Loading...
HomeMy WebLinkAboutResolution - 2011-R0233 - Contract - Red The Uniform Tailor - Custom, Made To Measure Uniforms - 05/31/2011Resolution No. 2011—RO233 May 31, 2011 Item No. 5.22 RESOLUTION I BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 10142 for custom made to measure uniforms, by and between the City of Lubbock and Red the Uniform Tailor of Lakewood, New Jersey, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on May 31, 2011 TOM MARTIN, MAYOR ATTEST: D -0-� a/ -e- C=Z=� Rebe a Garza, City Secretary APPROVED AS TO CONTENT: Roger Ell s, Chief of Police APPROVFM AS TO FORM: Chad Weaver, Assistant City Attorney vwxcdocs/RES.Contract-Red the Uniform Tailor May 11, 2011 Resolution No. 2011-80233 City of Lubbock, Texas Purchasing & Contract Management Custom Made -To -Measure Uniforms for Lubbock Police Department -Annual Pricing Contract No. 10142 THIS CONTRACT, made and entered into this 31St day of May 2011, pursuant to a resolution heretofore adopted by the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and Red the Uniform Tailor ("Contractor"). WITNESSETH: WHEREAS, the City of Lubbock duly advertised for bids for Custom Made -To -Measure Uniforms for Lubbock Police Department -Annual Pricing and bids were received and duly opened as required by law; and WHEREAS, after careful consideration of the bid submitted by Contractor, the City of Lubbock has heretofore adopted a resolution authorizing the acceptance of such bid, and the execution, in the name of the City of Lubbock a contract with said Contractor covering the purchase and delivery of the said Custom Made -To -Measure Uniforms for Lubbock Police Department. NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the financial consideration hereinafter referred to, the parties hereby covenant and agree as follows: 1. In accordance with City's specifications and Contractor's bid, copies of which specifications and bid are attached hereto and made part hereof, Contractor will provide to the City the Custom Made-To-Mcasure Uniforms specifically referred to as Item(s) No. 1-8 more particularly described in the bid submitted by the Contractor attached hereto. 2. The contract shall be for a term of one (1) year, said date of term beginning upon City Council date of formal approval. The City and Contractor may, upon written mutual consent, extend the contract for four (4) additional one-year periods. The rates may be adjusted upward or downward at this time at a percentage not to exceed the effective change in the Consumer Price Index (CFI) or Product Price Index (PPI), whichever is most appropriate for the specific contract for the previous 12 -months. At the City's discretion, the effective change rate shall be based on either the local or national index average rate for all items. If agreement cannot be reached, the contract is terminated at the end of the current contract period. 3. The City promises and agrees to employ, and does employ, the Contractor to cause to be done the work provided for in this Contract and to complete and finish the same according to the attached specifications, offer, and terms and conditions contained herein. The Contractor shall perform the work according to the procedure outlined in the specifications and Invitation to Bid attached hereto and incorporated herein. 4. Contractor shall at all times be an independent Contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for or on behalf of City. 5. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or interests accruing from this Contract without the written consent of the other. 6. This Contract consists of the following documents set forth herein; Invitation to Bid #11- 10142-RH, Specifications, and the Bid Form. 7. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit representative of the City or State of Texas, as its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided to the City under this Contract. In the event such an audit by the City reveals any errors or overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 8. The contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general liability coverage with insurance carriers admitted to do business in the State of Texas. The insurance companies must carry a Best's Rating of A- VII or better. The policies will be written on an occurrence basis, subject to the following minimum limits of liability: INSURANCE REQUIREMENTS TYPE AMOUNT Worker's Compensation Statutory and Employers Liability $500,000 Commercial General (public) Liability insurance including coverage for the following: a. Premises operations b. Independent contractors C. Products/completed operations d. Personal injury e. Advertising injury f. Contractual liability Combined single limit for bodily injury and property damage of $300,000 per occurrence or its equivalent. g. Medical payments Comprehensive Automobile Combined single limit for Liability insurance, including bodily injury and property Coverage for loading and unloading of $100,000 per occurrence hazards, for: or its equivalent. a. Owned/leased vehicles b. Non -owned vehicles Hired Vehicles The City of Lubbock shall be named a primary additional insured with a waiver of subrogation in favor of the City on all coverage's to include Products and Completed Operations. All copies of the Certificates of Insurance shall reference the project name or bid number for which the insurance is being supplied. The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate will provide 30 days notice of cancellation, and under the cancellation section, the wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate. The contractor shall also maintain workers compensation insurance in the statutory amount. If at any time during the life of the contract or any extension, the contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the contract. 9. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit representative of the City or State of Texas, as its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided to the City under this Contract. In the event such an audit by the City reveals any errors or overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first above written. Executed in triplicate. 1 9-610&I1:1:10161 Torn Martin, Mayor ATTEST: ".4 -e-, , Rebe ca Garza, City ecretary APPROVED AS TO CONTENT: Roger dis, Chief of Police APPRQV AS TO FORM: ssistant City Attorney CONTRACTOR: BY Authorized Representative � 750be,z1,,.3 "e. Ste. Contractor's Address cAt& i N -S Q © f City, State, Zip ITB #1 1-10142-R", Custom Made-To-INleasure Uniforms for Lubbock Police Department -Annual Pricing Resolution No. 2011—R0233 City of Lubbock, Texas Purchasing & Contract Management Custom Made -To -Measure Uniforms for Lubbock Police Department -Annual Pricing ITB No. 11-10142-RH In compliance with the Invitation to Bid No. I I-10142-RH, the undersigned Bidder having examined the Invitation to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. The Invitation to Bid No. I I-10142-RH is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter. *PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed **Days After Receipt of Order (ARO) MODIFICATION OR ALTERATION OF STOCK -SIZED (FOR EXAMPLE: 16 X 32 SHIRT OR 32 X 34 TROUSER) UNIFORM ITEMS IS NOT ALLOWED. Quantity and unit cost is an estimate for annual pricing. Unless otherwise sRecified herein, the City may award the bid either item -by -item or on an all -or -none basis for any item or 2roup of items shown on the Bid Form. Q:TURCHASE1Bid DoeumentslRobin\201 l EST. UNIT OF UNIT EXTENDED ITEM QTY MEASURE DESCRIPTION PRICE* COST a. b. C. d. BID b. x e. e. Custom MTM L/S Shirt, All Wool - Custom 1. 150 EA Made -to -Measure Uniform, Long Sleeve $ $ Shirt, 100% Wool Tropical Weave. Custom MTM L/S Shirt, Blend - Custom 100 EA Made -to -Measure Uniform, Long Sleeve $ _. Shirt, 55% Dacron Polyester / 45% Worsted �,1� 9 217 S ` Wool Blend, Tropical Weave. Custom MTM S/S Shirt, All Wool - Custom 3. 100 EA Madc-to-Measure Uniform, Short Sleeve $ $ Shirt, 100% Wool, Tropical Weave. 5 n w Custom MTM S/S Shirt, Blend - Custom 4. 100 EA Made -to -Measure Uniform, Short Sleeve $ $ Shirt, 55% Dacron Polyester 145% Worsted rr rr so- e Wool Blend, Tropical Weave. �i Custom MTM Trouser, All Wool - Custom 5. 150 EA Made -to -Measure Uniform, Trouser, 100% $ $ Wool, Serge Weave. Custom MTM Trouser, Blend - Custom Made -to -Measure Uniform, Trouser, 55% h. 100 EA Dacron $ Polyester / 45% Worsted Wool Blend,L) 702 }` -U` 7, Tropical Weave. -;'S Custom MTM Breeches, All Wool - Custom 7. 12 EA Made -to -Measure Uniform, Motor S $ Breeches, 100% Wool, Serge Weave. Custom MTM Breeches, Blend - Custom S. 12 EA Made -to -Measure Uniform, Motor $ $ Breeches, 55% Dacron -Polyester / 45% Worsted Wool Blend, Tropical Weave. 1 *PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed **Days After Receipt of Order (ARO) MODIFICATION OR ALTERATION OF STOCK -SIZED (FOR EXAMPLE: 16 X 32 SHIRT OR 32 X 34 TROUSER) UNIFORM ITEMS IS NOT ALLOWED. Quantity and unit cost is an estimate for annual pricing. Unless otherwise sRecified herein, the City may award the bid either item -by -item or on an all -or -none basis for any item or 2roup of items shown on the Bid Form. Q:TURCHASE1Bid DoeumentslRobin\201 l [TO #11-10142-RH,Custom Made-To-Messure Uniforms for Lubbock Police Department -Annual Pricing PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net 3o calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered. MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone else, including its most favoured customer, for like quality and quantity of the products/services; does not include an element of profit on the sale in excess of that normally obtained by the Bidder on the sale of products/services of like quality and quantity; and does not include any provision for discounts to selling agents. If at any time during the contract period, the supplier should sell or offer for sale to any other customer, an equal or less quantity of similar contract products of like or better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same product(s) at the lower price(s) on all deliveries made during the period in which such lower price(s) is effective. INTERLOCAL PURCHASING (opitonal): The City desires to make available to other local governmental entities of the State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as provided for by the Interlocal Cooperation Act (Chapter 74t, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would apply? Other governmental entities that might have interests in this contract are Frenship Independent School District, Lubbock housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, Lynn County, and City of Wolfforth. YES i.� NO • If you (the bidder) checked YES, the following will apply: • Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/seryices under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed.. (� f THIS BID IS SUBMITTED BY 1 i t+ -� t fw J fin" �t [ ` a corporation organized under the laws of the State of T-3 - `5 • , or a partnership consisting of or an individual trading as of the City of Firm: _ttt-c�4 i4. 4. o ,tf �vv C - Address: Ll 75- C�wE`- -• t [� S c7 . City: L-11 r'�'G©cl State: t-� Zip (J��O M/WBE Firm: Woman Black American I Native American Hisoanic American Asian Pacific American I Other (Specify) By. Authorized Representatiim - must sign by hand Officer Name and Title: Please Print Business Telephone Number e6c)Lj a a' - C-7 FAX: ?,Ocj - -7c)(- E-Mail 7c)t-E-Mail Address SAS $ Ra-Sc,..l li F tite{C5 L - Cc-^^ LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS, * SHIRTS * FABRIC SPECIFICATION SHIRT SPECIFICATIONS INCLUDE REQUIREMENTS FOR TWO (2) TYPES OF FABRIC: TYPE 1 -100% WOOL, 2 -PLY, TROPICAL WEAVE • FIRST QUALITY • TROPICAL WEAVE • 10-10 i/a OUNCES PER LINEAR YARD • 2 -PLY WARP AND FILLING • DARK NAVY (MIDNIGHT) BLUE • RAEFORD MILLS STYLE #8321-30 OR APPROVED EQUAL ■ TYPE 2 - 55% DACRON POLYESTER/ 45% WOOL BLEND, XPLY, TROPICAL WEAVE FIRST QUALITY TROPICAL WEAVE * 11-I 1 '/z OUNCES PER LINEAR YARD * 3 -PLY WARP AND FILLING * DARK NAW (MIDNIGHT) BLUE BIDDER. MUST PROVIDE SAMPLES OF EACH MATERIAL WITH BID. SAMPLES MUST BE LABELED TO IDENTIFY THE MATERIAL AND PLACEMENT ON THE GARMENT. SHIRTS - MALE, LONG SLEEVE SHIRT_ FABRICATION Style: 'SEMI -MILITARY CUT TO BE MADE FOR METAL BUTTONS WITH SHOULDER EPAULETS AND METAL EYELET BADGE HOLDER. FIVE PERMANENTLY SEWN IN MILITARY CREASES. REAR CREASES TO BE SEWN UNDER THE YOKE TO THE BASE OF THE REAR INNER LINING BELOW THE NECK. Construction: THE COLLARS AND CUFFS ARE TO BE ``/a" TOP STITCHED AND ALL SEAMS ARE TO HAVE NO LESS THAN 10 STITCHES PER INCH. ALL PARTS OF THE SHIRTS TO BE COMPUTER CUT AND MIRRORED TO INSURE UNIFORMITY OF SHAPE AND SIZE. ALL SEAMS TO HAVE REINFORCING TACK STITCHING OF NO LESS THAN 3 STITCHES AT THE BEGINNING AND END OF EACH SEAM. ENTIRE SHIRT WILL BE SEWN WITH DOUBLE STITCHING EXCEPT FOR THE CLOSING SEAMS. Collar; CONVENTIONAL, STAND-UP, DRESS COLLAR. COLLAR AND BAND WILL BE DIE CUT. COLLAR WILL HAVE PERMANENTLY FUSED, SHRINK -PROOF, EXTRA HEAVY GRADE, 4 100% COTTON INTERLINING. COLLAR WILL CONSIST OF A LEAF WITH A SEPARATE, STITCHED -ON STAND. THE STAND WILL BE MADE OF THE BASIC CLOTH AND LINED ON THE INSIDE WITH BLACK POLY/RAYON SATEEN FABRIC. THE COLLAR STAND WILL BE SEWN AND TURNED, SINGLE -NEEDLE CONSTRUCTION. THE COLLAR STAND AND STAND LINING WILL BE FUSED WITH #AH3643, WHITE PELLON. THE COLLAR LEAF WILL BE INTERLINED WITH #N5772, WHITE, WOVEN FUSIBLE PELLON. THE COLLAR STAND WILL HAVE A BUTTON ON ONE SIDE AND A CORRESPONDING BUTTONHOLE ON THE OTHER. WHEN FASTENED, THE COLLAR WILL HAVE A % INCH TIE SPACE OPENING. THE LEAF WILL BE TOP STITCHED WITH TWO (2) ROWS OF STITCHING, ONE AT THE EDGE AND THE OTHER V4 -INCH FROM THE EDGE. THE POINTS OF THE COLLAR LEAF WILL BE 2-7/8 INCHES, +/- 1/8 INCHES WHEN FINISHED. THE COLLAR LEAF, WHEN FINISHED AND FOLDED DOWN WILL MEASURE APPROXIMATELY 1-3/4 INCHES AT THE CENTER, BACK. COLLAR STAYS MEASURING 2-5/8 INCHES LONG AND 1/a INCH WIDE WILL BE INSERTED TO THE COLLAR POINTS AND SEWN SO THAT NO STITCHES SHOW THROUGH ON EITHER SIDE OF THE COLLAR. STAYS MUST BE SUFFICIENT THICKNESS TO PREVENT PUCKERING, WRINKLING OR ROLLING AND POSITIONED SO AS NOT TO INTERFERE WITH COLLAR BRASS CENTERED ON THE COLLAR. THE NECKBAND WILL BE LINED WITH MATCHING 70 -DENIER NYLON TAFFETA OR BLACK 65% POLYESTER/ 35% COTTON. Yoke: THE BACK SHALL HAVE A POINTED WESTERN YOKE TO FINISH 4 '/z INCHES BELOW THE COLLAR SEAM AND BE LINED WITH 70 DENIER NYLON TAFFETA OR WITH 55% COTTON AND 45% POLYESTER BROADCLOTH OF A COORDINATING COLOR (BIDDER MUST PROVIDE AN IDENTIFIABLE SAMPLE WITH BID, I.E. "YOKE - 55 COT/45 POLI'".). (YOKE TO BE CENTER POINTED 4 V2" FROM THE BOTTOW NECKBAND TO POINT OF YOKE ON A MALE SIZE 16 1/z" SHIRT, COMPARABLE DISTANCE FOR OTHER SIZES) FOR COMFORT.) Sleeves: CONVENTIONAL -STYLE TAPERED SLEEVES WITH REINFORCED ELBOWS OF ONE- PIECE CONSTRUCTION, DOUBLE STITCHED AT OPENING AND SINGLE STITCHED THROUGHOUT THE ELBOW. REINFORCEMENT SHALL BE APPROXIMATELY 6 3/a" AT THE WIDEST POINT TO VARY DEPENDING ON THE SHIRT SIZE AND SEWN ONTO THE INSEAM OF THE SLEEVE AND INTO THE CUFF. SLEEVE PLEATS, FORMED OF EXCESS MATERIAL, ARE TO BE PLACED CLOSE TO UNDERARM SEAM; OPEN SIDE OF PLEAT SHALL FACE UNDERARM SEAM. TWO -BUTTON CUFFS SHALL BE 3" WIDE WITH SQUARE CORNERS AND ACCOMMODATE (2) TWO 24 LIGNE METAL BUTTONS ATTACHED VERTICALLY ON CUFF, AND WILL HAVE POLY -COTTON TWILL COVERING OVER THE SHANK OF THE BUTTON. CUFFS SHALL BE LINED WITH 65/35 POLY/COTTON AND INTERLINED WITH PERMANENTLY FUSED, SHRINK -PROOF, EXTRA- HFAVY-GRADE 100% 0% COTTON. ROUNDED OR BARREL CUFF IS NOT ACCEPTABLE. Front; SEVEN -BUTTON FRONT WITH VERTICAL BUTTONHOLES, INCLUDING COLLAR BUTTON. DEFT FRONT TO HAVE A SELF -FABRIC CENTER PLEAT 1 !/2 INCHES WIDE EXTENDING FROM COLLAR BAND TO BOTTOM OF SHIRT. IT SHALL HAVE TWO ROWS OF DOUBLE STITCHING WITH INSIDE STITCHING 7/8 -INCH APART. THE CENTER PLEAT IS TO BE INTERLINED WITH POLY -COTTON 'VIKING PRESS CANVAS OR TO BE LINED WITH 5 FUSIBLE PELLON. RIGHT FRONT TO HAVE AN APPROXIMATE 2 -INCH TURN BACK TO CREATE A SELF -FLY 7/8 -INCH WIDE. THIS SELF -FLY WILL SERVE AS A METAL BUTTON GUARD FOR METAL BUTTONS. RIGHT FRONT SHALL BE EDGE -STITCHED 1/16TH. RIGHT FRONT SELF -FLY WILL HAVE FIVE 'fa -INCH BUTTONHOLES SPACED APPROXIMATELY 3 '/z INCHES APART AND BAR TACKED IN BE'T'WEEN BUTTONHOLES. Zipper Front: HIDDEN ZIPPER FRONT CONCEALING A MOLDED FLAT YKK PLASTIC ZIPPER VFO-36, 7/16 INCH WIDE, WITH POLYESTER ZIPPER TAPE. ZIPPER SHALL BEGIN AT SECOND BUTTON DOWN FROM TOP AND BE CUT AND GAPPED TO INDIVIDUAL SHIRT SIZES. THE FRONT SHALL CONTAIN ONE (1) FUNCTIONAL METAL BUTTON AND FOUR (4) NON-FUNCTIONAL METAL BUTTONS AND BUTTONHOLES. ONE (1) COLLAR BUTTON AND ONE (1) FUNCTIONAL BONE BUTTON AT BOTTOM BELOW ZIPPER. ALL NON-FUNCTIONAL BUTTONHOLES TO BE CUT V4 -INCH TO ACCEPT METAL BUTTON SHANK. BUTTONHOLES ARE TO BE EXTRA HEAVY DUTY, APPROXIMATELY 50 STITCHES PER INCH. Buttons: METAL "P" STYLE BUTTONS, 24 LIGNE, REMOVABLE, SECURED BY COTTER PIN/TOGGLE AND SLOTTED DISC, ON EPAULETS, FRONT, POCKET FLAPS AND, IF PRESENT, CUFFS. METAL BUTTONS SHALL BE SILVER FOR CORPORAL AND OFFICER, GOLD FOR SERGEANT AND ALL HIGHER RANKS. TOP AND BOTTOM BUTTONS ON FRONT AND TWO (2) EXTRA BUTTONS ON SHIRT TAIL FRONT SHALL BE BLACK 24 LIGNE OVERSIZE PLASTIC. THEY SHALL BE ATTACHED WITH A BUTTON SEWING MACHINE AND SEWN WITH BEST GRADE POLY -COTTON 60/36, 3 -CORD THREAD TO MATCH MATERIAL. FRONT BUTTON SPACING SHALL BE 3 INCHES BELOW JUNCTURE OF FRONT PLEAT AND NECKBAND AND THEN 3 %z INCHES FOR THE REMAINING BUTTONS. Pockets: POCKETS TO BE DIE CREASED FOR UNIFORMITY. TWO PLEATED (2) BREAST POCKETS FINISHING 5 '/a INCHES WIDE AND 5 7/8" DEEP/LONG WITH MITERED LOWER CORNERS WITH VELCRO AT CORNERS. BOTH POCKETS SHALL HAVE I /z -INCH BOX PLEAT; WITH CENTERED '/-INCH HORIZONTAL BUTTONHOLE TO ACCOMMODATE METAL BUTTONS SET 1 1 INCHES DOWN FROM TOP OF POCKET, CENTERED AT PLEAT AND STITCHED TOP AND BOTTOM TO PREVENT SPREADING. LEFT POCKET TO HAVE SEWN THROUGH PENCIL OPENING TO ACCOMMODATE TWO (2) PENCIL/PENS, 1 '/a" PENCIL DIVISION. TOP OF POCKET FLAP TO BE 7 INCHES FROM THE HIGH POINT OF THE SHOULDER SEAM VERTICALLY TO THE TOP CENTER OF THE POCKET FLAP. POCKETS WILL BE EQUALLY DISTANT FROM THE CENTER PLACKET. VELCRO IS TO MEASURE 5/8" X 5/8" AND TO BE SEWN IN PLACE ON ALL FOUR SIDES. POCKETS WILL ACCOMMODATE A REMOVABLE 24 LIGNE METAL BUTTON. Pocket Flaps: FLAPS TO BE DIE -CREASED FOR UNIFORMITY. SHALL BE DIE -CUT, CREASED AND THREE-POINT SCALLOPED. THE FLAPS ARE TO BE INTERLINED WITH PELLON CREASE AND TAC, 100% POLYESTER, OR APPROVED EQUAL. FLAPS TO BE SEWN AND TURNED WITH ''/a- INCH TOP STITCH. FLAPS ARE TO BE PLACED '/a INCH ABOVE THE TOP OF EACH POCKET AND HAVE ONE (1) CENTERED VERTICAL BUTTONHOLE EYELET TO ACCOMMODATE DETACHABLE METAL BUTTONS. POCKETS WILL ACCOMMODATE I A REMOVABLE 24 LIGNE METAL BUTTON. THE LEFT FLAP IS TO HAVE A PENCIL OPENING APPROXIMATELY 1 '/a INCH IN WIDTH. FLAPS TO BE PLACED APPROXIMATELY 7 INCHES FROM SHOULDER SEAM CENTERED AND SHALL BE VARIED ACCORDING TO SIZE OF SHIRT. Epaulets: MILITARY STYLE SEWN INTO SLEEVE SEAMS AND CROSSED STITCHED. ALL SHOULDER STRAPS ARE TO BE INTERLINED WITH PELLON CREASE AND TAC, 100% POLYESTER, OR APPROVED EQUAL, AND DIE CREASED FOR UNIFORMITY. TO MEASURE 1 3/ INCHES WIDE AT SLEEVE HEAD AND EXTENDING TO WITHIN APPROXIMATELY '/a INCH OF NECKBAND. EPAULETS TO BE SEWN, TURNED AND TOP STITCHED WITH ONE ROW OF STITCHING. STRAPS TO SET INTO EACH SLEEVE HEAD WHEN THE SLEEVES ARE JOINED. TO BE SECURELY CROSS-STITCHED FOR A DISTANCE OF APPROXIMATELY 2 3/ INCHES FROM THE SLEEVE HEAD AND TO CONTAIN ONE BUTTONHOLE SET '/2 INCH FROM POINTED END. EPAULET TO BUTTON WITH A METAL BUTTON AND TO HAVE A V4 -INCH BUTTONHOLE WITH BUTTON GUARD IN BOTH SHOULDERS TO ACCOMMODATE METAL BUTTONS. SHOULDER STRAPS WILL ACCOMMODATE A REMOVABLE 24 LIGNE METAL BUTTON. EXAMPLE: Shoulder straps shall be graded by size with the straps for size 16 '/2" to measure 5 3/" in length, 1 Y2" at point end and 2 1/8" where it is sewn into the shoulder seam. Badge Tata: BADGE TAB TOP -STITCHED, LINED WITH FUSIBLE PELLON OR APPROVED EQUAL, AND CENTERED OVER LEFT BREAST POCKET, MEASURING 1 INCH WIDE AND 2 '/2" HIGH/LONG HAVING TWO METAL EYELETS SPACED 1 '/a INCHES APART VERTICALLY, AND HAVING A CENTER STITCH FOR REINFORCEMENT. THE TOP OF THE TAB SHALL BE POSITIONED 2 3/ INCHES ABOVE THE TOP POCKET SEAM TO PROVIDE NO LESS THAN '/a INCH BETWEEN THE TOP OF THE POCKET FLAP AND THE BOTTOM OF A BADGE OF 3 V2 INCHES HEIGHT: Name Tab: TWO OVAL SEWN -IN EYELETS, SPACED 1 7/8 INCHES APART, SHALL BE PARALLEL TO AND CENTERED ABOVE THE RIGHT BREAST POCKET AT A VERTICAL PLACEMENT OF 3/8 INCH ABOVE THE POCKET FLAP. Shoulder Patches: TO BE PROVIDED BY VENDOR IN THE LPD -APPROVED DESIGN ON A BACKGROUND OF BLACK RAEFORD 8321-30, OR APPROVED EQUAL, WITH MERROWED EDGES. THE LETTERING, MERROWING AND FIVE ALTERNATING FACETS OF THE STAR SHALL BE OF "OLD GOLD" COLORATION, THE STATE OUTLINE SHALL BE IN RED, AND THE REMAINING ALTERNATING FACETS OF THE STAR IN SILVER COLORATION. PATCHES SHALL BE SEWN ON BOTH SLEEVES APPROXIMATELY rf INCH BELOW THE SHOULDER SEAM. THE LUBBOCK POLICE DEPARTMENT WILL PROVIDE A SAMPLE PATCH TO THE SUCCESSFUL BIDDER. 7 Chevrons: CHEVRONS, WHEN REQUIRED, SHALL BE SEWN ON EACH SLEEVE AT LEAST 1 INCH BUT NOT MORE THAN 2 INCHES BELOW THE SHOULDER PATCH. TO BE PROVIDED BY VENDOR WHEN REQUIRED. ALL CHEVRONS SHALL USE A RAEFORD 8321-30 DARK NAVY BACKGROUND, OR APPROVED EQUAL, WITH MERROWED DARK NAVY COLORATION OR APPROVED EQUAL EDGES. THE TWO -BAR SILVER CHEVRONS (CORPORAL) SHALL EXACTLY MATCH THE SILVER OF THE PATCH STAR FACETS AND SERVICE STRIPES; THE GOLD THREE -BAR CHEVRONS (SERGEANT) SHALL EXACTLY MATCH THE GOLD OF THE PATCH MERROWING AND STAR FACETS AND SERVICE STRIPES. Service Stripes: SERVICE STRIPES SHALL BE SEWN ON THE LEFT SLEEVE IN FRONT OF THE PRESSED CREASE WITH THE LOWEST PART OF THE BOTTOM STRIPE SPACED APPROXIMATELY 1 %z INCHES ABOVE THE CUFF SEAM. TO BE PROVIDED BY VENDOR IN THE NUMBER APPROPRIATE FOR INDIVIDUAL OFFICERS AT ONE STRIPE PER FIVE YEARS OF SERVICE. STRIPES MUST BE MANUFACTURED IN INCREMENTAL GROUPS OF ONE (5-9 YEARS), TWO (10-14 YEARS), THREE (15-19 YEARS), FOUR (20-24 YEARS), FIVE (25-29 YEARS) AND SIX (30-34 YEARS) RATHER THAN CUT FROM A ROLL; EDGES MUST BE MERROWED. THE BACKGROUND SHALL BE R.AEFORD 8321-30 FABRIC; THE THREAD ON SILVER SERVICE STRIPES (CORPORAL AND OFFICER) SHALL EXACTLY MATCH THAT USED IN SHOULDER PATCH STAR FACETS, AND THAT OF GOLD STRIPES SHALL EXACTLY MATCH THE GOLD THREAD OF THE SHOULDER PATCH. Fitting: THE GARMENVITEM SHALL BE CUSTOM MADE ACCORDING TO INDIVIDUAL MEASUREMENTS AND CONFORM TO MEASUREMENTS TAKEN BY THE VENDOR'S REPRESENTATIVE: ALL ITEMS MUST BE CUSTOM-MADE ACCORDING TO THE FOLLOWING MEASUREMENTS, TAKEN FOR EACH INDIVIDUAL OFFICER AS SPECIFIED: A. NECK - HOLD TAPE SNUG AROUND NECK. NECK SHOULD BE NATURAL, NOT STRETCHED; B. CHEST - MEASURE AROUND FULLEST PART OF CHEST, UNDER THE ARMS; C. GIRTH - MEASURE AROUND CHEST AND ARMS WITH ARMS HANGING NATURALLY DOWN THE SIDE; D. WAIST - MEASURE AROUND NATURAL WAISTLINE; E. INSEAM - MEASURE FROM BASE OF CROTCH SEAM BETWEEN THE LEGS TO THE FLOOR, MINUS ONE AND ONE-HALF INCHES OR AS SPECIFIED BY THE OFFICER; F. OUTSEAM - MEASURE FROM THE BOTTOM OF THE TROUSER WAISTBAND TO THE FLOOR, MINUS ONE AND ONE-HALF INCHES OR AS SPECIFIED BY THE OFFICER; G. ARM - FROM SHOULDER SEAM TO FAR END OF WRIST BONE, OR AS SPECIFIED BY THE OFFICER, WITH ARM HANGING NATURALLY DOWN THE SIDE; H. SLEEVE LENGTH - WITH ARM HELD CHEST HIGH AND BENT AT THE ELBOW TO A 90 DEGREE ANGLE, MEASURE FROM CENTER BACK OF COLLAR AROUND THE ELBOW TO THE FAR END OF THE WRIST BONE; 1. HIP - MEASURE AROUND THE FULLEST PART OF THE SEAT AND HIPS, PLUS ONE INCH. POCKETS MUST BE EMPTY. STOCK CUTTING IS NOT ALLOWED OR ACCEPTABLE. MODIFICATION OR ALTERATION OF STOCK -SIZED UNIFORM ITEMS IS NOT ALLOWED (FOR EXAMPLE. 16-16.5 REGULARITALL STOCK SHIRT OR 32 X34 REGULAR STOCK TROUSERS). It is the intent of the Department to receive uniforms guaranteed to fit each individual. Shirts must be made in the USA. Labels And Nametags: GARMENT MUST HAVE VENDOR'S LABEL WITH CARE INSTRUCTIONS. ALL GARMENTS SHALL HAVE PERMANENTLY AFFIXED LABEL ATTACHED INSIDE OF RIGHT FRONT TAIL (LEFT FRONT FOR FEMALE -STYLE FACING OPTION), WHICH SHALL STATE THE NAME OF AGENCY, NAME OF THE INDIVIDUAL, FABRIC SPECIFICATION, SIZE, AND DATE OF CREATION. THERE SHALL ALSO BE A TRACKING CODE, WHICH CORRESPONDS WITH THE PACKING LIST AND INVOICE NUMBER. PERMANENT INDELIBLE INK MUST BE USED. Pressing: ALL SHIRTS SHALL BE PRESSED WITH MILITARY CREASES. THREE CREASES IN BACK, TWO IN FRONT. THE SLEEVE IS TO BE PRESSED FROM BOTTOM OF SHOULDER INSIGNIA TO BOTTOM OF HEM. Certification: VENDOR SHALL BE RESPONSIBLE FOR ALL REQUIREMENTS, SPECIFICATIONS AND STANDARDS, AND SHALL CERTIFY COMPLIANCE WITH ALL OF THE ABOVE. THERE SHALL BE NO SUB -CONTRACTING OF EITHER THE CUTTING OR THE MAKING OF THE SHIRTS AND DOING SO WILL BE CAUSE FOR REJECTION OF THE GARMENT. SPECIFY WARRANTY: COMMENTS: —I AC t UA-ef5 SHIRT — FEMALE, LONG SLEEVE SHIRT FAORICATION FEMALE SHIRTS SHALL BE THE SAME FABRICATION AS MALE LONG SLEEVE SHIRT WITH THE FOLLOWING EXCEPTIONS: • Front: SIX -BUTTON FRONT, INCLUDING COLLAR BUTTON • Sleeves: SLEEVES ARE TO BE ONE PIECE, HAVE A 3!a -INCH HEM. SPECIFY WARRANTY: COMMENTS: 1 MO�-UI-y4-Cf .vk/.ZY C'21�_C(S SHIRT — MALE, SHORT SLEEVE SHIRT FABRICATION SHORT SLEEVE SHIRTS WILL MEET EVERY SPECIFICATION OF THE LONG SLEEVE SHIRTS WITH THE FOLLOWING EXCEPTIONS: • HEMMED HALF SLEEVES, WHICH WILL BE MEASURED TO THE HALF INCH IN LENGTH. SPECIFY WARRANTY: h . 'l 0 COMMENTS: SHIRT — FEMALE, SHORT SLEEVE SHIRT FADR/"T/ON Short sleeve shirts will meet every specification of the female long sleeve shirt with the following exceptions: • HEMMED HALF SLEEVES, WHICH WILL BE MEASURED TO THE HALF INCH IN LENGTH. SPECIFY WARRANTY: COMMENTS: * TROUSERS AND MOTOR BREECHES * FABRIC SPECIFICATION! TROUSER AND BREECHES SPECIFICATIONS INCLUDE REQUIREMENTS FOR TWO (2) TYPES OF TROUSER AND BREECHES FABRICS: ■ TYPE 1-100% WOOL, 2 -PLY, SERGE WEAVE :D FIRST QUALITY * SERGE WEAVE * 16-16 fz OUNCES PER LINEAR YARD :) 2 -PLY WARP AND FILLING :D DARK. NAVY (MIDNIGHT) BLUE * RAEFORD MILLS STYLE #8250-8818 OR APPROVED EQUAL ■ TYPE 2 - 55% DACRON POLYESTER/ 45% WOOL BLEND, 3 -PLY, TROPICAL WEAVE 10 FIRST QUALITY TROPICAL WEAVE 11-11 %z OUNCES PER LINEAR YARD z 3 -PLY WARP AND FILLING DARK NAVY (MIDNIGHT) BLUE BIDDER MUST PROVIDE SAMPLES OF EACH MATERIAL WITH BID. SAMPLES MUST BE LABELED TO IDENTIFY THE MATERIAL AND PLACEMENT ON THE GARMENT. TROUSERS - MALE TROUSER FABRICATION: Style: MILITARY UNIFORM PATTERN SHALL BE USED WITH FITTED WAISTBANDS AND PRODUCED ACCORDING TO INDIVIDUAL SIZING. THE WIDTH OF THE LEGS SHALL BE PROPORTIONAL TO INDIVIDUAL INSEAM AND SHOE SIZES. TO BE MADE WITH TWO FULL QUARTER TOP POCKETS AND TWO REAR POCKETS. THE REAR POCKETS TO HAVE BUTTON AND PEARL TYPE EYELET STYLE BUTTONHOLE ON LEFT POCKET, RIGHT POCKET TO BE MADE OPEN. THE DENSITY OF THE BUTTONHOLE IS TO BE 50 STITCHES PER INCH WITH A FOUR HOLE 24 LIGNE PLASTIC BUTTON. Waistband: Method 1 - WAISTBAND SHALL BE 2 INCHES WIDE. WAISTBAND CURTAIN SHALL BE MADE OF 65/35 POLY/COTTON, HAVE SNUG-TEX AND SHALL BE ATTACHED WITH A ROCAP MACHINE IN AN OPEN MANNER (BROWN OUTLET METHOD) FOR EASE OF ADJUSTMENT. BAN-ROL STIFFENER 1 INCH WIDE SHALL BE SEWN INTO THE WAISTBAND. THE WAISTBAND SHALL BE SET ON AND BE TOP STITCHED BELOW THE LOWER EDGE THROUGH THE OUTER FABRIC AND INSIDE WAISTBAND CURTAIN. TROUSERS SHALL BE MADE WITH A 3 -INCH OUTLET AT WAIST, TAPERED FOR SEAT OUTLET. Method 2 - WAISTBAND CURTAIN TO BE BLACK, APPROXIMATELY 3 INCHES WITH 3 ROWS OF SNUG-TEX COMPLETELY AROUND THE INTERIOR OF THE PANTS AND 1 5/8 INCHES OF BAN-ROL TO PREVENT ROLLING, SHALL BE CAUGHT IN THE TOP STITCHING. THE SNUG-TEX IS TO EXTEND OVER THE FRENCH FLY AND WAISTBAND CURTAIN WITH SNUG-TEX TO COVER THE BACK SEAM OUTLET. TOP OF THE WAISTBAND TO BE SINGLE NEEDLE TOP STITCHED AT THE TOP AND BOTTOM OF BAND FOR EXTRA STRENGTH. ZIG-ZAG OR CHAIN STITCH IS NOT ACCEPTABLE. WAISTBAND CURTAIN SHALL BE CONSTRUCTED WITH 2 3/4" WIDE BUCKRAM BACKING. POLYESTER WILL NOT BE ACCEPTED. Pockets: TWO (FULL QUARTER TOP POCKETS) FRONT AND TWO HIP POCKETS; NO WATCH POCKET. ALL POCKETS MUST BE STITCHED, TURNED, AND TOP STITCHED (SEWN INSIDE OUT AND TURNED THEN TOP STITCHED FOR EXTRA STRENGTH). SAFETY SERGING IS NOT ACCEPTABLE. ALL POCKETING TO BE INSERTED INTO SEAM AT WAISTBAND. POCKET OPENINGS MUST BE BARTACKED AT EACH CORNER. POCKETS, FRONT: FRONT POCKETS TO BE ONE-QUARTER INCH (1/4) TOP POCKET STYLE. DEPTH OF POCKET FROM BOTTOM TO OPENING TO BE 6'/a INCHES. OPENING OF POCKETS TO BE A MINIMUM OF 6 '/a INCHES. (MEASURING FROM THE TOP OF THE OPENING TO THE BOTTOM OF THE POCKET MEASURES APPROXIMATELY 13"). INSIDE FACING WILL BE A MINIMUM OF 1 '/2 INCHES WIDE. OUTSIDE FACING TO BE A MINIMUM OF 3 '/a INCHES WIDE. POCKETS, HIP: Hip POCKETS LOCATED A MAXIMUM OF 3 '/z INCHES BELOW WAISTBAND, TO BE A MINIMUM OF 5 %a INCHES WIDE AND A MAXIMUM OF 7 INCHES DEEP. THE REAR POCKETS TO HAVE BUTTON AND PEARL TYPE EYELET STYLE BUTTONHOLE ON LEFF POCKET. LEFT POCKET TO BUTTON WITH TAB MEASURING 1 5/8 INCHES WIDE BY 1 7/8 INCHES LONG, STITCHED, TURNED AND TOPSTITCHED. THE DENSITY OF THE BUTTONHOLE IS TO BE 50 STITCHES PER INCH WITH A FOUR HOLE 24 LIGNE PLASTIC BUTTON. RIGHT POCKET TO BE MADE OPEN. OPENINGS TO BE SECURELY TRIANGLE BAR TACKED AT EACH CORNER. HIP POCKETS TO BE MADE WITH 3/16 -INCH DOUBLE PIPING. ALL POCKET WELTS ARE TO BE INTERLINED WITH PELLON, OR APPROVED EQUAL, AND THEN TOP STITCHED. Pocketing: ALL POCKETING TO BE BLACK, 65% POLYESTER, 35% COTTON WITH A MINIMUM THREAD COUNT OF 68 X 54, OR APPROVED EQUAL. THE WEIGHT SHALL BE 2.60 YDS/LB. Fly And Inside Trim: Method 1 (Paired with waistband method #1 above) - RIGHT FLY AND CROTCH LININGS SHALL BE IDENTICAL IN MATERIAL TO THE WAISTBAND CURTAIN. RIGHT FLY LINING SHALL BE SEWN TO THE LEFT FLY BELOW ZIPPER. CROTCH LINING SHALL BE SERGED TO EACH FRONT. SEPARATE FRENCH FLY MADE OF SELF -MATERIAL SHALL BE SEWN TO INSIDE RIGHT FLY. FLY CLOSURE MUST BE HEAVYWEIGHT BRASS ZIPPER. BOTTOM OF FLY SHALL BE BARTACKED AND A FRENCH FLY SUPPORT INSTALLED TO BUTTON SECURELY ACROSS THE LOWER ABDOMEN. FLY TAB TO MEASURE 1 3/4 INCHES WIDE AND 2 1/2 INCHES LONG, INSERTED AT BOTTOM OF WAISTBAND AT 45 -DEGREE ANGLE. TROUSER CLOSURE MUST BE CRUSH -PROOF HEAVY-DUTY HOOK -AND -EYE. Method 2 (Paired with waistband method #2 above) - TALON ZIPPER IS TO BE BRASS #603-0-025 WITH A #001-5310-05-03-04-000 SLIDE, CUT AND GAPPED TO PRECISE LENGTHS FOR INDIVIDUAL TROUSERS. ZIPPER SLIDE TO BE HEAVY DUTY SELF LOCKING TYPE. ZIPPER TAPE TO BE BLACK ALL COTTON TWILL STYLE #06- 13 10. 06-1310. TROUSER CLOSURE TO BE CRUSH PROOF HEAVY DUTY HOOK AND EYE STYLE WITH A 1 PIECE FRENCH FLY AND FLY BUTTON FASTENING AT THE BASE OF THE WAISTBAND. TWO PIECE FLY AND BUTTON TAB IS NOT ACCEPTABLE. Belt Loops: TROUSERS OF WAIST MEASUREMENT OF 29 INCHES OR MORE MUST HAVE 7 BELT LOOPS 7/8" WIDE AND 2" LONG; TROUSERS OF WAIST LESS THAN 29 INCHES MAY HAVE 5 BELT LOOPS. LOOPS MUST BE 7/8 INCH MINIMUM WIDTH AND 2 INCHES IN HEIGHT, DOUBLE STITCHING FOR EXTRA STRENGTH. ALL LOOPS ARE TO BE SEWN 12 INTO WAISTBAND AT THE TOP AND THEN DROPPED TO ACCOMMODATE A I V BELT AND SEWN AS TO DISALLOW RAW EDGES. THE BASE OF THE LOOPS TO BE STITCHED FOR EXTRA STRENGTH WITH A MINIMUM OF 28 STITCHES PER LOOP. Construction: ALL LOOSE THREADS SHALL BE REMOVED. ALL STRESS POINTS ARE TO BE PROPERLY BAR TACKED AND CLOSING SEAMS TO HAVE #40 POLYESTER CORD REINFORCED THREAD FOR EXTRA STRENGTH. TROUSERS MUST BE COMPLETELY AND PROPERLY SHAPED, THE OUTSEAMS AND INSEAMS TO BE PRESSED OPEN FLAT. ALL EDGES WILL BE FINISHED SMOOTH WITH 15 STITCHES PER INCH. THERE WILL BE NO RAW EDGES INSIDE OR OUTSIDE OF THE TROUSER. ALL TROUSERS ARE TO HAVE APPROXIMATELY A 5" POLYESTER AND COTTON CROTCH REINFORCEMENT SEWN IN; SIZE MAY VARY ACCORDING ON THE TROUSER SIZE. ALL SIDE SEAMS AND INSEAMS SHALL BE CHAIN STITCHED AND THE SEAT SEAM SHALL BE DOUBLE CHAIN STITCHED USING POLY COTTON 610/35, THREE -CORD THREAD, OR APPROVED EQUAL. Labels and Name Tags: GARMENT MUST HAVE VENDOR'S LABEL WITH CARE INSTRUCTIONS. ALL GARMENTS SHALL HAVE PERMANENTLY AFFIXED LABEL ATTACHED, WHICH SHALL STATE THE NAME OF AGENCY, NAME OF THE INDIVIDUAL, FABRIC SPECIFICATION, SIZE, AND DATE OF CREATION. THERE SHALL ALSO BE A TRACKING CODE, WHICH CORRESPONDS WITH THE PACKING LIST AND INVOICE NUMBER. PERMANENT INDELIBLE INK MUST BE USED. Fitting: THE GARMENT/ITEM SHALL BE CUSTOM MADE TO MEASURE ACCORDING TO INDIVIDUAL MEASUREMENTS AND CONFORM TO MEASUREMENTS TAKEN BY THE VENDOR'S REPRESENTATIVE: ALL ITEMS MUST BE CUSTOM-MADE ACCORDING TO THE FOLLOWING MEASUREMENTS, TAKEN FOR EACH INDIVIDUAL OFFICER AS SPECIFIED: A. NECK - HOLD TAPE SNUG AROUND NECK. NECK SHOULD BE NATURAL, NOT STRETCHED; B. CHEST - MEASURE AROUND FULLEST PART OF CHEST, UNDER THE ARMS; C. GIRTH - MEASURE AROUND CHEST AND ARMS WITH ARMS HANGING NATURALLY DOWN THE SIDE; D. 'WAIST - MEASURE AROUND NATURAL WAISTLINE; E. INSEAM - MEASURE FROM BASE OF CROTCH SEAM BETWEEN THE LEGS TO THE FLOOR, MINUS ONE AND ONE-HALF INCHES OR AS SPECIFIED BY THE OFFICER; F. OUT SEAM - MEASURE FROM THE BOTTOM OF THE TROUSER WAISTBAND TO THE FLOOR, MINUS ONE AND ONE-IiALF INCHES OR AS SPECIFIED BY THE OFFICER; G. ARM - FROM SHOULDER SEAM TO FAR END OF WRIST BONE, OR AS SPECIFIED BY THE OFFICER, WITH ARM HANGING NATURALLY DOWN THE SIDE; H. SLEEVE LENGTH - WITH ARM HELD CHEST HIGH AND BENT AT THE ELBOW TO A 90 DEGREE ANGLE, MEASURE FROM CENTER BACK OF COLLAR AROUND THE ELBOW TO THE FAR END OF THE WRIST BONE; 13 I. Hip - MEASURE AROUND THE FULLEST PART OF THE SEAT AND HIPS, PLUS ONE INCH. POCKETS MUST BE EMPTY. STOCK CUTTING IS NOT ALLOWED OR ACCEPTABLE. MODIFICATION OR ALTERATION OF STOCK -SIZED UNIFORM ITEMS IS NOT ALLOWED (FOR EXAMPLE: 16-16.5 REGULARITALL STOCK SHIRT OR 32 X 34 REGULAR STOCK TROUSER.). It is the intent of the Department to receive uniforms guaranteed to fit each individual. Trousers must be made in the USA. TROUSERS SHALL BE UNHEMMED OR HEMMED AT THE OFFICER'S REQUEST. Certification: VENDOR SHALL BE RESPONSIBLE FOR ALL REQUIREMENTS. SPECIFICATIONS AND STANDARDS SHALL CERTIFY COMPLIANCE WITH ALL OF THE ABOVE. THERE SHALL BE NO SUB -CONTRACTING OF EITHER THE CUTTING OR THE MAKING OF THE TROUSERS, DOING SO WILL BE CAUSE FOR REJECTION OF THE GARMENTS. SPECIFY WARRANTY: COMMENTS: TROUSERS — FEMALE TROUSER FABRICATION: STYLE AND FABRICATION TO BE THE SAME AS MEN'S USING A FEMALE PATTERN, WITH THE FOLLOWING EXCEPTIONS: • Front Pockets: SHALL MEASURE 6 INCHES AT OPENING FOR ONE-QUARTER (1/4) INCH TOP POCKETS. DEPTH OF POCKET FROM BOTTOM TO OPENING TO BE 5 Y2 INCHES. INSIDE FACING WILL BE A MINIMUM OF 1 i/2 INCHES WIDE. OUTSIDE FACING TO BE A MINIMUM OF 3 /2 INCHES WIDE FOR QUARTER (1/4) TOP POCKETS AND 2 INCHES WIDE FOR SIDE POCKETS; • Hip Pockets: SHALL HAVE 5 -INCH OPENINGS AND TO BE 6 INCHES DEEP; • Belt Loops: WOMEN WITH WAIST MEASUREMENT LESS THAN 29 INCHES WILL CONTAIN FIVE (5) LOOPS. WAIST MEASUREMENT OVER 29 INCHES WILL BE SAME AS MEN. SPECIFY WARRANTY: C)A� COMMENTS: 1,q ,z-eyzj cts MOTOR BREECHES FABRICATION; MOTOR BREECHES WILL MEET EVERY SPECIFICATION OF THE TROUSERS WITH THE FOLLOWING EXCEPTIONS: • BREECHES WILL HAVE DOUBLE FABRIC KNEES AND A ROUNDED, DOUBLE FABRIC SEAT; 14 • LEGS WILL TAPER FROM BELOW THE KNEE TO BELOW THE CALF PROPORTIONAL TO INDIVIDUAL CALF MEASUREMENTS; • Legs will have zippered closures at the calves meeting other zipper requirements in these specifications and measured according to individual preference. Calf zippers will be on the outside of the legs and will close from calf to hem. SPECIFY WARRANTY: COMMENTS: 15