurance shall be borne by the supplier. I. miralmu¢vr 3copo,gf Insurance A. Commercial General Liability, Including: 1. Promises and Operations. 2. Products and Completed operations Coverage. 3. Blanket Contractual Liability Coverage, (see Mold Harmless Agreement and OVII below). 31000*- o�� & Personal Injury Liability. g. Incidental Medical Malpractice Coverage. B. Automobile Liability Insurance, including: 1, Owned Automobiles. 2, Nonowned Automobiles. 3. Hired Automobiles. C. Workers` Compensation Insurance, D, Employers Liability Insurance. MD uE)r 9 -2000 Jog _ MV OOP MALLANDA(I..S Qfz CM PACE y2 MS Ffl..ORMA SPECOFOCATO MS THIS M NOT M ORDER A. Commercial General Inability: 51,000,000 combined single limit per occurrenca for bodily injury, prrrsoraal injury and property damage, D. Auto Ltabillty: $300,000 combined single limit per occurrence for bodily injury and property damage arising from the operations of all Owned Automobiles, Monowned Automobiles and Hired Automobiles. C. Workers, Compensation: Workers' Compensation Insurance as required by the State of Florida. D. Employees Inability: $100,000 limit for disease of an individual amPloyee. A. Deductibles /Self - insurance Retentions Defined: All deductibles and self-insured retentions must be shown clearly on the Cartificartes of Insurance and approved by the City. D. Retention Levels: The City has the option to reduce or eliminate any deductible or self - insured retention maintained by the supplier. IV. Other insurance Provisions A. Additional Insured and Cet4ificate All insurances shall include ass Additional Insured and UnKloate Molder the Chyr of Hallandale. There are not to be any special limitations on the protection being provided to use City, its officials, officers, employees or volunteers, Isi n rt'IL 2R' C1mg G ng Urf OF HALLANDALE BEACH PACE 33 OO F35 FLORMA SPSOoIFICATIONS TWO M NOT AM GRORR B. Supplises Insurance is Primary: The supplier's insurance coverages shall be primary insurance with respect to the CT'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 supplier's insurances and shall not contribute with it. zvl�t � . 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 supplier's insurances shall be on an occurrence basis as opposed to a c lairns` 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. E. 30 Days Notice: The following clause shall be included In ell 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 cantractor's insurance company, 1. If no such definition of the insured is quoted in the insurance, the contractor must provide "Cross Liability Muse" or "Severability of Interests Clause" endorsements for all liability insurances. V. L07N9MA SPEUPOCAT90MB 't HM 2 NOT AN ORD V. AQUA tabilitsr of Insurance Comnagy PAGE 39 OF35 A. Best Eating: Insurance coverage must be with a company with a Best rating A.VII or better. B. Florida Mate Licensed: All insurance policies and bonds heroin required of the supplier shall be written by a company authorised 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. Verification o .overage A. Certificates and Endorsements (provided: The suppler shell furnish the City with a wrilficats 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 worst commences. The certificates and endorsements for each insurance policy arra 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 Fail 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 copses 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. The supplier shall take note of the Hold Harmless 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 leech, Florida, under the Mold 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. Rid CHTVP OF 94ALLANDALE SEA CH PASS M 0M LLoRMA SPECOFoCAnMS THOS M NOT Ark oRDMI HQLD HARMLESS 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 actions 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, act ar 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. Vltl. Lirlted ContraottAai Relationship 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 suppliers 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 as for its We 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 suppliers 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. �e2 cIry OF ALLAN1!DA1£_,E I4EACH Cigy of Choice Please rapIM, she ONCHOU 11 . �a W 002 for Poli. ce Unifo. Purchase Contract, Bid due date has been changed from Monday, SapteMbOr 12, 2 0 ` 1:00 AM W, @fro@ following., algid l8id openong nd-3d Due Bate. Monday, Supt mbsr 0,2005 0 11,00 Al M— CRY CCe Tk Woe 400 South Federal Highway Hallar dmh Coach, FL 33000 Please note racel2t ofsAddendum 01 by signing below and Include with a bid submission. Sincerely, E. Dent McGough, Director General Services Department EDMljw Attachments Cc: James Kirchoff, Assistant Chief of Police William (Bill,) Wiley, Purchasing Rep. M CUTY OF HALLANDALE BEACH PAGE I OF-I AZ,cEelalfaN« THOS &S NOT M ORDER [SOD 2 CITY OF H ALLANDALS REACH PAGE 2 Orr FA.ORODA aPEDOEHQATO®Ofa T�60g 18 NO? M ORDER , T14 r ,� FE 7_ DE$C fPTWN ESTIMATED YEARLs" QUANTITY OM/ UNIT P� MANUFACTURER — ER EACH Ad NUAL C06f — — LADIES gHgRTS ® SHORT BLE E: 16 FLYING CROSS ITEV A: 177R 88 ' OR EQUAL Standard Size Each Non - Standard Sluec� Erribroldered & Saw Name Tapes Sew EmbroWered Patch on both Sleeves INCLUDED 7 50 Manufacturer MEN'S UNIFORM � 'R USER, 370 MODEL NUMBER: �6 P_ALA BOO Ai9 frBmt49"P n a+ Rn=A knf Ej il 7815 WEST 4T"AVENUr H)ALEAH, FL. 33014 , 1"'i'doP parr am w prom; C-S T - MIN, Fa, pageS2 -pa phone! Date; C) Re'" Cc: ❑ P ®P ftvjaw ❑ Please cognment ❑ Pgaase Rappy ❑ Pyease Rerygs A C t( 4!